Loading...
HomeMy WebLinkAboutRoadway PavingmX SEBASTLkN HOME OF PELICAN ISLAND REQUEST FOR PROPOSAL DOCUMENTS FOR Roadway Paving RFP# 19-03 City of Sebastian 1225 Main Street Sebastian Fl. 32958 City Manager's Office 771-388-8200 19-03 REQUEST FOR PROPOSALS The City Council is requesting qualifications for the following Roadway Paving All RFPs must be received in triplicate at the address below, in the office of the City Manager, no later than April 10, 2019 at 1:30PM. RFP documents may be obtained at the address below or by contacting Jean M. Tarbell via email jtarbell@cityofsebastian.org or by calling (772) 388-8203. RFP Documents will not be issued unless the request is received at least 24 hours prior to the opening of the RFP. All RFP documents shall be submitted in a sealed manila envelope and be delivered or mailed to: City of Sebastian Atm: City Manager 1225 Main Street Sebastian, FL. 32958 ENVELOPE MUST BE IDENTIFIED AS SEALED RFP # 19-03. A Mandatory Pre -Conference will be held on Tuesday, March 19, 2019 at 10:00 a.m., at Sebastian City Hall, 1225 Main Street, Sebastian, Fl. The City of Sebastian reserves the right to accept or reject any or all Bids (in whole or in part) with or without cause, to waive any technicalities, irregularities or formalities, or to accept the Bid(s) which in its judgment best serves the City. SUBMIT BID TO: CITY OF SEBASTIAN Attn: City Manager 1225 Main Street Sebastian, FL. 19-03 REQUEST FOR PROPOSALS GENERAL CONDITIONS THESE INSTRUCTIONS ARE STANDARD FOR ALL RFPS FOR COMMODITIES/SERVICES ISSUED BY THE CITY OF SEBASTIAN OF. THE CITY OF SEBASTIAN MAY DELETE, SUEPRSEDE OR MODIFY ANY OF THESE STANDARD INSTRUCTIONS FOR A PARTICULAR CONTRACT BY INDICATING SUCH CHANGE IN SPECIAL INSTRUCTIONS SEALED REPS: This form must be executed and submitted with all RFP documents in a sealed envelope. The face of the envelope shall contain the above address, the date and time of RFP opening and RFP number. REPS not submitted on attached Form may be rejected. All REPS are subject to the conditions specified herein. Those which do not comply with these conditions are subject to rejection. RFP TITLE: Roadway Paving RFP NO.: 19-03 MANDATROY PRE -CONFERENCE: Tuesday, March 19, 2019 at 10:00 a.m. RFPS WILL BE OPENED 1:30PM on APRIL 10, 2019 and may not be withdrawn during the 90 calendar days following such date and time. PROPOSER'S CERTIFIACTION I certify that this Bid acknowledgment is made without prior understanding, agreement or connection with any corporation, firm or person submitting a Bid for the same commodities, services, and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this Bid and certify that I am authorized to sign this Bid for the Proposer. By signature on this forth, Proposer acknowledges and accepts without limitation, pages l through 5 as well as any special instructions if applicable. CORRECT LEGAL NAME OF PROPOSER: (SIGNATURE OF PROPOSER'S AUTHORIZED AGENT) TITLE: TYPED/PRINTED NAME OF AUTHORIZED AGENT: ADDRESS: PHONE NO: ( ) FEDERAL m NUMBER OR SOCIAL SECURITY NUMBER OF PROPOSER: INSTRUCTIONS TO PROPOSERS: 1. DEFINED TERMS, 1.1 Terms used in these Instructions to Proposers are defined and have the meanings assigned to them. The term "Proposer' means one who submits a Bid directly to the City of Sebastian, as distinct from a sub -proposer who submits a Bid to the Proposer. The term `Successful Proposer' means the most responsible and responsive Proposer to whom CITY OF SEBASTIAN on the basis of CITY'S evaluation as hereinafter provided makes an award. The term "CITY" refers to the CITY OF SEBASTIAN a municipal corporation of the State of Florida. The term "Bid Documents" includes the Invitation to Bid, Instructions to Proposers, Special Conditions, Bid Form, Non -Collusive Affidavit, Certificate(s) of Insurance, if required, Payment and Performance Bonds, if required, Corporate Resolution, Public Entities Crime Affidavit, Bid Security, if required, and the proposed Contract Documents, if any, including all Addenda issued prior to receipt of Bids. 2. COPIES OF BIDDING DOCUMENTS 2.1 Complete sets of RFP Documents must be used in preparing RFP. CITY OF SEBASTIAN does not assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of RFP Documents. The CITY, in making copies of RFP Documents available does so only for the purpose of obtaining RFPs and does not confer a license or grant for any other use. 3UALIFATI 3.1 No RFP w ll beONS�ted 11 am, nor W, I my contract be awarded to any person who is in arrears to the CITY, upon any debt or contract, or who is a defaulter, as surety or otherwise, upon any obligation to CITY , or who is deemed responsible or unreliable by the CITY. 3.2 As part of the RFP evaluation process, CITY OF SEBASTIAN may conduct a background investigation including a record check by the City of Sebastian Police Office. Proposer's submission of a RFP constitutes acknowledgment of the process and consent to such investigation. CITY OF SEBASTIAN shall be the solejudge in determining Proposer's qualifications. 3.3 Each Proposer shall be Florida D.O.T. Certified in the application of the processes in this RFP. Shall have been in business in Florida for the past seven (7) consecutive years, providing the services to. roadways of similar size and scope. 4. EXAMINATIAN OF fjln RFP J.IOCUMENTS 4.1 Before su6nuttmg an P, each proposer must (a) examine the Documents thoroughly; (b) consider federal, state and local laws, ordinances, rules and regulations that may in any manner affect cost, progress, performance, or provision of the commodities and/or services; (c) study and carefully correlate Proposer's observations with the RFP Documents, and (d) notify CITY'S Public Facilities Department of all conflicts, errors and discrepancies in the RFP Documents. 4.2 The submission of a RFP will constitute an incontrovertible representation by Proposer, that Proposer has complied with every requirement of this Article 4, that without exception, the RFP is premised upon performing the services and/or furnishing the commodities and materials and such means, methods, techniques, sequences or procedures as may be indicated in or required by the RFP Documents, and that the RFP Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions of performance and famishing of the goods and/or services. 5. SPECIFICATIONS 5.1 The apparent silence of the Specifications as to any detail, or the apparent omission from the Specifications of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practice is to prevail and that only material and workmanship of the finest quality are to be used. All interpretations of the Specifications shall be made on the basis of this statement. 5.2 For the purpose of evaluation, the Proposer most indicate any variance or exceptions to the stated Specifications no matter how slight. Deviations should be explained in detail. Absence of variations and/or corrections will be interpreted to mean that the Proposer meets all the Specifications in every respect. 5.3 Any manufacturers' names, trade names, brand names, information and/or catalog numbers used herein are for the purpose of describing and establishing a general standard of quality, performance and characteristics and are not intended to limit or restrict competition. The Proposer may offer any brand which meets or exceeds the Specifications for any item(s). If RFPs are based on equivalent products, indicate on the RFP Form the manufacturer's time and catalog number. Proposer shall submit with his RFP complete and descriptive literature and/or specifications. The Proposer should also explain in detail the reason(s) why and submit proof that the proposed equivalent will meet the Specifications and not be considered an exception thereto. The determination of equivalency shall rest solely with the CITY. If Proposer fails to name a substitute, it will be assumed that Proposer is bidding on and will be required to Furnish commodities identical to Bid standards. 6. INTERPRETATIONS AND ADDENDA 6.1 To ensure fair consideration for all Proposers, CITY OF SEBASTIAN prohibits communication to or with any department, officer or employee during the submission process except as provided in Paragraph 6.2 below. 6.2 If the Proposer should be in doubt as to the meaning of any of the RFP documents, or is of the opinion that the plans and/or specifications contain errors, contradictions or reflect omissions, Proposer shall submit a written request directed to the City of Sebastian Purchasing agent, to be forwarded to the appropriate person or department for interpretations or clarification. Interpretations or clarifications deemed necessary by the CITY OF SEBASTIAN in response to such questions will be issued in the form of written addenda, mailed to all parties recorded by CITY OF SEBASTIAN as having received the RFP documents. The issuance of a written addendum by the CITY OF SEBASTIAN shall be the only official method whereby such an interpretation or clarification will be made. 7. PRICES 7.1 A primary cost factor of this CONTRACT is based on the price of petroleum. Conditions in this market are highly unstable and beyond the control of the CONTRACTOR. For this reason, the prices quoted in the Bid Submittal shall be adjusted annually based on the Producer Price Index for Highway and Street Construction. 7.2 In the event of extraordinary circumstances beyond the CONTRACTORS control the CONTRACTOR; may request additional compensation from the CITY. The CONTRACTOR must submit this request in writing to the CITY 30 (thirty) days prior to any work commencing for that scheduled cycle. The letter must explain in detail the reason for the additional compensation and supply the CITY with all applicable data and information supporting the request. Approval of such request is at the sole discretion of the CITY. 8. OCCUPATIONAL HEALTH & SAFETY 8.1 In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 381741.03 of the Florida Administrative Code delivered as a result of this RFP must be accompanied by a Material Safety Data Sheet (MSDS) which may be obtained From the manufacturer. The MSDS must include the following information: 8. 1.1 The chemical name and the common name of the toxic substance. 8.1.2 The hazards or other risks in the use of the toxic substance including: a) The potential for fire, explosion, corrosively and reactivity; b) The known acute and chronic health effects of risk from exposure including the medical conditions which are generally recognized as being aggravated by exposure to the toxic substance; and c) The primary routes of entry and symptoms of over exposure. 8.1.3 The proper precautions, handling practices, necessary personal protection equipment and other safety precautions in the use of or exposure to the toxic substances, including appropriate emergency treatment in case of exposure. 8.1.4 The emergency procedure for spills, fire, disposal and fust aid. 8.1.5 A description in lay terms of the known specific potential health risks posed by the toxic substance intended to alert any person reading this information. 8.1.6 The year and month, if available, that the information was compiled and the name, address, and emergency telephone number of the manufacturer responsible for preparing the information. 9. SUBMISSION OF RFP 9.1 RFP shall be submitted at or before the time and at the place indicated in the REQUEST FOR QUALIFICATIONS and shall be submitted in a sealed envelope. The envelope shall be clearly marked on the exterior "RFP FOR PAVEMENT MANAGEMENT THE CITY OF SEBASTIAN, FLORIDA, RFP #19-03 OPEN ON APRIL 10, 2019) and shall state the time and address of the Proposer and shall be accompanied by any other required documents. No responsibility will attach to the CITY OF SEBASTIAN for the premature opening of An RFP not properly addressed and identified. 9.2 RFPs must be typed or printed in ink. Use of erasable ink is not permitted. Names must be typed or printed below the signature. Facsimile Bids will not be accepted. 9.3 In accordance with Chapter 119 of the Florida Statutes (Public Records Law) and except as may be provided by other applicable state and federal law, all Proposers should be aware that the Request for Proposals and the responses thereto are in the public domain. However, the Proposers are requested to identify specifically any information contained in their RFP which they consider confidential and/or proprietary and which they believe to be exempt from disclosure, citing specifically the applicable exempting law. 9.4 All RFPs received from Proposers in response to the Request for Proposals will become the property of the CITY OF SEBASTIAN and will not be returned to the Proposers. In the event of contract award, all documentation produced as part of the contract shall become the exclusive property of the CITY. 9.5 The submitted RFP shall constitute a firm offer on the part of the Proposer to furnish the commodities and/or services requested. 9.6 All RFPs shall be submitted with a Bond in the amount of %25.000.00 10. FORMS 10.1 The Bid Form is included with the Bid Documents and must be used by the Proposer. Failure to do so may cause the Bid to be rejected. The forms must be submitted in good order and all blanks must be completed. 10.2 The Bid must be signed by one duly authorized to do so and in cases where the Bid is signed by a deputy or subordinate, the principal's proper written authority to such deputy or subordinate must accompany the Bid. 10.3 Bids by corporations must be executed in the corporate name by the President or other corporate officers accompanied by evidence of authority to sign. The corporate address and state of incorporation must be shown below the signature. 10.4 Bids by partnerships must be executed in the partnership name and signed by a general partner whose title must appear under the signature and the official address of the partnership must be shown below the signature. 11 MODIFICATIONS AND WITHDRAWAL OF PROPOSALS 11.1 Proposals must be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Proposals are to be submitted at any time prior to the deadline for submitting Proposals. A request for withdrawal or a modification must be in writing and signed by person duly authorized to do so and, in a use where signed by a deputy or subordinate, the principal's proper written authority to such deputy or subordinate must accompany the request for withdrawal or modification. Withdrawal of a Bid will not prejudice the rights of a Proposer to submit a new Proposal prior to the opening date and time. After expiration of the period for receiving RFPs, no RFP may be withdrawn or modified. 11.2 If, within twenty-four (24) hours after RFPs are opened, any Proposer files a duly signed written notice with CITY OF SEBASTIAN and within five (5) calendar days thereafter demonstrates to the reasonable satisfaction of CITY OF SEBASTIAN by clear and convincing evidence that there was a material and substantial mistake in the preparation of its RFP, or that the mistake is clearly evident on the face of the RFP but the intended correct RFP is not similarly evident, then Proposer may withdraw its RFP and the Bond will be returned. 12. REJECTION OF RFPS 12.1 To the extent permitted by applicable State and Federal laws and regulations, CITY OF SEBASTIAN reserves the right to reject any and all RFPs, to waive any and all informalities, irregularities and technicalities not involving price, time or changes in the commodities and/or services, and the right to disregard all nonconforming, non-responsive, unbalanced or conditional RFPs. RFPs will be considered irregular and may be rejected if they show serious omissions, alterations in form, additions not called for, conditions or unauthorized alterations or irregularities of any kind. 12.2 CITY OF SEBASTIAN reserves the right to reject the RFP of any Proposer if CITY OF SEBASTIAN believes that it would not be in the best interest of CITY OF SEBASTIAN to make an award to that Proposer, whether because the RFP is not responsive or the Proposer is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by CITY. 12.3 More than one RFP received for the same work from an individual, firm, partnership, corporation or association under the same or different names will not be considered. Reasonable grounds for believing that any Proposer is interested in more than one RFP for the same work will cause the rejection of such RFPs in which the Proposer is interested. If there are reasonable grounds for believing that collusion exists among the Proposers, the RFPs of participants in such collusion will not be considered. 12.4 The foregoing reasons for rejection of Bids are not intended to be exhaustive. 13.. NINE/' F RFPS 13. s will a opened publicly on the date and at the location and time specified in the Request for Proposals. 14. RFPS TO REMAIN OPEN 14.1 All RFPs shall remain open for ninety (90) calendar days after the day of the opening, but CITY OF SEBASTIAN may, at its sole discretion, release any RFP and term the Bond prior to that date. 14.2 Extensions of time when RFPs shall remain open beyond the ninety (90) day period may be made only by mutual written agreement between the CITY, the successful Proposer and the surety, if any, for the successful Proposer. 15. AWARD OF CONTRACT 15.1 If the Contract is to be awarded, it will be awarded to the most responsible and responsive Proposer whose evaluation by CITY OF SEBASTIAN indicates to CITY OF SEBASTIAN that the award will be in the best interests of the CITY. 15.2 Criteria utilized by CITY OF SEBASTIAN for determining the most responsible and responsive Proposer includes, but is not limited to the following: (a) Ability of Proposer to meet published specifications. (b) Proposer's experience and references including, but not limited to, the reputation, integrity, character, efficiency, experience, skill, ability and business judgment of the Proposer, the quality of performance of Proposer under previous contracts, any subcontractors and other persons providing labor or materials to Proposer. (c) Proposers qualifications and capabilities, including but not limited to, the size, financial history, strength and stability of the business to perform the work of the Contract, the possession of necessary facilities and equipment and the quality, availability and adaptability thereof to the particular use(s) required. (d) Whether Proposer can perform the Contract promptly or within the time specified without delay or interference. (e) Previous and existing compliance by Proposer with laws, ordinances and regulations relating to the commodities or services. (t) Price. 15.3 If applicable, the Proposer to whom award is made shall execute a written Contract prior to award by the CITY OF SEBASTIAN City Council. If the Proposer to whom the first award is made fails to enter into a Contract as herein provided, the Contract may be let to the next qualified Proposer who is responsible and responsive in the opinion of the CITY. 16. OPEN-END CONTRACT 16.1 No guarantee is expressed or implied as to the total quantity of commoditicsiservices to be purchased under any open end Contract. Estimated quantities will be used for comparison purposes only. The CITY OF SEBASTIAN reserves the right to issue purchase orders as and when required, or, issues a blanket purchase order for individual agencies and release partial quantities or any combination of the proceeding. 16.2 ORDERING: The CITY OF SEBASTIAN reserves the right to purchase commodities/services specified herein through Contracts established by other governmental agencies or through separate procurement actions due to unique or special needs. If an urgent delivery is required within a shorter period than the delivery time specified in the Contract, and if the setter is unable to comply therewith, the CITY OF SEBASTIAN reserves the right to obtain such delivery from others without penalty or prejudice to the City of Sebastian to the Proposer. 16.3 CONTRACT PERIOD: The initial Contract period shall start with the expiration date of the previous Contract or date of award, whichever is latest, and shall terminate six (6) years from that date. The CITY OF SEBASTIAN may renew, this Contract for two (2) three (3) year periods subject to Proposer acceptance, satisfactory performance and determination that renewal will be in the best interest of the CITY. All prices, terms and conditions shall remain firm for the initial period of the Contract and for any renewal period unless subject to price adjustment specified as a "special condition" hereto. 17. INSURANCE 17.1 The insurance requirements contained in this Bid represent the minimal protection necessary for the CITY OF SEBASTIAN as determined by the CITY OF SEBASTIAN Manager. The successful Proposer shall be required to provide proper proof of insurance to the CITY OF SEBASTIAN Manager prior to award. No award will be recommended until a written determination is made by CITY OF SEBASTIAN Manager that the proof of insurance submitted by the Proposer is acceptable from a risk management perspective. Further modification of the requirements may be made at the sole discretion of the CITY OF SEBASTIAN if circumstances warrant. 18. TAXES 18.1 The successful Proposer shall pay all applicable sales, consumer use and other similar taxes required by law. 19. AUDIT RIGHTS 19.1 The CITY OF SEBASTIAN reserves the right to audit the records of the successful Proposer for the commodities and/or services provided under the Contract at any time during the performance and term of the Contract and for a period of three (3) year after completion and acceptance by the CITY . If required by the CITY, the successful Proposer agrees to submit to an audit by an independent certified public accountant selected by the CITY. The successful Proposer shall allow the CITY OF SEBASTIAN to inspect, examine and review the records of the successful Proposer in relation to this contract at any and all times during normal business hours during the term of the Contract. 20. CONFLICT OF INTEREST 20.1 The award hereunder is subject to the provisions of Chapter 112, Florida Statutes. Proposers must disclose with thea RFP the name of any officer, director, partner, proprietor, associate or agent who is also a public officer or employee of the CITY OF SEBASTIAN or any of its agencies. Further, all Proposers must disclose the name of any public officer or employee of the CITY OF SEBASTIAN who owns, directly or indirectly, an interest of five percent (5%) or more in the Proposer's firm or any of its branches or affiliate companies. 21. NON -COLLUSIVE AFFIDAVIT 21.1 Each Proposer shall complete the Non -Collusive Affidavit and include it with the RFP and shall submit this Form with the RFP. Failure of the Proposer to submit these documents may be cause for rejection of the RFP. 22. SUMMARY OF DOCUMENTS TO BE SUBMITTED BY PROPOSERS 22.1 The following is a summary of documents, copies of which may be included in the RFP documents, which are to be completed and submitted by Proposers: (a) Proposer acknowledgment (b) RFP Documents (c) Non -Collusive Affidavit (d) Public Entities Crime Affidavit (e) Certified Resolution or other duly executed document evidencing authority to sign on behalf of the Proposer. (t) Qualification Statement. (g) Bond. (h) Certificate(s) of Insurance. (i) Certification of Non -Segregated Facilities. 23. DRUG FREE WORKPLACE PROGRAMS Preference shall be given to business with Drug -Free Work Place (DFW) programs. Whenever two or more RFPs which are equal with respect to price, quality, and service are received by the City of Sebastian for the procurement of contractual services, a RFP received from a business that completes the attached DFW form certifying that it is a DFW shall be given preference in the award process. STANDARD TERMS AND CONDITIONS DEFINITION OF TERMS Addenda - Written and graphic documents issued prior to the receipt of Bids to modify or interpret the RFP Documents. RFP Documents - Include the "Public Notice of Request for Qualifications", "General Information and Instructions for Proposers", "Standard Terms and Conditions", "Drug Free Workplace", "Agreement", "Specifications", and any Addenda issued prior to receipt of Bids. Change Order — When a Purchase Order serves as a contract defining the terms and conditions of the procurement of a service, a Change Order shall be considered a request for revision in one or more of the criterion of the Purchase Order. When a signed Contract serves to define the terms and conditions for the procurement of a service, a Change Order shall be considered a written order to the Contractor signed by the CITY, after execution of the Contract, authorizing a change in the Work or an adjustment in the Contract Price or the Contract Time. Contract — The entire and integrated agreement between the Contractor and the CITY , defining its terms and conditions, which supersedes all prior negotiations, representations or agreements, either written or oral. Contractor - Any person having a Contract with the CITY. Lump Sum Bid Price - The amount stated on the "Bid Forms" for which the Proposer offers to provide a service as described in the Bidding Documents. Specification — The written requirements for materials, equipment, construction systems, standards, and workmanship for the Work, and performance of related services. Unit Price Bid - The amount stated on the "Bid Forums" as a price per unit of measurement for services as described in the Bidding Documents. Work — Construction and services required by the Contract, whether completed or partially completed and includes all other labor, materials, equipment and services provided or to be provided by the Contractor to fulfill the Contractor's obligations. CONTRACTUAL AGREEMENT The Request for Qualifications shall be included and incorporated in the final Contract. The order of Contract precedence will be the Contract (purchase order), RFP document and response. Any and all legal action necessary to enforce the Contract will be held in Indian River County and the Contract will be interpreted according to the laws of Florida. X001) 93174N 1 I 02 211 Ks1: /:69IUfrWef 9 mold I DIM Contractor agrees that its acceptance of the teras and conditions of this Request for Qualifications also constitutes a Proposal to all State Agencies and Political Subdivisions of the State of Florida under the same conditions, for the same prices and for the same effective period as specified in this RFP, should vendor deem it in the best interest of its business to do so. 10 The Contractor is assumed to be familiar with all federal, state and local laws, ordinances, rules and regulations that may in any manner affect performance of the Contract. The failure to be familiar with applicable laws will in no way relieve the Contractor from responsibility. LEGAL REOUDIEMENTS A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit an RFP on a Contract to provide any goods or services to a public entity, stay not submit an RFP on a Contract with a public entity for the construction or repair of a public building or public work may not submit RFPs on leases of real property to a public entity, may not be awarded or perform Work as a Contractor, supplier, subcontractor, or consultant under a Contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. Vendors doing business with the City of Sebastian are prohibited from discriminating against any employee, applicant, or client because of race, creed, color, national origin, sex, or age with regard to but not limited to the following: employment practices, rates of pay or other compensation methods, and training selection. Lack of knowledge by the Proposer shall in no way be a cause for relief from responsibility, or constitute a cognizable defense against the legal effect thereof. PERFORMANCE Successful Proposer will be responsible for advising City of Sebastian staff of any delay in scheduled service. The City of Sebastian reserves the right to utilize outside services when necessary from other sources should the successful Proposer be unable to supply services on a timely basis. Contractor warrants to the City of Sebastian that it is not insolvent, it is not in bankruptcy proceedings or receivership, nor is it engaged in or threatened with any litigation, arbitration or other legal or administrative proceedings or investigations of any kind which would have an adverse effect on its ability to perforin its obligations under the Contract. EEO STATEMENT The City of Sebastian is corunitted to assuring equal opportunity in the award of Contracts and, therefore, complies with all laws prohibiting discrimination on the basis of race, color, religion, national origin, age and sex. LICENSES AND PERMITS AND CERTIFICATION It shall be the responsibility of the Contractor to obtain, at no additional cost to the CITY, any and all licenses and permits required to complete this Contractual service. 11 When applicable, vendor must hold a Certificate of Competency issued by the State of Florida or the CITY Construction Industry Licensing. An Occupational License or City of Sebastian Registration Certificate, obtained from the City of Sebastian, shall be required of the following: (a) Any person maintaining a permanent business location or branch office within the City of Sebastian. (b) Or, any company doing work within the Municipal Boundaries of the City of Sebastian. Applications and fee schedules may be obtained from the City of Sebastian, Building Department for assistance and additional information. Proposer shall submit a list of the names of the subcontractors and major material suppliers proposed for any portions of the Work. The names, addresses, phone and fax numbers must be listed on the `Schedule of Subcontractor/Material Supplier Participation" included in this Bid document. The City of Sebastian reserves the right to accept or reject any or all Proposals wherein a subcontractor is named and to make the award to the Proposer who, in the opinion of the CITY, will be in the best interest of and/or most advantageous to the City of Sebastian. Prior to award of Contract, the City of Sebastian will notify the Proposer in writing if there is an objection to any person or entity listed. Upon such reasonable objection, the Proposer shall propose an acceptable substitute person or entity without an increase in the Proposal price. If the Proposer declines to make any substitution, the Contract shall not be awarded to such Proposer. This shall not constitute grounds for the Proposers sacrifice of his Bond. No Proposer shall be required to employ any Subcontractor or major material supplier against whom he has reasonable objection. NON -APPROPRIATIONS The obligations of the City of Sebastian to make an award and sign an agreement under the leans of this "Request for Qualifications" are contingent upon funds lawfully appropriated for this purpose. Should funds not be appropriated for this purpose, the CITY, at its sole discretion, shall have the right to reject all proposals. TRADE. BRAND NAMES The City of Sebastian may require specific brard/manufacturer items on a "NO SUBSTITUTE" basis because operational conditions of the City of Sebastian have found these items, by usage and experience to be the most durable, suitable, and acceptable. FEDERAL AND STATE TAX The City of Sebastian is exempt from Federal and State Taxes for tangible personal property. The Finance Director will sign an exemption certificate submitted by the Contractor. Vendors or contractors doing business with the City of Sebastian shall generally not be authorized to use the CITY'S Tax Exemption Number in securing such materials, unless otherwise agreed to by the City of Sebastian in writing. 12 PAYMENT All invoices should make reference to the purchase order number authorizing the service. All services are subject to inspection. Services that do not meet Specifications will be rejected. A properly completed invoice must be submitted containing at a minimum: (a) Purchase Order Number and/or Contract Number. (b) Vendor or Contractor's Name. (c) Vendor or Contractor's Taxpayer Identification Number. (d) Itemization of Services invoiced at the prices stipulated at the time the order was placed. (e) Any discounts or deductions, as applicable. After submission of a properly completed invoice, payment will only be made after acceptance of all services invoiced. For large contracts requiring periodic services and involving sizable amounts of money, separate invoices may be submitted for each contracted service if arrangements are made at the time of initial Contract or purchase order. All properly completed and addressed invoices will be paid generally within 30 days from receipt of invoice for services accepted and received. No interest penalty, other than required by law, shall be applicable unless accepted in writing prior to purchase by the CITY. ACCEPTANCE Delivery of service to the City of Sebastian does not constitute acceptance for the purpose of payment. Final acceptance and authorization of payment shall be given only after a thorough inspection indicates that the service meets Contract Specifications and conditions. Should the delivered service differ in any respect from Specifications, payment will be withheld until such time as the Contractor takes necessary corrective action. 1 CITMIR t' t 7111 YYVol The successful Proposer shall not assign, transfer, convey, sublet or otherwise dispose of this Contract, or of any or all of his or its rights, title or interest herein, or his or its power to execute such Contract to any person, company or corporation without prior written consent of the City of Sebastian. CHANGE ORDERS All Change Orders, additions to, or deletions from the Specifications shall only be by written order. The Contractor shall not change, alter, or delete in any manner, from the Specifications without prior approval by the CITY. CANCELLATION The City of Sebastian may terminate this Contract for default if the Contractor has been found to have failed to provide the service in a "manner satisfactory". A "manner satisfactory" includes, but is not limited to: Failure to supply exact services specified within the required service periods, providing sub- standard services, and/or the inability to maintain Bid prices for the term of the Contract. The City of Sebastian may further terminate this Contract if the Contractor fails to comply with any other provisions of the Contract. In such cases, the Contract shall be terminated in the following manner: The Contractor will be notified, in writing, of the stature of their failure to perform and time certain for correcting the failure will be specified. Unless the failure is corrected, the Contractor shall be found in default and the Contract shall be subject to immediate cancellation. Termination shall be effected by serving a notice of 13 termination on the Contractor setting forth the manner in which the Contractor is in default. The Contractor will only be paid the Contract Price for service provided and accepted in accordance with the Specifications, terms and conditions set forth in the Contract. The City of Sebastian may terminate this Contract when funds are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal period. The Contractor shall be entitled to reimbursement for the reasonable value of any non-recurring cost incurred but not advertised in the price of the service delivered under the Contract or otherwise recoverable. In the event that the successful Proposer violates any of the provisions of the Contract, the City of Sebastian may serve written notice upon such Proposer of its intention to terminate the Contract. The liability of the Proposer for any and all such violation(s) shall not be affected by any such termination and his surety, if any shall be forfeited. U10QY 1,7;[all W Y'aHui The Agreement shall be for a term of six (6) years from the Notice to Proceed, unless extended by the City of Sebastian in writing. Any Contract may be renewed for two (2) additional term of Three (3) years each Contract renewal shall only be exercised upon mutual written agreement with all original terms, conditions are adhered to with no deviations. CONTRACT EXTENSION Extension of the Contract shall be in writing for a period of two (2) three (3) year and shall be subject to the same terms and conditions set forth in the initial Contract. LITIGATION The Contract shall be governed by the laws of the State of Florida as they are now and hereinafter in force. Jurisdiction and venue of any litigation arising out of the Contract shall be exclusively in Indian River County, Florida. In the event of litigation to settle issues arising hereunder, the prevailing party in such litigation shall be entitled to recover against the other party its costs and expenses, including reasonable attorney fees, which shall include any fees and costs attributable to appellate proceedings arising on and of such litigation. SPECIAL CONDITIONS AND SPECIFICATIONS Any and all special conditions and Specifications attached hereto, which vary from these general conditions, shall have precedence. SELECTION PROCESS RFPs received by submittal deadline will be reviewed by the City of Sebastian City Manager's Office to determine if each Proposer has submitted the required information and mel all mandatory requirements. Those RFPs found to be non-responsive shall be rejected from further consideration. PRE -COMMENCEMENT MEETING A pre -commencement meeting shall be held prior to the start of this project. The condition of all areas of work and related grounds areas shall be recorded. The contractor shall be responsible for the correction 14 and/or repair of any additional damage to the facilities resulting from the related work, exclusive of the conditions noted at the pre -commencement meeting. PREPARATION EXPENSE Neither the City of Sebastian nor its representatives will be liable for any expenses incurred in connection with the preparation of any Bid. INDEMNIFICATION To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless the City of Sebastian and their consultants, agents and employees from and against all claims, damages, losses and expenses, direct, indirect or consequential (including but not limited to fees and charges of attorneys and other professionals and court and arbitration costs) arising out of or resulting from the performance of the work, provided that any such claim, damage, loss or expense (a) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the work itself) including the loss of use resulting therefrom and (b) is caused in whole or in part by any willful or negligent act or omission of Contractor, any subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by Law and Regulations regardless of the negligence of any such party. In any and all claims against the City of Sebastian or any of their consultants, agents or employees by any employee of Contractor, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the work or anyone for whose acts any of them may be liable, the indemnification obligation under the above paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for Contractor or any such Subcontractor or other person or organization under workers or workman's compensation acts, disability benefit acts or other employee benefit acts. It is the specific intent of the parties hereto that the foregoing indemnification complies with Florida Statute 725.06 (Chapter 725). It is further the specific intent and agreement of the parties that all of the Contract Documents on this project are hereby amended to include the foregoing indemnification and the "Specific Consideration" therefore. SOVEREIGN IMMUNITY Nothing is this RFP shall be construed to affect in any way the City's sovereign immunity as provided by law as set forth in Florida Statute 768.28. -f`I-14K[*J7 V i1VJ 7 c Contractor shall provide, pay for, and maintain in force at all times during the Project, such insurance, including Workers' Compensation Insurance, Employer's Liability Insurance, Comprehensive General Liability Insurance and Business Automobile Liability, as will assure to City of Sebastian of the protection contained in the foregoing indemnification and save harmless clauses undertaken by Contractor. The Comprehensive General Liability and Business Automobile Liability policies shall clearly identify the foregoing indemnification and save harmless clauses by the additional named insured endorsement under this article. Such policy or policies shall be issued by an insurance company authorized to do business in the State of Florida and be written by a resident agent licensed by The State of Florida. Contractor shall specifically 15 protect City of Sebastian by naming City of Sebastian of as an additional named insured under the Comprehensive General Liability Insurance and Business Automobile Liability policies hereinafter described. A current Certificate of Insurance meeting these requirements shall be evidence of the required coverage. Workers' Compensation Insurance Shall be provided for all employees in compliance with the "Workers' Compensation Law' of the State of Florida and all applicable Federal laws. In addition, the policy(ics) must include Employers' Liability with limits of One Hundred Thousand Dollars ($100,000.00) Each Accident, Five Hundred Thousand Dollars ($500,000.00) Each Disease, and One Hundred Thousand Dollars ($100,000.00) Aggregate by Disease. Comprehensive General Liability with minimum limits of Three Million Dollars ($3,000,000.00) per occurrence single limit for Bodily Injury Liability and Property Damage Liability. The policy shall not contain exclusions for explosion, collapse, or underground (X, C, tl) ba; ands. All policies shall be written on an occurrence basis where available. The required limits may be met by the issuance of an excess or umbrella coverage policy so long as the City of Sebastian is named as an additional insured on such policies. Coverage shall include: (a) Premises/Operations Liability on an occurrence basis. (b) Independent contractors. (c) Product and Completed Operations Liability on an occurrence basis. (d) Broad Form Property Damage (e) Broad Form Contractual Coverage applicable to this specific Agreement, including any hold harmless and/or indemnification agreement. (f) Personal Injury Coverage with Employees and Contractual Exclusions removed with minimum limits of coverage equal to those required for Bodily Injury Liability and Property Damage Liability. Business Automobile Liability with minimum limits of Three Million Dollars ($3,000,000.00) per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage most be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability Policy, without restrictive endorsements, as filed by the Insurance Services Office and most include: Owned vehicles Non -owned and hired vehicles Notice of Cancellation, Expiration and/or Restriction: The policies must be endorsed to provide City of Sebastian with thirty (30) days advanced written notice of cancellation, expiration, and/or restriction of coverage. Contractor shall furnish to the City Manager, Certificate(s) of Insurance evidencing the insurance coverage's required herein prior to final award by the City of Sebastian Commission. Such certificate(s) shall reference this agreement. The certificate holder shall be the City of Sebastian of to the attention of the City Manager. City of Sebastian reserves the right to require a certified copy of such policies upon request. All certificates shall state that City of Sebastian shall be given thirty (30) days prior written notice of cancellation and/or expiration. 16 The official title of the Owner is "City of Sebastian'. This official title shall be used in all insurance, or other legal documentation. City of Sebastian is to be included as "Additional Named Insured" with respect to liability arising out of operations performed for City of Sebastian by or on behalf of Contractor or acts or omissions of Contractor in connection with such operation. 17 SPECIFICATIONS FOR PAVEMENT MANAGEMENT OF DISTRICT ROADWAYS GENERAL An Owner's representative appointed by the CITY will oversee the work of the Contractor to determine if the work meets the required specifications. The CITY'S representative will judge the acceptability of the Work and have the authority to disapprove or reject any Work judged to be defective. Work Work under this section shall be based on the pavement management plan and treatment schedule as required in the report developed by the engineer. All work shall be reviewed by the CITY and engineer indicating that the treatment that was used on and particular section of roadway was the approved treatment and that it was applied as required. The following descriptions are for each of the various pavement treatments as may be required: • Rejuvenation • Fog Seal • Crack Sealing • Micro Surface • Chip Seal • Cape Seal • Hot Mix Asphalt Overlay (includes mill and overlay) • Asphalt Base • Full Depth Reclamation • Cold in Place Recycling • Graded Aggregate Base Standard Specifications SECTION 335 MICRO SURFACING 335-1 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. 18 The mix shall be a quick -traffic system that will be able to accept straight rolling traffic one hour after application. 335-2 Materials. 335-2.1 Emulsified Asphalt: 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-lh as listed in Table 335-1. The cement mixing test shall be waived for this product. The polymer material shall be co -milled into the asphalt or added to the emulsifier solution prior to the emulsification process. The amount of polymer modifier shall not be less than 3.0% polymer solids based on the asphalt content (by weight) and will be certified by the emulsified asphalt supplier. The 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 prior to use. 335-2.1.2 Quality Tests: The emulsified asphalt, and emulsified asphalt residue, shall meet the requirements of AASHTO M 208 for CSS -]h, with the following additions: Table 335-1 Quality Tests for Emulsified Asphalt AASHTO Test No. Emulsified As halt Property Specification Requirements 1 AASHTO T 59 Residue after�istillation O1 1 62% Minimum AASHTO T 59 Cement Mixing Not Required Quality Tests for Emulsified Asphalt Residue AASHTO T 53 1 Softening Point I 135°F (57°C) Minimum (1) Maintain the test temperature at 350°F (177°C) for 20 minutes. 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 Engineer for testing before use. A pretest number will then be assigned by the Engineer, and the pretest number shall be furnished with all emulsified asphalt delivered to the project. At any time 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. Where these tests identify material outside specification requirements, the Engineer may require the supplier to cease shipment of that pre -tested product. Further shipment of that pre -tested product to the owning agency's projects will remain suspended until the cause of the problem is evaluated and corrected by the supplier to the satisfaction of the Engineer. 19 335-2.2 Aggregate: 335-2.2.1 General: Use an aggregate consisting of 100% crushed stone. The aggregate shall be a crashed 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. Use aggregate source(s) from the list of aggregates available on the Florida Department of Transportation's website and also meeting the requirements of this specification. The URL for obtaining the list of aggregates is: ftp://ftp.dot.state.fl.us/fdot/smo/website/sources/frictioncourse.pdf . 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 AAS HTO Test No. Aggregate Property Specification Requirements AASHTO T 176 Sand Equiva ent 65 Minimum AASHTO T 104 Soundness 150X Maximum using Na,SO, or 25% Maximum using MgSO4 AASHTO T 96 Abrasion Resistance O) 30% Maximum (1) The abrasion test will be performed on the parent aggregate. 335-2.2.3 Gradation Requirements: When tested in accordance with FM 1-T 027 and FM I -T 011, the target (mix design) aggregate gradation, including the mineral filler, shall be within the gradation range for a Type 11 mixture shown in Table 335-3, Column H. Table 335-3 The aggregate will be accepted from the stockpile located at the project. The stockpile will be accepted based on five quality control gradation tests conducted in accordance with FM I -T 002. 20 Mix Design Graeation Requirements Sieve Size Type II Mix Design Range Stockpile Tolerance from Mix Design Percent Passing Percent Passing 3/8 inch 100 N/A No. 4 90-100 f 5% No.8 65-90. f5% No. 16 45-70 t 5% I No. 30 30-50 t5% I No. 50 18-30 ±4% I No. 100 10-21 t3% No. 200 5-15 f 2% The aggregate will be accepted from the stockpile located at the project. The stockpile will be accepted based on five quality control gradation tests conducted in accordance with FM I -T 002. 20 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 111, for any sieve size, remove the stockpiled material and replace it with new aggregate or blend other aggregate sources with the stockpiled material. Aggregates used in blending must meet the quality tests shown in Table 335-2 before blending and must be blended in a manner to produce a consistent gradation and sand equivalent value. If 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 Engineer for approval prior to production of the mix. The 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. Screen all stockpiled aggregates at the stockpile area prior to delivery to the paving machine to remove oversize material and non -desirable particles. 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. 335-2.4 Water: Utilize water that is potable and free of harmful soluble salts, reactive chemicals, or any other contaminants. 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. 335-2.6 Crack Filler: Utilize a crack filler meeting the material requirements of the crack sealing specification in this RFP. 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 (5) similar projects and have been developed using the specific materials to be used on the project. The mix design shall be developed by an 21 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, 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 3354 Mix Design Testing Requirements ISSA Test No. Property Specification Requirements I ISSA T13-139'" Wet Cohesion: @ 30 Minutes Minimum (Set) 12 kg -cm Minimum 0 60 Minutes Minimum (Traffic' 20 kg -cm or Near Spin Minimum ISSA TB -109 Excess Asphalt by Loaded Wheel 50 g/ft` Maximum Tester (LWT) Sand Adhesion ISSA TB -114 Wet Stripping 90% Minimum ISSA TB -100 Wet -track Abrasion Loss: One-hour Soak 50 g/ft' Maximum Six-day Soak 75 g/ft'- Maximum ISSA TB -147 Lateral Displacement 5% Maximum Specific Gravity after 1,000 Cycles 2.10 Maximum of 125 lb. ISSA TB -113`" Mix Time (a) 77°F (25°C) Controllable to 120 Seconds Minimum (1) The Cohesion test and Mixing Time test shouldbe 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 S reification Requirements 1 Residual Asphalt 5.5 to 1 �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) AdditivesI As needed Water 1 As required to produce proper mix consistency The materials (aggregates, emulsion, mineral filler, and additives) must be from the same source, grade and type used to develop the approved mix design. Any substitutions or alternate supplies 22 must be preapproved by the Engineer. Changes in the aggregate source or emulsion source requires re -validating the mix design and the performance properties. Blending, co -mingling and otherwise combining materials from two or more sources, grades or types 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. 3354 Equipment. 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. 3354.2 Miring 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 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 continuing to lay micro surfacing, thereby minimizing construction joints. Two self -loading machines may 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 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. 335-0.3 Proportioning Device: Provide and properly mark individual volume or weight controls for proportioning each material to be added to the mix (i.e., aggregate, mineral filler, emulsified asphalt, additives, and water). 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 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. 23 335-4.4.1 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 or hand work. 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 inch in depth may require multiple applications with the rut -filling box to restore the cross-section. When a rut box is used, emulsified asphalt content may be reduced by 0.5% of the mix design target. Any reduction of emulsified asphalt content must be within the tolerance of the job mix formulation listed in the mix design. Material placed with the rut -filling box shall have a 1/4 inch crown to allow for traffic consolidation. Before placing subsequent lifts, allow all rut -filling material to cure under traffic for at least 24 hours. 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. 335-5 Calibration. Calibrate each mixing unit to be used in the performance of the work in the presence of the Engineer prior to the start of construction. Previous calibration documentation covering the exact materials to be used may be acceptable, provided that no more than 60 days have lapsed. Document the individual calibration of each material at various settings, which can be related to the machine metering devices. Do not utilize any mixing unit on the project until the calibration has been completed and approved by the 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. 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 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. 335-7 Surface Preparation. 24 335-7.1 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 prior to applying the micro surfacing, clear the surface of all loose material, silt spots, vegetation, and other material that will negatively affect the quality of the micro surfacing, utilizing any standard cleaning method. If water is used for cleaning, allow any unsealed cracks to dry thoroughly before applying micro surfacing. Protect manholes, valve boxes, drop inlets and other service entrances from the micro surfacing mixture by a suitable method. The Engineer will approve the surface preparation prior to micro surfacing. No loose aggregate, either spilled from the lay -down machine or existing on the road, will be permitted. 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. 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. 335-8 Application. 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. Cary 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 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. 25 335-8.2 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 t 2 lbs/yd-7 of the specified rate. Application rates are based upon the weight of dry aggregate in the mixture. The maximum thickness of any single layer of micro surfacing at the edge of the pavement shall be 1/4 inch. Table 335-6 Application Rates AGGREGATE LOCATION APPLICATION RATE... TYPE Collectors, Local Single Double Application Roads, and Application: (two lifts): Airport Runways 20-24 lbs/yd' Bottom: 14-18lbs/yd '- Type II Top: 16-201bs/yd'- Total: 30-34 lbs/yd" Scratch or As Required — 12 Ib/yd' (minimum) Leveling Course (1) Application rates are based upon the weight of dry aggregate in the mixture. 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 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. 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. 26 335-8.5 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. 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. 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. 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. Additionally, clean the surface, as necessary, prior to application of the final pavement markings. 27 335-9 Quality Assurance. 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 back-up 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: L 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. 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 AsWalt - 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 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 28 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 Ib/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 Engineer prior to 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. 335-9.4 Experience: All contractors and their subcontractors shall be FDOT prequalified in the work classes of flexible paving and hot plant—mixed bitumen. courses. Bidders must submit with the bid a minimum of five (5) Micro -surfacing project references from a City or County in the State of Florida, that have been completed within the past three years. Bidders me required to submit detailed information: indicating the project date, number of square yards treated in each and phone number of the government official in charge of each project. Contractor shall be capable of meeting all the requirements of this specification at the time of the bid. The contractor shall have in their possession, in the State of Florida at the time of bidding, four (4) micro -surface truck mounted machines and two (2) self -loading machines as described in the equipment section of the specification. Staff shall have the option to inspect the Contractor's equipment and if found deficient, it may be the basis for rejection of Contractor's bid. 335-10 Basis of Payment. 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 perforating 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. 335-10.2 Payment Items: Payment will be made under: Item No. 335-1 Micro surfacing Per square yard Item No. 335-2 Rut fill/scratch course Perron Warranty: The Contractor shall provide the City or County upon final acceptance of the micro surfacing 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, bleeding, excessive raveling and aggregate loss exposing the old roadway surface. The Contractor shall perform all warranty work at no cost to the City or County. 29 CRACK FILLING/SEALING 1.1 Description All cracks within the specified area that are one quarter (1/4) inch or greater shall be properly prepared and sealed. Crack filling material must cure for a minimum of 30 days prior to application of the micro surfacing or asphalt concrete. 1.2 References All reference standards and specifications shall be the current issue or latest revision at the first date of tender advertisement. These specifications herein are in addition to the following standards, specifications or publications listed below: • ASTM D-5329: Standard Test Method for Sealants and Fillers, Hot -Applied, For Joints and Cracks in Asphaltic and Portland Cement Concrete Pavements. • ASTM D36: Standard Test Method for Softening Point of Bitumen (Ring -and -Ball Apparatus) • ASTM D311 I: Standard Test Method for Flexibility Determination of Hot -Melt Adhesives by Mandrel Bend Test Method. • ASTM DI13: Standard Test Method for Ductility of Bituminous Materials • ASTM D-2669: Standard Test Method for Apparent Viscosity of Petroleum Waxes Compounded with Additives (Hot Melts) • ASTM D4: Standard Test Method for Bitumen Content • ASTM D6690: Standard Specification for Joint and Crack Sealants, Hot Applied, for Concrete and Asphalt Pavements 13 Experience All contractors and their subcontractors shall be FDOT prequalified in the work classes of flexible paving and hot plant—mixed bitumen courses. Bidders must submit with the bid a minimum of five (5) Crack Seal project references from a City or County in the State of Florida, that have been completed within the past three years. Bidders are required to submit detailed information: indicating the project date, number of square yards treated in each and phone number of the government official in charge of each project. Contractor shall be capable of meeting all the requirements of this specification at the time of the bid. The contractor shall have in their possession, in the State of Florida at the time of bidding, three (3) or more crack seal machines as described in the equipment section of the specification. Staff shall have the option to inspect the Contractor's equipment and if found deficient, it may be the basis for rejection of Contractor's bid. 1.4 Submittals a) The CONTRACTOR shall submit to the Project Manager the specifications sheets along with the manufacturers suggested installation procedures of the type of crack seal that is to be used. b) A log sheet shall be maintained during the crack seal operations. The original of this log sheet shall be supplied to the Project Manager. A minimum of the following information shall be recorded: 1. Date, time and amount added to the melter. The lot number from each box A added shall be also recorded. 2. Road name, date, time application process starts, amount installed, time application process ends. 3. Weather conditions. C) The CONTRACTOR shall supply the Project Manager with tickets and the corresponding actual lot numbers removed from the boxes, showing the amount of gallons used for each road. d) A log of all herbicides, if any, shall be kept and a copy shall be supplied to the Project Manager within one (1) week of spraying. This log shall include the type of material, mixture rate, application rate, location, date, and time of application. 1.5 Materials a) Crack Seal: Crack sealer product shall be Cmfeo PolyFlex Type 3, product # 34521 or equivalent. It shall be an asphalt based product designed to be used to fill cracks and joints in asphalt. It shall have the ability to seal out water. b) Blotting Material: If required the blotting material shall be an aggregate such as cement dust, Crafco Detack or equivalent, or other cover aggregate approved by the Project Manager. 1.6 Equipment a) Crack Sealant Application Equipment: Equipment used to install the sealant into the cracks shall be as specified by the manufacturer and shall have the ability to fill cracks with two wands at the same time and maintain the proper temperature of the sealant throughout the sealing process. This heating unit shall be a jacketed double boiler melter and shall be equipped with an agitation system. The applicator hose's shall have a recirculation system or be equipped with a temperature controlled heating system. Pouring pots or gravity -fed sealant applicators shall not be used for sealing cracks and joints. b) Compressor: The compressor shall be 75 C.F.M. capacity, or more, to ensure an adequate supply of air to effectively clean the joints. Any pneumatic toot lubricator must be bypassed and a filter installed on the discharge valve to keep water and oil out of the lines. C) Hot Compressed Air Equipment: A hot compressed air lance shall be used to clean, dry and pre -heat cracks prior to applying sealant. The air lance shall consist of a compressor propane system providing a high temperature, high velocity blast of air. d) Crack Cleaning Equipment: Cleaning of excess debris shall be done by means of power sweepers, hand brooms, or air brooms. 1.7 Work Methods a) Weather: No sealant shall be installed unless the ambient and pavement temperature are 400 and rising. There shall be no fog and no chance of rain. Any 0 cracks that are not sealed the same day they are prepared shall be blown out with compressed air before the sealing operation continues. If rain or fog delays the sealing operation, the cracks shall be allowed to dry and shall have additional cleaning as required to remove any debris that may have been washed into the crack by rain. The cracks shall be completely dry before the seal treatment can resume. The Contractor may use the Hot Compressed Air Lance method of cleaning and drying the cracks with the approval of the Project Manager. Care shall be taken to not overheat the existing asphaltic concrete surface if this method is used. b) Surface Preparation: Prior to starting any application process the CONTRACTOR shall be responsible for removing any existing din and vegetation that is on the asphalt. C) Crack Cleaning: All cracks and joints shall be cleaned free of all deleterious materials, including any dust, old sealant, incompressible, and organic material. When vegetation exists in the cracks and joints, it shall be removed by either using propane torch or treated with an herbicide that sterilizes the soil. The method of removal is subject to the approval of the Project Manager. If an herbicide is used it shall be applied according to the manufacturer's specifications and shall be applied ahead of the operations so that the weed is totally browned. The applicator of the herbicide shall have the proper State of Florida Pesticide Applicators License. A copy of this license shall be supplied to the Project Manager upon request. A log of all herbicides shall be kept as specified in the section 1.4 Submittals and a copy shall be supplied to the Project Manager. All cracks are to be clean and are sufficiently dry before any crack sealing material is applied. All cracks shall be blown clean by high pressure air. All old material and other debris removed from the cracks shall be removed from the pavement surface immediately. Any cracks that are not sealed the same day they are prepared shall be blown out with compressed air before the sealing operation continues. d) Sealant Heating: The temperature of the sealant shall be heated and maintained using the manufacturer's recommended procedures. The sealant compound shall be melted slowly with constant agitation until it is in a lump -free, free-flowing state, within the temperature range recommended by the manufacturer for application. Care shall be taken to insure that the sealant is not heated above the manufacturer's recommended maximum temperature or for longer than the recommended application life. The Project Manager shall have the right to reject the product if it is determined that this has occurred. C) Sealant Application: The sealant shall be applied in the crack orjoint reservoir uniformly from the bottom to the top and shall be filled without formation of entrapped air or voids. The sealant shall be installed so that it is recessed approximately one eight (1/8) inch below the pavement surface to prevent tracking. Sealant shall be applied to slightly overfill the reservoir and then struck off using a "V" shaped squeegee. The remaining squeegee material shall be flush with the pavement surface. In no case shall the width of excess material on the pavement surface exceed (4) inches. At no time shall the sealant be in excess of one sixtieth (1 /16) inch above the adjacent C surface and shall extend no more than one and a half (1.5) inches from the crack edges. Each wand shall have removable heads so that variable width discs from two (2) to four (4) inches may be installed at the Project Managers request. Blotting Application: When traffic requires immediate use of the roadway, a blotting material shall be broadcast or sprayed over the fresh sealant to prevent it from being picked up and tracked. Any excessive or spilled sealer shall be removed by the CONTRACTOR using approved methods. • During the period of construction and the warranty period the CONTRACTOR shall be responsible for processing any and all claims for property damage and or bodily injury caused by the failure of the Crack Sealing including but not limited to, motor vehicles or pedestrians. The CONTRACTOR shall be responsible for the payment of all property damage and bodily injury claims and agrees to save and hold harmless the COUNTY from all such claims. Claims not handled by the CONTRACTOR or their representative in the proper manner, will be settled by the COUNTY. The COUNTY shall recover all costs from the CONTRACTOR. The CONTRACTOR shall be responsible for any claims of tracking as part of this specification. If there is a claim the CONTRACTOR shall be responsible for: l) Applying more blotting material as necessary. 2) Address the tracked material by either removing or repairing the object that was affected. 1.8 Method of Measurement. The measurement shall be made in amount of gallons of crack seal applied to the road, and shall be supported by the submittals as outlined in Section 1.4 Submittals, paragraph b. The amount of crack sealer shall be reported and invoiced for each road. 1.9 Basis of Payment. Crack Sealing shall be based on a price per gallon. The unit price as shown on the Bid Sheet "Sealing" or "Routing and Sealing" shall be all inclusive to include cleaning, sealing, FDOT traffic control, mobilization and any other incidentals required to provide the COUNTY with a final product that will meet the specifications as described in the crack sealing section. All invoices shall contain the purchase order number, invoice date, itemized work detail including the amount of product applied to each road date of service specific to each location, appropriate retention, person to contact and their phone number for billing questions and location of delivery or service, and confirmation of acceptance of the goods or services by the appropriate COUNTY representative. 2.0 Deficiencies and Repairs a) Where the sealant subsides in the crack by more than 118 inch below the adjacent pavement surface, except where the pavement will be immediately overlaid, the surface of the sealant shall be cleaned and topped up. b) The sealant shall be removed, the routed crack rerouted at the Project Manager's discretion, and resealed if any of the following occur: u i) the sealant contains imbedded foreign material other than dusting material; ill the sealant contains entrapped air bubbles; iii) the sealant has de -bonded or pulled away from the crack; or iv) the sealant has been excessively heated. ASPHALTIC SURFACE TREATMENT (CHIP SEAL) SPECIFICATIONS The work specified in this section consists of famishing and applying a single or double application of bituminous surface treatment on a paved roadway or on a prepared road base, compacted to the lines, grades, and thickness established by the City and in substantial conformance with the limits established by the owner. Description: Chip Seal is a pavement surface treatment option that combines a layer of polymer modified liquid asphalt emulsion placed on a prepared base with a layer of aggregate spread and compacted while the asphalt is still liquid. Materials: Aggregates: Crushed granite conforming to FDOT 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 results from the aggregate supplier shall be furnished to the owner prior to the start of the surface treatment. All aggregate, #89, #78 and #67 shall he treated prior to application with Emulsified Asphalt Grade CSS -1H at the rate of .4% to .8% residual asphalt. All aggregate, clean broken stone, shall be pre -coated with an asphaltic material prior to the oil and chip process. All of the stone 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 -IH shall coat the entire surface of all of the aggregate. The pre -coating process is to take place at a location that is approved by the City. 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 items surface treatment CRS -2P and asphaltic pre -coated cover material, clean broken stone. Payment shall not be made for the surface treatment/pre-coated cover material, clean broken stone unless a representative of the City is present to observe the pre -coating process. Liquid bituminous material for surface treatment: CRS -21? liquid bituminous material conforming to AAS14TO M 316-99. When CRS -2P is specified apply the following modifications: a.) Distill the CRS -21? at 400°F for 20 min. and b.) Provide Polymer -Modified Cationic Emulsified Asphalt, CRS -21? produced by using polymer modified base asphalt only. The emulsion shall be pumpable and suitable for application through a distributor truck. E The Cationic mixing grade shall be homogenous and of high quality. The material shall be prepared from stmight-ran Asphalt of high ductility and shall contain a rubber hydrocarbon additive derived from latex in addition to carefully controlled amounts of selected diluents to promote work ability and minimize stripping. Additives that enhance pavement performance are subject to approval by 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. Cationic As halt Emulsion Material Designation Test on Emulsion: Viscosity, Sa_�bolt Fmol, 77 degrees F (25 C), s Viscosi. Saybolt, 122 degrees F (50 C), s Demulstbilit_ ,, 35ml, 0.8 percent DSS, % Neve Test, N Storage Stability Residue by Distillation, 350"F max, % Oil distillate, % by volume of emulsion Residue Test, ASTM D 244 Low Temp Penetration, 77°F, 100gr, 5 sec Elastic Recovery, ASTM D 6084, method B, 77°F, 5 cm/min, % SofteninQQ��Point,°F Solubility in Trichloroethylene, % minim= Maximum 100 400 70 - - 0.1 1 65 --- --- 0.5 Minimum Maximum 70 150 50 - 125 97.0 Material Samples: The City will require the Contractor to sample and test each load of emulsion prior to delivery. The Contractor will also provide a sample of the emulsion, on site, prior to 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 for the analyzing of 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 of substandard. All samples shall be shipped and stored in clean air tight sealed wide mouth jars or bottles made of plastic. Equipment Distributor: The liquid bituminous material shall be applied with a truck mounted, pressure distributor that has been calibrated within the previous twelve (12) months, for transverse and longitudinal application rate. The distributor shall be equipped, maintained and operated so that the bituminous material can be applied at controlled temperatures and rates from .035 to 1.5 gallons per square yard. The distributor shall be capable of applying bituminous material of variable widths up to twenty four (24) feet. The distributor shall uniformly apply the bituminous material to the specified rate with a maximum allowed variation of 0.015 gallons per square yard. Distributor equipment shall include tachometer, accurate volume measuring device, a calibrated tank and a thermometer for measuring the temperature of the tank's contents. Distributors shall be equipped with a heating device, asphalt pump and full circulating spray bars adjustable laterally and vertically. Distributors and transport trailers shall be equipped with a sampling valve. Distributor trucks shall be of the pressure type with insulated tanks. The use of gravity distributors will not be permitted. The valves shall be operated by levers so that one or all valves may be quickly opened or closed in one operation. The valves which control the flow from nozzles shall act positively so as to provide a uniform unbroken spread of bituminous material on the surface. The distributor shall be equipped with devices and charts to provide for accurate and rapid determination and control of the amount of bituminous material being applied and with a bitumeter of the auxiliary wheel type registering speed in feet per minute, and trip and total distance in feet. Two distributor trucks will be required on all projects. Aggregate Spreader: The aggregate spreader shall be a self-propelled unit capable of uniformly spreading the aggregate at the required rate on a minimum width of six (6") inches wider than the width of the lane to be treated. The spreader shall be calibrated within the previous twelve (12) months for transverse and longitudinal application. The spreader shall be capable of extending to a width of 24 feet. The spreader shall be equipped with a computer -controlled aggregate/chip spreader in order to ensure the appropriate aggregate coverage at varying speeds, unless approved otherwise by Engineer. Rollers: The contractor shall use one, ten (10) ton steel wheeled roller and two eight (8) to twelve (12) ton self- propelled pneumatic tire rollers with oscillating wheels and low pressure, smooth tires. Maintain the inflation of the tires such that in no two tires the air pressure varies more than 5 psi. The rollers will be equipped with an operating water system and coco pads. A sufficient number of rollers and a sufficient number of passes shall be used to ensure cover aggregate is properly rolled. Self -Propelled Rotary Power Broom: The self-propelled rotary broom shall be designed, equipped, maintained and operated so the pavement surface can be swept clean. The broom shall have an adjustment to control the downward pressure. Additional equipment: Additional equipment will be needed to complete the operations required by this technical provision. All equipment necessary for the successful completion of projects governed by this technical provision shall be included in the unit costs associated herein. Availability of quality assurance devices (such as a 10' straight edge) shall be the responsibility of the Contractor. Experience: All contractors and their subcontractors shall be FDOT prequalified in the work classes of drainage, flexible paving, grading, and hot plant—mixed bitumen courses. Bidders must submit with the bid a minimum of five (5) Chip Seal project references from a City or County in the State of Florida that have been completed within the past three years. Bidders may be required to submit detailed information regarding the staff that they propose for this project. The Contractor shall be capable of meeting all the requirements of this specification at the time of the bid. The Contractor shall have in their possession, in the State of Florida at the time of bidding, two (2) or more aggregate spreaders and distributors as described in the equipment section of the specification. Staff shall have the option to inspect the Contractor's equipment and if found deficient, it shall be the basis for rejection of Contractor's bid. J Construction Layout: The Contractor will be responsible for the string lining and lay out of the roadway prior to paving. Weather and Seasonal limitations: The surface treatment shall not be applied to a wet surface or when min is occurring or the threat of rain is present immediately before placement. The surface treatment shall not be applied when the temperature is less than 50 degrees Fahrenheit in the shade. When applying emulsions, the temperature of the surface shall be a minimum of 55°F, and no more than 140°F. Preparation of Surface: The chip seal material shall be placed on a firm unyielding prepared roadway. The 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 make sure the road is free of loose aggregate and other debris. On unpaved surfaces the Contractor shall apply a prime and uniformly cover the primed base by a light application of cover material. However, if using EPR -I prime material, the Engineer may waive the cover material requirement if the primed base is not exposed to general traffic and construction traffic does not mar the prime coat so as to expose the base. Application of bituminous material: Liquid bituminous material shall be applied by means of a pressure type distributor in a uniform, continuous spread over the section to be treated. The distributor shall be moving forward at the proper speed when the liquid is discharged onto the pavement to provide an even and consistent application at the rate prescribed. If any areas are deficient the operation shall be stopped and corrected immediately. The liquid shall not be applied more than two hundred (200') feet in advance of the aggregate spreader when the ambient air temperature is above 75 degrees or one hundred (100') feet if the air temperature is below 75 degrees. • Single Chip Seal: Application of the liquid bituminous material shall be applied at a rate o£.38 -.45 gallons per square yard depending on the composition of the existing road bed, surface texture and the size of the aggregate in use. • Double Chip Seal: The second application of liquid bituminous material shall be applied at a rate of .38 - .42 gallons per square yard depending upon the size of the first layer of aggregate that the liquid is sprayed upon and the size of the aggregate being placed over the first application of surface treatment. Application of cover Aggregate: Immediately following the spray application of the liquid bituminous material, cover aggregate shall be spread over the liquid material at a rate of 25 — 30 lbs square yard depending upon the type of road base and/or the size of the existing aggregate that is being resurfaced. Rolling: Immediately following the fust application of the cover material, roll the entire surface with a pneumatic roller, followed immediately with the steel drum roller. Cover the entire surface one time with the steel drum roller. Then, roll the cover material again with the pneumatic roller. Continue rolling as long as necessary to ensure thorough keying of the cover aggregate into the liquid bituminous material. Eliminate the steel drum when rolling the second application of cover aggregate. Apply the second application of liquid and cover material the same day as the first application, as far as it is practicable and consistent with the setting of the liquid bituminous material Sweeping: After rolling of the first application of cover aggregate, lightly broom the loose aggregate in a manner not to dislodge the aggregate embedded in the liquid. Sweep loose material from road bed. Following second application again broom loose aggregate from the road bed prior to the application of the fog seal. If temperatures exceed 85 degrees, it may be necessary to wait 24 hours before sweeping the first application of chip seal. Fog Seal: Upon direction from the engineer, fog seal is to be applied as a separate pay item. When surface treatment has set, a fog seal is to be applied at a rate of .I to .15 gallons per square yard to the entire surface treatment. The liquid for fog seal shall be a cationic mixing type emulsion diluted forty (40%) percent with water. If sanding is needed, the fog seal shall be lightly sanded at a rate of plus or minus two (2) pounds per square yard by means of a mechanical spreader. General Performance: Provide completed pavement which performs to thesatisfaction of the engineer without bleeding, rutting, shoving, raveling, stripping, or showing other types of pavement distress or unsatisfactory performance. 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 mix until rolling and blotting has been completed. The Contractor shall have on site an M.O.T. person with no less than an Intermediate certification and submit an M.O.T plan indication all facets of traffic control for the project area. The MOT plan must be approved in writing by the City prior to commencing any work. All traffic control shall be in accordance with the FDOT Roadway Design Standards, most current edition and TP -102. M.O.T. and associated devices shall be checked daily and periodically throughout the project for compliance; and where adjustments or corrections are needed, prompt revisions shall be made. Method of Measurement: If a pay item is listed on the Bid Form for work required in this Tmhaical Provision, the quantity to be paid shall be as specified in the Bid Form including all items of work described herein. Any item necessary for Chip Seal, and not specifically listed in another item in the Bid Form, shall be included 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. The prime contractor must perform at least 51 % or more of the project that includes Chip Seal. Basis of Pavment: 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 as listed in the Bid Form. 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 for the completion of 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. Cape Seal will be the combined price per SY of a Single Chip Seal and a Double Micro -surface. Cabe Seal Applications: For Cape Seal applications a Single Chip Seal with #89 stone (treated with CSS -1 H) aggregate will be applied to the roadway. After sweeping the single chip seal in 24 to 48 hours a double micro -surface 30-34lbs./SY will be applied. (See Micro -surfacing Specifications and warranty) SECTION 320 HOT MIX ASPHALT - PLANT METHODS AND EQUIPMENT 320-1 General. This Section specifies the basic equipment and operational requirements for hot mix asphalt (including warm mix asphalt) production facilities used in the construction of asphalt pavements and bases. Establish and maintain a quality control system that provides assurance that all materials and products submitted for acceptance meet Contract requirements. 320-2 Quality Control (QC) Requirements. 320-2.1 Minimum Producer QC Requirements: Perform as a minimum the following activities: 1. Stockpiles: a. Assure materials are placed in the correct stockpile; b. Assure good stockpiling techniques; c. Inspect stockpiles for separation, contamination, segregation, and other similar items; d. Properly identify and label each stockpile. 2. Incoming Aggregate: a. Obtain gradations and bulk specific gravity (G.) values from aggregate supplier for reference; b. Determine the gradation of all component materials and routinely compare gradations and (Gsb ) values to mix design. 3. Cold Bins: a. Calibrate the cold gate/feeder belt for each material; b. Determine cold gate/feeder belt settings; c. Observe operation of cold feeder for uniformity; d. Verify accuracy of all settings; e. Verify that the correct components are being used, and that all modifiers or additives or both are being incorporated into the mix. 4. Batch Plants: a. Determine percent used and weight to be pulled from each bin to assure compliance with the mix design; b. Check mixing time; c. Check operations of weigh bucket and scales. 5. Drum Mixer Plants: a. Determine aggregate moisture content; b. Calibrate the weigh bridge on the charging conveyor. 6. Control Charts: Maintain QC data and charts (updated daily) for all QC Sampling and Testing and make available upon demand. Provide the following charts: a. All components used to determine the composite pay factor (No. 8 sieve, No. 200 sieve, asphalt binder content, air voids, and density); b. Gradation of incoming aggregate; C. Gradation, asPha¢ binder content and rnaxirnu m specific gravity (C k d. Any other test result or material characteristic (as determined by the Contractor) necessary for process control. The above listed minimum activities are to be considered normal activities necessary to control the production of hot mix asphalt at an acceptable quality level. Depending on the type of process or materials, some of the activities listed may not be necessary and in other cases, additional activities may be required. The frequency of these activities will also vary with the process and the materials. When the process varies from the defined process average and variability targets, the frequency of these activities will be increased until the proper conditions have been restored. 320-2.2 Minimum Process Control Testing Requirements: Perform, as a minimum, the following activities at the testing frequencies provided in Table 320-1. QC tests used in the acceptance decision may be used to fulfill these requirements. RAP Table 320-1 Once per 1,000 tons RAP RAP Asphalt Plant - Materials Testing Frequencies Once per 1,000 tons RAP Material Property Minimum Testing Frequency Aggregate Gradation Once per 1,000 tons of incoming *If less than 100 was of mix is produced on each of successive days of production, resulting aggregate Asphalt Mix Asphalt Binder Content If daily production>100 tons, once per day; If daily production > 1,000 tons, twice per day. * Asphalt Mix Bulk Specific Gravity (Grob) If daily production> 100 tons, once per day; If daily production > 1,000 tons, twice per day. * Asphalt Mix Gradation If daily production> 100 tons, once per day; If daily production > 1,000 tons, twice per day. * Asphalt Mix Maximum Specific Gravity If daily production> 100 tons, (G per day; If daily production man)once > 1,000 tons, twice per day. * Asphalt Mix Temperature Each of first 5 loads, then once every 5 loads thereafter, per day per mix design. RAP Asphalt Binder Content Once per 1,000 tons RAP RAP Gradation Once per 1,000 tons RAP RAP Maximum Specific Gravity Once per 5,000 tons RAP (Gany) *If less than 100 was of mix is produced on each of successive days of production, resulting in a cumulative quantity ofgraa ct, than 100 tons, than perform the indicated test. 320-2.3 Personnel Qualifications: Provide QC Technicians in accordance with Section 105. 320-2.4 Hot Mix Asphalt Testing Laboratory Requirements: Famish a fully equipped asphalt laboratory at the production site. The laboratory must be qualified under the Department's Laboratory Qualification Program, as described in Section 105. ht addition, the laboratory shall meet the following requirements: 1. Area - The effective working area of the laboratory shall be a minimum of 180 square feet, with a layout of which will facilitate multiple tests being run simultaneously by two technicians. This area does not include the space for desks, chairs and file cabinets. Any variations shall be approved by the Engineer. 2. Lighting - The lighting in the lab must be adequate to illuminate all areas of the work. 3. Temperature Control - Equip the lab with heating and air conditioning units that provide a satisfactory working environment. 4. Ventilation - Equip the lab with exhaust fans that will remove all hazardous fumes from within the laboratory in accordance with OSHA requirements. 5. Equipment and Supplies - Furnish the lab with the necessary sampling and testing equipment and supplies for performing contractor QC and Department Verification Sampling and Testing. A detailed list of equipment and supplies required for each test is included in the appropriate FDOT, AASHTO, or ASTM Test Method. In the event testing equipment goes out of service during production, the Contractor may elect to use replacement equipment at another laboratory qualified, as described in Section 105, for up to 72 hours upon notification of the Engineer. 6. Personal Computer - Provide a personal computer capable of running a Microsoft Excel'" spreadsheet program, along with a printer. 7. Communication - Provide a telephone and fax machine (with a private line) for the use of the testing facility's QC personnel. In addition, provide an internet connection capable of uploading data to the Department's database and for e-mail communications. 320-3 Requirements for AB Plants. 320-3.1 General: Design, manufacture, coordinate, and operate the asphalt plant in a manner that will consistently produce a mixture within the required tolerances and temperatures specified. 320-3.2 Electronic Weigh Systems: Equip the asphalt plant with an electronic weigh system that has an automatic printout, is certified every six months by an approved certified scale technician, and meets monthly comparison checks with certified track scales as specified in 320-3.2.4. Weigh all plant produced hot mix asphalt on the electronic weigh system, regardless of the method of measurement for payment. Include, as a minimum, the following information on the printed delivery ticket: 1. Sequential load number 2. Project number 3. Date 4. Name and location of plant 5. Mix design number 6. Place for hand -recording mix temperature 7. Truck number 8. Gross, tare, and net tonnage per truck (as applicable) 9. Daily total tonnage of mix for the mix design Print the delivery ticket with an original and at least one copy. Furnish the original to the Engineer at the plant and one copy to the Engineer at the paving site. Utilize any one of the following three electronic weigh systems. 320-3.2.1 Electronic Weigh System on the Truck Scales: Provide an electronic weigh system on all truck scales, which is equipped with an automatic recordation system that is approved by the Engineer. Use scales of the type that directly indicates the total weight of the loaded truck. Use scales meeting the requirements for accuracy, condition, etc., of the Bureau of Weights and Measures of the Florida Department of Agriculture, and re -certify such fact every six months, either by the Bureau of Weights and Measures or by a registered scale technician. M 320-3.2.2 Electronic Weigh System on Hoppers Beneath a Surge or Storage Bin: Provide an electronic weigh system on the hopper (hopper scales or load cells) beneath the surge or storage bin, which is equipped with an automatic recordation system approved by the Engineer. 320-3.2.3 Automatic Batch Plants with Printout: For batch plants, provide an approved automatic printer system which will print the individual or cumulative weights of aggregate and liquid asphalt delivered to the pugmill and the total net weight of the asphalt mix measured by hopper scales or load cell type scales. Use the automatic printer system only in conjunction with automatic batching and mixing control systems that have been approved by the Engineer. 320-3.2.4 Monthly Electronic Weigh System Comparison Checks: Check the accuracy of the electronic weighingsystem at the commencement of production and thereafter at least every 30 days during production by one of the following two methods and maintain a record of the weights in the Scale Check Worksheet. 320-3.2.4.1. Electronic Weigh System on Truck Scales: 1. The Engineer will randomly select a loaded track of asphalt mix, a loaded aggregate haul truck, or another vehicle type approved by the Engineer and record the truck number and gross weight from the Contractor's delivery ticket. 2. Weigh the selected truck on a certified track scale, which is not owned by the Contractor and record the gross weight for the comparison check. If another certified track scale is not available, the Engineer may permit another set of certified truck scales owned by the Contractor to be used. The Engineer may elect to witness the scale check. 3. The gross weight of the loaded track as shown on the Contractor's delivery ticket will be compared to the gross weight of the loaded track from the other certified truck scale. The maximum permissible deviation is 8 pounds per ton of load, based on the certified track scale weight. 4. If the distance from the asphalt plant to the nearest certified track scale is enough for fuel consumption to affect the accuracy of the comparison checks, a fuel adjustment may be calculated by using the truck odometer readings for the distance measurement, and 6.1 miles per gallon for the fuel consumption rate, and 115 ounces per gallon for fuel weight. 5. During production, when an additional certified truck scale is not available for comparison checks, the Engineer may permit the Contractor to weigh the track on his certified scales used during production and then weigh it on another certified track scale, as soon the other scale is available for the comparison checks. In addition to the periodic checks as specified above, check the scales at any time the accuracy of the scales becomes questionable. When such inaccuracy does not appear to be sufficient to seriously affect the weighing operations, the Engineer will allow a period of two calendar days for the Contractor to conduct the required scale check. However, in the event the indicated inaccuracy is sufficient to seriously affect the mixture, the Engineer may require immediate shut -down until the accuracy of the scales has been checked and necessary corrections have been made. Include the cost of all scale checks in the bid price for asphalt concrete, at no additional cost to the Department. 320-3.2.4.2. Electronic Weigh System on Hoppers Beneath a Surge or Storage Bin and Automatic Batch Plants with Printout: 1. The Engineer will randomly select a loaded truck of asphalt mix and record the track number, and the net weight of the asphalt mix from the Contractor's delivery ticket. 2. Weigh the selected truck on a certified track scale, which is not owned by the Contractor and record the gross weight for the comparison check. If another certified track scale is not available, the Engineer may permit another set of certified truck scales owned by the Contractor to be used. The Engineer may elect to witness the scale check. 3. Deliver the asphalt mix to the project, and then weigh the selected empty truck on the same certified track scales. Record the tare weight of the truck. 0 4. Compare the net weight of the asphalt mix from the delivery ticket to the calculated net weight of the asphalt mix as determined by the certified truck scale weights. The maximum permissible deviation is 8 pounds per ton of load, based on the certified truck scale weight. 5. Use the fuel adjustment as specified in 320-3.2.4.1(4), when the distance from the asphalt plant to the nearest certified truck scale is enough for fuel consumption to affect the accuracy of the comparison checks. 6. During production, when an additional certified truck scale is not available for comparison checks, the Engineer may permit the Contractor to load a truck with aggregate from the pugmill, surge or storage bin, and follow the above procedures to conduct the comparison checks as soon as certified truck scale is available. If the check shows a greater difference than the tolerance specified above, then recheck on a second set of certified scales. If the check and recheck indicate that the printed weight is out of tolerance, have a certified scale technician check the electronic weigh system and certify the accuracy of the printer. While the system is out of tolerance and before its adjustment, the Engineer may allow the Contractor to continue production only if provisions are made to use a set of certified truck scales to determine the truck weights. 320-3.3 Asphalt Binder: Meet the following requirements: 320-3.3.1 Transportation: Deliver the asphalt binder to the asphalt plant at a temperature not to exceed 370°F, and equip the transport tanks with sampling and temperature sensing devices meeting the requirements of 300-3.2. 320-3.3.2 Storage: Equip asphalt binder storage tanks to heat the liquid asphalt binder to the temperatures required for the various mixtures. Heat the material in such a manner that no flame comes in contact with the binder. Heat or insulate all pipe lines and fittings. Use a circulating system of adequate size to ensure proper and continuous circulation during the entire operating period. Locate a thermometer, reading from 200 to 400°F, either in the storage tank or in the asphalt binder feed line. Maintain the asphalt binder in storage within a range of 230 to 370°F in advance of mixing operations. Locate a sampling device on the discharge piping exiting the storage tank or at a location as approved by the Engineer. Provide a metal can of one quart capacity for binder sampling at the request of the Engineer. 320-3.4 Aggregate: Meet the following requirements: 320-3.4.1 Stockpiles: Place each aggregate component in an individual stockpile, and separate each from the adjacent stockpiles, either by space or by a system of bulkheads. Prevent the intermingling of different materials in stockpiles at all times. Identify each stockpile, including RAP, as shown on the mix design. Form and maintain stockpiles in a manner that will prevent segregation. If a stockpile is determined to be segregated, discontinue the use of the material on the project until the appropriate actions have been taken to correct the problem. 320-3.4.2 Blending of Aggregates: Stockpile all aggregates prior to blending or placing in the cold feed bins. If mineral filler or hydrated lime is required in the mix, feed or weigh it in separately from the other aggregates. 320-3.4.2.1 Cold Feed Bin: Provide a separate cold feed bin for each component of the fine and coarse aggregate required by the mix design. Equip the cold feed bins with accurate mechanical means for feeding the aggregate uniformly into the dryer in the proportions required for the finished mix to maintain uniform production and temperature. When using RAP as a component material, prevent any oversized RAP from being incorporated into the completed mixture by the use of a grizzly or grid over the RAP bin; in-line roller or impact crusher, screen; or other suitable means. If oversized RAP material appears in the completed 7 recycled mix, take the appropriate corrective action immediately. If the appropriate corrective actions are not immediately taken, stop plant operations. Use separate bin compartments in the cold aggregate feeder that are constructed to prevent any spilling or leakage of aggregate from one cold feed bin to another. Ensure that each cold feed bin compartment has the capacity and design to permit a uniform flow of aggregates. Mount all cold feed bin compartments over a feeder of uniform speed, which will deliver the specified proportions of the separate aggregates to the drier at all times. If necessary, equip the cold feed bins with vibrators to ensure a uniform flow of the aggregates at all times. 320-3.4.2.2 Gates and Feeder Belts: Provide each cold feed bin compartment with a gate and feeder belt, both of which are adjustable. to assure the aggregate is proportioned to meet the requirements of the mix design. 320-3.4.3 Screening Unit: Remove any oversized pieces of aggregate by the use of a scalping screen. Do not return this oversized material to the stockpile for reuse unless it has been crushed and reprocessed into sizes that will pass the scalping screen. Ensure that the quantity of aggregates being discharged onto the screens does not exceed the capacity of the screens to actually separate the aggregates into the required sizes. 320-3.5 Dryer: Provide a dryer of satisfactory design for heating and drying the aggregate. Use a dryer capable of heating the aggregate to within the specified temperature range for any mix, and equip the dryer with an electric pyrometer placed at the discharge chute to automatically register the temperature of the heated aggregates. 320-3.6 Asphalt Binder Control Unit: Provide a satisfactory means, either by weighing, metering, or volumetric measuring, to obtain the proper amount of asphalt binder material in the mix, within the tolerance specified for the mix design. 320-3.7 Contractor's Responsibilities: Acceptance of any automatic delivery ticket printout, electronic weight delivery ticket, other evidence of weight of the materials or approval of any particular type of material or production method will not constitute agreement by the Department that such matters are in accordance with the Contract Documents and it shall be the Contractor's responsibility to ensure that the materials delivered to the project are in accordance with the Contract Documents. 320-4 Additional Requirements for Batch Plants. 320-4.1 Heating and Drying: Heat and dry the aggregate before screening. Control the temperature of the aggregate so the temperature of the completed mixture at the plant falls within the permissible range allowed by this Section. 320-4.2 Gradation Unit: Provide plant screens capable of separating the fine and coarse aggregates and of further separating the coarse aggregate into specific sizes. In addition, equip the gradation unit with a scalpingscreen to restrict the maximum size of the aggregates. In the event that the plant is equipped with cold feed bins that are capable of adequately controlling the gradation of the mixture, the use of plant screens is optional. 320-4.3 Hot Bins: Provide storagebins of sufficient capacity to supply the mixer when it is operating at full capacity. Provide hot bins with divided compartments to ensure separate and adequate storage of the appropriate fractions of the aggregate. Equip each compartment with an overflow chute of suitable size and location to prevent any backing up of material into other bins. 320-4.4 Weigh Box or Hopper: Equip the batch plant with a means for accurately weighing each bin size of aggregate and the mineral filler into the weigh box or hopper. 3204.5 Pugmills: Utilize a pugmill capable of mixing the aggregate and the asphalt binder. n 320-5 Additional Requirements for Drum Mixer Plants 320-5.1 Weight Measurements of Aggregate: Equip the plant with a weigh -in -motion scale capable of measuring the quantity of aggregate (and RAP) entering the dryer. 320-5.2 Synchronization of Aggregate Feed and Asphalt Binder Feed: Couple the asphalt binder feed control with the total aggregate weight device, including the RAP feed, in such a manner as to automatically vary the asphalt binder feed rate as necessary to maintain the required proportions. 320-5.3 Hot Storage or Surge Bins: Equip the plant with either a surge bin or storage silo that is capable of storing an adequate amount of material to assure a uniform and consistent product. 320-6 Preparation of the Mixture 320-6.1 Mixing; After the aggregate is dried and properly proportioned, mix the aggregate, along with any other components, with the asphalt binder to produce a thoroughly and uniformly coated mixture. Do not produce the mix by altering the component blend percentage of the RAP or sand by more than plus or minus 5.0% from the job mix formula on the approved mix design. For mix designs using fractionated RAP, the combined blend change for all RAP components must not exceed plus or minus 5.0%. The plus or minus 5.0% maximum component change does not apply to crashed virgin aggregate components during production. 320-6.2 Storage: If necessary, store the asphalt mixture in a surge bin or hot storage silo for a maximum of 72 hours. For FC -5 mixtures, store the asphalt mixture in a surge bin or hot storage silo for a maximum of one hour. 320-6.3 Mix Temperature: Produce the mixture with a temperature within the master range as defined in Table 320-2. 320-6.3.1 Test Requirements: Determine the temperature of the completed mixture using a quick -reading thermometer through a hole in the side of the loaded truck immediately after loading. Locate a 1/4 inch hole on both sides of the track body within the middle third of the length of the body, and at a distance from 6 to 10 inches above the surface supporting the mixture. If a track body already has a hole located in the general vicinity of the specified location, use this hole. At the Engineer's discretion, the Contractor may take the temperature of the load over the top of the track in lieu of using the hole in the side of the track. 320-6.3.2 Test Frequency: The normal frequency for taking asphalt mix temperatures will be for each day, for each design mix on the fust five loads and one out of every five loads thereafter. Take the temperature of the asphalt mix at the plant and at the roadway before the mix is placed at the normal frequency. Record the temperature on the front of the respective delivery ticket. The Engineer shall review the plant and roadway temperature readings and may take additional temperature measurements at any time. If any single load at the plant or at the roadway is within the master range shown in Table 320-2 but does not meet the criteria shown in Table 320-3 (for single measurements or the average of five consecutive measurements), the temperature of every load will be monitored until the temperature falls within the specified tolerance range in Table 320-3; at this time the normal frequency may be resumed. For warm mix asphalt, the Contractor may produce the first five loads of the production day and at other times when ELI approved by the Engineer, at a hot mix asphalt temperature not to exceed 330°F for purposes of heating the asphalt paver. For this situation, the upper tolerances of Tables 320-2 and 320-3 as applied to the warm mix asphalt mix design do not apply. For windrow paving, in addition to the truck load temperature measurements noted above, perform windrow temperature measurements at a frequency of one measurement per 500 feet of windrow placed. Check the temperature of the windrow asphalt mixture using a quick -reading thermometer or directly in front of the windrow material transfer vehicle, but not so close that paving must be stopped. Measure the temperature of the windrow beneath the exposed surface by shoveling away a portion of the windrow and then measuring the temperature. For windrow temperature measurements, the requirements of Table 320-2 and 320-3 apply. 320-6.3.3 Rejection Criteria: Reject any load or portion of a load of asphalt mix at the plant or at the roadway with a temperature outside of its respective master range shown in Table 320-2. Notify the Engineer of the rejection immediately. Table 320-2 Mix Temperature Master Range Tolerance Location Acceptable Temperature Tolerance Plant Mixing Temperature t30 F Roadway (mix in truck) Compaction Temperature t300F Roadway (mix in windrow) Compaction Temperature +30°F, -40°F 320-7 Transportation of the Mixture. Transport the mix in trucks of tight construction, which prevents the loss of material and the excessive loss of heat and previously cleaned of all foreign material. After cleaning, thinly coat the inside surface of the truck bodies with soapy water or an asphalt release agent as needed to prevent the mixture from adhering to the beds. Do not allow excess liquid to pond in the truck body. Do not use a release agent that will contaminate, degrade, or alter the characteristics of the asphalt mix or is hazardous or detrimental to the environment. Petroleum derivatives (such as diesel fuel), solvents, and any product that dissolves asphalt are prohibited. Provide each truck with a tarpaulin or other waterproof cover mounted in such a manner that it can cover the entire load when required. When in place, overlap the waterproof cover on all sides so that it can be tied down. Cover each load during cool and cloudy weather and at any time it appears rain is likely during transit with a tarpaulin or waterproof cover. Cover and tie down all loads of friction course mixtures. SECTION 327 MILLING OF EXISTING ASPHALT PAVEMENT 327-1 Description. Remove existing asphalt concrete pavement by milling to improve the rideability and cross slope of the finished pavement, to lower the finished grade adjacent to existing curb before resurfacing, or to completely remove existing pavement. When milling to improve rideability, the Plans will specify an average depth of cut. Take ownership of milled material unless directed by the City to deliver to a site designated by the City for the City to retain ownership. 327-2 Equipment. Provide a milling machine capable of maintaining a depth of cut and cross slope to achieve the results specified in the Contract Documents. Use a machine with a minimum overall length (out -to -out measurement excluding the conveyor) of 18 feet and a minimum cutting width of 6 feet. Equip the milling machine with a built-in automatic grade control system that can control the transverse slope and the longitudinal profile to produce the specified results. To start the project, the Engineer will approve any commercially manufactured milling machine that meets the above requirements. If it becomes evident after starting milling that the milling machine cannot consistently produce the specified results, the Engineer will reject the milling machine for further use. The Contractor may use a smaller milling machine when milling to lower the grade adjacent to existing curb or other areas where it is impractical to use the above described equipment. Equip the milling machine with means to effectively limit the amount of dust escaping during the removal operation. For complete pavement removal, the Engineer may approve the use of alternate removal and crushing equipment instead of the equipment specified above. 327-3 Construction. 327-3.1 General: Remove the existing raised reflective pavement markers before milling. Include the cost of removing existing pavement markers in the price for milling. When milling to improve rideability or cross slope, remove the existing pavement to the average depth specified in the Plans, in a manner that will restore the pavement surface to a uniform cross-section and longitudinal profile. The Engineer may require the use of a stringline to ensure maintaining the proper alignment. Establish the longitudinal profile of the milled surface in accordance with the milling plans. Ensure the final cross slope of the milled surface parallels the surface cross slope shown in the Plans or as directed by the Engineer. Establish the cross slope of the milled surface by a second sensing device near the outside edge of the cut or by an automatic cross slope control mechanism. The Plans may waive the requirement of automatic grade or cross slope controls where the situation warrants such action. Operate the milling machine to minimize the amount of dust being emitted. The Engineer may require prewetting of the pavement. Provide positive drainage of the milled surface and the adjacent pavement. Perform this operation on the same day as milling. Repave all milled surfaces no later than the day after the surface was milled. If traffic is to be maintained on the milled surface before the placement of the new asphalt concrete, provide suitable transitions between areas of varying thickness to create a smooth longitudinal riding surface. Produce a pattern of striations that will provide an acceptable riding surface. The Engineer will control the traveling speed of the milling machine to produce a texture that will provide an acceptable riding surface. Before opening an area which has been milled to traffic, sweep the pavement with a power broom or other approved equipment to remove, to the greatest extent practicable, fine material which will create dust under traffic. Sweep in a manner to minimize the potential for creation of a traffic hazard and to minimize air pollution. Sweep the milled surface with a power broom before placing asphalt concrete. In urban and other sensitive areas, use a street sweeper or other equipment capable of removing excess milled materials and controlling dust. Obtain the Engineer's approval of such equipment, contingent upon its demonstrated ability to do the work. Perform the sweeping operation immediately after the milling operations or as directed by the Engineer. 327-3.2 Quality Control Requirements: Furnish a four foot long electronic level accurate to 0.1 degree, approved by the Engineer for the control of cross slope. Make this electronic level available at the jobsite at all times during milling operations. Calibrate and compare electronic levels in accordance with 330-9.3.1 at a minimum frequency of once per day before any milling operation. Multiple cuts may be made to achieve the required pavement configuration or depth of cut. T 327-3.2.1 Cross Slope Measurement: Measure the cross slope of the milled surface by placing the level at the center of the lane and perpendicular to the roadway centerline. Record all the measurements to the nearest 0.1 % on an approved form and submit the data to the Engineer. 327-3.2.1.1 Cross Slope Measurement Frequency: 1. Tangent Sections: Measure the cross slope at a minimum frequency of one measurement every 100 feet per lane. When the average absolute deviation is consistently within the acceptance tolerance in Table 327-1, upon approval by the Engineer, the frequency of the cross slope measurements can be reduced to one measurement every 200 feet. 2. Superelevated Sections: Measure the cross slope every 100 feet per lane within the length of full superelevation. For curves where the length of full superelevation is less than 250 feet, measure the cross slope at the beginning point, midpoint, and ending point of the fully superelevated section. For transition sections, measure the cross slope at control points identified in the Plans or, if not shown in the Plans, at a control point at a location of 0.0% cross slope. 327-3.2.1.2 Cross Slope Deviations and Corrections: Calculate the absolute deviation of each cross slope measurement and the average of the absolute deviations of ten consecutive cross slope measurements. The absolute deviation is the positive value of a deviation. In superelevated sections, when the number of measurements is less than ten, average the absolute deviation of all measurements. If the average absolute deviation of any cross slope measurement falls outside the acceptance tolerance shown in Table 327-1, stop the milling operations and make adjustments until the problem is resolved to the satisfaction of the Engineer. If an individual cross slope deviation falls outside the acceptance tolerance as shown in Table 327-1, make corrections only in the deficient area to the satisfaction of the Engineer at no cost to the Department. For pavement with multiple cuts, the deficient areas not caused by the final cut may be left in place upon approval of the Engineer. All milling corrections shall be completed before placement of the asphalt course unless stated otherwise in the Plans or as determined by the Engineer. The limits of deficient areas requiring correction may be verified and adjusted with more accurate measurement methods, including survey instruments, upon approval of the Engineer and at no cost to the Department. Should the Contractor wish to have any required corrections waived, submit a request to the Engineer for approval. The Engineer may waive the corrections at no reduction in payment if the deficiencies are sufficiently separated so as not to significantly affect the final cross slope or project grade. u For intersections, tapers, crossovers, transitions at the beginning and end of the project, bridge approaches and similar areas, adjust the cross slope to match the actual site conditions, or as directed. TABLE 327-1 Cross Slope Milling Acceptance Tolerance Roadway Feature Individual Absolute Average Absolute Deviation Deviation Tangent section 0.4% 0.2% (including tum lanes) Superelevated curve 0.4% 0.2% Shoulder 0.5% 0.5% In the event the distance between two edges of deficient areas is less than 100 feet, the correction work shall include the area between the deficient areas. 327-3.3 Verification: The Engineer will verify the Contractor's cross slope measurements by randomly taking a minimum of ten cross slope measurements per lane per mile in tangent sections, at control points in transition sections, and a minimum of three cross slope measurements in fully superelevated sections. The Engineer will measure the cross slope of the milled surface by placing the level at the center of the lane and perpendicular to the roadway centerline. 327-33.1 Cross Slope Deviations and Corrections: If the average absolute deviation or an individual cross slope deviation falls outside the acceptance tolerance in Table 327-1, immediately make a comparison check at the QC test locations to verify the QC measurements in the section. If the comparisons are beyond the acceptable comparison tolerance in accordance with 327-3.2, stop the milling operation until the issue is resolved to the satisfaction of the Engineer. Correct any cross slope not meeting the individual deviation acceptance tolerance at no cost to the Department. The Engineer reserves the right to check the cross slope of the milled surface at any time by taking cross slope measurements at any location. 3274 Milled Surface. Provide a milled surface with a reasonably uniform texture, within 1/4 inch of a true profile grade, and with no deviation in excess of 1/4 inch from a straightedge applied to the pavement perpendicular to the centerline. Ensure the variation of the longitudinal joint between multiple cut areas does not exceed 1/4 inch. The Engineer may accept areas varying from a true surface in excess of the above stated tolerance without correction if the Engineer determines they were caused by a pre-existing condition which could not have reasonably been corrected by the milling operations. Correct any unsuitable texture or profile, as determined by the Engineer, at no cost to the Department. The Engineer may require remilling of any area where a surface lamination causes a non-uniform texture to occur. 327-5 Method of Measurement. The quantity to be paid for will be the plan quantity area, in square yards, over which milling is completed and accepted. V 327-6 Basis of Payment. Price and payment will be full compensation for all work specified in this Section, including hauling off and stockpiling or otherwise disposing of the milled material. Payment will be made under: Item No. 327- 1, 2- Milling Existing Asphalt Pavement - per square yard FULL DEPTH RECLAMATION WITH ASPHALT EMULSION AND CEMENT BLEND SPECIFICATION This 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. 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. Materials: 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. Additional Base Materials: Additional base materials may be needed 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 FOOT requirements for such. Asphalt Emulsion: When the mix design calls for stabilization with asphalt emulsion, utilize CSS -1 h or CMS -2h, meeting the requirements of AASHTO M 208-01 (2009) and approved by the State Materials Office prior to use. Foamed Asphalt: If the mix design calls for stabilization with foamed asphalt utilize an asphalt binder meeting the requirements of Section 916 FOOT and listed on the FOOT Department's Approved Products List. 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. Water: The water for the base course compaction and foaming additive shall be clean, potable water and free from sewage, oil, acid, strong alkalies, or vegetable matter and it shall be in sufficient supply for mixing and curing. Water of questionable quality shall be tested in accordance with the requirements of AASHTO T 26. Soil: The soil base to be reclaimed shall be evaluated by a professional geotechnical engineering laboratory to determine suitability in the stabilization process. The soil shall be free of roots, sod, weeds, and shall not contain gravel or stone retained on a 1 -inch (25 mm) sieve, or more than 45% retained on a No. 4 (4.75 mm) sieve, as determined by ASTM C 136, Equipment: Road Reclaimer: Shall be originally designed for pavement reclaiming of a size equal to or larger than a W ingen W WR 2401 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 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 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. 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. 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, 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. Cement Delivery Equipment: Ensure cement is spread uniformly and accurately during the reclamation 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 Redaimer, have digital and automated controls and be dust free. Cement will not be allowed to be spread with spreader bars from a tanker. Minimize the amount of airborne cement dust to the satisfaction of the Engineer and in accordance with OSHA regulations. Experience: All contractors and their subcontractors shall be FOOT prequalified in the work classes of drainage, flexible paving, grading, and hot plant—mixed bitum. courses. Bidders must submit with the bid a minimum of five (5) Full Depth Reclamation (with emulsion and cement blend stabilization) project references from a City or County in the State of Florida, including one (1) FOOT reference, that have been completed within the past two years. Bidders are required to submit detailed information: indicating the project date, number of square yards treated in each and phone number of the government official in charge of each project. Contractor shall be capable of meeting all the requirements of this specification at the time of the bid. The contractor shall have in their possession at the time of bidding, two (2) or more reclamation machines as described in the equipment section of the specification. Staff shall have the option to inspect the Contractor's equipment and if found deficient, it may be the basis for rejection of Contractor's bid. Construction: 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 roadway elevation is not changed in any location after final surface is placed. Method for layout and line and elevation reference must be approved by the engineer prior to beginning work. It is imperative that roadway elevations remain unchanged except cross slope correction or as approved by the engineer. 0 Weather and Seasonal limitations: The base shall not be mixed or placed while the atmospheric temperature is below 40 F (2 C) or when conditions indicate that the temperature may fall below 35 F (2 C) within 24 hours, or when the weather is foggy or rainy, or when the soil or sub grade is frozen. 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 a nationally accredited laboratory with no affiliation to 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 332-1. 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 2500 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 332-1 Mix Design Criteria Test Test Method Number Gradation of reclaimed material I AASHTO T 27-11 Determination of oQtimtm binder content Compaction effort at optimum fluids content. Marshall Asphalt Institute Compactor; 50 blows/side or MS 14, Appendix F. Superpave Gyratory Compactor, 100 mm diameter ASTM D6926-10 specimens, 30 gyrations. AASHTO T 312-12 Density determination. FM 1-T 166 Marshall stability Cure at 60`C to constant weight. ASTM D6927-06 Test at 40°C. Resistance of compacted bituminous mixture to moisture induced damage. 55 to 75% vacuum saturation, water bath AASHTO T 283-07 (2011) at 25'C for 23 hours, last hour in water bath at 40°C. Criteria Report Report 2500 lbs. minimum stability 70% minimum retained tensile strength 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. 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 reclaimer, 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. 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. 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: SIEVE SIZE _ _ PERCENT PASSING 2' 98-100 1-112" 95 I 111 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 mix through the reclaimer uniformly and accurately and metered such that areas are of equal consistency 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 asphalt emulsion applied during the days 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. 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 determined and corrective action taken immediately and before continuing rolling. Care shall be exercised in rolling the edges of the reclaimed mixture so the line and grade of the edge are maintained. 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 damage to the finished surface. A supply of mats or wooden planks shall be maintained and used as approved and directed by the Engineer. 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 Y=" over ten feet to the satisfaction of the engineer. 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/sy. 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. At the time the prime coat is applied, the surface shall be dense, free of all loose and extraneous material, and shall contain sufficient moisture to prevent penetration of the bituminous material. Water shall be applied in sufficient quantity to fill the surface voids immediately before the bituminous curing material is applied. 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. 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. Samolina and Testina: 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. Correct all deficiencies unless otherwise approved by the Engineer. Reclaimed material gradation: Determine the percent passing the following sieve sizes: 3 inches, 2 inches, No. 4, and No. 200. Obtain a sample at a frequency of one sample per 5,000 SY. Meet the requirements of Table 332-2. If the requirements of Table 332-2 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 be 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. 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 332-1. If the Marshall stability does not meet the requirements of Table 332-1, 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 332-1. If the retained tensile strength does not meet the requirements of Table 332.1, cease production and resolve the issue to the satisfaction of the Engineer before resuming production. Depth of mixing: Determine the depth of mixing at least once per 250 square yards. Meet the requirements of 332-5.7. Cross slope measurement: Meet the requirements of Table 330-4. 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. Method of Measurement M If a pay item is listed on the Bid Form for work required In this Technical Provision, the quantity to be paid shall be as specified in the Bid Form including all items of work described herein. Any item necessary for Full Depth Reclamation with Asphalt Emulsion, and not specifically listed in another item in the Bid Form, shall be included in the BY Price for Pulverization including but not limited to shaping, compacting, finish grading, prime coat, sanding prime coat... Cost for introduction of asphaltic cement into the mixture shall be included in the per GL cost for 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. Basis of Pavment The quantities to be paid for under this Technical Provision shall be included in the Square Yard price for Full Depth Reclamation (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 Full Depth Reclamation with Asphalt Emulsion and cement blend, 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. Warranty: The Contractor shall provide the City or County upon final acceptance of the Full Depth Reclamation work, a warranty period of three years (36 months) which shall include all materials and workmanship. SECTION 204 GRADED AGGREGATE BASE 204-1 Description. Construct a base course composed of graded aggregate. 204-2 Materials. Use graded aggregate material, produced from Department approved sources, which yields a satisfactory mixture meeting all the requirements of these Specifications after it has been crushed and processed as a part of the mining operations. The Contractor may famish the material in two sizes of such gradation that, when combined in a central mix plant pugmill, the resultant mixture meets the required specifications. Use graded aggregate base material of uniform quality throughout, substantially free from vegetable matter, shale, lumps and clay balls, and having a Limerock Bearing Ratio value of not less than 100. Use material retained on the No. 10 sieve composed of aggregate meeting the following requirements: Soundness Loss, Sodium, Sulfate: AASHTO T104...... 15% Percent Wear: AASHTO T96 (Grading A) Group 1 Aggregates....................................................... 45% Group 2 Aggregates....................................................... 65% Group 1: This group of aggregates is composed of limestone, marble, or dolomite. Group 2: This group of aggregates is composed of granite, gneiss, or quartzite. Use graded aggregate base material meeting the following gradation: Sieve Size Percent by Weight,Qassing ill 2 inch 100 1 112 inch 95 to 100 314 inch 65 to 90 BB 3/8 inch 45 to 75 No. 4 35 to 60 No. 10 25 to 45 No. 50 5 to 25 No. 200 0 to 10 For Group 1 aggregates, ensure that the fraction passing the No. 40 sieve has a Plasticity Index (AASHTO T90) of not more than 4.0 and a Liquid Limit (AASHTO T89) of not more than 25, and contains not more than 67% of the weight passing the No. 200 sieve. For Group 2 aggregates, ensure that the material passing the No. 10 sieve has a sand equivalent (AASHTO T176) value of not less than 28. The Contractor may use graded aggregate of either Group 1 or Group 2, but only use one group on any Contract (Graded aggregate may be referred to hereinafter as "aggregate".)204-3 Equipment. Provide equipment meeting the requirements of 200-3. 204-4 Transporting Aggregate. Transport aggregate as specified in 200-4. 204-5 Spreading Aggregate. Spread aggregate as specified in 200-5. 204-6 Compacting and Finishing Base. 204-6.1 General: Meet the requirements of 200-7.1 with density requirements of 204-6.3. 204-6.1.1 Single -Course Base: Construct as specified in 200-6.1.1. 204-6.1.2 Multiple -Course Base: Construct as specified in 200-6.1.2. 204-6.2 Moisture Content: Meet the requirements of 200-6.2. 204-6.3 Density Requirements: After allaining the proper moisture conditions, uniformly compact the material to a density of not less than 100% of the maximum density as determined by FM 1-T 180. Ensure that the minimum density that will be acceptable at any location outside the traveled roadway (such as intersections, crossovers, turnouts, etc.) is 98% of the maximum density. 204-6.4 Density Tests: Meet the requirements of 200-7.2. 204-6.5 Correction of Defects: Meet the requirements of 200-6.4. 204-6.6 Dust Abatement: Minimize the dispersion of dust from the base material during construction and maintenance operations by applying water or other dust control materials. 204-7 Testing Surface. Test the surface in accordance with the requirements. of 200-7. 204-8 Priming and Maintaining. Meet the requirements of 200-8. 204-9 Thickness Requirements. Meet the requirements of 285-6. CC 204-10 Calculations for Average Thickness of Base. Calculations for determining the average thickness of base will be made in accordance with 285-7. 204-11 Method of Measurement. 204-11.1 General: The quantity to be paid for will be the tonnage installed, completed and accepted. 204-11.2 Authorized Normal Thickness Base: The surface area of authorized normal thickness base will be the plan quantity area, omitting any areas not allowed for payment under the provisions of 204-9 and omitting areas which are to be included for payment under 204-11.3. The area for payment, of authorized normal thickness base, will be the surface area determined as provided above, adjusted by adding or deducting, as appropriate, the area of base represented by the difference between the calculated average thickness, determined as provided in 204- 10, and the specified normal thickness, converted to equivalent square yards of normal thickness base. 204-11.3 Authorized Variable Thickness Base: As specified in 200-10.3. 204-12 Basis of Payment. Price and payment will be full compensation for all work specified in this Section, including dust abatement, correcting all defective surface and deficient thickness, removing cracks and checks and the additional aggregate required for such crack elimination. Payment will be made under: Item No. 3334 Graded Aggregate Base - per Ton COLD IN-PLACE RECYCLED BITUMINOUS MATERIAL SPECIFICATIONS The work specified in this Technical Provision consists of the in-place construction of a Cold Recycled Bituminous Base Course, using either reclaimed asphalt pavement (RAP) material and/or reclaimed aggregate material (RAM), combined with virgin aggregates and/or bituminous material. It is the intent of this contract to recycle 100% of the existing asphalt pavement and a predetermined portion of the base, as necessary to ensure that the completed recycled base course will be of a consistent material and thickness throughout, including, but not limited to, all existing asphalt pavement and base adjacent to all concrete curbing, stoma sewer inlets, manholes, sanitary sewer manholes, and all utility valve boxes. The existing asphalt pavement and base in the above-described locations must be included in the recycling process in order to construct a bituminous base course with a uniform thickness throughout 100% of the proposed area. The intent of this contract is to utilize the specified process which is clearly defined within this specification. Therefore Full Depth Reclamation or any variation of Full Depth Reclamation will not be accepted. Materials: Asphalt Emulsion: When the mix design calls for stabilization with asphalt emulsion, utilize CSS-Ih or CMS -2h, meeting the requirements of AASHTO M 208-01 (2009) and approved by the State Materials Office prior to use. 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. If cement is added with emulsion no more than 2.5% shall be used on the project unless approved by the Engineer. Cold Pulverized Material: The cold pulverized recycled asphalt pavement (hereinafter referred to as RAP) material shall meet the following gradation requirement prior to the addition of the asphalt emulsion. STANDARD I METRIC Sieve Size i O/GP Fing 1 Sieve Size %Passin 2" 95 51 mm 95 Mixture Design: A mix design(s) conducted by an independent, accredited laboratory with no affiliation to the emulsion supplier, using materials obtained directly from the project site and conforming to the requirements of this Technical Specification shall be submitted to the County at the Pre -Construction Conference. Based on RAP consistency throughout project limits, more than one mix design may be required. A traffic control plan may be required in accordance with TP -102 for collecting materials. Mix design formulations shall be conducted in accordance with the following guidelines: Mix Design Procedures for CIR (Cold In-place Recycling) Material • Sampling and Processing - Prior to materials sampling in the roadway, obtain approval from the City. A traffic control plan may be required in accordance with TP -102 for collecting materials. Obtain 6" minimum inside diameter cores from the areas to be recycled. If cores show significant differences in various areas, such as different type or thickness of layers between cores, then separate mix designs shall be performed for each of these pavement segments. It is recommended that a minimum of one location be sampled for each 1000' in each lane. Additionally, samples should be taken where visual differences in the pavement are noticed. Immediately patch all core holes neatly with asphalt cold patch. Cores shall be cut in the laboratory to the depth specified for the CIR project. Cores shall be crushed in the laboratory. The mix design shall be performed on this crushed sample. Gradation of the sample after crushing shall be determined by ASTM C117 and C136 (dried at no greater than 400C). Samples shall be prepared with a sample splitter. An alternative method is to dry, screen and recombine the sample in the laboratory to target gradation. • Mixing - Calculate the amount of RAP required to produce a 61.0 mm to 66.0 mm (2.4 to 2.6 inch) tall specimen by determining the maximum specific gravity of the RAP in accordance with ASTM D2041. Number of specimens: 4 per emulsion content for a total of 4 for long-term stability and 4 for moisture testing for the 3 emulsion contents. Two specimens are required for Rice specific gravity; test at the highest emulsion content in the design and back calculate for the lower emulsion contents. Recommended emulsion contents: 2.0%, 2.5%, 3.0%, 3.5%. Choose three emulsion contents that bracket the estimated recommended emulsion content. EE Add moisture that is expected to be added at the milling head, typically 1.5 to 2.5 percent If any additives are in the mixture, introduce the additives in a similar manner that they will be added during field production. Mixing of test specimens shall be performed with a mechanical bucket mixer. Mix the CIR RAP millings thoroughly with water first, then mix with emulsion. Mixing shall occur at ambient temperature. One specimen shall be mixed at a time. Mixing time with emulsion should not exceed 60 seconds. • Compaction - Specimens shall be compacted immediately after mixing. Place paper disks on the top and bottom of the specimen before compaction. Specimens shall be compacted with a Superpave gyratory compactor (SGC) in a 100 mm mold at 1.250 angle, 600 kPa ram pressure, and 30 gyrations. The mold shall not be heated. • Curing after compaction - Extrude specimens from molds immediately after compaction. Carefully remove paper disks. Place specimens in 60°C forced draft oven with ventilation on sides and top. Place each specimen in a small container to account for material loss from the specimens. Care should be taken not to over -dry the specimens. Cure compacted specimens to constant weight but no more than 48 hours and no less than 16 hours. Constant weight is defined here as 0.05% change in weight in 2 hours. After curing, cool specimens at ambient temperature a minimum of 12 hours and a maximum of 24 hours. • Measurements - Determine bulk specific gravity (density) of each compacted (cured and cooled) specimen according to ASTM D2726. Determine specimen heights according to ASTM D3549 or equivalent. Alternatively, the height can be obtained from the SGC readout. Determine Rice (maximum theoretical) specific gravity, ASTM D2041, except as noted in Item 4 of this procedure, and do not break any agglomerates which will not easily reduce with a flexible spatula. Perform the supplemental dry -back procedure to adjust for uncoated particles. Determine percent air voids in accordance with ASTM D3203 for each design emulsion content. Determine corrected Marshall Stability by ASTM D1559 at 40°C after 2 hour temperature conditioning in a forced draft oven. • Moisture Susceptibility - Perform same conditioning and volumetric measurements on moisture -conditioned specimens as on other specimens. Vacuum saturate to 55 to 75 percent, soak in a 25°C water bath for 23 hours, followed by a one hour soak at 40°C. Determine corrected Marshall Stability. The average moisture conditioned specimen strength divided by the average dry specimen strength is referred to as retained stability. • Emulsion Content Selection - The properties of the specimens at design emulsion content shall meet the properties in Table 1. FF • Report - The report shall contain the following minimum information: Gradation of RAP; amount and gradation of virgin aggregate or additional RAP, if any; recommended water content range as a percentage of dry RAP; optimum emulsion content as a percentage of dry RAP and corresponding density; air void percentage; absorbed water percentage; Marshall Stability and Retained Stability at design moisture and emulsion contents; Raveling percentage; and Thermal Cracking initiation temperature. Include the mix design emulsion designation, supplier name, plant location, and emulsion testing results detailed in Table 4. The mix design(s) shall meet the Mix Design Performance Criteria of Table I and be approved by the County prior to construction. . Table I — Mix Design Performance Criteria 100 mm specimens shall be prepared in a Superpave Gyratory compactor. The mixture should meet thefollowing criteria at the selected design asphalt emulsion content: Property Criteria Purpose Compaction effort, Superpave Gyratory Compactor 1.25° angle, Density Indicator AASHTO T312 600 kPa stress, **Resistance of Compacted Bituminous Mixture to 70 % min. 30 gyrations Density, ASTM D2726 or equivalent Report Compaction Indicator Gradation for Design Millings, ASTM CI 17 Reepport *Marshall stability, ASTM D6926-10, D6927-06, 40°C 2500 lbs. minimum stability **Resistance of Compacted Bituminous Mixture to 70 % min. Moisture Induced Damage AASHTO T283-07 Retained stability based on cured stability Stability Indicator Ability to withstand moisture damage * Cured stability tested on compacted specimens after 60°C (140°F) curing to constant weight. **Vacuum saturation of55 to 75 percent, water bath 25°C 13 hours, last hour at 40°C water bath Other Additives: If necessary, additives may be used to meet the requirements in Table 1. In the case that an additive is used, the type and allowable usage percentage must be described in the submitted design recommendation. Addition of Imported Crushed Reclaimed Asphalt Pavement (RAP) material: If available, imported RAP material may be added at the discretion of the City Engineer if the RAP material meets the requirements in Table 2. The crushed RAP shall be free from vegetation and all other deleterious materials, including silt and clay balls. It shall meet the requirements for Deleterious Materials given in Table 2. The crushed RAP shall not exceed the maximum size requirement in this Technical Specification and when blended with the design millings, shall produce a product which meets the specifications given in Table 1. GG Table 1- Imported Crushed RAP Criteria Pro q Hy Method Limit I Deleterious Materials. Fay Lumps and Friable ASTM C 142 or 0.2% maximum Particles in Aggregate, % AASHTO T112 Maximum size and Distribution ASTM C 136 or 5% retained on AASHTO T 27 2" seive Additional Aggregate: Based on the results of mix design testing or other requirements, the CIR contractor shall determine if additional aggregate is required to comply with mix design performance criteria specified in Table 1. Any additional aggregate shall meet the criteria specified in Table 3, and it shall be graded to produce a pavement layer which meets the mix design performance criteria specified in Table 1. Table 3 -Additional Aggregate Criteria Property Method Limit Los Angeles abrasion value, % loss AASHTO T96 40% maximum Sand Equivalent% ASTM D2419 60% minimum Maximum size and Distribution ASTM C 136 or Section 334-2.2 AASHTO T 27 Water absorption % AASHTO T 85 5% maximum Eauioment• Maintain all equipment in a satisfactory operating condition and in accordance with the 1010 FDOT Standard Specifications for Road and Bridge Construction, Section 100-2. The Cold In -Place Recycling shall be conducted with the equipment specified herein. Milling Machine: A 10 foot and a 12 foot mill, self-propelled, bi-directional, down -cutting, lateraUhorizontal mixing, cold milling machine capable of pulverizing the existing asphalt (and base material as needed) 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 ± y, in (6 nun) 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. 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 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. Rollers: All rollers shall be self-propelled. The number, weight and types of rollers shall be as necessary to obtain the required compaction. At least one pneumatic -tired roller shall have a minimum gross operating weight of not less than 50,000 tbs. (22,600 kg). pneumatic rollers must have property working scrapers and water spraying systems. At least one double drum vibratory steel -wheeled roller shall have a gross operating weight of not less than 20,000 lbs. (9,000 kg) and a width of 78 inches (1980 mm). Double drum vibratory rollers must have properly working scrapers and water spraying systems. Cement Delivery Equipment: Ensure cement is spread uniformly and accurately during the recycling process with a cement spreader. The cement spreader shall be equipped with a bag house, curtains and capable of spreading 25 tons at one time before being reloaded. Cement will not be allowed to be spread with spreader bars from a tanker. Minimize the amount of airborne cement dust to the satisfaction of the Engineer and in accordance with OSHA regulations. Experience: All contractors and their subcontractors shall be FDOT prequalified in the work classes of drainage, flexible paving, grading, and hot plant—mixed bitumen courses. Bidders must submit with the bid a minimum of five CIR project references from a City or County in the State of Florida, that have been completed within the past three years. Bidders may be required to submit detailed information regarding the staff that they propose for this project. The contractor shall be capable of meeting all the requirements of this specification at the time of the bid. The contractor shall have in their possession at the time of bidding, two (2) or more CIR machines as described in the equipment section of the specification. Staff shall have the option to inspect the Contractor's equipment and if found deficient, it shall be the basis for rejection of Contractor's bid. Construction: Removal of Vegetation: Grass, vegetation and other deleterious material shall be removed from the edge of the existing pavement to prevent contamination of the pulverized bituminous material during the milling operation. Nmling: The existing pavement shall be milled to the required depth and width as indicated on the plans. Recycling shall be in a manner that does not disturb the underlying subbase material in the existing roadway. The milling operation shall be conducted so that the amount of fines occurring along the vertical faces of the cut will not prevent bonding of the cold recycled materials. Use a small milling machine, if necessary, to mill longitudinally to the required depth as indicated on the plans along all curbs and gutters, radius returns, utilities, inlets, around all manholes and any other structures not accessible or practical to be milled by the milling/mixing machine utilities. The millings produced by the small mill will be the same as the large mill and of equal gradation to produce a uniform recycled pavement layer. Inlets/Catch Basins must be covered during the milling and recycling operation to II prevent milled material from entering the catch basin area where it could contaminate and/or block the storm water system. Processing: When a paving fabric is encountered during the CIR operation, the Contractor shall make the necessary adjustments in equipment or operations so that at least ninety percent (90%) of the shredded fabric in the recycled material is no more that 5 int (3200 mm2). Additionally, no fabric piece shall have any dimension exceeding a length of 4 inches (100 mm). These changes may include, but not be limited to, adjusting the milling rate and adding or removing screens in order to obtain a specification recycled material. The Contractor shall be required to waste material containing over -sized pieces of paving fabric as directed by the Engineer. Spreading: The material shall be spread using a self-propelled paver meeting the requirements under 2017 FDOT Standard Specificationsfor Road and Bridge Construction, Section 320-5 Heating of the paver screed will not be permitted. The recycled material shall be spread in one continuous pass, without segregation and to the lines and grades established by the Engineer. Compaction: Compaction of the recycled mix shall be completed using rollers meeting the requirements of the 2017 FDOT Standard Specifications for Road and Bridge Construction Section 330-10. During initial construction, rolling patterns and sequences shall be established through the construction of a control strip produced with the CIR equipment and within the pavement section, to determine the target wet density, using a nuclear moisture -density gauge in accordance with ASTM D2950, backscatter measurement mode. In all cases, the longitudinal joint must first be rolled followed by the rolling pattern established by the test strip. The initial pass for the rolling pattern established by the test strip should begin on the low side and progress to the high side by overlapping of longitudinal passes parallel to the pavement centerline. Initial rolling should not begin until the emulsion has started to break. Rollers shall be operated at speeds appropriate for the type of roller and necessary to obtain the required degree of compaction and prevent defects in the mat. Rolling shall be continued until no displacement is occurring or until the pneumatic rolter(s) is (are) walking out of the mixture. Final rolling to eliminate pneumatic tire marks and to achieve density shall be done by double drum steel roller(s), either operating in a static or vibratory mode. Vibratory mode should only be operated at a speed, frequency and amplitude shown not to damage the pavement. The selected rolling pattern shall be followed unless changes in the recycled mix or placement conditions occur and the established rolling pattern is causing damage to the mat or the required degree of compaction is unachievable. These circumstances require the establishment of new rolling patterns and sequences through the construction of a control strip produced with the CIR equipment and within the pavement section. Rolling shall start no more than 30 minutes behind the paver. Finish rolling shall be completed no more than one hour after milling is completed. When possible, rolling shall not be started or stopped on uncompacted material but with rolling patterns established so that they begin or end on previously compacted material or the existing pavement. Return of Traffic: After the completion of compaction of the recycled pavement layer, no traffic shall be permitted on the completed recycled material for at least one (I) hour. After one hour rolling traffic may be permitted on the recycled material. This time may be adjusted by the contractor to allow establishment of sufficient JJ cure so traffic will not initiate raveling. After opening to traffic, the surface of the recycled pavement layer shall be maintained in a condition suitable for the safe movement of traffic. Protection and Damage: Protect the recycled pavement layer in accordance with the 2017 FDOT Standard Specifications for Road and Bridge Construction, Section 330-13. After the base coursehas 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/sy. 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. Any damage to the completed Cold In Place Recycled bituminous material shall be repaired by the contractor prior to the placement of the hot mix asphalt concrete surface course, or other applicable surface treatment, and as directed by the Engineer. Finished Recycled Pavement Layer Smoothness: The completed cold recycled pavement layer surface shall not vary more than '/2 in (12 mm) from the lower edge of a 10 -foot (3 -meter) straight edge placed on the surface parallel and transversely to the centerline at locations selected by the City. Irregularities in rideability, cross slope percentages exceeding 5% or exceeding the specified limit shall be corrected at the expense of the contractor by grinding/cold milling or leveling with cold or hot mix asphalt. The corrected areas shall be retested to determine compliance with smoothness. _Quality Control Contractor Responsibility: The contractor shall be responsible for providing field and laboratory quality control testing of materials during construction. The County or its subconsultant may conduct sampling and testing whenever or as often as desired for verification purposes. The contractor shall acquire an adequate amount of material for each sample to be tested in the laboratory so that an ample amount of material is left over in case of the need for resolution testing. Resolution testing will be required and provided at the expense of the contractor if similar laboratory samples tested by the contractor and the County do not coincide within reasonable values as determined by the County. The resolution laboratory will be selected by the County and the testing results provided by this lab will be used for materials acceptance purposes. All materials testing laboratories shall be accredited by the AASHTO Materials Reference Laboratory (AMRL) or Construction Materials Engineering Council (CMEC). The contractor shall submit all documentation of field inspection and laboratory testing results required herein to the County Engineer prior to payment and upon request. Copies of all delivery tickets and notes regarding any materials brought to the project site shall be given to the County upon delivery to the project site. These tickets shall be signed by an approved representative of the Contractor at the time of delivery. Crushed RAP Material Sizing: A sample shall be obtained from the receiving hopper of the paver each 'f: mile or as specified by engineer (0.8 km) and screened using a 2 in. (51 mm) sieve (or smaller sieve if required) to determine maximum particle size requirement compliance. The resulting gradations shall be compared to the mix design gradations to determine any necessary changes to emulsion content. Gradation results shall be shared with the County by the end of the following day. Sampling procedures shall be in accordance with ASTM D979 or AASHTO T168. Asphalt Emulsion: The asphalt emulsion shall be received on the job site within the temperature ranges specified by the emulsion supplier. The emulsion supplier shall provide testing results for each shipment indicating the emulsion is in compliance with the criteria specified in Table 4. The County Engineer may require the contractor to obtain emulsion samples from each shipping trailer prior to unloading into the contractor's storage units for quality control testing if desired. The testing shall meet the following requirements: Table 4—Emulsion Criteria Property Method Liaeit *Residue from distillation, % ASTM D244 64.0 to 66.0 % *Oil distillate by distillation, % ASTM D244 0.5% maximum LL Sieve Test, % I ASTM D244 0.1 % maximum **Residue Penetration, 25°C, drum I ASTM D5 -25 to +25% *Modified ASTM D244 procedure — distillation temperature of 177°C with 20 *To be determined during CIR design phase prior to emulsion formulatio manufacture for project. Penetration value range will be determined and submitted to the County Engineer for approval prior to project start Asphalt Emulsion Content and Yield: Total emulsion quantity and yield shall be monitored and recorded daily and for each segment in which the target emulsion percentage is adjusted. This information shall be gathered from the calibrated emulsion metering device. Emulsion content adjustments shall be made appropriately when multiple and specific mix designs for different road segments of varying composition exist. Water Content and Yield: Total water quantity and yield shall be monitored and recorded daily and for each segment in which the target water percentage is adjusted. This information shall be gathered from the water metering device. Water content adjustments shall be made appropriately when multiple and specific mix designs for different road segments of varying composition exist. Water content adjustments shall also be made based on mixture consistency, coating, and dispersion of the recycled materials. Mixture Testing: At the discretion of the County Engineer and if the recycled pavement layer quality and workmanship seem suspect, the contractor may be required to sample, in accordance with ASTM D3665 and D979, the recycled mixture for determining compliance with design criteria specified in Table 1. If samples of the recycled asphalt pavement mixture are taken after the addition of additives and a emulsion, the specimens must be compacted within 15 minutes of sampling and tested as required in Table 1. If the recycled mixture is sampled prior to the addition of additives and emulsion, the sample must immediately be transferred to air -tight plastic container to prohibit loss of moisture. Samples must be mixed in the laboratory with the field additives and emulsion within 24 hours and tested as required in Table 1. Depth of Pulverization (Milling): The depth shall be checked and recorded daily and every 1/8 mile (0.2 km).on both outside vertical faces of the cut. Measure depth by placing a rigid measuring device perpendicular to the bottom of the milled surface and near the vertical faces of the cut. Compacted Density: Degree of compaction of the recycled pavement layer shall be monitored for compliance with target wet density established during the initial control strip construction. Wet density shall be determined every I/4 mile (0.4 km) using a nuclear moisture -density gauge in accordance with ASTM D2950, backscatter measurement mode. Ensure that all nuclear gauges are operated by licensed individuals and have been calibrated within the last 12 months. The acceptable degree of compaction shall be 96 to 98 percent of target wet density. Care shall be taken not to over -roll the mat based on visual observations of check cracking or shoving. A new control strip and target density shall be established if the consistency of the material being recycled changes. The County shall be notified prior to the construction of a new control strip. MM Cross -Slope and Smoothness: The recycled pavement layer cross slope shall be checked regularly during spreading. A minimum 2 % Cross -Slope shall be maintained through the length of the project. The recycled pavement layer shall be checked for smoothness regularly behind the paver and after rolling. The smoothness shall not vary more than V: in (12 mm) from the lower edge of a 10 -foot (3 -meter) straight edge placed on the surface parallel and transversely to the centerline after rolling is completed. The edge of the mat should be rolled fust and progress to the center or high side to prevent excessive edge sloughing. Table 5 — Quality Contrt I Testing and lnspt ction Criteria to erty Method Limit RAP Maximum Particle Size ASTM C 136 or Section 334-2.2 AASHTO T27 RAP Particle Size Distribution ASTM C 136 or Determined by Mix AASHTO T27 Design(s) Emulsion and Water Yield Calibrated Determined by Mix Metering Device Design(s) *Mixture Testing Table I Table I **Depth of Milling Section 334-5.7 Determined by Mix Design(s) Compacted Density ASTM D2950 96 to 98% of target AASHTO T-180 density Cross -Slope FM 5-509 Minimum 2% Smoothness FM 5-509 Maximum 0.5 in (12 mm) deviation from planeness *Mixture Testingfreguency sha.l be at the County Engineer's discretion **Depth of Milling may need to be adjusted for localized unexpected pavement conditions Weather Limitations Cold In -Place recycling operations shall be completed when the atmospheric temperature measured in the shade and away from artificial heat is 40e F (10°C) and rising. Also, the weather shall not be foggy or rainy. The weather forecast shall not call for freezing temperature within 48 hours after placement of any portion of the project. Documentation Delivery Tickets - All delivery tickets and notes regarding any materials brought to the project site to complete this item shall be given to the County upon delivery. Tickets shall be signed by an approved representative of the Contractor at the time of delivery. Method of Measurement: If a pay item is listed on the Bid Form for work required in this Technical Provision, the quantity to be paid shall be as specified in the Bid Form including all items of work described herein. Any item necessary for Cold -In -Place Recycled Bituminous Paving, and not specifically listed in another item in the Bid Form, shall be included in this item, including but not limited to Maintenance of Traffic as specified in TP -102. NN Basis of PavmenC The quantities to be paid for under this Technical Provision shall be included in the Square Yard price for Cold -In -Place Recycled Bituminous Paving, the per Gallon price for liquid asphalt emulsion, the per Ton price for Portland Cement, the Cubic Yard price for excavation for widening and the per Ton price for added RAP or Aggregates for mixing, or as listed in the Bid Form. Prices shall be full compensation for the removal and processing of the existing pavement; for preparing, hauling, and placing all materials; for all freight involved; for all manipulations, including rolling and prime and sand for all labor, tools, equipment, quality control testing and incidentals necessary to complete the work. The Unit price includes all items listed in the contract, including all General Conditions, Special Conditions and Technical Provisions pertaining to Cold -In -Place Recycled Bituminous Paving, 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. Warranty: The Contractor shall provide the City or County upon final acceptance of the Cold -In -Place work, a warranty period of three years (36 months) which shall include all materials and workmanship. FOG SEAL SPECIFICATIONS The work specified in this section consists of furnishing and applying fog seal on existing roads at application rates described here -in. Description: Fog seals are a method of adding asphalt to an existing pavement surface to improve sealing or waterproofing, prevent further stone loss by holding aggregate in place, or simply improve the surface appearance. Generally, fog seal is a light spray application of diluted asphalt emulsion used primarily to seal an existing asphalt surface to reduce raveling and enrich dry and weathered surfaces. However, inappropriate use can result in slick pavements and tracking of excess material. Materials: The emulsion types recommended for fog seals may be cationic (i.e., a positive surface charge on the asphalt particles), or anionic (i.e., a negative surface charge on the asphalt particles). The primary types used are CSS - 1 h and SS -1 h. In some circumstances, CQS-1h (and LMCQS-1 h) will give a faster set. Liquid emulsified bituminous material for dilution: CSS -1h liquid bituminous material conforming to the requirements of AASHTO M 208 or SS -1 h conforming to the requirements of AASHTO M 140 (except as modified herein) shall be utilized. The contractor shall certify the liquid bituminous material meets the aforementioned specifications The asphalt emulsion may contain up to 43% water prior to dilution. Original emulsion water and dilution water shall be limited to and not exceed for any reason 50% by volume. Therefore, residual asphalt shall equal 50% (+l%, -O%). Dilution Water and Emulsion Water: Water introduced into the asphalt must be potable and free from detectable solids or incompatible soluble salts (hard water). Material Samples: The County will require the Contractor to sample and test each load of emulsion prior to delivery. The Contractor will also provide a sample of the emulsion, on site, prior to commencing work. The County will require the Contractor to provide sample containers and a local Independent testing laboratory for the analyzing of emulsion. The Contractor will be responsible for the cost of the testing. The County reserves the right to test any shipment of emulsion that is believed to be of substandard. All samples shall be shipped and stored in clean air tight sealed wide mouth jars or bottles made of plastic. Equipment: Distributor: The liquid bituminous material shall be applied with a truck mounted, pressure distributor that has been calibrated within the previous twelve (12) months, for transverse and longitudinal application rate. The distributor shall be equipped, maintained and operated so that the bituminous material can be applied at controlled temperatures and rates from .03 to .22 gallons per square yard with nozzles adjusted to allow minimum overlap of 3x. The distributor shall be capable of applying bituminous material of variable widths up to twenty-four (24) feet. The distributor shall uniformly apply the bituminous material to the specified rate with a maximum allowed variation of 0.015 gallons per square yard. Distributor equipment shall include tachometer, accurate volume measuring device, a calibrated tank and a thermometer for measuring the temperature of the tank's contents. Distributors shall be equipped with an asphalt pump and full circulating spray bars adjustable laterally and vertically. Distributors and transport trailers shall be equipped with a sampling valve. Distributor trucks shall be of the pressure type with insulated tanks. The use of gravity distributors will not be permitted. The valves shall be operated by levers so that one or all valves may be quickly opened or closed in one operation. The valves which control the flow from nozzles shall act positively so as to provide a uniform unbroken spread of bituminous material on the surface. The distributor shall be equipped with devices and charts to provide for accurate and rapid determination and control of the amount of bituminous material being applied and with a bitumeter of the auxiliary wheel type registering speed in feet per minute, and trip and total distance in feel. Additional equipment: Additional equipment will be needed to complete the operations required by this technical provision. All equipment necessary for the successful completion of projects governed by this technical provision shall be included in the unit costs associated herein. Availability of quality assurance devices shall be the responsibility of the Contractor. Experience: All contractors and their subcontractors shall be FOOT prequalified in the work classes of drainage, flexible paving, grading, and hot plant—mixed bitumen courses. Bidders must submit with the bid a minimum of five (5) Fog Seal project references from a City or County in the State of Florida that have been completed within the past three years. Bidders may be required to submit detailed information regarding the staff that they propose for this project. The Contractor shall be capable of meeting all the requirements of this specification at the time of the bid. The Contractor shall have in their possession, in the State of Florida at the time of bidding, three (3) or more distributors as described in the equipment section of the specification. Staff shall have the option to inspect the Contractor's equipment and rf found deficient, it may be the basis for rejection of Contractor's bid. Construction 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. Weather and Seasonal limitations: The fog seal shall not be applied to a wet surface or when rain is occurring or the threat of rain is present immediately before placement. The surface treatment shall not be applied when the temperature is less than 50 degrees Fahrenheit in the shade. When applying emulsions, the temperature of the surface shall be a minimum of 59°F, and no more than 140°F. If unexpected rain occurs prior to the emulsion breaking, the area shall be re -fogged at no cost to the county. Further, the contractors traffic control and project monitoring shall continue until the surface is either free of emulsion or the emulsion applied has broke and the resultant surface is not slippery or dangerous to vehicular PP travel Preparation of Surface: The contractor will be responsible for blowing or sweeping the road immediately ahead of the fog seal operation to make sure the road is free of loose aggregate and other debris. The surface shall be clean and dry prior to the application. Application of bituminous material: The emulsion shall be diluted no more than 24 hours before its intended use to avoid settlement of the diluted emulsion. Water shall be introduced into the emulsion. Introducing emulsion into water is not permitted. The emulsion shall be circulated using a centrifugal or other suitable pump to ensure uniformity as needed. Properly calibrated distributor trucks with 4 to 5 mm (1/8" to 3/16") opening spray nates shall be used to apply the emulsion. The emulsion may be heated to 122°F maximum, or may be applied at ambient temperatures conforming to the requirements of this technical provision. The emulsion shall be sprayed at a rate as directed in the field by the county. Application will be determined depending upon the surface conditions. Tight Surface (low absorbance and relatively smooth) -.09-.14 gal/sy Open Surface (relatively porous and absorbent with open voids) -.18-.22 gal/sy Exceptions: When fog seal is required as a subsequent treatment to chip seal, OGCM, or other method described in this contract, materials, equipment and application shall be as described in this technical provision and as amended in the technical provision appropriate to the work the fog seal is subsequent to. If discrepancies occur, the County shall determine the appropriate specification. Traffic Control: The 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 fog seal until material is sufficiently broke such that tire pickup does not occur. The Contractor shall submit an M.O.T plan indicating all facets of traffic control for the project area. The MOT plan must be approved in writing by the County prior to commencing any work. All traffic control shall be in accordance with the FOOT Roadway Design Standards, most current edition and TP -102. M.O.T. and associated devices shall be checked daily and periodically throughout the project for compliance; and where adjustments or corrections are needed, prompt revisions shall be made. Method of Measurement: If a pay item is listed on the Bid Form for work required in this Technical Provision, the quantity to be paid shall be as specified in the Bid Form including all items of work described herein. Any item necessary for Fog Seal, and not specifically listed in another item in the Bid Form, shall be included in this item. Basis of Pavment The quantities to be paid for under this Technical Provision shall be included in the per square yard price for Fog Seal. There will be a bid item for "Tight Surfaces" (.09-.14 gal/sy) and a separate bid item for "Open Surfaces" (.18-.22 gal/sy) as listed in the Bid Form. The Unit price includes all items listed in the contract, including all General Conditions, Special Conditions and Technical Provisions pertaining to Fog Seal, including all items of work described herein. No additional payment will be provided for any item necessary for the completion of this contract as detailed in the specifications. ASPHALT REJUVENATION SPECIFICATION. 335-1 Description. M 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. 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 in accordance with the specifications, the applicable drawings, and subject to the terms and conditions of this contract. 335-2 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. Tests on Residue from Distillation Flash Poin COC oC Test Methods Requirements ASTM AASHTO Min Max Tests on Emulsion Asphaltenes, %w D-2006-70 - Viscosity (a250C, SFS D-244 T-59 15 40 Residue, % W 1 D- T-59(Mod) 60 65 244(Mod.) D-2006-70 - 21 Miscibility Test2 D- T-59(Mod) No Coagulation 244(Mod.) Sieve Test, %W3 D- T-59(Mod) 0.1 244(Mod.) Particle Charge Test D-244 T-59 Positive Percent Light Transmittance 4 30 Tests on Residue from Distillation Flash Poin COC oC D-92 T48 196 Viscosity (a) 60oC, cSt D-445 - 100 200 Asphaltenes, %w D-2006-70 - 1.00 Maltene Dist. Ratio5 D-2006-70 - 0.3 0.6 PGS Ratio5 D-2006-70 - 0.5 Saturated Hydrocarbons, S 5 D-2006-70 - 21 28 1. ASTM D-244 Modified Evaporation Test for percent of residue is made by heating 50 gram sample to 149°C (300°F) until foaming ceases, then cool immediately and calculate results. 2. Test procedure identical with ASTM D-24460 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: a. Scope: This procedure covers the determination of percent light transmittance of the asphalt rejuvenating agent. b. Apparatus: 1. Container may be glass, plastic or metal having a capacity of 6,000 ml. 2. Graduated cylinder, 1,000 ml, or greater L9 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" R 6, Bausch and Lomb, Catalog No. 33-17- 8l, (B&L) c. 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 tube or approximately 2/3 full, e. Place tube in spectrophotometer and set %LT scale at 100, and, f. repeat steps (c) and (e) two times or until no further adjustments are necessary. d. 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: PC + Ai S+A2 PC = Polar Compounds, At = First Acidaffms A2 = Second Acidaffrns, 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 themanufacturer's certification that the material proposed for use is in compliance with the specification 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 perforin, 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. SS 335-3 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. 335-4 Equipment: 335-4.1Distributor: 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 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. 3354.2 Sand Truck: The tmck 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. 3354.3 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. 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 TT rubber mats shall not exceed plus or minus I 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. UU 335-5 Construction: 335-5.1 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. 335-5.2 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 400 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 county. Further, the contractor's traffic control and project monitoring shall continue until the application has penetrated, area has been sanded and the resultant surface is not slippery or dangerous to vehicular travel. 335-5.3 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. 335-5.4 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. 335-5.4.1 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. 335-5.4.2 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, W 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. 335-5.4.3 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. 335-5.4.4 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 perceptible. Cleanliness of the spreading equipment shall be subject to the approval and satisfaction of the Engineer. 335-5.4.5 Street Sweeping: The Contractor shall be responsible for sweeping and cleaning of the streets after treatment. All sand used during the treatment most 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 most 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. 335-5.4.6 Resident Notification: The contractor shall distribute by hand, a typed notice to all residences and businesses on the street to be treated. 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. 335-5.6 Traffic Control. The Contractor shall famish 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 M.O.T plan indicating all facets of traffic control for the project area. The MOT WW plan must be approved in writing by 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. M.O.T. and associated devices shall be checked daily and periodically throughout the project for compliance; and where adjustments or corrections are needed, prompt revisions shall be made. 335-5.7 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, including 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 emulsion, removal and repair of test cores shall be considered incidental to the work unless specified elsewhere in the plans or proposal. 335-8 Basis of Payment. Payment will be made under: Asphalt Rejuvenating Emulsion Per Square Yard XX BID FORM IF NOTABLE OR NOT INTERESTED INBIDDING ONANITEM, PLEASE MAKE A NOTE 'NO BID" "BASE BID Alternative Paving Methods" Pay Item Description Unit Ouantity Unit Cost 1 101-1 Mobilization % 1 102-1 Maintenance of Traffic % 1 j 104-12 Staked Silt Fence 50-500 LF 104-12 Staked Silt Fence 501-1000+ LF 110-1-1 Clearing and Grubbing 1 110-1 Curb and Gutter Removal 25-250 LF 110-1 Curb and Gutter Removal 1251-500+ LF 110-2 Miscellaneous Concrete Removal 50-500 SY 110-2 Miscellaneous Concrete Removal 5014000+ SY 110-3 Existing Pipe Removal 10-200 LF 110-3 Existing Pipe Removal 201-500+ LF 110-4 Removal of Existing Pavement 20-500 SY 110-4 Removal of Existing Pavement 501-1000+ SY 120-1 Roadway Excavation 201-500 CY 120-1 Roadway Excavation 501-1000+ CY 120-4 Swale Grading 20-200 LF 120-4 Swale Grading 201-500+ LF 120-6 Embankment (Truckload) 1-200 CY 120-6 Embankment (Truckload) 201-500+ CY 280-2 Asphaltic Base Course 20-200 TN 280-2 Asphaltic Base Course 201-500 TN 280-2 Asphaltic Base Course 501-1000+ TN 1 327-1 Milling of Existing Asphalt (2" 50,000+ SY 327-2 Miling of Existing Asphalt (2" 10,000 to SY +/-) 50,000 331-1 SP 9.5 Asphaltic Concrete 20-200 TN 331-1 SP 9.5 Asphaltic Concrete 201-500 TN 331-1 SP 9.5 Asphaltic Concrete 501-1000+ TN 1333-1 SP 12.5 Asphaltic Concrete 20-200 TN 333-1 SP 12.5 Asphaltic Concrete 201-500 TN 333-1 SP 12.5 Asphaltic Concrete 501-1000+ TN 333-2 Asphaltic Concrete Type "S-3" 20-200 TN 333-2 Asphaltic Concrete Type "S-3" 201-500 TN 333-3 Asphaltic Base Course 10-200 TN 333-3 Asphaltic Base Course 201-500+ TN 333-2 Asphaltic Concrete Type "S-3" 501-1000+ TN W 1333-3 Graded Aggregate Base 10+ TN 425-1 Adjusting Manholes (Metal Riser 1-5 EA Rings) 425-1 Adjusting Manholes (Metal Riser 6-10 EA Rings) 425-1 Adjusting Manholes (Metal Riser I1-20+ EA Rings) 425-2 Adjusting Valve Boxes (Metal 1-5 EA Riser Rings) 425-2 Adjusting Valve Boxes (Metal 6-10 EA Riser Rings) 425-2 Adjusting Valve Boxes (Metal 11-20+ EA 1 Riser Rings) 430-2 18" RCP CD - CLASS III 1-200 LF 430-2 18" RCP CD - CLASS III 201-500+ LF 430-3 10" ADP I-200 LF 430-3 10" ADS 1-200 LF I 430-3 10" ADS 201-500+ LF 430-3 12" ADS 1-200 LF 430-3 15" ADS 1-200 LF 430-3 15" ADS 201-500+ LF 430-3 18" ADS 1-200 LF IS"ADS 201-500+ LF_� 1430-3 430-3 24" ADS I-200 � LF 430-3 a 24"ADS 201-500+ LF 430-3 36" ADS 1-200 LF 1 430-3 36" ADS 201-500+ LF 1 520-1 1 Type "A" Curb 10-25 LF 1 520-1 Type "A" Curb 26-50+ LF I 1 520-2 1520-2 1 520-3 520-3 520-4 1520-4 1520-5 520-5 520-5 520-5 522-2 522-2 522-2 527-2 Type "B" Curb Type "D" Curb Type "D" Curb Type"E" Curb Type"E" Curb Type 'IF" Curb Type "F" Curb Type "Header" Curb Type"Header" Curb Concrete Sidewalk - (4" thickness) W/Fiber Concrete Sidewalk - (4" thickness) W/Fiber Concrete Sidewalk - (6" thickness) W/Fiber Detectable Warning Surfaces 26-50+ 10-25 26-50+ 10-25 26-50+ 10-25 26-50+ 10-25 26-50+ 20-100 LF LF LF LF LF LF LF LF ALF SY 101-250+ SY 101-250+ SY 10-50 SF ZZ 710-4 710-4 710.4 710-5 710-5 (Inset) * 527-2 Detectable Warning Surfaces 6" Dotted Guide Lines (paint) (Inset) * 527-3 Det. Warning Surf. (Screwdown 6" Dotted Guide Lines (paint) Retro -Fit) 527-3 Det. Warning Surf. (Screwdown Pavement Messages (Paint) Retro -Fit) 575-1 Sodding (Bahia) 575-1 Sodding (Bahia) 575-2 Sodding (Floratam) 575-2 Sodding (Floratam) 660-2102 Loop Assembly, F&I - Type B 706-1 Reflective Pavement Markings 6" Solid Stripe/Extru. Thermo. (RPM's) 706-1 Reflective Pavement Markers 12" Solid Stripe/Extru. Thermo. (RPM'S) 710-1 6" Solid Traffic Stripe (paint) 710-1 6" Solid Traffic Stripe (paint) 710-1 6" Solid Traffic Stripe (paint) 710-2 12" Solid Traffic Stripe (paint) 710-2 12" Solid Traffic Stripe (paint) 710-2 12" Solid Traffic Stripe (paint) 710-3 18" Solid Traffic Stripe (paint) 710-3 18" Solid Traffic Stripe (paint) 710-1 1R" R.641 Tr.ffir Rtri." l..intl 710-4 710-4 710.4 710-5 710-5 24" Solid Traffic Stripe (paint) 24" Solid Traffic Stripe (paint) 24" Solid Traffic Stripe (paint) 6" Skip Traffic Stripe (paint) 6" Skip Traffic Stripe (paint) 6" Skip Traffic Stripe (paint) 710-5 710-6 6" Dotted Guide Lines (paint) 710-6 6" Dotted Guide Lines (paint) 710-6 6" Dotted Guide Lines (paint) 1 710-7 Directional Arrows (Paint) 1 710-8 Pavement Messages (Paint) 1 710-9 8" Solid Traffic Stripe (Paint) 1 710-9 8" Solid Traffic Stripe (Paint) 1 710-9 8" Solid Traffic Stripe (Paint) 711-1 6" Solid Stripe/Extru. Thermo 711-1 6" Solid Traffic Stirpe/Extru. Thermo. 711-1 6" Solid Stripe/Extru. Thermo. 711-2 12" Solid Stripe/Extru. Thermo 711-2 12" Solid Stripe/Extru. Thermo. 711-2 12" Solid Stripe/Extru. Thermo. 1711-3 18" Solid Stripe/Extra. Thermo 51-100+ SF 10-50 SF 51-100 SF 100-500 SY 501-1000+ SY 100-500 SY 501-1000+ SY I AS 20-60 EA 61-100+ 1 EA 1-200 201-500 501-1000+ 1 1-25 26-50 51-100+ 1-25 26-50 51-100+ 1-25 26-50 151-100+ 1-200 201-500 501-1000+ 1-50 51-100 101-150+ 1 1 1-200 201-500 501-1000+ 1-200 1201-500 LF LF LF LF LF ILF LF LF LF LF LF LF ILF LF LF LF LF LF EA EA LF LF LF LF LF 501-1000+ 1 LF 1-25 LF 26-50 LF 51-100+ LF 1-25 1 LF 1 I I I I AAA 711-3 18" Solid Stripe/Extru. Thermo. 26-50 LF 711-3 18" Solid Stripe/Extru. Thermo. 51-100+ LF 711-4 24" Solid Stripe/Extru. Thermo 1-25 LF 711-4 24" Solid Stripe/Extru. Thermo. 26-50 LF 711-4 24" Solid Stripe/Extru. Thermo. 51-100+ LF 711-5 6" Skip Traffic Stripe/Extru. 1-200 LF Thermo 711-5 6" Skip Traffic Stripe/Extru. 201-500 LF Thermo. 711-5 6" Skip Traffic Stripe/Extru. 501+ LF Thermo. 711-6 6" Dotted Guide Lines/Extra. 20-50 LF Thermo 711-6 6" Dotted Guide Lines/Extru. 51-100 LF Thermo. 711-6 6" Dotted Guide Lines/Extru. LF Thermo. 711-7 Directional Arrows / Extru. 1101+ 1 EA Thermo. 711-7A Preformed Arrow 1 EA 711-7B Preformed Symbol (Bike) 1 EA 711-8 Pavement Messages / Extra. 1 EA Thermo. 711-9 8" Solid Traffic Stripe / Extru. 20-200 LF Thermo 711-9 8" Solid Traffic Stripe / Extra. 201-500 LF Thermo 711-9 8" Solid Traffic Stripe / Extru. 501+ LF Thermo 711-10 Remove Existing Pavement 20-300 SF Markings 711-10 Remove Existing Pavement 300+ SF Markings APM-001 Single Micro Surface 18-22 lbs; 10,000 to SY 50,000 APM-001 Single Micro Surface 18-22 lbs 50,001+ SY APM-002 Double Micro Surface 28-32 lbs 10,000 to SY 50,000 APM-002 Double Micro Surface 28-32 Ibs 50,001+ SY APM-003 Single Chip Seal -#89 Granite 109000 to SY 50,000 APM-003 Single Chip Seal -#89 Granite 50,001+ SY APM-004 Double Chip Seal - #57 w/#89 10,000 to SY Granite 50,000 APM-004 Double Chip Seal - #57 w/#89 50,001+ SY Granite BBB APM-005 Full Depth Reclamation / 6"-9" APM-005 Full Depth Reclamation /6"-9" APM-006 Full Depth Reclamation /9-12 I APM-006 Full Depth Reclamation /9-12 APM-006a Cement for Reclamation APM-006b Emulsion for Reclamation APM-007 RAP PLACEMENT APM-007 RAP PLACEMENT APT -001 Crack Filling / Sealing APT -001 Crack Filling / Sealing APT -001 Crack Filling / Sealing APT -002 Fog Seal APT -002 Fog Seal APT -002 Fo%Seal f APT -002 Fo¢ Seal 1 PR -001 Pavement Rejuvenator LPR-002 Pavement Rejuvenator 10,000 to SY 50,000 50,001+ SY 10,000 to SY 50,000 50.001+ SY 1 TN 1 Gal 10,000 to SY 50,000 50,001+ SY 1-1000 Gal 1001-3000 Gal 3001+ Gal 10,000- SY 50,000 50,001+ SY 1-500 Gal 501+ Gal 10,000- SY 50,000 50,001+ SY Authoritv to Sign. Each of the persons signing below on behalf of any party hereby represents and warrants that s/he is signing with full and complete authority to bind the party on whose behalf of whom s/he is signing, to each and every term of this RFP. INDIVIDUAL, FIRM OR PARTNERSHIP 0 (signature) Address: Telephone: Fax: Social Security Number (OR) Taxpayer Identification Number: (print name) CCC CORPORATION In (signature) (print name) Address: Telephone: Fax: Taxpayer Identification Number: State Under Which Corporation Was Chartered: Corporate President: (Print Name) Corporate Secretary: (Print Name) Corporate Treasurer: (Print Name) CORPORATE SEAL Attest By: Secretary Proposer acknowledges the receipt of Addenda No.'s The following individuals are the designated contacts assigned to the CITY : VENDOR SERVICE REPRESENTATIVE (REGULAR WORK HOURS): Name: Address: Telephone:( VENDOR SERVICE REPRESENTATIVE (AFTER WORK HOURS, WEEKEND & HOLIDAYS): Name: Address: Telephone:( 1 EEE SCHEDULE OF SUBCONTRACTOR/MATERIAL SUPPLIER PARTICIPATION As specified in the Standard Terms and Conditions of this Bid Document, Proposers are to present the details of subcontractor/material supplier participation. If none, please specify N/A and submit form with Bid. SUBCONTRACTOR ADDRESS TYPE OF WORK TO MATERIAL SUPPLIER CITY, STATE, ZIP BE PERFORMED NAME(S) PHONE & FAX NO'S FFF REFERENCES As specified in the Standard Tema and Conditions of this Bid Document, Proposer; are to present the details of a minimum of three (3) references of similar work. (Additional references may be submitted on a separate sheet) 4. COMPANY NAME AND ADDRESS CITY, STATE, ZIP CONTACT NAME PHONE & FAX NUMBER PHONE: FAX: PHONE: FAX: PHONE: FAX: PHONE: FAX: GGG DRUG FREE WORKPLACE Preference shall be given to businesses with drug-free workplace programs. Whenever two or more Bids which are equal with respect to price, quality, and service are received by the Village for the procurement of commodities or contractual services, a Bid 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 chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no 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 the statement, I certify that this firm complies fully with the above requirements. Proposer's Signature HHH ANTI -KICKBACK AFFIDAVIT STATE OF FLORIDA COUNTY OF PALM BEACH BEFORE ME, the undersigned authority, personally appeared , who, after being by me first duly sworn, deposes and says: (1) 1 am of the proposer that has submitted a proposal to perform work for the following project: Bid #: Bid Name: (2) I, the undersigned, hereby depose and say that no portion of the sum bid in connection with the work to be performed at the property identified above will be paid to any employee of the City of Sebastian or, Public Officer as a commission, kickback, reward or gift, directly or indirectly by me or any member of my firm or by an officer of the corporation. Signature Subscribed and sworn to (or affirmed) before me this day of , 20_ by , who is personally known to me or who has produced as identification. SEAL: Notary Signature: Notary Name: Notary Public -State of Florida My Commission #: Expires on: III NON -COLLUSION AFFIDAVIT State of Florida County of Indian River BEFORE ME, the undersigned authority, personally appeared , who, after being by me first duly sworn, deposes and says of his/her personal knowledge that: (1) He/she is n` , the Proposer that has submitted a proposal to perform work for the following: Bid #: Bid Name: (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 Proposer nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other Proposer, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Proposer, firm or person to fix the price or prices in the attached Bid or of any other Proposer, or to fix any overhead, profit or cost element of the Bid price or the Bid price of any other Proposer, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Sebastian of or any person interested in the proposed Contract: and; (5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Proposer or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. Signature Subscribed and sworn to (or affirmed) before me this day of 20 _ by , who is personally known to me or who has produced as identification. SEAL: Notary Signature: Notary Name: Notary Public -State of Florida My Commission #: Expires on: JJJ CERTIFICATION OF NON -SEGREGATED FACILITIES The Proposer certifies that he/she does not maintain or provide for his/her employees any segregated facilities at any of his/her establishments, and that he/she does not permit his/her employees to perform their services at any location, under his/her control where segregated facilities are maintained. The proposer certifies further that he/she will not maintain or provide for his/her employees any segregated facilities at any of his/her establishments, and that he/she will not permit his/her employees to perform their services at any location under his/her control where segregated facilities are maintained. The proposer agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of his bid. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, or national origin, because of habit, local custom, or otherwise. The proposer agrees that (except where he/she has obtained identical certification from proposed subcontractors for specific time periods) he/she will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he/she will retain such certifications in his/her files. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001 Company Name and Address: Signature Name and Title Date SEAL: Notary Signature: Notary Name: Notary Public -State of Florida My Commission #: Expires on: ,47 SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(a). FLORIDA STATUTES. ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. This sworn statement is submitted to City of Sebastian by (print individual's name and title) for (print name of entity submitting sworn statement) Whose address is and (if applicable) its Federal Employer Identification Number (FEIN) is (if the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: 3. I understand that 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 with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision or any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 4. I understand that "convicted" or "conviction as defined in paragraph 287.133(I)(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 I, 1989, as a result of a jury verdict, non jury trial or entry of a plea of guilty or nolo contendere. 5. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a) Florida Statutes, means: i. A predecessor or successor of a person convicted of a public entity crime; or u. 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. The tern "affiliate' includes those officers, directors, executives, partners, shareholders, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling equipment or income among persons when not for fair market value under an arms length agreement shall be prima facie case that one person controls another person. A person knowing enters into ajoint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. 1 understand that a "person" as defined in Paragraph 287.133(1)(e) Florida Statutes, means any natural person entity organized under the laws of any slate or the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provisions of LLL goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person includes those officers, directors, executives, partners, shareholders, members, and agents who are active in the management of an entity. 6. Based on information and belief, the statement, which 1 have marked below, is true in relation to the entity submitting this swom statement. (Indicate which statement applies.) Neither the entity submitting this sworn statement, or one of its officers, directors, executives, partners, shareholders, members, and agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. _ The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, members, and agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this swom statement, or one or more of its officers, directors, executives, partners, shareholders, members, and agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Attach a copy of the final order) I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY, AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. (Signature) STATE OF FLORIDA COUNTY The foregoing instrument was acknowledged before me this day of 20 , by as of , who is personally known to me or has produced as identification. SEAL: Notary Signature: Notary Name 0!0.10.1 EXPERIENCE (Copy and complete one form for each contract for similar work) Contract Name: Address: City State Zip Code Please list three (3) current references directly responsible for overseeing the above contract. Contact Employee Job Title Telephone Number Fax Number 1. ( ) ( ) 2. ( ) ( ) 3. ( ) DATE OF CONTRACT Contract start date /_/_ Contract expiration date (NOT INCLUDING FUTURE EXTENSIONS) Does the contract have a renewal or extension option? ❑ YES 7 NO If yes, how long? If yes, has the contract been extended or renewed? ❑ YES El NO If yes, how many times? For how long has the contract time been extended Has your company ever requested a rate increase or additional compensation during the term of this contract? ❑ YES NO If yes, please state the reason for the request and if the increase was granted? Starting Contract Amount Final Contract Amount NNN Financial Stability Proposer must demonstrate financial stability sufficient for the Pre -Qualification Committee to conclude that the Proposer has the financial ability to service the City of Sebastian for the term of the Agreement. The Proposer must provide a statement of Proposer's financial stability, including information on current or prior bankruptcy proceedings. Proposer must include a copy of the most recent annual financial reportlannual audit/1 OK and the most recent IOQ, if applicable. Financial reports provided must include, at a minimum, the last three years' balance sheets, income statements and statements of cash flow for the Bidding Entity. Proposers that have less than five years' experience must provide applicable statements for each year of operation. In order to be compliant with this section, Proposers must provide the following: 1) A statement of financial stability including information as to current or prior bankruptcy proceedings and information on available Lines of Credit including current and historical outstanding balances. 2) A copy of the most recent annual financial report/annual audit/l OK and the most recent I OQ, if applicable. 3) The last three years of financial reports, including at a minimum, balance sheets, income statements, and statements of cash flow. For those companies with less than five years' experience, Proposers should submit statements for each year of operation. 4) Any letters of reference from lenders, financial institutions, or vendors that attest to the credit -worthiness of your company and/or their willingness to do business with your company. 6C (C) Litigation and Criminal Convictions The Proposer must provide a summary of all civil litigation the company has been directly or indirectly involved in from November 5, 1997 to the present. This summary shall state the nature of the litigation, a brief description of the case, the outcome or projected outcome of the case, and the monetary amounts involved. Civil litigation reported under this section shall be limited to that which involves the services covered in this procurement. Litigation related to internal personnel issues, i.e. individual Workers Compensation claims and/or employment related issues need not be reported. The Proposer must also provide a summary of all criminal convictions and current indictments of the company and/or its officers from November 5, 1992 to the present. The Pre -Qualification Committee may disqualify a Proposer with past convictions when those convictions relate to antitrust violations, fraud, bribery, racketeering, or other similar offenses. In order to be compliant with this section, Proposers must submit completed Forms Cl and C2 and should provide any supporting documentation the Proposer believes is appropriate to clarify and support the information provided on Forms Cl and C2. PPP C-1 Civil Litigation Please provide a summary of all civil litigation your firm has been involved with since November 1992. Include all litigation with Government Entities, customers, and suppliers. Copy this page and attach additional sheets if necessary. Please attach any additional information you feel is necessary to clarify and support the information in this form. Litigants: Brief Description of Case: Outcome/projected outcome: I Amount of Claim/Vlonetary Award/Settlement I Lit' nts: Brief Description of Case: Outcome/projected outcome: Amount of Claim/llfunetary Award/Settlement Lit* ants: Brief Description of Case: Outcome/projected outcome: Amount of Claim/Monetary Award/Settlement &M C-2 Criminal Litigation Please provide a summary of all criminal litigation you firm has been involved with since November 1992. Include all criminal convictions and any outstanding indictments. Copy this form and attach additional sheets if necessary. Please attach any additional information you feel is necessary to clarify and support the information in this form. Defendant: Charge(s): Brief Description: Outcome/Projected Outcome: Defendant: Charge(s): Brief Description: Outcome/Projected Outcome: I Defendant: Charge(s): Brief Description: Outcome/Projected Outcome: RRR Bidder's Representations In submitting this RFP the Proposer understands, represents, and acknowledges the following; The Proposer is not currently under suspension or debarment by the State of Florida, any other State, or any other governatental authority. The person signing the Bid, the Bidder, its affiliates, subsidiaries, directors, officers, and employees are not currently under investigation by any other governmental authority and have not in the last ten (10) years been convicted or found liable for any act prohibited by law in any jurisdiction, involving conspiracy or collusion with respect to bidding or performance on any public contract. Authorized Agent DATE STATE OF FLORIDA COUNTY Authorized Agent (Signature) The foregoing instrument was acknowledged before me this day of as of to me or has produced as identification. SEAL: Notary Name Notary Signature: 20 , by who is personally known SSS