Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
Contract 2018-82AGREEMENTFOR
ALTERNATIVE PAVING METHODS
THIS AGREEMENT, is made and entered into this �a day of
2018, by and between the CITY OF CLERMONT, FLORIDA, a municipal corporation
under the laws of the State of Florida whose address is: 685 W. Montrose Street, Clermont,
Florida, (hereinafter referred to as "CITY"), and ASPHALT PAVING SYSTEMS, INC.,
whose address is: 9021 Wire Road, Zephyrhills, FL 33540 (hereinafter referred to as
"CONTRACTOR").
WHEREAS, the Lee County B.C.C. through the public procurement process awarded an
Agreement for alternative paving methods, Lee County B.C.C. Number B170265ANB;
WHEREAS, CITY desires to utilize the above -referenced awarded bid, CONTRACTOR's
response thereto and Agreement in accordance with CITY's procurement policy, and
WHEREAS, CONTRACTOR desires to enter into a contract with CITY based on the terms
and conditions of the Lee County B.C.C. Contract Number B 170265ANB.
WITNESSETH: That the parties hereto, for the consideration hereinafter set forth,
mutually agree as follows: _
ARTICLE I — SCOPE OF WORK
The CONTRACTOR shall furnish alternative paving methods as described in the Lee
County B.C.C. Contract Number B 170265ANB, which is attached hereto and incorporated
herein as Exhibit "A" and shall do everything required by this Agreement and the other
Agreement Documents contained in the specifications, which are a part of these
Documents. Provided, however, that nothing herein shall require CITY to purchase or
acquire any items or services from CONTRACTOR. To the extent of a conflict between
this Agreement and Exhibit "A", the terms and conditions of this Agreement shall prevail
and govern. In all instances the CITY purchasing policy, resolutions and ordinances shall
apply.
ARTICLE II — THE CONTRACT SUM
CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set forth
in the Agreement documents and the Unit Price Schedule as set forth in Exhibit B',
attached hereto and incorporated herein.
ARTICLE III — TERM AND TERMINATION
l . This Agreement is to become effective upon execution by both parties, and shall
remain in effect until September 4, 2019, unless terminated or renewed as
provided by the Lee County B.C.C.
2. Notwithstanding any other provision of this Agreement, CITY may, upon
written notice to CONTRACTOR, terminate this Agreement if: a) without
cause and for convenience upon thirty (30) days written notice to
CONTRACTOR b) CONTRACTOR is adjudged to be bankrupt; c)
CONTRACTOR makes a general assignment for the benefit of its creditors; d)
CONTRACTOR fails to comply with any of the conditions of provisions of this
Agreement; or e) CONTRACTOR is experiencing a labor dispute, which
threatens to have a substantial, adverse impact upon performance of this
Agreement, without prejudice to any other right or remedy CITY may have
under this Agreement. In the event of such termination, CITY shall be liable
only for the payment of all unpaid charges, determined in accordance with the
provisions of this Agreement, for work, properly performed and accepted prior
to the effective date of termination.
3. Upon mutual Agreement of the parties, this Agreement may be renewed for two
(2) additional one (1) year terms.
ARTICLE W — COMMENCEMENT AND COMPLETION OF WORK
The CONTRACTOR shall provide all items in the timeframe as set forth in the applicable
purchase order or notice to proceed.
ARTICLE V — PAYMENTS
In accordance with the provisions fully set forth in the Contract Documents,
CONTRACTOR shall submit an invoice to CITY upon completion of the services and
delivery to CITY as set forth in the applicable purchase order. CITY shall make payment
to the CONTRACTOR for all accepted and undisputed services provided, within thirty
(30) calendar days of receipt of the invoice.
ARTICLE VI — DISPUTE RESOLUTION - MEDIATION
1. Any claim, dispute or other matter in question arising out of or related to this
Agreement shall be subject to mediation as a condition precedent to voluntary
arbitration or the institution of legal or equitable proceedings by either party.
2. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and
other matters in question between them by mediation.
3. The parties shall share the mediator's fee and any filing fees equally. The mediation
shall be held in Clermont, Lake County, Florida, unless another location is mutually
agreed upon. Agreements reached in mediation shall be enforceable as settlement
Agreements in any court having jurisdiction thereof.
ARTICLE VII — INSURANCE AND INDEMNIFICATION RIDER
1. Worker's Compensation Insurance - The CONTRACTOR shall take out
and maintain during the life of this Agreement Worker's Compensation Insurance for all
his employees connected with the work of this Project and, in case any work is sublet, the
CONTRACTOR shall require the subcontractor similarly to provide Worker's
Compensation Insurance for all of the latices employees unless such employees are
covered by the protection afforded by the CONTRACTOR. Such insurance shall comply
with the Florida Worker's Compensation Law. In case any class of employees engaged in
hazardous work under this Agreement at the site of the Project is not protected under the
Worker's Compensation statute, the CONTRACTOR shall provide adequate insurance,
satisfactory to the CITY, for the protection of employees not otherwise protected.
Employers Liability insurance with the following minimum limits and coverage:
(a) Each Accident, $500,000
(b) Disease -Each Employee, $500,000
(c) Disease -Policy Limit, $500,000
2. CONTRACTOR's Public Liability and Property Damage Insurance - The
Contactor shall take out and maintain during the life of this Agreement Comprehensive
General Liability and Comprehensive Automobile Liability Insurance as shall protect it
from claims for damage for personal injury, including accidental death, as well as claims
for property damages which may arise from operating under this Agreement whether such
operations are by itself or by anyone directly or indirectly employed by it, and the amount
of such insurance shall be minimum limits as follows:
(a) CONTRACTOR's Comprehensive General, $1,000,000 Each
($2,000,000 aggregate)
Liability Coverages, Bodily Injury Occurrence, & Property Damage
Combined Single Limit
(b) Automobile Liability Coverages, $1,000,000 Each
Bodily Injury & Property Damage Occurrence, $500,000
Combined Single Limit
Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE
shall be amended to provide coverage on an occurrence basis.
3. SubCONTRACTOR's Public Liability and Pronertv Damage
Insurance - The CONTRACTOR shall require each of his subCONTRACTORs to procure
and maintain during the life of this subcontract, insurance of the type specified above or
insure the activities of his subCONTRACTORs in his policy, as specified above.
4. Indemnification Rider
(a) To cover to the fullest extent permitted by law, the CONTRACTOR
shall indemnify and hold harmless the CITY and its agents and
employees from and against all claims, damages, losses and expenses,
including but not limited to attorneys fees, arising out of or resulting
from the performance of the Work, provided that any such claim,
damage, loss or expense (1) is attributable to bodily injury, sickness,
disease or death, or to injury to or destruction of tangible property (other
than the Work itself) , and (2) is caused in whole or in part by any
negligent act or omission of the CONTRACTOR, any
subCONTRACTOR, anyone directly or indirectly employed by any of
them 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.
Such obligation shall not be construed to negate, abridge, or otherwise
reduce any other right to obligation of indemnity which would otherwise
exist as to any party or person described in this Article.
(b) In any and all claims against the CITY or any of its agents or employees
by any employee of the CONTRACTOR, any subcontractor, anyone
directly or indirectly employed by any of them or anyone for whose acts
any of them may be liable, the indemnification obligations under this
Paragraph shall not be limited in any way by any Irritation on the
amount or type of damages, compensation or benefits payable by or for
the CONTRACTOR or any subcontractor under workers' or workmen's
compensation acts, disability benefit acts or other employee benefit acts.
(c) The CONTRACTOR hereby acknowledges receipt of ten dollars and
other good and valuable consideration from the CITY for the
indemnification provided herein.
ARTICLE VIII—NOTICES
All notices shall be in writing and sent by United States mail, certified or registered, with
return receipt requested and postage prepaid, or by nationally recognized overnight courier
service to the address of the party set forth below. Any such notice shall be deemed given
when received by the party to whom it is intended.
CONTRACTOR: Asphalt Paving Systems, Inc.
9021 Wire Road
Zephyrhills, FL 33540
Attn: Robert Capoferri, President
CITY: City of Clermont
Attn: Darren Gray, City Manager
685 W. Montrose Street
Clermont, FL 34711
ARTICLE IX — MISCELLANEOUS
Attorneys' Fees. In the event a suit or action is instituted to enforce or interpret any
provision of this Agreement, the prevailing party shall be entitled to recover such
sum as the Court may adjudge reasonable as attorneys' fees at trial or on any appeal,
in addition to all other sums provided by law.
2. Waiver. The waiver by city of breach of any provision of this Agreement shall not
be construed or operate as a waiver of any subsequent breach of such provision or
of such provision itself and shall in no way affect the enforcement of any other
provisions of this Agreement.
3. Severability. If any provision of this Agreement or the application thereof to any
person or circumstance is to any extent invalid or unenforceable, such provision, or
part thereof, shall be deleted or modified in such a manner as to make the
Agreement valid and enforceable under applicable law, the remainder of this
Agreement and the application of such a provision to other persons or
circumstances shall be unaffected, and this Agreement shall be valid and
enforceable to the fullest extent permitted by applicable law.
4. Amendment. Except for as otherwise provided herein, this Agreement may not be
modified or amended except by an Agreement in writing signed by both parties.
5. Entire Agreement. This Agreement including the documents incorporated by
reference contains the entire understanding of the parties hereto and supersedes all
prior and contemporaneous Agreements between the parties with respect to the
performance of services by CONTRACTOR.
6. Assignment. Except in the event of merger, consolidation, or other change of
control pursuant to the sale of all or substantially all of either party's assets, this
Agreement is personal to the parties hereto and may not be assigned by
CONTRACTOR, in whole or in part, without the prior written consent of city.
7. Venue. The parties agree that the sole and exclusive venue for any cause of action
arising out of this Agreement shall be Cake County, Florida.
8. Aoolicable Law. This Agreement and any amendments hereto are executed and
delivered in the State of Florida and shall be governed, interpreted, construed and
enforced in accordance with the laws of the State of Florida.
9. Public Records. Contractor expressly understands records associated with this
project are public records and agrees to comply with Florida's Public Records law,
to include, to:
(a) Keep and maintain public records that ordinarily and necessarily would be
required by the CITY in order to perform the services contemplated herein.
(b) Provide the public with access to public records on the same terms and
conditions that the CITY would provide the records and at a cost that does
not exceed the cost provided in this Florida's Public Records law or as
otherwise provided by law.
(c) Ensure that public records that are exempt or confidential and exempt from
public records disclosure requirements are not disclosed except as
authorized bylaw.
(d) Meet all requirements for retaining public records and transfer, at no cost,
to the CITY all public records in possession of CONTRACTOR upon
termination of the contract and destroy any duplicate public records that are
exempt or confidential and exempt from public records disclosure
requirements. CONTRACTOR shall use reasonable efforts to provide all
records stored electronically to the CITY in a format that is compatible with
the information technology systems of the CITY.
(e) IF CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS CONTRACT, CONTRACTOR SHALL
CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT
CITY CLERK'S OFFICE, (352) 241-7331.
ARTICLE X — AGREEMENT DOCUMENTS
The Agreement Documents, as listed below are herein made fully a part of this Agreement
as if herein repeated.
Document Precedence:
1. This Agreement
2. Purchase Order/Notice to Proceed
3. All documents contained in the Lee County B.C.C. Contract/Bid No. B I70265ANB
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on
this2aday of .2018.
City of ertrlont
Gail L. A'''s4444h,- Mayor
Attest
Tracy Ackroyd Howe, City Clerk
Asphalt Paving Systems, Inc.
or
Robert
Title
Kenneth Messina
(Name Printed or Typed)
EXHIBIT A
&SIOUt6westee County
�%Orida
BOARD OF COUNTY COMMISSIONERS
July 13, 2018
Jahn E. Manning
paoicr One
C. a L P.nd.,...
Mr. Robert Capoferri
awd TM9
Asphalt Paving Systems, Inc.
L.m Rlkv
9021 Wire Road
D:md rare.
Zephyrhills, FL 33540
even N.mm.n
U,w Four
Fnnk M.nn
or.md F
SUBJECT: Renewal of Annual Contract No. B170265ANB C-7804
,xy W-P,
Alternative Paving Methods
cxPoA>�
Dear Mr. Capoferri:
Donn. M.ft Can.
Ne.dnp Examner
This is to inform you that Lee County agrees to renew the above subject contract for an
additional one (1) year period, from 09/05/2018 through 09/04/2019.
We are hereby extending the annual contract for an additional one year period under the
same terms and conditions as the original award.
If you have any questions regarding this letter, please contact me at (239) 533-8871.
Sincerely,
VL berLd wbaK
Kimberly Urban
Contracts Analyst
Procurement Management Division
C: Project File
P.O. Box 398, Fort Myers, Florida 33902-0393 (239) 533-2111
Internet address hap:/hxnw Nee-county.c:m
AN EQUAL OPPORTUNITY AFFIRMATIVE ACTION EMPLOYER
,Lee County
S°ouf6iwerf'MoriWa
BOARD OF COUNTY COMMISSIONERS
April 1 I, 2018
1 . E M.—,
r. ..
Ceal L Peme,a...
Mr. Robert Capoferri
DWY r-
Asphalt Paving Systems, Inc
�Y MWI
9021 Wire Road
Zephyrbills, FL 33540
8-n N m
U,vM Fpu
F—k M.-
Subject: Renewal of Annual Contract No. B170265ANB C-7804
Alternative Paving Methods
RuaM o.R.nvs
fgi.lY Mamper
Dear Mr. Capofertl:
RMaN Wm W.-
CanYYRaanay
239-533-8849
o.nre M.m Wan, The above -referenced annual contract will expire on September 4, 2018 unless renewed.
N.emv E,.,1MM. Lee County is requesting that this annual connect be renewed for an additional one year
period (9/5/2018 — 9/42019). Therefore, we are requesting that you choose one of the
following options and return this letter to Lee County Procurement Management, Attu:
Jennifer Brewer -Deno, P.O. Box 398, Ft. Myers, FL 33902-0398, (Fax: 239485.8383 or
email j4tewer-dunu(rileeanv.ru n ), within 15 calendar days from receipt.
)0( a T want an continue performing under this annual contract for an
additional one year period under the same terms and conditions as agreed upon in the
above -referenced quotation.
As a condition of this renewal, the vendor agrees to provide Ler County with an
updated insurance ceri fieate upon a epiradon of the original cerdfrcate on file with
the County.
b. I am not interested in extending this contract for an additional
one-year period. Why?
Vendor: Lee County:
S.P.twe Ralnfd Cey rrl Bignaaue A
President ProcrerltemtuManagement Director
Tide rue
4/25/201B
DMe Dak
P 0 Box 398, Fret Myers. Florida 33902-0388 (239) 633-2111
Internet addraaa hltp:// leeuunly.c.m
AN EQUAL MPOMUNITY AFFIRW`nN ACTION EMPLOYER
Contract# 7804
AGREEMENT FOR
ALTERNATIVE PAVING METHODS
THIS AGREEMENT FOR ONGOING ALTERNATIVE PAVING PROJECTS
("Agreement') is made and entered into as of the date of execution by both parties,
by and between Lee County, a political subdivision of the State of Florida, hereinafter
referred to as the "County" and Asphalt Paving Systems, Inc., a New Jersey
corporation authorized to do business in the State of Florida, whose address is 9021
Wire Road, Zephyrhills, FL 33540, and whose Federal tax identification number is 22-
3787755, hereinafter referred to as "Contractor".
WITNESSETH
WHEREAS, the County intends to purchase construction services related to
Alternative Paving Methods from the Contractor for specific projects as determined
by the County (the "Purchase"); and,
WHEREAS, the County issued a solicitation, B170265/ANB on April 7, 2017; and,
WHEREAS, the County evaluated the responses received and found the Contractor
qualified to provide the necessary products and services; and,
WHEREAS, the County posted a Notice of Intended Decision Bid Action on June 6,
2017; and,
WHEREAS, the Contractor is one of a pool of firms approved to provide products and
services for the Purchase, the County shall award projects as needed, and the
Contractor understands and agrees that no work Is guaranteed under this
Agreement; and,
WHEREAS, the Contractor has reviewed the products and services to be supplied
pursuant to this Agreement and is qualified, willing and able to provide all such
products and services in accordance with its terms.
NOW, THEREFORE, the County and the Contractor, in consideration of the mutual
covenants contained herein, do agree as follows:
I. PRODUCTS AND SERVICES
A. The Contractor agrees to diligently provide all products and services for
the Purchase in accordance with the Scope of Services made part of this
Agreement as Exhibit A, attached hereto and incorporated herein.
Contractor shall comply strictly with all of the terms and conditions of
B170265/ANB, a copy of which is on file with the County's Department
of Procurement Management and is deemed incorporated into this
Agreement.
Solicitation # B170265/ANB Page 1 of 23
U. TERM AND DELIVERY
A. This Agreement shall commence immediately upon execution by both the
County and the Contractor, and shall continue for a period of one (1) year
on an "as needed" basis. The Agreement may be renewed for up to three
(3) additional one (1) year periods upon mututal written agreement of the
County and the Contractor.
B. A Purchase Order must be Issued by the County before commencement of
any work or purchase of any goods related to this Agreement.
C. Products and services must be delivered in accordance with Supplemental
Task Authorizations and Change Orders. The schedule must commence on
the date of the purchase order.
III. COMPENSATION AND PAYMENT
A. The County must pay the Contractor in accordance with the terms and
conditions of this Agreement for providing all products and services as set
forth In Exhibit A, and further described in Exhibit B, Fee Schedule, attached
hereto and incorporated herein. Said total amount to be all Inclusive of
costs necessary to provide all products and services as outlined In this
Agreement, and as supported by the Contractor's submittal in response to
B170265/ANB, a copy of which is on file with the County's Department of
Procurement Management and is deemed incorporated into this Agreement.
B. Notwithstanding the preceding, Contractor must not make any deliveries or
perform any work under this Agreement until receipt of a purchase order
from the County. Contractor acknowledges and agrees that no minimum
order or amount of product or work is guaranteed under this Agreement
and County may elect to Issue no purchase orders. If a purchase order is
Issued, the County reserves the right to amend, reduce, or cancel the
purchase order in its sole discretion.
C. All funds for payment by the County under this Agreement are subject to
the availability of an annual appropriation for this purpose by the County.
In the event of nonappropriation of funds by the County for the services
provided under this Agreement, the County will terminate the contract,
without termination charge or other liability, on the last day of the then
current fiscal year or when the appropriation made for the then -current
year for the services covered by this Agreement is spent, whichever event
occurs first. If at any time funds are not appropriated for the continuance
of this Agreement, cancellation shall be accepted by the Contractor on
fifteen (15) days' prior written notice, but failure to give such notice will be
of no effect and the County will not be obligated under this Agreement
beyond the date of termination.
Solicitation * B170265/ANB Page 2 of 23
V.
VI.
A. The County must pay the Contractor in accordance with the Local
Government Prompt Payment Act, §218.70, et seq. F.S., as amended from
time to time, upon receipt of the Contractor's invoice and written approval
of same by the County indicating that the products and services have been
provided in conformity with this Agreement.
B. The Contractor must submit an invoice for payment to the address indicated
on the purchase order on a monthly basis for those specific products and
services as described in Exhibit A (and the corresponding fees as described
in Exhibit B) that were provided during that invoicing period.
C. For partial shipments or deliveries, progress payments must be paid
monthly in proportion to the percentage of products and services delivered
on those specific line items as approved in writing by the County.
A. No changes to this Agreement or the performance contemplated hereunder
will be made unless the same are in writing and signed by both the
Contractor and the County.
B. If the County requires the Contractor to perform additional services or
provide additional product(s) related to this Agreement, then the
Contractor shall be entitled to additional compensation based on the Fee
Schedule as amended to the extent necessary to accommodate such
additional work or product(s). The additional compensation must be agreed
upon before commencement of any additional services or provision of
additional product(s) and must be incorporated into this Agreement by
written amendment. The County will not pay for any additional service,
work performed or product provided before a written amendment to this
Agreement.
Notwithstanding the preceding, in the event additional services are required
as a result of error, omission or negligence of the Contractor, the Contractor
will not be entitled to additional compensation.
A. The Contractor will indemnify and hold harmless Lee County Government
from liabilities, damages, losses, and costs, including but not limited to
attorney's reasonable fees to the extent caused by the negligence,
recklessness, or Intentional wrongful conduct of the Contractor and persons
employed or utilized by the Contractor in the performance of this
Agreement.
Solicitation * B170265/ANB Page 3 of 23
VII.
VIII.
B. This section shall survive the termination or expiration of this Agreement.
A. Contractor must procure and maintain insurance as specified in Exhibit C,
Insurance Requirements, attached hereto and made a part of this
Agreement.
B. Contractor must, on a primary basis and at its sole expense, maintain in
full force and effect, at all times during the life of this Agreement, Insurance
coverage (Including endorsements) and limits as described in Exhibit C.
These requirements, as well as the County's review or acceptance of
insurance maintained by Contractor, are not intended to and must not in
any manner limit or qualify the liabilities or obligations assumed by
Contractor under this Agreement. Insurance carriers providing coverage
required herein must be licensed to conduct business in the State of Florida
and must possess a current A.M. Best's Financial Strength Rating of B+
Class VII or better. No changes are to be made to these specifications
without prior written specific approval by County Risk Management.
The Contractor must procure performance and payment bond(s) in
accordance with Exhibit D.
IX. RESPONSIBILITIES OF THE CONTRACTOR
A. The Contractor must be responsible for the quality and functionality of all
products supplied and services performed by or at the behest of the
Contractor under this Agreement. The Contractor must, without additional
compensation, correct any errors or deficiencies In Its products, or If
directed by County, supply a comparable replacement product or service.
B. The Contractor warrants that it has not employed or retained any company
or person (other than a bona fide employee working solely for the
Contractor), to solicit or secure this Agreement and that it has not paid or
agreed to pay any person, company, corporation, Individual, or firm other
than a bona fide employee working solely for the Contractor, any fee,
commission, percentage, gift, or any other consideration, contingent upon
or resulting from the award of this Agreement.
C. The Contractor must comply with all federal, state, and local laws,
regulations and ordinances applicable to the work or payment for work
thereof, and must not discriminate on the grounds of race, color, religion,
sex, or national origin In the performance of work under this Agreement.
Solicitation * B170265/ANB Page 4 of 23
D. Contractor specifically acknowledges its obligations to comply with
§119.0701, F.S., as amended from time to time, with regard to public
records, and must:
1) keep and maintain public records that ordinarily and necessarily
would be required by the County in order to perform the services
required under this Agreement;
2) upon request from the County's custodian of public records, provide
the County with a copy of the requested records or allow the records
to be inspected or copied within a reasonable time at a cost that does
not exceed the cost provided in Chapter 119 Florida Statutes or as
otherwise provided by law;
3) ensure that public records that are exempt or confidential and
exempt from public records disclosure requirements are not
disclosed, except as authorized by law; and
4) meet all requirements for retaining public records and transfer, at no
cost to the County, all public records in possession of Contractor
upon termination of this Agreement and destroy any duplicate public
records that are exempt or confidential and exempt from public
records disclosure requirements. All records stored electronically
must be provided to the County in a format that is compatible with
the Information technology system of the County.
IF THE CONTRACTOR HAS QUESTIONS REGARDING
THE APPLICATION OF CHAPTER 119, FLORIDA
STATUTES, TO THE CONTRACTOR'S DUTY TO
PROVIDE PUBLIC RECORDS RELATING TO THE
CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC
RECORDS AT 239-533-2221, 2115 SECOND STREET,
FORT MYERS, FL 33901; publicrecords@leegov.com;
http://www.leegov.com/publicrecords.
E. The Contractor is, and will be, in the performance of all work, services and
activities under this Agreement, an independent contractor. Contractor is
not an employee, agent or servant of the County and shall not represent
itself as such. All persons engaged in any work or services performed
pursuant to this Agreement will be at all times, and in all places, subject to
the Contractor's sole direction, supervision and control. The Contractor
must exercise control over the means and manner in which it and its
employees perform the work, and in all respects the Contractor's
relationship and the relationship of its employees to the County will be that
of an independent contractor and not as employees of the County. The
Solicitation # B170265/ANB Page 5 of 23
Contractor will be solely responsible for providing benefits and insurance to
its employees.
It is understood and agreed that all products provided under this Agreement
will become the property of the County upon acceptance by the County.
XI. TIMELY DELIVERY OF PRODUCTS AND PERFORMANCE OF SERVICES
A. The Contractor must ensure that all of Its staff, contractors and suppliers
involved in the production or delivery of the products are fully qualified and
capable to perform their assigned tasks.
B. The personnel assigned by the Contractor to perform the services pursuant
to this Agreement must comply with the terms set forth in this Agreement.
C. The Contractor specifically agrees that all products must be delivered within
the time limits as set forth in this Agreement, subject only to delays caused
by force majeure, or as otherwise defined herein. "Force majeure" Is
deemed to be any unforeseeable and unavoidable cause affecting the
performance of this Agreement arising from or attributable to acts, events,
omissions or accidents beyond the control of the parties.
XII. COMPLIANCE WITH APPLICABLE LAW
This Agreement will be governed by the laws of the State of Florida. Contractor
must promptly comply with all applicable federal, state, county and municipal
laws, ordinances, regulations, and rules relating to the services to be
performed hereunder and in effect at the time of performance. Contractor must
conduct no activity or provide any service that is unlawful or offensive.
XIII. TERMINATION
A. The County shall have the right at any time upon fifteen (15) days' written
notice to the Contractor to terminate this Agreement in whole or in part for
any reason whatsoever. In the event of such termination, the County will
be responsible to Contractor only for fees and compensation earned by the
Contractor, In accordance with Section III, prior to the effective date of said
termination. In no event shall the County be responsible for lost profits of
Contractor or any other elements of breach of contract.
B. After receipt of a notice of termination, except as otherwise directed, the
Contractor must stop work on the date of receipt of the notice of
termination or other date specified in the notice; place no further orders or
sub -contracts for materials, services, or facilities except as necessary for
completion of such portion of the work not terminated; terminate all
Solicitation # BI70265/ANB Page 6 of 23
XIV.
Contractors and subcontracts; and settle all outstanding liabilities and
claims.
C. The County's rights under this Agreement shall survive the termination or
expiration of this Agreement and are not waived by final payment or
acceptance and are in addition to the Contractor's obligations under this
Agreement.
A. In the event of a dispute or claim arising out of this Agreement, the parties
agree first to try in good faith to settle the dispute by direct discussion. If
this is unsuccessful, the parties may enter Into mediation in Lee County,
Florida, with the parties sharing equally in the cost of such mediation.
B. In the event mediation, if attempted, is unsuccessful in resolving a dispute,
the parties may proceed to litigation as set forth below.
C. Any dispute, action or proceeding arising out of or related to this Agreement
will be exclusively commenced in the state courts of Lee County, Florida, or
where proper subject matter jurisdiction exists in the United States District
Court for the Middle District of Florida. Each party irrevocably submits and
waives any objections to the exclusive personal jurisdiction and venue of
such courts, Including any objection based on forum non conveniens.
D. This Agreement and the rights and obligations of the parties shall be
governed by the laws of the State of Florida without regard to its conflict of
laws principles.
E. Unless otherwise agreed In writing, the Contractor will be required to
continue all obligations under this Agreement during the pendency of claim
or dispute including, but not limited to, actual period of mediation or judicial
proceedings.
The County may, at any time, by written order to the Contractor, require the
Contractor to stop all or any part of the work called for by this Agreement. Any
order must be identified specifically as a stop work order issued pursuant to
this clause. This order shall be effective as of the date the order is delivered to
the Contractor. Upon receipt of such an order, the Contractor must
immediately comply with Its terms and take all reasonable steps to minimize
the incurrence of costs allocable to the work covered by the order during the
period of work stoppage. The Contractor must not resume work unless
specifically so directed in writing by the County. The County may take one of
the following actions:
1. Cancel the stop work order; or
Solicitation * B170265/ANB Page 7 of 23
XVII.
2. Terminate the work covered by the order; or
3. Terminate the Agreement in accordance with provisions contained in
Section XIII.
In the event the County does not direct the Contractor to resume work, the
stop work order may be converted into a notice of termination for convenience
pursuant to Section XIII. The notice period for such termination shall be
deemed to commence on the date of Issuance of the stop work order. In the
event the County does not direct the Contractor to resume work within ninety
(90) days, the Contractor may terminate this Agreement.
A. All products provided under this Agreement must be new (unless
specifically identified otherwise in a Supplemental Task Authorization) and
of the most suitable grade for the purpose intended.
B. If any product delivered does not meet performance representations or
other quality assurance representations as published by manufacturers,
producers or distributors of the products or the specifications listed in this
Agreement, the Contractor must pick up the product from the County at no
expense to the County. The County reserves the right to reject any or all
materials if, in its judgment, the item reflects unsatisfactory workmanship
or manufacturing or shipping damage. In such case, the Contractor must
refund to the County any money which has been paid for same.
C. Contractor shall secure from the applicable third party manufacturers, and
assign and pass through to the County, at no additional cost to the County,
such warranties as may be available with respect to the equipment, parts
and systems provided through the Purchase.
A. This Agreement constitutes the sole and complete understanding between
the parties and supersedes all other contracts between them, whether oral
or written, with respect to the subject matter. No amendment, change or
addendum to this Agreement is enforceable unless agreed to in writing by
both parties and incorporated into this Agreement.
B. The Contractor must not assign any interest in this Agreement and must
not transfer any interest in same (whether by assignment or novatlon)
without the prior written consent of the County, except that claims for the
money due or to become due to the Contractor from the County under this
Agreement may be assigned to a financial institution or to a trustee in
bankruptcy without such approval from the County. Notice of any such
Solicitation * 8170265/AN8 Page 8 of 23
transfer or assignment due to bankruptcy must be promptly given to the
County.
C. The exercise by either party of any rights or remedies provided herein shall
not constitute a waiver of any other rights or remedies available under this
Agreement or any applicable law.
D. The failure of the County to enforce one or more of the provisions of the
Agreement may not be construed to be and is not a waiver of any such
provision or provisions or of its right thereafter to enforce each and every
such provision.
E. The parties covenant and agree that each is duly authorized to enter Into
and perform this Agreement and those executing this Agreement have all
requisite power and authority to bind the parties.
F. Neither the County's review, approval or acceptance of, nor payment for,
the products and services required under this Agreement must be
construed to operate as a waiver of any rights under this Agreement or of
any cause of action arising out of the performance of this Agreement.
G. If the Contractor Is comprised of more than one legal entity, each entity
must be jointly and severally liable hereunder.
H. Any notices of default or termination shall be sufficient if sent by the parties
via United States certified mail, postage paid, or via a nationally recognized
delivery service, to the addresses listed below:
Vendor's Representative:
County's Representatives:
Name:
Robert Capoferri
Names:
Roger Desjarlals
Mary Tucker
Director of
Title:
President
Titles:
County Manager
Procurement
Management
Address:
9021 Wire Road
Address:
P.O.
Box 398
Zephyrhills, FL
Fort Myers, FL 33902
33540
Telephone:
813-788-0010
Telephone:
239-533-2221
239-533-8881
Facsimile:
813-788-0020
Facsimile:
239-485-2262
239-485-8383
E-mall'`
�at
E-Mail:
rdesiarlaisf�leeaov.com
mtucker(ialeeaov.mm
jackieAPS@outlook.com
DGannon®grnail.com
Solicitation # B170265/ANB Page 9 of 23
I. Any change in the County's or the Contractor's Representative will be
promptly communicated by the party making the change.
J. Paragraph headings are for the convenience of the parties and for reference
purposes only and shall be given no legal effect.
K. In the event of conflicts or inconsistencies, the documents shall be given
precedence in the following order:
1. Supplemental Task Authorization(s)
2. Agreement
3. County's Purchase Order
4. Solicitation # B170265/ANB
5. Contractor's Submittal in Response to Solicitation # B170265/ANB
[The remainder of this page Intentionally left blank.]
Solicitation # B170265/ANB Page 10 of 23
IN WITNESS WHEREOF, the parties have executed this Agreement as of the date
last below written.
WITNESS:
Signed By: K&AJ6 flj&lA
Print Name: Kenneth Messina
Secretary
ATTEST:
CLERK OF THE CIRCUIT COURT
Linda Do ge Clerk,
BY:DEFMCLM
APPROVED AS TO FORM FOR THE
RELIANCE OF LEE COUNTY ONLY:
Asphalt Paving Systems Inc.
Signed By: "
Print Name: Ro fern
Title: President
Date: 7/12/2017
LEE COUNTY
BOARD OF COUNTY COMMISSIONERS
OF LEE COUNT�, FLORIDA
BY: '
CHAIR
DATE: QI S �/ %
BY O .AT .
OFFICE OF�UNTY ATTORNEY
Solidtatlon 8 B170265/ANB Page 11 of 23
EXHIBIT A
SCOPE OF SERVICES
Contractor shall provide Alternative Paving services in accordance with Lee County
Solicitation No. B170265/ANB and Supplemental Task Authorizations Issued under
this Agreement, if any.
A. Supplemental Task Authorizations
The term Supplemental Task Authorization refers to a written document
executed by both parties under this Agreement setting forth and authorizing a
limited number of services, tasks, or work for a specific project identified by the
County. Such services, tasks, or work is consistent with and has previously been
described by Solicitation No. B170265/ANB and this Agreement.
B. Award of Supplemental Task Authorizations
As provided by Solicitation No. B170265/ANB, Individual projects may be
awarded, and authorized via Supplemental Task Authorizations, to any of the
firms approved by the Board of County Commissioners under that solicitation.
Award shall be made as follows:
1. Each project/task order will not exceed $500,000.00.
1.1. Any project/task order $50,000.00 or less may be awarded to the
vendor holding a valid contract under this bid, with the lowest unit prices, able
to meet the required schedule.
1.2. Any project/task order $50,000,01, but less than $500,000.00
must be quoted by a minimum of 3 awarded vendors holding a valid
contract under this Bid.
1.3. Any project/task order over $100,000.00 must provide a payment and
performance bond.
1.4. No vendor will be paid more than $4,000,000.00 per year.
1.5. Notice to Proceed (NTP)
I.S.I. All project/task order $50,000.00 or less will use the purchase order
as the notice to proceed. The start date and date or the number of day
to complete the project must be included on the purchase order. If the
start date Is left off the purchase order then the date of the purchase order
approval will default as the NTP start date.
1.5.2. Projects $50,000.01 but less than $500,000.00 will have a formal
NTP Issued through the Procurement Management Division.
1.6. The County retains the right to select any vendor to whom a multiple -
vendor award has been made.
1.7. The County retains the right to separately and competitively bid any and
all job estimates greater than $500,000.00.
• Any project/task with a total cost of $50,000.00 or less may be awarded
to the firm holding a valid contract under this bid, with the lowest unit
prices, able to meet the required project schedule.
• Any project/task with a total cost of $50,000.01, but less than
$500,000.00 must be quoted by a minimum of three (3) of the
Solicitation # B170265/ANB Page 12 of 23
EXHIBIT A
SCOPE OF SERVICES
approved firms holding a valid contract under Solicitation No.
B170265/ANB. When quotes are requested, the Contractor's submittal
must be based on the unit prices provided by Exhibit B, or lower prices.
The quote must not list any prices that are higher. Award of the project
shall be made to the firm holding a valid contract under this bid, with the
lowest quoted price, able to meet the required project schedule.
C. Performance of Work under this Agreement
All work shall be provided and performed in accordance with the Technical
Specifications of Solicitation No. B170265/ANB and as further described in any
Supplemental Task Authorizations issued under this Agreement.
D. PRICING
Consumer Price Index (CPI): Contract prices for equipment and/or service will
remain firm through the first contract year. Contractors must request price
adjustments, in writing, 30 days prior to the renewal date. If a contractor fails
to request a CPI price adjustment 30 days prior to the contract renewal date, no
price increase will be accepted. Price adjustments will be made in accordance
with the percentage change in the U.S. Department of Labor Consumer Price
Index (CPI-U) for All Urban Consumers, All Items, Miami Area. No retroactive
contract price adjustments will be allowed.
Solicitation A 6170265/AN13 Page 13 of 23
EXHIBIT C
INSURANCE REQUIREMENTS
Minimum Insurance Reouirements: Risk Management in no way represents
that the insurance required is sufficient or adequate to protect the vendors'
interest or liabilities. The following are the required minimums the vendor
must maintain throughout the duration of this contract. The County reserves
the right to request additional documentation regarding insurance provided
a. Commercial General Liability - Coverage shall apply to premises and/or
operations, products and completed operations, independent contractors,
contractual liability exposures with minimum limits of:
$1,000,000 per occurrence
$2,000,000 general aggregate
$1,000,000 products and completed operations
$1,000,000 personal and advertising injury
b. Business Auto Liability - The following Automobile Liability will be required
and coverage shall apply to all owned, hired and non -owned vehicles use with
minimum limits of:
$1,000,000 combined single limit (CSL)
$500,000 bodily injury per person
$1,000,000 bodily injury per accident
$500,000 property damage per accident
c. Workers' Compensation - Statutory benefits as defined by FS 440
encompassing all operations contemplated by this contract or agreement to
apply to all owners, officers, and employees regardless of the number of
employees. Workers Compensation exemptions may be accepted with written
proof of the State of Florida's approval of such exemption. Employers' liability
will have minimum limits of:
$500,000 per accident
$500,000 disease limit
$500,000 disease — policy limit
*The required minimum limit of liability shown in a and b may be provided in the
form of "Excess Insurance" or "Commercial Umbrella Policies." In which rase, a
"Following Form Endorsement" will be required on the "Excess Insurance Policy" or
"Commercial Umbrella Policy."
Solidtation # 0170265/ANB Page 21 of 23
EXHIBIT C
INSURANCE REQUIREMENTS
Verification of Coverage:
1. Coverage shall be in place prior to the commencement of any work and
throughout the duration of the contract. A certificate of insurance will be
provided to the Risk Manager for review and approval. The certificate shall
provide for the following:
a. The certificate holder shall read as follows:
Lee County Board of County Commissioners
P.O. Box 398
Fort Myers, Florida 33902E
b. "Lee County, a political subdivision and Charter County of the State of
Florida, its agents, employees, and public officials" will be named as an
"Additional Insured" on the General Liability policy, Including Products and
Completed Operations coverage.
Special Requirements:
1. An appropriate "Indemnification" clause shall be made a provision of the
contract.
2. It is the responsibility of the general contractor to insure that all subcontractors
comply with all insurance requirements.
Solicitation * B170265/ANB Page 22 of 23
EXHIBIT D
PERFORMANCE AND PAYMENT BONDS
For each Supplemental Task Authorization authorizing work for a cost of $100,000.00
or more, the Contractor must procure a performance and payment bond in
accordance with this Agreement and B170265/ANB.
A. In accordance with Chapter 255.05, Florida Statutes, as may be amended
from time to time, and Lee County Ordinance 95-2-102, as may be
amended forth time to time, a public performance and payment bond is to
be Issued in a sum equal to one -hundred (100%) percent of the total
awarded Supplemental Task Authorization amount by a surety company
considered satisfactory by Lee County and otherwise authorized to transact
business in the State of Florida.
B. Any bonding company submitting a performance and payment bond to Lee
County Government must be licensed to transact a fidelity and surety
business in the State of Florida.
C. A public performance and payment bond must be properly executed by the
Surety Company and Contractor and recorded with the Lee County Clerk of
Court within seven (7) calendar days after notification by Lee County of the
approval to award the Supplemental Task Authorization. The Contractor is
responsible for all fees and charges associated with the performance and
payment bond, including the cost of recording.
D. A clean irrevocable letter of credit or cash bond may be accepted by the
County in lieu of the public performance and payment bond.
Solicitation # B170265/ANB Page 23 of 23
Clientil: 37227
ASPHPAVI
ACORN. CERTIFICATE OF LIABILITY INSURANCE o7742017mn
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, ESTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURERS, AUTHorl
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: It the certmcates holder Is an ADDITIONAL INSURED, the polioy(Ns) most be endorsed. N SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an enderha mem. A sm MM on this common. does not colder rights to the
certificate holder In IIM of such endornm t(s).
Mo..w
Joseph J. Meola, CIC, GRIM
J. Byme Agency, Inc.
5200 New Jersey Avenue
.609 52&9406 xe: 609 522.2644
AooR , Imede b .coin
PO Box 1409�
Wlldwocd, NJ 08260
MFgrexxomvETuoE
xuce
w6UM A: Zurich American Insurance Co.
1f3635
wsum.
weumsA a: American Guarantee It Liability
Z6297
Asphalt Paving Systems Inc.
500 N. Egg Harbor Road
P.O. Box 630
Hammonton, NJ 08037
wsuRm c:
IxsuRw o:
INSURER E:
waURE1 F:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HNWBEENISSUED TOTHE INSURED NAMED ABOVE MR THE POLICY PERIOD
INDICATED. NOIWIiHSTANDINO ANY REOUIREaErl TORM OR CONDITION OF ANY CONTMCTOq OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBIECT TO ALL THE TERMS,
EXCLUSIONS MO CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
MjRa
TYPEOFMWI E
Alex son
Peaks...
awmffle
ANM
M"
A
X
NaEacuLm,EnAL UAmm
LWMA4Wee 5XIWGUR
X
GLOO191406-01
12017
OUO'1/201
FACHazuRne+cE
S 000
uEOEXP
6100,000
SSJM
PERBCNK6Aov lNllmr
E1 0110
awtAWREMTELMr
MPIESPEn
Pp.pv OJ ❑LOL
ewERe.AtiM1EBATE
s2 000
Pn]DW'rs-LdAPnIDMa
s2 990
$
A
MrtaMoeuA UAevnr
X Mewro
A ca ® Ae"E Ea
X mava, nce X NOIIGWFO
AUTOS
SAP0191409-01
12017041U12M
/ 000
6o61Lr aUwrli+w.w
$
rowLr MAwYlPsw.dlnp
s
s
8
%
UrREa U-
EXLMaLW
X
accuN
¢plM6#UOE
A000191418-01
/0112017
04/01/207
EACXocEwawcE
a1 000000
IflBRE1NTE
E7
OFO pETFMIW
E
A
YIN
� AptN XE�
§Q; EX0.MTmf mVW
gyMygEerrin"
CESaRNnoN6Cf6NTIXlebltw
MIA
WC0191407-0i
/01201704MM01
Be
Fl AIXIOMIT
smow
ELMa6wE-FAEMPLOYFE
iS00009
Fl E!{ABE.IgICY11An$5011,000
awLR V Mn er OPEAATIell6l LfiGTldll: I VE W LLa6 MLgw tm r Aa}6onel asn,Y 6eRM We, mm/ 6e em[M tl RMe span M reyul,eq
RE: Alternative Paving Projects; It is agreed that Lee County, a political subdivision and Charter County
ofthe State of Florida, Its agents, employees and public officals, are Included as additional Insureds with
respect to the operations performed by the named Insured per Form U.GL.1175-F CW(04/13).
Lee County Board of
County Commissioners
P.O. Box 398
Fort Myers, FL 33902
SHOULD ANY CFTHE ABOVE CEECBIBED POLICES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED N
ACCORDANCE WIIB THE POKY PROVISm
AUNMM REPREfiERATAK
ACORD 25 (2014Gf) 1 off The ACORD name and logo are registered marks of ACORD
913167527fM164948 ALC
9
Additional Insured — Automatic — Owners, Lessees Or ZURICH
Contractors
Ploy No.
I Eft. Date of Pd.
Eap. Date or Poi.
Ee. Date of End.
Producer No.
Addi. Prem
i Realm Pre..
L0019140601
04/012017
04/012018
04/012017
N/A
N/A
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
Named Insured: ASPHALT PAVING SYSTEMS, INC.
Address (Including LP Code): 500 N. Egg Harbor Road, P.O. Box 530, Hammonton, NJ 08037
This endorsement modifies insurance provided under the:
Commercial General Liability Coverage Part
A. Section 11— Who Is An Insured is amended to include as an additional insured any person or organization whom you
are required to add as an additional insured on this policy under a written contract orwritten agreement. Such person
or organization is an additional Insured only with respect to liability for "bodily Injury', 'property damage" or "personal
and advertising injury" mused, in whole or in pert, by
1. Your acts or omissions; or
2. The acts or omissions of those acting on your behalf,
in the performance of your ongoing operations or your work" as included in the "products -completed operations
hazard", which is the subject of the written contract or written agreement.
However, the insurance afforded to such additional Insured:
1. Only applies to the extent permitted by law; and
2. Will not be broader than that which you are required by the written contract or written agreement to provide for
such additional insured.
B. With respect to the Insurance afforded to these additional insureds, the following additional exclusion applies:
This insuance does not apply to:
"Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or failure to
render, any professional architectural, engineering or surveying services Including:
a. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys,
field orders, change orders or drawings and specifications; or
b. Supervisory, inspection, architectural or engineering activities.
This exclusion applies even If the claims against any insured allege negligence or other wrongdoing in the
supervision, hiring, employment, training or monitoring of others by that insured, If the "occurrence" which mused the
"bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the
rendering of or the failure to render any professional architectural, engineering or surveying services.
U.GL.117&F CW (W/13)
Page 1 of 2
Induces copyrighted material d Insurance Serum Office, Inc., with Its pennisdon.
C. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV —
Commercial General Liability Conditions:
The additional insured must see to it that:
1. We are notified as soon as practicable of an "occurrence" or offense that may result in a claim;
2. We receive written notice of a claim or "suit' as soon as practicable; and
3. A request for defense and indemnity of the claim or'suit" will promptly be brought against any policy Issued by
another Insurer under which the additional insured may be an insured In any capacity. This provision does not
apply to Insurance on which the additional Insured is a Named Insured if the written contract or written agreement
requires that this coverage be primary and non-contributory.
D. For the purposes of the coverage provided by this endorsement:
1. The following is added to the Other Insurance Condition of Section IV — Commercial General Liability
Conditions:
Primary and Noncontributory insurance
This insurance is primary to and will not seek contribution from any other insurance available to an additional
insured provided that:
a. The additional insured is a Named Insured under such other insurance; and
b. You am required by written contract or written agreement that this insurance be primary and not seek
contribution from any other Insurance available to the additional insured.
2. The following paragraph Is added to Paragraph 6.b. of the Other Insurance Condition of Section IV— Commercial
General Liability Conditions:
This Insurance is excess over:
Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional
insured, in which the additional Insured on our policy is also covered as an additional insured on another policy
providing coverage for the same "occurrence", offense, claim or "suit". This provision does not apply to any policy
in which the additional insured is a Named Insured on such other policy and where our policy is required by a
written contract or written agreement to provide coverage to the additional insured on a primary and non-
contributory basis.
E. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement
showing the additional insured in a Schedule of additional Insureds, and which endorsement applies specifically to
that identified additional insured.
F. With respect to the Insurance afforded to the additional insureds under this endorsement, the following is added to
Section III — Limits Of Insurance:
The most we will pay on behalf of the additional Insured is the amount of insurance:
1. Required by the written contract or written agreement referenced in Paragraph A. of this endorsement; or
2. Available under the applicable Limits of Insurance shown In the Declarations,
whichever is less.
This endorsement shall not increase the applicable Limits of Insurance shown In the Declarations.
All other terms and conditions of this policy remain unchanged.
JGL-1116F M (04113)
Page 2 of 2
ImAudes copyrighted materiel d Ineumnce Services Oelce, Inc., Win its
its permission.
V. gzmdnolc
Lee County Procurement Management
Lee County
Momoe S reel, Floor
4&tAlvest
ort 1
Fort Myers, FL 33901'Afdll
BOARD OF COUNTY COMMISSIONERS
(239) 533-8881
W W W.leeEOv.eom/Drocurement
John E. Manning
Li +ct One DATE May 2, 2017
Cecil LPendergress SOLICITATION NO.: B170265/ANB
CAW T.
Larry Kkar
SUBJECT: ADDENDUM NUMBER 1
ouMn Tnrea
anan Hamman
REFERENCE: Alternative Paving Methods
Dom Four
Frank Mann
The following changes shall become a part of the Bid Documents and shall
Okhlcl Five
be as binding as if contained therein:
Count Oinna
GoCountyMMansager
IMPORTANT INFORMATION:
Rlonatd Wm. wench
cM,anAao,ner
Procurement Mameementhas moved
oonaa Made engine 1500 Monroe Street, 4" Floor
Naan,re ExaMner Fort Myers, FL 33901
(This is the Lee County Public Works Building)
Main Line: 239-533-8881 Fax Line: 239-495-8383
ATTACHMENTS
1. Updated Special Conditions
2. 100% Hot -In -Place Recycling — 324 Specification Reworked
Asphalt Concrete Pavement - New Specifications
3. Addendum 1 Bid Schedule
BIDDER IS ADVISED, YOU ARE REQUIRED TO ACKNOWLEDGE
RECEIPT OF THIS ADDENDUM WHEN SUBMITTING A BID. FAILURE
TO COMPLY WITH THIS REQUIREMENT MAY RESULT IN THE BIDDER
BEING CONSIDERED NON -RESPONSIVE.
ALL OTHER TERMS AND CONDITIONS OF THE BIDDING DOCUMENTS
ARE AND SHALL REMAIN THE SAME.
i
iProcuirement Analyst
Lee County Procurement Management
P.O. Box 398, Fort Myers, Florida 33902-0398 (239) 533-2111
Internet address hap:/AnanNA ecounty. con
AN EQUAL OPPORTUNITY AFFIRMATNE ACTION EMPLOYER
SPECIAL CONDMONS
toe 0eepe of Work
SPECIAL CONDITIONS
These are conditions that are in relation to this solicitation only and have not been included in the
County's standard Terms and Conditions or the Scope of Work.
I. TERM
Multi -year Renewals: The successful bidder shall be responsible for furnishing and delivering to the
Lee County requesting Department(s) the commodity or services on an "as needed basis" for a one-
year (1) period with three additional one year renewals periods.
PRICING
Consumer Price Index (CPI): Contract prices for equipment and/or service will remain firm
through the first contract year. Contractors must request price adjustments, in writing, 30
days prior to the renewal date. If a contractor fails to request a CPI price adjustment 30 days
prior to the contract renewal date, no price increase will be accepted. Price adjustments will
be made in accordance with the percentage change in the U.S. Department of Labor
Consumer Price Index (CPI-U) for All Urban Consumers, All Items, Miami Area. No
retroactive contract price adjustments will be allowed.
3. LIQUIDATED DAMAGES
These are conditions that are in relation to this bid only and have not been included in the
COUNTY's standard Terms and Conditions or the Scope of Work.
Liquidated damages to apply to each project. Liquidated damages will be based on the entire project
amount Der calendar day using, the table below:
Estimated Project Cost
Over
Estimated Project Cost
But Less than
Daily Charge Per
Calendar Da
$0.00
$50,000.00
$645.00
$50,000.00
$250,000.00
$760.00
$250,000.00
$500,000.00
$970.00
$500,000.00
$2,500,000.00
$1,500.00
$2,500,000.00
$5,000,000.00
$2,400.00
$5,000,000.00
$10,000,000.00
$3,300.00
$]0,000,000.00
$I5,000,000.00
$4,600.00
$I5,000,000.00
$20,000,000.00
$4,300.00
$20,000,000.00 over 1
$5,700.00 plus.00005
4. NEW PAVING METHODS
If a new Alternative Paving Method becomes available and the vendors under the Alternative Paving
Methods contract can perform the new method then pricing approved by procurement can be added to
the contract.
End of Special Conditions Section
ATTACHMENT 2
1000%HOT IN -PLACE RECYCLING
324 SPECIFICATION REWORKED ASPHALT
CONCRETE PAVEMENT
324-1 Description.
324-1.1 General Finished Surface: Construct a binder course asphalt pavement layer
using the Hot In -Place (HIP) recycling process, as specified in this Section. HIP the existing
asphalt layer and leave it as a finished driving surface as noted herein.
324-1.2 Preparation for an Overlay: Construct a binder course asphalt pavement
structural layer using the Hot In -Place (HIP) recycling process to make a stable binder layer in
preparation for a waring surface or friction coarse as specified in this Section. Mill the existing
pavement layer as required in the contract to maintain existing grades or curb reveal when a
friction layer is placed over the recycled and reworked asphalt surface.
324-1.3 Alternative Bidding: The following requirements apply only to the binder
course layer when constructed using milling and plant -produced hot -mix asphalt for a
competitive alternate bid. The requirements for the milling and plant produced hot -mix asphalt
layer will meet the FDOT Standard Specification for Road and Bridge Construction January
2016 Section 300, 320, 327, 330, 334 or 337.
324-2 Material Requirements for HIP.
324-2.1 Asphalt Recycling Agents: Hydrolene oils (No water based Products).
324-2.2 Aggregate: Meet the requirements for coarse and fine aggregate to achieve desired mix
design requirements.
324-23 Reclaimed Asphalt Pavement (RAP) Material: RAP may be used as a
component of the asphalt mixture or to widen road widths and subject to the following
requirements:
I. Assume full responsibility for the design, production and construction of asphalt mixes
which incorporate RAP as a component material.
2. Provide stockpiled RAP material that is reasonably consistent in characteristics and
contains no aggregate particles which are soft or conglomerates of fines.
324-3 General Composition of HIP Mixture.
324-3.1 Mix Design: Compact the mixture in the laboratory using a Superpave gyratory
compactor in accordance with AASHTO T 312-08. Utilize a design number of gyrations of
either 50 or 75. The design air void content shall be within the range of 3.5 to 4.5%. The
minimum voids in the mineral aggregate (VMA) shall be 12.0%. The minimum effective binder
content shall be 5%. Utilize FM 1-T 209 for determination of the mixture's maximum specific
gravity for air void determination. Assure that the recovered binder from the compacted mix will
have a penetration value within the range of 40 - 80 dmm when tested in accordance with
AASHTO T 49 or have a recovered viscosity within the range of 5,000 — 15,000 Poises when
tested in accordance with AASHTO T 202. Furnish a copy of the mix design(s) to the Engineer
prior to any paving work. During production, the Contractor may revise the mix design provided
the previous design requirements are met. Submit mix design changes to the Engineer for
informational purposes only.
100% HOT IN -PLACE RECYCLING
324-4 Construction.
324-4.1 General Requirements: Prior to commencing construction operations,
repair all defective portions of the existing pavement as indicated in the contract
plans and compensated under the repair pavement bid items. Remove and replace all
cold patch materials or concrete patch material and replace these areas with hot mix
under the repair pavement bid items. The minimum ambient temperature required to
begin operations is 45°F and rising. Clean the pavement such that it is reasonably free
from loose materials, sand, dirt, caked clay and other deleterious substances. Remove
and dispose of all reflective pavement markers (RPMs).
324-4.2 Cold Milling: Use the cold milling process per Section 327 when a new
surface layer of plant mix asphalt will be placed over the HIP recycled and reworked
layer as required in the contract. Mill and remove the full width of the upper layer(s)
prior to HIP or mill and remove a 6-foot-wide wedge along the curb prior to HIP as
directed by the Engineer.
324-43 Hot Milling: Use heating and hot milling to remove the existing lane
width layer during the HIP recycling and rework process to the depth specified in the
contract. The width of each pass shall be controlled to provide proper placement of
longitudinal joints including a 3-inch overlap onto adjacent lane passes.
3244.4 Rejuvenator Metering: The rejuvenator shall be added at the entrance of
the mixer and will have a positive start/stop mechanism. The rate of application for
the rejuvenator shall be determined by the mix design based on mixture
analysis/design and approved by the Engineer. The rejuvenator system shall be
electronically controlled. It shall incorporate an electronic travel speed sensor,
electronic volumetric measuring sensor and an electronic fluid meter. A computer or
microprocessor shall collect the data from these devices, formulate and apply the
specified mix design application rate in gallons/ton. This system shall continuously
verify and display the application rate of rejuvenator oil and cumulative total with
respect to the volume of material that is milled from the road surface and it shall
maintain a tolerance of +/- 5% of the application rate preset in the computer display
screen. The system must be capable of delivering the application of rejuvenator in
increments of 0.1 gallon/ton.
324-4.5 Mixer: The removed material shall be blended with a rejuvenating agent
and virgin aggregate, if needed, to produce a homogenous, well -blended mixture. No
uncoated mix shall be discharged from the blending unit.
324-4.6 Manhole and Utility Structures: During the hot milling process the mills
will be lifted to avoid contact with manholes and utility structures. These un-milled
areas must be removed and processed. Use an apparatus specifically designed to
operate within the recycling system to remove the specified depth of heated asphalt
binder material around the structures and within the lane width. The complete
removal of the heated existing asphalt binder material from around the structures
must be accomplished to allow for the placement of the recycled material at the
specified depth. Prior to the placement of the new recycled material the structures
will be sprayed with an asphalt tack to ensure bonding around the structures.
324-4.7 Bonding of Pavement Layers: Using HIP create a hot monolithic bond
between the existing surface and new recycled asphalt layer and the longitudinal
100% HOT IN -PLACE RECYCLING
joints to insure complete bonding. Surface temperatures two feet behind the hot
milling heads directly after the removal of the hot asphalt surface must he 170OF or
higher to meet this requirement. A minimum of three inches of heating into the
adjacent lane beyond the hot mills is required to achieve a hot longitudinal joint.
3244.8 Compaction: Select the compaction equipment and rolling sequences
necessary to meet the density specifications as set forth below. Complete all
compaction operations before the pavement surface temperature drops to 1500F.
324-4.9 Additional Requirements: When construction includes the paving of
adjacent shoulders (equal to or less than 5 feet wide), the layer thickness for the
shoulder may vary % inch when paved in a single pass.
324-5 Contractor's Process Control.
324-5.1 General: Utilize a Process Control System that will provide assurance that all
materials and products furnished to the Department conform to the Contract requirements, and
will meet the performance requirements, as outlined below. Document all Process Control
procedures, inspections, and tests and make that information available for review by the
Department throughout the life of the Contract. Transfer ownership of these documents to the
Department at the end of the project.
Utilize a process control plan that contains the following as a minimum:
a. Determination of asphalt binder content, maximum specific gravity
Air void content, gradation every 1,500 Tons of mix production.
b. Depth determination (un-compacted mix) - once per 300 feet.
C. Determination of pavement thickness (roadway cores) per contract.
d. Density determination (portable asphalt density unit) — per
contract.
e. Determination of cross -slope — per contract.
f. Determine Rejuvenator consumption - once per 300 Feet
324-5.2 Corrective Actions: Take prompt action to correct any errors, equipment
malfunctions, process changes, or other assignable causes which have resulted or
could result in the submission of materials, products, and completed construction
which do not conform to the requirements of the specifications.
324-5.3 Recovered Binder: Monitor the penetration or viscosity of the recovered
asphalt binder during production. Obtain 10 pound samples from the asphalt windrow
on a random basis once per day. Accumulate the samples and blend them to create a
sample asphalt mix representing 3,000 tons of production. Recover the binder from
the sampled asphalt mixture in accordance with FM 5-524 and FM 3-D 5404.
Maintain the penetration of the recovered asphalt material in the asphalt mixture
(determined in accordance with AASHTO T 49), maintaining the target of a 55-
penetration(dmm) value as indicated on the mix design and within the range of 40 —
80 dmm or maintain the viscosity of the recovered asphalt material in the asphalt
mixture (determined in accordance with AASHTO T 202), within the range of 5,000
to 15,000 poises. If two or more consecutive tests exceed this tolerance, stop all
recycling operations until the problem is adequately corrected.
100%HOT IN -PLACE RECYCLING
324-5.4 Air Voids: Using samples obtained in 324-5.3. Maintain an air void
content of the asphalt mixture within the range of 2.0 to 6.0%. Air voids shall he
based on specimens compacted in accordance with AASHTO T 312-08 and a
maximum specific gravity as determined in accordance with FM 1-T 209. If a single
test is less than 1.5% air voids, then additional samples will be taken at sample sight
for retesting. If the air void content of the asphalt mixture continues to show results
below 1.5%then rework these areas and make all necessary adjustments to the blend
of materials to modify the air void content to an acceptable level.
324-5.5 Asphalt Binder Content and Mix Gradation: Using samples obtained in
324-5.3. Test the samples in accordance with FM 5-563 and FM 1-T 030. Maintain
an asphalt content within plus or minus 0.55% of the target asphalt content as
indicated on the mix design. In the event the asphalt content deviates by more than
0.55% from the target, make all necessary corrections. If the test results for two
consecutive samples both deviate by more than 0.55% from the target, stop all
operations and make adjustments to assure that the asphalt content is within 0.55% of
the mix design target. Maintain the percent passing the #200 sieve within plus or
minus 2.5% of the target gradation as indicated on the mix design. In the event the
percent passing the #200 sieve deviates by more than 2.5% from the target, make all
necessary corrections. if the test results for two consecutive samples both deviate by
more than 2.5% from the target, stop all operations and make adjustments to assure
that the percent passing the #200 sieve is within 2.5% of the mix design target.
324-5.6 Density: The in -place density of the binder course will be evaluated by
using a portable asphalt density unit. The in -place density will be based on the
maximum specific gravity (Gmm) of the as -produced mix determined in the lab.
Obtain locations as directed by the Engineer.
At the start of the contract and the direction of the Engineer obtain 5 random cores from
the recycled roadway. Test the cores for density in accordance with FM I-T 166, and calculate
the density for each core, which for purposes of mixture process control, is defined as 3,000 tons.
The target density of each core shall be 92.0% of G.. Take corrective actions if the 5 cores
have an average density less than 90.0% of Gmm. Use this information and procedure to
determine the density of the portable asphalt density unit. Once the average field density has
been determined, do not provide additional compaction to raise the average.
324-5.7 Pavement Thickness: The thickness specified in the Plans or Contract
shall be the compacted in -place thickness. The thickness shall be determined by the
average measurement of roadway recorded lose material probes in 324-5. Lb plus 1/4"
of the specified compacted depth. At the Departments request obtain cores at
locations determined by the Engineer. Thickness can also be determined based on
average thickness of the cores cm for the evaluation of density as specified in 324-
5.6. Maintain the average thickness of the binder course layer within 1/4 inch of that
specified in the Plans. If the average thickness is deficient by more than 1/4 inch but
no more than 1/2 inch, take appropriate corrective actions. If the average thickness is
deficient by more than 1/2 inch, take cores to determine the area of deficient
thickness. Correct any area deficient in thickness by more than 1/2 inch at no cost to
100%HOT IN -PLACE RECYCLING
the Department. If the average thickness is deficient for two consecutive days by
more than 1/4 inch of that specified in the Plans, stop construction activities until
adjustments are made to the operation that will allow placement at the specified
depth. Continued operations when the thickness is deficient by more than 1/4 inch of
the thickness specified in the Plans will not be allowed.
324-5.8 Cross Slope: Construct a pavement surface with cross slope in
compliance with the requirements of 330-12.3 or as directed by the Engineer.
324-5.9 Pavement Smoothness: Construct a smooth pavement as determined by
the Engineer.
324-6 Sampling and Testing by the Engineer.
The Department reserves the right to run any test at any time for informational purposes.
Make all Process Control sampling and testing data accessible for review by the Engineer.
Obtain additional roadway cores as directed by the Engineer.
324-7 Pavement Evaluation and Remedial Work.
The Responsible Party will perform all necessary remedial work described within
this Section at no cost to the Department. If the pavement Does not meet final acceptance. The
Contractor, the Responsible Party will be responsible for performing all remedial work
associated with areas that have pavement deficiencies.
Remedial work will not be required if any one of the following conditions is found to apply:
a. Preexisting road conditions such as distress areas or exaggerated road
profiles that are beyond the ability of this process to correct.
b. When the existing asphalt surface material contains elements that that
prohibit specific specifications from being achieved.
324-8 Method of Measurement and Basis of Payment.
The quantity of the binder course layer shall be paid for at the Contract unit price per
square yard, or by the ton of recycling completed and accepted.
EXHIBIT B
EXHIBIT B
FEE SCHEDULE
Payment for actual work completed shall be made in accordance with the terms of
this Agreement and any Supplemental Task Authorizations issued hereunder. All
project pricing shall be determined by the rates established by the Contractor's
Response to Solicitation No. 8370265/ANB, which appear below. All quotes received
by the County from the Contractor must reflect pricing at or below the rates listed in
this Exhibit B.
Asphalt Paving
Systems, Inc.
ITEM
DESCRIPTION
UNIT
Quanitv
Price
5.00%
101-1
Mobllization
%
1
5.00%
102-1
Maintenance of Traffic
%
1
$2.00
104-12
Staked Silt Fence
SG-500
LF
$1.25
104-12
Staked Silt Fence
501-1000+
LF.
$7,500.00
110.1.1
Cleanng and Grubbing
1
AC
$30.00
110-1
Curb and Gutter Removal
25-250
LF
$15.00
110-1
Curb and Gutter Removal
251-S00+
LF
$8.00
110-2
Miscellaneous Concrete Removal
50-500
SY
$5.00
110-2
Miscellaneous Concrete Removal
501-1000+
SY
$25.00
110-3
Existing Pipe Removal
10-200
LF
$1&00
110-3
Existing Pipe Removal
201-500+
LF
$7.00
110-4
Removal of Existing Pavement
20-500
SY
$5.00
110-4
Removal of Existing Pavement
501-1000+
SY
$25.00`
120-1
Roadway Excavation
201-500
CY
$20.00
120-1
Roadway Excavation
501-1000+
CY
Solicitation * B170265/ANB Page 14 of 23
EXHIBIT B
FEE SCHEDULE
$20.00
120-4
Swale Grading
20-200
LF
$12.50
1204
Swale Grading
201-500+
LF
$40' 00
120-6
Embankment (Truckload)
1-200
CY
_ _
$30.00
120-6
Embankment(Tmckload)
201-S00+
CY
$175.00
280-2
Asphaltic Base Course
20-200
TN
-
$120.00
280-2
Asphaltic Base Course
201-500
TN
$95.00
280-2
Asphaltic Base Course
501-1000+
TN.
$3,50
327-1
Milling of Existing Asphalt 12"+/-)
50,000+
SY
10,000 to
$5.50
327-2
Milling of Existing Asphalt 12" +/-)
50,000
SY
_
$180.00
331-1
Type III Asphaltic Concrete
20-200
TN
$135,00
331-1
Type III Asphaltic Concrete
201-500
TN
$105.00
331-1
Type III Asphaltic Concrete
501-1000+
TN
$180.00
333-1
Asphaltic Concrete Type "S-1"
20-200
TN
$135.00
333-1
Asphaltic Concrete Type"S-1"
201-500
TN
$105.410
333-1
Asphaltic Concrete Type"S-1"
501-1000+
TN
$180.00
333-2
Asphaltic Concrete Type "S-3"
20-200
TN
$135.00
333-2
Asphaltic Concrete Type "S-3"
201-500
TN
$105.00
333-2
Asphaltic Concrete T "S-3"
501-1000+
TN
$250.00
42S-1
Adjusting Manholes (Metal Riser Rings)
1-5
EA
$200.00
425-1
Adjusting Manholes (Metal Riser Rings)
6-10
EA
$125.00
425-1
Adjusting Manholes (Metal Riser Rings)
11-20+
EA
$150.00
425-2
AdjustingAdjwting Valve Boxes Metal Riser Rings)
1-5
EA
$100.00
425-2
Adjusting Valve Boxes (Metal Riser Rings)
6-10
EA
Solicitation it B170265/ANB Page 15 of 23
EXHIBIT B
FEE SCHEDULE
$85'00
425-2
Adjusting Valve Boxes (Metal Riser Rings
11-20+
EA
$125.00
430-2
18" RCP CD - CLASS 111
1-200
LF
$70.00
430-2
18" RCP CD - CLASS III
201-500+
LF
$60.00
520-1
Type "A" Curb
ID-25
LF
$45.00
520-1
Type "A" Curb
26-50+
LF
$60.00
520-2
Type "B" Curb
10-25
- LF
$45.00
520-2
Type "B" Curb
26-50+
LF
$60.00
520-3
Type "D" Curb
10-25
LF
$45,00
520-3
Type D" Curb
26-50+
LF
$55.00
520-4
Type . V Curb
10-25
LF
$40.00
520-4
Type "E" Curb
26-5D+
LF
$55.00
520-5
T "F" Curb
10-25
LF
$40.00
520-5
Type "F" Curb
26-5D+
LF
$10000:
522-2 -
Concrete Sidewalk -{6"thickness)
20-100
SY. :
$60.00
522-2
Concrete Sidewalk -(6"thickness)
301-250+
SY
$50.00
527-2
Detectable Waming Surfaces Inset)..
10-50
SF
$35.00
527-2
Detectable Warning Surfaces Inset)'
S1-100+
SF
$50.00
527-3
Det. Wanning Surf. (Screwdown Retro-Fit)
10-50
SF
$35.00
527-3
Det. Warning Surf. (Screwdown Retn -Fit)
51-100
SF
$5.25
575-1
Sodding (Bahia)
100-500
SY
$2.75
575-1
Sodding (Bahia)
501-1000+
SY
$5.85
575-2
Sodding (Flontam)
100-500
SY
$2.75
575-2
Sodding (Flora[am)
501-1000+
SY
Solicitation O B170265/ANB Page 16 of 23
EXHIBIT B
FEE SCHEDULE
660-2102
Loop Assem F61-Type B
1
AS
$2,750.00
706-1
Reflective Pavement Markings (RPM's)
20-60
EA
$7.50
706-1
Reflective Pavement Markers RPM's
61-10G+
EA
$6.00
710-1
6" Solid Traffic Stripe (paint)
1-200
LF
$4.50
71G-1
6" Solid Traffic Strl a(paint)
201-500
LF
$1.00
710-1
6" Solid Tmfflc Stripe (paint)
501-100D+
LF.
$0.50
710-2
12" Solid Traffic Stripe(paint)
1-25
LF
$10.00
710-2
12" Solid Tmfflc Stripe (paint)
26-50
LF
$4.00
710-2
12" Solid Traffic Stripe (paint)
51-100+
LF
$2.75
710-3
18" Solid Traffic Stripe(palnt
1-25
LF
$12.00
710-3
18" Solid Traffic Stripe (paint)
26-50
LF
$6.00
71D-3
18" Solid Traffic Stripe (paint)
51-100+
LF
$4.00
7104
24" Solid Traffic Stripe (paint)
1-25
LF
$12.00
7104
24" Solid Traffic Stripe (paint)
26-50
LF
$5.50
710-4
24" Solid Traffic Stripe (paint)
51-100+
LF
$4.50
710-5
6" Skip Traffic Stripe(paint)
1-200
LF
$2.50'
71G-5
6" Skip Traffic Stripe(paint)
201-500
LF
$0.95.
710-5
6" Sklp Traffic Stripe (aint)
501-100D+
LF
$0.55
710-6
6" Dotted Guide Lines (paint)
1-50
LF
$1.50
710-6
6" Dotted Guide Lines (paint)
51-100
LF
$1.25
71D-6
6' Dotted Guide Lines (paint)
101-150+
LF
$0.95
7107
Directional Arrows (Paint)
1
EA
$75.00
710-8
Pavement Messages (Paint)
1
EA
$90.00
Solicitation # B170265/ANB Page 17 of 23
EXHIBIT B
FEE SCHEDULE
710-9
8" Solid Traffic Stripe (Paint)
1-200
LF
$5.00
710.9
8" Solid Traffic Stripe (Paint)
201-500
LF
-.$1.25
71D-9
8" Solid Traffic Stripe (Paint)
5o1-1000+
LF
$0.75
711-1
6" Solid Stripe/EMru. Thermo
1-200
LF
$50.00
711-1
6" Solid Stria/Extru. Thermo.
201.500
LF
$4.25
711-1
6" Solid Stripe/EMru. Thermo.
501-3000+
LF
$1.25
711-2
12" Solid Stri a/Extru. Thermo
1-25
LF
$20.00
721-2
12" Solid Stripe/Extru. Thermo.
26-50
LF
$11.00
711-2
12" Solid Stripe/EMru. Thermo.
51-100+
LF
$4.50
711.3
18" Solid Stripe/EMru. Thermo
1-25
LF
$25.00
711-3
18" Solid Stri /EMru. Thermo.
26-50
LF
$12.00
711-3
18" Solid Stripe/EMru. Thermo.
51-100+
LF
$5.50
711-4
24" Solid Stripe/EMru. Thermo
1-25
LF
$7.25
711-4
24" Solid Stripe/EMru. Thermo.
26-50
LF
$6.25
711-4
24" Solid Stripe/EMru. Thermo.
51-100+
LF
$5.25
711-5
6" Skip Traffic Stri a/EMru. Thermo
1-200
LF
$4.00
711-5
6" Skip Traffic Stri a/EMru. Thermo.
201-SM
LF
$2.25
711-5
6" Skip Traffic Stripe/EMru. Thermo.
501+
LF
$2.00
711-6
6" Dotted Guide tines/EMru. Thermo
20-50
LF
$3.00
711-6
6" Dotted Guide Lines/EMru. Thermo.
51-100
LF
$2.50
711-6
6" Dotted Guide Lines/Extru. Therno.
301+
LF
$2.25
711-7
Directional Arrows/EMru. Thermo.
1
EA
$110.00
711-7A
Preforned Arrow
1
EA
$100.00
Solicitation # B170265/ANB Page 18 of 23
EXHIBIT B
FEE SCHEDULE
711-76
Preformed Symbol (Bike)
1
EA
$200.00
711-8
Pavement Messages Extru. Thermo.
1
EA
$225.00
711-9
8" Solid Traffic Stripe / Extru. Thermo
20-200
LF
$15.00
711-9
8" Solid Traffic Stripe / Extru. Thermo
201.500
LF
$10.00
711-9
8" Solid Traffic Stripe / Extru. Thermo
501+
LF
$5.00
711-10
Remove Existing Pavement Markings
20-300
SF.
$5.00
711-10
Remove Existing Pavement Markings
300+
SF
$5.00
.
APM-001
Single Micro Surface 18-22 lbs
10,000 to
50,OD0
SY
$2.65
APM-001
Single Micro Surface 18-22 lbs
50,001+
SY
$2.40
APM-0132
Doudle Micro Surface 28-32 lbs
10,000to
50,000
SY
$3.80
APM-002
Doodle Micro Surface 28-32 lbs
50,001+
SY
$3.60
APM-003
Single Chip Seal-889 Granite
10,D00 to
50,000
SY
$2.90
APM-003
Single Chip Seal 489 Granite
50,001 +
SY
$2.40
APM-004
Double Chip Seal -#57 w/#89 Granite
10,000 to
50,000
SY
$4.20
APM-004
Double Chip Seal -#57 w/N89 Granite
50,001+
SY
$3.90
APM-005
Full Depth Reclamation / 6"--9"
10,000 to
50,000
-
SY
$7.00
APM-005
Full Depth Reclamation /6"-9"
50,001+
SY
$6.25
APM-006
Full Depth Reclamation /9-12
10,000 to
50,000
SY
$7.50
APM-006
Full Depth Reclamation /9-12
50,001+
SY
$6.75
APM-006a
Cement for Reclamation
1
TN
$155.00
APM-006b
Emulsion for Reclamation
1
Gal
$2.55
APM-007
RAP PLACEMENT
10,000 to
50,000
SY
$8.00
APM-007
RAP PLACEMENT
50,001+
SY
$7.25
Solicitation C B170265/ANB Page 19 of 23
EXHIBIT B
FEE SCHEDULE
APT-001
Crack Filling/Sealing
1-1000
Gal
$20.00
APT-W1
crack Filling/Sealing
1001-3000
Gal
$19.00
APT-001
Crack Filling/Sealing
- 3001+
Gal
$18.00
SLUR-001
Slurry Seal
10,000 to
50,000
SY
$2.70
SLUR-001
Slurry Seal
50,001+
SY
$2.45
HOT -IN -PLACE (with Virgin Top Course) Asphalt`
Recycling
HIPR- Recy
Asphalt Recycling
10,000 to
50,000
SY
No Bid
HIPR-AGENT
Recycling Agent
10,000 to
S0,000
Gal
No Bid
HIPR-Recy
Asphalt Recyclin
50,001+
SY
No Bid
HIPR-AGENT
Recycling Agent
50,001+
Gal
No Bid
324 HOT IN-P1ACE (100%) Asphalt Recycling.:
10,000 to
HIPR Base
Base Course HIPR
50,000
SY
No Bid
HIPR Base
Base Course HIPR
50,001+
SY
No Bid
HIPR
10,000 to
Complete
2" Complete HIPR
50,000
SY
No Bid
HIPR
Complete
2" Complete HIPR
50,001+
SY _
No Bid
HIPR-AGENT-
10,000 to
100%
Asphalt Recycling ftent
50,000
Gal
No Bid
HIPR-AGENT-
100%
Asphalt Recycling Agent
50,001+
Gal
No Bid
MOT/MOB
%
1
No Bid
Night Work MOT/MOB (addkional %)
%
1
No Bid
Solicitation # B170265/ANB - Page 20 of 23