Loading...
2017-120 AGREEMENT FOR PAVEMENT MANAGEMENT ALTERNATIVE METHODS THIS AGREEMENT, is made and entered into this 2 . day of NOvergber 2017, 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 Polk County B.C.C. through the public procurement process awarded an Agreement for pavement management alternative methods, Polk County B.C.C. Contract Number RFB #15-601; 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 Polk County B.C.C. Contract Number RFB # 15-601; WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE I— SCOPE OF WORK The CONTRACTOR shall provide pavement management alternative methods as described in the Polk County B.C.C. Contract Number RFB # 15-601, 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 1. This Agreement is to become effective upon execution by both parties,and shall remain in effect until October 4, 2018, unless terminated or renewed as provided by the Polk County B.C.C. 1 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. ARTICLE IV—COMMENCEMENT AND COMPLETION OF WORK The CONTRACTOR shall provide pavement management alternative methods forth in the applicable purchase order or notice to proceed. ARTICLE V—PAYMENTS In accordance with the provisions fully set forth in the General Conditions, CONTRACTOR shall submit a payment request by the third (3rd) day of each calendar month for items provided during the preceding calendar month. CITY shall make payment to the CONTRACTOR, within thirty (30) calendar days, on the basis of a duly certified and approved payment invoice by the CITY for services provided and accepted by the CITY. ARTICLE VI—WARRANTY CONTRACTOR shall warrant all application specific goods sold to CITY under this Agreement to be free from defects in materials and workmanship for the period of the then current standard warranty offered by CONRTACTOR to its retail customers for such Goods. Notwithstanding the foregoing,CONTRACTOR agrees that CITY will receive the benefit of any warranty provided by CONTRACTOR's vendor that CONTRACTOR may pass through to the CITY. The warranty stated in this section represents the total liability of CONTRACTOR for any goods. ALL OTHER WARRANTIES, BOTH EXPRESS AND IMPLIED, INCLUDING ANY IMPLIED WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE, ARE HEREBY EXCLUDED. CONTRACTOR shall not be liable to City, for any indirect, special, incidental or consequential damages. CITY agrees to be responsible for and shall indemnify and hold CONTRACTOR harmless from and against all damages, claims or demands to the extent arising out of or resulting from(i) improper installation of goods by Customer; or(ii) any breach of an express product warranty issued by CITY to a customer or end user of any of the goods that exceeds either the scope of the manufacturers' express 2 warranties or such other warranties set forth in this Agreement or agreed to by CONTRACTOR in writing. ARTICLE VII—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 VIII—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 latter's 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. 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 ($1,000,000 aggregate) Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit (b) Automobile Liability Coverages, $1,000,000 Each Bodily Injury& Property Damage Occurrence, Combined Single Limit (c) Employers Liability, $1,000,000 Each Accident 3 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 Property 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 attorney's fees, arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expense 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 maybe 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 limitation 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 IX—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. 4 CONTRACTOR: Asphalt Paving Systems, Inc 9021 Wire Road Zephyrhills, FL 33540 Attn: Robert Capoferri CITY: City of Clermont Attn: Darren Gray, City Manager 685 W. Montrose Street Clermont, FL 34711 ARTICLE X—MISCELLANEOUS 1. 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 Lake County, Florida. 5 8. Applicable 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 by law. (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 XI—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 6 2. Purchase Order/Notice to Proceed 3. All documents contained in the Polk County B.C.C. Contract Number RFB # 15- 601. IN WITNESS WHEREOF,n/ the parties hereto have executed this Agreement on this .2g day of /I/vY .."71.be-r ,2017. City of Clermont ',tr.., 2 /, / t,,,„ 8?QRAr4 T 1 Ash, City ayor /14;'.'A °''.'' 1, ,.'''•:. :.fl`'", '. Q_ r r•r .Attest: ?' �" /// '",!.r� r .• Tracy;Ackroyd Howe, City Clerk iPNr. Asphalt Paving Systems, Inc. By Robert Capoferri ---- (Name Printed or Typed) President Title Attest: Pr Luau( Pori/vet-it porate Secretary Kenneth Messina (Name Printed or Typed) EXHIBIT A BOARD OF COUNTY COMMISSIONERS POLK COUNTY, FLORIDA • NOTICE OF RECOMMENDED AWARD DATE: September 29, 2015 BID NUMBER: 15-601-SM BID TITLE: Pavement Management Alternative Methods RECOMMENDED AWARD TO: Pavement Technology, Inc. awarded: PC-002 Asphalt Paving Systems awarded: PC-003 ALT, PC-004 ALT, PC-005 ALT, PC-006 ALT, PC-007 ALT, PC-008 ALT, PC-009 ALT BASED ON: Only Bid Submitted in those catagories PROCUREMENT SPECIALIST: Tammy G. Spearman, CPPO, CPPB, Any actual bidder or proposer who is allegedly aggrieved in connection with the solicitation or pending award of a contract or bid may protest to the Procurement Director, in accordance with the Procurement Policies and Procedures Manual. The procedures are available at the Polk County Procurement Division at (863) 534-6757. Any person who wishes to file a protest on the bid award may do so by submitting a non-refundable cashier's check in the amount of$1,000.00 with their initial protest. Failure to follow the bid protest procedure requirements with the time frames prescribed herein as established by Polk County, Florida, shall constitute a waiver of your protest and any resulting claims. Deadline for filing protest: Friday, October 2, 2015 at 4:00 p.m. If no protests are received, the Procurement Director will award the project. Pavement Management Alternative Methods Bid No. 15-601 TECHNICAL SPECIFICATIONS 1. Bid Item No. PC-002 -Asphalt Rejuvenator a. Description: Furnish all labor, material and equipment necessary to perform all operations for the sprayed application of an asphalt rejuvenating agent to bituminous asphaltic concrete surface courses. b. Method of Measurement: Asphalt Rejuvenator will be measured by the square yard as provided for in the Bid Documents. c. Basis of Payment: Price and payment will be full compensation for furnishing of all materials, equipment, labor and incidentals necessary to complete the work as specified. 2. Bid Item No. PC-003 — Crack Sealing a. Description: Furnish all labor, material and equipment necessary to perform all operations for the preparation and sealing of all surface cracks %" inch wide or greater. b. Method of Measurement: Crack Sealing shall be measured in gallons of crack seal applied to the road, as provided in the Contract Documents. c. Basis of Payment: 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 complete the work as specified. 3. Bid Item No. PC-004—Chip Seal a. Description: Furnish all labor, material and equipment necessary to perform all operations for single or double application of combined layers of polymer modified liquid asphalt emulsion and spread aggregate. b. Method of Measurement: Chip seal, single or double application, will be measured by the square yard as provided for in the Contract Documents. d. Basis of Payment: Price and payment will be full compensation for furnishing of all materials, equipment, labor and incidentals necessary to complete the work as specified. 4. Bid Item No. PC-005— Micro-Surfacing a. Description: Furnish all labor, material and equipment necessary to perform all operations for the placement of a polymer modified microsurface on a prepared existing paved road to the thickness specified by the County. b. Method of Measurement: Microsurfacing will be measured by the square yard, with the exception of that used for rut filling. The later will be measured per ton, as provided for in the Contract Documents. c. Basis of Payment: Price and payment will be full compensation for furnishing of all materials, equipment, labor and incidentals necessary to complete the work as specified. 22 Pavement Management Alternative Methods Bid No. 15-601 5. Bid Item No. PC-006 -Scrub Seal a. Description: Furnish all labor, material and equipment necessary to perform all operations for the sprayed application of a Scrub seal material to bituminous asphaltic concrete surface courses. b. Method of Measurement: Scrub Seal will be measured by the gallon as provided for in the Contract Documents. c. Basis of Payment: Price and payment will be full compensation for furnishing of all materials, equipment, labor and incidentals necessary to complete the work as specified. 6. Bid Item No. PC-007—Cold-In-Place Recycling (CIP) a. Description: Furnish all labor, materials and equipment necessary to perform all operations for the in-place construction of Cold Recycled Bituminous Base Course or CIR, as set forth in the Contract Documents. b. Method of Measurement: CIR will be measured by the square yard. Refer to the technical specification for the method of measurements of additional tasks or materials associated to CIR, as per the technical specification. c. Basis of Payment: Price and payment will be full compensation for furnishing of all materials, equipment, labor and incidentals necessary to complete the work as specified. 7. Bid Item No. PC-008-3 and PC-008-4— Full Depth Reclamation (FDR) a. Description: Furnish all labor, materials, and equipment necessary to perform all operations in the preparation of a stabilized base course done by in-place pulverizing and blending of the existing pavement and base materials, and the introduction of asphalt emulsion and additives as called for under the technical specifications. b. Method of Measurement: Full Depth Reclamation will be measured by the square yard. Refer to the technical specification for the method of measurements of additional tasks or materials associated to FDR, as per the technical specification. c. Basis of Payment: Price and payment will be full compensation for furnishing of all materials, equipment, labor and incidentals necessary to complete the work as specified. 8. Bid Item No. PC-009- Bituminous Fog Seal a. Description: Furnish all labor, material and equipment necessary to perform all operations for the sprayed application of a bituminous fog seal material to bituminous asphaltic concrete surface courses. b. Method of Measurement: Fog Seal will be measured by the gallon as provided for in the Contract Documents. c. Basis of Payment: Price and payment will be full compensation for furnishing of all materials, equipment, labor and incidentals necessary to complete the work as specified. 23 Pavement Management Alternative Methods Bid No. 15-601 PC-002—ASPHALT REJUVENATOR Description This work shall consist of furnishing all labor, material, and equipment necessary to perform all operations for the application of an asphalt rejuvenating agent to asphalt concrete surface courses. The rejuvenation of surface courses shall be by spray application of a 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. II. Material A. Rejuvenator Agent: The asphalt rejuvenating agent shall be an emulsion composed of a petroleum resin oil base uniformly emulsified with water. Each bidder must submit with their bid a certified statement from the asphalt rejuvenator manufacturer showing that the asphalt rejuvenating emulsion conforms to the required physical and chemical requirements. TEST METHOD REQUIREMENTS TESTS ASTM AASHTO MIN. MAX. Tests on Emulsion: Viscosity#25°C, SFS D-244 T-59 15 40 Residue, %W' D-244(mod) T-59(mod) 60 65 Miscibility Test2 D-244(mod) T-59(mod) No Coagulation Sieve Test, %W3 D-244(mod) T-59(mod) -- 0.1 Particle Charge Test D-244 T-59 Positive Percentage Light Transmittance" GB GB -- 30 Tests on Residue from Distillation: Flash Point, COC, °C D-92 T-48 196 -- Viscosity @ 60°C, cst D-445 -- 100 200 Asphaltenes, %w D-2006-70 -- -- 1.00 Maltene Dist. Ratio D-2006-70 -- 0.3 0.60 PC+Als S+ A2 PC/S Ratios D-2006-70 -- 0.5 -- Saturated Hydrocarbons, S5 D-2006-70 -- 21 28 1 ASTM D-244 Modified Evaporation Test for percent of residue is made by heating 50 gram sample to 149 C(300 F) until foaming ceases,then cool immediately and calculate results. 2 Test procedure identical with ASTM D-244-60 except that 0.02 Normal Calcium Chloride solution shall be used in place of distilled water. Test procedure identical with ASTM D-244 except that distilled water shall be used in place of two percent sodium oleate solution. °Test procedure is attached. 5 Chemical composition by ASTM Method D-2006-70: PC=Polar Compounds Al =First Acidaffins A2=Second Acidaffins S=Saturated Hydrocarbons B. Material Performance The rejuvenating agent shall have a record of at least five years of satisfactory service as an asphalt rejuvenating agent and in-depth sealer. 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 of said asphalt 24 Pavement Management Alternative Methods Bid No. 15-601 binder i.e. viscosity shall be improved to the following extent. The viscosity shall be reduced by a minimum of forty, (40%) percent 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" of pavement. In addition the treated areas shall be sealed in-depth to the intrusion of air and water. The rejuvenating agent shall have a record of at least five years 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 their bid the manufacturer's certification that the material proposed for use is in compliance with the specification requirements. The bidder must submit with their bid, previous use documentation and test data conclusively demonstrating that; the rejuvenating agent has been used successfully for a period of five years by government agencies such as cities, counties, etc.; and that the asphalt rejuvenating agent has been proven to perform, as heretofore required, through field testing by government agencies as to the required change in the asphalt binder viscosity and penetration number. Testing data shall be submitted indicating such product performance on a sufficient number of projects, each being tested for a minimum period of three years to insure reasonable longevity of the treatment, as well as product consistency. In addition, testing data shall be submitted to indicate said product performance over a testing period of three years to ensure reasonable life expectancy. III. Equipment Any equipment which 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. A. Distributer Tank: The distributor for spreading the emulsion shall be self-propelled, and shall have pneumatic tires. The distributor shall be designed and equipped to distribute the asphalt rejuvenating agent uniformly on variable widths of surface at readily determined and controlled rates from 0.05 to 0.5 gallons per square yard of surface, and with an allowable variation from any specified rate not to exceed 5 percent of the specified rate. 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. A check of distributor equipment as well as application rate accuracy and uniformity of distribution shall be made when directed by the Engineer. The truck used for sanding shall be equipped with a spreader that allows the sand to be uniformly distributed onto the pavement. The spreader shall be able to apply 1/2 pound to 3 pounds of sand per square yard in a single pass. The spreader shall be adjustable so as not to broadcast sand onto driveways or treelawns. 25 Pavement Management Alternative Methods Bid No. 15-601 B. Sand Truck: Sand blotters may be used to allow early opening to traffic, if so determined by the Engineer. The truck used for sanding shall be equipped with a spreader that allows the sand to be uniformly distributed onto the pavement. The spreader shall be able to apply 1/2 pound to 3 pounds of sand per square yard in a single pass. The spreader shall be adjustable so as not to broadcast sand onto driveways or treelawns. The sand to be used shall be free flowing, without any leaves, dirt stones, etc. Any wet sand shall be rejected from the job site. C. Additional equipment: Additional equipment will be needed to complete the operations required by this technical provision. All equipment necessary for the successful completion of projects governed by this technical provision shall be included in the unit costs associated herein. Availability of quality assurance devices (such as a 15' straight edge) shall be the responsibility of the Contractor. IV. Experience The asphalt rejuvenating agent shall be applied by an experienced applicator of such material. The bidder shall have a minimum of three years' experience in applying the product proposed for use. They must submit with their bid a list of five projects on which they applied said rejuvenator. They shall indicate the project dates, number of square yards treated in each, and the name and phone number of the representative in charge of each project. A project superintendent knowledgeable and experienced in application of the asphalt rejuvenating agent must be in control of each day's work. The bidder shall submit a written experience outline of the project superintendent. V. Construction A. Storm Water Pollution Prevention Plan The contractor responsible for applying the asphalt rejuvenating agent shall maintain a current, written Storm Water Pollution Prevention Plan (SWPPP) that complies with all relevant Environmental Protection Agency (EPA) regulatory requirements. Prior to the commencement of application operations, the contractor shall conduct SWPPP training of all personnel actually applying the asphalt rejuvenating agent. At all times, the contractor shall ensure that a current copy of their SWPPP is present on-site, wherever the asphalt rejuvenating agent is being applied. B. Handling of Asphalt Rejuvenating Agent Contents in tank cars or storage tanks shall be circulated at least forty-five 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 which shall be used as a spreader. The distributor truck will be cleaned of all 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. 26 Pavement Management Alternative Methods Bid No. 15-601 C. Weather and Seasonal Limitations The temperature of the asphalt rejuvenating emulsion, at the time of application shall be as recommended by the manufacturer. The asphalt rejuvenating agent shall be applied only when the existing surface to be treated is thoroughly dry. Additionally, application of the asphalt rejuvenating agent shall be prohibited when weather forecasts indicate a chance of a rain event in the work area, which would produce in excess of 0.10 inches of rain within four hours of the application of the asphalt rejuvenating agent. The contractor shall perform follow-up inspections of stormwater inlets, culverts, and drainage ditches (in accordance with the contractor's SWPPP) in the vicinity of the asphalt rejuvenating agent application operations, whenever a precipitation event, in excess of 0.10 inches of rain, occurs during a two day period following application of the asphalt rejuvenating agent. The asphalt rejuvenating agent shall not be applied when the ambient temperature is below 40° F. D. Resident Notification The Contractor shall distribute by hand, a typed notice to all residents 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 the 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. E. Site Preparation 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 operation to make sure the road is free of loose aggregate and other debris, as well as sweeping and cleaning the streets after treatment. If, in the opinion of the Engineer, the hand cleaning is not sufficient then a self-propelled street sweeper shall be used. All manhole and valve covers, inlets and other service entrances, etc., shall be protected from bituminous material by placing reinforced waterproof, all-purpose paper or other suitable material, approved by the Engineer. F. Application of Rejuvenating Agent 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 applied so 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. 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 27 Pavement Management Alternative Methods Bid No. 15-601 shall be treated in both application passes of the distributor truck. Before spreading, the asphalt rejuvenating agent shall be blended with water at the rate of two (2) parts rejuvenating agent to one (1) part water, by volume or as specified by the manufacturer. The combined mixture of asphalt rejuvenating agent and water shall be spread at the rate of 0.05 to 0.10 gallons per square yard, or as approved by the Engineer. Where more than one application is to be made, succeeding applications shall made as soon as penetration of the preceding application has been completed and approval is granted for additional applications by the Engineer. 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 shall receive additional treatment of the asphalt rejuvenating emulsion. Said treatment shall be uniformly applied by a method acceptable by the Engineer. After the rejuvenating agent has penetrated, a coating of dry sand shall be applied to the surface in sufficient amount to protect the traveling public as required by the Engineer. All sand used during the treatment must be removed no later than 48 hours after treatment of the street. This shall be accomplished by a combination of hand and mechanical sweeping. All turnouts, cul-de-sacs, etc. must be cleaned of any material to the satisfaction of the Engineer. Street sweeping will be included in the price bid per square yard for asphalt rejuvenating agent. If, after sand is swept and in the opinion of the Engineer, a hazardous condition exists on the roadway, the contractor must apply additional sand and sweep same no later than 24 hours following reapplication. No additional compensation will be allowed for reapplications and removal of sand. G. Quality Assurance and Testing 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. The County, at their option, may require testing to be performed on extracted asphalt cement from a pavement to a depth of three eights inch (3/8"). The testing protocol shall be extraction and recovery of the top 3/8" layer from a 4-inch or 6-inch core by ASTM D2172 and ASTM D1856. The recovered binder can be tested for complex viscosity @ 60°C, Pas, using the Dynamic Shear Rheometer (DSR) by AASHTO T315, or viscosity @ 60°C, Poises, using the Absolute viscosity @ 60°C, Poises, by ASTM D2171. Test sections shall be at least one squared yard in area. The test sections shall have 28 Pavement Management Alternative Methods Bid No. 15-601 various application rates for each pavement type that exists on the project and shall be conducted prior to the application of product to define application rates which meet and/or exceed the above targets. Costs associated with testing shall be included in bid price. VI. Traffic Control The Contractor shall schedule his operations and carry out the work in a manner to cause the least disturbance and/or interference with the normal flow of traffic over the areas to be treated. Treated portions of the pavement surfaces shall be kept closed and free from traffic until penetration, in the opinion of the Engineer, has become complete and the area is suitable for traffic. When, in the opinion of the Engineer, traffic must be maintained at all times on a particular street, then the Contractor shall apply asphalt rejuvenating agent to one lane at a time. Traffic shall be maintained in the untreated lane until traffic may be switched to the completed lane. The contractor shall be responsible for all traffic control and signing required to ensure safe travel. The contractor shall notify the police and fire departments as to the streets that are to be treated each day. If, in the opinion of the Engineer, proper signing is not being used, the Contractor shall stop all operations until safe signing and barricading is achieved. VII. Method of Measurement Asphalt rejuvenating agent will be measured by the square yard as provided for in the Contract Documents. The accepted quantities, measured as provided for above, will be paid for at the contract unit price for asphalt rejuvenating agent. VIII. Basis of Payment The accepted quantities, determined as provided above for each of the pay items listed below which is included in the contract, will be paid for at the contract unit price per unit of measurement. The Unit prices include all items listed in the contract, including all General Conditions, Special Conditions and Technical Provisions pertaining to Asphalt Rejuvenating Agent, 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. Payment will be made under: Pay Item Pay Unit Asphalt Rejuvenating Agent Square Yard END OF SECTION PC-002 29 Pavement Management Alternative Methods Bid No. 15-601 PROCEDURE FOR DETERMINING PERCENT LIGHT TRANSMITTANCE Scope This procedure covers the determination of percent light transmittance of the asphalt rejuvenating agent. II. Equipment A. Container may be either glass, plastic or metal having a capacity of 6,000 ml. B. Graduated cylinder, 1,000 ml, or greater. C. Light transmittance measuring apparatus, such as Bausch and Lomb or Lumertron spectrophotometer. D. Graduated pipette having 1 ml capacity to 0.01 ml accuracy. E. Suction bulb for use with the pipette. F. Test tubes compatible with spectrophotometer, 3/4" x 6, Bausch and Lomb, Catalog No. 33-17-81, (B&L). III. Spectrophotometer Calibration A. Calibrate spectrophotometer as follows: 1. Set wavelength at 580 mp 2. Allow spectrophotometer to warm up for thirty minutes. 3. Zero percent light transmittance (%LT) scale. 4. 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. 5. Place tube in spectrophotometer and set %LT scale at 100 6. Repeat steps 3 and 5 two times or until no further adjustments are necessary. IV. Procedure A. Shake, stir or otherwise thoroughly mix emulsion to be tested. Place sample of emulsion in beaker and allow to stand one minute. B. Place 2.000 ml tap water in container. C. Such 1.00 ml emulsion into pipette using suction bulb. Wipe off outside of pipette. D. Using suction bulb, blow emulsion into container. E. Rinse pipette by sucking in diluted emulsion solution and blowing out. F. Clean pipette with soap or solvent and water. Rinse with acetone. G. Stir diluted emulsion thoroughly. H. Rinse out tube to be used with the diluted emulsion three times and fill to top of circle. I. Calibrate spectrophotometer. J. Place diluted emulsion sample tube in spectrophotometer, cover and read %LT to nearest tenth. K. Repeat steps I and J until three identical consecutive readings are achieved. L. The elapsed time between addition of emulsion to dilution of water and final %LT reading should not exceed 5 minutes. 30 Pavement Management Alternative Methods Bid No. 15-601 PC-003 CRACK SEALING Description The work consists of applying a hot-applied, single component polymer/rubber modified asphalt material supplied in solid form, to seal or fill cracks or joints in asphalt concrete or Portland cement concrete pavements. Cracks or joints that will be sealed shall be a minimum of one quarter(1/4) inch, and have a maximum width of one (1) inch. II. Materials A. Polymer/rubber Modified Asphalt Material: Materials shall be a premixed, single component mixture of asphalt cement, aromatic extender oils, polymers, and granulized rubber in a closely controlled manufacturing process. Materials shall conform to the following specifications when heated in accordance to ASTM D5078 to the manufacturer's maximum safe heating temperatures. Property Specification Cone Penetration, 77.0°F (ASTM D5329) 30—60 dmm Resilience, 77.0°F (ASTM D5329) 30 % minimum Softening Point (ASTM D113) 200°F minimum Ductility, 77.0°F (ASTM D113) 300 mm minimum Flow 140°F (60°C) (ASTM D5329) 3mm maximum Asphalt Compatibility (ASTM D5329) Pass Bitumen Content (ASTM D4) 60% minimum Tension Adhesion (ASTM D5329) 400% minimum Maximum Heating Temperature 400°F (204°C) Minimum Heating Temperature 380°F (193°C) 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. III. Equipment A. 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 with transmittal of heat through heat transfer oil. It shall be equipped with an on board automatic heat controlling device to permit the attainment of a predetermined temperature, and then maintain that temperature as long as required. The unit shall also have an agitation system to meet the requirements of Appendix X1.1. of ASTM 6690. The sealant shall be applied to the pavement under pressure supplied by a gear pump with hose and wand and direct connecting applicator tip. The pump shall have sufficient pressure to apply designated sealant at a rate of at least three (3) gallons (11.4L) per minute. Melter applicators shall be approved for use by the sealant 31 Pavement Management Alternative Methods Bid No. 15-601 manufacturer. Pouring pots or gravity-fed sealant applicators shall not be used for sealing cracks and joints. B. Hot Compressed Air (HCA) 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. C. 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 tool lubricator must be bypassed and a filter installed on the discharge valve to keep water and oil out of the lines. D. Crack Cleaning Equipment: Cleaning of excess debris shall be done by means of power sweepers, hand brooms, or air brooms. IV. Submittals The Contractor shall submit to the Project Manager the specifications sheets along with the manufacturer's suggested installation procedures of the type of crack seal that is to be used. 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: • Road name, date, time application process starts, amount installed, time application process ends. • Date, time and amount added to the melter. • The lot number from each box added shall be also recorded. • Weather conditions 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. 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. V. Preparations A. Weather: No sealant shall be installed unless the ambient and pavement temperature are 40° and rising. There shall be no fog and no chance of rain. Any 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. 32 Pavement Management Alternative Methods Bid No. 15-601 B. Surface Preparation: No sealant shall be installed until all cracks and joints have been cleaned free of all deleterious materials, including any dust, old sealant, incompressibles, and organic material, and are sufficiently dry. Following the initial routing and cleaning operation, all cracks and joints shall be HCA lanced within 10 minutes of application of the sealant. Equipment for the two operations should be kept in a compact configuration such that not more than 50 feet separates equipment required by the two operations. Extreme care shall be used to ensure the crack sidewalls do not become overheated and burned. 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. 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. VI. Construction Methods A. 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. B. General Sealant Application: All single transverse cracks in the travel lanes shall be sealed by the Cut and seal method. All other cracks in the travel lanes, shoulders, and auxiliary areas may be filled by either the Cut and Seal method or the Crack Fill method. If a surface treatment, such as resurfacing or surface sealing shall follow, the Crack filling material must cure for a minimum of 30 days prior to application of the final surface treatment. C. Cut and Seal Method: Cut, clean and seal cracks and joints that are 1/16 inch or greater in width. Cut along the crack or joint to construct a uniform rectangular reservoir in which the sealant is to be placed. The reservoir shall be between '/2 inch and 3/ inch in width. The depth of the reservoir shall be between '/2 inch and 1 inch. The cut reservoir shall have vertical, intact sides with no loosely bonded aggregate. Following cutting, the reservoir shall be cleaned using the air blast method or other acceptable 33 Pavement Management Alternative Methods Bid No. 15-601 method. The reservoir shall be inspected prior to the application of the sealant to ensure that it is clean, dry and free of dirt, debris, adhered fines or other contaminants. If the reservoirs are not clean and dry, they shall be re-cleaned to achieve the required condition. 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 remaining material be lower than the pavement surface or exceed 1/16 inch above the surface. In no case shall the width of excess material on the pavement surface exceed 3 inches. D. Crack Fill Method: Clean and seal joints and cracks that are 1/16 inch or greater in width. Clean joints and cracks with air blast cleaning or other acceptable methods to a depth of at least twice the joint or crack width. Joints and cracks shall be inspected prior to the application of the sealant to ensure that it is clean, dry and free of dirt, debris, adhered fines or other contaminants. Apply sealing material with a pressure nozzle. Completely fill cracks and joints. Sealant shall be applied to slightly overfill the crack or joint 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 remaining material be lower than the pavement surface or exceed 1/16 inch above the surface. In no case shall the width of excess material on the pavement surface exceed 3 inches. E. Pavement Cleaning and Protection: The pavement surface and all work areas shall be left in a clean condition. Vehicular traffic shall not be permitted on the pavement in treated areas during the initial curing period recommended by the manufacturer. The Contractor shall provide all temporary traffic control devices to protect the treated areas, as required by the Engineer. Prevent tracking with an application of fine sand, unless it can be demonstrated that the crack and joint sealer will not track without its application. Other methods may be used if approved by the Engineer. Repair any pavement striping or markings affected by the application of the sealant. Any excessive or spilled sealant shall be removed by the Contractor using approved methods. Any damage to uncured sealant shall be repaired at the contractor's expense. VII. Liability and Deficiencies A. 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: 1. Applying more blotting material as necessary. 2. Address the tracked material by either removing or repairing the object that was affected. 34 Pavement Management Alternative Methods Bid No. 15-601 B. Where the sealant subsides in the crack by more than 1/8 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. The sealant shall be removed, the routed crack rerouted at the Project Manager's discretion, and resealed if any of the following occur: 1. The sealant contains imbedded foreign material other than dusting material. 2. The sealant contains entrapped air bubbles; 3. The sealant has de-bonded or pulled away from the crack; or 4. The sealant has been excessively heated. VIII. 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 Crack Sealing-Filling, and not specifically listed in another item in the Bid Form, shall be included in this item. The measurement shall be made in amount of linear feet of cracks or joints completed and accepted, determined by field measure, and shall be supported by the submittals. The amount of crack sealer shall be reported and invoiced for each road. IX. Basis of Payment. The accepted quantities, determined as provided above for each of the pay items listed below which is included in the contract, will be paid for at the contract unit price per unit of measurement. The Unit price includes all items listed in the contract, including all General Conditions, Special Conditions and Technical Provisions pertaining to Crack and Joint Sealing/Filling, 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 County. Payment will be made under: Pay Item Pay Unit Bituminous Crack and Joint Sealing per Gallon 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. END OF SECTION PC-003 35 Pavement Management Alternative Methods Bid No. 15-601 PC-004 CHIP SEAL I. Description The work specified in this section consists of furnishing and applying a single or double application of bituminous surface treatment on a paved roadway or on a prepared road base, compacted to the lines, grades, and thickness established by the County and in substantial conformance with the limits established by the 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. II. Materials: A. Aggregates: Crushed granite conforming to FDOT specifications section 901, table 1 for #89, #78 or #67 gradation for coarse aggregates except as modified herein. The aggregate shall be washed granite obtained from a source approved by the owner. Sampling and testing of aggregate shall be the responsibility of the contractor. Copies of test results from the aggregate supplier shall be furnished to the owner prior to the start of the surface treatment. B. Liquid bituminous material for surface treatment: CRS-2h liquid bituminous material conforming to FDOT specification section 916-4.1 except as modified herein. The bituminous material shall be polymer modified. The contractor shall certify the liquid bituminous material meets the aforementioned FDOT. The Cationic mixing grade shall be homogenous and of high quality. The material shall be prepared from straight-run Venezuelan Asphalt of high ductility and shall contain a rubber hydrocarbon additive derived from latex in addition to carefully controlled amounts of selected diluents to promote work ability and minimize stripping. Additives that enhance pavement performance are subject to approval by the County. Cationic Asphalt Emulsion Material Designation Test on Emulsion: Minimum Maximum Viscosity, Saybolt Furol, 77 degrees F (25 C), s --- --- Viscosity, Saybolt, 122 degrees F (50 C), s 150 400 Storage Stability Test, 24-h, %* 1 Distillation (prior to addition of dilutent) % residue by volume of emulsion 65 --- % oil distillate by volume of emulsion --- 0.5 Tests on Residue from Distillation: --- --- Penetration, 77 °F, 100 g., 5 sec. 70 110 Solubility in Trichloroethylene, % 97.5 --- Ductility, 77 °F, 5 cm./min., cm. 100 --- C. 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, 36 Pavement Management Alternative Methods Bid No. 15-601 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. Ill. Equipment: A. Distributor: The liquid bituminous material shall be applied with a truck mounted, pressure distributor that has been calibrated within the previous twelve (12) months, for transverse and longitudinal application rate. The distributor shall be equipped, maintained and operated so that the bituminous material can be applied at controlled temperatures and rates from .035 to 1.5 gallons per square yard. The distributor shall be capable of applying bituminous material of variable widths up to sixteen (16) feet. The distributor shall uniformly apply the bituminous material to the specified rate with a maximum allowed variation of 0.015 gallons per square yard. Distributor equipment shall include tachometer, accurate volume measuring device, a calibrated tank and a thermometer for measuring the temperature of the tank's contents. Distributors shall be equipped with a heating device, asphalt pump and full circulating spray bars adjustable laterally and vertically. Distributors and transport trailers shall be equipped with a sampling valve. Distributor trucks shall be of the pressure type with insulated tanks. The use of gravity distributors will not be permitted. The valves shall be operated by levers so that one or all valves may be quickly opened or closed in one operation. The valves which control the flow from nozzles shall act positively so as to provide a uniform unbroken spread of bituminous material on the surface. The distributor shall be equipped with devices and charts to provide for accurate and rapid determination and control of the amount of bituminous material being applied and with a bitumeter of the auxiliary wheel type registering speed in feet per minute, and trip and total distance in feet. B. Aggregate Spreader: The aggregate spreader shall be a self-propelled unit capable of uniformly spreading the aggregate at the required rate on a minimum width of six (6") inches wider than the width of the lane to be treated. The spreader shall be calibrated within the previous twelve (12) months for transverse and longitudinal application. The spreader shall be equipped with a computer-controlled aggregate/chip spreader in order to ensure the appropriate aggregate coverage at varying speeds, unless approved otherwise by Engineer. C. Pneumatic Tire Rollers: The contractor shall use eight (8) to twelve (12) ton self-propelled pneumatic tire rollers with oscillating wheels and low pressure, smooth tires. Maintain the inflation of the tires such that in no two tires the air pressure varies more than 5 psi. The rollers will be equipped with an operating water system and coco pads. A sufficient number of rollers and a sufficient number of passes shall be used to ensure cover aggregate is properly rolled. 37 Pavement Management Alternative Methods Bid No. 15-601 D. Self-Propelled Rotary Power Broom: The self-propelled rotary broom shall be designed, equipped, maintained and operated so the pavement surface can be swept clean. The broom shall have an adjustment to control the downward pressure. Brooming is required before and after the chip seal operation. E. Additional equipment: Additional equipment will be needed to complete the operations required by this technical provision. All equipment necessary for the successful completion of projects governed by this technical provision shall be included in the unit costs associated herein. Availability of quality assurance devices (such as a 15' straight edge) shall be the responsibility of the Contractor. IV. Experience: All contractors and their subcontractors shall be FDOT prequalified. Bidders must submit a minimum of five Chip Seal project references 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. Contractor shall be capable of meeting all the requirements of this specification at the time of the bid. Staff shall have the option to inspect the Contractor's equipment and if found deficient, it shall be the basis for rejection of Contractor's bid. V. Construction: A. Layout: The Contractor will be responsible for the string lining and lay out of the roadway prior to paving. B. Weather and Seasonal limitations: The surface treatment shall not be applied to a wet surface or when rain is occurring or the threat of rain is present immediately before placement. The surface treatment shall not be applied when the temperature is less than 50 degrees Fahrenheit in the shade, and humidity should be 50% or lower. When applying emulsions, the temperature of the surface shall be a minimum of 55°F, and no more than 140°F. Additionally, application of the asphalt rejuvenating agent shall be prohibited when weather forecasts indicate a chance of a rain event in the work area, which would produce in excess of 0.10 inches of rain within four hours of the application of the asphalt rejuvenating agent. C. Site and Surface Preparation: 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 operation to make sure the road is free of loose aggregate and other debris, as well as sweeping and cleaning the streets after treatment. If, in the opinion of the Engineer, the hand cleaning is not sufficient then a self-propelled street sweeper shall be used. 38 Pavement Management Alternative Methods Bid No. 15-601 All manhole and valve covers, inlets and other service entrances, etc., shall be protected from bituminous material by placing reinforced waterproof, all-purpose paper or other suitable material, approved by the Engineer. Thermoplastic striping and pavement markings, raised pavement markers, and raised pavement marker adhesive shall be removed. D. Traffic Control: The Contractor shall furnish all necessary traffic control, barricades, signs and flagmen, to ensure the safety of the traveling public and to all working personnel. Traffic shall not travel on fresh mix until rolling and blotting has been completed. The Contractor shall submit an M.O.T plan indication all facets of traffic control for the project area. The MOT plan must be approved in writing by the County prior to commencing any work. All traffic control shall be in accordance with the FDOT Roadway Design Standards, most current edition and TP-102. M.O.T. and associated devices shall be checked daily and periodically throughout the project for compliance; and where adjustments or corrections are needed, prompt revisions shall be made. Traffic shall not be allowed on the roadway after placement of the chip seal for a minimum of two hours. During and after placement of the chip seal, pilot cars should escort traffic at a speed of 20 mph (30 kph) over the chip sealed surface for two to 24 hours. Once all the loose aggregate is removed from the new chip seal surface, pilot cars are no longer needed. E. 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 of .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. F. Application of cover Aggregate: Immediately following the spray application of the liquid bituminous material, cover aggregate shall be spread over the liquid material at a rate of 18 — 30 lbs square yard depending upon the type of road base and/or the size of the existing aggregate that is being resurfaced. 39 Pavement Management Alternative Methods Bid No. 15-601 G. Rolling: Immediately following the first application of the cover material, roll the entire surface with a pneumatic roller, followed immediately with the steel drum roller. Cover the entire surface one time with the steel drum roller. Then, roll the cover material again with the pneumatic roller. Continue rolling as long as necessary to ensure thorough keying of the cover aggregate into the liquid bituminous material. Eliminate the steel drum when rolling the second application of cover aggregate. Apply the second application of liquid and cover material the same day as the first application, as far as it is practicable and consistent with the setting of the liquid bituminous material. H. 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. I. 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 .1 to .15 gallons per square yard to the entire surface treatment. The liquid for fog seal shall be a cationic mixing type emulsion diluted forty (40%) percent with water. Fog seal shall then be lightly sanded at a rate of plus or minus two (2) pounds per square yard by means of a mechanical spreader. VI. General Performance: Provide completed pavement which performs to the satisfaction of the engineer without bleeding, rutting, shoving, raveling, stripping, or showing other types of pavement distress or unsatisfactory performance. VII. 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 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 Specification for Fog Seal VIII. Basis of Payment: The accepted quantities, determined as provided above for each of the pay items listed below which is included in the contract, will be paid for at the contract unit price per unit of measurement. 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 County. If applied, Fog Seal shall be paid separately as listed in the Technical Specification for Fog Seal. 40 Pavement,Management Alternative Methods Bid No. 15-601 Payment will be made under: Pay Item Pay Unit Chip Seal`(Single application) Square Yard Chip.Seal (Double-application) Square Yard END OF SECTION PC-004 41 Pavement Management Alternative Methods Bid No. 15-601 PC-005 MICROSURFACING Description The work specified in this section consists of placement of a(polymer modified Microsurface on a prepared existing paved road, placed within the lines, grades, and thickness established by the County. Microsurfacing is a polymer-modified cold-mix paving system that begins as 'a mixture of dense-graded aggregate, polymer modified asphalt emulsion, water, and mineral fillers placed in a slurry state at ambient air temperature to extend the service life of both urban and rural roads within the County. The end product should maintain a skid-resistant surface in variable thick sections throughout the service life of the micro surfacing. II. Materials: A. Emulsified Asphalt: Provide quick-traffic latex modified cationic type CSS emulsion (with natural or synthetic latex conforming to the requirements specified in AASHTO 'M208 or ASTM D2397 for CSS-1 H. B. Property Minimum Maximum Viscosity, Saybolt Furol @ 25°C, Sec. 20.0 90.0 Particle Charge Positive --- Sieve Test --- 0.1 Distillation: --- --- Oil distillate, by volume, % --- 0.5 Residue from Distillation, % 62.0 --- Penetration, 25°C, 100g, 5 sec. 40.0 100.0 Ductility, 77° F, 50 mm/sec. 70.0 --- plus the following: AASHTO ASTM TEST QUALITY SPECIFICATION TEST NO. NO. T53 D36 Softening Point 135 'F (57 'C) Min. T59 D244 Residue after Distillation 62% Minimum T49 2397 Penetration at 77 *F(25 °C) 40—90* 2170 Kinematic Viscosity @ 275 °F (135°C) 650 cSt/sec. Minimum F It shall pass all applicable storage and settlement tests. The cement mixing test shall be waived for this emulsion. The polymer material shall be milled or blended into the asphalt or emulsifier solution prior to the emulsification process. The minimum amount and type of polymer modifier shall be determined by the. laboratory performing the mix design. The minimum amount required will be based on; ,asphalt weight content and will be certified by the emulsion supplier. In general, a three ;percent (3%) polymer solids, based on asphalt weight, is considered minimum. The five-day (5) settlement test may be waived, provided job stored emulsion is used within thirty-six (36) hours from the time of the shipment, or the stored material has had additional emulsion blended into it prior to use. (Each: (load (of ;emulsified (asphalt shall (be (accompanied (with; (a (Certificate (of ;Analysis/Compliance to assure that it is the same as that used in the mix design. For 42 Pavement Management Alternative Methods Bid No. 15-601 the first load of emulsified asphalt produced for the project, the supplier shall submit a ;sample to the owning agency's designated laboratory for testing. At any time during application, the owner / buying agency 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 owner may require the supplier to cease shipment of that pretested emulsified asphalt product. Further shipment of that pretested emulsified asphalt product to the owning agency's projects will remain suspended until the cause of the problem is evaluated and corrected by the supplier as necessary to the satisfaction of the owning agency. C. Aggregate: The mineral aggregate used shall be of the type and grade specified for ;the particular use of the Microsurfacing. The aggregate shall be a manufactured crushed stone such as granite, slag, limestone, chat, or other high-quality aggregate, or combination thereof. To assure the material is totally crushed, one-hundred percent (100%) of the parent aggregate will be larger than the largest stone in the gradation to be used. When aggregate is tested according to the following test, it should meet these minimum requirements: AASHTO ASTM QUALITY SPECIFICATION TEST NO. TEST NO. T176 D2419 Sand Equivalent 65 Minimum T104 C88 Soundness 15% Maximum using NA2 SO4 or 25% Maximum using MgSO4 T96 C131 Abrasion Resistance 30% Maximum The abrasion test is to be run on the parent aggregate. The aggregate should meet state-approved polishing values. Proven performance may justify the use of aggregates that may not pass all of the above tests. When tested in accordance with AASHTO T27 (ASTM C136) and AASHTO T11 (ASTM C117), the target (mix design) aggregate gradation (including the mineral filler) shall be within one of the following bands. SIEVE SIZE TYPE II TYPE III STOCKPILE % PASSING % PASSING TOLERANCE % (9.5 mm) 100 100 #4 (4.75 mm) 90—100 70-90 t 5% #8 (2.36mm) 65-90 45-70 t5% #16(1.18mm) 45-70 28-50 t5% #30(600 urn) 30—50 19-34 ±5% #50(330 urn) 18-30 12-25 ±4% #100(150 urn) 10—21 7- 18 ±3% #200(75 um) 5-15 5- 15 ±2% The job mix (target) gradation shall be within the gradation band for the desired type. After the target gradation has been submitted (this should be the gradation that the mix design is based on), then the percent passing each sieve shall not vary by more than the stockpile tolerance shown in the above table for each individual sieve, and still 43 Pavement Management Alternative Methods Bid No. 15-601 remain within the gradation band. It is recommended that the percent passing shall not go from the high end to the low end of the range for any two consecutive screens. The aggregate will be accepted at the job location stockpile or when loading into the support units for delivery to the lay-down machine. The stockpile shall be accepted based on five gradation tests according to AASHTO T2 (ASTM D75). If the average of the five tests is within the gradation tolerances, then the materials will be accepted. If the tests show the material to be out, the contractor will be given the choice to either remove the material or blend other aggregate with the stockpiled material to bring it into specification. Materials used in blending must meet the quality tests before blending and must be blended in a manner to produce a consistent gradation. If blending is used, it will require that a new mix design be performed. The contractor shall supply copies of the aggregate tickets to the customer within 24 hours of delivery to the job site. Screening shall be required at the stockpile prior to delivery to the paving machine if there are any problems created by having oversize material in the mix. ;D. Mineral filler: (if required) shall be any recognized brand of non-air entrained Portland cement or hydrated lime that is free from lumps. It may be accepted upon visual inspection. The type and amount of mineral filler needed 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 (1%) may be permitted when the Microsurfacing is being placed if it is found to be necessary for better consistency or set times. E. Water: Potable and free of harmful or deleterious materials. F. Additives: Additives may be added to the emulsion mix or any of the component materials to provide the control of the quick-traffic properties. They must be included as part of the mix design and be compatible with the other components of the mix. MI. Mix Design: The Contractor shall submit to the County for approval a complete mix design with an ;aggregate source used on five (5) similar micro surfacing projects. The mix design shall be, ;prepared and certified by a laboratory which has experience in designing Microsurfacing. After the mix design has been approved, no substitution will be permitted, unless approved by the County. Compatibility of the aggregate, polymer-modified emulsion, mineral filler, and other additives shall be verified by the mix design. The mix design shall be made with the same aggregate gradation that the contractor will provide on the project. Recommended tests and values are as follows: 44 Pavement Management Alternative Methods Bid No. 15-601 ISSA TEST DESCRIPTION SPECIFICATION NO. TB-139 Wet Cohesion @ 30 Minutes Minimum (Set) 12 Kg-cm Minimum @ 60 Minutes Minimum (Traffic) 20 Kg-cm Minimum or Near Spin TB-109 Excess Asphalt by LWT Sand Adhesion 50 g/ft2 Maximum (538 g/m2 Maximum) TB-114 Wet Stripping Pass(90% Minimum) TB-100 Wet-Track Abrasion Loss One-hour Soak 50 g/ft2(538 g/m2) Maximum 75 g/ft2(807 g/m2) Maximum Six-day Soak The Wet Track Abrasion test is performed under laboratory conditions as a component of the mix design process. The purpose of this test is to determine the minimum asphalt content of a micro surface system. The Wet Track Abrasion Test is not recommended as a field quality control or acceptance test. Some systems require longer times for the asphalt to adhere to the stone. In these systems, a modified Marshall Stability Test (ISSA TB-148) or Hveem Cohesiometer Test (ASTM D 1560) has been used to confirm asphalt content. ISSA DESCRIPTION SPECIFICATION TEST NO. TB-147 Lateral Displacement 5% Maximum Specific Gravity after 1,000 Cycles of 125 2.10% Maximum Pounds(56.71 Kg) TB-113 Mix Time @ 77°F (25°C) Controllable to 120 Seconds Minimum The mixing test is used to predict how long the material can be mixed in the machines before it begins to break. It is more for information to be used by the contractor than for quality of the end product. The mixing test and set-time test should be checked at the highest temperatures expected during construction. The mix design should report the quantitative effects of moisture content on the unit weight of the aggregate (bulking effect). The report must clearly show the proportions of aggregate, mineral filler (minimum and maximum), water (minimum and maximum), additive usage, and polymer-modified asphalt emulsion based on the dry weight of the aggregate. All the component materials used in the mix design shall be representative of the materials proposed by the contractor to be used on the project. The percentages of each individual material required shall be shown in the laboratory report. Adjustments may be required during construction, based on field conditions. The Project Manager will give final approval for all such adjustments. COMPONENT MATERIALS LIMITS Residual Asphalt 7%to 10.5% by dry weight of aggregate Mineral Filler 0.0 to 3% by dry weight of aggregate Polymer-Based Modifier Minimum of 3% solids based on bitumen weight content Additives As needed Water As required to produce proper mix consistency 45 Pavement Management Alternative Methods Bid No. 15-601 IV. Sampling and Testing: The Engineer at their discretion shall obtain two samples of micro surfacing mixture for each day of production. The samples shall be obtained at different periods during the production day and the Engineer shall test each sample at the expense of the County in accordance with FM 5-563 and FM 1-T 030 to determine the residual asphalt content and the gradation of each sample. Evaporate all water from the sample prior to testing. V. EXPERIENCE: All contractors and their subcontractors shall be FDOT prequalified. Bidders must submit a minimum of five Micro Surfacing project references 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. Contractor shall be capable of meeting all the requirements of this specification at the time of the bid. Staff shall have the option to inspect the Contractor's equipment and if found deficient, it shall be the basis for rejection of Contractor's bid. VI. EQUIPMENT: A. Mixing Equipment: The machine shall be specifically designed and manufactured to lay Microsurfacing. The material shall be mixed by an automatic-sequenced, self- propelled Microsurfacing mixing machine, which shall be a continuous-flow mixing unit able to accurately deliver and proportion the aggregate, emulsified asphalt, mineral filler, control setting additive, and water to 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 aggregate, emulsified asphalt, mineral filler, control additive and water to maintain an adequate supply to the proportioning controls. The machine shall be equipped to allow the operator to have full control, from the rear of the machine, of the forward and reverse speeds during applications of the Microsurfacing material and 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. B. Proportioning Devices: Individual volume or weight controls for proportioning each material to be added to the mix (i.e. aggregate, mineral filler, emulsified asphalt, additive, and water) shall be provided and properly marked. These proportioning devices are used in material calibration and determining the material output at any time. C. Spreading Device: The mixture shall be agitated and spread uniformly in the surfacing box by means of twin-shafted paddles or spiral augers fixed in the spreader box. A front seal shall be provided to insure 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 to produce a free flow of material to the rear strike-off. The spreader box shall have suitable means provided to side shift the box to compensate for variations in the pavement geometry. 46 Pavement Management Alternative Methods Bid No. 15-601 D. Secondary Strike-off: A secondary strike-off shall be provided 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. E. Rut-Filling Box: When required, before the final surface course is placed, preliminary Microsurfacing material may be required to fill ruts, utility cuts, depressions in the existing surface, etc. Ruts of one-half (%) inch (12.7 mm) or greater in depth shall be filled independently with a rut-filling spreader box, either five foot (5) (1.5m) or six foot (6) (1.8 m) in width. For irregular or shallow rutting of less than one-half (%) inch (12.7 mm) in depth, a full-width scratch-coat pass may be used as directed by the County. Ruts that are in excess of one and one-half (1-%) inches (38.1 mm) in depth may require multiple placements with the rut-filling spreader box to restore the cross-section. All rut-filling level-up material should cure under traffic for at least a twenty-four (24) hour period before additional material is placed on top of the level-up. F. Auxiliary Equipment: Suitable surface preparation equipment, traffic control equipment, hand tools, and any other support and safety equipment shall be provided by the contractor as necessary, (or as the County requires) to perform the work. G. General: Each mixing unit to be used in the performance of the work shall be calibrated in the presence of the County prior to construction. Previous calibration documentation covering the exact materials to be used may be acceptable, provided that no more than sixty (60) days have lapsed. The documentation shall include an individual calibration of each material at various settings, which can be related to the machine metering devices. No machine will be allowed to work on the project until the calibration has been completed and/or accepted. All equipment, tools, and machines used in the performance of this work shall be maintained in satisfactory working condition at all times to ensure a high-quality product. Availability of quality assurance devices (such as a 15' straight edge) shall be the responsibility of the Contractor. VII. Construction: A. Test Strip: A test strip 1000 feet long and the width of one lane shall be provided. The test must include all courses specified and must be constructed at the same time of day as the scheduled full scale production. The test strip will be evaluated for 24 hours after placement and will be subject to approval from the engineer before any further production. If unsatisfactory, the test strip shall be removed and another strip placed for evaluation at the contractor's expense. B. Weather Limitations: Microsurfacing shall not be applied if either the pavement or air temperature is below 50°F (10°C) and falling, but may be applied when both pavement and air temperatures are above 45°F (7°C) and rising. No Microsurfacing shall be applied when there is the possibility that the finished product will freeze within 24 hours. The mixture shall not be applied when weather conditions prolong opening to traffic beyond a reasonable time or as directed by the County. C. Site and Surface Preparation: The first step of surface preparation is to restore the pavement's structural integrity and functional performance characteristics through 47 Pavement Management Alternative Methods Bid No. 15-601 patching and crack sealing. (All) (pavement) (marking) (shall) (be) (removedD (maintained;) (and) (compensated) (for) in accordance to-FDOT Standard Specification Section 1.02-5:8. Immediately prior to applying the Microsurfacing, the surface shall be cleared of all loose material, silt spots, vegetation, and other objectionable material.. 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. Any standard cleaning method will,be acceptable. If water is used, cracks shall be allowed to dry thoroughly before applying Microsurfacing. (Manholes,valve boxes, drop inlets and other service entrances shall-be protected-from) (the Miiosurfacirig by_ a suitable method- Utility inlets should be covered with heavy paper or roofing felt adhered to the surface of the inlet. The paper is removed once the micro-surfacing has sufficiently cured. In addition to covering the inlets, all starts, stops, and handwork on turnouts should be done on roofing felt to ensure sharp, uniform joints and edges. The County shall approve the surface preparation prior to surfacing. No dry aggregate either spilled from the lay-down machine or existing on the road, will be permitted. D. k Coat:Normally, tack coatis not required unless the surface to be coveredis) (extremely—dry and raveled or is concrete or b-rick) If required,. the tack coat should consist of one part emulsified asphalt/three parts water and should be applied with a standard distributor. The emulsified asphalt should be SS or CSS grade. The distributor shall be capable of applying the dilution evenly at a rate of 0.05 to 0.10 gal/yd2 (0.23 to 0.45 1/m2): The tack coatshall be allowed to cure sufficiently before the application of Microsurfacing. If a tack coat is to be required, it must be billed as a separate pay item. E. (Application: Atest—sthp sshal[be placed-in conditions similar to those expected—Wb (encountered during the project unless specifically waived-by-the county. Whenrequired by local conditions, the surface shall be pre-wetted ahead of the spreader box. The rate ofapplication of the spray shall be adjusted during the day to suit temperatures, surface texture, humidity, and dryness of the pavement. The Microsurfacing shall be of the desired consistency upon leaving the mixer. A sufficient amount of material shall be carried in all parts of the spreader at all times so that a complete coverage is obtained. Overloading of the spreader shall be avoided. No lumping, balling,or Unmixedaggregateshall be permitted. No streaks, such as those caused by oversized aggregate, shall be left in the finished surface: If excess streaking develops, the job will be stopped untilthe contractor proves to the Project Manager or his/her designee that t the situation has been corrected. Excessive streaking is defined as more than four drag marks greater than one-half (1/2) inch wide (12.7 mm) and four inches (4) long (101 mm), or one inch (1) wide (25.4 mm) and three(3) inches long (76.2 mm), in any 29.9 yd2 (25 m2) area. No transverse ripples or longitudinal streaks of one-fourth (%) inch in depth (6.4 m2) will be permitted, when measured by placing a ten (10) foot (3 m) straight edge over the surface. 48 Pavement Management Alternative Methods Bid No. 15-601 The Microsurfacing mixture shall be of the proper consistency at all times, so as to provide the application rate required by the surface condition. The average single application rate, as measured by the Project Manager, shall be in accordance with the following table: AGGREGATE TYPE LOCATION SUGGESTED APPLICATION RATES TYPE H Urban and Residential Streets 20-24 lb/yd2(+/-2 lbs) Single application TYPE II ,Urban, Residential, and Primary Routes 30-34 lb/yd2(+/-2 lbs) Double application TYPE II Primary and Cold Mix Roads as 2 Heavy single application directed 24-28 Ib/yd (+/-2 lbs) TYPE H Primary and Cold Mix Roads as Heavy double directed 38—42 lb/yd2(+1-2 lbs) application TYPE II Rut Fill Wheel Ruts Tonnage As Required Suggested application rates are based upon the weight of dry aggregate in the mixture. Application rates are affected by the unit weight of the aggregate. 'Microsurfacing is often put down in two full-width passes in place of rut-filling when the rutting or deformation is not severe. When two passes are used, the first pass (scratch course) is made using a metal or stiff rubber strike-off and applying only what the surface demands for leveling. The second course is applied at 15 — 30 lb/yd2 (8.1 — 16.3 kg/m2). F. Joints: No excess buildup, uncovered areas, or unsightly appearance shall be permitted on longitudinal or transverse joints. The contractor shall provide suitable-width spreading equipment to produce a minimum number of longitudinal joints throughout the project. When possible, longitudinal joints shall be placed on lane lines. Half passes and odd-width passes will be used only in minimum amounts. If half passes are used, they shall not be the last pass of any paved area. A;maximum of three (3) inches (76.2 mm) 'shall be allowed for overlap of longitudinal lane line joints. Also, the joint shall have no; 'more than a one-fourth ('/) inch (6.4 mm) difference in elevation when measured by placing a ten (10) foot (3 m) straight edge over the joint and measuring the elevation ;drop-off. G. Mix Stability: The Microsurfacing shall possess 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. It shall be free of excess water or emulsion and free of segregation of the emulsion and aggregate fines from the coarser aggregate. Under no circumstances shall water be sprayed directly into the lay- down box while laying Microsurfacing material. H. Handwork: Areas which cannot be reached with the machine shall be surfaced using ;hand squeegees to provide uniform coverage. If necessary, the area to be hand worked shall be lightly dampened prior to mix placement. Care shall be exercised to leave no 49 Pavement Management Alternative Methods Bid No. 15-601 unsightly appearance from hand work. The same type of finish as applied by the spreader box shall be required. I ;Edgelines:'Care shall be taken to ensure straight lines along curbs and shoulders. No runoff on these areas will be permitted. Lines at intersections will be kept straight to provide a good appearance. If necessary, a suitable material will be used to mask off the end of streets to provide straight lines. Edge lines shall not vary by more than ± 2 inches (± 50 mm) horizontal variance in any 96 feet (30 m) of length. J. Clean-up: All areas, such as man-ways, gutters, and intersections, shall have the Microsurfacing mix removed as specified by the County. The contractor shall, on a daily basis, remove any debris associated with the performance of the work, completely and thoroughly to the satisfaction of the County. In addition, the contractor shall, at the request of the County pressure wash any area such as, curb and gutter, private driveways, etc. removing any and all stains associated with the placement of the Microsurfacing. K. General Performance: Provide completed pavement which performs to the satisfaction of the engineer without bleeding, rutting, shoving, raveling, stripping, or showing other types of pavement distress or unsatisfactory performance. L. Traffic Control: Traffic shall not travel on fresh mix until rolling and blotting has been completed. All traffic control shall be in accordance with the FDOT Roadway Design Standards and the current MUTCD. All associated devices shall be checked daily or more frequently as needed throughout the project for compliance. Where adjustments or corrections are needed, prompt revisions shall be made. VIII. 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 Microsurfacing, and not specifically listed in another item in the Bid Form, shall be included in this item. IX. Warranty: The Contractor shall provide the County upon final acceptance of the Microsurfacing work, a ,warranty period of three 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. X. Basis of Payment: The accepted quantities, determined as provided above for each of the pay items listed below which is included in the contract, will be paid for at the contract unit price per unit of measurement. The Unit price includes all items listed in the contract, including all General Conditions, Special Conditions and Technical Provisions pertaining to Microsurfacing, 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. 50 Pavement Management Alternative Methods Bid No. 15-601 Payment will be made under: Pay Item Pay Unit Microsurfacing (Single application) Square Yard Microsurfacing (Double application), Square Yard Microsurfacing (Rut filling) Ton END OF SECTION PC-005 51 Pavement Management Alternative Methods Bid No. 15-601 PC-006 SCRUB SEAL I. Description Scrub Seal shall consist of the application of a slow setting, anionic or cationic asphalt emulsion or specialty emulsions developed specifically for scrub sealing, followed by a cover aggregate. The emulsion may be polymer modified. II. Materials A. Asphalt Emulsions The asphalt emulsions employed for Scrub Seals shall be slow to medium setting anionic or cationic SS-1, SS-1H, CSS-1H; ASTM specifications for anionic (SS) emulsions are listed in D977 and for cationic (CSS) emulsion in D2397. Suppliers of other specialty emulsions for Scrub Sealing must supply specifications for these emulsions. Asphalt emulsions may be modified with a polymer additive. B. Cover Aggregates Mineral Aggregates for scrub seal shall conform to Table 1. Table 1: Scrub Seal Aggregate Gradation Limits Sieve Size Percent Passing Tolerance 3/8 inch (9.5mm) 100 0 No. 4 (4.75mm) 96 +3 No. 10 (2.0mm) 60 ±20 No. 50 (300pm) 18 ±12 No. 100 (150pm) 5 ±5 No. 200 (74pm) 5 ±3 Where washed aggregates are used, they must be `surface dry' at the time of application. Moisture content shall not exceed 1.5% by weight of aggregate. 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. C. 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. 52 Pavement Management Alternative Methods Bid No. 15-601 III. Equipment A. Emulsion Distributor The liquid bituminous material shall be applied with a truck mounted, pressure distributor that has been calibrated within the previous twelve (12) months, for transverse and longitudinal application rate. The distributor shall be equipped, maintained and operated so that the bituminous material can be applied at controlled temperatures and rates from .035 to 1.5 gallons per square yard. The distributor shall be capable of applying bituminous material of variable widths up to sixteen (16) feet. The distributor shall uniformly apply the bituminous material to the specified rate with a maximum allowed variation of 0.015 gallons per square yard. Distributor equipment shall include tachometer, accurate volume measuring device, a calibrated tank and a thermometer for measuring the temperature of the tank's contents. Distributors shall be equipped with a heating device, asphalt pump and full circulating spray bars adjustable laterally and vertically. Distributors and transport trailers shall be equipped with a sampling valve. Distributor trucks shall be of the pressure type with insulated tanks. The use of gravity distributors will not be permitted. The valves shall be operated by levers so that one or all valves may be quickly opened or closed in one operation. The valves which control the flow from nozzles shall act positively so as to provide a uniform unbroken spread of bituminous material on the surface. The distributor shall be equipped with devices and charts to provide for accurate and rapid determination and control of the amount of bituminous material being applied and with a bitumeter of the auxiliary wheel type registering speed in feet per minute, and trip and total distance in feet. B. Emulsion Scrub Broom Furnish an emulsion scrub broom assembly of similar design to Figures 1 or 2, or as approved by the Engineer, and having the following characteristics: • Rigid frame construction • Attached to, and pulled by, the Emulsion Distributor • Of such weight that it does not squeegee the emulsion off the road surface • Leading and trailing broom heads angled at 10 to 15 degrees of the centerline of the supporting member • Stiff bristles with a minimum height of five inches • Hinged wing assemblies or other means of adjusting the total broom width. • Be attached to and pulled by the distributor truck. • Have means to mechanically lift the scrub broom off of the roadway surface at intermediate points of completion and remain elevated during transit. 53 Pavement Management Alternative Methods Bid No. 15-601 16' 2' 2' 8' 2' • 2' I MOW allifeliallifilWACW.010111101111@4 % .-6 iiiI , 8 OI 44r6 ;1I HUME POINTS / I smEEr mom w/ Mnom ORIN= MOTE:ga %M SLAE .- // J r ''•U'6;'iia;itu—~-I I. , == :f PASS Scrub Broom exhibit "A (Not for fabrication — Use as schematic only) Figure 1: Typical Emulsion Scrub Broom Assembly 54 Pavement Management Alternative Methods Bid No. 15-601 4.4%. .74- ---. 'v -4„.--0-c-,4 t ��� ,,,,, 0,...aigi.,..., :,,,...., kr „,.„,..,„/„..z.,....„,,,,„,,,,, sem ;~�. ___, \,.. i ;; \ q Itiporisi_ �,/� ipo. q It 'Ms.?, ��oki sub GHQ �� t i. OR SAD aE pr - lE E. 'pN M. q,� PRAY ittuGtli _"Li N -NEN g N Ma�N SpRINGqCkEt (1' Rl►g 6Ro��1'R) ) li Figure 2: Truck Mounted Emulsion Scrub Broom Assembly C. Aggregate Spreader: The aggregate spreader shall be a self-propelled unit capable of uniformly spreading the aggregate at the required rate on a minimum width of six (6") inches wider than the width of the lane to be treated. The spreader shall be calibrated within the previous twelve (12) months for transverse and longitudinal application. The spreader shall be equipped with a computer-controlled aggregate/chip spreader in order to ensure the appropriate aggregate coverage at varying speeds, unless approved otherwise by Engineer. D. Pneumatic Tire Rollers: The contractor shall use eight (8) to twelve (12) ton self-propelled pneumatic tire rollers with oscillating wheels and low pressure, smooth tires. Maintain the inflation of the tires 55 Pavement Management Alternative Methods Bid No. 15-601 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. E. 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. Brooming is required before and after the chip seal operation. F. Additional equipment: Additional equipment will be needed to complete the operations required by this technical provision. All equipment necessary for the successful completion of projects governed by this technical provision shall be included in the unit costs associated herein. Availability of quality assurance devices (such as a 15' straight edge) shall be the responsibility of the Contractor IV. Experience Bidders must submit a minimum of five Scrub Seal project references 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. Contractor shall be capable of meeting all the requirements of this specification at the time of the bid. Staff shall have the option to inspect the Contractor's equipment and if found deficient, it shall be the basis for rejection of Contractor's bid. V. Construction A. Weather The surface treatment shall not be applied to a wet surface or when rain is occurring or the threat of rain is present immediately before placement. The surface treatment shall not be applied when the temperature is less than 50 degrees Fahrenheit in the shade, and humidity should be 50% or lower. When applying emulsions, the temperature of the surface shall be a minimum of 55°F, and no more than 140°F. Additionally, application of the asphalt rejuvenating agent shall be prohibited when weather forecasts indicate a chance of a rain event in the work area, which would produce in excess of 0.10 inches of rain within four hours of the application of the asphalt rejuvenating agent. B. Resident Notification The Contractor shall distribute by hand, a typed notice to all residents 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 the 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 56 Pavement Management Alternative Methods Bid No. 15-601 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. C. Site Preparation 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 operation to make sure the road is free of loose aggregate and other debris, as well as sweeping and cleaning the streets after treatment. If, in the opinion of the Engineer, the hand cleaning is not sufficient then a self-propelled street sweeper shall be used. All manhole and valve covers, inlets and other service entrances, etc., shall be protected from bituminous material by placing reinforced waterproof, all-purpose paper or other suitable material, approved by the Engineer. Thermoplastic striping and pavement markings, raised pavement markers, and raised pavement marker adhesive shall be removed. D. Traffic 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 submit an M.O.T plan indication all facets of traffic control for the project area. The MOT plan must be approved in writing by the County prior to commencing any work. All traffic control shall be in accordance with the FDOT Roadway Design Standards, most current edition and TP-102. M.O.T. and associated devices shall be checked daily and periodically throughout the project for compliance; and where adjustments or corrections are needed, prompt revisions shall be made. Traffic shall not be allowed on the roadway after placement of the aggregate cover for a minimum of two hours. During and after placement of the chip seal, pilot cars should escort traffic at a speed of 20 mph (30 kph) over the chip sealed surface for two to 24 hours. Once all the loose aggregate is removed from the new chip seal surface, pilot cars are no longer needed. E. Application of Asphalt Emulsion: Asphalt emulsion 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. F. Scrubbing Immediately following application, the asphalt emulsion shall be scrubbed into the existing pavement surface with a scrub broom conforming to Section III-B. Scrubbing shall fill cracks and voids, force the emulsion into the existing pavement surface, and distribute the emulsion uniformly over the roadway cross section. 57 Pavement Management Alternative Methods Bid No. 15-601 G. Termination Application of the emulsion shall be terminated on building paper or other similar material approved by the Engineer, spread over the entire application width. Bu9lding paper shall also be placed over the treated surface for a sufficient length at the beginning of a spread to avoid spraying existing pavement or previously placed screenings, and so that the nozzles are spreading properly when the uncovered surface is reached. The building paper shall then be removed and disposed of in a manner satisfactory to the Engineer. H. Application of cover Aggregate: Screenings shall be uniformly spread by the aggregate spreader immediately following the scrubbing. The spreading rate shall e from 18 to 30 pounds per square yard. The initial rate of spreading shall be 24 pounds per square yard. The Contractor may propose a different initial rate. The Contractor shall spread screenings on a 100-foot test strip as requested by the Engineer to verify and determine the initial rate of spreading. The spreading rate shall be adjusted up or down so that no bleeding occurs during rolling. The initial rate of spreading, and any adjustments thereto during spreading, shall be subject to approval by the Engineer. The joint between adjacent applications of screenings shall coincide with the line between designated traffic lanes. Operating the chip spreader at speeds which causes the chips to roll after striking the emulsion covered surface will not be permitted. The transverse termination of screenings shall be complete and any excess screenings shall be removed from the surface prior to resuming operations. Stockpiling of screenings prior to placing will be permitted where space allows, however, any contamination resulting during storage or from reloading operations will be cause for rejection. Screenings shall be surface damp at the time of application, but excess water on the aggregate surface will not be permitted. Screenings shall be re-dampened in the haul trucks prior to delivery to the chip spreader when so directed by the Engineer. The scrubbed pavement surface shall be covered with screenings before setting or "breaking' of the emulsion occurs. After the screenings have been spread, piles, ridges, or uneven distribution shall be carefully removed to ensure against permanent ridges, bumps or depressions in the completed surface. Additional screenings shall be spread in whatever quantities may be required to prevent picking up by the rollers or traffic. I. Rolling: Initial rolling shall begin immediately behind the chip spreader and shall consist of one pass completely covering the screenings applied. Asphalt emulsion and screenings shall not be spread more than 2,500 feet ahead of completion of initial rolling operations. 58 Pavement Management Alternative Methods Bid No. 15-601 Secondary rolling shall begin immediately after completion of the initial rolling. The amount of secondary rolling shall be that necessary to seat the screenings and in no case shall be less than 2 passes. J. Sweeping: After rolling of the 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. VI. Finishing: A. Flush Coat Flush Coat shall consist of an application of a fog seal coat followed by a sand cover to the surface of the scrub seal coat. Flush coat shall be applied at the discretion of the Engineer, immediately after initial sweeping and removal of excess screenings and prior to opening the lane to uncontrolled (not controlled with pilot cars) traffic. B. Fog Seal Fog seal coat shall not be applied when the atmospheric temperature is below 40°F. When surface treatment has set, a fog seal is to be applied at a rate of 0.03 to 0.06 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. C. Sand Cover Sand cover shall be applied immediately following application of the fog seal coat. Sand shall be spread by a chip spreader at a rate of 1 to 2 pounds per square yard. The exact rate will be determined by the Engineer. Spreading shall not vary more than 5 percent from the exact application rate. D. Maintenance Scrub seal coated surfaces shall be maintained, including the traffic control required for maintenance operations, for a period of 4 consecutive calendar days, beginning on the day screenings are applied to the asphalt emulsion. Maintenance shall include sweeping and distribution of screenings over the surface to absorb any free emulsion, to cover any area deficient in cover material and to prevent formation of corrugations. Clean sand may be used in lieu of screenings to cover any excess emulsion which comes to the surface. The use of roadside material for this purpose will not be permitted. The surface shall be swept as often as necessary during the 4-day maintenance period to maintain the surface free of loose screenings. At the end of the fourth day, any excess screenings shall be removed from the paved area. 59 Pavement Management Alternative Methods Bid No. 15-601 VII. 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 Scrub 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 the Scrub Seal, it shall be measured separately as listed in the Technical Specification for Fog Seal VIII. Basis of Payment The accepted quantities, determined as provided above for each of the pay items listed below which is included in the contract, will be paid for at the contract unit price per unit of measurement. The Unit price includes all items listed in the contract, including all General Conditions, Special Conditions and Technical Provisions pertaining to Scrub 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 county, Fog Seal shall be applied and paid separately as listed in the Technical Specification for Fog Seal. Payment will be made under: Pay Item Pay Unit Scrub Seal Square Yard END OF SECTION PC-006 60 Pavement Management Alternative Methods Bid No. 15-601 PC-007 COLD-IN-PLACE RECYCLING (CIP) I. Description 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 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 adjacent to all concrete curbing, storm sewer inlets, manholes, sanitary sewer manholes, and all utility valve boxes. The existing asphalt pavement in the above-described locations must be included in the recycling process in order to construct a bituminous 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. II. Materials: A. Asphalt Emulsion The type of asphalt emulsion to be used shall be determined by the mixture design. Bituminous material shall conform to the applicable requirements of the current FDOT Standard Specifications for Road and Bridge Construction, Section 916. At the request of the county, a representative from the asphalt emulsion supplier shall be available at the job site to monitor the characteristics and performance of the asphalt emulsion. Throughout the job, the representative will monitor the project and make adjustments to the asphalt emulsion formulation as required. B. 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 METRIC Sieve %Passin Sieve %Passi Size g Siz ng e 2" 95 51 mm 95 C. Portland Cement Portland Cement shall be type I or II and conform to the latest standard requirements f ASTM C150 and AASHTO M85, for the type specified. III. Mixture Design: A mix design(s) conducted by an independent, AASHTO Materials Reference Laboratory (AMRL) accredited laboratory using materials obtained directly from the project site, 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: 61 Pavement Management Alternative Methods Bid No. 15-601 A. Mix Design Procedures 1. Sampling and Processing - Prior to materials sampling in the roadway, obtain approval from the County. 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 40°C). 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. 2. 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. 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. 3. 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 1.25° angle, 600 kPa ram pressure, and 30 gyrations. The mold shall not be heated. 4. Curing after compaction - Extrude specimens from molds immediately after compaction. Carefully remove paper disks. 62 Pavement Management Alternative Methods Bid No. 15-601 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. 5. 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. 6. 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. 7. Emulsion Content Selection - The properties of the specimens at design emulsion content shall meet the properties in Table 1. 8. 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 1 and be approved by the County prior to construction. 9. 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. 63 Pavement Management Alternative Methods Bid No. 15-601 10. Addition of Imported Crushed Reclaimed Asphalt Pavement(RAP) material: If available, imported RAP material may be added at the discretion of the County 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. Table 1—Mix Design Performance Criteria 100 mm specimens shall be prepared in a Superpave Gyratory compactor. The mixture should meet the following criteria at the selected design asphalt emulsion content: Property Criteria Purpose Compaction effort, Superpave Gyratory Compactor 1.25° angle, 600 Density Indicator AASHTO T312 kPa stress, 30 gyrations Density, ASTM D2726 or equivalent Report Compaction Indicator Gradation for Design Millings,ASTM C117 Report *Marshall stability,ASTM D6926, D6927, 40°C Optimum Stability Indicator Strength **Resistance of Compacted Bituminous Mixture to 70% min. Ability to withstand Moisture Induced Damage AASHTO T283 -Retained moisture damage stability based on cured stability *Cured stability tested on compacted specimens after 60°C(140°F)curing to constant weight. **Vacuum saturation of 55 to 75 percent, water bath 25°C 23 hours, last hour at 40°C water bath Table 2-Imported Crushed RAP Criteria Property Method Limit Deleterious Materials: Clay 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 2" AASHTO T 27 seive 11. 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%_max.imum 64 Pavement Management Alternative Methods Bid No. 15-601 IV. Equipment: Maintain all equipment in a satisfactory operating condition and in accordance with the 2010 FDOT Standard Specifications for Road and Bridge Construction, Section 100-2. The Cold In- Place Recycling shall be conducted with the equipment specified herein. A. Milling Machine: A self-propelled, down-cutting, lateral/horizontal 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 ± % in (6 mm) of that shown on the plans, and shall have a positive means for controlling cross slope elevations. A 30 foot non- contact averaging beam must be used on the mill. The use of a heating device to soften the pavement will not be permitted. Up-cutting machines shall not be permitted. Machines that only provide vertical mixing will not be permitted. The milling machine must be equipped with a liquid metering device capable of adjusting the flow of asphalt emulsion to compensate for any variation in the speed of the machine. The metering device shall deliver the amount of asphalt emulsion to within ± 0.2 percent of the required design amount by weight of pulverized bituminous material (for example, if the design requires 3.0 percent, the metering device shall maintain the emulsion amount between 2.8 percent and 3.2 percent). The asphalt emulsion pump should be of sufficient capacity to allow emulsion contents up to 3.5% by weight of pulverized bituminous material. Also, automatic digital readings will be displayed for both the flow rate and total amount of pulverized bituminous material and asphalt emulsion in appropriate units of weight and time. B. Bituminous Paver: A self-propelled conventional bituminous paver having electronic grade and cross slope control for the screed shall be utilized. The equipment shall be of sufficient size and power to spread and lay the mixture in one smooth continuous pass to the specified section and according to the plans. 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. C. 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 lbs. (22,600 kg). Pneumatic rollers must have properly 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. V. Experience: All contractors and their subcontractors shall be FDOT prequalified. Bidders must submit a minimum of five CIR project references 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. Contractor shall be capable of meeting all the requirements of this specification 65 Pavement Management Alternative Methods Bid No. 15-601 at the time of the bid. 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. VI. Construction: A. Weather Limitations Cold In-Place recycling operations shall be completed when the atmospheric temperature measured in the shade and away from artificial heat is 500 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. B. 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. C. Milling: The existing pavement shall be milled to the required depth and width as indicated on the plans. Recycling shall be in a manner that does not disturb the underlying material in the existing roadway. The milling operation shall be conducted so that the amount of fines occurring along the vertical faces of the cut will not prevent bonding of the cold recycled materials. Use a small milling machine, if necessary, to mill longitudinally to the required depth as indicated on the plans along all curbs and gutters, 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 prevent milled material from entering the catch basin area where it could contaminate and/or block the storm water system. D. 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 in2 (3200 mm2). Additionally, no fabric piece shall have any dimension exceeding a length of 4 inches (100 mm). These changes may include, but not be limited to, adjusting the milling rate and adding or removing screens in order to obtain a specification recycled material. The Contractor shall be required to waste material containing over-sized pieces of paving fabric as directed by the Engineer. E. Spreading: The material shall be spread using a self-propelled paver meeting the requirements under 2010 FDOT Standard Specifications for 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. 66 Pavement Management Alternative Methods Bid No. 15-601 F. Compaction: Compaction of the recycled mix shall be completed using rollers meeting the requirements of the 2010 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 roller(s) is (are) walking out of the mixture. Final rolling to eliminate pneumatic tire marks and to achieve density shall be done by double drum steel roller(s), either operating in a static or vibratory mode. Vibratory mode should only be operated at a speed, frequency and amplitude shown not to damage 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. G. 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 (1) 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 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. H. Protection and Damage: Protect the recycled pavement layer in accordance with the 2010 FDOT Standard Specifications for Road and Bridge Construction, Section 330-13. Prime and sand the recycled pavement layer prior to opening the roadway to traffic. 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. I. Finished Recycled Pavement Layer Smoothness: The completed cold recycled pavement layer surface shall not vary more than 1/2 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 County. 67 Pavement Management Alternative Methods Bid No. 15-601 Irregularities 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. vii. Quality Control A. 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. B. Crushed RAP Material Sizing: A sample shall be obtained from the receiving hopper of the paver each '/2 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. C. 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 Limit *Residue from distillation, % ASTM D244 64.0 to 66.0% *Oil distillate by distillation, % ASTM D244 0.5% maximum Sieve Test, % ASTM D244 0.1% maximum **Residue Penetration, 25°C, dmm ASTM D5 -25 to+25% *Modified ASTM D244 procedure—distillation temperature of 177°C with 20 minute hold. *To be determined during CIR design phase prior to emulsion formulation and 68 Pavement Management Alternative Methods Bid No. 15-601 manufacture for project. Penetration value range will be determined and submitted to the County Engineer for approval prior to project start D. 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. E. 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. F. 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 e emulsion, the specimens must be compacted within 15 minutes of sampling and tested as required in Table 1. If the recycled mixture is sampled prior to the addition of additives and emulsion, the sample must immediately be transferred to air-tight plastic container to prohibit loss of moisture. Samples must be mixed in the laboratory with the field additives and emulsion within 24 hours and tested as required in Table 1. G. 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. H. Compacted Density: Degree of compaction of the recycled pavement layer shall be monitored for compliance with target wet density established during the initial control strip construction. Wet density shall be determined every 1/4 mile (0.4 km) using a nuclear moisture-density gauge in accordance with ASTM D2950, backscatter measurement mode. Ensure that all nuclear gauges are operated by licensed individuals and have been calibrated within the last 12 months. The acceptable degree of compaction shall be 96 to 98 percent of target wet density. Care shall be taken not to over-roll the mat based on visual observations of check cracking or shoving. A new control strip and target density shall be established if the consistency of the material being recycled changes. The County shall be notified prior to the construction of a new control strip. 69 Pavement Management Alternative Methods Bid No. 15-601 I. 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 'A 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 first and progress to the center or high side to prevent excessive edge sloughing. Table 5— Quality Control Testing and Inspection Criteria Property Method Limit RAP Maximum Particle Size ASTM C 136 or Section 334-2.2 AASHTO T27 RAP Particle Size Distribution ASTM C 136 or Determined by Mix Design(s) AASHTO T27 Emulsion and Water Yield Calibrated Determined by Mix Design(s) Metering Device *Mixture Testing Table 1 Table 1 **Depth of Milling Section 334-5.7 Determined by Mix Design(s) Compacted Density ASTM D2950 96 to 98% of target density Cross-Slope FM 5-509 Minimum 2% Smoothness FM 5-509 Maximum 0.5 in (12 mm) deviation from planeness *Mixture Testing frequency shall be at the County Engineer's discretion **Depth of Milling may need to be adjusted for localized unexpected pavement conditions J. 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. VIII. 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. IX. Basis of Payment: The accepted quantities, determined as provided above for each of the pay items listed below which is included in the contract, will be paid for at the contract unit price per unit of measurement. 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. 70 Pavement Management Alternative Methods Bid No. 15-601 Payment will be made under: Pay Item Pay Unit Cold-In-Place Recycled Bituminous Paving Square Yard Liquid Asphalt Emulsion Gallon Excavation for Widening or Unsuitable Materials Cubic Yard Added RAP or Aggregates for Mixing Ton Cement Ton END OF SECTION PC-007 71 Pavement Management Alternative Methods Bid No. 15-601 PC-008-A FULL DEPTH RECLAMTION (FDR) WITH PORTLAND CEMENT I. Description 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, Portland cement and other additives. The manufacturing of the stabilized base course shall be done by in-place pulverizing and blending of the existing pavement and base materials, the introduction of cement additives, and other additives (if called for in the Mix Design). 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. II. Materials: A. RAP: Materials must meet all requirements specified in the current Florida Department of Transportation Standard Specifications for Road and Bridge Construction 283-2, except that 98% of all material is required to pass through a 50 mm (2 inch) sieve. B. Additional Base Materials: Additional base materials may be needed for adjusting grade elevations as directed by the engineer, or for widening. When such additional material is required it shall be among those bases listed in FDOT Design Standards as General Use Optional Base Materials and meet applicable FDOT requirements for such. C. Portland Cement: Portland Cement shall be type I or II and conform to the latest standard requirements of ASTM C150 and AASHTO M85, for the type specified. D. Water: The water for the base course shall be clean and free from sewage, oil, acid, strong alkalies, or vegetable matter and it shall be in sufficient supply for mixing and curing. Water of questionable quality shall be tested in accordance with the requirements of AASHTO T 26. E. 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. III. Equipment: A. Road Reclaimer: Shall be originally designed for pavement reclaiming of a size equal to or larger than a Caterpillar Model RM-350B with comparable specifications including horsepower and rotor size. The reclaimer shall be capable of pulverizing and mixing pavement, base materials, and subgrade soil to depth of 16 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 water and cement material into the mixture. The reclaiming machine shall mix the cement additive thoroughly with the RAP and soil materials. The pump shall be mechanically or 72 Pavement Management Alternative Methods Bid No. 15-601 electronically interlocked with the ground speed of the machine. The cement metering system and water metering system shall be capable of continuously monitoring (GPM) flow, and totaling the quantity of water and cement applied into the mixing chamber. Additives shall be uniformly distributed and mixed with the pulverized material, any existing underlying material as specified. B. 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. C. 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 20 tons. Initial compaction shall be accomplished by either single or dual drum vibratory or three wheel roller static rollers. D. Cement Delivery Equipment: A calibrated screw-type distributor shall be used with a curtain to accurately place the amount of cement required by the mix design onto the roadbed for mixing. E. Additional equipment: Additional equipment will be needed to complete the operations required by this technical provision. All equipment necessary for the successful completion of projects governed by this technical provision shall be included in the unit costs associated herein. Availability of quality assurance devices (such as a 15' straight edge) shall be the responsibility of the Contractor. IV. Experience: All contractors and their subcontractors shall be FDOT prequalified. Bidders must submit a minimum of five Full Depth Reclamation (cement stabilization) project references 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. Contractor shall be capable of meeting all the requirements of this specification at the time of the bid. Staff shall have the option to inspect the Contractor's equipment and if found deficient, it shall be the basis for rejection of Contractor's bid. V. Construction: A. Layout: The Contractor will be responsible for the string lining and lay out of the roadway prior to paving. Elevations of the existing road must be referenced at sufficient intervals to ensure the 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. B. Weather and Seasonal limitations: The soil-cement base shall not be mixed or placed while the atmospheric temperature is below 35 F (2 C) or when conditions indicate that 73 Pavement Management Alternative Methods Bid No. 15-601 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. C. Mix Design: Prior to base course construction, a minimum of one (1) core sample must be taken for every 5,000 square yards of the roadway. Representative samples of the RAP material, underlying base material and virgin materials, where applicable, shall be supplied to a nationally accredited laboratory for preliminary testing to determine the optimum moisture content and proportions of cement needed to produce a finished base course with a mix design target of 300 PSI and a final in place base compressive strength of 200 to 400 PSI. Laboratory tests of material to be reclaimed and virgin materials for use as base shall be performed to determine compliance with 3-day and 7- day minimum compressive strength requirements of the mixture and the quantity of cement required in the mix. Test specimens containing various amounts of cement are to be compacted in accordance with ASTM D558, and the optimum moisture for each amount of cement is to be determined. Actual application quantities for the Portland cement will be derived from the mix design. The minimum compressive strength requirements of the mixture shall be determined by the engineer of record. The mix design and laboratory testing shall be performed by a geotechnical engineering laboratory and all reports sealed by a professional engineer. D. Widening: When the existing base is to be widened, the Contractor shall excavate the shoulder from the edge of the existing pavement to at least 6 inches beyond the planned new width of the base prior to pulverization. All costs involved in collecting, hauling, and disposing of these materials shall be borne by the Contractor. The bottom of the trench shall be kept free of loose soil and vegetation. 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. E. Additional Material: When additional material is to be added to correct cross slope deficiencies or change elevation as directed by the engineer, approved base material (those bases listed in FDOT Design Standards as General Use Optional Base Materials) shall be placed on the roadway prior to final pass for pulverization and mixed uniformly with the existing material. F. Pulverization: The existing pavement and base material shall be pulverized and blended to the depth required so the entire mass of material shall be uniformly graded to the following gradation: SIEVE SIZE PERCENT PASSING 2" 98- 100 1-1/2" 95 74 Pavement Management Alternative Methods Bid No. 15-601 Material gradation may vary due to local aggregates and conditions. Multiple passes of the reclaimer may be necessary to achieve the required gradation. The cement and water shall be introduced into the mix through the reclaimer uniformly and accurately and metered such that areas are of equal consistency and moisture content. Alternately, the cement may be introduced by means of a spreader bar with curtain on the cement distributor. Cement shall not be introduced by means of a spreader bar or hose from the cement delivery tanker. The reclaimed material, cement and water shall be combined in place to meet the requirements specified in such proportions that the reclaimed mixture is of acceptable composition and stability. 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 cement applied during the day's work. Field adjustments shall be made as necessary to the recommended mix design under the guidance of a knowledgeable and competent technician to obtain a satisfactory reclaimed mixture of consistent composition and stability throughout the Project. After the material has been processed, it shall be compacted to the lines, grades, and depth required. Water may be applied to ensure optimum moisture content at the time of mixing and compaction. G. Compaction: Commence rolling with self-propelled rollers as required by this technical provision at the low side of the course, except leave 3 to 6 inches from any unsupported edge or edges unrolled initially to prevent distortion. Density readings shall be taken by Contractor's licensed nuclear gauge operator and witnessed by the Engineer/inspector. A control strip of not less than 500 feet shall be constructed to develop proper rolling/compaction patterns and methods to obtain desired density. Whenever there is a change in the reclaimed material or compaction method, equipment or unacceptable results occur, a new control strip shall be constructed, tested and analyzed. 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 95 percent of the maximum density of laboratory specimens prepared from samples of the cement-treated base material taken from the material in place. The specimens shall be compacted in accordance with ASTM D 558. The in- place field density shall be determined in accordance with ASTM D 2922. 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. 75 Pavement Management Alternative Methods Bid No. 15-601 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. H. Finishing: Finishing operations shall be completed and the base course shall conform to the required lines, grades, and cross section. If necessary, the surface shall be lightly scarified to eliminate any imprints made by the compacting or shaping equipment. The surface shall then be recompacted to the required density. Correct all irregularities greater than '/2" over ten feet to the satisfaction of the engineer. I. Protection and Curing: After the base course has been finished as specified herein, it shall be protected against drying for a period of 5 to 7 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. The curing material shall be maintained and re-applied as needed by the Contractor during the 7-day protection period so that all of the soil-cement will be covered effectively during this period. Finished portions of soil-cement that are used by equipment in constructing an adjoining section shall be protected to prevent equipment from marring or damaging the completed work. When the air temperature may be expected to reach the freezing point, sufficient protection from freezing shall be given the soil-cement for 7 days after its construction and until it has hardened. J. Thickness: The average thickness of the base constructed during one day shall be within 1/2 inch (12 mm) of the thickness required, except that the thickness of any one point may be within 3/4 inch (19 mm) of that required. Where the average thickness shown by the measurements made in one day's construction is not within the tolerance given, the Engineer shall evaluate the area and determine if, in his/her opinion, it shall be reconstructed at the Contractor's expense or the deficiency deducted from the total material in place. 76 Pavement Management Alternative Methods Bid No. 15-601 VI. Sampling and Testing: Control Testing for Full Depth Reclamation Field Sampling and Testing Type of Test Method Frequency Size and Location RAP and Soil Cement Base Each 3000 SY (not 20 lb min sampled Gradation ASTM D-136 less than once per from hopper day) Moisture Density Each 1000 SY (not 33 lb min sampled Relationship of Soil Cement ASTM D-558 less than once per from pulverized base Mixtures day) Compressive Strength of Each 3000 SY (not 33 lb min sampled Molded Soil Cement ASTM D-1633 less than once per from pulverized and Cylinders day) mixed base _ Each 250 SY (not Random locations In-place Field Density ASTM D-2922 less than once per after spreading and day) compacting The depth of Reclaimed Bituminous Base Course shall be determined by measuring uncompacted reclaimed material immediately behind the screed in conjunction with measuring the milling depth prior to placement of reclaimed material. One depth measurement for each 250 square yards of completed base course shall be made. Any section deficient by 0.5 in (12 mm) or more from the specified depth shall be removed and satisfactorily replaced by the contractor at no additional cost. At the county's option, cores may be taken by the engineer in the finished product to further ensure base thickness meets requirements. 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. Additional sampling and testing may be required if major changes in RAP characteristics are observed, such as a much coarser or finer gradation or a noticeable difference in asphalt content, or when considerable variability is occurring in the field test results. VII. 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 Full Depth Reclamation with Cement, and not specifically listed in another item in the Bid Form, shall be included in the SY Price for Pulverization including but not limited to shaping, compacting, finish grading, prime coat, sanding prime coat... Cost for introduction of cement into the mixture shall be included in the per TN cost for Cement. 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 CY Price for General Use Optional Base Material. VIII. Basis of Payment: The accepted quantities, determined as provided above for each of the pay items listed below which is included in the contract, will be paid for at the contract unit price per unit of measurement. 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 Cement, including all items of work described herein. No additional payment will be 77 Pavement Management Alternative Methods Bid No. 15-601 provided for any item necessary for the completion of this contract as detailed in the specifications. Payment will be made under: Pay Item Pay Unit Full Depth Reclamation (Pulverization) Square Yard Cement Ton Excavation for Widening;or Unsuitable Materials Cubic Yard General Use Option Base Material Cubic Yard END OF SECTION PC-008-3 78 Pavement Management Alternative Methods Bid No. 15-601 PC-008-B FULL DEPTH RECLAMATION WITH ASHPALT EMULSION I. Description 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 and emulsified asphalt and other additives. 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 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. II. Materials: A. RAP: Materials must meet all requirements specified in the 2015 Florida Department of Transportation Standard Specifications for Road and Bridge Construction 283-2, except that 98% of all material is required to pass through a 50 mm (2 inch) sieve. B. Additional Base Materials: Additional base materials may be needed for adjusting grade elevations as directed by the engineer, or for widening. When such additional material is required it shall be among those bases listed in FDOT Design Standards as General Use Optional Base Materials and meet applicable FDOT requirements for such. C. Asphalt Emulsion: When asphalt emulsion treatment is specified, asphalt emulsion, type CSS-1 h or CMS-2h mod., meeting the requirements of ASTM D2397-98, shall be utilized. D. 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 4% shall be used on the project. E. Water: The water for the base course compaction and foaming additive shall be clean and free from sewage, oil, acid, strong alkalies, or vegetable matter and it shall be in sufficient supply for mixing and curing. Water of questionable quality shall be tested in accordance with the requirements of AASHTO T 26. F. 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. III. Equipment: A. Road Reclaimer: Shall be originally designed for pavement reclaiming of a size equal to or larger than a Caterpillar Model RM-350B with comparable specifications including 79 Pavement Management Alternative Methods Bid No. 15-601 horsepower and rotor size. The reclaimer shall be capable of pulverizing and mixing pavement, base materials, and subgrade soil to depth of 16 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 additive thoroughly with the RAP and soil materials. The pump shall be mechanically or electronically interlocked with the ground speed of the machine. The asphalt metering system and water metering system shall be capable of continuously monitoring (GPM) flow, and totaling the quantity of water and asphalt applied into the mixing chamber. Additives shall be uniformly distributed and mixed with the pulverized material, any existing underlying material as specified. B. 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. C. 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 20 tons. Initial compaction shall be accomplished by either single or dual drum vibratory or three wheel roller static rollers. D. Additional equipment: Additional equipment will be needed to complete the operations required by this technical provision. All equipment necessary for the successful completion of projects governed by this technical provision shall be included in the unit costs associated herein. Availability of quality assurance devices (such as a 15' straight edge) shall be the responsibility of the Contractor. E. Cement Delivery Equipment: A calibrated screw-type distributor shall be used with a curtain to accurately place the amount of cement required by the mix design onto the roadbed for mixing. IV. Experience: All contractors and their subcontractors shall be FDOT prequalified. Bidders must submit a minimum of five Full Depth Reclamation (with emulsion stabilization) project references 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. Contractor shall be capable of meeting all the requirements of this specification at the time of the bid. Staff shall have the option to inspect the Contractor's equipment and if found deficient, it shall be the basis for rejection of Contractor's bid. V. Construction: A. Layout: The Contractor will be responsible for the string lining and lay out of the roadway prior to paving. Elevations of the existing road must be referenced at sufficient intervals to ensure the roadway elevation is not changed in any location after final 80 Pavement Management Alternative Methods Bid No. 15-601 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. B. Weather and Seasonal limitations: The base shall not be mixed or placed while the atmospheric temperature is below 35 F (2 C) or when conditions indicate that the temperature may fall below 35 F (2 C) within 24 hours, or when the weather is foggy or rainy, or when the soil or sub grade is frozen. A high ambient temperature (> 32°C, 90°F) increases the chance of breaking off large chunks ("slabbing") in front of the cutting machine. A. Mix Design: Prior to base course construction, a minimum of one (1) core sample must be taken for every 5,000 square yards of the roadway. Representative samples of the RAP material, underlying base material and virgin materials, where applicable, shall be supplied to a nationally accredited laboratory for preliminary testing to determine the optimum moisture content and proportions of asphalt emulsion or foamed asphalt needed to produce a finished base course with a mix design target of 300 PSI and a final in place base compressive strength of 200 to 400 PSI. Laboratory tests of material to be reclaimed and virgin materials for use as base shall be performed to determine compliance with 3-day and 7-day minimum compressive strength requirements of the mixture and the quantity of asphalt emulsion or foamed asphalt required in the mix. Test specimens containing various amounts of asphalt emulsion or foamed asphalt are to be compacted in accordance with ASTM D558, and the optimum moisture for each amount of either is to be determined. Actual application quantities for the additives will be derived from the mix design. The minimum compressive strength requirements of the mixture shall be determined by the engineer. The mix design and laboratory testing shall be performed by a geotechnical engineering laboratory and all reports sealed by a professional engineer. Mix Design Performance Criteria 100 mm specimens shall be prepared in a Superpave Gyratory compactor. The mixture should meet the following criteria at the selected design asphalt emulsion content: Property Criteria Purpose Compaction effort,Superpave Gyratory 1.25°angle, Density Compactor AASHTO T312 600 kPa Indicator stress, 30 gyrations Density,ASTM D2726 or equivalent Report Compaction Indicator Gradation for Design Millings,ASTM C117 Report *Marshall stability,ASTM D6926, D6927,40°C 1,250 lb min. Stability Indicator **Resistance of Compacted Bituminous Mixture to 70%min. Ability to Moisture Induced Damage AASHTO T283- withstand Retained stability based on cured stability moisture damage * Cured stability tested on compacted specimens after 60°C (140°F) curing to constant weight. **Vacuum saturation of 55 to 75 percent, water bath 25°C 23 hours, last hour at 40°C water bath 81 Pavement Management Alternative Methods Bid No. 15-601 B. 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. C. 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. D. 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 1-1/2" 95 Material gradation may vary due to local aggregates and conditions. Multiple passes of the reclaimer may be necessary to achieve the required gradation. The asphalt emulsion or asphalt and water (to produce a foamed asphalt) shall be introduced into the 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 day's work. Field adjustments shall be made as necessary to the recommended mix design under the guidance of a knowledgeable and competent technician or superintendent to obtain a satisfactory reclaimed mixture of consistent composition and stability throughout the Project. After the material has been processed, it shall be compacted to the lines, grades, and depth required. Water may be applied to ensure optimum moisture content at the time of mixing and compaction. 82 Pavement Management Alternative Methods Bid No. 15-601 E. 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. A control strip of not less than 500 feet shall be constructed to develop proper rolling/compaction patterns and methods to obtain desired density. Whenever there is a change in the reclaimed material or compaction method, equipment or unacceptable results occur, a new control strip shall be constructed, tested and analyzed. 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 95 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 ASTM D 558. 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. F. 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 '/" over ten feet to the satisfaction of the engineer. G. Protection and Curing: After the base course has been finished as specified herein, it shall be protected against drying for a period of 5 to 7 days by the application of 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. 83 Pavement Management Alternative Methods Bid No. 15-601 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. The curing material shall be maintained and re-applied as needed by the Contractor during the 7-day protection period so that all of the soil-cement will be covered effectively during this period. Finished portions of soil-cement that are used by equipment in constructing an adjoining section shall be protected to prevent equipment from marring or damaging the completed work. When the air temperature may be expected to reach the freezing point, sufficient protection from freezing shall be given the soil-cement for 7 days after its construction and until it has hardened. H. 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. VI. Sampling and Testing: Control Testing for Full Depth Reclamation Field Sampling and Testing Type of Test Method Frequency Size and Location RAP and Soil Cement Base ASTM D-136 Each 3000 SY(not less 20 lb min sampled from Gradation than once per day) hopper Moisture Density Each 1000 SY(not less 33 lb min sampled from Relationship of Soil Cement ASTM D-558 than onceper Mixturesday) pulverized base Compressive Strength of ASTM D- Each 3000 SY(not less 33 lb min sampled from Molded Soil Cement 1633 than once per day) pulverized and mixed base Cylinders In-place Field Density ASTM D- Each 250 SY(not less Random locations after 2922 than once per day) spreading and compacting The depth of Reclaimed Bituminous Base Course shall be determined by measuring uncompacted reclaimed material immediately behind the screed in conjunction with measuring the milling depth prior to placement of reclaimed material. One depth measurement for each 250 square yards of completed base course shall be made. Any section deficient by 0.5 in (12 mm) or more from the specified depth shall be removed and satisfactorily replaced by the contractor at no additional cost. At the county's option, cores may be taken by the engineer in the finished product to further ensure base thickness meets requirements. 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. 84 Pavement Management Alternative Methods Bid No. 15-601 Additional sampling and testing may be required if major changes in RAP characteristics are observed, such as a much coarser or finer gradation or a noticeable difference in asphalt content, or when considerable variability is occurring in the field test results. VII. 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 Full Depth Reclamation with Asphalt Emulsion, and not specifically listed in another item in the Bid Form, shall be included in the SY 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. VIII. Basis of Payment: The accepted quantities, determined as provided above for each of the pay items listed below which is included in the contract, will be paid for at the contract unit price per unit of measurement. 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, 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. Payment will be made under: Pay Item Pay Unit Full Depth Reclamation (Pulverization) Square Yard Asphalt Emulsion Gallon Excavation for Widening or Unsuitable Materials Cubic Yard General Use Option Base Material Cubic Yard Cement Ton END OF SECTION PC-008-4 85 Pavement Management Alternative Methods Bid No. 15-601 PC-009 BITUMINOUS FOG SEAL Description The work consists of applying a bituminous fog seal to an existing pavement surface or to a newly constructed chip seal surface. II. Materials: A. Bituminous Material: Provide a CSS-1 or CSS-1h, bituminous material for fog seal, as specified in FI/DOT 916-3.1. The temperature of the bituminous material at the time of application shall be above the minimum temperature of 120°F. B. Material Samples: The County will require the Contractor to sample and test the first load of emulsion prior to delivery. The Contractor will also provide a sample of the emulsion for every 10,000 gallons, 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. III. Equipment Any equipment which 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. A. Distributer Tank: 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 bituminous fog seal uniformly on variable widths of surface at readily determined and controlled rates from 0.07 to 0.12 gallons per square yard of surface, and with an allowable variation from any specified rate not to exceed 5 percent 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. A check of distributor equipment as well as application rate accuracy and uniformity of distribution shall be made when directed by the Engineer. B. Sand Truck: Sand blotters may be used to allow early opening to traffic, if so determined by the Engineer. The truck used for sanding shall be equipped with a spreader that allows the sand to be uniformly distributed onto the pavement. The spreader shall be able to apply 1/2 pound to 3 pounds of sand per square yard in a single pass. The spreader shall be adjustable so as not to broadcast sand onto driveways or treelawns. 86 Pavement Management Alternative Methods Bid No. 15-601 The sand to be used shall be free flowing, without any leaves, dirt stones, etc. Any wet sand shall be rejected from the job site. C. 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. D. Additional equipment: Additional equipment will be needed to complete the operations required by this technical provision. All equipment necessary for the successful completion of projects governed by this technical provision shall be included in the unit costs associated herein. Availability of quality assurance devices (such as a 15' straight edge) shall be the responsibility of the Contractor. IV. Experience: All contractors and their subcontractors shall be FDOT prequalified. Bidders must submit a minimum of five Fog Seal project references in the State of Florida that have been completed within the past three years. A project superintendent knowledgeable and experienced in application of the asphalt rejuvenating agent must be in control of each day's work. The bidder shall submit a written experience outline of the project superintendent. Contractor shall be capable of meeting all the requirements of this specification at the time of the bid. Staff shall have the option to inspect the Contractor's equipment and if found deficient, it shall be the basis for rejection of Contractor's bid. V. Construction: A. Layout: The Contractor will be responsible for the string lining and lay out of the roadway prior to sealing. B. Weather and Seasonal limitations: The surface treatment shall not be applied to a wet surface or when rain is occurring, or the threat of rain is present immediately before placement. The surface treatment shall not be applied when the temperature is less than 60 degrees Fahrenheit in the shade, and humidity should be 50% or lower. When applying emulsions, the temperature of the surface shall be a minimum of 60°F. No construction is allowed in foggy weather. C. Resident Notification The Contractor shall distribute by hand, a typed notice to all residents 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 the 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 D. Site and Surface Preparation: 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 87 Pavement Management Alternative Methods Bid No. 15-601 material. 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. All manhole and valve covers, inlets and other service entrances, etc., shall be protected from bituminous material by placing reinforced waterproof, all-purpose paper or other suitable material, approved by the Engineer. The fog seal material shall not be applied until an inspection of the street surface has been done by the Engineer and determined to be suitable. E. 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 Contractor shall do a 100' test strip, applied between 0.07 to 0.12 gallons per square yard, diluted with potable water. A dilution rate of 50% (1:1 water to emulsion) is recommended. An application rate between 0.09 to 0.23 gallons per square yard may be used for open surfaces. The Engineer shall review the test strip and recommend application rate adjustments as needed. F. Progress of Work: All sand used during the treatment must be removed no later than 48 hours after treatment of the street. This shall be accomplished by a combination of hand and mechanical sweeping. All turnouts, cul-de-sacs, etc. must be cleaned of any material to the satisfaction of the Engineer. Street sweeping will be included in the price bid per square yard for asphalt rejuvenating agent. If, after sand is swept and in the opinion of the Engineer, a hazardous condition exists on the roadway, the contractor must apply additional sand and sweep same no later than 24 hours following reapplication. No additional compensation will be allowed for reapplications and removal of sand. Interim pavement markings can be placed after the fog seal has cured. Permanent pavement markings shall not be placed for three days after placing the fog seal. When applying to a new chip seal surface, the bituminous chip seal shall be allowed to cure a minimum of 24 hours under dry conditions and temperatures above 60 degrees Fahrenheit. VI. General Performance: Provide completed pavement which performs to the satisfaction of the engineer without bleeding, rutting, shoving, raveling, stripping, or showing other types of pavement distress or unsatisfactory performance. VII. 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 88 Pavement Management Alternative Methods Bid No. 15-601 fresh seal until it has cured. The Contractor shall submit an M.O.T plan indication all facets of traffic control for the project area. The MOT plan must be approved in writing by the County prior to commencing any work. All traffic control shall be in accordance with the FDOT Roadway Design Standards' most current edition. 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. Traffic shall not be allowed on the roadway after placement of the fog seal for a minimum of two hours, or until the Engineer has determined it has cured. VIII. 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. IX. Basis of Payment: The accepted quantities, determined as provided above for each of the pay items listed below which is included in the contract, will be paid for at the contract unit price per unit of measurement. 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, except that at the direction of the County. Payment will be made under: Pay Item Pay Unit Bituminous Material for Fog Seal Square Yard END OF SECTION PC-009 89 Bid 15-601 Bid Analysis EXHIBIT B PC-002 Pavement Asphalt Paving Tech Systems PC-002 ASPHALT REJUVENATOR Item No. Description Unit Unit Price PC-002 ASPHALT REJUVENATOR PC-002-1 ASPHALT REJUVENATOR PER SPECIFICATION SY $0.78 No Bid 902-2 SILICA SAND SY $0.02 No Bid 101-1 MOBILIZATION Work Order Total$0.00-$50,000 LS $1,500.00 No Bid Work Order Total$50,001-$100,000 LS $1,200.00 No Bid Work Order Total$100,001-$500,000 LS $1,000.00 No Bid Work Order Total Over$500,000 LS $500.00 No Bid 102-1 Maintenance of Traffice(MOD Standard Index 600 Series MOT for 2-Lane,2-Way Closure Per Day $800.00 No Bid BASIS FOR AWARD TOTAL BID: $5,000.80 ADDITIONAL PRICING FOR INFORMATION PC-012 REFLECTIVE PAVEMENT MARKERS PC-012-1 REFLECTIVE PAVEMENT MARKERS(REMOVE) EA $1.10 No Bid PC-012-2 FURNISH/INSTALL BI-DIRECTIONAL YELLOW MARKER(NA) EA $5.50 No Bid PC-012-3 FURNISH/INSTALL BI-DIRECTIONAL WHITE/RED MARKER(C/R) EA $5.50 No Bid PC-012-4 FURNISH/INSTALL MONO-DIRECTIONAL YELLOW MARKER(M/A) EA $5.50 No Bid 710 PAINTED PAVEMENT MARKINGS 11-111 Standard,White,Solid 6" NM $1,742.00 No Bid 11-122 Standard,White,Solid 8" LF $0.55 No Bid 11-123 Standard,White,Solid 12" LF $1.65 No Bid 11-124 Standard,White,Solid 18" LF $2.47 No Bid 11-125 Standard,White,Solid 24" LF $3.30 No Bid 11-131 Standard,White Skip 6" GM $580.00 No Bid 11-151 Standard,White,Dotted/Guideline 6-10 Gap,6" LF $0.55 No Bid 11-160 Standard,White,Message EA $55.00 No Bid 11-170 Standard,White,Arrows EA $27.50 No Bid 11-180 Standard,White,Yield Line LF $5.50 No Bid 11-211 Standard,Yellow,Solid 6" NM $1,742.00 No Bid 11-222 Standard,Yellow,Solid 8" LF $0.55 No Bid 11-223 Standard,Yellow,Solid 12" LF $1.65 No Bid 11-224 Standard,Yellow,Solid 18" LF $2.47 No Bid 11-225 Standard,Yellow,Solid 24" LF $3.30 No Bid 11-231 Standard,Yellow,Skip 6" GM $726.00 No Bid 11-251 Standard,Yellow,Dotted/Guideline 6-10 Gap,6,. LF $0.55 No Bid 711 Thermoplastic Pavement Markings(711) 11-111 Thermo,Standard,White,Solid 6" NM $4,356.00 No Bid 11-122 Thermo,Standard,White,Solid 8" LF $1.32 No Bid 11-123 Thermo,Standard,White,Solid 12" LF $2.75 No Bid 11-124 Thermo,Standard,White,Solid 18" LF $4.12 No Bid 11-125 Thermo,Standard,White,Solid 24" LF $5.50 No Bid 11-131 Thermo,Standard,White Skip 6" GM $1,234.00 No Bid 11-151 Thermo,Standard,White,Dotted/Guideline 6-10 Gap,6" LF $1.21 No Bid 11-160 Thermo,Standard,White,Message EA $209.00 No Bid 11-170 Thermo,Standard,White,Arrows EA $66.00 No Bid 11-180 Thermo,Stands rd,White,Yield Line LF $8.80 No Bid 11-211 Thermo,Standard,Yellow,Solid 6" NM $4,356.00 No Bid 11-222 Thermo,Standard,Yellow,Solid 8" LF $1.21 No Bid 11-223 Thermo,Standard,Yellow,Solid 12" LF $2.75 No Bid 11-224 Thermo,Standard,Yellow,Solid 18" LF $4.12 No Bid 11-225 Thermo,Standard,Yellow,Solid 24" LF $5.50 No Bid 11-231 Thermo,Standard,Yellow,Skip 6" GM $1,234.00 No Bid 11-251 Thermo,Standard,Yellow,Dotted/Guideline 6-10 Gap,6" LF $1.21 No Bid • Bid 15-601 Bid Analysis PC-002 Alt NO BID PC-002-ALT.ASPHALT REJUVENATOR Pavement Asphalt Item No. Description Unit Unit Price Tech Paving Systems PC-002 ASPHALT REJUVENATOR No Bid No Bid PC-002-2 ; ASPHALT REJUVENATOR-ALTERNATE MATERIAL • SY No Bid No Bid 902-2 - - SILICA SAND SY No Bid No Bid 101-1 MOBILIZATION No Bid No Bid Work Order Total$0.00-$50,000LS No Bid No Bid Work"Order Total$50,001-$100,000 LS No Bid No Bid Work'Order Total$100,001.-$500,000 LS No Bid No Bid Work Order Total Over$500;000 - . LS No Bid No Bid 102-1 Maintenance of Traffice(MOT) No Bid No Bid Standard Index 600 Series MOT for 2-Lane,2-Way Closure Per Day; No Bid No Bid PC-012 REFLECTIVE PAVEMENT MARKERS No Bid No Bid PC-012-1 REFLECTIVE PAVEMENT MARKERS(REMOVE). : EA No Bid No Bid PC-012-2- FURNISH/INSTALL BI-DIRECTIONAL YELLOW MARKER(A/A) EA No Bid No Bid PC-012-3. FURNISH/INSTALL BI-DIRECTIONAL WHITE/RED,MARKER(C/R) EA No Bid No Bid PC-012-4 FURNISH/INSTALL MONO-DIRECTIONAL YELLOW MARKER(M/A) EA No Bid No Bid 710 PAINTED PAVEMENT MARKINGS No Bid No Bid 11-111 Standard,White,Solid 6 NM No;Bid NoBid 11=122 Standard;White,Solid 8" LF No Bid No Bid 11-123 _ Standard,White,Solid 12" LF No Bid No Bid 11-124 Standard,White,Solid 18" LF No Bid No Bid 11=125 Standard,White,Solid 24" LF No Bid No Bid 11-131' Standard,White Skip 6" GM No Bid No Bid 11-151 Standard,White,Dotted/Guideline 6-10 Gap,6" LF No Bid No Bid 11-160 Standard,White,Message EA No Bid No Bid 11-170 -Standard,White,Arrows EA No Bid No Bid 11-180 . Standard;White,,Yield Line LF No Bid No Bid 11=211 : Standard,Yellow,-Solid 6" NM No Bid No Bid 11-222. Standard,Yellow,Solid 8" LF No Bid No Bid 11-223. . .Standard,Yellow,Solid 12" LF No Bid No.Bid 11-224 Standard;Yellow,Solid 18" LF No Bid No Bid 11-225. Standard,Yellow,Solid 24" LF No Bid No Bid 11-231.;. Standard,Yellow,Skip 6" GM No Bid No Bid 11-251 - Standard,Yellow,Dotted/Guideline 6-10 Gap,6" IF No Bid No Bid 711 Thermoplastic Pavement Markings(711) No Bid No Bid 11-111 Thermo,Standard,White,Solid 6" NM - No-Bid No Bid 11-122 Thermo,Standard,White,Solid 8" LF No Bid. No Bid 11-123 ThermO,'Standard,:White;Solid 12" LF No Bid No Bid 11-124: Thermo,Standard;White,Solid 18" LF No Bid No Bid 11-125 Thermo,-Standard,White,Solid 24" LF No Bid No Bid 11-131 Thermo,Standard;White Skip;6 GM No Bid No Bid 11-151 ' Thermo,Standard;White,Dotted/Guideline 6-10 Gap,6" LF No Bid No Bid 11-160: Thermo;Standard,White,Message EA No Bid No Bid 11-170 Thermo,Standard,White,Arrows EA No Bid No Bid 11-180 _Thermo,Standard,White,Yield Line LF No Bid No Bid 11-211, Thermo,Standard,Yellow,Solid 6" NM No Bid No Bid 11-222 Thermo;Standard,Yellow;Solid 8" LF No Bid No Bid 11-223, Thermo,Standard,Yellow,Solid 12" LF No Bid No Bid 11-224 Thermo,Standard,Yellow,Solid 18" _ LF No Bid No Bid 11=225 Thermo,Standard,Yellow,Solid 24" LF No Bid No Bid 11-231 Thermo,Standard,Yellow,Skip 6" GM No Bid No Bid 11-251 Thermo,Standard,Yellow,Dotted/Guideline 6-10 Gap,6" LF No Bid No Bid BASIS FOR AWARD TOTAL BID: $0.00 Company Name Page 2 of 11 Bid 15-601 Bid Analysis PC-003 PC-003 CRACK SEALING Asphalt Paving Systems Pavement Tech Item No. Description Unit Unit Price No Bid PC-003 CRACK SEALING No Bid '0;500 GAL . 20 No Bid 501-1,000 GAL 18 . No Bid 1,001-5,000 . GAL 16 No Bid 5;001 AND OVER. GAL 15 No Bid 101-1 MOBILIZATION No Bid Work Order Total$0.00=$50,000 LS 500 No Bid Work Order Total$50,001 $100,000• LS 200 No Bid Work Order Total$100,001 $500,000 LS 200 No Bid Work'Order Total Over$500,000.• LS ,200 No Bid 102-1 Maintenance of Traffice(MOT) No Bid Standard Index 600 Series MOT.for.2-Lane,2-Way Closure Per Day 1250 . No Bid BASIS FOR AWARD TOTAL BID: $2,419.00 ADDITIONAL PRICING FOR INFORMATION No Bid PC-011 STRIPING AND PAVEMENT MARKING REMOVAL No Bid PC-011-1• .REMOVAL BY WATER BLASTING • -,SF 1 No Bid PC-011-2- REMOVAL BY GRINDING' • SF 0.5 No Bid PC-012 REFLECTIVE PAVEMENT MARKERS No Bid PC-012-1_ REFLECTIVE PAVEMENT MARKERS(REMOVE) • EA 1 No Bid PC-012-2 FURNISH/INSTALL BI-DIRECTIONAL YELLOW MARKER(A/A)_. EA 5 No Bid PC-012-3 •FURNISH/INSTALL BI-DIRECTIONAL':WHITE/RED MARKER(C/R) EA 5 No Bid PC-012-4 "'FURNISH/INSTALL MONO-DIRECTIONAL YELLOW MARKER(M/A) EA 5 No Bid 710 PAINTED PAVEMENT MARKINGS No Bid 11-111• 'Standard,White,Solid 6" NM 1585 No Bid 11-122: Standard,White,Solid 8" LF 0.5 No Bid • 11-123 ..Standard,White,Solid 12" LF 1.5 No Bid 11-124 Standard;White,Solid 18" LF 2.25 No Bid 11-125` Standard;White,Solid 24LF 3 No Bid 11-131' Standard,White Skip 6" GM 530 No Bid 11-151 Standard;White,Dotted/Guideline 6-10 Gap,6" LF 0.5 No Bid 11-160 'Standard,White,Message EA 50 No Bid • 11-170 --Standard,White,Arrows EA 25 No Bid 11.180 -Standard;.White,Yield Line LF 5 No Bid •11-211' Standard,-Yellow;Solid 6" NM 1585 No Bid 11-222 - Standard;Yellow,Solid 8" LF 0.5 No Bid 11-223 Standard,Yellow;Solid 12" LF 1.5 No Bid 11-224;- Standard,Yellow,Solid 18" LF 2.25 No Bid 11-225 Standard,Yellow,Solid 24" LF 3 No Bid 11-231 ,Standard,.Yellow,Skip 6" : GM 675 No Bid 11-251 . Standard,-Yellow,`Dotted/Guideline 6-10 Gap,6" LF - -0.5 No Bid 711 Thermoplastic Pavement Markings(711) No Bid 11=111 • -Thermo,Standard,White,Solid V.': NM 4000 No Bid -11.122 Thermo,Standard,-White,Solid 8',` LF 1.2 No Bid 11-123 :Thermo',Standard,White;Solid 12" LF 2.5 No Bid 11-124 Thermo,Standard;White,Solid 18" LF 3.75 No Bid 11-125 Thermo,Standard,White,Solid 24" LF 5 No Bid 11-131 Thermo,Standard;White Skip 6" . GM 1125 No Bid 11-151- ' Thermo,Standard;White,-Dotted/Guideline 6-10 Gap,6" LF 1.1 No Bid 11-160 Thermo,Standard,White;Message EA 190 No Bid 11-170.- -Thermo,Standard,White,-Arrows EA 60 No Bid 11-180 Thermo;Standard,White;Yield Line LF 8 No Bid 11-211 Thermo,Standard,Yellow,Solid 6" NM 4000 No Bid 11-222 Thermo,Standard,Yellow,Solid 8" LF 1.1 No Bid 11-223 Thermo,Standard,Yellow,Solid 12" LF 2.5 No Bid 11-224 Thermo,Standard,Yellow,Solid 18" LF 3.75 No Bid 11-225 Thermo,Standard,Yellow,Solid 24" LF 5 No Bid 11-231 Thermo,Standard,Yellow,Skip 6" GM 1125 No Bid 11-251 Thermo,Standard,Yellow,Dotted/Guideline 6-10 Gap,6" LF 1.1 No Bid Page 3 of 11 Bid 15-601 Bid Analysis PC-004 PC-004 CHIP SEAL Asphalt Pavement Paving Tech Systems Item No. Description Unit Unit Price No Bid PC-004-1 CHIP SEAL(SINGLE APPLICATION) No Bid 0=25,000 ` -. -. SY 2.8 No Bid -25,001-50,000 SY 2.39 No Bid 50,001 AND OVER ,SY 2.26 No Bid PC-004-2 CHIP SEAL(DOUBLE APPLICATION) No Bid ' 07-25,000j• SY 4.15 No Bid •25,001 50,000 SY 3.88 No Bid .50,001 AND OVER. SY 3.78 No Bid 50,001'AND OVER SY 3.78 No Bid 902-2 ..Silica Sand - SY 0.15 No.Bid • PC-011 STRIPING AND PAVEMENT MARKING REMOVAL No Bid -PC-011-1 .REMOVAL BY WATERBLASTING SF 1 No Bid -PC-011-2 REMOVAL BY GRINDING' - SF 0.5 ..No Bid PC-012 REFLECTIVE PAVEMENT MARKERS - - -No Bid. PC-012-1 : REFLECTIVE PAVEMENT MARKERS(REMOVE) EA 1 No Bid PC-012,2' 'FURNISH/INSTALL BI-DIRECTIONAL YELLOW MARKER(A/A) EA 5 No Bid PC-012-3..FURNISH/INSTALL BI-DIRECTIONAL WHITE/RED MARKER(C/R) EA 5 No Bid PC-0124 ;FURNISH/INSTALL MONO-DIRECTIONAL YELLOW MARKER(M/A) EA 5 No Bid 710 PAINTED PAVEMENT MARKINGS No Bid 11-111.-' ,.Standard,White,Solid 6 -NM 1585 'No Bid . 11-122- -.Standard,White,Solid 8" ' • LF 0.5 No Bid 11-123.- `Standard;White,Solid 12" LF 1.5 No Bid 11,124 Standard;White,Solid 18" . LF 2.25 No Bid 11-125 Standard;White,Solid 24" LF 3 No Bid 11-131 . Standard,White Skip 6". GM 530 No Bid . 11-151 Standard,-White;Dotted/Guideline 6-10 Gap,6" LF 0.5 No Bid 11-160 ` .Standard;White;Message EA 50 No Bid 11-170- Standard;White;Arrows - EA 25 No Bid 11-180 -Standard,'-White,Yield Line LF 5 No Bid 11-211 .'Standard,Yellow;Solid6" NM 1585 No Bid 11-222. :Standard;Yellow;Solid 8 LF 0.5 No Bid 11-223 .;.Standard;Yellow,Solid 12" LF 1.5 No Bid 11-224• iStandard,Yellow,Solid 18" LF 2.25 No Bid 11-225- . Standard;Yellow,Solid 24" LF 3 No Bid 11-231 Standard;Yellow,Skip 6',' GM 675 No Bid 11-251+ :'.Standard,Yellow;Dotted/Guideline 6-10 Gap,6" LF 0.5 No Bid 711 Thermoplastic Pavement Markings(711) No Bid •'11-111.` Thermo,Standard,White,Solid 6" ` . ' NM 4000 No Bid 11-122 . ",Thermo,Standard,-.White,Solid 8" LF 1.2 No Bid 11-123 Thermo,Standard,White;Solid 12" LF 2.5 No Bid 11-124 : Thermo;Standard,White,Solid 18" LF 3.75 No Bid 11-125 Thermo,Standard,White;Solid 24" LF 5 No Bid 11-131 Thermo,Standard,White Skip 6" GM 1125 No Bid 11-151, _Thermo;Standard,White,Dotted/Guideline 6-10 Gap,6' LF 1.1 No Bid 11460 . _Thermo,Standard,White;-Message EA 190 No Bid 11-170 Thermo Standard,-White,Arrows EA 60 No Bid 11-180' Thermo,Standard,White,Yield Line LF 8 No Bid 11-211 Thermo,Standard,Yellow,Solid 6" NM 4000 No Bid 11-222' Thermo,Standard,Yellow,Solid 8" LF 1.1 No Bid 11-223 Thermo;Standard,-.Yellow,Solid 12" LF 2.5 No Bid 11-224'- Thermo,Standard,Yellow;Solid 18" LF 3.75 No Bid 11-225. Thermo,Standard;Yellow,Solid 24" LF 5 No Bid ,11-231 - Thermo,Standard,Yellow,Skip 6". GM 1125 .No Bid 11-251' Thermo,Standard;Yellow,Dotted/Guideline 6-10 Gap,6' LF 1.1 No Bid 101-1 MOBILIZATION No Bid Work Order Total$0.00-$50,000.: - L5 2500 No Bid -Work Order Total$50,001=$100,000 LS 2500 No Bid Work Order Total$100,001-$500,00C . LS 2500 No Bid Work Order Total Over$500,000 - LS 2500 No Bid 102-1 Maintenance of Traffice(MOT) No Bid ' - 'Standard Index 600 Series MOT for 2-Lane;2-Way Closure Per Day 1250`No Bid ' BASIS FOR AWARD TOTAL BID: $26,296.19 ADDITIONAL PRICING FOR INFORMATION No Bid SHOULDER AND ROADSIDE - No Bid 570-1-1' 'PERFORMANCE TURF-SEED AND MULCH SY 1.95 No Bid 570-1-2A -PERFORMANCE TURF-SOD(ST.AUGUSTINE) SY 2.75 No Bid 570-1-2B 'PERFORMANCE TURF-SOD(BAHIA) SY 2.25 No Bid 577-70 •SHOULDER REWORK SY 1.75 No Bid 104-13-1 .SILT FENCE TYPE ill LF 0.85 No Bid 110-10 MAILBOX(REMOVE AND REPLACE) EA 200 No Bid Page 4 of 11 ti Bid 15-601 Bid Analysis PC-005 PC-005 MICRO-SURFACING Asphalt Paving Pavement Systems Tech Item No. Description Unit Unit Price No Bid PC-003 CRACK SEALING No Bid 0-500 GAL 20 No Bid 501-1,000 GAL 18 No Bid 1,001-5,000 GAL 16 No Bid 5,001 AND OVER - GAL 15 No Bid PC-005 MICRO-SURFACCING No Bid PC-005-1: 'SINGLE MICRO' SY 2.25 No Bid PC-005-2 DOUBLE MICRO SY 3.45 No Bid • PC-005-3: ' RUT FILLING ' , TON 150 No Bid PC-011 STRIPING AND PAVEMENT MARKING REMOVAL No Bid PC-011-1 _ . REMOVAL BY WATER BLASTING'.' SF 1 No Bid PC-011-2' REMOVAL BY GRINDING '. - SF 0.5 No Bid PC-012 REFLECTIVE PAVEMENT MARKERS No Bid PC-012-1 REFLECTIVE PAVEMENT MARKERS(REMOVE) EA 1 No Bid PC-012-2 FURNISH/INSTALL BI-DIRECTIONAL YELLOW MARKER(A/A) EA 5 No Bid PC-012-3 :-FURNISH/INSTALL BI-DIRECTIONAL WHITE/RED MARKER(C/R) EA 5 No Bid ' PC-012-4 • FURNISH/INSTALL MONO-DIRECTIONAL YELLOW MARKER(M/A) EA 5 No Bid 710 PAINTED PAVEMENT MARKINGS No Bid 11-111" Standard,White,Solid 6" NM 1585 No Bid 11-122 .- .,Standard;White,Solid 8" LF 0.5 No Bid 11-123 Standard,White;Solid 12" LF 1.5 No Bid 11-124 Standard,White,Solid 18" LF 2.25 No Bid 11-125 Standard,White,Solid 24" LF 3 No Bid 11-131 Standard;White Skip 6"- GM 530 No Bid 11-151 -Standard;White,Dotted/Guideline 6-10 Gap,6" LF 0.5 No Bid 11-160' Standard,White,Message EA 50 No Bid 11-170 .Standard,White,Arrows EA 25 No Bid 11-180 Standard,White,Yield Line LF 5 No Bid 11-211 Standard,Yellow,Solid 6" NM 1585 No Bid 11-222 Standard,Yellow,Solid 8" LF 0.5 No Bid 11-223 Standard;Yellow,Solid 12" LF 1.5 No Bid 11-224 Standard;Yellow,Solid 18" LF 2.25 No Bid 11-225 Standard,Yellow;Solid 24" LF 3 No Bid 11-231 - Standard,Yellow,Skip 6" GM 675 No Bid 11-251 Standard,Yellow,Dotted/Guideline 6-10 Gap,6" LF 0.5 No Bid 711 Thermoplastic Pavement Markings(711) No Bid 11-111 Thermo,Standard,White,Solid 6" `" NM 4000 No Bid 11-122` Thermo,Standard,White;Solid 8" LF 1.2 No Bid 11-123 . -_Thermo,Standard,White,Solid 12" LF 2.5 No Bid 11-124 Thermo,Standard,White,Solid 18" LF 3.75 No Bid 11-125 • Thermo,Standard,White,Solid 24" LF 5 No Bid 11-131 ,Thermo,Standard,White Skip 6" GM 1125 No Bid 11-151 •Thermo,Standard,White,Dotted/Guideline 6-10 Gap,6" LF 1.1 No Bid 11-160 .. Thermo,Standard,White,Message' - EA 190 No Bid 11-170 Thermo,Standard,White,Arrows EA 60 No Bid 11-180 - Thermo;Standard,White,Yield Line LF 8 No Bid 11-211 'Thermo;Standard;Yellow,'Solid 6" NM 4000 No Bid 11-222 ',Thermo,Standard,Yellow,Solid 8" LF 1:1 No Bid 11-223' Thermo,Standard,Yellow,Solid 12" LF 2.5 No Bid 11-224 Thermo,Standard,-Yellow,Solid 18" LF 3.75 No Bid 11-225 Thermo,Standard,Yellow;Solid 24" LF 5 No Bid 11-231 . Thermo,Standard,Yellow,Skip 6" GM 1125 No Bid 11-251- Thermo,Standard,Yellow;Dotted/Guideline 6-10 Gap,6" LF 1.1 No Bid 101-1 MOBIUZATION No Bid ,Work Order Total$0.00-$50,000 LS 1500- No Bid .. Work Order Total$50,001-$100,000 LS 1500 No Bid Work Order Total$100,001-$500,000 LS 1500 No Bid Work Order Total Over$500,000,. -LS' 1500 No Bid 102-1 Maintenance of Traffice(MOT) No Bid Standard Index 600 Series MOT for 2-Lane,2-Way Closure' ' Per Day 1250 No Bid BASIS FOR AWARD TOTAL BID: $22,497.70 ADDITIONAL PRICING FOR INFORMATION No Bid SHOULDER AND ROADSIDE No Bid 570-1-1- : ,PERFORMANCE TURF.-SEED AND MULCH - SY 1.95 No Bid 570-1-2A PERFORMANCE TURF-SOD(ST.AUGUSTINE) SY 2.75 No Bid 570-1-2B PERFORMANCE TURF-SOD(BAHIA) SY 2.25 No Bid 577-70 " SHOULDER REWORK' SY 1.75 No Bid 104-13-1 SILT FENCE TYPE III LF 0.85 No Bid 110-10 MAILBOX(REMOVE AND REPLACE) EA 200 No Bid Page 5 of 11 Bid 15-601 Bid Analysis PC-006 PC-006 SCRUB SEAL Asphalt Paving Pavement Systems Tech Item No. Description Unit Unit Price . No Bid PC-006 SCRUB SEAL No Bid 0=25,000.`.';'_. • SY_ ' 165 .No Bid :25,001-50,000 '' SY. 3.25 No Bid . :i 50,001 AND OVER . SY 3.15 No Bid PC-009 FOG SEAL No Bid 0-25,000 SY 0.55 No Bid 25,001-.50,000 • SY 0.4 No Bid 50,001 AND OVER' SY 0.35 No Bid 902-2 Silica Sand".": .- SY 0.15 No Bid PC-011 STRIPING AND PAVEMENT MARKING REMOVAL No Bid PC-011-1 .REMOVAL BY WATER BLASTING"'' ` SF 1 No Bid PC-011-2 -REMOVAL BY GRINDING..' - - SF, 0.5 , No Bid PC-012 REFLECTIVE PAVEMENT MARKERS No Bid PC-012-1'• REFLECTIVE PAVEMENT MARKERS(REMOVE) ". ` • ,EA 1 •No Bid .PC-012-2:' FURNISH/INSTALL BI-DIRECTIONAL YELLOW MARKER(A/A) EA 5 - No Bid PC-012-3 'FURNISH/INSTALL-BI-DIRECTIONAL WHITE/RED MARKER(C/R) - EA 5 No Bid PC-012,4'- FURNISH/INSTALL MONO-DIRECTIONAL YELLOW MARKER(M/A) EA 5 No Bid 710 PAINTED PAVEMENT MARKINGS No Bid - : 11-111 Standard,White,Solid 6"..:',.-..--- - .. NM , ' 1585 No Bid 11-122 Standard,White,Solid 8" LF 0.5 No Bid 11-123' ''Standard,White;Solid 12"- LF 1.5 No Bid 11-124- Standard,.White,Solid 18" LF 2.25 No Bid 11-125 Standard,•White,Solid 24" LF 3 No Bid .11-131 'Standard,White Skip 6" GM 530 , No Bid 11-151. Standard,White;Dotted/Guideline 6-10 Gap,6" LF 0.5 No Bid 11-160 Standard,-White;Message" EA 50 No Bid 11-170- -Standard,White;Arrows' EA 25 No Bid -11-180"'`Standard;White'Yield Line LF 5 No Bid 11-211Standard,Yellow,Solid 6" NM 1585 No Bid -11-222'.-Standard,Yellow,-Solid 8" • LF • 0.5 No Bid 11-223 Standard;Yellow,Solid 12" LF 1.5 No Bid 11-224':. Standard,Yellow,Solid 18" LF 2.25 No Bid 11-225-...Standard,Yellow;Solid 24"_ LF 3 No Bid 11-231- _Standard,Yellow,Skip 6" . GM 675 No Bid i.11=251 Standard;Yellow;Dotted/Guideline 6-10 Gap,6' LF 0.5 No Bid 711 Thermoplastic Pavement Markings(711) ' No Bid ' 11-111=-,.Thermo,Standard,White,Solid 6" - - NM 4000• No Bid • • 11-122 ...Thermo,Standard,White;Solid 8" LF. 1.2 No Bid 11-123- Thermo Standard,White;Solid 12" LF 2.5 No Bid 11-124 .'Thermo,Standard;White;Solid 18" LF 3.75 .No Bid 11-125 Thermo;Standard,White,Solid 24" LF 5 No Bid 11-131., Thermo;Standard,White Skip 6" GM 1125 No Bid 11-151: ,Thermo,Standard,White,Dotted/Guideline 6-10 Gap,6' IF 1.1 No Bid 11-160' Therrno,Standard,White;Message EA 190 No Bid -11-170 . -Thermo,Standard,'White;Arrows` EA 60 No Bid •11-180 Thermo,Standard,White,Yield Line - LF 8 No Bid 11-211 ,Thermo,Standard;Yellow,"Solid 6"' NM 4000 No Bid 11-222'' Thermo;Standard;Yellow,-Solid 8 LF 1.1 No Bid 11-223, Thermo,-Standard,Yellow;Solid 12" LF 2.5 No Bid 11.224 Thermo,Standard,Yellow,Solid 18 LF 3.75 No Bid 11-225 -Thermo,Standard,Yellow,Solid 24" LF 5 "No Bid 11-231''Thermo;Standard,Yellow,Skip 6" GM 1125 No Bid 11-251 'Thermo,Standard,Yellow,Dotted/Guideline 6-10 Gap,-6' LF 1.1 No Bid 101-1 MOBILIZATION - No Bid ' - - <Work Order Total$0.00-$50,000 .'.. ' -LS 2500 No Bid Work Order Total$50,001-$100,000 LS 2500 No Bid .Work Order Total$100,001-$500,00C LS 2500 No Bid Work Order Total Over$500,000: . ., LS' 2500 No Bid 102-1 Maintenance of Traffice(MOT) .No Bid Standard Index 600 Series MOT.for 2-Lane,2-Way Closure' Per Day. 1250 No Bid ' BASIS FOR AWARD "'TOTAL BID:•$26,284.50 • ADDITIONAL PRICING FOR INFORMATION No Bid SHOULDER AND ROADSIDE No Bid '570-1-1 ' .PERFORMANCE.TURF-SEED AND MULCH •SY 1.95 No Bid 570-1-2A c PERFORMANCE TURF-SOD(ST.AUGUSTINE) SY 2.75 No Bid 570-1-2B :PERFORMANCE TURF-SOD(BAHIA) SY 2.2S No Bid 577-70 SHOULDER REWORK SY 1.75 No Bid 104-13-1 SILT FENCE TYPE III LF 0.85 No Bid 110-10 MAILBOX(REMOVE'AND REPLACE) EA 200 No Bid Page 6 of 11 Bid 15-601 Bid Analysis PC-007 PC-007 COLD-IN-PLACE RECYCLING(CIP) Asphalt Pavement Paving Tech Systems Item No. Description Unit Unit Price No Bid PC-001 Milling from 0 to 1,000 Square Yards No Bid PC-001-1. 0";1 Sq Yd 6 No Bid PC-001-2 1.01"-2" Sq Yd 8 No Bid PC-001-3 2.01"-3" Sq Yd 9 No Bid PC-001.4 3.01"-4" Sq Yd 10 No Bid PC-001-5` .greater than 4" Sq Yd 11 No Bid Milling from 1,001 to 5,000 Square Yards No Bid PC-001-6- 0"-1" Sq Yd 4.75 No Bid PC-001-7 1.01"-2" Sq Yd 5.5 No Bid PC-001-8 2.01"-3" Sq Yd 6.25 No Bid PC-001-9 3.01"-4" Sq Yd 6.5 No Bid PC-001.10 . greater than 4" Sq Yd 6.75 No Bid Milling from 5,001 to 25,000 Square Yards No Bid PC-001-11` 0" 1" Sq Yd 2.5 No Bid PC-001-12 1.01 -.2" Sq Yd 3 No Bid PC-001-13' 2.01"-3" Sq Yd 3.5 No Bid PC-001-143.01"--4" Sq Yd 4 No Bid PC-001-15 greater than 4" Sq Yd 4:5 No Bid Milling over 25,000 Square Yards No Bid PC-001-16 0"-'1" Sq Yd 1.75 No Bid PC-001-17 1.01". 2" Sq Yd 2.25 No Bid PC-001-18 2.01"-3" Sq Yd 2.75 No Bid PC-001-19 3.01"-4" Sq Yd 3.25 No Bid PC-001-20 greater than 4" Sq Yd 3.75 No Bid 334 Asphalt Types from 0 to 100 Tons No Bid 334-1 Superpave Asphaltic Concrete(Traffic C,SP.9.5)(PG 67-22) Ton 109 No Bid 334-1. Superpave Asphaltic Concrete'(Traffic C,SP 12.5),(PG 67-22) Ton 107 No Bid 337-1, ;Superpave Asphaltic Concrete(Traffic C,FC9.5)(PG 76-22), Ton 120 No Bid 334 Asphalt Types from 101 to 1,000 Tons No Bid -334-1' Superpave Asphaltic Concrete(Traffic C,SP 9.5)(PG 67-22):= Ton 99 No Bid 334-1 Superpave Asphaltic Concrete(Traffic C,SP 12.5)(PG 67-22) Ton 97 No Bid 337-1. Superpave Asphaltic Concrete(Traffic C,FC-9.5)(PG 76-22) Ton 110 No Bid 334 Asphalt Types over 1,001 Tons No Bid 334-1 Superpave Asphaltic Concrete(Traffic C,SP 9.5)(PG 67-22) Ton 94 No Bid 334-1 Superpave Asphaltic Concrete(Traffic C,SP 12:5)(PG 67-22) Ton ' 92 No Bid 337-1 Superpave Asphaltic Concrete(Traffic C,FC-9.5)(PG 76-22) Ton 105 No Bid PC-007 Cold-in-Place Recycling(CIP) No Bid PC-007-1 Excavation for Widening or Unsuitable Material CY ,25 No Bid PC-007-2 Added RAP or Aggregate Ton - 18 No Bid CIP from 0 to 25,000 Square Yards No Bid PC-007-3 Cold-in-Place Recycling(CIP)Bituminous Paving Sq Yd 7.25 No Bid PC-007-4, Asphalt Emulsion. , _ .- Gal 2.45 No Bid CIP from 25,001 to 50,000 Square Yards No Bid PC-007-5 Cold-in-Place Recycling(CIP)Bituminous Paving `Sq Yd 5.75 No Bid PC-007-6 Asphalt Emulsion Gal 2.45 No Bid CIP over 50,000 Square Yards No Bid P,C-007-7 : Cold-in-Place Recycling(CIP)Bituminous Paving Sq Yd 4.95 No Bid PC-007-8 - Asphalt Emulsion Gal 2.45 No Bid SHOULDER AND ROADSIDE No Bid 570-14 PERFORMANCE TURF-SEED AND MULCH SY 1.95 No Bid 570-1-2A PERFORMANCE TURF-SOD(ST.AUGUSTINE) SY 2.75 No Bid Page 7 of 11 Bid 15-601 Bid Analysis PC-007 PC-007 COLD-IN-PLACE RECYCLING(CIP) Item No. Description Unit Unit Price No Bid =570-1=2B PERFORMANCE TURF-SOD(BAHIA) SY 2.25 No Bid 577-70 SHOULDER REWORK SY 1.75 No Bid 104-13-1 SILT FENCE TYPE III LF 0.85 No Bid 110-10 MAILBOX(REMOVE AND REPLACE) EA 200 No Bid PC-012 REFLECTIVE PAVEMENT MARKERS No Bid PC-012-1 REFLECTIVE PAVEMENT MARKERS(REMOVE) EA 1 No Bid PC-0122. =FURNISH/INSTALL BI-DIRECTIONAL YELLOW MARKER(A/A) EA 5 No Bid PC-012-3 FURNISH/INSTALL BI-DIRECTIONAL WHITE/RED MARKER(C/R) EA 5 No Bid PC-012-4 .'FURNISH/INSTALL MONO-DIRECTIONAL YELLOW MARKER(M/A) EA 5 No Bid 710 PAINTED PAVEMENT MARKINGS No Bid 11-111 Standard,White,Solid 6" NM 1585 No Bid 11-122 Standard,White,Solid 8'' LF 0.5 No Bid 11-123 Standard;White,Solid 12" LF 1.5 No Bid 11.124 Standard,White,Solid 18" LF 2.25 No Bid 11-125 Standard,White,Solid 24" LF 3 No Bid 11-131:: .Standard;White Skip 6" GM 530 No Bid 11-151 Standard,White,Dotted/Guideline 6-10 Gap,6" LF 0.5 No Bid 11.160 Standard,White,Message EA 50 No Bid 11-170 'Standard,White;Arrows EA 25 No Bid 11-180 Standard,White,Yield Line LF 5 No Bid 11-211 Standard,Yellow,Solid 6" NM 1585 No Bid 11-222' Standard,Yellow,-Solid 8" LF 0.5 No Bid_ 11=223 Standard,•Yellow;Solid 12 LF 1.5 No Bid 11-224 Standard;-Yellow,Solid 18" LF 2.25 No Bid 11-225 Standard,•Yellow,Solid 24" LF 3 No Bid 11-231 Standard,Yellow,Skip 6 GM 675 No Bid 11-251, Standard,Yellow,Dotted/Guideline 6-10 Gap,6" LF 0.5 No Bid 711 Thermoplastic Pavement Markings(711) No Bid 11-111 `Thermo,Standard,White,Solid 6 NM 4000 No Bid 11-122 Thermo,Standard,White,Solid 8" LF 1.2 No Bid 11-123- ,:Thermo,Standard,White,Solid 12" LF 2.5 No Bid 11-124 Thermo;Standard,White,Solid 18" LF 3.75 No Bid 11-125 Thermo,-Standard,White;Solid 24" LF 5 No Bid ' 11-131 Thermo,Standard,White Skip 6" GM 1125 No Bid 11-151. Thermo,Standard,White;Dotted/Guideline 6-10 Gap,6" LF 1.1 No Bid 11-160 Thermo,Standard,White,Message EA 190 No Bid 11.170 • Thermo,Standard,White,Arrows EA 60 No Bid 11-180 Thermo,Standard,White,Yield Line LF 8 No Bid 11-211 Thermo,Standard,Yellow,Solid 6" NM 4000 No Bid 11-222 Thermo,Standard,Yellow;Solid 8" LF 1.1 No Bid 11-223 Thermo,Standard,Yellow;Solid 12" LF 2.5 No Bid 11-224 Thermo,Standard;Yellow,Solid.18" LF 3.75 No Bid 11-225 Thermo,Standard,Yellow,Solid 24" LF 5 No Bid 11-231 :- Thermo,Standard,Xellow,Skip 6" GM 1125 No Bid 11-251, Thermo,Standard,Yellow,Dotted/Guideline 6-10 Gap,6" LF 1.1 No Bid 101-1 MOBILIZATION No Bid - Work Order Total$0.00-$50,000 LS 7000 No Bid • _Work Order Total$50,001-$100,000 L5 7000 No Bid Work Order Total$100,001-$500,000 L5 7000 No Bid Work Order Total Over$500,000 LS 7000 No Bid 102-1 Maintenance of Traffice(MOT) No Bid Standard Index 600 Series MOT for 2-Lane,2-Way Closure Per Day 1250 No Bid BASIS FOR AWARD TOTAL BID: $45,587.35 Page 8 of 11 Bid 15-601 Bid Analysis PC-008 PC-008 FULL DEPTH RECLAMATION(FDR) Asphalt Paving Pavement Systems Tech Item No. Description Unit Unit Price No Bid ' PC-001 Milling from 0 to 1,000 Square Yards No Bid PC-001-1 0"-1'-' _ Sq Yd 6 No Bid .PC-001-2- 1.01"-2"• Sq Yd 8 No Bid PC-001-3 2.01"-3" Sq Yd 9 No Bid PC-001-4 3.01"-4" Sq Yd 10 No Bid PC-001-5. greater than 4" Sq Yd 11 No Bid Milling from 1,001 to 5,000 Square Yards No Bid PC-001-6- 0"-1"` " Sq Yd 4.75 No Bid ,PC-001-7 -.. 1:01"-2" Sq Yd 5.5 No Bid PC-001=8• 2:01"-3" Sq Yd 6.25 No Bid PC-001-9 3.01"-4" Sq Yd 6.5 No Bid PC-001-10 ._greater than 4" Sq Yd ,6:75 No Bid Milling from 5,001 to 25,000 Square Yards No Bid PC-001-11 '.. 0"-1 • Sq Yd 2.5 No Bid PC=001-12. 1.01".-2" ' Sq Yd 3 No Bid PC-001-13 2.01"-3" Sq Yd 3.5 No Bid PC-001-14 3:01"-4" Sq Yd 4 No Bid PC-001-15 greater'than 4" Sq Yd 4.5 No Bid Milling over 25,000 Square Yards No Bid •PC-001-16 0"-1"' ' ' ' Sq Yd 1.75 No Bid PC-001-17. 1:01"-:2" -, Sq Yd 2.25 No Bid PC-001=18 2.01"-3" Sq Yd 2.75 No Bid PC-001-19, "3.01"-4" Sq Yd 3.25 No Bid PC-001-20 greater than 4" Sq Yd 3.75 No Bid 334 Asphalt Types from 0 to 100 Tons No Bid .334-1• ' Superpave Asphaltic Concrete(Traffic C,'SP 9.5)(PG 67-22) Ton 109 No Bid 334-1: Superpave Asphaltic Concrete(Traffic C,SP 12.5)(PG 67-22) Ton 107 No Bid '337-1 ' Superpave Asphaltic Concrete(Traffic C,FC-9.5)(PG 76-22) Ton 120 No Bid 334 Asphalt Types from 101 to 1,000 Tons No Bid '334-1 - Superpave Asphaltic Concrete(Traffic C,SP 9.5)(PG67-22)' Ton 99 No Bid 334-1' Superpave Asphaltic Concrete(Traffic C,SP 12.5)(PG67-22) Ton 97 No Bid 337-1, . Superpave Asphaltic Concrete(Traffic C,FC-9.5)(PG 76-22) Ton 110 No Bid 334 Asphalt Types over 1,001 Tons No Bid 334-1 ' Superpave Asphaltic Concrete(Traffic C,SP 9.5)(PG 67-22) Ton '94 No Bid 334-1 Superpave Asphaltic Concrete(Traffic C,SP 12.5)(PG 67=22) Ton 92 No Bid 337-1- - Superpave Asphaltic Concrete(Traffic C,FC-9.5) (PG 76-22) Ton 105 No Bid PC-008 Full Depth Reclamation(FDR) No Bid ..PC-008-1 Excavation for Widening or Unsuitable Material '' CY 25 No Bid PC-00872 -Added RAP or Aggregate :• - _ , ' , ,Ton 18 No Bid Full Depth Reclamation(FDR)from 0 to 25,000 Square Yards No Bid ;PC-008-3 -Pulverization ' ' 'Sq Yd 7.1 No Bid ,PC-008-4 Cement-Cement Treatment Ton 145 No Bid 'PC-008-5 Asphaltic Cement-Foamed•Asphalt Base•. Gallon 6 No Bid PC-008-6 Asphaltic Emulsion Emulsion Treated Base Gallon 2.45 No Bid Full Depth Reclamation(FDR)from 25,001 to 50,000 Square Yards No Bid PC7008-7 Pulverization . ' Sq Yd 5.5 No Bid • PC-008-8 _Cement-Cement Treatment Ton 145 No Bid PC-008-9 _Asphaltic Cement-Foamed Asphalt Base Gallon 6 No Bid PC-008-10 ' Asphaltic Emulsion-Emulsion Treated Base Gallon 2.45 No Bid Full Depth Reclamation(FDR)over 50,000 Square Yards No Bid PC-008-11 Pulverisation• Sq Yd 4.5 No Bid PC-008-12 . Cement-Cement Treatment Ton 145 No Bid PC7008-13 Asphaltic Cement-Foamed Asphalt Base Gallon 6 No Bid PC-008-14 Asphaltic Emulsion-Emulsion Treated Base Gallon 2.45 No Bid SHOULDER AND ROADSIDE No Bid Page 9 of 11 • Bid 15-601 Bid Analysis PC-008 PC-008 FULL DEPTH RECLAMATION(FDR) Item No. Description Unit Unit Price No Bid 570-1-1 PERFORMANCE TURF-SEED AND MULCH SY 1.95 No Bid 570-1-2A PERFORMANCE TURF-SOD'(ST.AUGUSTINE) SY 2.75 No Bid 570-1-2B PERFORMANCE.TURF'-SOD(BAHIA) SY 2.25 No Bid 577=70 _ SHOULDER REWORK SY 1.75 No Bid 104-13-1 -SILT FENCE.TYP.E IIF LF 0.85 No Bid 110-10.' ,MAILBOX(REMOVE'AND REPLACE) EA 200 No Bid _ PC-012 REFLECTIVE PAVEMENT MARKERS No Bid •-PC-012-1: REFLECTIVE PAVEMENT MARKERS(REMOVE) EA 1 No Bid PC-012=2. _ FURNISH/INSTALL BI-DIRECTIONAL YELLOW MARKER(A/A) EA 5 No Bid PC-012-3. :FURNISH/INSTALL BI-DIRECTIONAL WHITE/RED MARKER(C/R) EA 5 No Bid -PC-012-4'‘ -:FURNISH/INSTALL MONO-DIRECTIONALYELLOW MARKER'(M/A) EA . 5 No Bid 710 PAINTED PAVEMENT MARKINGS No Bid 11-111' . Standard,White,Solid 6" - NM 1585 No Bid 11-122- ;`Standard,White,"Solid 8" LF 0.5 No Bid 11=123 ,.Standard,White,-Solid 12" LF 1.5 No Bid 11-124 'Standard;White,Solid 18" LF 2.25 No Bid 11-125_ :Standard,White,Solid 24" LF 3 No Bid 11-131 Standard,White Skip 6" GM 530 No Bid 11-151 Standard,White;Dotted/Guideline 6-10 Gap,6" LF 0.5 No Bid 11-160 'Standard,White,Message EA 50 No Bid "11-170 Standard,White;Arrows . EA 25 No Bid 11-180 Standard,White,Yield Line . LF 5 No Bid 11-211 Standard,Yellow,Solid 6" NM 1585 No Bid 11-222 -Standard,Yellow;Solid 8.. LF 0.5 No Bid 11=223 Standard,Yellow,Solid 12" LF 1.5 No Bid '11-224 Standard,-Yellow,Solid 18" LF 2.25 No Bid 11=225 . ,Standard;.Yellow,'Solid.24" LF 3 No Bid 11-231 Standard,Yellow,Skip 6" GM 675 No Bid 11-251 Standard,Yellow,:Dotted/Guideline 6-10'Gap,6" LF 0.5 No Bid •t 711 Thermoplastic Pavement Markings(711) No Bid • 11-111 ', .Thermo,Standard,White,Solid 6" , NM 4000 No Bid 11=122. Thermo,Standard,White;Solid'8 LF 1.2 No Bid 11-123 .Thermo,:Standard,White,Solid 12" LF 2.5 No Bid 11-124 :Thermo,Standard;.White,Solid 18" LF 3.75 No Bid 11-125 Thermo,Standard,White;Solid 24" LF 5 No Bid 11-131 Thermo,Standard,White Skip 6" GM 1125 No Bid 11-151: Thermo;Standard,White,Dotted/Guideline 6-10 Gap,6" LF 1.1 No Bid .11-160 Thermo,Standard,White-Message EA 190 No Bid -11-170 • Thermo;Standard;White,'Arrows EA 60 No Bid 11.180 ' Thermo;Standard;White;Yield Line LF 8 No Bid 11-211 Thermo;Standard,-Yellow,Solid.6" NM 4000 No Bid 11-222 Thermo,Standard,Yellow,Solid 8" LF 1.1 No Bid 11-223 Thermo,Standard,Yellow,Solid 12" LF 2.5 No Bid 11.224 Thermo;Standard,Yellow,Solid 18" LF 3.75 No Bid 11;225; -Thermo,Standard,Yellow,'Solid 24," LF 5 No Bid 11-231: -:Thermo;Standard,:Yellow,Skip 6" GM 1125 No Bid 11-251 '-Thermo,Standard,-Yellow,Dotted/Guideline 6-10 Gap,6" LF 1.1 No Bid 101-1 MOBILIZATION No Bid • - ` 'Work Order Total$0.00-$50,000 ' '. LS , 7000 No Bid ':Work OrderTotal$50,001-$100,000 ' L5 7000 No Bid Work Order Total$100,001 $500,000 LS 7000 No Bid Work Order.Total Over$500,000 LS 7000 No Bid 102-1 Maintenance of Traffice(MOT) No Bid ` Standard Index 600 Series MOT for 2-Lane,2-Way Closure Per Day 1250 No Bid BASIS FOR AWARD TOTAL BID: $46,039.50 Page 10 of 11 Bid 15-601 Bid Analysis PC-009 PC-009 FOG SEAL Asphalt Pavement Tech Paving Systems Item No. Description Unit Unit Price No Bid PC-009 FOG SEAL No Bid 0 25,000 ; , .. SY 0.55 No Bid 25,001--50,000, SY 0.4 No Bid 50,001 ANDOVER SY 0.35 No Bid 902-2•"Silica Sand SY 0.15 No Bid PC-011 STRIPING AND PAVEMENT MARKING REMOVAL No Bid PC-011-1 REMOVAL BY WATER BLASTING' SF 1 No Bid PC-011-2 REMOVAL BY GRINDING .. SF 0.5 No Bid PC-012 REFLECTIVE PAVEMENT MARKERS No Bid -PC-012-1 REFLECTIVE PAVEMENT MARKERS(REMOVE). EA 1 No Bid PC-012-2 FURNISH/INSTALL BI-DIRECTIONAL YELLOW MARKER(A/A) EA 5 No Bid PC-0123 FURNISH/INSTALL BI-DIRECTIONAL WHITE/RED MARKER(C/R). EA 5 No Bid .PC-012-4 FURNISH/INSTALL MONO-DIRECTIONAL YELLOW MARKER(M/A) EA S No Bid 710 PAINTED PAVEMENT MARKINGS No Bid 11-111 Standard,White,Solid 6" - ' NM 1585 •No Bid 11-122 Standard,White;Solid 8"." LF 0.5 No Bid 11-123 Standard,White,Solid 12" LF 1.5 No Bid - 11-124 Standard;-White,Solid 18" LF 2.25 No Bid 11-125 Standard;White,Solid 24" LF 3 No Bid 11-131 Standard,White Skip 6" GM 530 No Bid 11-151 Standard,White,Dotted/Guideline 6-10 Gap,6" LF 0.5 No Bid 11-160 Standard,White;Message'' .• EA 50 No Bid 11-170 Standard,White,Arrows EA 25 -No Bid 11-180 Standard,White,Yield Line' LF 5 No Bid 11-211 Standard,Yellow,Solid 6" % NM 1585 No Bid 11-222 'Standard,Yellow,Solid 8". LF 0.5 No Bid 11-223:. Standard;Yellow,Solid 12" IF 1.5 No Bid 11-224' 'Standard,Yellow,Solid 18" LF 2.25 No Bid 11-225.- Standard,Yellow;Solid 24" . LF 3 No Bid 11-231. Standard,Yellow;Skip 6" GM 675 No Bid ,11.251 Standard,Yellow,Dotted/Guideline 6-10-Gap,6" LF 0.5 No Bid 711 Thermoplastic Pavement Markings(711) ' No.Bid 11-111 '-Thermo,Standard,White,Solid 6" 'NM 4000 No Bid 11-122. Thermo,Standard,White,Solid 8"` LF 1.2 No Bid 11-123- Thermo,Standard,White,-Solid 12" LF 2.5 No Bid 11.124 Thermo,Standard,White,Solid 18" LF 3.75 No Bid 11-125 Thermo,Standard,White,Solid 24" LF 5 No Bid 11-131 Thermo;Standard,White Skip 6" GM 1125 No Bid 11-151 Thermo,Standard,White,Dotted/Guideline 6-10 Gap,6" LF 1.1 No Bid 11-160'- Thermo;Standard,White;Message EA 190 No Bid 11-170- Thermo,Standard;White,Arrows` EA 60 No Bid 11-180 Thermo,Standard;White,Yield Line LF 8 No Bid 11-211 Thermo,Standard,Yellow,Solid 6" NM 4000 No Bid 11-222';Thermo,Standard,Yellow;Solid 8" LF 1.1 No Bid 11-223_ Thermo;Standard;Yellow,Solid 12" LF 2.5 No Bid 11-224 Thermo,Standard,Yellow;Solid 18" LF 3.75 No Bid 11-225- Thermo;Standard,Yellow,Solid 24" LF 5 No Bid 11-231 Thermo;Standard,Yellow;Skip 6" GM 1125 No Bid 11-251 Thermo,Standard,Yellow,Dotted/Guideline 6-10 Gap;6" LF 1.1 No Bid 101-1 MOBILIZATION No Bid Work Order Total$0.00-$50,000 - IS 200 No Bid Work Order Total$50,001-$100,000 IS 200 No Bid Work Order,Total$100,001 $500,000 IS 200 No Bid Work Order Total Over$500,000 • . ' LS 200 No Bid No Bid 102-1 Maintenance of Traffice(MOT) No Bid ' Standard Index 600 Series MOT for 2-Lane,2-Way Closure Per Day • 1250 No Bid BASIS FOR AWARD TOTAL BID: $17,074.45 ADDITIONAL PRICING FOR INFORMATION No Bid SHOULDER AND ROADSIDE • No Bid 570-1-1 PERFORMANCE TURF-SEED AND MULCH. ' ' - SY 1.95 No Bid 570.1-2A PERFORMANCE TURF-SOD(ST.AUGUSTINE) SY 2.75 No Bid 570-1-2B PERFORMANCE TURF-SOD(BAHIA) SY 2.25 No Bid 577-70 SHOULDER REWORK SY 1.75 No Bid 104-13-1 SILT FENCE TYPE III LF 0.85 No Bid 110-10 MAILBOX(REMOVE AND REPLACE) EA 200 No Bid Page 11 of 11