Loading...
Agenda 12/11/2012 Item #16A3412111/2012 Item 16.A.34. EXECUTIVE SUMMARY Recommendation to approve a reduced prorated payment to Better Roads, Inc. in the amount of $35,907.31, for its paving of Johns Street and Carlton Street under the County's Annual Resurfacing Contract # 09 -5328, without advance authorization from County staff and prior to the scheduled resurfacing date for those roads. OBJECTIVE: For the Board to authorize payment to Better Roads, Inc. ("Better Roads "), for the prorated, reduced amount of $35,907.31 as reflected on Better Road's 4ttached corrected invoices, for paving Johns Street and Carlton Street without advance authorization from County staff and prior to the scheduled resurfacing date for those roads. CONSIDERATIONS: On or about December 14, 2011, the Road and Bridge Maintenance Department sent a Notice to Proceed ( "NTP ") to Better Roads authorizing paving a list of County maintained roads. The NTP provided that the work could commence immediately and that it was to be completed within two months. Between December 29, 2011 and January 3, 2011, Better Roads paved the following three streets, which were not included in the NTP, without advance authorization from County staff: Johns Street, Carlton Street' and Creek Circle. Creek Circle is a private road and Better Roads is not seeking reimbursen)ent for installing overlay on that road. Better Roads admits that the paving of Johns Street and Carlton Street was t I he result of some confusion by its paving foreman. Apparently, Better Roads' paving foreman directed its work crews to pave those roads after reviewing the County's roadway inspection list rather than following the direction provided in the NTP. The roadway inspection list is a roll of certain county roads that staff requests Better Roads to inspect and rate as to the need for future repairs. Better Roads admits its error in paving Johns Street and Carlton Street and has implemented internal procedures to prevent this mistake from happening in the future. Better Roads is agreeable to compromising its invoices for this work on a prorated basis taking in consideration the benefit that the County realized by installing the new overlay. The full amount originally invoiced by Better Roads for paving both roads is $43,670.91. Both roads have an average asphalt life expectancy of 22.5 years. Better Roads prematurely paved those roads four (4) years before their scheduled resurfacing date. By deducting the value of the four (4) additional years of use that the County should have realized, from the full amount originally invoiced by Better Roads, the prorated value to the County of the performed services amounts to $35,907.31. Better Roads has agreed to re- invoice the County for this adjusted prorated amount in full satisfaction for this work. A copy of Better Roads' corrected invoice is attached. FISCAL IMPACT: Funds in the amount of $35,907.31 are available within the Road and Bridge Maintenance Departments' budget (fund 101) to pay this invoice. Source of funds is ad valorem. LEGAL CONSIDERATIONS: It is within the Board's authority to determine that the County derived benefit from services provided from this contractor, despite the perfo 7 'ance of work not Packet Page -2715- 12/11/2012 Item 16.A.34. authorized in advance through the issuance of a Notice to Proceed, and approve payment for the prorated value of the actual public benefit realized. This item has been reviewed and approved by the County Attorney's Office, is legally sufficient for Board action and only requires a majority vote for Board approval —SRT. GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this Executive Summary. RECOMMENDATION: That the Board finds that the County derived benefit from Better Roads, Inc.'s paving of Johns Street and Carlton Street and authorizes final payment to Better Roads, Inc., in the prorated amount of $35,907.31 as reflected on the attached corrected invoice. Prepared by: Travis D. Gossard, Sr., Road & Bridge Superintendent, Growth Management Division Attachments: 1) December 14, 2011, Notice to Proceed; 2) Better Roads' Original Invoice; 3) Better Roads' Corrected Invoice Packet Page -2716- 12/11/2012 Item 16.A.34. COLLIER COUNTY Board of County Commissioners Item Number: 16.A.34. Item Summary: Recommendation to approve a reduced prorated payment to Better Roads, Inc. in the amount of $35,907.31, for its paving of Johns Street and Carlton Street under the County's Annual Resurfacing Contract # 09 -5328, without advance authorization from County staff and prior to the scheduled resurfacing date for those roads. Meeting Date: 12/11/2012 Prepared By Approved By Name: VlietJohn Title: Director - Road Maintenance,Transportation Enginee Date: 11/28/2012 10:04:51 AM Name: GossardTravis Title: Superintedent - Roads & Bridges,Transportation Eng Date: 11/28/2012 10:59:04 AM Name: ShueGene Date: 11/28/2012 4:39:04 PM Name: LynchDiane Title: Administrative Assistant Date: 11/29/2012 11:00:29 AM Name: PuigJudy Title: Operations Analyst, GMD P &R Date: 11/29/2012 12:31:56 PM Name: TeachScott Title: Deputy County Attomey,County Attorney Date: 11/30/2012 9:00:45 AM Name: KlatzkowJeff Title: County Attorney Packet Page -2717- Date: 11/30/2012 1:45:34 PM Name: FinnEd Title: Senior Budget Analyst, OMB Date: 12/3/2012 3:38:58 PM Name: OchsLeo Title: County Manager Date: 12/3/2012 4:11:39 PM Packet Page -2718- 12/11/2012 Item 16.A.34. Coder County W000%00%0% December 14; 2011 Better Roads, Inc. 1910 Seward Ave. Naples, FL 34109 12/11/2012 Item 16.A.34. GROWTH MANAGEMENT DIVISION Road and Bridge Maintenance Department 4800 Davis Blvd. Naples, FL 34104 (239) 252 -8925 Fax (239) 774 -6406 RE: Contract #09 -5328, Asphalt, Millings and Related Items Subject: Overlay of County Maintained Roads -List #2 Dear Mr. Clay Cross, This is to inform you that you are hereby authorized to begin work on the above referenced project, on this date of December 14, 2011 in accordance with the Contract Specifications for this project. This work is for the Overlay of County maintained Roads. The completion of this work shall be no later than February 17, 2012. You will have 2 month to complete this project including the submittal of all your invoices. Accompanying this N.T.P. are the desired parameters and your Purchase Order # 4500130498. A weekly schedule must be given by email the Thursday before the following week of work that is scheduled to be preformed to the contract Supervisor and Inspectors. You must notify us daily of your schedule by email if this scheduled needs to change. We must know your areas of work at all times. Invoices must be submitted within 5 days after completion of work for every road segment. Liquidated Damages: Liquidated damages shall be assessed upon any contractor not meeting the completion schedule. Contractors will be penalized ten percent (10 %) of total invoice for not meeting the scheduled completion date. Please be aware by agreement 09 -5328 item 927 Liquidated damaces:.If work is not completed within the required time frame, there shall be a 10% deduction of total invoice for the remaining roads that are not complete. Should you have any questions or need additional information, please do not hesitate to contact me at (239) 252 -8924. Very truly yours, Lexanclet -Blanco Supervisor of Contracts R .Projects Cc: Travis Gossard, Superintendent, Transportation/ Road Maintenance Cc: Lisa Hendrickson, Operation Analyst Packet Page -2719- Packet Page -2720- ,.34. 12/11/2012 Item 16.A.34. MENEM= -c! z 2 E - t � e \\ / \/� [ ® \ ®[ b. b. ! 01 2 2|2.2 k2.2|(2 Packet Page -2721- BILLTO: BOARD OF COUNTY COMMISSIONERS ATTN FINANCE DEPARTMENT P.O. BOX 413016 NAPLES, FLORIDA 34101 12/11/2012 Item 16.A.34. PAY ESTIMATE; NINE DATE 01124112 PAY PERIOD: 01103112 INVOICE# 43237 ACCOUNT # 40 CONTRACTOR: CONTRACT: 09 -5328 BETTER ROADS INC. LISt #2 P.O. BOX 9979 PROJECT: COLLIER COUNTYANNUAL MILLING AND RESI NAPLES FL 34101 BRI JOB # 10910 PURCHASE ORDER # PO# 4500130498 A. CONTRACT BILLINGS YEAR -TO -DATE 823,305.41 based on the December 2011 FDOT Asphalt Index. B. VALUE OFWORK. COMPLETED THIS PERIOD 43,670.91 C. CURRENT AMOUNT DUE 43,670.91 CONTRACTOR'S CERTIFICATION THE UNDERSIGNED CONTRACTOR CERTIFIES THAT (1) ALL PREVIOUS PROGRESS PAYMENTS RECEIVED FROM OWNER ON .ACCOUNT OF'AlORK DONE UNDER THE CONTRACT REFERRED TO ABOVE HAVE BEEN APPLIED TO DISCHARGE IN FULLA.LL OBLIGATIONS OF CONTRACTOR INCURRED IN CONNECTION WITH WORK COVERED BY PREVIOUS APPLICATION FOR PAYMENT NUMBERED 1 THROUGH INCLUSI'VE, (2) TITLE TO ALL MATERIALS AND EQUIPMENT INCORPORATED IN SAID WORK OR OTHERWISE LISTED IN OR COVERED BYTHIS APPLICATION FOR PAYMENTWILL PASS TO OWNER:ATTIME OF PAYMENT FREE AND CLEAR OFALL LIENS, CLAIMS, SECURITY INTERESTAND ENCUMBRANCES (EXCEPT SUCH AS COVERED BY BOND ACCEPTABLE TO OWNER), 03:30 PM 24- Jan -12 BETTER ROADS INC. DATED I t BY "{��,' N 2 5 21 fI2 Packet Page -2722- .. 12/11/2012 Item 16.A.34. BETTER ROADS iNC. Purchasing Department Collier County Government Center DECEMBER 1, 2011 Building "W" 3301 Tamiami Trail East Naples, Florida 34112 RE: 09 -5328 COLLIER COUNTY ANNUAL MILLING AND RESURFACINGS Pursuant to your "Price Adjustment" clause in the above referenced contract, we are submitting the following adjustment as of December 1, 2011 based on the December 2011 FDOT Asphalt Index. Enclosed is the Asphalt price index from the Florida Department of Transportation. F.D.O.T. December 2011 Asphalt Index ASPHALT CEMENTS (AC- 20/30) 2.3816 PER GALLON EMULSIFIED ASPHALTS (RS- 2 /RS -1) 2.3250 PER GALLON 1 /10 12/11 BID PRICE INDEX INDEX AD•J PRICE 2.0139 2.3816 HOT MIX AT PLANT TYPE II Per Ton $ 50.00 TON 2.0139 2.3816 57.35 TON TYPE III Per Ton $ 50.00 TON 2.0139 2:3816 57.35 TON TYPE S -1 Per Ton $ 50.00 TON 2.0139 2.3816 57.35 TON TYPE S -III Per Ton $ 50.00 TON 20139 23816 57.35 TON SS -1 2.60 GAL 2.0750 2.3250 285 GAL 1/10 12/11 BID PRICE INDEX INDEX ADJ PRICE 1. CLASS I JOBS - NAPLES AREA Medium Jobs 201 - 400 Tons Type S -1 $ 62.40 TON 2.0139 2 3816 69.75 TON Medium Jobs 201- 400 Tons Type S -Ill $ 62.80 TON 2.0139 23816 70 15 TON L. CLASS I JOBS - IMMOKALEE AREA Medium Jobs 201 - 400 Tons Type 5 -1 $ 63.50 TON 2.0139 23816 70.85 TON Medium Jobs 201 - 400 Tons Type S -III $ 64.30 TON 2.0139 2.3616 71 65 TON 3. CLASS I JOBS EVERGLADES AREA Medium Jobs 201 - 400 Tons Type 5 -I $ 64.75 TON 2.0139 2.3816 72.10 TON Medium Jobs 201 - 400 Tons Type 5 -III $ 65.15 TON 20139 2 3816 72.50 TON 4. CLASS I JOBS - MARCO ISLAND AREA Medium Jobs 201- 400 Tons Type S -1 $ 62.40 TON 2.0139 2.3816 6975 TON Medium Jobs 201 - 400 Tons Type S -111 $ 62.80 TON 2.0139 2.3816 70 15 TON 1910 Seward.Ave. P.O. Box 9979 • N packet Page - 2723 -1 - (239) 597 -2151 • Fax (239) 597 -1597 15. PRIME JOBS -NAPLES AREA Medium Jobs 3201 - 6400 SY Prime & Lean Mix $ Medium Jobs 3201 - 6400 SY Prime & Sand $ 6. PRIME JOBS - IMMOKALEE AREA Medium Jobs 3201- 6400 SY Prime & Lean Mix $ Medium Jobs 3201 - 6400 SY Prime & Sand $ 7. PRIME JOBS - EVERGLADES AREA Medium Jobs 3201 - 6400 SY Prime & Lean Mix $ Medium Jobs 3201- 6400 SY Prime & Sand $ B. PRIME JOBS - MARCO ISLAND AREA Medium Jobs 3201 - 6400 SY Prime & Lean Mix $ Medium Jobs 3201 - 6400 SY Prime & Sand S 0.55 SY 0.45 SY 0.55 SY 0.45 SY 0.60 SY 0.50 SY 0.55 SY 0.45 S`{ 2.0750 2.0750 2.0750 2.0750 2.0750 2.0750 2.0750 2.0750 12/11/2012 Item 16.A.34. 2.3250 0.80 SY 2.3250 0.70 SY 2 3250 0.80 SY 23250 0.70 SY 2.3250 0.85 SY 2.3250 0.75 SY 2.3250 0.80 SY 2.3250 0 70 SY CLASS 1 - TYPE 5 -1 ASPHALT Hot Mix laid in place, Naples area Hot Mix laid in place, Naples area Up to 200 Tons - 1" Thick $ Up to 200 Tons - 30 mm or 1.2" Thick $ 71.65 TON 2.013° 2.3816 ?9.00 TON More than 200 Tons - 30 mm or 1.2" Thick $ 57.00 TON 2.0139 2.3816 64.35 TON Hot Mix laid in place, Immokalee area Up to 200 Tons - 1" Thick $ 73.25 TON 2.0139 2.3816 Up to 200 Tons - 30 mm or 1.2" Thick $ 72.80 TON 2.0139 2.3816 80.15 TON More than 200 Tons - 30 mm or 1.2" Thick 5 56.00 TON 2.0139 2.3816 63.35 TON Hot Mix laid in place, Everglades area 74.40 TON 2.0139 2.3816 81.75 TON More than 200 Tons - 1" Thick $ Up to 200 Tons - 30 mm or 1.2" Thick $ 74.00 TON 2.0139 2.3816 81.35 TON More than 200 Tons - 30 mm or 1.2" Thick $ 59.40 TON 2.0139 2.3616 66.75 TON Hot Mix laid in place, Marco Island area 79.35 TON More than 200 Tons - 1" Thick S 57.40 TON 2.0139 2 381E Up to than 200 Tons - 30 mm or 1.2" Thick $ 71.65 TON 2.0139 2.3816 79.00 TON More than 200 Tons -30 mm or 1.2" Thick $ 57.00 TON 2.0139 2.3816 64.35 TON CLASS I - TYPE 5 -III ASPHALT Hot Mix laid in place, Naples area Hot Mix laid in place, Naples area Up to 200 Tons - 1" Thick $ 72.00 TON 2,0139 2.3816 79.35 TON More than 200 Tons - 1" Thick $ 57.40 TON 2.0139 2.3816 64.75 TON Hot Mix laid in place, Immokalee area 2.3816 62.60 TON Hot Mix laid in place, Immokalee area Up to 200 Tons - 1" Thick $ 73.25 TON 2.0139 2.3816 80.60 TON More than 200 Tons - 1" Thick $ 56.50 TON 2.0139 2.3816 63.85 TON Hot Mix laid in place, Everglades area $ 54.00 TON 2.0139 2.3816 61 35 Up to 200 Tons - 1" Thick $ 74.40 TON 2.0139 2.3816 81.75 TON More than 200 Tons - 1" Thick $ 59.75 TON 2.0139 2.3816 67.10 TON Hot Mix laid in place, Marco Island area 7735 TON More than 200 Tons - 30 mm or 1.2" Thick $ 57.00 TON Up to 200 Tons -1" Thick $ 72.00 TON 2.0139 2.3816 79.35 TON More than 200 Tons - 1" Thick S 57.40 TON 2.0139 2 381E 64. 75 TON CLASS II - TYPE S -I ASPHALT Hot Mix laid in place, Naples area Up to 200 Tons - 30 mm or 1.2" Thick $ 72.65 TON 2.0139 2.3816 80.00 TON More than 200 Tons - 30 mm or 1.2" Thick $ 55.25 TON 2.0139 2.3816 62.60 TON Hot Mix laid in place, Immokalee area Up to 200 Tons - 30 mm or 1.2" Thick $ 69.00 TON 2.0139 23816 76.35 TON More than 200 Tons - 30 mm or 1.2" Thick $ 54.00 TON 2.0139 2.3816 61 35 TON Hot Mix laid in place, Everglades area Up to 200 Tons - 30 mm or 1.2" Thick $ 70.00 TON 2 0139 23816 7735 TON More than 200 Tons - 30 mm or 1.2" Thick $ 57.00 TON 2.0139 2.3816 6435 TON Hot Mix laid in place, Marco Island area Up to 200 Tons - 30 mm or 1.2" Thick $ 68.00 TON 2.0139 2.3816 75.35 TON More than 200 Tons - 30 mm or 1.2" Thick $ 57.00 TON 2.0139 23816 6435 TON Packet Page -2724- L. 1 9/11 /gn19 Item 1 F A 14 CLASS II - TYPE 5 7111 ASPHALT 2.0139 23816 91.85 TON - -- 2.0139 Hot Mix laid in place, Naples area 90.35 TON $ 80.00 TON 2.0139 2.3816 87.35 TON Up to 200 Tons -1" Thick $ 68.00 TON 2.0139 2.3816 7535 TON More than 200 Tons -1" Thick $ 57.00 TON 2.0139 2.3816 64.35 TON Hot Mix laid in place, Immokalee area Up to 200 Tons - 1" Thick $ 69.50 TON 2.0139 2.3816 76.85 TON More than 200 Tons - 1" Thick $ 54.50 TON 2.0139 2.3816 61.85 TON Hot Mix laid in place, Everglades area Up to 200 Tons - 1" Thick $ 70.50 TON 2.0139 2.3816 77.85 TON More than 200 Tons - 1" Thick $ 57.50 TON 2.0139 2.3816 64.85 TON Hot Mix laid in place, Marco Island area Up to 200 Tons - 1" Thick $ 68.00 TON 2.0139 2.3816 75.35 TON More than 200 Tons - 1" Thick $ 56.00 TON 2.0139 2.3816 63.35 TON CLASS III JOBS - NAPLES AREA 2.0139 23816 91.85 TON $ 83.00 TON 2.0139 Small Jobs - Up to 200 Tons 90.35 TON $ 80.00 TON 2.0139 2.3816 87.35 TON Type S -1 Per Ton $ 84.50 TON 2.0139 2.3816 91.85 TON (Type S -III Per Ton $ 82.50 TON 2.0139 2.3816 89.85 TON Medium Jobs - 201 -400 Tons Type S -1 Per Ton $ 80.00 TON 2.0139 2.3816 87.35 TON Type S -111 Per Ton $ 80.00 TON 2.0139 2.3816 8735 TON Large Jobs More than 401 Tons Type 5-1 Per Ton $ 78.50 TON 2.0139 2.3816 85.85 TON Type 5 -III Per Ton $ 77.00 TON 2.0139 2.3816 84.35 TON CLASS III JOBS - IMMOKALEE AREA 2.0139 23816 91.85 TON $ 83.00 TON 2.0139 Small Jobs - Up to 200 Tons 90.35 TON $ 80.00 TON 2.0139 2.3816 87.35 TON Type S -1 Per Ton $ 85.75 TON 2.0139 2 .3816 93.10 TON Type 5 -III Per Ton $ 84.00 TON 2.0139 2.381E 91.35 TON Medium Jobs - 201 -400 Tons Type S -1 Per Ton $ 81.00 TON 2.0139 2 .3? 816 88.35 TON Type S -111 Per Ton $ 79.25 TON 2.0139 2.3816 86.E0 TON Large Jobs More than 401 Tons Type S -1 Per Ton $ 80.00 TON 2.0139 2.3816 87.35 TON Type 5 -111 Per Ton $ 78.00 TON 2.0139 2.3816 85.35 TON CLASS III JOBS - EVERGLADES AREA Small Jobs - Up to 200 Tons Type S -1 Per Ton 5 87.00 TON 2.0139 2.3816 TON Type 5 -111 Per Ton $ 85.00 TON 2.0139 2.381E 992.35 2.35 TON Medium Jobs - 201 -400 Tons Type S -1 Per Ton $ 82.30 TON 2.0139 2'3816 89.65 TON Type S -Ill Per Ton $ 80.50 TON 2.0139 2.3816 87.85 TON Large lobs More than 401 Tons Type 5 -1 Per Ton $ 79.00 TON 2.0139 2.3616 8E.35 TUN Type 5 -III Per Ton $ 77.40 TON 2 0139 23816 84 75 TON CLASS 111 JOBS - MARCO ISLAND AREA Small Jobs - Up to 200 Tons Type S -1 Per Ton Type S -iii Per Ton Medium Jobs - 201 -400 Tons Type S -1 Per Ton Type S -ill Per Ton Large Jobs More than 401 Tons Type S -1 Per Ton Type 5 -111 Per Ton $ 84.50 TON 2.0139 23816 91.85 TON $ 83.00 TON 2.0139 2.3816 90.35 TON $ 80.00 TON 2.0139 2.3816 87.35 TON 5 78.00 TON -0139 2.3816 85.35 TON $ 78.50 TON 2.0139 23816 85.85 TON. S 77.00 TON 2.0139 2.3816 84.35 TONI Packet Page -2725- 12/11/2012 Item 16.A.34. r Ilvmvo Jv6Z- - WAYLLJ AHLA - -- 0 - 5,000 Square Yard $2.00 Small Jobs Up to 3200 SY $ 0.70 SY 2,0750 2.3250 0.95 SY Prime & Lean Mix Per SY $ 0.60 SY 2.0750 2.3250 0.85 SY Prime and Sand Per SY $ 0.50 SY 2.0750 2.3250 0.75 SY Medium Jobs 3201- 6400 SY $ 0.65 S`r' 2.0 7,50 2.3250 0.90 SY Prime & Lean Mix Per SY $ 0.55 SY 2.0750 2.3250 0,80 SY Prime and Sand Per SY $ 0.45 SY 2.0750 2.3250 0.70 SY Large Jobs More than 6401 SY $ 0.60 SY 2.0750 2.3250 0.85 SY Prime & Lean Mix Per SY $ 0.50 SY 2.0750 2.3250 0.75 SY Prime and Sand Per SY $ 0.40 SY 2.0750 2.3250 0.65 SY PRIMING JOBS - IMMOKALEE AREA 0 - 5,000 Square Yard $2.00 Small Jobs Up to 3200 SY $ 0.70 SY 2,0750 2.3250 0.95 SY Prime & Lean Mix Per SY $ 0.60 SY 2.0750 2.3250 0,85 SY Prime and Sand Per SY $ 0.50 SY 2.0750 2.3250 0.75 SY Medium Jobs 3201 - 6400 SY $ 0.65 S`r' 2.0 7,50 2.3250 0.90 SY Prime & Lean Mix Per SY $ 0.55 SY 2.0750 2.3250 0.60 SY Prime and Sand Per SY $ 0.45 SY 2.0750 2.3250 0.70 SY Large Jobs More than 6401 SY $ 0.60 SY 2.0750 2.3250 0.85 SY Prime & Lean Mix Per SY $ 0.50 SY 2.0750 2.3250 0.75 SY Prime and Sand Per SY $ 0.40 SY 2.0750 2.3250 0.65 SY PRIMINGJOBS - EVERGLADES AREA 0 - 5,000 Square Yard $2.00 Small Jobs Up to 3200 SY Prime & Lean Mix $ 0.70 SY 2,0750 2.3250 0.95 SY Small Jobs Up to 3200 SY Prime & Sand $ 0.60 SY 2.0750 2.3250 0.85 SY Medium Jobs 3201 - 6400 SY $ 0.50 SY 2.0750 2.3250 0.75 SY Prime & Lean Mix Per SY $ 0.65 S`r' 2.0 7,50 2.3250 0.90 SY Prime and Sand Per SY $ 0.55 SY 20750 2.3250 0.80 SY Large Jobs More than 6401 SY $ 0.45 SY 2.0750 2.3250 0.70 SY Prime & Lean Mix Per SY $ 0.60 SY 2.0750 2.3250 0.85 SY Prime and Sand Per SY $ 0.50 SY 2.0750 23250 0.75 SY PRIMING JOBS -MARCO ISLAND AREA 0 - 5,000 Square Yard $2.00 Small Jobs Up to 3200 SY 0.0000 2.00 SY 5,001 - 15,000 Square Yard $1.60 0.0000 0.0000 Prime & Lean Mix Per SY $ 0.60 SY 2.0750 23250 0.85 SY Prime and Sand Per SY $ 0.50 SY 2.0750 2.3250 0.75 SY Medium Jobs 3201 - 6400 SY 0.0000 57.20 SY Remove Traffic Calming Device $940.00 0.0000 0.0000 Prime & Lean Mix Per SY $ 0.55 SY 2.0750 23250 0.80 S`.' Prime and Sand Per SY $ 0.45 SY 2.0750 2.3250 0.70 SY Large Jobs More than 6401 SY Prime & Lean Mix Per SY $ 0.50 SY 20750 2.3250 0.75 SY Prime and Sand Per SY $ 0.40 SY 2.0750 2.3250 0.65 SY Off -Duty Law Enforcement Officer $ 57.20 0.0000 0.0000 57.20 HR Milling 0 - 5,000 Square Yard $2.00 0.0000 0.0000 2.00 SY 5,001 - 15,000 Square Yard $1.60 0.0000 0.0000 1.60 SY 15,001- 25,000 Square Yard $1.55 0.0000 00000 1.55 SY 25,001 and Up $1.50 0.0000 0.0000 1.50 SY Off Duty Law Enforcement Officer $57.20 0.0000 0.0000 57.20 SY Remove Traffic Calming Device $940.00 0.0000 0.0000 940.00 SY Provide & Install Traffic Calming Device $1,500.00 0.0000 0.0000 1,500.00 SY Submitted by, BETTER RO DS INC. Amy A. Man l� 1ey CC. Transportation Services Finance Dept. Road Department- Fax (239) 774 -6406 Packet Page -2726- Packet Page -2727- 12/11/2012 Item 16.A.34. \\ z . Co �� U� ca (0 m o o� 0 0 0 r- z Q in M u> M v 0O CL in W � ~ O 1- ¢ w rn 613. F- w QCD M r v, v ti o c� z rn LO m m N N Cn J U CL = J� cn Co z O : U O J O L IL 0 v v a L M E E, ¢ lSJ = 0: ¢ U! w J Cn J Co J N' L Q Z Q Z ¢ z Q) F O C) y U a) M M y �Q Packet Page -2727- 12/11/2012 Item 16.A.34. BILL TO: BOARD OF COUNTY COMMISSIONERS ATTN: FINANCE DEPARTMENT P.O. BOX 413016 NAPLES, FLORIDA 34101 12/11/2012 Item 16.A.34. DATE: 11/27/12 PAY PERIOD: 12/30/11 & 1/3/12 INVOICE # 43813 ACCOUNT # 40 C /O: COLLIER COUNTY ROAD ANI CONTRACTOR: CONTRACT: 09 -5328 BETTER ROADS INC. LIST #2 P.O. BOX 9979 PROJECT: COLLIER COUNTY ANNUAL MILLING AND R NAPLES FL 34101 BRI JOB # 10910 PURCHASE ORDER # PO# 4500130498 A. CONTRACT BILLINGS YEAR -TO -DATE based on the December 2011 FDOT Asphalt index. B. VALUE OF WORK COMPLETED THIS PERIOD $ C. CURRENTAMOUNT DUE $ ABOVE HAVE BEEN APPLIED TO DISCHARGE IN FULL ALL OBLIGATIONS OF CONTRACTOR INCURRED IN CONNECTION WITH WORK COVERED BY PREVIOUS APPLICATION FOR PAYMENT NUM BERED 1 THROUGH INCLUSIVE, (2) TITLE TO ALL MATERIALS AND EQUIPM ENT INCORPORATED IN SAID WORK OR OTHERWISE LISTED IN OR COVERED BYTHIS APPLICATION FOR PAYMENT WILL PASS TO OWNERATTIME OF PAYMENT FREE AND CLEAR OFALL LIENS, CLAIMS, SECURITY INTERESTAND ENCUMBRANCES (EXCEPT SUCH AS COVERED BY BOND ACCEPTABLE TO OWNER). _ „ 06:5;49M BETTER ROAD: DATED BY Packet Page -2728- 35,907.31 35,907.31 27- Nov -12 12/11/2012 Item 16.A.34. RATE AREA LOCATION 'TYPE CLASS TONNAGE T PLAN AMOUNT 12/30/11 NAPLES John St. S -111 1 162.34 $59.84 $9,714.42 12/3012011 & 1/3/12 NAPLES lCarlton St. I S -III I 1 456.72 1 $57.35 $26,192.89 619.06 1 TOTAL 1 $35,907.31 Packet Page -2729-