Loading...
Agenda 02/26/2019 Item #11D02/26/2019 EXECUTIVE SUMMARY Recommendation to award an Agreement for Invitation to Bid No. 18-7488 “Asphalt Maintenance & Related Roadway Services” to Preferred Materials, Inc. (Primary contractor) and Ajax Paving Industries of Florida, Inc. (Secondary contractor). OBJECTIVE: To award a countywide contract to be utilized on an “as needed” basis for various asphalt related materials and services. The services include, but are not limited to, milling, resurfacing, limerock road conversions, pot holes, spot repairs, grading, overlays, tack coat placements, installations, and other asphalt related services within Collier County right-of-way, and County owned or managed properties. CONSIDERATIONS: On October 2, 2018, the County publicly advertised Invitation to Bid No. 18- 7488 “Asphalt Maintenance & Related Roadway Services.” The County sent out 3,542 notifications of the solicitation, 43 vendors viewed the bid package, and staff received two (2) bids by the November 7, 2018, due date. The solicitation identified that the scope of work could potentially exceed $20,000,000 during the contract period. Staff found the bids responsive and responsible and recommends awarding to low-bidder Preferred Materials, Inc., as the primary contractor, and to Ajax Paving Industri es of Florida, Inc., as the secondary contractor. If the primary contractor is unable to provide services or materials within a requested time frame, then staff can utilize the secondary contractor for services and materials. The bid tabulation totals in the chart below reflect the sum of the single unit prices for services and materials that can be requested. The procurement of services and materials are based on unit prices and/or time and materials. VENDOR LOWEST BID TOTAL Preferred Materials, Inc. $11,877.80 Ajax Paving Industries of Florida, Inc. $19,101.00 When using single unit prices for bid purposes, a secondary analysis may be performed to determine if there are any imbalances with the unit price applications compared to the forecasted wor k assignments. Staff conducted a cost analysis using roads that were identified from the professional services asphalt pavement evaluation for milling and resurfacing forecasted work in the current fiscal year, future work program, and reviewed historical data for spot repair maintenance. The bid tab cost analysis performed verified that Preferred Materials, Inc. unit prices are indeed the lowest for the projected work. The 18 - 7488 bid tabulation cost analysis is included for consideration. Any maintenance work that exceeds $200,000 will require the contractor to submit certified public payment and performance bonds before project commencement. The bonds shall be in the full amount of the maintenance costs. In order to manage the risk and price fluctuation of spot petroleum prices, the contract contemplates using the FDOT monthly adjustment factor for liquid asphalt for work assignments of 201 tons and above. This approach is consistent with the County's historical practice for maintaining our roadways. FISCAL IMPACT: The Road Maintenance Division is the primary user of this bid and annually appropriates budget to utilize these materials and services to repair and maintain County roadways. Other County divisions requiring materials and services for projects shall use funding from their budgets, and issue standard County purchase orders. Historically, the four (4) year countywide expenditures for this agreement exceeded $21,000,000. This amount may increase or decrease in future fiscal years. 11.D Packet Pg. 261 02/26/2019 GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this executive summary. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To award Agreements for Invitation to Bid No. 18-7488 “Asphalt Maintenance & Related Roadway Services” to Preferred Materials, Inc., as the primary contractor, and Ajax Paving Industries of Florida, Inc., as the secondary contractor; and authorize the Chair to sign the attached agreements. Prepared by: Melissa Pearson, Contract Administration Specialist, Growth Management Department ATTACHMENT(S) 1. 18-7488 NORA_signed (PDF) 2. 18-7488 Solicitation (DOCX) 3. 18-7488 Bid Tabulation (XLSX) 4. 18-7488 PreferredMaterials_Contract_VendorSigned (PDF) 5. 18-7488 PreferredMaterials_Insurance_1-11-19 (PDF) 6. 18-7488 AjaxPaving_Contract_VendorSigned (PDF) 7. 18-7488 AjaxPaving_Insurance_1-14-19(PDF) 8. 18-7488 BID TAB COST ANALYSIS (XLSX) 11.D Packet Pg. 262 02/26/2019 COLLIER COUNTY Board of County Commissioners Item Number: 11.D Doc ID: 7715 Item Summary: Recommendation to award an Agreement for Invitation to Bid No. 18-7488 “Asphalt Maintenance & Related Roadway Services” to Preferred Materials, Inc. (primary contractor) and Ajax Paving Industries of Florida, Inc. (secondary contractor). (Joe Delate, Principal Project Manager, Road Maintenance) Meeting Date: 02/26/2019 Prepared by: Title: Contract Administration Specialist – Road Maintenance Name: Melissa Pearson 01/14/2019 3:49 PM Submitted by: Title: Division Director - Road Maintenance – Road Maintenance Name: Travis Gossard 01/14/2019 3:49 PM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 01/14/2019 4:07 PM Road Maintenance Joseph Delate Additional Reviewer Completed 01/14/2019 4:39 PM Procurement Services Kristofer Lopez Additional Reviewer Completed 01/15/2019 7:44 AM Road Maintenance Frank Laco Additional Reviewer Completed 01/15/2019 10:32 AM Growth Management Operations Support Christopher Johnson Additional Reviewer Completed 01/15/2019 4:06 PM Growth Management Department Gene Shue Additional Reviewer Completed 01/15/2019 5:20 PM Procurement Services Sandra Herrera Additional Reviewer Completed 01/16/2019 9:08 AM Growth Management Department Christine Arnold Level 1 Reviewer Completed 01/18/2019 11:29 AM Procurement Services Swainson Hall Additional Reviewer Completed 01/22/2019 9:00 AM Procurement Services Ted Coyman Additional Reviewer Completed 01/22/2019 9:50 AM Growth Management Department Thaddeus Cohen Department Head Review Completed 01/23/2019 9:51 AM Growth Management Department James C French Deputy Department Head Review Completed 01/23/2019 7:17 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 01/24/2019 2:39 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 01/24/2019 4:24 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 01/24/2019 5:01 PM Budget and Management Office Mark Isackson Additional Reviewer Completed 02/01/2019 9:25 AM 11.D Packet Pg. 263 02/26/2019 County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 02/20/2019 8:21 AM Board of County Commissioners MaryJo Brock Meeting Pending 02/26/2019 9:00 AM 11.D Packet Pg. 264 Co�er County Administrative Seivices Department Procurement Services Division Notice of Recommended Award I Solicitation : 18-7488 Asphalt Maintenance Related Roadway Services I Due Date and Time: 3:00 pm 11/7/2018 Respondents: Company Name City County State Bid Amount Preferred Materials, Inc Tampa Hillsboro ugh FL $11,877.80 Ajax Paving Industries of Ft Myers Lee FL $19,101.00 Florida, LLC Responsive/Responsible Y/Y Y/Y Utilized Local Vendor Preference: Yes D No -<-------------------� On October 2, 2018, the Procurement Services Department released Invitation to Bid 18-7488 to 3542 vendors for Asphalt Maintenance Related Roadway Services. Forty-three (43) bid packages were downloaded, and two (2)bids were received on November 16, 2018. It is staff's recommendation to award Preferred Materials, Inc as the Primary Vendor, and Ajax Paving Industries of Florida, LLC as the Secondary Vendor. Required Signatures I Project Manager: Date: Melissa Pearson \ Procurement Strategist: /h--�- Kristofer Lopez I Date: / 2-�/ J- / f/' 12-13-18 11.D.1 Packet Pg. 265 Attachment: 18-7488 NORA_signed (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR ASPHALT MAINTENANCE & RELATED ROADWAY SERVICES SOLICITATION NO.: 18-7488 KRISTOFER LOPEZ, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8944 kristofer.lopez@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 11.D.2 Packet Pg. 266 Attachment: 18-7488 Solicitation (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 18-7488 PROJECT TITLE: ASPHALT MAINTENANCE & RELATED ROADWAY SERVICES LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 DUE DATE: November 7, 2018 @ 3:00 P.M. PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Road Maintenance Division (hereinafter, the “Division”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Invitation to Bid (hereinafter, “ITB”) with the intent of obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specificat ions or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. BACKGROUND The Road Maintenance Division is responsible for maintaining public right-of-way roadways throughout Collier County. This contract includes milling and paving of roadways, spot repairs, base work, road resurfacing, limerock road conversions, and other related items. These specifications are intended to provide information by which prospective bidders may understand the requirements of the County that is relative in supplying and delivering asphalt maintenance services and its related items. The current contract, County departments have spent approximately $20,089,068.74. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one (1) year renewal option. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in ef fect. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to compl y with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. AWARD CRITERIA ITB award criteria are as follows: ➢ The County’s Procurement Services Division reserves the right to clarify a vendor’s submittal prior to the award of the solicitation. ➢ It is the intent of Collier County to award to the lowest, responsive and responsible vendor(s) that represents the best value to the County. ➢ For the purposes of determining the winning bidder, the County will select the vendor with the lowest price as outlined below: • Lowest Bid Total 11.D.2 Packet Pg. 267 Attachment: 18-7488 Solicitation (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) ➢ Collier County reserves the right to select one, or more than one suppliers, award on a line item basis, establish a pool for quoting, or other options that represents the best value to the County; however, it is the intent to: • Award Primary and Secondary Contractors ➢ The County reserves the right to issue a formal contract, standard County Purchase Order, or utilize the County Purchasing Card for the award of this solicitation. DETAILED SCOPE OF WORK The work specified in this solicitation consists of providing all labor, materials, equipment, and incidentals necessary to p erform asphalt pavement maintenance, repairs, installations, and other related items. Additional Documents and Licenses Submission documentation shall include evidence of experience working with government entities for work that is similar in nature as stated in the Scope of Services and specifications. The licenses and certifications are pursuant to Collier County, Contractor’s Licensing, Ordinance Number 2006-46, as amended, and Florida State Statutes. 1. A valid State of Florida Certified Contractor License and FDOT Prequalified Contractor for Work Classes: Flexible Paving and Hot Plant-Mixed Bituminous Courses. 2. A valid Maintenance of Traffic (MOT), Intermediate Level Certification with (3) years’ experience. 3. Brief descriptions demonstrating a minimum of five (5) years’ relevant experience for similar services as stated in the specifications working in the public right-of-way. 4. Equipment List – Contractor must provide a listing of their owned and leased equipment to perform the services for this contract. The list must include a. Manufacturer; b. Model; c. Type; and d. Owned or Leased, and if leased – input the lease expiration date. 5. Letter of Bondability – A Letter of Bondability from the contractor Surety Company (not the surety agent) must be submitted showing their bonding capacity which shall not be less than $200,000.00. 5.1. Any issuer of a Letter of Bondability must be licensed to transact a fidelity and surety business in the State of Florida, wi th an A.M. Best rating of A-(Excellent) or better if contractor bid is over $100,000.00. 5.2. If the surety agent is named on the Surety’s Power of Attorney as a true and lawful Attorney-in-Fact, to make, execute, seal and deliver said letter then a letter from the surety’s agent will be allowed if a copy of the Surety’s Power of Attorney documenting said appointment is included with the Letter of Bondability. 1. Scope of Services The Division Representative(s) will schedule work on an as-needed basis at various times and locations throughout the County. The work performed under this Contract includes, but is not limited to milling, resurfacing, limerock road conversions, pot holes and spot repairs, grading, overlays, tack coat placement with plant mix asphaltic concrete compacted to the meet the new an d existing grades, and all other services related with repair and maintenance of roadways in Collier County right-of-way and County owned or managed properties. a. The Division Representative shall request work on an as-needed basis. b. Any project valued at $200,000 or greater requires the Contractor to submit public performance and payment bonds. c. Glossary: Florida Department of Transportation, Standard Specifications for Roadway and Bridge Construction, latest edition referred to as FDOT specifications; Maintenance of Traffic referred to as MOT; Bid Schedule Unit of Measures shall be referred to as follows: Ton = Ton; Lump Sum = LS; Each = EA; Cubic Yard = CY; Square Feet = SF; Square Yard = SQ YD; Gallon = GAL; Hourly Rate = HR; Mile = Mile; and Linear Foot/Feet = LF. 2. Specifications These specifications are intended to provide information so Contractors understand the requirements of the Road Maintenance Division and other County divisions. Collier County expects the successful Contractor(s) to comply with all terms of this bid fully. Contractors shall perform services at their bid prices; refusal to perform any services at bid prices may be subject to Contr act termination. The bid tabulation unit prices for services are inclusive of the Contractor providing labor, supervision, equipment, tools, materials, 11.D.2 Packet Pg. 268 Attachment: 18-7488 Solicitation (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) mobilization, Maintenance of Traffic (MOT), and incidentals for performing the work. Florida Department of Transportation (FDOT) “Standard Specifications for Roadway and Bridge Construction,” latest edition (known as “FDOT specifications”) The items listed in these specifications shall meet or exceed FDOT specifications for services and materials unless otherwise directed by the Division Representative. 2.1. Work Specifications Roadway maintenance work may consist of the following, but not limited to: 2.1.1. Milling The work consists of removing existing asphaltic concrete pavement by milling to improve the rideability of the finished pavements, to lower the finished grade adjacent to existing curb before resurfacing, or to completely remove existing pavement and incorporate the milled material into the lime rock base. The Contractor shall be held responsible for site conditions during and following milling operations. The work performed under these specifications shall be in accordance with FDOT standard specifications for construction. The unit measure for milling is by square yards, and the unit prices include labor, equipment, materials, mobilization, and MOT. Listed below are the quantity categories. a. Projects up to 250 square yards b. Projects from 251square yards through 1,000 square yards c. Projects from 1,001 square yards through 5,000 square yards d. Projects from 5,001 square yards through 15,000 square yards e. Projects from 15,001 square yards through 25,000 square yards f. Projects from 25,001 square yards and above 2.1.1.1. Milling existing asphalt pavement: When milling to remove a layer of asphalt, an average depth of cut shall be between approximately one (1) inch to two (2) inches. The Division Representative will determine the depth of the milling for the project, which may require the contractor to obtain bore samples randomly as directed by the Division Representative, at no additional cost to the County. a. When milling to remove a layer of asphalt material, remove the existing pavement to the average depth specified in the plan or work order, in a manner that will restore the pavement surface to a uniform cross- section and longitudinal profile. b. Remove the existing raised reflective pavement markers before milling; removal costs are inclusive in the milling unit price. 2.1.1.2. Milling and incorporating asphalt material with limerock base: When milling to incorporate the asphalt material with the lime rock base, an average depth of cut shall be approximately three (3) inches to five (5) inches (example: one (1) inch of surface treatment and two (2) inches to four (4) inches of lime rock base, both milled and mixed). 2.1.1.3. Bump Milling: This may require large or small machine milling to create a smooth transition with existing asphalt or other surrounding structures for the smooth transition from existing to newly placed asphalt when only overlay is being done. a. The use of a small machine for bump milling is at the discretion of the Division Representative; however, depending upon the area, the Division Representative must request a large milling machine to produce smooth transitions of the finished product. b. Bump milling is not a separate pay line item, and it shall be considered part of the per ton pay item of asphalt by the ton. 2.1.1.4. Milled Surface Longitudinal Profile: When milling to remove a layer of asphalt, the existing pavement shall be removed to the average depth specified in the plan or work order that will restore the pavement surface to a uniform cross section and longitudinal profile. The Contractor shall remove existing raised reflective pavement markers before milling. The cost of removing existing pavement markers is included in the unit price for milling. 2.1.1.4.1. The longitudinal profile of a milled surface shall be established on the side of the cut nearest the centerline of the road. The cross slope of the milled surface shall be established by a second sensing device near the outside edge of the cut, or by an automatic cross slope control mechanism. The Division’s plans may waive this requirement for an automatic grade or cross slope controls where the situation warrants such action. The Contractor may elect to make multiple cuts to achieve the required 11.D.2 Packet Pg. 269 Attachment: 18-7488 Solicitation (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) pavement configuration of the depth of cut. 2.1.1.5. Milled Surface Pattern Striations: If there is traffic on milled surfaces before placing the new asphalt concrete, the pattern of striations must create an adequate riding surface, and the Division Representative may control the traveling speed of the milling machine for a texture that will produce an acceptable riding surface. 2.1.1.6. Milling Clean-Up: The Contractor’s crews shall remove excess materials to minimize dust before opening the area to traffic to minimize traffic hazards and air pollution as follows. a. Contractor’s crews shall thoroughly sweep the pavement immediately after milling with a powe r broom, or similar approved equipment, to prevent infiltration of milled materials in the stormwater sewer systems, adjacent municipal curbs and gutters, or closed drainage systems. The Division Representative may waive this task depending upon site conditions. b. The Contractor must remove excess milled materials from gutters and use caution to protect the curb from damage and to prevent material from being swept into the inlet openings or inlet grates. c. The equipment and methods used for sweeping gutters require approval by the Division Representative at the beginning of the project, and the Division Representative has the authority to revise the excess material removal method. d. If the Contractor fails to prevent milled materials from entering into the stormwater structures or systems, the Contractor is required to have the structure or system cleaned at ninety-nine percent (99%), at their expense, and at no additional costs to the County. 2.1.1.7. Milled Surfaces: The Contractor shall mill surfaces with a uniform texture: a. Within one-quarter (1/4) inch of a true profile grade, and no deviation that is more than one -quarter (1/4) inch from a straightedge applied to the pavement perpendicular to the centerline. b. The variation of the longitudinal joint between multiple cut ar eas must not exceed one-quarter (1/4) inch. c. The Division Representative may accept areas varying from the true surface that is more than the above the stated tolerances without correction if they determined it was caused by pre-existing conditions, which could not be reasonably corrected by the milling operations. d. The Contractor shall correct unsuitable textures or profiles, as determined by the Division Representative, at no additional cost to the County. e. The Division Representative may require re-milling areas where surface laminations caused a non-uniform texture to occur, at no additional cost to the County. 2.1.1.8. Milling exceeding asphalt layer and road base: If millings include a depth exceeding the asphalt layer and the road base, the Division Representative will direct the Contractor to prime and seal the area before opening lanes to traffic. In situations where milling/asphalt overlay or milling surface/base prime and seal occur, the Contractor shall be responsible for all traffic control measures in accordance with FDOT standards and Collier County standards. 2.1.1.9. Milling Material Disposal/Retainage: The Division Representative may request that the Contractor retain milling materials from any project performed under this contract. The contractor will transport the retained millings to a location holding area specified by the Division Representative that is within Collier County, and the same day as requested, at no additional cost to the County. Otherwise, the contractor must load, haul, and dispose, or retain milling materials in accordance with all laws, regulations, and ordinances. 2.1.1.10. Milling Equipment: The milling equipment must be in optimal running condition, and it must have the ability to maintain a depth of cut cross slope to achieve the results stated in the specifications. a. The equipment shall have an out-to-out measurement with an overall minimum length of eighteen feet (18’) excluding the conveyor. The equipment’s minimum cutting width shall be six feet (6’). b. The milling machine must have a built-in automatic grade control system that can control the transverse slope and the longitudinal profile to produce the stated results. c. Any commercially manufactured milling machine meeting the above requirements will be approved to start the project. d. If it becomes evident after milling has started that the milling machine cannot consistently produce the specified results, the milling machine may be rejected for further use. e. Milling to a lower grade adjacent to an existing curb, or other areas where it is impractical to use the equipment described above, the use of a smaller milling machine may be permitted. f. The milling machine must limit the amount of dust escaping during the removal operation. If the milling equipment creates a lot of dust, the division may require that the Contractor pre-wet the pavement. 11.D.2 Packet Pg. 270 Attachment: 18-7488 Solicitation (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) g. For complete pavement removal, the use of alternate removal and crushing equipment may be necessary, and it requires pre-approval from the Division Representative. 2.1.2. Asphalt Installations The asphalt concrete materials installed under this Contract shall conform to FDOT specifications including the plant and methods of operation for preparing plant mixed hot bituminous mixtures of asphaltic concrete, and the requirements for the equipment being used and the placement. The application of asphaltic concrete surface course to existing wearing surfaces is as follows. a. Fill in asphalt cracks/holes deficiencies before placing asphalt. b. Depending upon the project, the asphalt will typically range from one-half inch (1/2”) to three-inch (3”) courses. c. A leveling course may require several courses before developing the surface course. Payment for each course is at a unit price per ton. d. The work includes grading back pavement edge, sweeping the surface (directed by the Division Representative), applying tack coat, supply asphalt hot mix, laying the hot mix in place, rolling the asphalt surface with both a steel wheel compactor and a rubber-tire roller for a smooth defect-free surface. e. Clean completed areas and ensure they are free of all debris and materials. f. County staff will inspect finished work for accuracy and completeness before offering final acceptance. 2.1.2.1. Asphalt Unit Price The unit price bid shall include labor, equipment, materials, mobilization, MOT, and bump milling. The unit of measure for resurfacing, asphalt overlays, and asphalt over the prepared base projects is by the ton. a. Small Projects and Spot Repairs = up to 200 tons b. Medium Jobs = 201 tons through 400 tons c. Large Jobs = 401 tons and above 2.1.2.2. Asphalt Project Class Types I. Class I – Resurfacing projects The unit prices shall include grading back the pavement edge, milling the existing surface when required (an additional line item price), sweeping the existing pavement surface, providing the asphalt tack material and tacking the existing pavement, providing the asphalt hot mix and laying the asphalt in place, and rolling the asphalt surface with both a steel wheel compactor and a rubber -tire roller leaving a smooth defect-free surface. II. Class II - Asphalt surfaces over prepared bases Each roadway that has been primed and sanded/lean mixed, the unit prices shall include sweeping the surface as directed by the Division Representative, providing the hot asphalt mix, laying the asphalt in place, rolling the asphalt surface with both a steel wheel compactor and a rubber-tire roller leaving a smooth defect-free surface. III. Class III, Asphalt surface installations on other surfaces other than roadways (i.e., bike paths, sidewalks, parking lots, alleyways, paved ditches, etc.). The unit price shall include grading back pavement edge, milling the existing surface when required under another unit price, sweeping the existing paving surface or primed and sanded area, providing the asphalt tack materials, tacking the existing surface, providing the asphalt hot mix, laying the asphalt in place, rolling the asphalt surface with both a steel wheel compactor, and a rubber -tire roller leaving a smooth defect-free surface. 2.1.3. Priming (Prime Application to a Prepared Base) The bidder shall input their unit price to prime an area after the base material has been prepared to protect the surface before the asphalt is laid in place. All work shall conform to FDOT specifications, or unless otherwise directed by the Division Representative. The unit price shall include labor, equipment, materials, mobilization, MOT, and any incidentals to complete the work. This item may be used for the application of other surface treatments as requested by the division. The pay item unit of measure is square yards, and the project quantities are listed below. a. Spot Repairs & Small Jobs = up to 3,200 sq. yds. b. Medium Jobs = 3,201sq. yds. through 6,400 sq. yds. c. Large Jobs = 6,401 sq. yds. and above. 11.D.2 Packet Pg. 271 Attachment: 18-7488 Solicitation (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 2.1.4. Other Asphalt Related Items – County to pick up materials within the borders of Collier County The County reserves the right to purchase liquid asphalt such as RC -70 or other liquid emulsified asphalt products from any bidder to which "Cold Mix at Plant" and "Hot Mix at Plant" is awarded. Such purch ases shall be at the bid amount, or prevailing retail non-bid prices, whichever is less, and may be purchased in any quantity including small quantities when cold mix and the hot mix is picked up by the County. "Hot Mix at Plant" will include all types of mix, such as SP-9.5, SP-12.5, FC-5, FC-9.5, FC-12.5, S-I, S-III, etc. "Cold Mix" and "Hot Mix" at plant shall be bid by the ton. Unit of measure for Liquid asphalt items is by the gallon. 2.1.5. Swale Rework This additional service line item may be requested following roadway widening. The work consists of re -grading and stabilizing the swale with grass seed or sod, as requested by the Division Representative. 2.1.6. Spot Repairs Work request for non-emergency spot repairs will be paid at the unit price without adjustment for asphalt price index changes. 2.1.7. Emergency Spot Repairs In addition to regular spot repair requests, the County may need to respond and perform emergency spot repairs. In addition to the spot repair unit price, an additional per each unit price will be paid at the level of priority in which the repairs were completed. The additional cost is to compensate the Contractor for prioritizing the work and completing the project within the priority time parameter. Priority levels are one (1) through (3) and they are defined below. Contractors are required to respond to emergency spot repair requests. If the Co ntractor fails to respond to emergency spot repair requests, their Contract may be subject to termination. a. Emergency spot repairs are paid in addition to the unit price for the spot repair. The additional priority repair fee for the emergency spot repair is for the Contractor to mobilize equipment quickly and perform the emergency repair. b. In the event the contractor does not respond by the priority requested timeframes, no additional charge will be paid for by the County, other than the bid unit price for the repair. 2.1.7.1. Priority Repairs: Priority repairs are listed in three (3) categories below. 1. Priority 1 Repairs: requires the contractor to respond on-site within two (2) hours to evaluate the work, then schedule labor and mobilization of equipment, and perform the work within twelve (12) hours. 2. Priority 2 Repairs: requires the contractor to respond on-site within twenty-four (24) hours to evaluate the work, then schedule labor and mobilization of equipment, and perform the work within Forty -eight (48) hours. 3. Priority 3 Repairs: requires the contractor to respond on-site within forty-eight (48) hours to evaluate the work, then schedule labor and mobilization of equipment, and perform the work within seventy-two (72) hours. 2.1.8. Materials Markup Percentage The Contractor must input a markup percentage for non-bid line items which does not exceed fifteen percent (15%) markup. Percentage amount is not factored into the award. However, the bid may not be awarded to contractors if omitted or exceeds the allowable limit. Reimbursement for non-bid line items purchases shall require the contractor to submit receipts showing the cost of goods to verify markup cost; no markup for shipping charges. Failure to provide receipts backup may result in invoice rejection. 2.1.9.Additional Services Incidental Labor The hourly labor may be requested for projects such as paver crosswalks and protection, replacing worn pavers, timbers, retaining blocks along pathways, or other work while performing roadway paving maintenance. 2.1.10. Paver Protection: Sand or Board To prevent damage to pavers (brick, decorative, stencils, etc.) installed on roadways (crosswalks, entrances, driveways, etc.), the Contractor shall provide protection when requested by the Division Representative. The protectio n’s purpose is to prevent damage to the pavers by distributing the weight. This will provide a buffer between the pavers and heavy equipment/machinery when traveling over them. Any damage to pavers is the sole responsibility of the Contractor to repair the damages. The two (2) types of protection are sand or boards. 11.D.2 Packet Pg. 272 Attachment: 18-7488 Solicitation (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 1) Boards – The unit of measure is square feet, and the unit price is inclusive of Contractor purchasing and delivering the board protection to the job-site, installing, and removing. 2) Sand – A minimum layer of two -inches (2”) of sand. The unit of measure is by cubic yard, and the unit price is inclusive of Contractor purchasing and delivering the sand, installing, removing and sweeping sand from job -site. 3. General Information 3.1. Meetings Following the contract award by the Board of County Commissioners, the Road Maintenance Division, Contract Administration Specialist will schedule a Contract Kick-Off meeting with Division staff and Contractor’s key personnel assigned to the Contract to review the contract documents and a clear understanding of the work required by the Division. a. Throughout the contract term, either party may request meetings for pre-construction, contract performance, or other items as it relates to the Contract. The Contractor and Division staff are required to attend a meeting at no additional cost to the County. b. The Contractor’s key personnel assigned to the Contract shall be qualified and authorized to act on behalf of the Contractor it represents; attendance is required. If they are unavailable to attend scheduled meetings, they may request a meeting extension, if practicable for the project, or assign another employee to act on their behalf, which has the same qualifications and authorization. 3.2. Public Performance and Payment Bonds Any project valued at $200,000 or greater require s public performance and payment bonds in the full amount of the project costs. a. The Contractor shall provide the Division with certified public payment and performance bonds in the amount of the project costs, at no additional costs to the County. b. The Contractor shall file the bonds with the Clerk of Courts, Records & Minutes Department, before the commencement of services. The recording fees are the responsibility of the Contractor. c. The bonds must have the following information included: a. Project Costs; b. Contract Number; c. Pr oject Title; d. Departmental Work Order Number (if applicable); and e. Purchase Order Number. d. Following filing the bonds with the Clerk, the Contractor shall email copies of the bonds to the Division’s Contract Administration Specialist and Representative showing evidence of recorded bonds. 3.3. Bituminous Price Adjustments Bituminous adjustments will apply under this Contract. Bituminous adjustments will apply under this Contract. A primary cost factor of this bid is based on the price of petroleum, and the conditions in this market are highly unstable and beyond the control of the bidder. Therefore, the prices bid for asphalt may be adjusted each month based on the increase or decrease cost of li quid asphalt. This adjustment will be determined by the FDOT Asphalt Price Index. The adjustment will be in accordance with FDOT Specifications for Road and Bridge Construction, latest edition, section 9 -2.1.2 ($ Adjustment = (Index Difference) (Gallons)). The adjustments are based upon liquid asphalt content at 6.25% per ton of asphalt which is equal to 125 pounds. Assuming liquid asphalt weighs 8.58 pounds per gallon which equals 14.57 gallons of liquid asphalt per ton of asphalt. That number (14.57) is multiplied by the FDOT asphalt Price Index difference. That number will then be added or subtracted to the original bid price to make the adjusted asphalt price for that month. Each increase or decrease shall be sent to the Division Representative in Road Maintenance showing the price changes and substantiating the change with a copy of the current month's FDOT Asphalt Price Index (API). 3.4. Work Schedules Work schedules may be for numerous tasks or projects at various times and locations as needed by County divisions. The Division shall determine the sequence of work taking into consideration scheduling each project or task for minimal disturbance and impact to pedestrian and vehicular traffic as possible. a. Before the commencement of on any project or task, the Contractor shall meet or discuss with the Division Representative and Inspector to develop a detailed work schedule within two (2) business days from the Division Representative’s request. b. The Contractor shall coordinate the sequence of work, so the schedule progresses ensuring timely performance of the work and project completion within the specified timeline. c. The work schedules must provide a project name, location, dates and times, and Contractor’s key personnel for the project with contact information. 3.5. Contractor Key Personnel The contractor must provide key personnel, and an assign a Project Manager, Supervisor, and Crew Leader. Provide contact information to Division at the contract kick-off meeting. It must include emails, business, and cell phone numbers. 11.D.2 Packet Pg. 273 Attachment: 18-7488 Solicitation (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 3.6. Contractor’s Employees The Contractor shall have sufficient crews to perform services for multiple divisions throughout the County under this contract. The employees shall be fully trained and qualified to perform services, know how to safely operate equipment and vehicles, use extreme caution while working in County right-of-way, and be able to communicate and coordinate effectively with County staff and other County Contractors that may be working in conjunction on the same project. The Contractor shall give constant attention necessary to ensure the scheduled progress is on-time and there is full cooperation with the Division and with other Contractors working in the vicinity. 3.6.1. Contractor Superintendent Contractor’s Superintendent must have a superintendent at the site always while work is in progress to act as the Contractor’s representative with full authority to make decisions. They shall possess the follo wing: a. Interpret the Contract documents. b. Qualified and experienced in the work being performed. c. Full authority to receive instructions from the division and supply materials, tools, equipment, labor, and incidentals that may be required. d. Speak and understands English and maintains at least one (1) another responsible person who speaks and understands English, on the project during all working hours. 3.6.2. Worksite Traffic Supervisor Provide a Worksite Traffic Supervisor who is responsible for initiating, installing, and maintaining all traffic control devices. They shall possess the following: a. At least one (1) year of experience directly related to worksite traffic control in a supervisory or responsible capacity and is certified by the American Traffic Safety Services Association Worksite Traffic Supervisor Certification Program or an approved equal. Use approved alternate Worksite Traffic Supervisors when necessary. b. Available on a twenty-four (24) hour per day basis, and who reviews the project on a day-to-day basis and participates in all changes to traffic control. c. Access to all equipment and materials needed to maintain traffic control and handle traffic related situations. d. Immediately corrects all safety deficiencies, and not allow minor deficiencies that are not immediate safety hazards to remain uncorrected for more that twenty-four (24) hours. e. Present to direct the initial setup of the traffic control plan and any changes. f. Available on the site within forty-five (45) minutes after notification of an emergency and is prepared to positively respond to repair the work zone traffic control o r to provide alternate traffic arrangements. The Project Manager may remove from the project any Worksite Traffic Supervisor that fails to comply with the provisions of this sub- article and shut down the work until an alternate Worksite Traffic Supervisor is approved before starting and continuing the work. 3.7. Contractor Quality Control & Testing The Contractor shall oversee the control of the materials and work ensuring they are conforming to FDOT specifications, or as directed by the Division Representative. The Contractor shall contract with an FDOT approved testing facility to perform quality control testing of materials and workmanship as requested by the Division Representative, at the Contractor’s expense. 3.8. Maintenance of Traffic (MOT) MOT Intermediate Level Certification is a requirement for services in the public right-of-way. The Contractor shall have MOT devices for adequate traffic control, and depending on the project’s roadway, it may include: signage, arrow boards, message boards, warning devices, barriers, and flagmen. a. MOT is required for the safety and protection of Contractor’s employees and traveling motorists during the performance of services in the ROW. b. It is the Contractor’s sole responsibility for safety in the work zone. c. The Contractor shall conform to the latest edition of the FDOT, Design Standards, 600 series and The Manual on Uniform Traffic Control Devices (MUTCD). d. Contractor or sub-contractor will be required to have current FDOT approved MOT Intermediate Level Certification for FDOT, Design Standards, 600 series. e. Contractor’s employees that are responsible for the setup and maintenance of the traffic control plan shall possess FDOT approved certification in their name, and they must be readily available within thirty (30) minutes of initial contact, to be on - site to discuss work zone safety issues. 3.9. Lane Closure No lane closures are permitted between the hours of 7:00 AM to 9:00 AM and 3:30 PM to 6:30 PM on weekdays. Lane closures require Maintenance of Traffic (MOT) with the proper placement of lane closed signs, pre-warning signs, arrow boards, traffic cones, etc. 11.D.2 Packet Pg. 274 Attachment: 18-7488 Solicitation (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) a. It is mandatory that the Contractor notifies Growth Management Department, Customer Service Specialist and staff on Wednesday before lane closure(s), so it can be announced in Collier County’s public Road Alert Notification system. b. Notification is completed by filling out the ROAD ALERT form and submitting it by e-mail or fax. The form is self- explanatory; please fill out in its entirety. If you e-mail the form, please send to all e-mails listed on the form: growthmanagement@colliergov.net and Connie Deane connie.deane@colliercountyfl.gov, or by fax: 239-252-2726. c. If you have any ROAD ALERT questions, please call 239-252-8192 or 239-252-8365. 3.10. Damages Carelessness by the Contractor resulting in damage to turf, curbs, sidewalks, pavement or structures, mailboxes, appurtenances, etc. shall be repaired or replaced by the Contractor to the satisfaction of the Division at no additional cost to the Divisio n. The contractor’s negligence while providing services and causing damages shall be repaired or replaced at the contractor’s expense within seventy-two (72) hours. 3.11. Accident Reporting The Contractor is responsible for reporting to County staff, accidents or thefts while working on projects, and they must comply with assistance requests from law enforcement, emergency personnel, or other County entities. 3.12. Notice to Begin Work (NTBW) – May not apply to other divisions The issuance of a Notice to Begin Work, or an email from the Landscape Division Representative (only in the absence of the Contract Administration Specialist), is a requirement for work to commence. a. The notification shall have a commencement and completion date. b. No work shall commence without an NTBW or an email authorization from the Division Representative. 3.13. Defective Workmanship Corrections The cost of correcting work shall be at the Contractor’s expense. 3.14. Work Delays/Time Extensions The Contractor must notify the Division immediately of any delays via phone call, and they must follow-up with an email the next business day with a written summary. Inclement weather, Acts of Force Majeure, or unforeseen circumstances at no fault of the contractor/subcontractor causing work delays that may result in excee ding completion date timelines assigned by Division. One (1) example of an inexcusable delay is the contractor not having sufficient equipment to complete services. a. Contractor/subcontractor shall immediately notify the Division Representative of any work delays, and within twenty-four (24) hours they must follow-up in writing via email with an explanation of the delay to request a time extension. b. Division Supervisor will review the request to determine if the delay is at no fault of the contractor / subcontractor. c. Granting of time extensions requires a revision to the Notice to Begin Work or an email from the Landscape Division Representative (only in the absence of the Contract Administration Specialist). 3.15. Inspections and Acceptance The division Inspector shall inspect services of completed work for the quality and completeness of the work that is within the authorized timelines. The inspections are per the specifications and the work requested. Any area determined to be unsatisfactory or deemed as unacceptable per the specifications requires the Contractor to correct the defeciencies at no additional cost to the County. Carelessness by the Contractor resulting in damage to turf, curbs, sidewalks, pavement or structures, mailboxes, appurtenances, etc. shall be repaired or replaced by the Contractor to the satisfaction of the Division at no additional cost to the Divisio n. Rejection of invoices may occur for work that is incomplete; partial work completed within a work site area shall be considered incomplete. 3.16. Night Work There is no additional compensation for nighttime work. During active nighttime operations, furnish, place and maintain lighting sufficient to permit proper workmanship and inspection. a. Use lighting with five ft·cd [54 lx] minimum intensity. Arrange the lighting to prevent interference with traffic or produce undue glare to property owners. b. Operate such lighting only during active nighttime construction activities. c. Provide a light meter to demonstrate that the minimum light intensity is being maintained. d. Use of portable floodlights, standard equipment lights, existing streetlights, temporary streetlights, or other lighting meth ods approved by the division. 11.D.2 Packet Pg. 275 Attachment: 18-7488 Solicitation (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) e. Submit a lighting plan before services commence. The plan must be on standard size plan sheets. f. Do not start night work before the division approves the lighting plan. g. During active nighttime operations, furnish, place and maintain variable message signs to alert a pproaching motorists of lighted construction zones ahead. h. Operate the variable message signs only during active construction activities. i. All vehicles used on the project shall be equipped with either amber flashing lights or flashing white lights. j. Equip all other equipment with a minimum of 4 ft² of reflective sheeting or flashing lights. k. To avoid distraction to motorists, do not operate the lights on the vehicles or equipment when the vehicles are outside the clear zone or behind traffic control devices. l. Comply with all applicable regulations governing noise abatement. m. ATSSA Certified Worksite Supervisor on site during all nighttime operations to ensure proper Maintenance of Traffic. 3.17. Law Enforcement Services The division may require the Contractor to provide an off-duty law enforcement officer. Price and payment will be considered full compensation for the services of the off-duty law enforcement officer, including a marked law enforcement vehicle fully equipped with emer gency lighting. The Division must approve utilizing these services. 3.18. Underground Utility Notification The Contractor shall contact Sunshine 811 at 811 or 800-432-4770 before digging. Sunshine 811 requires two (2) full business days’ notice. If the Contractor damages utilities, it is at their expense, and at no cost to the County. 3.19. Safety Requirements The division may inspect the Contractor equipment before contract commencement and may inspect throughout the Contract term to ensure safety devices are intact and it is in good working conditions. a. If the Division Safety Coordinator finds any equipment to be inadequate of safety devices or it is not in proper working condition and may cause safety issues, then the Contractor shall immediately remove the equipment from service until the deficiency are corrected to the satisfaction of the Division Safety Coordinator. b. Contractor shall have replacement equipment, so the Contract performance is not delayed. Delayed performance from equipment being out-of-service shall result in deductions for non-performance if timelines are surpassed. c. Contractor employees and sub-contractor’s employees’ safety equipment shall be required to be in accordance with current Florida DOT design standards, index 600 when working within County Right -of-Ways. 3.20. Performance Standards The Contractor shall perform to the standards in this solicitation and subsequent Contract documents. The Contractor agrees to warrant their work and professionally perform services. If Contractor fails to perform in accordance to the Scope of Work/Specifications, including subsequent Contract Documents, the Division has the sole discretion to deem such failure as sufficient cause for default which may result in Contract termination. 3.20.1. Failure to Perform Contractor refuses to begin work, improperly perform work, unnecessarily delays work, neglects or refuses to correct work that was rejected or is defective. Division Representative may notify the Contractor to repair and replace work immediately, and if the Contractor refuses to correct the work, the Division may request that all work discontinues under this Contract. 3.20.2. Non-Performance Penalty Failure to complete a project within the Notice to Begin Work (NTBW) timeframe may result in a penalty assessment of four-hundred fifty dollars ($450.00) per day for each day of non-compliance or ten percent (10%) percent penalty of the total project cost; the penalty shall be whichever is greater. The Division Director may reduce or waive the penalty amount assessed under this contract. 3.21. Compensation Invoice submission for payment approval must be accurate and complete with details of services performed or commodities purchased. a. The division will approve payment for completed work that is accepted as satisfactory by the Division; invoices will be rejected for incomplete work or defective materials. b. Non-bid line item purchases having a markup percentage must have receipts submitted for costs verification. c. Invoice rejection will occur if they are not accurate and without backup documentation submission, if applicable. d. At a minimum, invoices shall include: Division Name, Contract Number, Purchase Order N umber, Work Order Number (if applicable), Details of Services Performed or Commodities Purchased, and if there are Non-Bid Line Items, the contractor’s cost for each item and the bid percentage markup. 11.D.2 Packet Pg. 276 Attachment: 18-7488 Solicitation (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List): The Solicitation Submittal has been signed. The Solicitation Pricing Document (Bid Schedule/Quote Schedule/Proposal Pricing/etc.) has been completed and attached. All applicable forms have been signed and included, along with licenses to complete the requirements of the project. Any addenda have been signed and included. Affidavit for Claiming Status as a Local Business, if applicable. Division of Corporations - Florida Department of State – http://dos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). 11.D.2 Packet Pg. 277 Attachment: 18-7488 Solicitation (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) Procurement Strategist: Kristofer Lopez Project Manager: Melissa Pearson Bid Tabulation 18-7488 Asphalt Maintenance Related Roadway Services Invitations:3542 Downloaded:43 Submitted: 2 Preferred Materials, Inc Ajax Paving Industries of Florida, LLC Item Description Qty UOM Unit Price Unit Price 1 SP 9.5 / HOT MIX INSTALLED 1 -10 TON 185.00$ 250.00$ 2 SP 9.5 / HOT MIX INSTALLED 11 - 20 TON 185.00$ 240.00$ 3 SP 9.5 / HOT MIX INSTALLED 21 - 44 TON 185.00$ 230.00$ 4 SP 9.5 / HOT MIX INSTALLED 45 - 66 TON 150.00$ 220.00$ 5 SP 9.5 / HOT MIX INSTALLED 67 - 88 TON 150.00$ 210.00$ 6 SP 9.5 / HOT MIX INSTALLED 89 - 200 TON 150.00$ 200.00$ 7 SP 12.5 / HOT MIX INSTALLED 1 -10 TON 185.00$ 250.00$ 8 SP 12.5 / HOT MIX INSTALLED 11 - 20 TON 185.00$ 240.00$ 9 SP 12.5 / HOT MIX INSTALLED 21 - 44 TON 185.00$ 230.00$ 10 SP 12.5 / HOT MIX INSTALLED 45 - 66 TON 150.00$ 220.00$ 11 SP 12.5 / HOT MIX INSTALLED 67 - 88 TON 150.00$ 210.00$ 12 SP 12.5 / HOT MIX INSTALLED 89 - 200 TON 150.00$ 200.00$ 13 FC 5 / HOT MIX INSTALLED 1 -10 TON 185.00$ 118.00$ 14 FC 5 / HOT MIX INSTALLED 11 - 20 TON 185.00$ 118.00$ 15 FC 5 / HOT MIX INSTALLED 21 - 44 TON 185.00$ 118.00$ 16 FC 5 / HOT MIX INSTALLED 45 - 66 TON 150.00$ 118.00$ 17 FC 5 / HOT MIX INSTALLED 67 - 88 TON 150.00$ 118.00$ 18 FC 5 / HOT MIX INSTALLED 89 - 200 TON 150.00$ 118.00$ 19 FC 9.5 / HOT MIX INSTALLED 1 -10 TON 185.00$ 250.00$ 20 FC 9.5 / HOT MIX INSTALLED 11 - 20 TON 185.00$ 240.00$ CLASS I ASPHALT (Unit price includes Maintenance of Traffic, mobilization/demobilization, labor, materials, equipment, disposal, and all other incidentals to complete the work) SMALL PROJECTS AND SPOT REPAIRS Page 1 of 11 10/25/18: Addendum #2 Revised Bid Schedule 18-7488 11.D.3 Packet Pg. 278 Attachment: 18-7488 Bid Tabulation (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) Procurement Strategist: Kristofer Lopez Project Manager: Melissa Pearson Bid Tabulation 18-7488 Asphalt Maintenance Related Roadway Services Invitations:3542 Downloaded:43 Submitted: 2 21 FC 9.5 / HOT MIX INSTALLED 21 - 44 TON 185.00$ 230.00$ 22 FC 9.5 / HOT MIX INSTALLED 45 - 66 TON 150.00$ 220.00$ 23 FC 9.5 / HOT MIX INSTALLED 67 - 88 TON 150.00$ 210.00$ 24 FC 9.5 / HOT MIX INSTALLED 89 - 200 TON 150.00$ 200.00$ 25 FC 12.5 / HOT MIX INSTALLED 1 - 10 TON 185.00$ 250.00$ 26 FC 12.5 / HOT MIX INSTALLED 11 - 20 TON 185.00$ 240.00$ 27 FC 12.5 / HOT MIX INSTALLED 21 - 44 TON 185.00$ 230.00$ 28 FC 12.5 / HOT MIX INSTALLED 45 - 66 TON 150.00$ 220.00$ 29 FC 12.5 / HOT MIX INSTALLED 67 - 88 TON 150.00$ 210.00$ 30 FC 12.5 / HOT MIX INSTALLED 89 - 200 TON 150.00$ 200.00$ Item Description Qty UOM Unit Price Unit Price 31 SP 9.5 / HOT MIX INSTALLED 201 - 400 TON 113.50$ 115.00$ 32 SP 12.5 / HOT MIX INSTALLED 201 - 400 TON 113.50$ 110.00$ 33 FC 5 / HOT MIX INSTALLED 201 - 400 TON 125.00$ 118.00$ 34 FC 9.5 / HOT MIX INSTALLED 201 - 400 TON 120.00$ 160.00$ 35 FC 12.5 / HOT MIX INSTALLED 201 - 400 TON 115.00$ 150.00$ Item Description Qty UOM Unit Price Unit Price 36 SP 9.5 / HOT MIX INSTALLED 400 & ABOVE TON 109.00$ 105.00$ 37 SP 12.5 / HOT MIX INSTALLED 400 & ABOVE TON 109.00$ 100.00$ 38 FC 5 / HOT MIX INSTALLED 400 & ABOVE TON 125.00$ 118.00$ 39 FC 9.5 / HOT MIX INSTALLED 400 & ABOVE TON 115.00$ 135.00$ 40 FC 12.5 / HOT MIX INSTALLED 400 & ABOVE TON 110.00$ 125.00$ LARGE PROJECTS MEDIUM PROJECTS Page 2 of 11 10/25/18: Addendum #2 Revised Bid Schedule 18-7488 11.D.3 Packet Pg. 279 Attachment: 18-7488 Bid Tabulation (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) Procurement Strategist: Kristofer Lopez Project Manager: Melissa Pearson Bid Tabulation 18-7488 Asphalt Maintenance Related Roadway Services Invitations:3542 Downloaded:43 Submitted: 2 Item Description Qty UOM Unit Price Unit Price 41 SP 9.5 / HOT MIX INSTALLED 1 - 100 TON 150.00$ 130.00$ 42 SP 12.5 / HOT MIX INSTALLED 1 - 100 TON 150.00$ 125.00$ 43 FC 5 / HOT MIX INSTALLED 1 - 100 TON 1.00$ 118.00$ 44 FC 9.5 / HOT MIX INSTALLED 1 - 100 TON 130.00$ 185.00$ 45 FC 12.5 / HOT MIX INSTALLED 1 - 100 TON 130.00$ 175.00$ 46 SP 9.5 / HOT MIX INSTALLED 101 - 200 TON 125.00$ 125.00$ 47 SP 12.5 / HOT MIX INSTALLED 101 - 200 TON 125.00$ 120.00$ 48 FC 5 / HOT MIX INSTALLED 101 - 200 TON 1.00$ 118.00$ 49 FC 9.5 / HOT MIX INSTALLED 101 - 200 TON 120.00$ 170.00$ 50 FC 12.5 / HOT MIX INSTALLED 101 - 200 TON 120.00$ 160.00$ Item Description Qty UOM Unit Price Unit Price 51 SP 9.5 / HOT MIX INSTALLED 201 - 400 TON 115.00$ 115.00$ 52 SP 12.5 / HOT MIX INSTALLED 201 - 400 TON 115.00$ 110.00$ 53 FC 5 / HOT MIX INSTALLED 201 - 400 TON 1.00$ 118.00$ 54 FC 9.5 / HOT MIX INSTALLED 201 - 400 TON 120.00$ 160.00$ 55 FC 12.5 / HOT MIX INSTALLED 201 - 400 TON 120.00$ 150.00$ Item Description Qty UOM Unit Price Unit Price 56 SP 9.5 / HOT MIX INSTALLED 401 & ABOVE TON 110.00$ 105.00$ LARGE PROJECTS SMALL PROJECTS AND SPOT REPAIRS MEDIUM PROJECTS CLASS II ASPHALT (Unit price includes Maintenance of Traffic, mobilization/demobilization, labor, materials, equipment, disposal, and all other incidentals to complete the work) Page 3 of 11 10/25/18: Addendum #2 Revised Bid Schedule 18-7488 11.D.3 Packet Pg. 280 Attachment: 18-7488 Bid Tabulation (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) Procurement Strategist: Kristofer Lopez Project Manager: Melissa Pearson Bid Tabulation 18-7488 Asphalt Maintenance Related Roadway Services Invitations:3542 Downloaded:43 Submitted: 2 57 SP 12.5 / HOT MIX INSTALLED 401 & ABOVE TON 110.00$ 100.00$ 58 FC 5 / HOT MIX INSTALLED 401 & ABOVE TON 1.00$ 118.00$ 59 FC 9.5 / HOT MIX INSTALLED 401 & ABOVE TON 120.00$ 135.00$ 60 FC 12.5 / HOT MIX INSTALLED 401 & ABOVE TON 110.00$ 125.00$ Item Description Qty UOM Unit Price Unit Price 61 SP 9.5 / HOT MIX INSTALLED 1 - 20 TON 150.00$ 300.00$ 62 SP 9.5 / HOT MIX INSTALLED 21 - 66 TON 150.00$ 270.00$ 63 SP 9.5 / HOT MIX INSTALLED 67 - 200 TON 150.00$ 250.00$ 64 SP 12.5 / HOT MIX INSTALLED 1 - 20 TON 150.00$ 300.00$ 65 SP 12.5 / HOT MIX INSTALLED 21 - 66 TON 150.00$ 270.00$ 66 SP 12.5 / HOT MIX INSTALLED 67 - 200 TON 150.00$ 250.00$ 67 FC 5 / HOT MIX INSTALLED 1 - 20 TON 1.00$ 118.00$ 68 FC 5 / HOT MIX INSTALLED 21 - 66 TON 1.00$ 118.00$ 69 FC 5 / HOT MIX INSTALLED 67 - 200 TON 1.00$ 118.00$ 70 FC 9.5 / HOT MIX INSTALLED 1 - 20 TON 150.00$ 300.00$ 71 FC 9.5 / HOT MIX INSTALLED 21 - 66 TON 150.00$ 250.00$ 72 FC 9.5 / HOT MIX INSTALLED 67 - 200 TON 150.00$ 270.00$ 73 FC 12.5 / HOT MIX INSTALLED 1 - 20 TON 150.00$ 300.00$ 74 FC 12.5 / HOT MIX INSTALLED 21 - 66 TON 150.00$ 270.00$ 75 FC 12.5 / HOT MIX INSTALLED 67 - 200 TON 150.00$ 250.00$ CLASS III ASPHALT (Unit price includes Maintenance of Traffic, mobilization/demobilization, labor, materials, equipment, disposal, and all other incidentals to complete the work) SMALL PROJECTS AND SPOT REPAIRS Page 4 of 11 10/25/18: Addendum #2 Revised Bid Schedule 18-7488 11.D.3 Packet Pg. 281 Attachment: 18-7488 Bid Tabulation (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) Procurement Strategist: Kristofer Lopez Project Manager: Melissa Pearson Bid Tabulation 18-7488 Asphalt Maintenance Related Roadway Services Invitations:3542 Downloaded:43 Submitted: 2 Item Description Qty UOM Unit Price Unit Price 76 SP 9.5 / HOT MIX INSTALLED 201 - 400 TON 125.00$ 140.00$ 77 SP 12.5 / HOT MIX INSTALLED 201 - 400 TON 125.00$ 130.00$ 78 FC 5 / HOT MIX INSTALLED 201 - 400 TON 1.00$ 118.00$ 79 FC 9.5 / HOT MIX INSTALLED 201 - 400 TON 130.00$ 190.00$ 80 FC 12.5 / HOT MIX INSTALLED 201 - 400 TON 130.00$ 180.00$ Item Description Qty UOM Unit Price Unit Price 81 SP 9.5 / HOT MIX INSTALLED 400 & ABOVE TON 120.00$ 125.00$ 82 SP 12.5 / HOT MIX INSTALLED 400 & ABOVE TON 120.00$ 120.00$ 83 FC 5 / HOT MIX INSTALLED 400 & ABOVE TON 1.00$ 118.00$ 84 FC 9.5 / HOT MIX INSTALLED 400 & ABOVE TON 125.00$ 160.00$ 85 FC 12.5 / HOT MIX INSTALLED 400 & ABOVE TON 125.00$ 150.00$ Item Description Qty UOM Unit Price Unit Price 86 SPOT REPAIR PROJECTS 0 - 500 SQ YD 6.00$ 0.60$ 87 SPOT REPAIR PROJECTS 501 - 1,500 SQ YD 1.50$ 0.60$ 88 SMALL PROJECTS 1,501 - 3,200 SQ YD 0.75$ 0.60$ 89 MEDIUM PROJECTS 3,201 - 6,400 SQ YD 0.65$ 0.60$ 90 LARGE PROJECTS 6,401 & ABOVE SQ YD 0.55$ 0.60$ PRIME & SAND MIX / CONTRACTOR APPLIED MEDIUM PROJECTS LARGE PROJECTS PRIMING (Unit price includes Maintenance of Traffic, mobilization/demobilization, labor, materials, equipment, disposal, and all other incidentals to complete the work) Page 5 of 11 10/25/18: Addendum #2 Revised Bid Schedule 18-7488 11.D.3 Packet Pg. 282 Attachment: 18-7488 Bid Tabulation (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) Procurement Strategist: Kristofer Lopez Project Manager: Melissa Pearson Bid Tabulation 18-7488 Asphalt Maintenance Related Roadway Services Invitations:3542 Downloaded:43 Submitted: 2 Item Description Qty UOM Unit Price Unit Price 91 MILLING PROJECTS 0 - 250 SQ YD 20.00$ 20.00$ 92 MILLING PROJECTS 251 - 1,000 SQ YD 19.50$ 10.00$ 93 MILLING PROJECTS 1,001 - 5,000 SQ YD 4.00$ 6.00$ 94 MILLING PROJECTS 5,001 - 15,000 SQ YD 4.00$ 6.00$ 95 MILLING PROJECTS 15,001 - 25,000 SQ YD 3.00$ 6.00$ 96 MILLING PROJECTS 25,001 & ABOVE SQ YD 3.00$ 6.00$ Item UOM Unit Price Unit Price 97 EA $0.00 1.00$ 98 EA $0.00 1.00$ 99 EA $0.00 1.00$ Item Description Qty UOM Unit Price Unit Price 100 ASPHALT COLD MIX 1 TON 120.00$ 250.00$ 101 SP I / ASPHALT HOT MIX (DUPLICATION DELETED)1 TON -$ -$ 102 SP III /ASPHALT HOT MIX (DUPLICATION DELETED)1 TON -$ -$ 103 SP 9.5 / ASPHALT HOT MIX 1 TON 61.00$ 70.00$ 104 SP 12.5 /ASPHALT HOT MIX 1 TON 59.00$ 65.00$ 105 FC 5 / ASPHALT HOT MIX 1 TON 110.35$ 130.00$ MILLING PRIORITY ONE (1) RESPOND WITHIN 2-HOURS / PERFORM WORK WITHIN 12-HOURS PRIORITY TWO (2) RESPOND WTIHIN 24-HOURS / PERFORM WORK WITHIN 48-HOURS PRIORITY THREE (3) RESPOND WITHIN 48-HOURS / PERFORM WORK WITHIN 72-HOURS EMERGENCY SPOT REPAIRS (ADDITIONAL FEE ADDED TO PROJECT COSTS FOR EXPEDITED RESPONSE) Description MATERIALS (MATERIALS PICKED UP BY THE COUNTY, THE PICKUP LOCATION MUST BE WITHIN THE BORDERS OF COLLIER COUNTY) Page 6 of 11 10/25/18: Addendum #2 Revised Bid Schedule 18-7488 11.D.3 Packet Pg. 283 Attachment: 18-7488 Bid Tabulation (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) Procurement Strategist: Kristofer Lopez Project Manager: Melissa Pearson Bid Tabulation 18-7488 Asphalt Maintenance Related Roadway Services Invitations:3542 Downloaded:43 Submitted: 2 106 FC 9.5 / ASPHALT HOT MIX 1 TON 92.70$ 90.00$ 107 FC 12.5 / ASPHALT HOT MIX 1 TON 91.80$ 90.00$ Item Description Qty UOM Unit Price Unit Price 108 ASPHALT PATCH (1-1/2" ASPHALT DEPTH) CUT & REMOVE EXISTING ASPHALT, COMPLETE 8" BASE WORK, INSTALL PATCH & COMPACT, THEN REMOVE & DISPOSE OF ALL DEBRIS & WASTE MATERIALS. 1 SQ YD 75.00$ 100.00$ 109 SWEEPER W/OPERATOR 1 HR 155.00$ 120.00$ 110 OFF DUTY LAW ENFORCEMENT OFFICER W/MARKED VEHICLE 1 HR 66.00$ 55.00$ 111 "TRAFFIC CALMING" DEVICE (SUPPLY & INSTALL) EXHIBIT B - SPEED TABLES 1 EA 15.00$ 2,000.00$ 112 "TRAFFIC CALMING" DEVICE (REMOVAL ONLY) EXHIBIT B - SPEED TABLES 1 EA 10.00$ 1,000.00$ 113 11,877.80$ 19,101.00$ 114 NON-BID MATERIALS MARK-UP 15.00%15.00%BID AMOUNT MUST NOT TO EXCEED 15% MISCELLANEOUS SERVICES & REPAIRS BID TOTAL: Page 7 of 11 10/25/18: Addendum #2 Revised Bid Schedule 18-7488 11.D.3 Packet Pg. 284 Attachment: 18-7488 Bid Tabulation (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) Procurement Strategist: Kristofer Lopez Project Manager: Melissa Pearson Bid Tabulation 18-7488 Asphalt Maintenance Related Roadway Services Invitations:3542 Downloaded:43 Submitted: 2 Item Description Qty UOM Unit Price Unit Price 115 RC-70 1 GAL No Bid 4.00$ 116 RC-250 1 GAL No Bid 4.00$ 117 SS-1 1 GAL No Bid 4.00$ 118 SS-1H 1 GAL No Bid 4.00$ 119 AE-60 1 GAL No Bid 4.00$ 120 AE-90 1 GAL No Bid 4.00$ 121 AE-150 1 GAL No Bid 4.00$ 122 AE-200 1 GAL No Bid 4.00$ 123 EPR-1 1 GAL No Bid 4.00$ 124 RA-500 1 GAL No Bid 4.00$ 125 RS-1H 1 GAL No Bid 4.00$ 126 RS-2 1 GAL No Bid 4.00$ 127 CRS-1H 1 GAL No Bid 4.00$ 128 CRS-2 1 GAL No Bid 4.00$ 129 NTSS-1HM 1 GAL No Bid 4.00$ 130 SPECIAL MS PRIME 1 GAL No Bid 4.00$ 131 TRACKLESS TRACK 1 GAL 3.25$ 4.00$ 132 ASPHALT CURB 1 LF 100.00$ 20.00$ PRIME & TACK COAT MATERIALS (REFER TO FDOT SPECIFICATIONS, SECTION 300) ALTERNATIVES (The items listed in this section may be requested by County Divisions) ASPHALT CURB Page 8 of 11 10/25/18: Addendum #2 Revised Bid Schedule 18-7488 11.D.3 Packet Pg. 285 Attachment: 18-7488 Bid Tabulation (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) Procurement Strategist: Kristofer Lopez Project Manager: Melissa Pearson Bid Tabulation 18-7488 Asphalt Maintenance Related Roadway Services Invitations:3542 Downloaded:43 Submitted: 2 133 S-1 ASPHALT 1 TON 59.00$ 60.00$ 134 S-3 III ASPHALT (DESCRIPTION CHANGED FROM S-III TO S-3)1 TON 61.30$ 65.00$ 133 FOUR INCH (4") COMPACTED DEPTH 1 SQ YD 35.00$ 20.00$ 134 SIX INCH (6") COMPACTED DEPTH 1 SQ YD 40.00$ 30.00$ 135 EIGHT INCH (8") COMPACTED DEPTH 1 SQ YD 44.00$ 40.00$ 136 TWELVE INCH (12") COMPACTED DEPTH 1 SQ YD 50.00$ 50.00$ 137 SAND 1 CU YD 125.00$ 18.00$ 138 BOARDS 1 SQ YD 125.00$ 20.00$ Item Description Qty UOM Unit Price Unit Price 139 LONGITUDINAL CUT - CONTINUOUS 1 MILE 10,000.00$ 12,000.00$ 140 LONGITUDINAL CUT-SKIP ARRAY 1 MILE 10,000.00$ 12,000.00$ 141 TRANVERSE CUT - CONTINUOUS 1 MILE 10,000.00$ 12,000.00$ 142 TRANVERSE CUT - SKIP ARRAY 1 MILE 10,000.00$ 12,000.00$ 143 EIGHT INCH (8") COMPACTED DEPTH 1 SQ YD 80.00$ 30.00$ 144 TWELVE INCH (12") COMPACTED DEPTH 1 SQ YD 92.00$ 35.00$ ASPHALT PICK UP (MATERIALS PICKED UP BY THE COUNTY, THE PICKUP LOCATION MUST BE WITHIN THE BORDERS OF COLLIER COUNTY) SHOULDER WIDENING / BASE PREPARATION PAVER PROTECTION (Unit price includes materials, installation, removal, and disposal) SHOULDER GROUND IN RUMBLE STRIP PLACEMENT BASE WORK PREPARATION Page 9 of 11 10/25/18: Addendum #2 Revised Bid Schedule 18-7488 11.D.3 Packet Pg. 286 Attachment: 18-7488 Bid Tabulation (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) Procurement Strategist: Kristofer Lopez Project Manager: Melissa Pearson Bid Tabulation 18-7488 Asphalt Maintenance Related Roadway Services Invitations:3542 Downloaded:43 Submitted: 2 145 SIX FEET (6') WIDE X TWO FEET (2') DEEP 1 LF 3.85$ 5.00$ 146 SIX FEET (6') WIDE X THREE FEET (3') DEEP 1 LF 4.50$ 8.00$ 146 BAHIA 1 SQ FT 1.65$ 1.00$ 147 FLORTAM 1 SQ FT 2.00$ 1.00$ 148 WATER TRUCK W/OPERATOR & WATER 1 GAL 125.00$ 1.00$ Item Description Qty UOM Unit Price Unit Price 149 SPOT REPAIR PROJECTS 0 - 500 SQ YD 6.30$ 1.00$ 150 SPOT REPAIR PROJECTS 501 - 1,500 SQ YD 6.00$ 1.00$ 151 SMALL PROJECTS 1,501 - 3,200 SQ YD 5.70$ 1.00$ 152 MEDIUM PROJECTS 3,201 - 6,400 SQ YD 5.00$ 1.00$ 153 LARGE PROJECTS 6,401 & ABOVE SQ YD 3.00$ 1.00$ Item Description Qty UOM Unit Price Unit Price 154 SUPERINTENDENT 1 HOURLY 55.00$ 50.00$ 155 FOREMAN 1 HOURLY 45.00$ 40.00$ 156 OPERATOR 1 HOURLY 32.00$ 30.00$ 157 LABORER 1 HOURLY 24.00$ 20.00$ Included Yes or No Included Yes or No Yes Yes Documents (County Procurement Use) WATER TRUCK PRIME & LEAN MIX / CONTRACTOR APPLIED SWALE REWORK INCLUDES DISPOSAL (Re-grading and stablizing the swale area) SOD WITH INSTALLATION (Purchase & Install) Collier County Business Tax Receipt INCIDENTAL LABOR Page 10 of 11 10/25/18: Addendum #2 Revised Bid Schedule 18-7488 11.D.3 Packet Pg. 287 Attachment: 18-7488 Bid Tabulation (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) Procurement Strategist: Kristofer Lopez Project Manager: Melissa Pearson Bid Tabulation 18-7488 Asphalt Maintenance Related Roadway Services Invitations:3542 Downloaded:43 Submitted: 2 Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes N/A N/A Yes Yes Form 6: W-9 Form 7: Insurance Form 8: Reference Questionnaire Form 9: Local Vendor Preference Maintenance of Traffic, Intermediate Level Certification with 3 years experience Form 2: Vendors checklist Letter of Bondability with $200,000 in bonding capacity Form 3: Conflict of Interest Form 4: Vendor Declaration Statement Form 5: Immigration Affidavit & MOU or Profile Page State of Florida Certified Contractor License and FDOT Prequalified Contractor for Work Classes: Flexible Paving and Hot Plant-Mixed Bituminous Courses. Brief work descriptions of 5 years relevant experience for similar svcs as stated in specifications Equipment List Page 11 of 11 10/25/18: Addendum #2 Revised Bid Schedule 18-7488 11.D.3 Packet Pg. 288 Attachment: 18-7488 Bid Tabulation (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.4Packet Pg. 289Attachment: 18-7488 PreferredMaterials_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.4Packet Pg. 290Attachment: 18-7488 PreferredMaterials_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.4Packet Pg. 291Attachment: 18-7488 PreferredMaterials_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.4Packet Pg. 292Attachment: 18-7488 PreferredMaterials_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.4Packet Pg. 293Attachment: 18-7488 PreferredMaterials_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.4Packet Pg. 294Attachment: 18-7488 PreferredMaterials_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.4Packet Pg. 295Attachment: 18-7488 PreferredMaterials_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.4Packet Pg. 296Attachment: 18-7488 PreferredMaterials_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.4Packet Pg. 297Attachment: 18-7488 PreferredMaterials_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.4Packet Pg. 298Attachment: 18-7488 PreferredMaterials_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.4Packet Pg. 299Attachment: 18-7488 PreferredMaterials_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.4Packet Pg. 300Attachment: 18-7488 PreferredMaterials_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.4Packet Pg. 301Attachment: 18-7488 PreferredMaterials_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.4 Packet Pg. 302 Attachment: 18-7488 PreferredMaterials_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.4Packet Pg. 303Attachment: 18-7488 PreferredMaterials_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.4Packet Pg. 304Attachment: 18-7488 PreferredMaterials_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.4Packet Pg. 305Attachment: 18-7488 PreferredMaterials_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.4Packet Pg. 306Attachment: 18-7488 PreferredMaterials_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.4Packet Pg. 307Attachment: 18-7488 PreferredMaterials_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.4Packet Pg. 308Attachment: 18-7488 PreferredMaterials_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.4Packet Pg. 309Attachment: 18-7488 PreferredMaterials_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.4Packet Pg. 310Attachment: 18-7488 PreferredMaterials_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.4Packet Pg. 311Attachment: 18-7488 PreferredMaterials_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.4Packet Pg. 312Attachment: 18-7488 PreferredMaterials_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.4Packet Pg. 313Attachment: 18-7488 PreferredMaterials_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.4Packet Pg. 314Attachment: 18-7488 PreferredMaterials_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.4Packet Pg. 315Attachment: 18-7488 PreferredMaterials_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.4Packet Pg. 316Attachment: 18-7488 PreferredMaterials_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.4Packet Pg. 317Attachment: 18-7488 PreferredMaterials_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.4Packet Pg. 318Attachment: 18-7488 PreferredMaterials_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.4Packet Pg. 319Attachment: 18-7488 PreferredMaterials_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.4Packet Pg. 320Attachment: 18-7488 PreferredMaterials_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.4Packet Pg. 321Attachment: 18-7488 PreferredMaterials_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.4Packet Pg. 322Attachment: 18-7488 PreferredMaterials_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.4Packet Pg. 323Attachment: 18-7488 PreferredMaterials_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.4Packet Pg. 324Attachment: 18-7488 PreferredMaterials_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.4Packet Pg. 325Attachment: 18-7488 PreferredMaterials_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.4Packet Pg. 326Attachment: 18-7488 PreferredMaterials_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.4Packet Pg. 327Attachment: 18-7488 PreferredMaterials_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 1/9/2019 Liberty Mutual Insurance Co. National Insurance East 2000 Westwood Dr. Wausau, WI 54401 513-867-3822 www.LibertyMutual.com Valerie Reece Valerie Reece CMeCertProduction@libertymutual.com Preferred Materials, Inc. (216-TAM) 5701 E. Hillsborough Ave. Suite 1122 Tampa FL 33610 46475302 3 3 Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government, OR, non-contributory basis, where required by written contract. Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples FL 34112 RE: Any and all projects Collier County, are listed as additional insured with regards to the general liability and automobile liability policies, on a primary and A 2,000,000TB2-C81-004095-118 9/1/2018 9/1/2019 250,000 3 XCU Coverage Included 50,000 3 2,000,000 3 Primary/Non-Contributory 2,000,000 3 Separation of Insured 2,000,0003 A AS2-C81-004095-128 9/1/2018 9/1/2019 2,000,000 3 AS2-C81-054502-528 9/1/2018 9/1/2019 Physical Damage only: Comprehensive Ded $10,000 Collision Ded $10,000 B WA7-C8D-004095-028 9/1/2018 9/1/2019 3 All except OH, ND, WA, WY 1,000,000N 1,000,000WC7-C81-004095-018 9/1/2018 9/1/2019 WI, MN 1,000,000 Liberty Mutual Fire Insurance Company 23035 Liberty Insurance Corporation 42404 46475302 | LM_44 | *9/18-9/19 - Standard 2/2, Excess | Bao Lee | 1/9/2019 6:12:39 PM (CST) | Page 1 of 1 11.D.5 Packet Pg. 328 Attachment: 18-7488 PreferredMaterials_Insurance_1-11-19 (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.6Packet Pg. 329Attachment: 18-7488 AjaxPaving_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.6Packet Pg. 330Attachment: 18-7488 AjaxPaving_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.6Packet Pg. 331Attachment: 18-7488 AjaxPaving_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.6Packet Pg. 332Attachment: 18-7488 AjaxPaving_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.6Packet Pg. 333Attachment: 18-7488 AjaxPaving_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.6Packet Pg. 334Attachment: 18-7488 AjaxPaving_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.6Packet Pg. 335Attachment: 18-7488 AjaxPaving_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.6Packet Pg. 336Attachment: 18-7488 AjaxPaving_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.6Packet Pg. 337Attachment: 18-7488 AjaxPaving_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.6Packet Pg. 338Attachment: 18-7488 AjaxPaving_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.6Packet Pg. 339Attachment: 18-7488 AjaxPaving_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.6Packet Pg. 340Attachment: 18-7488 AjaxPaving_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.6Packet Pg. 341Attachment: 18-7488 AjaxPaving_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.6 Packet Pg. 342 Attachment: 18-7488 AjaxPaving_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.6Packet Pg. 343Attachment: 18-7488 AjaxPaving_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.6Packet Pg. 344Attachment: 18-7488 AjaxPaving_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.6Packet Pg. 345Attachment: 18-7488 AjaxPaving_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.6Packet Pg. 346Attachment: 18-7488 AjaxPaving_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.6Packet Pg. 347Attachment: 18-7488 AjaxPaving_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.6Packet Pg. 348Attachment: 18-7488 AjaxPaving_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.6Packet Pg. 349Attachment: 18-7488 AjaxPaving_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.6Packet Pg. 350Attachment: 18-7488 AjaxPaving_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.6Packet Pg. 351Attachment: 18-7488 AjaxPaving_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.6Packet Pg. 352Attachment: 18-7488 AjaxPaving_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.6Packet Pg. 353Attachment: 18-7488 AjaxPaving_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.6Packet Pg. 354Attachment: 18-7488 AjaxPaving_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.6Packet Pg. 355Attachment: 18-7488 AjaxPaving_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.6Packet Pg. 356Attachment: 18-7488 AjaxPaving_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.6Packet Pg. 357Attachment: 18-7488 AjaxPaving_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.6Packet Pg. 358Attachment: 18-7488 AjaxPaving_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.6Packet Pg. 359Attachment: 18-7488 AjaxPaving_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.6Packet Pg. 360Attachment: 18-7488 AjaxPaving_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.6Packet Pg. 361Attachment: 18-7488 AjaxPaving_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.6Packet Pg. 362Attachment: 18-7488 AjaxPaving_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.6Packet Pg. 363Attachment: 18-7488 AjaxPaving_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.6Packet Pg. 364Attachment: 18-7488 AjaxPaving_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.6Packet Pg. 365Attachment: 18-7488 AjaxPaving_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.6Packet Pg. 366Attachment: 18-7488 AjaxPaving_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 11.D.6Packet Pg. 367Attachment: 18-7488 AjaxPaving_Contract_VendorSigned (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) 1/14/2019 Guy Hurley, LLC 1080 Kirts Blvd., Suite 500 Troy MI 48084 Donna Griffiths (248)519-1439 (248)519-1401 dgriffiths@ghbh.com Ajax Paving Industries of Florida, LLC One Ajax Drive North Venice FL 34275 The Travelers Indemnity Co. A+XV 25658 Lexington Insurance Co., A XV 19437 ACIG Insurance Company A VIII 19984 Travelers Prop Casualty Co A+XV 25674 Greenwich Ins. Co. A XV 22322 18-19 All Lines Crystal A X X X XCU Coverage Included X Contractual Liability X X VTC2KCO8A097342 6/1/2018 6/1/2019 1,000,000 300,000 5,000 1,000,000 2,000,000 2,000,000 A X X X VTC2KCAP8A097354 6/1/2018 6/1/2019 1,000,000 B X XN 015681517 6/1/2018 6/1/2019 5,000,000 5,000,000 C N WCA000004618 6/1/2018 6/1/2019 X 1,000,000 1,000,000 1,000,000 D Inland Marine QT6308A099255 6/1/2018 6/1/2019 Leased/Rented $550,000 E Prof/Pollution Liability CPL742032504 6/1/2018 6/1/2019 Occ/Agg $5,000,000 Project: #18-7488. Asphalt Maintenance & Related Roadway Services. Collier County Board of County Commissioners is an Additional Insured for General Liability on a primary and non-contributory basis when required by written contract. 30 Day Notice of Cancellation (Except Non-Payment of Premium) applies in favor of Collier County Board of County Commissioners for General Liability, Automobile Liability and Workers Compensation when required by written contract. Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples, FL 34112 Richard McGregor/WEAL The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER ©1988-2014 ACORD CORPORATION.All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person)$ PERSONAL &ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PER STATUTE OTH- ER E.L.EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes,describe under DESCRIPTION OF OPERATIONS below (Mandatory in NH) OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNED AUTOS AUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS: E-MAIL FAX (A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S)AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INS025 (201401) 11.D.7 Packet Pg. 368 Attachment: 18-7488 AjaxPaving_Insurance_1-14-19 (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Services”) Procurement Strategist: Kristofer Lopez Project Manager: Melissa Pearson Bid Tabulation 18-7488 Asphalt Maintenance Related Roadway Services Invitations:3542 Downloaded:43 Submitted: 2 Item Description Qty UOM Unit Price Qty Cost Unit Price Qty Cost 31 SP 9.5 / HOT MIX INSTALLED 201 - 400 TON 113.50$ 268 30,418.00$ 115.00$ 268 30,820.00$ 30,418.00$ 30,820.00$ Item Description Qty UOM Unit Price Qty Cost Unit Price Qty Cost 31 SP 9.5 / HOT MIX INSTALLED 201 - 400 TON 113.50$ 260 29,510.00$ 115.00$ 260 29,900.00$ 93 MILLING PROJECTS 1,001 - 5,000 SQ YD 4.00$ 3087 12,348.96$ 6.00$ 3087 18,523.44$ 41,858.96$ 48,423.44$ Item Description Qty UOM Unit Price Qty Cost Unit Price Qty Cost 56 SP 9.5 / HOT MIX INSTALLED 401 & ABOVE TON 110.00$ 885 97,350.00$ 105.00$ 885 92,925.00$ 94 MILLING PROJECTS 5,001-15,000 SQ YD 4.00$ 10,492 41,968.00$ 6.00$ 10,492 62,952.00$ 139,318.00$ 155,877.00$ Item Description Qty UOM Unit Price Qty Cost Unit Price Qty Cost 6 SP 9.5 / HOT MIX INSTALLED 89 - 200 TON 150.00$ 125 18,750.00$ 200.00$ 125 25,000.00$ 93 MILLING PROJECTS 1,001 - 5,000 SQ YD 4.00$ 1476 5,904.00$ 6.00$ 1476 8,856.00$ 24,654.00$ 33,856.00$ Item Description Qty UOM Unit Price Qty Cost Unit Price Qty Cost 31 SP 9.5 / HOT MIX INSTALLED 201 - 400 TON 113.50$ 209 23,721.50$ 115.00$ 209 24,035.00$ 93 MILLING PROJECTS 1,001 - 5,000 SQ YD 4.00$ 2476 9,904.00$ 6.00$ 2476 14,856.00$ 33,625.50$ 38,891.00$ Item Description Qty UOM Unit Price Qty Cost Unit Price Qty Cost 6 SP 9.5 / HOT MIX INSTALLED 89 - 200 TON 150.00$ 48 7,200.00$ 200.00$ 48 9,600.00$ Preferred Materials, Inc Ajax Paving Industries of Florida, LLC TOTAL COSTS TOTAL COSTS AVOCADO STREET Preferred Materials, Inc Ajax Paving Industries of Florida, LLC FY 19 & 20 ASPHALT MAINTNENACE WORK FORECASTS MILLING & RESURFACING 44TH STREET SW TOTAL COSTS TOTAL COSTS 20TH AVENUE SW Preferred Materials, Inc Ajax Paving Industries of Florida, LLC TOTAL COSTS TOTAL COSTS 8TH AVENUE NE Preferred Materials, Inc Ajax Paving Industries of Florida, LLC TOTAL COSTS TOTAL COSTS ALLEY (43RD LN SW/42 TERR SW)Preferred Materials, Inc Ajax Paving Industries of Florida, LLC TOTAL COSTS TOTAL COSTS ALLEY (TROPICANA BLVD/GG PKWY)Preferred Materials, Inc Ajax Paving Industries of Florida, LLC 18-7488 BID TABULATION COST ANALYSIS Page 1 of 5 10/25/18: Addendum #2 Revised Bid Schedule 18-7488 11.D.8 Packet Pg. 369 Attachment: 18-7488 BID TAB COST ANALYSIS (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Procurement Strategist: Kristofer Lopez Project Manager: Melissa Pearson Bid Tabulation 18-7488 Asphalt Maintenance Related Roadway Services Invitations:3542 Downloaded:43 Submitted: 2 92 MILLING PROJECTS 251 - 1,000 SQ YD 19.50$ 569 11,095.50$ 10.00$ 569 5,690.00$ 18,295.50$ 15,290.00$ Item Description Qty UOM Unit Price Qty Cost Unit Price Qty Cost 31 SP 9.5 / HOT MIX INSTALLED 201 - 400 TON 113.50$ 234 26,559.00$ 115.00$ 234 26,910.00$ 93 MILLING PROJECTS 1,001 - 5,000 SQ YD 4.00$ 2776 11,104.00$ 6.00$ 2776 16,656.00$ 37,663.00$ 43,566.00$ Item Description Qty UOM Unit Price Qty Cost Unit Price Qty Cost 31 SP 9.5 / HOT MIX INSTALLED 201 - 400 TON 113.50$ 250 28,375.00$ 115.00$ 250 28,750.00$ 93 MILLING PROJECTS 1,001 - 5,000 SQ YD 4.00$ 2966 11,864.00$ 6.00$ 2966 17,796.00$ 40,239.00$ 46,546.00$ Item Description Qty UOM Unit Price Qty Cost Unit Price Qty Cost 6 SP 9.5 / HOT MIX INSTALLED 89 - 200 TON 150.00$ 175 26,250.00$ 200.00$ 175 35,000.00$ 93 MILLING PROJECTS 1,001 - 5,000 SQ YD 4.00$ 2074 8,296.00$ 6.00$ 2074 12,444.00$ 34,546.00$ 47,444.00$ Item Description Qty UOM Unit Price Qty Cost Unit Price Qty Cost 6 SP 9.5 / HOT MIX INSTALLED 89 - 200 TON 150.00$ 128 19,200.00$ 200.00$ 128 25,600.00$ 93 MILLING PROJECTS 1,001 - 5,000 SQ YD 4.00$ 1515 6,060.00$ 6.00$ 1515 9,090.00$ 25,260.00$ 34,690.00$ Item Description Qty UOM Unit Price Qty Cost Unit Price Qty Cost 6 SP 9.5 / HOT MIX INSTALLED 89 - 200 TON 150.00$ 86 12,900.00$ 200.00$ 86 17,200.00$ 93 MILLING PROJECTS 1,001 - 5,000 SQ YD 4.00$ 1025 4,100.00$ 6.00$ 1025 6,150.00$ 17,000.00$ 23,350.00$ Item Description Qty UOM Unit Price Qty Cost Unit Price Qty Cost 31 SP 9.5 / HOT MIX INSTALLED 201 - 400 TON 113.50$ 226 25,651.00$ 115.00$ 226 25,990.00$ 93 MILLING PROJECTS 1,001 - 5,000 SQ YD 4.00$ 2677 10,708.00$ 6.00$ 2677 16,062.00$ 36,359.00$ 42,052.00$ TOTAL COSTS TOTAL COSTS N 17TH STREET Preferred Materials, Inc Ajax Paving Industries of Florida, LLC PALMETTO AVENUE TOTAL COSTS TOTAL COSTS TOTAL COSTS Preferred Materials, Inc Ajax Paving Industries of Florida, LLC TOTAL COSTS TOTAL COSTS SUNSET ROAD Preferred Materials, Inc Ajax Paving Industries of Florida, LLC TOTAL COSTS MAPLE DRIVE Preferred Materials, Inc Ajax Paving Industries of Florida, LLC TOTAL COSTS TOTAL COSTS MARJORIE STREET Preferred Materials, Inc TOTAL COSTS N 10TH STREET Preferred Materials, Inc Ajax Paving Industries of Florida, LLC TOTAL COSTS Ajax Paving Industries of Florida, LLC TOTAL COSTS TOTAL COSTS Page 2 of 5 10/25/18: Addendum #2 Revised Bid Schedule 18-7488 11.D.8 Packet Pg. 370 Attachment: 18-7488 BID TAB COST ANALYSIS (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Procurement Strategist: Kristofer Lopez Project Manager: Melissa Pearson Bid Tabulation 18-7488 Asphalt Maintenance Related Roadway Services Invitations:3542 Downloaded:43 Submitted: 2 Item Description Qty UOM Unit Price Qty Cost Unit Price Qty Cost 6 SP 9.5 / HOT MIX INSTALLED 89 - 200 TON 150.00$ 154 23,100.00$ 200.00$ 154 30,800.00$ 93 MILLING PROJECTS 1,001 - 5,000 SQ YD 4.00$ 1820 7,280.00$ 6.00$ 1820 10,920.00$ 30,380.00$ 41,720.00$ Item Description Qty UOM Unit Price Qty Cost Unit Price Qty Cost 6 SP 9.5 / HOT MIX INSTALLED 89 - 200 TON 150.00$ 188 28,200.00$ 200.00$ 188 37,600.00$ 93 MILLING PROJECTS 1,001 - 5,000 SQ YD 4.00$ 2228 8,912.00$ 6.00$ 2228 13,368.00$ 37,112.00$ 50,968.00$ Item Description Qty UOM Unit Price Qty Cost Unit Price Qty Cost 31 SP 9.5 / HOT MIX INSTALLED 201 - 400 TON 113.50$ 248 28,148.00$ 115.00$ 248 28,520.00$ 93 MILLING PROJECTS 1,001 - 5,000 SQ YD 4.00$ 3087 12,348.96$ 6.00$ 3087 18,523.44$ 40,496.96$ 47,043.44$ Item Description Qty UOM Unit Price Qty Cost Unit Price Qty Cost 36 SP 9.5 / HOT MIX INSTALLED 400 & ABOVE TON 109.00$ 3051 332,559.00$ 105.00$ 3051 320,355.00$ 96 MILLING PROJECTS 25,001 & ABOVE SQ YD 3.00$ 36157 108,471.00$ 6.00$ 36157 216,942.00$ 441,030.00$ 537,297.00$ Item Description Qty UOM Unit Price Qty Cost Unit Price Qty Cost 6 SP 9.5 / HOT MIX INSTALLED 89 - 200 TON 150.00$ 188 28,200.00$ 200.00$ 188 37,600.00$ 28,200.00$ 37,600.00$ Item Description Qty UOM Unit Price Qty Cost Unit Price Qty Cost 36 SP 9.5 / HOT MIX INSTALLED 400 & ABOVE TON 109.00$ 9,755 1,063,295.00$ 105.00$ 9,755 1,024,275.00$ 96 MILLING PROJECTS 25,001 & ABOVE SQ YD 3.00$ 115,612 346,836.72$ 6.00$ 115,612 693,673.44$ 1,410,131.72$ 1,717,948.44$ 17TH AVENUE SW Preferred Materials, Inc Ajax Paving Industries of Florida, LLC TOTAL COSTS TOTAL COSTS TOTAL COSTS N 3RD STREET Preferred Materials, Inc Ajax Paving Industries of Florida, LLC TOTAL COSTS TOTAL COSTS TOTAL COSTS TOTAL COSTS TOTAL COSTS TOTAL COSTS NEW MARKET DRIVE Preferred Materials, Inc Ajax Paving Industries of Florida, LLC FY 21 ASPHALT MAINTNENACE WORK FORECASTS MILLING & RESURFACING GOODLETTE FRANK ROAD TO PINE RIDGE Preferred Materials, Inc Ajax Paving Industries of Florida, LLC TOTAL COSTS TOTAL COSTS KAREN DRIVE Preferred Materials, Inc Ajax Paving Industries of Florida, LLC WHITE WAY Preferred Materials, Inc Ajax Paving Industries of Florida, LLC TOTAL COSTS Page 3 of 5 10/25/18: Addendum #2 Revised Bid Schedule 18-7488 11.D.8 Packet Pg. 371 Attachment: 18-7488 BID TAB COST ANALYSIS (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Procurement Strategist: Kristofer Lopez Project Manager: Melissa Pearson Bid Tabulation 18-7488 Asphalt Maintenance Related Roadway Services Invitations:3542 Downloaded:43 Submitted: 2 Item Description Qty UOM Unit Price Qty Cost Unit Price Qty Cost 36 SP 9.5 / HOT MIX INSTALLED 400 & ABOVE TON 109.00$ 26,805 2,921,745.00$ 105.00$ 26,805 2,814,525.00$ 96 MILLING PROJECTS 25,001 & ABOVE SQ YD 3.00$ 317,687 953,061.33$ 6.00$ 317,687 1,906,122.66$ 3,874,806.33$ 4,720,647.66$ Item Description Qty UOM Unit Price Qty Cost Unit Price Qty Cost 36 SP 9.5 / HOT MIX INSTALLED 400 & ABOVE TON 109.00$ 25,783.00 2,810,347.00$ 105.00$ 25,783 2,707,215.00$ 96 MILLING PROJECTS 25,001 & ABOVE SQ YD 3.00$ 305,573 916,719.99$ 6.00$ 305,573 1,833,439.98$ 3,727,066.99$ 4,540,654.98$ Item Description Qty UOM Unit Price Qty Cost Unit Price Qty Cost 3 SP 9.5 / HOT MIX INSTALLED 21 - 44 TON 185.00$ 35 6,475.00$ 230.00$ 35 8,050.00$ 6,475.00$ 8,050.00$ Item Description Qty UOM Unit Price Qty Cost Unit Price Qty Cost 3 SP 9.5 / HOT MIX INSTALLED 21 - 44 TON 185.00$ 21 3,885.00$ 230.00$ 21 4,830.00$ 3,885.00$ 4,830.00$ Item Description Qty UOM Unit Price Qty Cost Unit Price Qty Cost 6 SP 9.5 / HOT MIX INSTALLED 89 - 200 TON 150.00$ 105 15,750.00$ 200.00$ 105 21,000.00$ 15,750.00$ 21,000.00$ Item Description Qty UOM Unit Price Qty Cost Unit Price Qty Cost 3 SP 9.5 / HOT MIX INSTALLED 21 - 44 TON 185.00$ 22 4,070.00$ 230.00$ 22 5,060.00$ WORK ORDER 527: 11TH ST SW Preferred Materials, Inc Ajax Paving Industries of Florida, LLC TOTAL COSTS TOTAL COSTS WORK ORDER 984: 390 5TH ST SW Preferred Materials, Inc Ajax Paving Industries of Florida, LLC FY 24 ASPHALT MAINTNENACE WORK FORECASTS MILLING & RESURFACING COLLIER BLVD (TAMIAMI TRL TO DAVIS)Preferred Materials, Inc Ajax Paving Industries of Florida, LLC TOTAL COSTS TOTAL COSTS GOLDEN GATE PKWY (LIVINGSTON TO COLLIER BLVD Preferred Materials, Inc Ajax Paving Industries of Florida, LLC TOTAL COSTS TOTAL COSTS WORK ORDER 814: JEROME DRIVE Preferred Materials, Inc Ajax Paving Industries of Florida, LLC TOTAL COSTS TOTAL COSTS FY 18 & 19 HISTORICAL DATA SPOT REPAIR MAINTENANCE (NON-FORECASTED WORK, "AS NEEDED BASIS") WORK ORDER 930: SUNSET BLVD Preferred Materials, Inc Ajax Paving Industries of Florida, LLC TOTAL COSTS TOTAL COSTS Page 4 of 5 10/25/18: Addendum #2 Revised Bid Schedule 18-7488 11.D.8 Packet Pg. 372 Attachment: 18-7488 BID TAB COST ANALYSIS (7715 : 18-7488 “Asphalt Maintenance & Related Roadway Procurement Strategist: Kristofer Lopez Project Manager: Melissa Pearson Bid Tabulation 18-7488 Asphalt Maintenance Related Roadway Services Invitations:3542 Downloaded:43 Submitted: 2 4,070.00$ 5,060.00$ TOTAL COSTS TOTAL COSTS Page 5 of 5 10/25/18: Addendum #2 Revised Bid Schedule 18-7488 11.D.8 Packet Pg. 373 Attachment: 18-7488 BID TAB COST ANALYSIS (7715 : 18-7488 “Asphalt Maintenance & Related Roadway