Okaloosa County Sealed Solicitation

Title: Pavement Preservation: Micro-Surface Treatment

Deadline: 9/28/2022 3:00 PM   (UTC-06:00) Central Time (US & Canada)

Status: Deadline Expired

Solicitation Number: ITB PW 71-22

Description: BID REQUIREMENTS
ITB PW 71-22
PAVEMENT PRESERVATION: MICRO-SURFACE TREATMENT
GENERAL

The purpose of this document is to secure sealed bids for a Miscellaneous Road Micro-surfacing Unit Price Contract for Okaloosa County roadways.

SPECIFICATIONS

1. SCOPE OF WORK
1.1. The scope of work will include, but not be limited to, furnishing all materials, labor, tools, maintenance of traffic and machinery necessary to apply a micro-surface treatment and in accordance with these specifications and in substantial conformance with the limits established by Okaloosa County Public Works. There is no annual guarantee of work volume. The contract will not preclude the County from seeking alternate contracts on a case by case basis for new construction and existing facilities.

The contract resulting from this solicitation shall begin on October 1, 2022 and extend through September 30, 2023. The contract may be renewed for an additional two (2) one (1) year periods if in agreement with both parties. All work performed under the Contract shall be assigned by way of task orders. In addition, task orders shall be considered the Notice to Proceed in accordance with the terms of this Contract.

1.2. The contractor will supply all material including, but not limited to, aggregate and emulsion. The contractor will also be responsible for providing all labor, equipment, fuel, traffic control, placement of sign, residence notification, sweeping/cleaning, construction and application procedures required for surface treatments.

1.3. The estimated area to be treated consists of approximately 100,000 square yards of micro-surface treatment in Okaloosa County for the year FY2023.

2. MATERIALS
2.1 Emulsified Asphalt
2.1.1 General
The emulsified asphalt shall be quick set latex modified cationic type CSS-1H emulsion and shall conform to the requirements specified in AASHTO. It shall pass all applicable storage and settlement tests. The latex shall be milled into the emulsion. The cement mixing test shall be waived for this emulsion.
2.1.2 Special Residue Properties
Distillation of residue will be at a temperature of 350 degrees F for 20 minutes. Softening point of the residue shall be 140 degrees F minimum. Viscosity, absolute at 140 degrees F, shall be 8000 poise minimum.
2.2 Aggregate
2.2.1 General
The mineral aggregate used shall be of the type and grade specified for micro-surfacing. The aggregate shall be manufactured crushed stone such as granite, slag, limestone, or other high quality aggregate or combination thereof.
2.2.2 Aggregate Physical Requirements
Grading the aggregate including natural fines when tested by AASHTO methods should meet the referenced graduation requirements.
Deleterious Substances. To limit the permissible amount of clay like fines in an aggregate, a sand equivalent value of 65 or higher is required when tested by ASTM 2419.
Soundness. The aggregate shall have a weighted loss of not more than 15% when the sodium sulfate test is used or 20% when the magnesium sulfate test is used.
Hardness. The aggregate wear, from resistance to abrasion, shall be a maximum of 35% when using AASHTO T96 or ASTM C131 test methods.
2.3 Water
Any water used shall be potable and shall be free of harmful soluble salts.
2.4 Modifier
Special quick setting emulsifier agents shall be milled into the asphalt emulsion. The emulsified asphalt shall be so formulated that when the paving mixture is applied at thickness of one inch with the relative humidity at not more than 50% and the ambient air temperature of at least 75 degrees F the material will cure sufficiently so that rolling traffic can be allowed in one hour with no damage to the surface, as verified by the Engineer.
2.5 Additives
A mineral additive shall be introduced to the mineral aggregate and may be any recognized brand of non-air-entrained portland cement or hydrated lime that is free of lumps, or other approved mineral additive. It may be accepted upon visual inspection. The amount of mineral additive needed shall be determined by the laboratory mix design and will be considered as part of the material graduation requirement.
A liquid field control additive is introduced and blended with water to provide effective control of the required quick set properties. This additive shall be made available by the chemical supplier or emulsion manufacturer and certifiable as being compatible with the mixture.
3. ENGINEERING
3.1 General
Before work commences, the contractor shall submit a signed mix design covering the specific material to be used on the project. This design shall be performed by a qualified laboratory. Once the materials are approved, no substation will be permitted unless first tested and approved by the laboratory preparing the mix design.
3.2 Mix Design
The qualified laboratory shall develop the job mix design and present certified test results for the contractor’s approval. Compatibility of the aggregate and emulsion shall be verified by the mix design. The job mix formula shall provide a minimum Marshal stability of 1800 pounds and a flow of 6 to 16 units when tested according to the ASTM 1559 or AASHTO 245 procedure as modified. All component material used in the mix design shall be representative of the material proposed by the contractor for use on the project.
3.3 Specifications
The County Engineer shall approve the design mix and all micro surfacing materials and methods prior to use. The component materials shall be within the following limits.
Residual Asphalt 5% to 9% by dry weight of aggregate
Mineral Additive .5% to 3% by dry weight of aggregate
Latex Modifier As required to provide specified properties
Field Control Additive As required to provide specified properties
Water As required to produce consistency
Aggregate – Required Gradations:
Type II
Screen Size % Passing
3/8” 100
#4 90-100
#8 65-90
#16 40-65
#30 25-45
#50 15-30
#100 10-21
#200 5-13
Material Application Rate:
Type II – Urban and Residential Streets, airport runways: 18-22 lbs per sq. yd.
Wheel Ruts: Application rates as required.
4. EQUIPMENT
4.1 General
All equipment, tools, and machines used in the performance of this work shall be maintained in satisfactory working condition at all times to ensure a high quality product.
4.2 Mixing Equipment
The material shall be mixed by a self-propelled micro surfacing mixing machine which shall be a continuous flow mixing unit able to accurately deliver and proportion the aggregate, emulsified asphalt, mineral and field control additives, and water to a revolving multi blade twin shafted mixer and discharge the mixed product on a continuous flow basis. The machine shall have sufficient storage capacity for aggregate, emulsified asphalt, mineral and field control additives, and water to maintain an adequate supply to the proportioning controls. The machine may be equipped with self-loading devices which provide for the loading of materials while continuing to lay micro surfacing, thereby minimizing construction joints.
4.3 Proportioning Devises
Individual volume or weight controls for proportioning each material to be added to the mix, i.e., aggregate, emulsified asphalt, mineral and field control additives, and water shall be provided and properly marked. The proportioning devices are usually revolution counters or similar devices and are used in material calibration and determining the materials output at any time.
4.4 Emulsion Pump
The emulsion pump shall be a heated positive displacement type.
4.5 Spreading Equipment
The surfacing mixture shall be spread uniformly by means of a mechanical type spreader box attached to the mixer, equipped with paddles to agitate and spread the materials throughout the box. A front seal shall be provided to ensure no loss of the mixture at the road contract point. The rear seal shall act as a final strike off and shall be adjustable. The mixture shall be spread to fill cracks and minor surface irregularities and leave a uniform skid resistant application of material on the surface. The spreader box and rear strike off shall be designed and operated so that a uniform consistency is achieved to produce a free flow of material to the rear strike off. The longitudinal joint where two passes join shall be neat appearing, uniform and lapped. All excess material shall be removed from the job site prior to opening the road. The spreader box shall have a suitable means provided to side shift the box to compensate for variations in pavement width and longitudinal alignment. A rut box shall be available to refill wheel ruts when necessary prior to overlay to eliminate puddles or runoff interruption. The box shall be readily adjustable from 4’ to 6’ widths with hydraulically adjusted strike off screeds to attain maximum grade and profile.
4.6 Auxiliary Equipment
Suitable surface cleaning equipment, traffic control equipment, hand tools and any support equipment shall be provided as necessary to perform the work.
5. MACHINE CALIBRATION
Each mixing unit to be used in performance of the work shall be calibrated in the presence of the Engineer prior to construction, or previous calibration documentation covering the exact materials to be used may be acceptable provided they were made during that calendar year. The documentation shall include the individual calibration of each material at various settings, which can be related to the machine metering devices.
6. WEATHER LIMITATIONS
The material shall be spread only when the road surface and atmospheric temperatures are at least 45 degrees F and rising and the weather is not rainy and there is no forecast of temperatures below 32 degrees F within 48 hours from time of placement of the mixture.
7. NOTIFICATION AND TRAFFIC CONTROL
7.1 Notification
All homeowners and businesses affected by the construction shall be notified two days in advance of the surfacing. This notification shall be in the form of a written posting stating the time and dates that construction is expected on their road.
7.2 Traffic Control
Suitable methods shall be used by the contractor to protect the micro surface from traffic until the new surface will support traffic without damage. All traffic control methods used shall be in accordance with the Engineer’s specifications and shall be employed in a safe manner.
8. SURFACE PREPARATION
8.1 General
The area to be treated shall be thoroughly cleaned of vegetation, loose aggregate and soil, particularly soil that is bound to the surface. Manholes, valve boxes and other service entrances will be protected from the surfacing material.
8.2 Cracks in Surface
The area to be treated shall be pre-treated for cracks in the pavement surface with fiber reinforced crack filler prior to the application of micro surfacing.
8.3 Tack Coat
If required, the contractor shall apply a tack coat consisting of one part emulsified asphalt and three parts water with a distributor at .10-.15 gallons per square yard.
9. STOCKPILE
Precautions shall be taken to ensure that stockpiles do not become contaminated. The mineral aggregate shall be screened prior to being weighted for job site delivery. This weight shall be done by means of a scale approved by the Engineer.
10. APPLICATION
10.1 General
The surface should be pre-wetted by fogging ahead of the spreader box when required by local conditions. The rate of application of the fog spray shall be adjusted during the day to suit temperatures, surface texture, humidity, and dryness of the pavement surface.
The micro surfacing mixture shall be of the desired consistency upon leaving the mixer and no additional materials should be added. A sufficient amount of material shall be carried in all parts of the spreader at all times so that a complete coverage is obtained. Overloading of the spreader shall be avoided. No lumping, balling, or unmixed aggregate shall be permitted.
No streaks, such as those caused by oversized aggregate, will be left in the finished surface. If excessive oversize develops, the job will be stopped until the contractor proves to the Engineer that the situation has been corrected.
10.2 Joints
No excessive buildup, uncovered areas or unsightly appearances shall be permitted on longitudinal or transverse joints. The contractor shall provide suitable width spreading equipment to produce a minimum number of longitudinal joints throughout the project. When possible, longitudinal joints shall be placed on lane lines. Half passes and odd width passes will be used only in minimum amounts. If half passes are used, they shall not be the last pass of any paved areas.
10.3 Mix Stability
The micro surfacing mixture shall possess sufficient stability so that premature breaking of the material in the spreader box does not occur. The mixture shall be homogeneous during and following mixing and spreading. It shall be free of excess water or emulsion and free of the segregation of the emulsion and aggregate fines from the coarser aggregate.
10.4 Hand Work
Areas which cannot be reached with the mixing machine shall be surfaced using hand squeegees to provide complete and uniform coverage. The area to be hand worked shall be lightly dampened prior to mix placement. Care shall be exercised to leave no unsightly appearance from hand work.
The same type of finish as applied by the spreader box shall be required. Hand work shall be completed at the time of the machine applying process.
10.5 Lines
Care shall be taken to ensure straight lines along curbs and shoulders. No runoff on these areas will be permitted. Lines at intersection will be kept straight to provide a good appearance.
11. QUALITY CONTROL
11.1 Materials
The contractor will permit the Engineer to take samples of the aggregate and asphalt emulsion to be used in the project at the Engineer’s discretion. Gradation and sand equivalent test may be run on the aggregate and residual asphalt content test on the emulsion. Test results will be compared to specifications. Test will be run by a qualified laboratory at the expense of the buyer. The buyer must notify the contractor immediately if any test fails to meet the specifications.
11.2 Micro Surfacing Mixture
Samples of the mixture should be taken daily and may be taken directly from the mixing unit. Consistency and residual asphalt content tests may be made on the samples and compared to the specifications. Test will be run by a qualified laboratory at the expense of the buyer. The buyer must notify the contractor immediately if any test fails to meet specifications. The Engineer may use the recorder and measuring facilities of the unit to determine application rates, asphalt emulsion content, mineral and field control additives, and water.
11.3 Non-compliance
If any two successive tests fail on the stockpile material, the job shall be stopped. It is the responsibility of the contractor, at his own expense, to prove to the Engineer that the conditions have been corrected. If any two successive tests on the mix from the same machine fail, the use of the machine shall be suspended. It will be the responsibility of the contractor, at his own expense, to prove to the Engineer that the problems have been corrected and that the machine is working properly.
12. PERFORMANCE
It is the intention of Okaloosa County not to award a contract for micro surfacing work under this or any other proposal if the bidder cannot furnish satisfactory evidence that he has the ability and experience to perform this class of work and that he has sufficient capital and equipment to enable him to prosecute the work successfully and to complete it within the time named in the contract; and that Okaloosa County reserves the right to reject this or any other proposal or to award the contract as is deemed to be to the best interest of Okaloosa County.
13. PERFORMANCE WARRANTY
The contractor must furnish the following warranty after completion of the work and prior to final payment:
The Contractor hereby warrants that all workmanship and all materials furnished under the contract comply fully with requirements of the Micro-Surfacing Specifications. If at any time within two years after the date of the final inspection, any unfaithful or defective work should appear which in the opinion of the County is due to inferior materials or workmanship the Contractor warrants to do whatever is necessary to remedy the defects immediately without cost to the County. The County will notify the Contractor in writing of the defects and the repairs to be made, and the contractor will begin repairs within a mutually agreed time frame.
14. MEASUREMENT AND PAYMENT
The quantity to be measured for payment will be the number of square yards of micro surfacing actually completed. The accepted quantity of micro surfacing will be paid for at the contract unit price per square yard of the type specified in the proposal, which shall be full compensation for furnishing, transporting, handling and placing the material specified and furnishing of all labor, tools, equipment and incidentals for the satisfactory completion of this item. Rut filling will done by the County.
15. LIQUIDATED DAMAGES
A. In case of failure on the part of the Contractor to complete the work within the time(s) specified in the contract, or within such additional time(s) as may be granted by Okaloosa County, the County will suffer damage, the amount of which is difficult, if not impossible, to ascertain. Therefore, the Contractor shall pay to the County, as liquidated damages, the amount established in the schedule below for each calendar day of delay that actual completion extends beyond the time limit specified until such reasonable time as may be required for final completion of the work. In no way shall costs for liquidated damages be construed as penalty on the contractor.
Original Contract Amount Daily Charge Per Calendar Day
$50,000 and under $311
Over $50,000 but less than $250,000 $972
$250,000 but less than $500,000 $1,584
$500,000 but less than $2,500,000 $1,924
$2,500,000 but less than $5,000,000 $2,694
$5,000,000 but less than $10,000,000 $3,902
$10,000,000 but less than $15,000,000 $6,102
$15,000,000 but less than $20,000,000 $7,022
$20,000,000 and over $7022 plus 0.2%
B. Determination of Number of Days of Default: For all contracts, regardless of whether the contract time is stipulated in calendar days or working days, the default days shall be counted in calendar days.
C. Conditions under which Liquidated Damages are Imposed: Should the Contractor or, in case of his default, the Surety, fail to complete the work within the time stipulated in the contract, or within such extra time as may have been granted by the County, the Contractor or, in case of his default, the Surety, shall pay to the County, not as a penalty, but as liquidated damages, the amounts due as determined by the Code requirements, as provided above.
D. Right of Collection: The County shall have the right to apply as payment on such liquidated damages any money which is due to the Contractor by the County.
E. Permitting Contractor to Finish Work: Permitting the Contractor to continue and to finish the work, or any part of it, after the expiration of the contract time allowed, including extensions of time granted to the Contractor, shall in no way act as a waiver on the part of the County for the liquidated damages due under the contract.
F. Completion of Work by County: In case of default of the contract and the completion of the work by the County, the Contractor and his Surety shall be liable for the liquidated damages under the contract, but no liquidated damages shall be chargeable for any delay in the final completion of the work by the
The Bidder agrees that the work will be completed and ready for final inspection within One Hundred and Eighty (180) calendar days after Notice to Proceed (Task Order). The Bidder accepts the provisions of the agreement as to liquidated damages, as specified, in the event of failure to complete the work within the times specified in the agreement.
16. The Bidder understands that the Board, in its absolute discretion, may reject any bid of a Bidder that has failed, in the opinion of the Board, to complete or perform an Okaloosa County contracted project in a timely fashion or has failed in any other way, in the opinion of the Board, to perform a prior contract in a satisfactory manner, and has directed the Okaloosa County Purchasing Director to emphasize this condition to potential Bidders.
17. Terms used in this bid which are defined in the General Conditions or Special Bid Conditions will have the meaning indicated in the General Conditions or Special Bid Conditions.
18. The Bidder agrees to perform all of the general construction Work, complete, at the price shown on the following Bid Schedule:
TERM
The term of the resulting contract shall be begin on October 1, 2022 and run through September 30, 2023 and may be renewed for two (2) additional one (1) year periods upon agreement in writing by both parties and upon advance notice of ninety (90) days.


Documents:

Documents as of 9/1/2022
Login to view documents
Addition 1

Posted: 9/8/2022

Type of Addition: Addendum 1

Overview: I. Questions / Answers
Question #1: Do you have an engineer’s estimate or budget for this project?
Answer #1: Current annual task orders are ~$300,000
Question #2: Do you have a start date or notice to proceed date decided?
Answer #2: Start date/notice to proceed is upon execution of each task order.
Question #3: Do you have a planholder’s list available?
Answer #3: No

II. Utilize the following Updated “RESPONSE DOCUMENT #16 - Revised Bid Response” when your company submits its response

Deadline: 9/28/2022 3:00 PM

Solicitation #: ITB PW 71-22

Documents:

Question 1

Posted: 9/6/2022

Question: 1. Do you have an engineer's estimate or budget for this project? 2. Do you have a start date or notice to proceed date decided? 3. Do you have a planholder's list available?

Response: See Addendum 1

Posted: 9/8/2022

Type of Addition: Addendum 1

Overview: I. Questions / Answers
Question #1: Do you have an engineer’s estimate or budget for this project?
Answer #1: Current annual task orders are ~$300,000
Question #2: Do you have a start date or notice to proceed date decided?
Answer #2: Start date/notice to proceed is upon execution of each task order.
Question #3: Do you have a planholder’s list available?
Answer #3: No

II. Utilize the following Updated “RESPONSE DOCUMENT #16 - Revised Bid Response” when your company submits its response

Deadline: 9/28/2022 3:00 PM

Solicitation #: ITB PW 71-22

Documents:

Posted: 9/6/2022

Question: 1. Do you have an engineer's estimate or budget for this project? 2. Do you have a start date or notice to proceed date decided? 3. Do you have a planholder's list available?

Response: See Addendum 1