Loading...
HomeMy WebLinkAbout05/21/2025 Agreement GVS COURTq° o: A Kevin Madok, CPA - �o ........ � Clerk of the Circuit Court& Comptroller Monroe County, Florida �z cooN DATE: May 29, 2025 TO: Judith Clarke, PE, Director Engineering/Roads & Bridges Tyler Jackson, Project Manager Engineering/Roads & Bridges ATTN: Samantha Yeoman Executive Assistant FROM: Liz Yongue, Deputy Clerk SUBJECT: May 21, 2025 BOCC Meeting The following item has been executed and added to the record: C16 Agreement with Pavement Technology, Inc. in the not to exceed amount of $249,143.84 for application of Reclamite Asphalt Rejuvenation Agent roads on Sugarloaf Key and Cudjoe Key to extend the life of the asphalt. This contract is being procured utilizing competitively bid pricing under a joint cooperative bid for City of Plantation. The contract price is $1.21 per square yard of pavement treated. Should you have any questions please feel free to contact me at(305) 292-3550. cc: County Attorney Finance File KEY WEST MARATHON PLANTATION KEY 500 Whitehead Street 3117 Overseas Highway 88770 Overseas Highway Key West, Florida 33040 Marathon, Florida 33050 Plantation Key, Florida 33070 Pavement Preservation Project Standard Form of Agreement Between Owner and Contractor Where the basis ofpayment is a STIPULATED SUM AGREEMENT Made as of the 21st day of May in the year of Two Thousand and Twenty-Five. BETWEEN the Owner: Monroe County Board of County Commissioners ("BOCC") 1100 Simonton Street Key West, Florida 33040 ("Owner") And the Contractor: Pavement Technology Inc.. 24144 Detroit Road Westlake, Ohio 44145 ("Contractor") For the following Project Pavement Preservation Project Various Locations Monroe County, Florida ("Project") The Owner and Contractor agree as set forth below. ARTICLE 1 The Contract Documents The Contract Documents consist of this Agreement, County Forms (Ethics Clause; Non-Collusion Affidavit; Drug-Free Workplace; Public Entity Crime Statement, Vendor Certification Regarding Scrutinized Companies Lists), Insurance Requirements and Documents, and other documents listed in this Agreement and Modifications issued after execution of this Agreement. These form the Contract and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations, or agreements, either written or oral. This Agreement is being procured in accordance with Monroe County Code Sec. 2-347(e)(2) utilizing competitive pricing under a joint cooperative bid for the City of Plantation under Agreement No. 072-22 Asphalt Rejuvenation Project Notice Requirement 4/15/25 CONTRACT DOCUMENTS 1 Pavement Preservation Project All written correspondence to the COUNTY shall be dated and signed by an authorized representative of the CONTRACTOR. Any notice required or permitted under this agreement shall be in writing and hand delivered or mailed, postage pre-paid, to the COUNTY by certified mail, return receipt requested, to the following: Ms. Judith Clarke, P.E. Director of Engineering Services Monroe County 1100 Simonton Street, Room 2-216 Key West, Florida 33040 For the Contractor: Chris Evers Pavement Technology Inc. 2144 Detroit Road Westlake, Ohio 44145 ARTICLE 2 The Work of this Contract The Contractor shall execute the Scope of Work as specified and described in Attachment A. The contract constitutes the entire and exclusive agreement between the Owner and the Contractor with reference to the Pavement Preservation Proiect. ARTICLE 3 Date of Commencement and Substantial Completion 3.1 The date of commencement is the date from which the Contract Time of Paragraph 3.2 is measured and shall be the date specified in the Notice to Proceed issued to the Contractor by the Owner. 3.2 The Contractor shall achieve Substantial Completion of the entire Work not later than 60 Days after the Date of Commencement, subject to adjustments of the Contract Time as provided by the Contract Document. Uncontrollable Circumstance 3.3 Any delay or failure of either Party to perforin its obligations under this Agreement will be excused to the extent that the delay or failure was caused directly by an event beyond such Party's control, without such Party's fault or negligence and that by its nature could not have been foreseen by such Party or, if it could have been foreseen, was unavoidable: (a) acts of God; (b) flood, fire, earthquake, explosion, tropical storm, hurricane or other declared emergency in the geographic area of the Project; (c) war, invasion, hostilities (whether war is declared or not), terrorist threats or acts, riot, or other civil unrest in the geographic area of the Project; (d) government order or law in the geographic area of the Project; (e) actions, embargoes, or blockades in effect on or after the date of this Agreement; (f) action by any governmental authority prohibiting work in the geographic area of the Project;(each, a "Uncontrollable Circumstance"). CONTRACTOR'S financial inability to perforin, changes in cost or availability of materials, components, or services, market conditions, or supplier actions or contract 4/15/25 CONTRACT DOCUMENTS 2 Pavement Preservation Project disputes will not excuse performance by Contractor under this Section. Contractor shall give County written notice within 7 days of any event or circumstance that is reasonably likely to result in an Uncontrollable Circumstance, and the anticipated duration of such Uncontrollable Circumstance. Contractor shall use all diligent efforts to end the Uncontrollable Circumstance, ensure that the effects of any Uncontrollable Circumstance are minimized and resume full performance under this Agreement. The County will not pay additional cost as a result of an Uncontrollable Circumstance. The Contractor may only seek a no cost Change Order for such reasonable time as the Owners Representative may determine. ARTICLE 4 Contract Sum 4.1 The owner shall pay the Contractor in current funds for the Contractor's performance of the Contract, for the Pavement Preservation Project at a rate of $1.21 per Square Yard of asphalt pavement treated, for a total not to exceed amount of Two Hundred, Fourty-Nine Thousand, One Hundred, Forty three Dollars and Eighty-Four Cents ($249,143.84) ("Contract Sum") subject to additions and deductions as provided in the Contract Documents. ARTICLE 5 Progress Payments 5.1 Based upon Invoices submitted by the Contractor to the Owner, the Owner shall make progress payments on account of the Contract Sum to the Contractor as provided below and elsewhere in the Contract Documents. Contractor shall submit to the County invoices with supporting documentation that are acceptable to the Clerk. Acceptability to the Clerk is based on generally accepted accounting principles and such laws, rules, and regulations as may govern the Clerk's disbursal of funds. 5.2 The period covered by each Invoice for payment shall be one calendar month ending on the last day of the month. 5.3 County shall pay pursuant to the Local Government Prompt Payment Act 218.70 Florida Statutes. 5.4 Each Invoice for Payment shall be based upon the Rate of $1.21 per Square Yard of asphalt pavement treated in accordance with the Contract Documents. The Invoice shall conform to the Rates and Contract Sum and be prepared in such form and supported by such data to substantiate its accuracy as the Owner may require. The list of roads to be treated, unless objected to by the Owner, shall be used as a basis for reviewing the Contractor's Invoices. 5.5 Invoices for Payment shall indicate the amount of the Work completed as of the end of the period covered by the Invoice for Payment. 4/15/25 CONTRACT DOCUMENTS 3 Pavement Preservation Project 5.6 Subject to the provisions of the Contract Documents, the amount of each progress payment shall be computed as follows: 5.6.1 Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the contract rate by the square yards of asphalt treated, less retainage of Five percent (5%). Pending final determination of cost to the Owner of changes in the Work, amounts not in dispute may be included in Invoices for Payment. The amount of credit to be allowed by the Contractor to the Owner for a deletion or change which results in a net decrease in the Contract Sum shall be actual net cost as confirmed by the Owner. When both additions and credits covering related Work or substitutions are involved in a change the allowance for overhead and profit shall be figured on the basis of net increase, if any, with respect to that change. 5.6.2 Subtract the aggregate of previous payments made by the Owner; and 5.6.3 Subtract amounts, if any, for which the Owner has withheld or nullified a Certificate for Payment. 5.7 The progress payment amount determined in accordance with Paragraph 5.6 shall be further modified under the following circumstances: 5.7.1 Add, upon Substantial Completion of the Work, a sum sufficient to increase the total payments to Ninety-Five percent (95%) of the Contract Sum, less such amounts as the Owner recommends and determines for incomplete Work and unsettled claims. ARTICLE 6 Final Payment Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when (1) the Contract has been fully performed by the Contractor except for the Contractor's responsibility to correct nonconforming Work and to satisfy other requirements, if any, which necessarily survive final payment: and (2) a Final Project Certificate for Payment has been issued by the Project Manager: such final payment shall be made by the Owner not more than 20 days after the issuance of the Final Project Certificate for Payment. ARTICLE 7 Insurance 7.1 Prior to commencement of work the Contractor will provide satisfactory evidence of insurance in the form of Certificates of Insurance as required in the Insurance Statement. 7.2 The Contractor shall name the Monroe County Board of County Commissioners, its employees and officials as "Additional Insured" on all policies except for Worker's Compensation. Insurance Statement 4/15/25 CONTRACT DOCUMENTS 4 Pavement Preservation Project The Insurance requirements are as follows: Insurance Requirement Limits Worker's Compensation Statutory Limits Employer's Liability WC3 $1,000,000/$1,000,000/$1,000,000 General Liability GL3 $ 1,000,000 Combined Single Limit GLXCU *Required Endorsement Underground, Explosion and Collapse (XCU) Vehicle Liability VL3 $500,000 per person; $1,000,000 per occurrence (Owned, hired and $100,000 Property Damage Non- owned Vehicles) or $1,000,000 Combined Limit All insurers shall have an A.M. Best rating of VI or better and shall be licensed to do business in the state of Florida. ARTICLE 8 Miscellaneous Provisions 8.1 Where reference is made in this Agreement to a provision or another Contract Document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. 8.2 Payments due and unpaid under the Contract shall bear interest pursuant to the Local Government Prompt Payment Act 218.735 8.3 Monroe County's performance and obligation to pay under this contract is contingent upon an annual appropriation by the Board of County Commissioners. 8.4 Public Entities Crimes By signing this Agreement, Contractor represents that the execution of this Agreement will not violate the Public Entities Crime Act(Section 287.133, Florida Statutes). Violation of this section shall result in termination of this Agreement and recovery of all monies paid hereto and may result in debarment from County's competitive procurement activities. In addition to the foregoing, Contractor further represents that there has been no determination, based on an audit, that it or any subcontractor has committed an act defined by Section 287.133, Florida Statutes, as a "public entity crime" and that it has not been formally charged with committing an act defined as a "public entity crime" regardless of the amount of money involved or whether Contractor has been placed on the convicted vendor list. 4/15/25 CONTRACT DOCUMENTS 5 Pavement Preservation Project Contractor will promptly notify the County if it or any subcontractor is formally charged with an act defined as a "public entity crime" or has been placed on the convicted vendor list. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 8.5 The following items are part of this contract: a) Maintenance of Records: Contractor shall maintain all books, records, and documents directly pertinent to performance under this Agreement in accordance with generally accepted accounting principles consistently applied. Each party to this Agreement or their authorized representatives, shall have reasonable and timely access to such records of each other party to this Agreement for public records purposes during the term of the Agreement and for four years following the termination of this Agreement. If an auditor employed by the County or Clerk determines that monies paid to Contractor pursuant to this Agreement were spent for purposes not authorized by this Agreement, the Contractor shall repay the monies together with interest calculated pursuant to Sec. 55.03; FS, running from the date the monies were paid to Contractor. b) Right to Audit: Availability of Records. The records of the parties to this Agreement relating to the Project, which shall include but not be limited to accounting records (hard copy, as well as computer readable data if it can be made available; subcontract files (including proposals of successful and unsuccessful bidders, bid recaps, bidding instructions, bidders list, etc.); original estimates; estimating work sheets; correspondence; change order files (including documentation covering negotiated settlements); backcharge logs and supporting documentation; general ledger entries detailing cash and trade discounts earned, insurance rebates and dividends; any other supporting evidence deemed necessary by Owner to substantiate charges related to this agreement, and all other agreements, sources of information and matters that may in Owner's reasonable judgment have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any contract document (all foregoing hereinafter referred to as "Records") shall be open to inspection and subject to audit and/or reproduction by Owner's representative and/or agents of Owner. Owner may also conduct verifications such as,but not limited to, counting employees at the job site, witnessing the distribution of payroll, verifying payroll computations, overhead computations, observing vendor and supplier payments, miscellaneous allocations, special charges, verifying information and amounts through interviews and written confirmations with employees, Subcontractors, suppliers, and contractors' representatives. All records shall be kept for seven (7)years after Final Completion. 4/15/25 CONTRACT DOCUMENTS 6 Pavement Preservation Project c) Governing Law, Venue, Interpretation, Costs, and Fees: This Agreement shall be governed by and construed in accordance with the laws of the State of Florida applicable to contracts made and to be performed entirely in the State. In the event that any cause of action or administrative proceeding is instituted for the enforcement or interpretation of this Agreement, the County and Contractor agree that venue shall lie in the appropriate court or before the appropriate administrative body in Monroe County, Florida. This Agreement shall not be subject to arbitration. d) Severability: If any term, covenant, condition or provision of this Agreement (or the application thereof to any circumstance or person) shall be declared invalid or unenforceable to any extent by a court of competent jurisdiction, the remaining terms, covenants, conditions and provisions of this Agreement, shall not be affected thereby; and each remaining term, covenant, condition and provision of this Agreement shall be valid and shall be enforceable to the fullest extent permitted by law unless the enforcement of the remaining terms, covenants, conditions and provisions of this Agreement would prevent the accomplishment of the original intent of this Agreement. The County and Contractor agree to reform the Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. e) Attorney's Fees and Costs: The County and Contractor agree that in the event any cause of action or administrative proceeding is initiated or defended by any parry relative to the enforcement or interpretation of this Agreement, the prevailing parry shall be entitled to reasonable attorney's fees and court costs, as an award against the non- prevailing parry, and shall include attorney's fees and courts costs in appellate proceedings. Mediation proceedings initiated and conducted pursuant to this Agreement shall be in accordance with the Florida Rules of Civil Procedure and usual and customary procedures required by the circuit court of Monroe County. f) Binding Effect: The terms, covenants, conditions, and provisions of this Agreement shall bind and inure to the benefit of the County and Contractor and their respective legal representatives, successors, and assigns. g) Authority: Each parry represents and warrants to the other that the execution, delivery and performance of this Agreement have been duly authorized by all necessary County and corporate action, as required by law. h) Claims for Federal or State Aid: Contractor and County agree that each shall be, and is, empowered to apply for, seek, and obtain federal and state funds to further the purpose of this Agreement. Any conditions imposed as a result of funding that effect the Project will be provided to each parry. i) Nondiscrimination: County and Contractor agree that there will be no discrimination against any person, and it is expressly understood that upon a determination by a court of competent jurisdiction that discrimination has occurred, this Agreement automatically terminates without any further action on the part of any parry, effective the date of the 4/15/25 CONTRACT DOCUMENTS 7 Pavement Preservation Project court order. County or Contractor agree to comply with all Federal and Florida statutes, and all local ordinances, as applicable, relating to nondiscrimination. These include but are not limited to: 1) Title VI of the Civil Rights Act of 1964 (PL 88-352) which prohibits discrimination on the basis of race, color or national origin; 2) Title IX of the Education Amendment of 1972, as amended (20 USC ss. 1681-1683, and 1685-1686), which prohibits discrimination on the basis of sex; 3) Section 504 of the Rehabilitation Act of 1973, as amended (20 USC s. 794), which prohibits discrimination on the basis of handicaps; 4) The Age Discrimination Act of 1975, as amended (42 USC ss. 6101-6107) which prohibits discrimination on the basis of age; 5) The Drug Abuse Office and Treatment Act of 1972 (PL 92-255), as amended, relating to nondiscrimination on the basis of drug abuse; 6) The Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (PL 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; 7) The Public Health Service Act of 1912, ss. 523 and 527 (42 USC ss. 690dd-3 and 290ee-3), as amended, relating to confidentiality of alcohol and drug abuse patient records; 8) Title VIII of the Civil Rights Act of 1968 (42 USC s. 3601 et seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; 9) The Americans with Disabilities Act of 1910 (42 USC s. 12101 Note), as may be amended from time to time, relating to nondiscrimination on the basis of disability; 10) Monroe County Code Chapter 14, Article II, which prohibits discrimination on the basis of race, color, sex, religion, national origin, ancestry, sexual orientation, gender identity or expression, familial status or age; 11) Any other nondiscrimination provisions in any Federal or state statutes which may apply to the parties to, or the subject matter of, this Agreement. j) Covenant of No Interest: County and Contractor covenant that neither presently has any interest, and shall not acquire any interest, which would conflict in any manner or degree with its performance under this Agreement, and that only interest of each is to perform and receive benefits as recited in this Agreement. k) Code of Ethics: County agrees that officers and employees of the County recognize and will be required to comply with the standards of conduct for public officers and employees as delineated in Section 112.313, Florida Statutes, regarding, but not limited to, solicitation or acceptance of gifts; doing business with one's agency; unauthorized compensation; misuse of public position, conflicting employment or contractual relationship; and disclosure or use of certain information. 1) No Solicitation/Payment: The County and Contractor warrant that, in respect to itself, it has neither employed nor retained any company or person, other than a bona fide employee working solely for it, to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for it, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of the provision, the Contractor agrees that the County shall have the right to terminate this Agreement without liability and, at its discretion, to offset from monies owed, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. 4/15/25 CONTRACT DOCUMENTS 8 Pavement Preservation Project m) Public Records Compliance. Contractor must comply with Florida public records laws, including but not limited to Chapter 119, Florida Statutes and Section 24 of article I of the Constitution of Florida. The County and Contractor shall allow and permit reasonable access to, and inspection of, all documents, records,papers, letters or other "public record" materials in its possession or under its control subject to the provisions of Chapter 119, Florida Statutes, and made or received by the County and Contractor in conjunction with this contract and related to contract performance. The County shall have the right to unilaterally cancel this contract upon violation of this provision by the Contractor. Failure of the Contractor to abide by the terms of this provision shall be deemed a material breach of this contract and the County may enforce the terms of this provision in the form of a court proceeding and shall, as a prevailing parry, be entitled to reimbursement of all attorney's fees and costs associated with that proceeding. This provision shall survive any termination or expiration of the contract. The Contractor is encouraged to consult with its advisors about Florida Public Records Law in order to comply with this provision. Pursuant to F.S. 119.0701 and the terms and conditions of this contract, the Contractor is required to: (1) Keep and maintain public records that would be required by the County to perform the service. (2) Upon receipt from the County's custodian of records, provide the County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the County. (4) Upon completion of the contract, transfer, at no cost, to the County all public records in possession of the Contractor or keep and maintain public records that would be required by the County to perform the service. If the Contractor transfers all public records to the County upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the County's custodian of records, in a format that is compatible with the information technology systems of the County. (5) A request to inspect or copy public records relating to a County contract must be made directly to the County, but if the County does not possess the requested records, the County shall immediately notify the Contractor of the request, and the Contractor must provide the records to the County or allow the records to be inspected or copied within a reasonable time. If the Contractor does not comply with the County's request for records, the County shall enforce the public records contract provisions in accordance with the contract, notwithstanding the County's option and right to unilaterally cancel this contract upon violation of this provision by the Contractor. A Contractor who fails to provide the public records to the County or pursuant to a valid public records request within a reasonable time may be subject to penalties under sectionl 19.10, Florida Statutes. The Contractor shall not transfer custody, release, alter, destroy or otherwise dispose of any public records unless or otherwise provided in this provision or as otherwise provided by law. 4/15/25 CONTRACT DOCUMENTS 9 Pavement Preservation Project IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE COUNTY'S CUSTODIAN OF PUBLIC RECORDS AT MONROE COUNTY ATTORNEY'S OFFICE, 1111 12TH STREET, SUITE 408 KEY WEST, FL 33040 EMAIL: PUBLICRECORDSna MONROECOUNTY-FL.GOV OR PHONE# (305)292-3470 n) Non-Waiver of Immunity: Notwithstanding the provisions of Sec. 768.28, Florida Statutes, the participation of the County and the Contractor in this Agreement and the acquisition of any commercial liability insurance coverage, self-insurance coverage, or local government liability insurance pool coverage shall not be deemed a waiver of immunity to the extent of liability coverage, nor shall any contract entered into by the County be required to contain any provision for waiver. o) Privileges and Immunities: All of the privileges and immunities from liability, exemptions from laws, ordinances, and rules, pensions and relief, disability, workers' compensation, and other benefits which apply to the activity of officers, agents, or employees of any public agents or employees of the County, when performing their respective functions under this Agreement within the territorial limits of the County shall apply to the same degree and extent to the performance of such functions and duties of such officers, agents, volunteers, or employees outside the territorial limits of the County. p) Legal Obligations and Responsibilities: Non-Delegation of Constitutional or Statutory Duties. This Agreement is not intended to, nor shall it be construed as, relieving any participating entity from any obligation or responsibility imposed upon the entity by law except to the extent of actual and timely performance thereof by any participating entity, in which case the performance may be offered in satisfaction of the obligation or responsibility. Further, this Agreement is not intended to, nor shall it be construed as, authorizing the delegation of the constitutional or statutory duties of the County, except to the extent permitted by the Florida constitution, state statute, and case law. q) Non-Reliance by Non-Parties: No person or entity shall be entitled to rely upon the terms, or any of them, of this Agreement to enforce or attempt to enforce any third-party claim or entitlement to or benefit of any service or program contemplated hereunder, and the County and the Contractor agree that neither the County nor the Contractor or any agent, officer, or employee of either shall have the authority to inform, counsel, or otherwise indicate that any particular individual or group of individuals, entity or entities, have entitlements or benefits under this Agreement separate and apart, inferior to, or superior to the community in general or for the purposes contemplated in this Agreement. r) Attestations: Contractor agrees to execute such documents as the County may reasonably require, including a Public Entity Crime Statement, an Ethics Statement, and a Drug-Free Workplace Statement. s) No Personal Liability: No covenant or agreement contained herein shall be deemed to be a covenant or agreement of any member, officer, agent or employee of Monroe County in his or her individual capacity, and no member, officer, agent or employee of Monroe County shall be liable 4/15/25 CONTRACT DOCUMENTS 10 Pavement Preservation Project personally on this Agreement or be subject to any personal liability or accountability by reason of the execution of this Agreement. t) Execution in Counterparts: This Agreement may be executed in any number of counterparts, each of which shall be regarded as an original, all of which taken together shall constitute one and the same instrument and any of the parties hereto may execute this Agreement by signing any such counterpart. u) Section Headings: Section headings have been inserted in this Agreement as a matter of convenience of reference only, and it is agreed that such section headings are not a part of this Agreement and will not be used in the interpretation of any provision of this Agreement. v) Special Conditions: Any special conditions are detailed in Article 10. w) Hold Harmless and Indemnification: Notwithstanding any minimum insurance requirements prescribed elsewhere in this agreement, the Contractor covenants and agrees that he shall defend, indemnify and hold the COUNTY and the COUNTY's elected and appointed officers and employees, and harmless from and against (i) claims, actions or causes of action, (ii) litigation, administrative proceedings, appellate proceedings, or other proceedings relating to any type of injury (including death), loss, damage, fine, penalty or business interruption, and (iii) costs or expenses that may be asserted against, initiated with respect to, or sustained by the County and the COUNTY's elected and appointed officers and employees from liabilities damages, losses and costs, including but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of the Contractor and persons employed or utilized by the indemnifying parry in the performance of the construction contract. The monetary limitation of liability under this contract shall be not less than $1 million per occurrence pursuant to F. S. 725.06. Insofar as the claims, actions, causes of action, litigation, proceedings, costs or expenses relate to events or circumstances that occur during the term of this Agreement, this section will survive the expiration of the term of this Agreement or any earlier termination of this Agreement. In the event the completion of the project (including the work of others) is delayed or suspended as a result of the Contractor's failure to purchase or maintain the required insurance, the Contractor shall indemnify the County from any and all increased expenses resulting from such delay. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained herein. In the event any claims are brought, or actions are filed against the County with respect to the indemnity contained herein, the Contractor agrees to defend against any such claims or actions regardless of whether such claims or actions are rightfully or wrongfully brought or filed. The Contractor agrees that the County may select the attorneys to appear and defend such claims or actions on behalf of the County. The Contractor further agrees to pay at the Contractor's expense the attorneys' fees and costs incurred by those attorneys selected by the County to appear and defend such actions or claims on behalf of the County at both the trial and appellate levels. The County at its sole option, shall have the sole authority for the direction of the defense, and shall be the sole judge of the acceptability of any compromise or settlement of any claims or actions against the County. x) Adjudication of Disputes or Disagreements: COUNTY and CONTRACTOR agree that all disputes and disagreements shall be attempted to be resolved by meet and confer sessions 4/15/25 CONTRACT DOCUMENTS 11 Pavement Preservation Project between representatives of each of the parties. The CONTRACTOR and COUNTY Representative shall try to resolve the claim or dispute with meet and confer sessions. If the issue or issues are still not resolved to the satisfaction of the parties, then any party shall have the right to seek such relief or remedy as may be provided by this Agreement or by Florida law. This Agreement is not subject to arbitration. This provision does not negate or waive the provisions of paragraph y or Article 9 concerning termination or cancellation. y) Cancellation: In the event that the Contractor shall be found to be negligent in any aspect of installation, stocking, maintenance, repair, or service, the County shall have the right to terminate this agreement after five days written notification to the Contractor. z) Cooperation: In the event any administrative or legal proceeding is instituted against either party relating to the formation, execution, performance, or breach of this Agreement, County and Contractor agree to participate, to the extent required by the other party, in all proceedings, hearings, processes, meetings, and other activities related to the substance of this Agreement or provision of the services under this Agreement. County and Contractor specifically agree that no party to this Agreement shall be required to enter into any arbitration proceedings related to this Agreement. 8.6 Successors and Assigns: The Contractor shall not assign or subcontract its obligations under this agreement, except in writing and with the prior written approval of the Board of County Commissioners for Monroe County, which approval shall be subject to such conditions and provisions as the Board may deem necessary. This paragraph shall be incorporated by reference into any assignment or subcontract and any assignee or subcontractor shall comply with all of the provisions of this Agreement. Subject to the provisions of the immediately preceding sentence, each party hereto binds itself, its successors, assigns and legal representatives to the other and to the successors, assigns and legal representatives of such other party. 8.7 No third-Party Beneficiaries: Nothing contained herein shall create any relationship, contractual or otherwise, with or any rights in favor of, any third party. It is specifically agreed between the parties executing this Agreement that it is not intended by any of the provisions of any part of the Agreement to create in the public or any member thereof, a third party beneficiary under this Agreement, or to authorize anyone not a party to this Agreement to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this Agreement. The Recipient guaranties the payment of all just claims for materials, supplies,tools, or labor and other just claims against the Recipient or any subcontractor, in connection with this Agreement. Additionally, the Recipient agrees to include the following indemnification in all contracts with contractors/subcontractors, or consultants/sub consultants who perform work in connection with this Agreement. 8.8 The Recipient will not discriminate against any employee employed in the performance of this Agreement, or against any applicant for employment because of age, ethnicity, race, religious belief, disability, national origin, or sex. The Recipient shall provide a harassment-free workplace, with any allegation of harassment given priority attention and action by management. The Recipient shall insert similar provisions in all contracts and subcontracts for services by this Agreement. The Recipient affirms that it is aware of the provisions of Section 287.134(2)(a), Florida Statutes. An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide any goods or services to a public entity; may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract 4/15/25 CONTRACT DOCUMENTS 12 Pavement Preservation Project with any public entity; and may not transact business with any public Recipient. The Recipient further agrees that it shall not violate Section 287.134(2)(a), Florida Statutes, and acknowledges and agrees that placement on the list during the term of this Agreement may result in the termination of this Agreement. 8.9 E-Verify System - Beginning January 1, 2021, in accordance with F.S. 448.095, the Contractor and any subcontractor shall register with and shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the work authorization status of all new employees hired by the Contractor during the term of the Contract and shall expressly require any subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the work authorization status of all new employees hired by the subcontractor during the Contract term. Any subcontractor shall provide an affidavit stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. The Contractor shall comply with and be subject to the provisions of F.S. 448.095 ARTICLE 9 9.1 Termination for Cause 9.1.1 Contractor or Owner, may terminate this agreement, for cause, after providing Written Notice of the default and if said default is not cured within 15 days, the agreement may be terminated upon five (5) additional days' Written Notice. 9.2 Termination for Convenience and suspension by Owner 9.2.1 Contractor or Owner may terminate this agreement, without cause, upon providing 30 days Written Notice. 9.2.2 The Owner may, without cause, order the Contractor in writing to suspend, delay or interrupt the Work in whole or in part for such period of time as the Owner may determine. 9.3 Scrutinized Companies If the County determines that the Contractor has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, the County shall have the option of(1) terminating the Agreement after it has given the Contractor written notice and an opportunity to demonstrate the agency's determination of false certification was in error pursuant to Section 287.135(5)(a), Florida Statutes, or (2) maintaining the Agreement if the conditions of Section 287.135(4), Florida Statutes, are met. ARTICLE 10 Special Conditions 10.1 Cleaning Up 10.1.1 The Contractor shall keep the premises and surrounding area free from accumulation of waste materials or rubbish caused by operations under the Contract. At completion of the Work, the Contractor shall remove from and about the project waste materials rubbish, the Contractor's tools, 4/15/25 CONTRACT DOCUMENTS 13 Pavement Preservation Project equipment, machinery and surplus materials. Clean up shall be performed to the satisfaction of the Owner. 10.2 Access to Work 10.2.1 The Contractor shall provide the Owner's Representative and the Owner access to the Work in preparation and progress wherever located. 10.3 Care of Trees, Shrubs and Grass 10.3.1 The Contractor shall be fully responsible for maintaining in good condition all vegetation inside the County right-of-way. Contractor will conduct work in a manner that minimizes the amount of vegetation that is impacted by the Work. Where vegetation must be removed or destroyed incident to the Work, the Contractor, after completion of the work, must replace or restore to the original condition all destroyed or damaged shrubbery, grass areas or pea rock areas. 10.4 Maintenance of Traffic 10.4.1 The Contractor shall be responsible for the proper maintenance control and detour of traffic in the area of Work, during the course of Work. All traffic control and maintenance procedures shall be in accordance with the requirements of the Florida D.O.T. 10.4.2 All traffic control signs and devices, barricades, flashers, flambeaus and similar devices shall be furnished and maintained by the Contractor. 10.4.3 Work shall be conducted in such a manner to cause the least possible interruption to traffic. Necessary access to and from adjacent properties shall be provided at all times. 10.5 Barricades and Protection of Work 10.5.1 The Contractor shall protect his work throughout its length by the erection of suitable barricades, where required. He shall further indicate his work at night by the maintenance of suitable lights or flares. He shall comply with all laws or ordinances covering the protection of such work and the safety measures to be employed therein. The Contractor shall carry out his work so as not to deny access to private property. All utility access manholes, valves, fire hydrants, and letter boxes shall be kept accessible at all times. 10.5.2 In the event or threat of a hurricane the Contractor shall remove all equipment and material from the roadway. He shall make the area safe to traffic and pedestrian. No object from the site should pose a threat to anyone caused by wind or water. 10.6 Permits, Fees and Notices 10.6.1 The Contractor shall secure and pay for all permits, impact fees, governmental fees, licenses, inspections and surveys required by Federal, State, or Municipal bodies having jurisdiction over the project for the proper execution and completion of the Work which are customarily secured after execution of the Contract. 4/15/25 CONTRACT DOCUMENTS 14 Pavement Preservation Project 10.6.2 The Contractor shall comply with and give notices required by laws, ordinances, rules, regulations and lawful orders of public authorities bearing on performance of the Work. 10.6.3 If the Contractor performs Work knowing it to be contrary to laws, statutes, ordinances, building codes, and rules and regulations without such notice to the Owner, the Contractor shall assume full responsibility for such Work and shall bear the attributable costs. ARTICLE 11 PROTECTION OF PERSONS AND PROPERTY 11.1 Safety Precautions and Programs 11.1.1 The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the performance of the Contract. 11.2 Safety of Persons and Property 11.2.1 The Contractor shall take reasonable precautions for safety of, and shall provide reasonable protection to prevent damage, injury or loss to: 1. employees on the Work and other persons who may be affected thereby; 2. the Work and materials and equipment to be incorporated therein, whether in storage on or off the site, under care, custody or control of the Contractor or the Contractor's Subcontractors or Sub- subcontractors; 3. other property at the site or adjacent thereto, such as trees, shrubs, lawns, walks,pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of Work; and 4. Work or operations by the Owner or other Contractors. 11.2.2 The Contractor shall promptly remedy damage and loss to property caused in whole or in part by the Contractor, a Subcontractor, a Sub-subcontractor, 11.3 Emergencies 11.3.1 In an emergency affecting safety of persons or property, the Contractor shall act, at the Contractor's discretion, to prevent threatened damage, injury or loss. Additional compensation or extension of time claimed by the Contractor on account of an emergency shall be determined by the Owner. Article 12 Change Orders 12.1 Description: A Change Order is a written instrument prepared by the Owner and signed by the Owner and Contractor stating their agreement upon all of the following: 1. A change in the work 2. The amount of the adjustment in the contract Sum, if any; and 3. The extent of the adjustment in the Contract Time, if any. 4/15/25 CONTRACT DOCUMENTS 15 Pavement Preservation Project 12.1.1 Changes in the Work may be accomplished after execution of the contract, and without invalidating the Contract;.by Change Order: The Contractor may only seek a no cost Change Order for such reasonable time as the Owner may determine. 12.2 Procedure: Should the .Owner contemplate making a change in the Work or a change in the Contract Time:of' Completion, the Director of Engineering Services will provide the Contractor a description of the contemplated change. The Contractor will either: .1.:Make the described change in the Work at no change in the Contract Sum and no change in the Contract Time of Completion; 2. After analyzing the described change, promptly . advise .the County Director •of Engineering Services as to credit or cost proposed for the described change :and time adjustment, if any; or 3. Meet with the County Director of Engineering Services as required to explain costs and time adjustments when appropriate and determine other acceptable ways to achieve the desired objective. IN WITNESS WHEREOF the parties hereto have executed this Agreement on the day and date: irst. written above in counterparts;.each of which shall, without proof or accounting for the other counterparts, be deemed an original contract. h ONERS ,,�xr7������: ��`)�`��"�e�?,��4� _ . BOARD�OF: �COUNTY COMMISSIONERS ,., �, ..KE' I MAD OK, Clerk OF 11IONROE COUNTY,FLORIDA': r� ;f -Attest:��,. 1 1,0,„,,,',,-,:.;:'\ i ns � Cr (i T l •� � .sue.-�. - - ::,di Vi< Ilk ,,,,,„:,,,,I 6,;,:ri,.-6,,,,,,-,,,,-...:, \----,:,,,'011,..,0 , , % 1,„ Aiii.,,, .- ,f#, . . ' ,wr:_�,By_. Yc;:,s�� -� - L''W"4°TBy t• s ' ' ^},,,�� U 4y9 '�As�,De.0u Clerk ►r..ayor .w, 7 ::::;, ,,,,,,,,T,!,8.!:.:?4,-;-...",,, Date e- "I w ._:::.;:111....,:7) 33.=, c3risl riu v 1 TechnologyL ram, (SEAL) Pavement. Inc. . Attest: `° ip 'Ay' i :11- . tu: k Susan.Dura:nte John Schl:eg 1, : `. Ci Title: Secretary/Treasurer Title: Vice Pre ident w ,,..,,,,:: ,.- - MONROE COUNTY ATTORNEY APPROVED AS TO FORM CHRISTINE LIMBERT-BARROWS SR',ASSISTANT Q.10 ATTORNEY n DATE: U/ ,,,, 4/'15/25 CONTRACT DOCUMENTS I Pavement Preservation Project Attachment A Scope of Work 4/15/25 CONTRACT DOCUMENTS 17 Pavement Preservation Project Pavement Technology, Inc. 24144 Detroit Rd. Westlake, Ohio 44145 Phone: 800-333-6309 440-892-1895 Fax: 440-892-0953 March 27, 2025 Ms. Judith S. Clarke,P.E. Director of Engineering Services Monroe County 1100 Simonton Street Key West, FL 33040 Dear Ms. Clarke: We are pleased to offer our revised proposal to apply Reclamite®asphalt rejuvenator to the streets listed below. Square Street From To Yards Amount Holly Lane South Point Drive Dead End 876 $1,059.96 West Point Drive South Point Drive 80ft off dead end 929 $1,124.09 Croton Court South Point Drive Dead End 407 $492.47 Banyan Lane South Point Drive Dead End 620 $750.20 Cypress Road South Point Drive Dead End 3,379 $4,088.59 South Point Drive U.S. 1 East Point Drive 5,964 $7,216.44 Cedar Lane Cypress Road Dead End 1,009 $1,220.89 Bamboo Court East Point Drive Dead End 278 $336.38 Dogwood Lane East Point Drive Dead End 928 $1,122.88 East Point Drive South Point Drive Dead End 1,875 $2,268.75 Tamarind Road South Point Drive Dead End 2,671 $3,231.91 Bonita Lane East Sugarloaf Boulevard Dead End 518 $626.78 Bonefish Lane West Sugarloaf Boulevard Dead End 1,633 $1,975.93 Wahoo Lane Sugarloaf Boulevard Dead End 1,842 $2,228.82 Bonefish Lane East Sugarloaf Boulevard Dead End 507 $613.47 Venetian Wa Shore Drive Dead End 2,802 $3,390.42 Starfish Lane East Sugarloaf Boulevard Dead End 682 $825.22 Shore Lane Shore Drive Dead End 1,162 $1,406.02 Sugarloaf Drive Sugarloaf Blvd. Sugarloaf Blvd 3,040 $3,678.40 Snapper Lane Su arloaf Boulevard Dead End 858 $1,038.18 Ambe 'ack Lane Su arloaf Boulevard Dead End 1,802 $2,180.42 4/15/25 CONTRACT DOCUMENTS 18 Pavement Preservation Project Starfish Lane West Sugarloaf Boulevard Dead End 1,647 $1,992.87 Sugarloaf Drive Sugarloaf Boulevard Sugarloaf Blvd 1,283 $1,552.43 Kin fish Lane West Sugarloaf Boulevard Dead End 2,073 $2,508.33 Driftwood Lane Sugarloaf Boulevard Dead End 1,407 $1,702.47 Flying Fish Lane Sugarloaf Boulevard Dead End 1,627 $1,968.67 Green Turtle Lane East Sugarloaf Boulevard Dead End 540 $653.40 Green Turtle Lane West Sugarloaf Boulevard Dead End 1,618 $1,957.78 Kin fish Lane East Sugarloaf Boulevard Dead End 681 $824.01 Bonita Lane West Sugarloaf Boulevard Dead End 1,847 $2,234.87 Shore Drive Sugarloaf Boulevard Dead End 2,233 $2,701.93 Angelfish Lane Sugarloaf Boulevard Dead End 525 $635.25 Sea ra e Lane Sugarloaf Boulevard Dead End 1,765 $2,135.65 Dolphin Street East Sugarloaf Boulevard Dead End 1,698 $2,054.58 Dolphin Street West Sugarloaf Boulevard Dead End 714 $863.94 Hibiscus Lane Sugarloaf Boulevard Dead End 1,061 $1,283.81 Buttonwood Drive West Sugarloaf Boulevard Dead End 1,127 $1,363.67 La Brisa Court Sugarloaf Boulevard Dead End 802 $970.42 La Brisa Lane Sugarloaf Boulevard Dead End 1,673 $2,024.33 Marlin Drive Sugarloaf Boulevard Dead End 2,569 $3,108.49 Oleander Lane Sugarloaf Boulevard Dead End 1,313 $1,588.73 Pinetree Lane Oleander Lane Dead End 396 $479.16 Cobia Court Sugarloaf Boulevard Dead End 538 $650.98 Buttonwood Drive East Sugarloaf Boulevard Dead End 2,160 $2,613.60 Keystone Road Sugarloaf Boulevard Dead End 1,907 $2,307.47 Allamanda Drive West Sugarloaf Boulevard Dead End 1,931 $2,336.51 Coral Court Sugarloaf Boulevard Dead End 338 $408.98 Coral Drive Sugarloaf Boulevard Dead End 2,257 $2,730.97 Allamanda Drive Sugarloaf Boulevard Dead End 3,260 $3,944.60 Jamaica Lane Sugarloaf Boulevard Dead End 2,822 $3,414.62 Sugarloaf Blvd. U.S. 1 Ca men 28,000 $33,880.00 Old State Route 4A U.S. 1 End of Fence 2/3 of way down 3,602 $4,358.42 Crane Boulevard U.S. 1 Dead End 15,573 $18,843.33 Hawksbill Lane Crane Boulevard Dead End 3,922 $4,745.62 Loggerhead Lane Crane Boulevard Dead End 3,015 $3,648.15 Flamingo Road Johnson Road Dead End 477 $577.17 Date Palm Drive Crane Boulevard Dead End 4,278 $5,176.38 Canal Drive Crane Boulevard Dead End 6,600 $7,986.00 Caloosa Street Crane Boulevard Dead End 2,864 $3,465.44 Aztec Street Cherokee Street Indian Mound Drive 1,816 $2,197.36 Frazier Lane Flamingo Road Dead end 180 $217.80 Adams Road U.S. 1 Dead End 944 $1,142.24 Apache Street Cherokee Street Indian Mound Drive 480 $580.80 4/15/25 CONTRACT DOCUMENTS 19 Pavement Preservation Project Navajo Street Cherokee Street Indian Mound Drive 1,107 $1,339.47 Cherokee Street Seminole Street Indian Mound Drive 2,422 $2,930.62 Seminole Street Crane Boulevard Dead End 2,860 $3,460.60 Mayan Street Cherokee Street Indian Mound Drive 1,304 $1,577.84 Kings Row State Road 4A Bow Road 932 $1,127.72 Indian Mound Drive Cherokee Street Aztec Street 2,789 $3,374.69 Te uesta Street Crane Boulevard Dead End 2,922 $3,535.62 Johnson Road U.S. 1 Dead End 3,578 $4,329.38 Eighth Ave West Drost Drive Dead End 2,444 $2,957.24 Fifth Avenue West Drost Drive Dead End 3,203 $3,875.63 Sixth Avenue West Drost Drive Dead End 2,902 $3,511.42 Seventh Avenue West Drost Drive Dead End 2,664 $3,223.44 Fourth Avenue West Drost Drive Dead End 2,410 $2,916.10 Second Avenue West Drost Drive Dead End 3,543 $4,287.03 Pattison Drive Drost Drive Dead end 1,933 $2,338.93 Drost Drive U.S. 1 Pattison Drive 8,078 $9,774.38 Fifth Avenue Drost Drive Dead End 1,271 $1,537.91 Pattison Drive Drost Drive/Hamilton Drive Dead End 678 $820.38 Ninth Avenue West Drost Drive Seminole Drive 2,191 $2,651.11 Navajo Drive Ninth Avenue West Dead End 433 $523.93 Fourth Avenue Drost Drive Dead End 1,260 $1,524.60 Third Avenue Drost Drive Dead End 1,199 $1,450.79 Second Avenue Drost Drive Dead End 1,281 $1,550.01 Sixth Avenue Drost Drive Dead End 1,259 $1,523.39 Seventh Avenue Drost Drive Dead End 1,256 $1,519.76 Seminole Drive Ninth Avenue West Dead End 640 $774.40 Total 205,904 $249,143.84 Our price is inclusive of traffic control,notification of residents and all labor and material necessary to complete the work in accordance with The City of Plantation contract specifications. Actual field measurements will determine final quantities. Thank you for your continued interest in pavement preservation with Reclamite®. Sincerely, Chris Evers 4/15/25 CONTRACT DOCUMENTS 20 Pavement Preservation Project County Forms 4/15/25 CONTRACT DOCUMENTS 21 Pavement Preservation Prolecl NON-COLLUSION AFFIDAVIT Susan Durante ...............__ .. ortl1c city of Westlake, OH according to law on my oath,and under penalty Of perjury, depose and say that; I an, Secretary/Treasurer of the firrn of .................... Pavement Technology,Inc. the bidder making the Proposal for the project described in the Request for Competitive Solicitations for: Pavement Preservation Project Monroe County, Florida and that I executed the said proposal with full authority to do so; 2.) the prices in this bid have been arrived at independently without collusion, consultation, C0111111LInication or agreement for the purpose of restricting competition, as to any matter relating to Such process with any other bidder or with any competitor; 3.) unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by, the bidder and will not knowingly be disclosed by the bidder and will not be knowingly disclosed by the bidder prior to bid opening, directly or indirectly, to any other bidder or to any competitor; and 4.) no attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit, or not to submit, a bid for the purpose of restricting competition; 5.) the statements contained in this affidavit are true and correct, and made with full knowledge that Monroe County relies upon the truth of' the statements contained in this affidavit in awarding "_)'ontracts for said project. ppp 512125 (SIgnatUre of Bidder) (Date) zS 41g I STATE OF. Ohio COUNTY OF: Cuyahoga Subscribed and sworn to (or affirmed) before me, by rneans of 0 physical presence or El online notarization, on 5/2/25 .(date) Susan Durante (name of affiant). He :"he is personall known to me r has produced ...... ... (type ofidentification) as identification. NOTARY P1JBl_X My cornmission expires: Eftabeth Mielcusny Ndaq_P_ubk,SL,ta.owhio COMAN11on EOms:February 27,20310 4/15/25 CON 1"RAC T DOCUMENTS 22 Pavement Prescryalion Project LOBBYING AND CONFLICT OF INTEREST CI,AUSE SWORN STATEMENT UNDER ORDINANCE NO. 010-1990 MONROE COUNTY, FtORIDA Pavement Technology, Inc. .................. (Company) warrants that it has not employed, retained or otherwise had act on its behalf any former COLInty officer or employee subject to the prohibition of Section 2 of Ordinance No. 010-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 010-1990. For breach or violation of this provision the County may, in its discretion, terminate this contract without liability and may also, in its discretion, deduct fi-0111 the contract of, purchase price, or otherwise recover, le full arnount of any tee, commission, percentage, gilt, or consideration paid to the former County officer or n loyce"',11--- 5/2/25 (Date) (IS griatur STATE OF: Ohio COUNTY OF: Cuyahoga Subscribed and sworn to (or affirmed) before me, by means of 0 physical presence or El online notarization, on 5/2/25 (date) by Susan Durante (name of affiant). He he is persona-Hy], known to me cl has produced (type of identification) as identification. NOTARY PUBLIC ri My Commission Expires: Efiz"h Mielou" Nowy PuNio,State d obio CwPlissim&PWO:Februaq 27,20-Z(-) NOTARY PUBLIC My commission expires: 4/15/25 CONTRACTIDOCUMEN'I'S 23 Pavement 11reservation Project DRUG-FREE WORKPLACE FORM 'rhe undersigned Contractor in accordance with Fl. Statute 287.087 hereby certifies that: Pavement Technology, Inc. ................... (Name of Business) I Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, Possession, Or use of a controlled Substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform such employees about the dangers- of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and file penalties that may be imposed upon employees for drUg abuse violations. 3. (live each employee engaged in providing the commodities or contractual services that are Linder bid a copy of the statement specified ill subsection (1). 4. In the statement specified ill Subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employees will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation ol'Chapter 893 ('Florida Statutes) or of any controlled substance law of the United States or any state, for a violation Occurring in the workplace no later than five(5)days after such conviction. 5. Impose a sanction on or require the satisfactory participation in a drug abuse assistance or rellabilitation program il'such is available in the employee's community, or any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As a person authorized to sign the statement, I certify that this firm cctnplies fully with the above requirements. STATE OF:Ohio COUN'"I'Y OF: Cuyahoga ........... Subscribed and sworn to (or affirmed) before me, by means of 0 physical presence or 0 online notarization, on 5/2/25........... (date) by Susan Durante (narne of affiant). HIShe is Personally known tci rite or has produced (type of identification)as identification. NOTARY IN Elizabeth Miulcusny My Commission Expires: Notary Public,State 01 Ohio W mart&pires:Febway 2 7, 4/15/25 CONTRACT' IDOCUMENTS 24 Pavement Preservation Pmj� PUBLIC ENTITY CRIME STATEMENT "A person or affiliate who has been placed on the convicted vendor list rollowing a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a Public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not Submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, Subcontractor, or CONTItACTOR under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGOIZ.YTWO for a period of 36 months from the date of being placed on the convicted vendor list." I have read the above and state that neither Pavement Technology, Inc. (Proposer's name) 11ot y Affilia as been placed on the convicted vendor list within the last 36 months. .................. 5/2/25 (�ignature) (Date) STATE OF: Ohio COUNTY OF:Cuyahoga Subscribed and sworn to (or affirmed) before me, by means of 0 physical presence or 0 online notarization, oil the 2nd day of MaY 2025, by ............. Susan Durante (name of aftiant). Hf7e is versonally 7nown to=717 )r has produced (type of identification) as identification. Efizabeth MWOU" Ndtgq puWc,State of Ohio My Commission Expires:. My Co"pf"im Expires.Febngq 2'7,20-2 L NOT Al�.Y PUBLK 4/15/25 CONTRACT DOCUMENTS 25 Pavement 11rcservation Project VENDOR CERTIFICATION RMARDING SCRUTINIZED COMPANIES LISTS Project Description(s):Pavement Preservation Project Respondent Vendor Name: Pavement Technology, Inc. .............. .......................... 34-1108308 Vendor FEIN. Vendor's Authorized Representative Name and Title. Susan Durante, Secretary/Treasurer Address: 24144 Detroit Rd. City: Westlake Sate, OH lip: 44145 440-892-1895 Phone Number. Ernail Address: dcancelliere@pavetechinc.com Section 287.135, Florida Statutes prohibits a company from bidding oil, submitting a proposal for, or entering into or renewing a contract f'()r goods or services of any amount if, at the time of contracting or renewal, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 2 15.4725, Florida Statutes, or is engaged in a Boycott of Israel. Section 287.135, Florida Statutes, also prohibits a company from bidding on, Submitting a proposal for, or entering into or renewing a contract for goods or services of $1,000,000 or more, that are oil either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector [Jsts which were created pursuant to s. 215,473, Florida Statutes, or is engaged in business operations in Cuba or Syria. As the person authorized to, sign on behalf ol.'Despondent, I hereby certify that the company identified above in tile Section entitled "Respondent Vendor Name" is not listed oil the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel and for prqjjects of$1,000,000 or more is not listed oil either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the It-an Petroleum Energy Sector List, or engaged in business operations in Cuba or Syria. I understand that pursuant to Section 287.135, Florida Statutes, the submission o4'a false certification may subject company to civil penalties, attorney's fees, and/or costs. I further understand that any contract with the County may be terminated, at the option of tile County, it"the company is found to have submitted a false certification or has been placed oil the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel or placed on the Scrutinized Companies with Activities ill Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List or been engaged in business operations in Cuba or Syria. Certified By: Susan Durante,,,, who is authorized to sign on beh 7 H'okhe 0' e referenced company. 'n 'of Authorized Signature�, Print Name: Susan Duilrnte? TitI.:Secretary/Treasurer Note. The List are available at the following Department of Management Services Site: ... Sul .......... .... q: kiints y(m(jor lisis, 4/15/25 CONTRACT DOC UMENTS 26 flavement 11roservation Project AFFIDAVIT ATTESTING TO NONCOERCIVE CONDUCT FOR LABOR OR SERVICES Entity/Vendor Name: Pavement Technology, Inc, Vendor 1 111N. 34-1108308 Vendor's Authorized Representative: ,Susan Durante, Secretary/Treasurer Name and Title) Address: 24144 Detroit Rd. City: Westlake--' State: OH Zip: 44145 Phone Number: 440-892-1895 1--'rnail Address. dcancelliere@pavetechinc,com ,As a nongovernmental entity executing, renewing, or extending a contract with a government entity, Vendor is required to provide an affidavit under penalty of perjury attesting that Vendor does not use coercion for labor or services in accordance with Section 787.06, 1,lorida Statutes. As defined in Section 787.06(2)(a), coercion means: 1. Using or threating to use physical 1�brce against any person; 2. Restraining, isolating, or confining or threating to restrain, isolate, or confine any person without lawful authority and against her or his will; 3. Using lending or other credit methods to establish a debt by any person when labor or services are pledged as a security for the debt, if the value of the labor or services as reasonably assessed is not applied toward the liquidation ofthe debt, the length and nature of the labor or service are not respectively limited and defined; 4. Destroying, concealing, removing, confiscating, withholding, or possessing any actual or purported passport, visa, or other immigration document, or any other actual or Purported government identification document, ofany person; 5. CaLlSing or threating to cause financial harm to any person; 6. Enticing or luring any pet-son by fraud or deceit; or 7. Providing a controlled substance as outlined in Schedule I or Schedule 11 of Section 893.03 to any person for the purpose of exploitation ofthat person. As a person authorized to sign on behalf of Vendor, I certify under penalties of perjury that Vendor does not use coercion for labor or services in accordance with Section 787.06. Additionally, Vendor has reviewed Section 787.06, Florida Statutes, and agrees to abide by same. Certified By: Susan Durante who is authorized to sign on beh o � ove referenced company. I- �V/A Authorized Signature: 4t,,tli a Print Name:Susan Durant6 -l'itle:Secretary/Treasurer 4/15/25 Cat N'1'1ZAC'1'f)0CUME1NTS 27 Pavement Preservation ervation 11roic^et is Minc.ari Owned Business Declaration Pavement Technology, Inc. a sub-contractor engaged by Monroe County during the completion of work associated with the below indicated protect. (Cheep cane) is a minority business enterprise, as defined in Section 2€8.703. Florida Statutes cat• is not a minority business enterprise, as defined in Section 288.703, Florida Statutes. F.S.288.703(3) *'Minority business enterprise"'means any small business concern as defined in subsection(6)(see below) which is organized to engage in commercial transactions,which is domiciled in Florida,and which is at least 51-percent- owned by minority personas who are members of an insular group that is ofa particular racial,ethnic,or gender-makeup or national origin,which has been subjected historically to disparate treatment clue to iderntification in and with that group resulting in an tnnnderrepresentationn of commercial enterprises under the groups control,and whose management and daily operations are controlled by suuch personas. A minority business enterprise may primarily involve the practice of as profession. Ownership by a minority person sloes not include ownership which is the result of transfer fi-om a nonnninority person to as minority person within a related immediate family group ifthe combined total net asset value of all nanernbers ot'such family group exceeds$1 million.For purposes ofthis subsection,the term"related immediate Family group"means one,or more. Children Lander 16 years of age and a parent of stitch children or the spouse of such parent residing in the same house or living unit.. F.S 288.703(6)"Small business"means an independently owned and operated business concern that employs 200 or fewer permanent full-time employees and that,together with its affiliates, has a net worth ol"not more than$5 million or any firm based in this state which has a Scmall Business Administration 8(a)certification. As applicable to sole proprietorships,the S5 million net worth requirement shall include both personal and business investments. Contractor may refer to F.S. 288.703 for more information. Co _ actor 1 Date:512/25 � �_.._..._....._._..__ Signature Print Name: Susan Durante Title:Secretary/Treasurer .Address:24144 Detroit Rd. City/State/Gip Westlake, OH 44145 For Monroe County Verification: Title/CME3 l elaartuatent _ Verified via: ht:t s: osd dms.m florida.com directories 4/15/25 CONTRACT I)OCUMENTS 28 75/2/2025 E(MM/DD/YYYY) A�" CERTIFICATE OF LIABILITY INSURANCE 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 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). PRODUCER CONTACT NAME: Frances Lyons McGowan &Company, Inc. PHONE FAX 20595 Lorain Rd A/C No Ext: 440.895.4359 A/C,No):440-333-3214 E-MFairview Park OH 44126 ADDRESS: flyons@mcgowaninsurance.com INSURER(S)AFFORDING COVERAGE NAIC# wsURERA:Travelers Property Casualty Co of America 36161 INSURED PAVETEC-01 INSURERB: Phoenix Insurance Company 25623 Pavement Technology, Inc 24144 Detroit Rd INSURERC: Westlake OH 44145 INSURER D INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER:1158510182 REVISION NUMBER: 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. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER MM/DD MM/DD A X COMMERCIAL GENERAL LIABILITY Y Y C0324N6425 3/1/2025 3/1/2026 EACH OCCURRENCE $1,000,000 CLAIMS-MADE OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $500,000 MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY� PE� LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ B AUTOMOBILE LIABILITY Y Y 81081-678293 3/1/2025 3/1/2026 COMBINED SINGLE LIMIT $1,000,000 Ea accident X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIRED X NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident A X UMBRELLALIAB X OCCUR Y Y CUP2J391570 3/1/2025 3/1/2026 EACH OCCURRENCE $5,000,000 EXCESS LAB CLAIMS-MADE AGGREGATE $5,000,000 DED X RETENTION$1 n nnn $ A WORKERS COMPENSATION Y UBOK349145 3/1/2025 3/1/2026 X PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICE R/M EMBER EXCLUDED? ❑ N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) Project:2024 Pavement Preservation Project(10271) Certificate holder is included as an additional insured as required by written contract with respects to the General Liability. 10 day notice of cancellation for non-payment of premium,30 day notice for all other reasons applies. APPROVED BY RISK MANAGEMENT XCU Endorsement Under contract s.7.2 is BY 04 waived by Risk due to type of work to be DATE 05.06.25 X WAIVE',R N!A YES CERTIFICATE HOLDER performed CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Monroe County BOCC 1100 Simonton Street AUTHORIZED REPRESENTATIVE Key West FL 33040 q.e. @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD Pavement Technology, Inc. 24144 Detroit Rd. Westlake, Ohio 44145 Phone: 800-333-6309 440-892-1895 Fax: 440-892-0953 RESOLUTIONCOREORATE Pavement Technology, Inc. I hereby certify that I am the Founder and President of PavementTechnology, Inc., a corporation duly organized and existing under the laws of the State of Ohio; that on this 2"d day of January, 2007, the board of directors of said Corporation authorized and approved the Secretary/Treasurer of said corporation to execute any proposals and contracts for and in behalf of said corporation; that said authority is not contrary to any provision in the articles of incorporation or code of regulations or code of bylaws of said corporation; that said authority has not been rescinded or modified and that Susan J. Durante is the duly elected and acting Secretary/Treasurer of said corporation. IN WITNESS WHEREOF, I have hereunto subscribed my name on this 2nd day of January, 2007. ion Durant i °e ident CORPORATE RESOLUTION Pavement Technology, Inc. I hereby certify that I am the duly elected and acting Secretary of Pavement Technology, Inc., a corporation duly organized and existing under the laws of the State of Ohio; that on this 2nd day of January, 2007, the board of directors of said Corporation authorized and approved the Vice President of said corporation to execute any proposals and contracts for and in behalf of said corporation; that said authority is not contrary to any provision in the articles of incorporation or code of regulations or code of bylaws of said corporation; that said authority has not been rescinded or modified and that John J. Schlegel is the duly elected and acting Vice President of said corporation. IN WITNESS WHEREOF, I have hereunto subscribed my name on this 2nd day of January, 2007. Susan J. Dura n ecretary/Treasurer