HomeMy WebLinkAbout11/12/2025 Agreement
DATE: November 18, 2025
TO: Judith Clarke, PE, Director
Engineering/Roads & Bridges
ATTN: Samantha Yeoman
Executive Assistant
FROM: Brynn Morey, Deputy Clerk
SUBJECT: November 12, 2025 BOCC Meeting
The following item has been executed and added to the record:
F17 Approval of contract with Pavement Technology, Inc. in the not to exceed amount of
$560,663.52 for application of Reclamite Asphalt Rejuvenation Agent on county-
maintained roads from Cudjoe Key to Little Torch Key and in Tavernier 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, Florida. The contract price is $1.24 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
Standard Form of Agreement
Between Owner and Contractor
Where the basis of payment is a STIPULATED SUM
AGREEMENT
Made as of the 12th day of November 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
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 PreservationProject.
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 perform 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 unrestin 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 perform, changes in cost or
availability of materials, components, or services, market conditions, or supplier actions or contract
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 $1.2 per Square Yard of
asphalt pavement treated, for a totalnot to exceed amount ofFiveHundredSixty
Thousand, Dollars and Cents ($56)
(“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 $1.2 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.
all indicate the amount of the Work completed as of the end of the
5.5 Invoices for Payment sh
period covered by the Invoice for Payment.
5.6 Subject to the provisions of the Contract Documents, the amount of each progress payment shall
be computed as follows:
5.6.1Take 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
5.6.3Subtract 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
The Insurance requirements are as follows:
Insurance Requirement Limits
Worker’s Compensation
Statutory Limits
Employer’s LiabilityWC3
$1,000,000/$1,000,000/$1,000,000
eneral LiabilityGL3
G
$ 1,000,000 Combined Single Limit
$500,000 per person; $1,000,000 per
Vehicle LiabilityVL3
occurrence $100,000 Property Damage
(Owned, hired and
or
Non- owned Vehicles)
$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.
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)RighttoAudit: AvailabilityofRecords.TherecordsofthepartiestothisAgreement
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
(includingproposalsofsuccessfulandunsuccessfulbidders,bidrecaps,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 andamounts through interviews and written
confirmationswithemployees,Subcontractors,suppliers,and contractors’
representatives. All records shall be kept for seven (7) years after Final Completion.
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 party relative
to the enforcement or interpretation of this Agreement, the prevailing party shall be
entitled to reasonable attorney’s fees and court costs, as an award against the non-
prevailing party, 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 party 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 party.
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 party, effective the date of the
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.
l) 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.
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 party, 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 section119.10, 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.
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 CUSTODIAN OF PUBLIC RECORDS AT PHONE# 305-292-
3470 PUBLICRECORDS@MONROECOUNTY-FL.GOV, MONROE COUNTY
TH
ATTORNEY’S OFFICE 1111 12 Street, SUITE 408, KEY WEST, FL 33040.
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
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 party 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 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
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.
E-Verify System - Beginning January 1, 2021, in accordance with F.S. 448.095, the Contractor
8.9
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 Terminationfor 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
9.2.1Contractor or Owner may terminate this agreement, without cause, upon providing 30 days
Written Notice.
9.2.2The 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,
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
10.3.1The 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.
10.4.2All traffic control signs and devices, barricades, flashers, flambeaus and similar devices shall be
furnished and maintained by the Contractor.
10.4.3Work 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.
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.
10.6.3If 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.
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 ora
change in the Contract Timeof Completion, theDirector 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 Directorof
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
desiredobjective.
IN WITNESS WHEREOF the parties hereto have executed this Agreement on the day and date first
written above in counterparts, each of which shall, without proof or accounting for the other
counterparts, be deemed an original contract.
Attachment A
Scope of Work
Pavement
Technology,
Inc.
24144 Detroit Rd.
Westlake, Ohio 44145
Phone: 800-333-6309 440-892-1895
Fax: 440-892-0953
October 21, 2025
Ms. Judith S. Clarke, P.E.
Director of Engineering Services
Monroe County
1100 Simonton Street
Key West, FL 33040
RE: AsphaltRejuvenationProject-Term Contract Agreement No. 072-22
Dear Ms. Clarke:
®
We are pleased to offer our proposal to apply ReclamiteAsphalt Rejuvenator to streets
located in Monroe County, Florida.
Enclosed find verification of our contract with The City of Plantation, Florida for the
®
application of ReclamiteAsphalt Rejuvenating Agent. Pavement Technology, Inc. can
offer to Monroe County, the contract price of $1.24 per square yard per said contract.
We look forward to the opportunity to be of service to you and Monroe County.
Sincerely,
Colin Durante
Colin Durante
President
cdurante@pavetechinc.com
Enclosure
cc: Chris Evers
John J. Schlegel
Pavement
Technology,
Inc.
24144 Detroit Rd.
Westlake, Ohio 44145
Phone: 800-333-6309 440-892-1895
Fax: 440-892-0953
October 24, 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 Reclamiteasphalt rejuvenator to the streets listed
below.
2020 Retreats Square
Street From To Yards Amount
Sunny LnColson Dr Sawyer Dr 716 $887.84
Colson DrU.S. 1Dead End 3,336 $4,136.64
First Ave Drost Dr Dead End 993 $1,231.32
Lookdown Ln Cutthroat DrDead End 3,467 $4,299.08
Blimp RdU.S. 1Pavement Change 12,756 $15,817.44
Sacarma Dr U.S. 1Dead End 1,140 $1,413.60
Redfish Ln Cutthroat DrDead End 3,022 $3,747.28
Tortuga LnJolly Roger Dr Dead End 740 $917.60
Sawyer DrU.S. 1Dead End 8,622 $10,691.28
Pieces of Eight Rd Barataria RdYard Arm Rd 2,862 $3,548.88
Peg Leg Ln Jolly Roger Dr Dead End 604 $748.96
Anne Bonny Ln Jolly Roger Dr Dead End 1,344 $1,666.56
Cutthroat Dr U.S. 1Dead End 2,833 $3,512.92
Cutthroat Dr U.S. 1Jolly Roger Dr 2,638 $3,271.12
Baracoa Rd Pieces of Eight Rd Dead End 971 $1,204.04
Bluegill Ln Cutthroat DrDead End 3,524 $4,369.76
Maracaibo Ln Jolly Roger Dr Dead End 769 $953.56
Le Grand Ln Jolly Roger Dr Dead End 900 $1,116.00
Arica Ln Jolly Roger Dr Dead End 547 $678.28
Calico Jack CirSpanish Main Dr Puerto Bello Dr 2,704 $3,352.96
Hakluyt Ln Puerto Bello Dr Dead End 1,331 $1,650.44
Spanish Main Dr U.S. 1Dead End 17,133 $21,244.92
Sharp Ln Spanish Main Dr Dead End 1,098 $1,361.52
De Lussan LnPuerto Bello DrDead End1,449$1,796.76
Hawkins Ln Spanish Main Dr Dead End 1,267 $1,571.08
Coxon Ln Puerto Bello Dr Dead End 1,056 $1,309.44
Treasure Chest RdPieces of Eight RdDead End426$528.24
Cutlass LnJolly Roger Dr Dead End 1,571 $1,948.04
Gold Boullion Rd Pieces of Eight Rd Dead End 531 $658.44
Doubloon Ln Jolly Roger Dr Dead End 1,094 $1,356.56
Jolly Roger Dr Anne Bonny Ln Arica Ln 7,533 $9,340.92
Galleon LnJolly Roger Dr Dead End 1,293 $1,603.32
La Fitte DrCutthroat DrDead End 5,291 $6,560.84
Puerto Bello DrSpanish Main Dr Hakluyt Ln 4,762 $5,904.88
Henry St U.S. 1Mary St 656 $813.44
John Silver Ln Jolly Roger Dr Dead End 1,827 $2,265.48
Airport Dr N West Shore Dr Park Dr 4,500 $5,580.00
Airport Dr S West Shore Dr Dead End 6,449 $7,996.76
Bonito Ln Spanish Main Dr Dead End 1,671 $2,072.04
Buccaneer Ln Jolly Roger Dr Dead End 2,380 $2,951.20
Basque LnPuerto Bello Dr Dead End 1,544 $1,914.56
Picard LnPuerto Bello Dr Dead End 856 $1,061.44
Privateer Dr Cutthroat DrSpanish Main Dr 2,884 $3,576.16
Cudjoe Dr Spanish Main Dr Cutthroat Dr 2,889 $3,582.36
Port Royal LnSpanish Main Dr Dead End 1,589 $1,970.36
Capt Kidd Ln Spanish Main Dr Dead End 696 $863.04
Rogers Ln Puerto Bello Dr Dead End 1,144 $1,418.56
Thatch LnPuerto Bello Dr Dead End 1,500 $1,860.00
Teach Ln Spanish Main Dr Dead End 916 $1,135.84
Tarpon LnSpanish Main Dr Dead End 1,738 $2,155.12
Sailfish LnSpanish Main Dr Dead End 1,700 $2,108.00
Coates Ln Puerto Bello Dr Dead End 1,200 $1,488.00
Lake Dr North Park DrDead End 762 $944.88
Snapper LnSpanish Main Dr Dead End 1,782 $2,209.68
7th StOcean Dr6th Street 1,162 $1,440.88
5th St4th St Dead End 1,510 $1,872.40
Blackbeard Ln Cutthroat DrDead End 2,442 $3,028.08
Wahoo LnSpanish Main Dr Dead End 1,789 $2,218.36
Drake Ln Spanish Main Dr Dead End 733 $908.92
Labat Ln Puerto Bello Dr Dead End 1,391 $1,724.84
Dirk LnSpanish Main Dr Dead End 429 $531.96
John Avery Ln Spanish Main Dr Dead End 1,716 $2,127.84
Park Dr Airport Dr North Lake Dr North 2,840 $3,521.60
Gasparilla Ln Spanish Main Dr Dead End 844 $1,046.56
Long Ben LnSpanish Main DrDead End1,138$1,411.12
Isles Blvd Flagship Dr Caribbean Dr East2,787 $3,455.88
Horace St U.S. 1Center Road1,236 $1,532.64
Gulf DrIsles BlvdDead End3,267$4,051.08
Flagship Dr Isles Blvd Dead End 3,474 $4,307.76
Center St Horace StDead End 2,884 $3,576.16
Caribbean Dr West Caribbean Dr East Dead End 3,022 $3,747.28
44th St West Shore Dr Katherine St702 $870.48
Bay Dr Isles Blvd Dead End 3,556 $4,409.44
Hudgins Dr Sunset BlvdDead End 1,700 $2,108.00
42nd St John St 43rd St444 $550.56
Lake Dr South Airport Dr North Dead End 540 $669.60
2nd StEast Shore Dr Dead End 1,729 $2,143.96
1st St East Shore Dr Dead End 622 $771.28
Northside DrHorace StDead End 1,836 $2,276.64
John StHenry St Dead End 1,531 $1,898.44
Caribbean Dr U.S. 1Caribbean Dr E & W507 $628.68
Caribbean Dr EastCaribbean Dr South Caribbean Dr West 12,036 $14,924.64
Lagoon Dr Isles Blvd Dead End 3,582 $4,441.68
45th St West Shore Dr Katherine St1,365 $1,692.60
41st St West Shore Dr Katherine St1,300 $1,612.00
Ocean Dr U.S. 1Dead End 9,081 $11,260.44
Katherine StMargaret St 41st St 536 $664.64
40th St Katherine St 41st St 1,131 $1,402.44
46th St 45th St Elizabeth St 2,026 $2,512.24
Lesrohde DrMariposa RdDead End 2,096 $2,599.04
East Shore Dr (SR 942)U.S. 1Ocean Dr 10,140 $12,573.60
Calle Real Ocean DrDead End 381 $472.44
Calle Colombia Ocean DrCalle Bogota 469 $581.56
Calle BogotaCalle ColombiaDead End 438 $543.12
Avenue D 12th Ave Dead End 596 $739.04
12th St East Shore Dr Avenue D 767 $951.08
West Shore Dr U.S. 1Ocean Dr 13,143 $16,297.32
Margaret St Katherine St East Shore Dr 1,287 $1,595.88
Munson Ave U.S. 1Mariposa Rd 3,044 $3,774.56
Mariposa Rd Coral Ave Mako Ave 1,667 $2,067.08
Mariposa Rd Coral Ave Brown Dr 2,756 $3,417.44
Indies Rd U.S. 1Dead End 7,990 $9,907.60
Barbados LnWest Indies Dr Dead End 1,756 $2,177.44
Anguila Ln West Indies Dr Dead End 1,562 $1,936.88
Barbuda Ln West Indies Dr Dead End 1,569 $1,945.56
Brown DrMariposa RdDead End2,874$3,563.76
Angelfish Rd Munson AveCoral Ave1,427 $1,769.48
Hunt Ln West Shore Dr Dead End 1,687 $2,091.88
Angelfish RdCoral AveDead End1,836$2,276.64
Palm Ln West Shore Dr Dead End 1,542 $1,912.08
Sunset Blvd Ocean DrDead End 765 $948.60
Coral AveU.S. 1Dead End 8,024 $9,949.76
Mako Ave Johnson RdUS 1 3,826 $4,744.24
State Road 4A Mako Ave Mariposa Rd 7,387 $9,159.88
Shannahan Rd Coral Ave Dead End 3,171 $3,932.04
Shannahan Rd Munson AveCoral Ave1,036 $1,284.64
St. Lucie Ln West Indies Dr Dead End 1,664 $2,063.36
St. Vincent LnWest Indies Dr Dead End 1,793 $2,223.32
Tobago LnWest Indies Dr Dead End 1,611 $1,997.64
West Indies DrU.S. 1Dead End 20,580 $25,519.20
St. Croix Ln West Indies Dr Dead End 1,562 $1,936.88
Tarpon Terr Barracuda DrDead End 944 $1,170.56
Bay Shore Dr Johnson St Pruitt Dr4,324 $5,361.76
Johnson Rd Mako Ave Bay Shore Dr 3,071 $3,808.04
Dolphin Rd Coral Ave Dead end2,150 $2,666.00
Dominica Ln West Indies Dr Dead End 2,167 $2,687.08
Haiti Ln West Indies Dr Dead End 2,127 $2,637.48
Jamaica Ln West Indies Dr Dead End 1,560 $1,934.40
St. Martin LnWest Indies Dr Dead End 1,704 $2,112.96
Cayman Ln West Indies Dr Dead End 1,556 $1,929.44
Astrangia Ave Bayview DrDead End 816 $1,011.84
Pine Channel DrLobster Tail TrDead End 2,189 $2,714.36
Lobster Tail Tr State Road 4A Pine Channel Dr1,673 $2,074.52
Jolly Roger Dr Pirate's Rd Dead End 1,523 $1,888.52
Tortuga Rd La Fitte Rd Dead End 1,036 $1,284.64
Warner RdMills Rd Gato Road 2,142 $2,656.08
Porgie PathBarracuda DrDead End 767 $951.08
Martinique Ln West Indies Dr Dead End 2,420 $3,000.80
Sea Whip St Bayview DrDead End 780 $967.20
Julia Ave State Road 4A Aloha Dr 2,027 $2,513.48
Le Grand Rd Pirate's Rd La Fitte Rd 1,813 $2,248.12
Maracaibo Rd La Fitte Rd Dead End 951 $1,179.24
Dirk Rd La Fitte Rd Dead End 456 $565.44
Snapper LnBarracuda DrDead End 842 $1,044.08
State Road 4A Lobster Trail Dr Dead end643 $797.32
Antigua Ln West Indies Dr Dead End 2,107 $2,612.68
Guadaloupe LnWest Indies DrDead End2,144$2,658.56
Coral Shores Rd State Road 4A Bayview Dr 2,413 $2,992.12
Bayview Dr Coral Shores Rd Dead End 2,471 $3,064.04
Barracuda DrState Rd 4APorgie Path1,780$2,207.20
Blackbeard RdLe Grand Rd Dead End 7,533 $9,340.92
Buccaneer Rd La FItte Rd Dead End 576 $714.24
Capt Kidd RdLa Fitte Rd Dead End 340 $421.60
La Fitte Rd Le Grand Rd Dead End 7,582 $9,401.68
Dorothy AveState Road 4A Aloha Dr 1,978 $2,452.72
Mills RdU.S. 1Gato Rd 1,958 $2,427.92
Gato Rd State Road 4A Gato Ln2,493 $3,091.32
Helen AveState Road 4A Aloha Dr 1,944 $2,410.56
John Silver Rd La Fitte Rd Dead End 591 $732.84
Powell Aved Meyer Ave Dead End 2,367 $2,935.08
Pirates RdU.S. 1Jolly Roger Dr 10,404 $12,900.96
Barry Ave U.S. 1North Dead End 7,858 $9,743.92
Peg Leg RdLa Fitte Rd Dead End 922 $1,143.28
Doubloon RdLa Fitte Rd Dead End 898 $1,113.52
Aloha Dr County Rd Dead End 1,171 $1,452.04
Anne Bonny Rd La Fitte Rd Dead End 582 $721.68
Arica Rd La Fitte Rd Dead End 813 $1,008.12
Atlantic Cir DrU.S. 1U.S. 1 2,778 $3,444.72
Tavern DrAtlantic Cir Dr Atlantic Cir Dr1,344 $1,666.56
Ocean View DrU.S. 1End 2,033 $2,520.92
Tarpon St Atlantic Cir Dr Sunrise Dr 1,933 $2,396.92
Sunrise DrU.S. 1End 2,700 $3,348.00
Tavernier Tr N Sunrise DrSunrise Dr 600 $744.00
Lowe St U.S. 1End 3,356 $4,161.44
Beach RdLowe St End 4,022 $4,987.28
Coconut Row U.S. 1Tavernier Dr 2,989 $3,706.36
Ocean Ave Coconut Row Lowe St 802 $994.48
Tavernier Dr Coconut Row End 756 $937.44
Broadway Ave Coconut Row Ocean Blvd789 $978.36
Ocean Blvd U.S. 1Lincoln Ave1,100 $1,364.00
Total452,148 $560,663.52
Our price is inclusive of traffic control, notification of residents and all labor and material necessary to
complete the workin accordance with The City of Plantationcontract specifications.
Actual field measurements will determine final quantities.
®
Thank you for your continued interest in pavement preservation with Reclamite.
Sincerely,
Chris Evers
cevers@pavetechinc.com
County Forms
Between
And
For
OFFICE OF THE MAYOR
CITY COUNCIL
Nick Sortal
Jennifer Andreu, President
Mayor
Timothy J. Fadgen, President Pro Tem
Erik Anderson
PROCUREMENT DEPARTMENT
Denise Horland
Charles Spencer, NIGP-CPP
Louis Reinstien
Director
March30, 2023
Colin Durante
Pa Technology, Inc
24144Detroit Toad
Westlake,OH44145
Email:dcancelliere@pavetechinc.com
RE:ITB No.072-22; AsphaltRejuvenation Project-Term Contract
DearColin Durante:
This letter is to informyouthat the City of Plantation-City Council-authorized and approved the following on Consent
Agenda Item No.8during theirMarch 29,2023meeting.
Approval to executea term agreement between the City of Plantation and Pavement Technology, Inc., for
“Asphalt Rejuvenation- Term Contract” in accordance with ITB No. 072-22. The contract/agreement initial
term shall be for one (1) year with an option to renew/extend for four (4) additionalone (1) year periods,
provided Contractoralso agrees in writing to extension upon such terms as the City and Contractor agree.
After the required protest period has passed (April 3, 2023 @4:30pm), a representative from the Procurement
Department will be contacting you to execute a formal agreement.
Pricing Information:
Description Per SQ YD Cost
Standard Specification – Reclamite$1.21/per square yard
Description Per SQ YD Cost
Bid Alternate #1 (A.R.A.-1Ti Pollution-Remediating
Maltene Asphalt Rejuvenator) $2.49/per square yard
Please take this opportunity to obtain the required Certificate of Insurance (naming the City as additionally insured).
In addition, if you have not already done so, please registeras a City of Plantation vendor by visiting our website
(www.plantation.org) and completing the proper application
Note:The City shall not be obligated to any Bidder to enter into a contract or issue a purchase order with the Bidder
despite the City governing body prospectively awarding the Project to a successful Bidder. The City shall be obligated
to any Bidder for the project if and only if the CITY enters into a contract or issues a purchase order for the Project
with the Bidder, and further, no action will lie against the City to compel the City to execute any such contract or
purchase order, or to recover from the City any damages, costs, lost profits, expenses, etc., that Bidder may incur if
the City chooses not to sign such contract or issue a purchase order.
If you have any questions, please do not hesitate to contact me.
Respectfully,
Charles Spencer, NIGP-CPP
Procurement Director
ESpencer@Plantation.org
22ui!Nbsdi
EBUF!)NN0EE0ZZZZ*
DFSUJGJDBUF!PG!MJBCJMJUZ!JOTVSBODF
UIJT!DFSUJGJDBUF!JT!JTTVFE!BT!B!NBUUFS!PG!JOGPSNBUJPO!POMZ!BOE!DPOGFST!OP!SJHIUT!VQPO!UIF!DFSUJGJDBUF!IPMEFS/!UIJT
DFSUJGJDBUF!EPFT!OPU!BGGJSNBUJWFMZ!PS!OFHBUJWFMZ!BNFOE-!FYUFOE!PS!BMUFS!UIF!DPWFSBHF!BGGPSEFE!CZ!UIF!QPMJDJFT
CFMPX/!!UIJT!DFSUJGJDBUF!PG!JOTVSBODF!EPFT!OPU!DPOTUJUVUF!B!DPOUSBDU!CFUXFFO!UIF!JTTVJOH!JOTVSFS)T*-!BVUIPSJ\[FE
SFQSFTFOUBUJWF!PS!QSPEVDFS-!BOE!UIF!DFSUJGJDBUF!IPMEFS/
JNQPSUBOU;!!Jg!uif!dfsujgjdbuf!ipmefs!jt!bo!BEEJUJPOBM!JOTVSFE-!uif!qpmjdz)jft*!nvtu!ibwf!BEEJUJPOBM!JOTVSFE!qspwjtjpot!ps!cf!foepstfe/
Jg!TVCSPHBUJPO!JT!XBJWFE-!tvckfdu!up!uif!ufsnt!boe!dpoejujpot!pg!uif!qpmjdz-!dfsubjo!qpmjdjft!nbz!sfrvjsf!bo!foepstfnfou/!!B!tubufnfou!po
uijt!dfsujgjdbuf!epft!opu!dpogfs!sjhiut!up!uif!dfsujgjdbuf!ipmefs!jo!mjfv!pg!tvdi!foepstfnfou)t*/
DPOUBDU
QSPEVDFS
OBNF;
GBY
QIPOF
)B0D-!Op*;
)B0D-!Op-!Fyu*;
F.NBJM
BEESFTT;
JOTVSFS)T*!BGGPSEJOH!DPWFSBHFOBJD!$
JOTVSFS!B!;
JOTVSFE
JOTVSFS!C!;
JOTVSFS!D!;
JOTVSFS!E!;
JOTVSFS!F!;
JOTVSFS!G!;
DPWFSBHFTDFSUJGJDBUF!OVNCFS;SFWJTJPO!OVNCFS;
UIJT!JT!UP!DFSUJGZ!UIBU!UIF!QPMJDJFT!PG!JOTVSBODF!MJTUFE!CFMPX!IBWF!CFFO!JTTVFE!UP!UIF!JOTVSFE!OBNFE!BCPWF!GPS!UIF!QPMJDZ!QFSJPE
JOEJDBUFE/!!OPUXJUITUBOEJOH!BOZ!SFRVJSFNFOU-!UFSN!PS!DPOEJUJPO!PG!BOZ!DPOUSBDU!PS!PUIFS!EPDVNFOU!XJUI!SFTQFDU!UP!XIJDI!UIJT
DFSUJGJDBUF!NBZ!CF!JTTVFE!PS!NBZ!QFSUBJO-!UIF!JOTVSBODF!BGGPSEFE!CZ!UIF!QPMJDJFT!EFTDSJCFE!IFSFJO!JT!TVCKFDU!UP!BMM!UIF!UFSNT-
FYDMVTJPOT!BOE!DPOEJUJPOT!PG!TVDI!QPMJDJFT/!MJNJUT!TIPXO!NBZ!IBWF!CFFO!SFEVDFE!CZ!QBJE!DMBJNT/
BEEMTVCS
QPMJDZ!FGGQPMJDZ!FYQ
JOTS
UZQF!PG!JOTVSBODFMJNJUT
QPMJDZ!OVNCFS
MUS)NN0EE0ZZZZ*)NN0EE0ZZZZ*
JOTEXWE
DPNNFSDJBM!HFOFSBM!MJBCJMJUZ
FBDI!PDDVSSFODF%
EBNBHF!UP!SFOUFE
DMBJNT.NBEFPDDVS%
QSFNJTFT!)Fb!pddvssfodf*
NFE!FYQ!)Boz!pof!qfstpo*%
QFSTPOBM!'!BEW!JOKVSZ%
HFO(M!BHHSFHBUF!MJNJU!BQQMJFT!QFS;HFOFSBM!BHHSFHBUF%
QSP.
QPMJDZMPDQSPEVDUT!.!DPNQ0PQ!BHH%
KFDU
%
PUIFS;
DPNCJOFE!TJOHMF!MJNJU
BVUPNPCJMF!MJBCJMJUZ%
)Fb!bddjefou*
BOZ!BVUP
CPEJMZ!JOKVSZ!)Qfs!qfstpo*%
PXOFETDIFEVMFE
CPEJMZ!JOKVSZ!)Qfs!bddjefou*%
BVUPT!POMZBVUPT
OPO.PXOFE
IJSFEQSPQFSUZ!EBNBHF
%
)Qfs!bddjefou*
BVUPT!POMZBVUPT!POMZ
%
VNCSFMMB!MJBC
FBDI!PDDVSSFODF%
PDDVS
FYDFTT!MJBC
DMBJNT.NBEFBHHSFHBUF%
%
EFESFUFOUJPO%
QFSPUI.
XPSLFST!DPNQFOTBUJPO
TUBUVUFFS
BOE!FNQMPZFST(!MJBCJMJUZ
Z!0!O
BOZQ!SPQSJFUPS0QBSUOFS0FYFDVUJWF
F/M/!FBDI!BDDJEFOU%
O!0!B
PGGJDFS0NFNCFS!FYDMVEFE@
)Nboebupsz!jo!OI*
F/M/!EJTFBTF!.!FB!FNQMPZFF%
Jg!zft-!eftdsjcf!voefs
F/M/!EJTFBTF!.!QPMJDZ!MJNJU%
EFTDSJQUJPO!PG!PQFSBUJPOT!cfmpx
EFTDSJQUJPO!PG!PQFSBUJPOT!0!MPDBUJPOT!0!WFIJDMFT!!)BDPSE!212-!Beejujpobm!Sfnbslt!Tdifevmf-!nbz!cf!buubdife!jg!npsf!tqbdf!jt!sfrvjsfe*
DFSUJGJDBUF!IPMEFSDBODFMMBUJPO
TIPVME!BOZ!PG!UIF!BCPWF!EFTDSJCFE!QPMJDJFT!CF!DBODFMMFE!CFGPSF
UIF!FYQJSBUJPO!EBUF!UIFSFPG-!OPUJDF!XJMM!CF!EFMJWFSFE!JO
BDDPSEBODF!XJUI!UIF!QPMJDZ!QSPWJTJPOT/
BVUIPSJ\[FE!SFQSFTFOUBUJWF
ª!2:99.3126!BDPSE!DPSQPSBUJPO/!!Bmm!sjhiut!sftfswfe/
BDPSE!36!)3127014*Uif!BDPSE!obnf!boe!mphp!bsf!sfhjtufsfe!nbslt!pg!BDPSE