Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
Contract 2025-022ADocusign Envelope ID: A693F85B-3CCB-41AE-9CC4-8F6BODEEC6A8
AGREEMENT No. 2025-022
2025 STREET RESURFACING SERVICES
THIS AGREEMENT, is made and entered into this Wednesday, March 12, 2025, by and between
the CITY OF CLERMONT, FLORIDA, a municipal corporation under the laws of the State of
Florida whose address is: 685 W. Montrose Street, Clermont, Florida, (hereinafter referred to as
"CITY"), and SUPERIOR ASPHALT, INC., whose address is: P.O. Box 2489, Oneco, FL 34264,
(hereinafter referred to as "CONTRACTOR").
WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree
as follows:
1. SCOPE OF WORK
The CONTRACTOR shall furnish all labor, materials, equipment, machinery, tools, apparatus,
and transportation and perform all of the work described in the specifications entitled:
RFB 25-051 titled 2025 Street Resurfacing Services,
as prepared by the CITY and its agents and shall do everything required by this Contract and the
other Contract Documents contained in the specifications, which are a part of these Documents.
2. THE CONTRACT SUM
The CITY shall pay to the CONTRACTOR, for the faithful performance of the Contract, in lawful
tender of the United States, and subject to addition and deductions as provided in the Contract
Documents, the Price Schedule, attached hereto and incorporated herein as Exhibit "A". The total
contract sum shall not exceed FOUR HUNDRED SEVENTY-SIX THOUSAND, EIGHT
HUNDRED TWENTY-FIVE DOLLARS ($476,825).
3. COMMENCEMENT AND COMPLETION OF WORK
A. The CONTRACTOR shall commence work within Ten (10) calendar days after receipt of
(i) Purchase Order and/or Notice to Proceed, and (ii) receipt of all permits required to
perform the work, and the CONTRACTOR will complete the same within NINETY (90)
calendar days unless the period for completion is extended otherwise by the CONTRACT
DOCUMENTS.
B. The CONTRACTOR shall prosecute the work with faithfulness and diligence.
C. The CONTRACTOR further declares to have examined the site of the work and that from
personal knowledge and experience or that CONTRACTOR has made sufficient
investigations to fully satisfy that such site is correct and suitable for the work and
CONTRACTOR assumes full responsibility therefore. The provisions of this Contract
shall control any inconsistent provisions contained in the specifications. All Drawings
1
Docusign Envelope ID: A693F85B-3CCB-41AE-9CC4-8F6BODEEC6A8
and Specifications have been read and carefully considered by the CONTRACTOR, who
understands the same and agrees to their sufficiency for the work to be done. It is
expressly agreed that under no circumstances, conditions, or situations shall this Contract
be more strongly construed against the OWNER than against the CONTRACTOR and
his Surety.
4. LIQUIDATED DAMAGES
A. It is mutually agreed that time is of the essence in regard to this Contract. Therefore,
notwithstanding any other provision contained in the Contract Documents, should the
CONTRACTOR fail to complete the work within the specified time as set by the
Purchase Order and/or Notice to Proceed, or any authorized extension thereof, the
CONTRACTOR shall pay to CITY the sum of FIVE HUNDRED DOLLARS ($500) per
calendar day as fixed, agreed and liquidated damages for each calendar day elapsing
beyond the specified time date; which sum shall represent the damages sustained by the
CITY, and shall be considered not as a penalty, but in the liquidation of damages
sustained. CONTRACTOR shall pay the liquidated damages amount contained herein to
CITY within fifteen (15) days of receipt of CITY's written demand for such payment.
B. For the purposes of this Article, the day of final acceptance of the work shall be
considered a day of delay, and the scheduled day of completion of the work shall be
considered a day schedule for protection.
5. PARTIAL AND FINAL PAYMENTS
In accordance with the provisions fully set forth in the General Conditions, and subject to additions
and deductions as provided, the CITY shall pay the CONTRACTOR as follows:
A. CONTRACTOR shall submit a progress payment request by the third (3rd) day of each
calendar month for work performed during the preceding calendar month. Upon
CONTRACTOR's signature accepting the PARTIAL PAYMENT AUTHORIZATION,
the CITY shall make a partial payment to the CONTRACTOR, within thirty (30)
calendar days, on the basis of a duly certified and approved estimate by the CITY for
work performed during the preceding calendar month under the Contract. To insure
proper performance of the Contract, the CITY shall retain five percent (5%) of the
amount of each estimate until final completion and acceptance of all work covered by the
Contract.
B. Upon submission by the CONTRACTOR of evidence satisfactory to the CITY that all
payrolls, material bills, and other costs incurred by the CONTRACTOR in connection
with the construction of the work have been paid in full, and also, after all guarantees that
may be required in the Specifications have been furnished and are found acceptable by
the CITY, final payment on account of this Agreement shall be made within thirty (30)
2
Docusign Envelope ID: A693F85B-3CCB-41AE-9CC4-8F6BODEEC6A8
calendar days after completion of all work by the CONTRACTOR covered by this
Agreement and acceptance of such work by the CITY.
6. DISPUTE RESOLUTION - MEDIATION
A. Any claim, dispute or other matter in question arising out of or related to this Agreement
shall be subject to mediation as a condition precedent to voluntary arbitration or the
institution of legal or equitable proceedings by either party.
B. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and other
matters in question between them by mediation.
C. The parties shall share the mediator's fee and any filing fees equally. The mediation shall
be held in Clermont, Lake County, Florida, unless another location is mutually agreed
upon. Agreements reached in mediation shall be enforceable as settlement Agreements in
any court having jurisdiction thereof.
7. INSURANCE AND INDEMNIFICATION RIDER
7.1. Worker's Compensation Insurance
The CONTRACTOR shall take out and maintain during the life of this Agreement, Worker's
Compensation Insurance for all its employees connected with the work of this Project and, in case
any work is sublet, the CONTRACTOR shall require the subCONTRACTOR similarly to provide
Worker's Compensation Insurance for all of the subCONTRACTOR employees unless such
employees are covered by the protection afforded by the CONTRACTOR. Such insurance shall
comply with the Florida Worker's Compensation Law. In case any class of employees engaged in
hazardous work under this Agreement at the site of the Project is not protected under the Worker's
Compensation statute, the CONTRACTOR shall provide adequate insurance, satisfactory to the
CITY, for the protection of employees not otherwise protected.
7.2. CONTRACTOR's Commercial General Liability Insurance
The CONTRACTOR shall take out and maintain during the life of this Agreement, Commercial
General Liability and Business Automobile Liability Insurance as shall protect it from claims for
damage for personal injury, including accidental death, as well as claims for property damages
which may arise from operating under this Agreement whether such operations are by itself or by
anyone directly or indirectly employed by it, and the amount of such insurance shall be as follows:
A. CONTRACTOR's Commercial General Liability, $1,000,000 Each, ($2,000,000
aggregate). Liability Coverages, Bodily Injury Occurrence, & Property Damage
Combined Single Limit
B. Automobile Liability Coverages, $1,000,000 Each, Bodily Injury & Property Damage
Occurrence, Combined Single Limit
Docusign Envelope ID: A693F85B-3CCB-41AE-9CC4-8F6BODEEC6A8
The insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended
to provide coverage on an occurrence basis.
7.3. SubCONTRACTOR's Public Liability and Property Damage Insurance
The CONTRACTOR shall require each of his subCONTRACTORs to procure and maintain
during the life of this subcontract, insurance of the type specified above or insure the activities of
his subCONTRACTORs in his policy, as specified above.
7.4. CITY's and CONTRACTOR's Protective Liability Insurance
The CITY shall procure and furnish a CITY's and CONTRACTOR's Protective Liability
Insurance Policy with the following minimum limits:
A. Bodily Injury Liability & $1,000,000 Each ($2,000,000 aggregate) Property Damage
Liability Occurrence Combined Single Limit.
7.5. "XCU" (Explosion, Collapse, Underground Damage)
The CONTRACTOR's Liability Policy shall provide "XCU" coverage for those classifications in
which they are excluded.
7.6. Broad Form Property Damage Coverage, Products & Completed Operations Coverages
The CONTRACTOR's Liability Policy shall include Broad Form Property Damage Coverage,
Products, and Completed Operations Coverages.
7.7. Indemnification Rider
A. To the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold
harmless the CITY and its employees from and against all claims, damages, losses and
expenses, including but not limited to reasonable attorney's fees, arising out of or
resulting from its performance of the Work, provided that any such claim, damage, loss
or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or
destruction of tangible property (other than the Work itself) , and (2) is caused in whole
or in part by any negligent act or omission of the CONTRACTOR, any subcontractor,
anyone directly or indirectly employed by any of them or anyone for whose acts any of
them may be liable, regardless of whether or not such acts are caused in part by a party
indemnified hereunder. Such obligation shall not be construed to negate, abridge, or
otherwise reduce any other right to obligation of indemnity which would otherwise exist
as to any party or person described in this Article; however, this indemnification does not
include the sole acts of negligence, damage or losses caused by the CITY and its other
contractors.
B. In any and all claims against the CITY or any of its agents or employees by any
employee of the CONTRACTOR, any subcontractor, anyone directly or indirectly
employed by any of them or anyone for whose acts any of them may be liable, the
indemnification obligations under this Paragraph shall not be limited in any way by any
4
Docusign Envelope ID: A693F85B-3CCB-41AE-9CC4-8F6BODEEC6A8
limitation on the amount or type of damages, compensation or benefits payable by or for
the CONTRACTOR or any subcontractor under workers' or workmen's compensation
acts, disability benefit acts or other employee benefit acts.
C. The CONTRACTOR hereby acknowledges receipt of ten dollars and other good and
valuable consideration from the CITY for the indemnification provided herein.
8. NOTICES
All notices shall be in writing and sent by United States mail, certified or registered, with return
receipt requested and postage prepaid, or by nationally recognized overnight courier service to the
address of the party set forth below. Any such notice shall be deemed given when received by the
party to whom it is intended.
CONTRACTOR:
Superior Asphalt, Inc.
P.O. Box 2489, Oneco, FL 34264
Attn: Dylan Teasdale, General Manager
OWNER:
City of Clermont
685 W. Montrose Street, Clermont, FL 34711
Attn: Rick Van Wagner, Interim City Manager
Either party may change the name of the person receiving notices and the address at which notices
are received by so advising the other party in writing.
9. MISCELLANEOUS
9.1. Attorneys' Fees
In the event a suit or action is instituted to enforce or interpret any provision of this Agreement,
the prevailing party shall be entitled to recover such sum as the Court may adjudge reasonable as
attorneys' fees at trial or on any appeal, in addition to all other sums provided by law.
9.2. Waiver
The waiver by CITY of breach of any provision of this Agreement shall not be construed or operate
as a waiver of any subsequent breach of such provision or of such provision itself and shall in no
way affect the enforcement of any other provisions of this Agreement.
Docusign Envelope ID: A693F85B-3CCB-41AE-9CC4-8F6BODEEC6A8
9.3. Severability
If any provision of this Agreement or the application thereof to any person or circumstance is to
any extent invalid or unenforceable, such provision, or part thereof, shall be deleted or modified
in such a manner as to make the Agreement valid and enforceable under applicable law, the
remainder of this Agreement and the application of such a provision to other persons or
circumstances shall be unaffected, and this Agreement shall be valid and enforceable to the fullest
extent permitted by applicable law.
9.4. Amendment
Except for as otherwise provided herein, this Agreement may not be modified or amended except
by an Agreement in writing signed by both parties.
9.5. Entire Agreement
This Agreement, including the documents incorporated by reference, contains the entire
understanding of the parties hereto and supersedes all prior and contemporaneous Agreements
between the parties with respect to the performance of services by CONTRACTOR.
9.6. Assignment
Except in the event of a merger, consolidation, or other change of control pursuant to the sale of
all or substantially all of either party's assets, this Agreement is personal to the parties hereto and
may not be assigned by CONTRACTOR, in whole or in part, without the prior written consent of
the CITY.
9.7. Venue
The parties agree that the sole and exclusive venue for any cause of action arising out of this
Agreement shall be Lake County, Florida.
9.8. Applicable Law
This Agreement and any amendments hereto are executed and delivered in the State of Florida and
shall be governed, interpreted, construed, and enforced in accordance with the laws of the State of
Florida.
9.9. Public Records
The CONTRACTOR expressly understands records associated with this project are public records
and agrees to comply with Florida's Public Records law, including the following:
A. Keep and maintain public records that ordinarily and necessarily would be required by
the CITY in order to perform the services contemplated herein.
B. Provide the public with access to public records on the same terms and conditions that the
CITY would provide the records and at a cost that does not exceed the cost provided in
Florida's Public Records law or as otherwise provided by law.
11
Docusign Envelope ID: A693F85B-3CCB-41AE-9CC4-8F6BODEEC6A8
C. Ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed except as authorized by law.
D. Meet all requirements for retaining public records and transfer, at no cost, to the CITY all
public records in possession of CONTRACTOR upon the termination of the contract and
destroy any duplicate public records that are exempt or confidential and exempt from
public records disclosure requirements. The CONTRACTOR shall make reasonable
efforts to provide all records stored electronically to the CITY in a format compatible
with the information technology systems of the CITY.
E. 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, THE
CONTRACTOR SHALL CONTACT THE CITY'S CUSTODIAN OF PUBLIC
RECORDS AT THE CITY CLERK'S OFFICE, (352) 241-7331.
10. CONTRACT DOCUMENTS
The Contract Documents, as listed below are herein made fully a part of this Contract as if herein
repeated.
Document Precedence:
A. Contract Agreement
B. Purchase Order / Notice To Proceed
C. An applicable Contractor Quote or Statement of Work
D. All documents contained in RFB 25-051 titled 2025 Street Resurfacing Services and
CONTRACTOR's response thereto.
7
Docusign Envelope ID: A693F85B-3CCB-41AE-9CC4-8F6BODEEC6A8
IN WITNESS WHEREOF, the parties hereto have executed this Agreement.
CITY OF CLERMONT
r
ned by:
SIGNATURE
Tim Murry
FULL NAME
Mayor
TITLE
3/12/2025
DATE SIGNED
SUPERIOR ASPHALT, INC.
DocuSigned by:
F
�- I'LASJA&
SIGNATURE
Dylan Teasdale
FULL NAME
General Manager
TITLE
3/12/2025
DATE SIGNED
ATTEST
DouSi�Jne�d �by:
F
Zocu GgWNLYVLEIN
SIGNATURE
for
Tracy Ackroyd Howe
FULL NAME
City Clerk
TITLE
3/1
DA7
C SIGP
STAMP
DS
91
Docusign Envelope ID: A693F85B-3CCB-41AE-9CC4-8F6BODEEC6A8
Exhibit A
Bid Price
Docusign Envelope ID: A693F85B-3CCB-41AE-9CC4-8F6BODEEC6A8
[SUPERIOR ASPHALT, INC.] RESPONSE DOCUMENT REPORT
RFB No. RFB 25-051
2025 Street Resurfacing Services
SUPPLEMENTAL QUESTIONNAIRE*
The respondent understands that information contained in this form will be relied upon by the City in making an award
recommendation and such information is warranted by the respondent to be true. The undersigned respondent agrees to furnish
such additional information, prior to award recommendation. The respondent further understands that the information contained in
this form may be confirmed through a background investigation conducted by the City of Clermont Police Department. By submitting
this questionnaire the respondent agrees to cooperate with this investigation, including but not necessarily limited to fingerprinting
and providing information for credit check.
Confirmed
PRICE TABLES
MILL AND OVERLAY (BASIS OF AWARD)
The award will be made to the selected respondent who submits the lowest price on all items when added in the aggregate. All
respondents must include costs for mobilization, traffic control, milling existing asphalt (1 inch if called for), asphalt crack fill and seal,
street sweep, overlay with 1-inch of Type S3 recycled asphalt, temporary and thermo-plastic pavement markings.
Sand Hill View Boulevard From SR 50 1 Lump Sum $139,650.00 $139,650.00
south to
Hooks Street
Approximately
7770 Square
Yardss
[SUPERIOR ASPHALT, INC.] RESPONSE DOCUMENT REPORT
Request For Bid - 2025 Street Resurfacing Services
Page 11
Docusign Envelope ID: A693F85B-3CCB-41AE-9CC4-8F6BODEEC6A8
[SUPERIOR ASPHALT, INC.] RESPONSE DOCUMENT REPORT
RFB No. RFB 25-051
2025 Street Resurfacing Services
Line Item
Description
Street Name
Quantity
Unit of
Measure
Unit Cost
Total
2
Oakley Seaver Drive
From SR 50
1
Lump Sum
$164,985.00
$164,985.00
south to
Hooks Street.
Approximately
8230 Square
Yards
3
Oakley Seaver Drive
From SR 50
1
Lump Sum
$157,355.00
$157,355.00
North to Hunt
Trace
Boulevard.
Approximately
8110 Square
Yards
4
12828 Hancock Road (Public Services Complex)
Utility Patch in
1
Lump Sum
$14,835.00
$14,835.00
Public
Services
Complex.
Approximately
2,240 Square
Feet
TOTAL
$476,825.00
ADDITIONAL PRICING
Should specific additional work be required, or should the quantities submitted by the successful respondent of certain classes be
increased or decreased from those needed by Contract Documents, the unit prices contained below are the basis of quantifying
payment to the successful respondent or credit to the City, for such increase or decrease in the work. No additional adjustments will
be allowed. The successful respondent is required to enter the unit price.
[SUPERIOR ASPHALT, INC.] RESPONSE DOCUMENT REPORT
Request For Bid - 2025 Street Resurfacing Services
Page 12
Docusign Envelope ID: A693F85B-3CCB-41AE-9CC4-8F6BODEEC6A8
[SUPERIOR ASPHALT, INC.] RESPONSE DOCUMENT REPORT
RFB No. RFB 25-051
2025 Street Resurfacing Services
Line Item
5
Description
Rut Fill /Scratch Course
Unit of Measure
Ton
Unit Cost
$500.00
6
Crack Seal
Gallon
$500.00
7
6-inch Yellow or White Temp. Paint
Linear Feet
$5.00
8
Remove Thermo -Plastic Markings
Linear Feet
$10.00
9
Tack Coat
Square Yard
$10.00
[SUPERIOR ASPHALT, INC.] RESPONSE DOCUMENT REPORT
Request For Bid - 2025 Street Resurfacing Services
Page 13
Docusign Envelope ID: A693F85B-3CCB-41AE-9CC4-8F6BODEEC6A8
Exhibit B
Scope of Work
Docusign Envelope ID: A693F85B-3CCB-41AE-9CC4-8F6BODEEC6A8
Request For Bid #RFB 25-051
Title: 2025 Street Resurfacing Services
3. Scope of Work
3.1. Project Scope
The scope of work to be performed includes mill and overlay of City maintained streets, as
provided in the map drawings. All resurfaced streets must have a smooth and even surface as
well as smooth transition street edges. The respondent must install temporary street paint
marking per existing markings or as modified by the City.
The City of Clermont pavement resurfacing (including the striping portion) must be completed
within forty-five (45) calendar days. After thirty (30) days of asphalt cure time, the successful
respondent must install thermo-plastic marking per existing markings and specifications or as
modified by the City. The City will mark where work begins and ends. All resurfaced streets
must have smooth ridings.
The successful respondent must place door hangers on street resident doors notifying them of
the work to be done two (2) business days prior to starting work if work occurs in a residential
neighborhood.
All work will be inspected by the City of Clermont Public Works Inspectors. The respondent is
responsible for measuring each street for proper calculation before submitting an offer to this
solicitation.
Areas of the road (s) to be resurfaced are marked with street marking paint for limits of work.
Contact Jim Maiworm or Dusty Pacheco at (352) 241-0178 if there are any problems with the
markings.
3.2. Minimum Experience Requirements
All respondents to this solicitation and their subcontractors must be FDOT prequalified in the
work classes of flexible paving and hot plant -mixed bitumen courses. Respondents must
provide with their bid response a minimum of five (5) Street Resurfacing project references from
a City or County in the State of Florida, that have been completed within the past three (3)
years. All respondents are required to submit detailed information indicating the project date, the
number of square yards treated in each, and the phone number of the government official in
charge of each project. The successful respondent must be capable of meeting all the
requirements of this specification at the time of submitting the bid. The successful respondent
must have in their possession, in the State of Florida at the time of bidding, three (3) or more
asphalt paving machines as described in the equipment section of the specification and submit
proof of such (ie. pictures, equipment description, etc.). City staff reserves the option to inspect
the respondent's equipment, and if found deficient, it will be the basis for rejection of the
respondent's bid. The successful respondent must have been doing business in the State of
Florida for at least four (4) years from this solicitation issued date and have full-time experience
personnel to respond to any warranty issues within twenty-four (24) hours. The successful
respondent must be available to be called to perform work or warranty work at any time of the
year as needed by the City. The successful respondent must have a full-time presence with an
office, experienced personnel, and the proper equipment in the State of Florida to respond three
hundred sixty-five (365) days a year.
13
Docusign Envelope ID: A693F85B-3CCB-41AE-9CC4-8F6BODEEC6A8
Request For Bid #RFB 25-051
Title: 2025 Street Resurfacing Services
3.3. Material and Construction Specification
Materials and construction methods for roadway construction must be in accordance with the
Florida Department of Transportation standard specifications for road and bridge construction
1991 or the latest edition. See the additional micro surfacing and crack fill/sealing requirements
for this solicitation.
3.4. Milling
Milling must be performed up to the edge of the curb and not extend into the curb gutter.
3.5. Paving Equipment
Pavers must be mechanically sound and capable of consistently meeting the requirements of
this solicitation. Pavers must be self-propelled, wheel driven (no track -driven pavers allowed),
can be steered, and equipped with a receiving and distribution hopper and a mechanical screed
The paver must have a minimum screed width of eight feet without the use of extendable strike -
off devices. Strike -off devices will only be allowed for use in irregular areas that would typically
be done by hand. Small power boxes or parking lot pavers will only be allowed for use on
narrow roadways.
3.6. Asphalt Requirement
Type S-111 recycled asphalt concrete surface course with a minimum stability of 1,500/lbs.
Pavement installation must conform to current FDOT standards and soil report
recommendations. Delivery/Plant tickets stating the asphalt mix design will be collected for all
asphalt used at the end of each day by city inspectors.
3.7. Crack Seal
All cracks that are one quarter (1/4) inch or greater in width must be cleaned free of loose and
foreign materials and sealed with Crafco PolyFlex Type 3, product # 34521 or equivalent. The
equivalent product must be an asphalt product designed to be used to fill cracks and joints in
asphalt. It must also have the ability to seal out water. See Technical Requirements for Crack
Filling/Sealing for additional product requirements. The method of payment for crack seal will be
based on a price per gallon. The total price must be all-inclusive of traffic control, cleaning,
crack sealant, and any other incidentals required to provide the City of Clermont with a final
product that will meet the specifications as described. The successful respondent must provide
the City Project Manager with tickets daily showing the number of gallons used.
3.8. Crack Fill
All open cracks and joints from one -quarter (1/4) inch to two (2) inches in width must be
cleaned. If the depth of the crack to be sealed is greater than three-quarter (3/4) inch, backer
rod material must be installed by the successful respondent. After installing the backer rod,
there must be at least one-half (1/2) inch to three-quarter (3/4) inch depth for the sealant
installation. The crack fill sealer product must be an asphalt -fiber compound designed especially
for improving the strength and performance of the parent asphalt sealant, sealing out water, and
being incompressible in asphaltic concrete. Cracks over two (2) inches in width must be cleaned
and packed with Type S3 hot recycled asphalt.
14
Docusign Envelope ID: A693F85B-3CCB-41AE-9CC4-8F6BODEEC6A8
Request For Bid #RFB 25-051
Title: 2025 Street Resurfacinq Services
3.9. Crosswalks
Crosswalks must be ten (10') feet international.
3.10. Driveway
No impact on driveways is expected as a part of this project.
3.11. Turnouts or Intersecting Roads
All intersecting roads must be paved to the radius unless otherwise marked. Roads that are
marked to be paved back to the radius will also require a double centerline to be placed back
one hundred (100') feet from the stop bar. Stop bars and centerlines that are covered will need
to be replaced.
3.12. Potholes
All potholes are to be swept out, tacked, and filled with asphalt before paving.
3.13. Tack Coat
The tack coat is to be applied per FDOT specifications of the current Standard Specifications for
Road and Bridge Construction Edition.
3.14. Traffic Controls
The job site is to be signed BEFORE the transport arrives. Temporary signs ("Construction
Ahead", "Men Working", and "Flagmen Ahead") will be sufficient and must be in good condition.
All equipment must be in working order and on -site before paving begins. Flagmen are to wear
vests and use stop -and -go paddles. Proper signage, marking, and flagmen must be provided as
necessary to maintain a safe work zone in accordance with FDOT standards for Traffic Safety in
the Work Zone at all times. Good traffic control must be maintained.
3.15. Temporary Stop Bar
A temporary stop bar (in two strips) shall be installed at the stop sign as soon as the street has
been completed or in the evening if the road is not completed.
3.16. Curbed Road
Lute all edges for a smooth transition on any road that has curbs to avoid drop-offs. There must
be no asphalt on the float line or gutter. The City's Project Manager will supervise the
procedure.
3.17. Striping
Replacement of existing road striping & markings disrupted by this work is required. All road
striping must be conducted with reflective thermoplastic with glass beads on the roads that are
to be resurfaced. All blue RPMs at fire hydrants are to be replaced. All City road striping must
be coordinated with the City's Project Manager, Jim Maiworm, or Dusty Pacheco (352) 241-
0178. Stripers are to use construction signing per FDOT specifications. Where RPMs are
required within striping, the existing RPMs are to be removed and replaced. Missing RPMs, shall
be replaced as well.
15
Docusign Envelope ID: A693F85B-3CCB-41AE-9CC4-8F6BODEEC6A8
Request For Bid #RFB 25-051
Title: 2025 Street Resurfacing Services
3.18. Millings
The City of Clermont will accept all asphalt millings to be placed at a designated location at the
12th Street Public Works site. The successful respondent will be responsible for hauling millings
to that location.
3.19. Safety
It shall be the responsibility of the respondent to insure worker safety, provide sufficient required
insurance, and comply with all safety codes, laws, and include any cost of such safety
requirements with their response to this solicitation. No additional compensation will be allowed
for the cost of such compliance. These standards will apply to all areas of construction whether
or not specifically mentioned in the specifications.
3.20. Work Hours
All work must be done between the hours of 7:00 A.M. and 6:00 P.M. (EST), Monday through
Friday. No work will be permitted on Saturday, Sunday, or Holidays unless requested and
approved by the City with a minimum of forty-eight (48) hours in advance. Overnight work may
be considered if work occurs in a commercial area.
3.21. Public Convenience and Safetv (As Mav Be ADDlicable
No street or roadway must be closed except when and where directed by the City's Project
Manager. The work must be conducted so that there shall, at all times, be a safe passageway
for traffic whenever the street or roadway is not closed. The successful respondent must provide
and maintain a passable driveway, as directed by the Engineer or City's Project Manager,
whenever it is necessary to divert traffic from any part of the street or roadway under
construction. Driveways must be accessible at all times in case of an emergency and must be
left in a usable condition at the end of each day.
The successful respondent must provide, erect, and maintain all necessary barricades, suitable
and sufficient red lights, danger signals, and signs, provide a sufficient number of watchmen,
and take all necessary precautions for the protection of the work and safety of the public.
Streets or highways that are closed to traffic must be protected by effective barricades on which
acceptable warning signs are placed. The successful respondent must provide and maintain
detour signs at all closures and intersections along the detour route(s) to direct the traffic around
the closed portion(s) of the work.
Where City and/or County standards do not apply, safety precautions must be taken in
accordance with Index No. 600 through 700, FDOT Roadway and Traffic Design Standards,
1988.
All temporary detour route(s) must be indicated throughout their entire length. All barricades and
obstructions must be illuminated at night. All lights must be kept burning from sunset to sunrise.
All barricades must be well-built and designed to not be blown over by the wind.
3.22. Care of Trees, Shrubs, and Grass
The successful respondent will be fully responsible for maintaining, in good condition, all
cultivated grass plots, trees, and shrubs. The successful respondent must, after completion of
the work, replace or restore to original condition all destroyed or damaged shrubbery or grass
Docusign Envelope ID: A693F85B-3CCB-41AE-9CC4-8F6BODEEC6A8
Request For Bid #RFB 25-051
Title: 2025 Street Resurfacinq Services
areas that were maintained or destroyed incidental to the construction operations. Tree limbs,
which interfere with equipment operation and are approved for pruning, must be neatly trimmed
and the tree cut coated with tree paint.
All shrubbery, lawn grass, fences, ornamental shrubs, trees, and fruit trees lying within the right-
of-way must be carefully removed and replanted on or behind the right-of-way, as directed by
the City's Project Manager. Fences, retaining walls, etc., which are removed and relocated, shall
be carefully restored to their original condition as closely as possible.
Lawn grass, shrubbery, ornamental shrubs, trees, fruit trees, etc. that are removed and
relocated must be carefully restored as closely as possible to their original condition and
watered and maintained, as necessary, until they are firmly re-established in their new location.
All grass, shrubbery, ornamental shrubs, trees, fruit trees, etc., which die or, in the opinion of the
City's Project Manager, are damaged due to their relocation, must be replaced with shrubbery
which is identical to the original type, quality, and size. The successful respondent must adhere
to the City's Project Manager's decisions regarding the condition of the restored property.
3.23. Damage to Existing Structures and Utilities
The successful respondent will be responsible for and shall make good on all damage to
pavement, buildings, telephone or other cables, water pipes, sanitary pipes, or structures
beyond the limits of this contract, which may be encountered, whether or not shown on the
drawings.
It will be the responsibility of the successful respondent to determine the exact location,
character, and depth of any existing utilities. The successful respondent will assist the utility
companies, by every means possible, in determining said locations. The successful respondent
must exercise extreme caution to eliminate the possibility of damage to any utilities.
3.24. Suspension of Work
The successful respondent will not be entitled to make or assert a claim for damage by reason
of delay should the City be prevented or enjoined from proceeding with work by reason of any
litigation or other reason beyond the control of the City, either before or after the start of
construction. However, the time for completion of the work will be extended to such a
reasonable time as the City may determine necessary to compensate for time lost by such
delay. Such determination shall be set forth in writing.
3.25. Traffic
All safety precautions must be taken and all traffic controls must be furnished, satisfactory to the
City, County, Department of Transportation, and/or any other governmental agency having
jurisdiction, where partial or complete obstruction of streets is required for the performance of
the work.
3.26. Maintenance of Traffic
The respondent will be responsible, during the course of construction, for proper maintenance,
control, and detour of traffic in the area of work. All traffic control and maintenance procedures
must be in accordance with the requirements of the Florida Department of Transportation and
Lake County, Florida, within their respective areas of jurisdiction. It will be the respondent's
17
Docusign Envelope ID: A693F85B-3CCB-41AE-9CC4-8F6BODEEC6A8
Request For Bid #RFB 25-051
Title: 2025 Street Resurfacing Services
responsibility to determine the requirements of these agencies so that the bid offer reflects all
costs to be incurred. No claims for additional payment will be considered for costs incurred due
to the proper maintenance control, detour, and protection of traffic.
3.27. Barricades and Protection of Work
The respondent must protect his work, throughout its entire length, by the erection of suitable
barricades and handrails where required. The successful respondent must further indicate this
work at night by the maintenance of suitable lights or flares, especially along or across
thoroughfares. All laws or ordinances covering the protection of such work and the safety
measures to be employed therein must be complied with. The successful respondent must carry
out the work so as not to deny access to private property.
3.28. Examination of Premises
The successful respondent will be held to have examined the premises of the project, as to the
existing conditions under which he will be obliged to operate, before submitting a response.
3.29. Burning
Burning will not be permitted on this project without prior approval from the City's Project
Manager. If burning is allowed, it will be the responsibility of the successful respondent to obtain
all required burning permits and to have adequate supervision and safety measures at all times
during burning. No unattended burning will be allowed.
3.30. Licensing
The successful respondent and all subcontractors (if any) must be properly licensed in the State
of Florida and provide evidence of such when responding to this solicitation.
3.31. Payment
The City's Project Manager will inspect said work and recommend payment made within thirty
(30) days after receiving the final Release of Lien. The street resurfacing project, temporary
street, and thermo-plastic pavement marking must be bid as a lump sum.
The scope of work consists of resurfacing various sections of Steve's Road and Johns Lake
Road. The work named represents a preliminary list and the estimated square yardage. The
City reserves the right to add and delete streets or modify its limits to create a finalized list.
The plans with street limits provided will be used for reference only. Prior to the start of the
contract, City survey crews will mark in the field actual City limits, if limits are adjacent to
another jurisdiction.
Prior to the start of the project, the successful respondent must furnish the following:
A. Schedule of work, all necessary supervision, labor, materials (including water), supplies,
power sweeping, notification of residents, construction tools and equipment, utilities, and
all other services necessary for the streets. The successful respondent must also
provide transportation, receiving, handling, storage, disposal of waste, applicable taxes,
locating and covering manholes, survey monuments, valve boxes, etc. The successful
respondent is required to acquire a water meter for construction work. At the conclusion
1181
Docusign Envelope ID: A693F85B-3CCB-41AE-9CC4-8F6BODEEC6A8
Request For Bid #RFB 25-051
Title: 2025 Street Resurfacing Services
of the contract, the successful respondent will be responsible for the cleaning of covers
or appurtenances to sewer and utility facilities, survey monuments, removal of all signs
and markers placed as part of this work, and other cleanup deemed necessary by the
City's Project Manager.
The successful respondent must mark existing traffic lines and pavement markings and
pavement markers with temporary floppies prior to starting micro -surfacing work. Floppies will
be installed every thirty (30) foot for striping, three (3) feet for stop bars, and six (6) feet for
crosswalks or as directed by the City's Project Manager and they will remain in place after
micro -surfacing placement. Any floppies pulled out by the micro -surfacing process must be
immediately replaced.
3.32. Technical Requirements for Crack Filling/Sealing
Additional Specifications:
A. Description
1. All cracks within the specified area that are one -quarter (1/4) inch or greater shall be
properly prepared and sealed. Crack filling material must cure for a minimum of thirty
(30) days prior to application of the micro surfacing or asphalt concrete.
B. References
1. All reference standards and specifications must be the current issue or the latest
revision on the first date of the tender advertisement. These specifications herein are
in addition to the following standards, specifications, or publications listed below:
■ ASTM D-5329: Standard Test Method for Sealants and Fillers, Hot -Applied, For
Joints and Cracks in Asphaltic and Portland Cement Concrete Pavements.
■ ASTM D36: Standard Test Method for Softening Point of Bitumen (Ring -and -Ball
Apparatus).
■ ASTM D3111: Standard Test Method for Flexibility Determination of Hot -Melt
Adhesives by Mandrel Bend Test Method.
■ ASTM DI13: Standard Test Method for Ductility of Bituminous Materials.
■ ASTM D-2669: Standard Test Method for Apparent Viscosity of Petroleum
Waxes Compounded with Additives (Hot Melts).
■ ASTM D4: Standard Test Method for Bitumen Content.
■ ASTM D6690: Standard Specification for Joint and Crack Sealants, Hot Applied,
for Concrete and Asphalt Pavements.
C. Submittals
19
Docusign Envelope ID: A693F85B-3CCB-41AE-9CC4-8F6BODEEC6A8
Request For Bid #RFB 25-051
Title: 2025 Street Resurfacing Services
1. The successful respondent must submit the specifications sheets along with the
manufacturer's suggested installation procedures for the type of crack seal that is to
be used to the City's Project Manager.
2. A log sheet must be maintained during the crack seal operations. The original log
sheet must be supplied to the city's project manager. A minimum of the following
information must be recorded:
a. Date, time, and amount added to the meter. The lot number from each box
added must also be recorded.
b. Road name, date, time the application process starts, amount installed, and time
the application process ends.
c. Weather conditions.
1. The successful respondent must supply the City's Project Manager with tickets and
the corresponding actual lot numbers removed from the boxes, showing the number
of gallons used for each road.
2. A log of all herbicides, if any, must be kept, and a copy must be supplied to the City's
Project Manager within one (1) week of spraying. This log must include the type of
material, mixture rate, application rate, location, date, and time of application.
D. Materials
Crack Seal: Crack sealer product must be Crafco PolyFlex Type 3, product # 34521
or approved equivalent. It must be an asphalt -based product designed to be used to
fill cracks and joints in asphalt. It must have the ability to seal out water.
2. Blotting Material: If required, the blotting material will be an aggregate such as
cement dust, Crafco Detack or approved equivalent, or other cover aggregate
approved by the City's Project Manager.
E. Equipment
1. Crack Sealant Application Equipment: Equipment used to install the sealant into
the cracks must be as specified by the product manufacturer and must have the
ability to fill cracks with two wands at the same time and maintain the proper
temperature of the sealant throughout the sealing process. This heating unit must be
a jacketed double boiler melter and must be equipped with an agitation system. The
applicator hoses must have a recirculation system or be equipped with a
temperature -controlled heating system. Pouring pots or gravity -fed sealant
applicators must not be used for sealing cracks and joints.
2. Compressor: The compressor must have 75 C.F.M. capacity or more to ensure an
adequate supply of air to effectively clean the joints. Any pneumatic tool lubricator
must be bypassed, and a filter must be installed on the discharge valve to keep
water and oil out of the lines.
911
Docusign Envelope ID: A693F85B-3CCB-41AE-9CC4-8F6BODEEC6A8
Request For Bid #RFB 25-051
Title: 2025 Street Resurfacing Services
3. Hot Compressed Air Equipment: A hot compressed air lance must be used to
clean, dry and pre -heat cracks prior to applying sealant. The air lance shall consist of
a compressor propane system providing a high -temperature, high -velocity blast of
air.
4. Crack Cleaning Equipment: Cleaning of excess debris must be done by means of
power sweepers, hand brooms, or air brooms.
F. Work Methods
1. Weather: No sealant must be installed unless the ambient and pavement
temperatures are forty (40) degrees and rising. There must be no fog and no chance
of rain. Any cracks that are not sealed the same day they are prepared must be
blown out with compressed air before the sealing operation continues. If rain or fog
delays the sealing operation, the cracks must be allowed to dry and shall have
additional cleaning as required to remove any debris that may have been washed
into the crack by rain. The cracks must be completely dry before the seal treatment
can resume. The successful respondent may use the Hot Compressed Air Lance
method of cleaning and drying the cracks with the approval of the City's Project
Manager. Care must be taken to not overheat the existing asphaltic concrete surface
if this method is used.
2. Surface Preparation: Prior to starting any application process the successful
respondent will be responsible for removing any existing dirt and vegetation that is
on the asphalt.
3. Crack Cleaning: All cracks and joints must be cleaned free of all deleterious
materials, including any dust, old sealant, and incompressible and organic material.
When vegetation exists in the cracks and joints, it must be removed by either using a
propane torch or treated with an herbicide that sterilizes the soil. The method of
removal is subject to the approval of the City's Project Manager. If an herbicide is
used, it must be applied according to the manufacturer's specifications and must be
applied ahead of the operations so that the weed is totally browned. The herbicide
applicator must have the proper State of Florida Pesticide Applicator License. A copy
of this license must be supplied to the City's Project Manager upon request. A log of
all herbicides must be kept by the successful respondent, and a copy must be
supplied to the City's Project Manager. All cracks are to be clean and sufficiently dry
before any crack sealing material is applied. All cracks must be blown clean by high-
pressure air. All old material and other debris removed from the cracks must be
removed from the pavement surface immediately. Any cracks that are not sealed the
same day they are prepared shall be blown out with compressed air before the
sealing operation continues.
4. Sealant Heating: The temperature of the sealant must be heated and maintained
using the manufacturer's recommended procedures. The sealant compound must be
melted slowly with constant agitation until it is in a lump -free, free -flowing state,
21
Docusign Envelope ID: A693F85B-3CCB-41AE-9CC4-8F6BODEEC6A8
Request For Bid #RFB 25-051
Title: 2025 Street Resurfacing Services
within the temperature range recommended by the manufacturer for application.
Care must be taken to ensure that the sealant is not heated above the
manufacturer's recommended maximum temperature or for longer than the
recommended application life. The City's Project Manager will have the right to reject
the product if it is determined that this has occurred.
5. Sealant Application: The sealant must be applied in the crack or joint reservoir
uniformly from the bottom to the top and must be filled without the formation of
entrapped air or voids. The sealant must be installed so that it is recessed
approximately one eight (1/8) inch below the pavement surface to prevent tracking.
The sealant must be applied to slightly overfill the reservoir and then struck off using
a "V" shaped squeegee. The remaining squeegee material must be flush with the
pavement surface. In no case must the width of excess material on the pavement
surface exceed (4) inches. At no time must the sealant be in excess of one sixtieth
(1/16) inch above the adjacent surface and must extend no more than one and a half
(1-1/2) inches from the crack edges. Each wand must have removable heads so that
variable width discs from two (2) to four (4) inches may be installed at the City's
Project Manager's request.
6. Blotting Application: When traffic requires immediate use of the roadway, a blotting
material must be broadcast or sprayed over the fresh sealant to prevent it from being
picked up and tracked. Any excessive or spilled sealer shall be removed by the
successful respondent using approved methods.
a. During the period of construction and the warranty period, the CONTRACTOR
shall be responsible for processing any and all claims for property damage and
or bodily injury caused by the failure of the Crack Sealing, including, but not
limited to, motor vehicles or pedestrians. The CONTRACTOR shall be
responsible for the payment of all property damage and bodily injury claims and
agrees to save and hold harmless the CITY from all such claims. Claims not
handled by the CONTRACTOR or their representative in the proper manner will
be settled by the CITY. The CITY shall recover all costs from the
CONTRACTOR.
b. The successful respondent will be responsible for tracking any claims as part of
this specification. If there is a claim, the successful respondent will be
responsible for:
Applying more blotting material as necessary.
ii. Address the tracked material by either removing or repairing the object that
was affected.
G. Method of Measurement
►J
Docusign Envelope ID: A693F85B-3CCB-41AE-9CC4-8F6BODEEC6A8
Request For Bid #RFB 25-051
Title: 2025 Street Resurfacing Services
1. The measurement must be made in the number of gallons of crack seal applied to
the road and must be supported by the submittals as outlined in section C.2. The
amount of crack sealer must be reported and invoiced for each road.
H. Basis of Payment
1. Crack sealing must be based on a price per gallon. The unit price, as shown on the
Price Schedule section of this solicitation, "Crack Seal," must be all-inclusive to
include cleaning, sealing, FDOT traffic control, mobilization, and any other
incidentals required to provide the City with a final product that will meet the
specifications as described in the crack sealing section. All invoices must contain the
purchase order number, invoice date, itemized work detail including the amount of
product applied to each road, date of service specific to each location, appropriate
retention, person to contact and their phone number for billing questions and location
of delivery or service, and confirmation of acceptance of the goods or services by the
City's Project Manager.
Deficiencies and Repairs
1. Where the sealant subsides in the crack by more than one -eight (1/8) inch below the
adjacent pavement surface, except where the pavement will be immediately overlaid,
the surface of the sealant must be cleaned and topped up.
2. The sealant must be removed, the routed crack rerouted at the City's Project
Manager's discretion, and resealed if any of the following occur:
a. The sealant contains embedded foreign material other than dusting material;
b. The sealant contains entrapped air bubbles;
c. The sealant has de -bonded or pulled away from the crack;
d. The sealant has been excessively heated.
23