Loading...
Contract 2022-101ADocuSign Envelope ID: 01D2E03E-4377-416B-905B-84D7D537981C AGREEMENT NO. 2022-1OIA FOR NORTHRIDGE STREET PAVING SERVICES THIS AGREEMENT, is made and entered into this 9th day of August 2022, 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 "OWNER"), and Ranger Construction Industries, Inc., whose address is: 1200 Elboc Way, Winter Garden, FL 34787, (hereinafter referred to as "CONTRACTOR"). WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE I — 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 NO. 22-029 titled Northridge Street Paving Services, as prepared by Owner 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. ARTICLE 2 — THE CONTRACT SUM The OWNER 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 and the Price Schedule, attached hereto and incorporated herein as Exhibit "A". The total contract sum shall not exceed FOUR HUNDRED FIFTY-FIVE THOUSAND, SIX HUNDRED SIX DOLLARS AND 351100 CENTS ($455,606.35). ARTICLE 3 — COMMENCEMENT AND COMPLETION OF WORK 3.1. The CONTRACTOR shall commence work within Ten (10) calendar days after receipt of (i) Purchase Order or Notice to Proceed, and (ii) receipt of all permits required to perform the work, and the CONTRACTOR will substantially complete the same within EIGHT (8) days, unless the period for completion is extended otherwise by the CONTRACT DOCUMENTS. 3.2. The CONTRACTOR shall prosecute the work with faithfulness and diligence. 3.3. The CONTRACTOR further declares he has examined the site of the work and that DocuSign Envelope ID: 01D2E03E-4377-416B-905B-84D7D537981C from personal knowledge and experience or that he has made sufficient investigations to fully satisfy himself that such site is correct and suitable for the work and he assumes full responsibility therefore. The provisions of this Contract shall control any inconsistent provisions contained in the specifications. All Drawings 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. ARTICLE 4 — LIQUIDATED DAMAGES 4.1. 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 Notice to Proceed, or any authorized extension thereof, CONTRACTOR shall pay to OWNER the sum of FIVE HUNDRED DOLLARS ($500.00) 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 OWNER, and shall be considered not as a penalty, but in liquidation of damages sustained. CONTRACTOR shall pay the liquidated damages amount contained herein to Owner within fifteen (15) days of receipt of Owner's written demand for such payment. 4.2. 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. ARTICLE 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 OWNER shall pay the CONTRACTOR as follows: 5.1. 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 Owner 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 OWNER and the Engineer, for work performed during the preceding calendar month under the Contract. To insure proper performance of the Contract, the OWNER shall retain five percent (5%) of the amount of each estimate until final completion and acceptance of all work covered by the Contract. 2 DocuSign Envelope ID: 01D2E03E-4377-416B-905B-84D7D537981C 5.2. Upon submission by the CONTRACTOR of evidence satisfactory to the OWNER 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 OWNER, final payment on account of this Agreement shall be made within thirty (30) calendar days after completion of all work by the CONTRACTOR covered by this Agreement and acceptance of such work by the OWNER. ARTICLE 6 — ADDITIONAL BONDS It is further mutually agreed between the parties hereto that if, at any time after the execution of this Agreement and the Surety Bonds hereto attached for its faithful performance and payment of labor and materials, the OWNER shall deem the Surety or Sureties upon such bonds to be unsatisfactory, or if, for any reason, such bonds cease to be adequate to cover the performance and payments of the work, the CONTRACTOR shall, at his expense, and within seven (7) days after receipt of Notice from the OWNER to do so, furnish additional bonds, in such form and amounts, and with such Sureties as shall be satisfactory to the OWNER. In such event, no further payment to the CONTRACTOR shall be deemed due under this Agreement until such new or additional security for the faithful performance and for payment of labor and materials of the work shall be furnished in manner and form satisfactory to the OWNER. ARTICLE 7 — DISPUTE RESOLUTION - MEDIATION 7.1. 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. 7.2. The Owner and CONTRACTOR shall endeavor to resolve claims, disputes and other matters in question between them by mediation. 7.3. The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in the place where the Project is located, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement Agreements in any court having jurisdiction thereof. ARTICLE 8 — INSURANCE AND INDEMNIFICATION RIDER 8.1. 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 DocuSign Envelope ID: 01D2E03E-4377-416B-905B-84D7D537981C 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. 8.2. 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 Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an occurrence basis. 8.3. 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. 8.4. 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 2 DocuSign Envelope ID: 01D2E03E-4377-416B-905B-84D7D537981C 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 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. ARTICLE 9 — 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: Ranger Construction Industries, Inc. 1200 Elboc Way Winter Garden, FL 34787 Attn: F. Scott Fowler OWNER: City of Clermont Attn: Brian Bulthuis, City Manager 685 W. Montrose Street Clermont, FL 34711 ARTICLE 10 — MISCELLANEOUS 10.1. 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. 10.2. 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 5 DocuSign Envelope ID: 01D2E03E-4377-416B-905B-84D7D537981C of such provision itself and shall in no way affect the enforcement of any other provisions of this Agreement. 10.3. 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. 10.4. 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. 10.5. 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. 10.6. Assi ng ment — Except in the event of 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 city. 10.7. 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. 10.8. 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. 10.9. Public Records — Contractor expressly understands records associated with this project are public records and agrees to comply with Florida's Public Records law, to include, to: (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 this Florida's Public Records law or as otherwise provided by law. (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. 71 DocuSign Envelope ID: 01D2E03E-4377-416B-905B-84D7D537981C (d) Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of CONTRACTOR upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. CONTRACTOR shall use reasonable efforts to provide all records stored electronically must be provided to the CITY in a format that is compatible with the information technology systems of the CITY. (e) IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTRACTOR SHALL CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT CITY CLERK'S OFFICE, (352) 241-7331. ARTICLE 11— CONTRACT DOCUMENTS The Contract Documents, as stated in the Instructions to Bidders and herein made a part, are as fully a part of this Contract as if herein repeated. Document Precedence: 11.1. Contract Agreement 11.2. All documents contained in RFB No.: 22-029 titled Northridge Street Paving Services and CONTRACTOR's response thereto. 11.3. Payment and Performance Bonds 7 DocuSign Envelope ID: 01D2E03E-4377-416B-905B-84D7D537981C IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this 9th day of August , 2022. CITY OF CLERMONT DocuSigned by: C 2BA7692F758C492... DS Tim Murry, Mayor ATTEST: DocuSigned by: T A 3AD7F34905B344A... Tracy Ackroyd Howe, RANGER CONSTRUCTION INDUSTRIES, INC. 1�ocuSigned by: 34084EOEDK4FA Bv: ... (Signature) Print Name: F. Scott Fowler Title: Vice President Date: 8/ 12/2022 N. DocuSign Envelope ID: 01D2E03E-4377-416B-905B-84D7D537981C tXHIBIT "A" SECTION — C REVISED PRICE SCHEDULE The listed streets below are in priority of resurfacing. The City of Clermont reserves the right to select streets to be resurfaced from the bid to meet budget funding. All respondent 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. • i] Northridge Boulevard From Citrus tower to approximately 783 feet east. Mill 1-inch and add 1-inch of asphalt. Approx. 1 $ 75,947.25 Section 1 3,865 SQ Yards From Citrus Tower west to Cascade Falls Drive 2 Northridge Boulevard Section 2 Mill 1-inch and add 1-inch of asphalt. Approx. $ 125,583.50 6,770 SQ Yards Northridge Boulevard From Cascade Falls drive west to North Jacks $ 144,202.40 3 Section 3 road. Mill 1-inch and add 1-inch of asphalt. Approx. 8,056 SQ Yards Northridge Boulevard From North Jacks Road west to Grand Highway. $ 109,873.20 4 Section 4 Mill 1-inch and add 1-inch of asphalt. Approx. 6,004 SQ Yards • $ !�,606.3]5 Contractor's Days To Pavement Resurfacing Substantial Completion: 8 Calendar Days. Pavement Resurfacing Shall Not Exceed: Forty -Five (45) Calendar Days from Issuance of Purchase Order. Thermo -plastic markings shall commence after thirty (30) days of asphalt cure time. Final Completion Shall Be Fifteen (15) Calendar Days After Completion of Markings. RFB No: 22-02 Page 21 of 52 DocuSign Envelope ID: 01D2E03E-4377-416B-905B-84D7D537981C SECTION — C REVISED PRICE SCHEDULE Schedule of Unit Price Should certain additional work be required, or should the quantities submitted by the Contractor of certain classes be increased or decreased from those required by Contract Documents, the unit prices contained below are the basis of quantifying payment to the Contractor or credit to Owner, for such increase in the work. No additional adjustments will be allowed. Contractor is required to enter the quantity, unit price, and total on the spaces provided below. LF = Linear Feet GAL = Gallon SY = Square Yard EA = Each TON = Ton L. N. 1 Description Rut Fill /Scratch Course Quantity 1 Unit TON Unit Price $ 357.00 2 Crack Seal 1 GAL $ 5.00 3 6-inch Yellow of White Temp. Paint 1 LF $ 1.00 4 Remove Thermo -Plastic Markings 1 LF $ 4.00 5 Tack Coat (collector roads only) 1 -- 1 SY T $ 5.00 By signing below, the respondent agrees to all terms, conditions, and specifications as stated in this solicitation, and is acting in an authorized capacity to execute this response. The respondent also certifies that it can and will provide and make available, at a minimum, the items set forth in this solicitation. Company Name (print): Ranger Construction Industries, Inc. Street Address: 1200 Elboc Way, Winter Garden, FL 34787 Mailing Address (if different): Same Telephone: (407) 749-6266 Fax: (407) 656-3188 Email: estimating@rangerconstrucbon.com Payment Terms: % days, net 30 FEIN: 59 _ 2928662, Professional. License No.: CGC 031554 Signature: Date: 7/28/2022 Print Name: F Scott Fowte Title: Vice President Does the respondent accept payment using the City's MASTERCARD? Yes 0 No END OF SECTION — C RFB No: 22-029 Page 22 of 52 DocuSign Envelope ID: 01D2E03E-4377-416B-905B-84D7D537981C 1 CLERMONT Choice of Champions' FREDDY L. SUAREZ Purchasing Director Purchasing Department 352-241-7350 fsuarez@clermontFl.org ADDENDUM 1 — JULY 11, 2022 RFB 22-029 — NORTHRIDGE STREET PAVING SERVICES The following represents clarification, additions, deletions and modifications to the above reference bid. This addendum shall hereafter be regarded as part of the bid. • Change to Section C, Northridge Boulevard Section 4. Making a correction to the approximate number of square yards from 1,306 to 6,004. See attached revised price form. END OF ADDENDUM 1 This addendum MUST be acknowledge and MUST be returned with your solicitation. All other terms, conditions and specifications remain unchanged for RFB 22-029. 7/28/2022 Date Vice President Title F Scott Fowler Typed/Printed Name 685 W. Montrose Street Clermont, FL 34711 www.ClermontFL.gov DocuSign Envelope ID: 01D2E03E-4377-416B-905B-84D7D537981C cLERMONT Choice of Champions' FREDDY L. SUAREZ Procurement Services Director 352-241-7350 fsuarez@clermontFl.org ADDENDUM 2 — JULY 20, 2022 RFB 22-029 — NORTHRIDGE STREET PAVING SERVICES The following represents clarification, additions, deletions and/or modifications to the above reference bid. This addendum shall hereafter be regarded as part of the bid. This addendum is being issued to incorporate all the questions and answers provided in BidSync into the solicitation. END OF ADDENDUM 2 This addendum must be acknowledged and may be returned with your solicitation. All other terms, conditions and specifications remain unchanged for RFB 22-029. Name of Company Typed/Printed Name Construction Ind F Scott Fowler Inc. 7/28/2022 Date Vice President Title 685 W. Montrose Street Clermont, FL 34711 www.ClermontFL.gov DocuSign Envelope ID: 01D2E03E-4377-416B-905B-84D7D537981C SECTION — B STATEMENT OF WORK The scope of work to be performed includes mill and overlay and micro -surfacing of City maintained streets, as provided in Section C and map drawings. All resurfaced streets must have a smooth and even surface as well as smooth transition street edges. Respondent shall install temporary street paint marking per existing markings. 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, respondent must install thermo-plastic marking per existing markings and specifications. The City shall mark where work begins and ends. All resurfaced streets must have smooth ridings. 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. All work shall be inspected by the City of Clermont Public Works Inspectors. It is the responsibility of the respondent to measure each street for proper calculation prior to submitting an offer. Areas of the road (s) to be resurfaces 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. 1 — MINIMUM EXPERIENCE REQUIREMENTS All respondents 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) Crack Seal 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, number of square yards treated in each and phone number of the government official in charge of each project. Successful respondent must be capable of meeting all the requirements of this specification at the time of the bid. The successful respondent must have in their possession, in the State of Florida at the time of bidding, three (3) or more crack seal machines as described in the equipment section of the specification. City staff reserves the option to inspect the respondent's equipment and if found deficient, it will be the basis for rejection of 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 or County. The successful respondent must have a full-time presence with an office, experienced RFB No: 22-029 Page 13 of 52 DocuSign Envelope ID: 01D2E03E-4377-416B-905B-84D7D537981C SECTION — B STATEMENT OF WORK personnel and the proper equipment in the State of Florida to respond three hundred sixty-five (365) days a year. 2 — MATERIALS/CONSTRUCTION SPECIFICATIONS Materials and construction methods for the roadway construction shall be in accordance with the Florida Department of Transportation standard specifications for road and bridge construction 1991, or latest edition. See additional micro surfacing and crack fill/sealing requirements in Section K of this solicitation. 11 — Mil I INC. Milling must be performed up to the edge of the curb and not extending into the gutter of the curb. 4 — PAVERS Pavers must be mechanically sound and capable of consistently meeting the requirements of this bid. Pavers shall 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. 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 on irregular areas that would normally be done by hand. Small power box or parking lot pavers will only be allowed for use on narrow roadways. 5 — ASPHALT REQUIREMENTS 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 soils 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. 6 — 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. 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 Section K of this solicitation for additional product requirements. The method of payment for crack seal will be based on a price per gallon. The total price shall be all inclusive to traffic control, cleaning, crack sealant, and any other incidentals required to provide the City of Clermont final product that will meet the specifications as described. Successful RFB No: 22-029 Page 14 of 52 DocuSign Envelope ID: 01D2E03E-4377-416B-905B-84D7D537981C SECTION — B STATEMENT OF WORK respondent must provide the Project Manager with tickets daily showing the amount of gallons used. 7 — 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 shall be at least one-half (1/2) inch to three quarter (3/4) inch depth for the sealant installation. Crack fill sealer product must be an asphalt -fiber compound designed especially for improving strength and performance of the parent asphalt sealant, seal out water and be incompressible in asphaltic concrete. Cracks over two (2) inches in width must be cleaned and packed with Type S3 hot recycled asphalt. 8 — CROSSWALKS Crosswalks shall be ten (10') feet internationals. 9 — DRIVEWAYS No impact to driveways expected as a part of this project. 10 —TURNOUTS OR INTERSECTING ROADS All intersecting roads will be paved to the radius unless otherwise marked. Roads that are marked to be paved back to the radius will also require 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. 11 — POTHOLES All potholes are to be swept out, tacked, and filled with asphalt before paving. 12 — TACK COAT The tack coat is to be applied per FDOT specifications of the current Standard Specifications for Road and Bridge Construction Edition. 13 — 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 is to be in working order and on site before paving RFB No: 22-029 Page 15 of 52 DocuSign Envelope ID: 01D2E03E-4377-416B-905B-84D7D537981C SECTION — B STATEMENT OF WORK begins. Flagmen are to wear vests and to use stop and go paddles. Proper signage, marking, and flagmen shall 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. 14 — 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. 15 — CURBED ROAD Lute all edges for a smooth transition on any road that has curbs to avoid drop-offs. There shall be no asphalt on float line or gutter. The City's Project Manager will supervise the procedure. 16 — STRIPING All road striping is to be conducted with reflective thermoplastic with glass beads on the roads that are to be resurfaced. All blue RPM's at fire hydrants are to be replaced. All City road striping are to 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 RPM's are required within striping, the existing RPM's are to be removed and replaced. Missing RPM's shall be replaced as well. 17 — CUTBACK Is not required as a part of this project. All manholes and water valves will be adjusted by the City of Clermont before the mat is placed to 1/2" tolerance. The City will supply risers and adjust height as necessary. 18 — MILLINGS The City of Clermont will accept all asphalt millings to be placed at a designated location at the 12t" street Public Works site. Contractor will be responsible to haul millings to that location. 19 — SAFETY It shall be the responsibility of the respondent to insure work safety, provide sufficient required insurance, and complies with all safety codes, laws, and include any cost of such RFB No: 22-029 Page 16 of 52 DocuSign Envelope ID: 01D2E03E-4377-416B-905B-84D7D537981C SECTION — B STATEMENT OF WORK safety requirements with their response. No additional compensation shall be allowed for the cost of such compliance. These standards shall apply to all areas of construction whether or not specifically mentioned in the specifications. 20 — WORK HOURS All work shall be done between the hours of 7:00 A.M. and 6:00 P.M. (EST), Monday through Friday. No work shall be permitted on Saturday, Sunday, or Holidays unless requested and approved by the City a minimum of forty-eight (48) hours in advance. 21 — PUBLIC CONVENIENCE AND SAFETY (As May Be Applicable) No street or roadway shall be closed, except when and where directed by the City. The work shall be conducted so that there shall, at all times, be a safe passageway for traffic, whenever the street or roadway is not closed. The respondent shall provide and maintain a passable driveway, as directed by the Engineer, 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 respondent shall 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, which are closed to traffic, shall be protected by effective barricades on which acceptable warning signs shall be placed. The respondent shall 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 shall be taken in accordance with Index No. 600 through 700, FDOT Roadway and Traffic Design Standards, 1988. All temporary detour route(s) shall be clearly indicated throughout their entire length. All barricades and obstructions shall be illuminated at night. All lights shall be kept burning form sunset to sunrise. All barricades shall be well built and designed so as not to be blown over by the wind. 22 — CARE OF TREES. SHRUBS. AND GRASS The respondent shall be fully responsible for maintaining, in good condition, all cultivated grass plots, trees, and shrubs. The respondent shall, after completion of the work, replace or restore to original condition, all destroyed or damaged shrubbery or grass areas, which were maintained or destroyed incidental to the construction operations. Tree limbs, which RFB No: 22-029 Page 17 of 52 DocuSign Envelope ID: 01D2E03E-4377-416B-905B-84D7D537981C SECTION — B STATEMENT OF WORK interfere with equipment operation and are approved for pruning, shall 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 shall be carefully removed and replanted, on or behind the right-of-way, as directed by the Project Manager. Fences, retaining walls, etc., which are removed and relocated, shall be carefully restored as closely as possible to their original condition. Lawn grass, shrubbery, ornamental shrubs, trees, and fruit trees, etc., which are removed and relocated, shall be carefully restored as closely as possible to their original condition and shall be watered and maintained, as necessary, until they are firmly re-established in their new location. All grass, shrubbery, ornamental shrubs, trees and fruit trees, etc., which die or, in the opinion of the Project Manager, are damaged due to their relocation, shall be replaced with shrubbery which is identical to the original type, quality, and size. The respondent shall adhere to the Project Manager decisions regarding the condition of restored property. 23 — DAMAGE TO EXISTING STRUCTURES AND UTILITIES The respondent shall 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 shall be the responsibility of the respondent to determine the exact location, character, and depth of any existing utilities. The respondent shall assist the utility companies, by every means possible, in determining said locations. The respondent shall exercise extreme caution to eliminate the possibility of damage to any utilities. 24 — SUSPENSION OF WORK The respondent shall not be entitled to make or assert 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 Owner, either before or after the start of construction. However time for completion of the work shall be extended, to such reasonable time as the City may determine necessary, to compensate for time lost by such delay. Such determination shall be set forth in writing. 25 — TRAFFIC All safety precautions shall be taken and all traffic controls shall be furnished, satisfactory to City, County, Department of Transportation, and/or any other governmental agency RFB No: 22-029 Page 18 of 52 DocuSign Envelope ID: 01D2E03E-4377-416B-905B-84D7D537981C SECTION — B STATEMENT OF WORK having jurisdiction, where partial or complete obstruction of streets is required for the performance of the work. 26 — MAINTENANCE OF TRAFFIC The respondent shall be responsible, during the course of construction, for proper maintenance, control and detour of traffic in the area of construction. All traffic control and maintenance procedures shall be in accordance with the requirements of the Florida Department of Transportation and Lake County, Florida, within their respective areas of jurisdiction. It shall be the respondent responsibility to determine the requirements of these agencies so that the offer reflects all costs to be incurred. No claims for additional payment shall be considered for costs incurred due to the proper maintenance control, detour, and protection of traffic. 27 — BARRICADES AND PROTECTION OF WORK The respondent shall protect his work, throughout its entire length, by the erection of suitable barricades and handrails where required. Respondent shall 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 shall be complied by. The respondent shall carry out his work so as to not deny access to private property. 28 — EXAMINATION OF PREMISES The respondent shall 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. 29 — BURNING Burning shall not be permitted on this project without prior approval from the City. If burning is allowed, it shall be the responsibility of the 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. 30 — LICENSING The contractor and all subcontractor's (if any) must be properly licensed in the State of Florida and provide evidence of such. RFB No: 22-029 Page 19 of 52 DocuSign Envelope ID: 01D2E03E-4377-416B-905B-84D7D537981C SECTION — B STATEMENT OF WORK 31 — PAYMENT The City will inspect said work and recommend payment made within thirty (30) days after receiving final Release of Lien. The street resurfacing project, temporary street and thermo-plastic pavement marking must be bid as a lump sum contract. The scope of work consists of resurfacing various sections of Northridge Boulevard. 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 will furnish the following: 1. 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. Successful respondent must also provide transportation, receiving, handling, storage, disposal of waste, applicable taxes, locating and covering manholes, survey monuments, valve boxes, etc. Successful respondent is required to acquire a water meter for construction work. At the conclusion of the contract, contractor 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 contract and other cleanup deemed necessary by the Inspector. 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) feet for striping, three (3) feet for stop bars and six (6) feet for crosswalks or as directed by City inspector and they will remain in place after micro -surfacing placement. Any floppies pulled out by micro -surfacing process will be immediately replaced. END OF SECTION — B RFB No: 22-029 Page 20 of 52