Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
Contract 2018-36 AGREEMENT FOR
FENCE INSTALLATION AND REPAIR
THIS AGREEMENT, is made and entered into this JCC& day of rnCt_c.
2018, 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 ALL RITE FENCE SERVICES, INC.,
whose address is: 5115 Old Winter Garden Road, Orlando, FL 32811 (hereinafter referred
to as "CONTRACTOR").
WHEREAS, the Orange County B.C.C. through the public procurement process awarded
an Agreement to provide fence installation and repair services, Orange County B.C.C.
Contract Number Y16-1075;
WHEREAS,CITY desires to utilize the above-referenced awarded bid,CONTRACTOR's
response thereto and Agreement in accordance with CITY's procurement policy; and
WHEREAS,CONTRACTOR desires to enter into a contract with CITY based on the terms
and conditions of the Orange County B.C.C. Contract Number Y16-1075;
WITNESSETH: That the parties hereto, for the consideration hereinafter set forth,
mutually agree as follows:
ARTICLE I —SCOPE OF WORK
The CONTRACTOR shall provide fence installation and repair services as described in
the Orange County B.C.C. Contract Number Y16-1075 and shall do everything required
by this Agreement and the other Agreement Documents contained in the specifications,
which are a part of these Documents. Provided, however, that nothing herein shall require
CITY to purchase or acquire any items or services from CONTRACTOR. To the extent
of a conflict between this Agreement and Exhibit "A", the terms and conditions of this
Agreement shall prevail and govern. In all instances the CITY purchasing policy,
resolutions and ordinances shall apply.
ARTICLE II —THE CONTRACT SUM
CITY shall pay CONTRACTOR,for the faithful performance of the Agreement as set forth
in the Agreement documents and the Unit Price Schedule as set forth in Exhibit "B",
attached hereto and incorporated herein.
ARTICLE III—TERM AND TERMINATION
1. This Agreement is to become effective upon execution by both parties,and shall
remain in effect until July 19, 2018, unless terminated or renewed as provided
by the Orange County B.C.C.
2. Notwithstanding any other provision of this Agreement, CITY may, upon
1
written notice to CONTRACTOR, terminate this Agreement if: a) without
cause and for convenience upon thirty (30) days written notice to
CONTRACTOR b) CONTRACTOR is adjudged to be bankrupt; c)
CONTRACTOR makes a general assignment for the benefit of its creditors; d)
CONTRACTOR fails to comply with any of the conditions of provisions of this
Agreement; or e) CONTRACTOR is experiencing a labor dispute, which
threatens to have a substantial, adverse impact upon performance of this
Agreement, without prejudice to any other right or remedy CITY may have
under this Agreement. In the event of such termination, CITY shall be liable
only for the payment of all unpaid charges, determined in accordance with the
provisions of this Agreement, for work, properly performed and accepted prior
to the effective date of termination.
3. Upon mutual Agreement of the parties,this Agreement may be renewed for two
(2) additional one (1) year terms.
ARTICLE IV—COMMENCEMENT AND COMPLETION OF WORK
The CONTRACTOR shall provide fence installation and repair services forth in the
applicable purchase order or notice to proceed.
ARTICLE V—PAYMENTS
In accordance with the provisions fully set forth in the General Conditions,
CONTRACTOR shall submit an invoice to CITY upon completion of the services to CITY
as set forth in the applicable purchase order. CITY shall make payment to the
CONTRACTOR for all accepted and undisputed services provided, within thirty (30)
calendar days of receipt of the invoice.
ARTICLE VI— DISPUTE RESOLUTION - MEDIATION
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.
2. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and
other matters in question between them by mediation.
3. 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.
2
ARTICLE VII— INSURANCE AND INDEMNIFICATION RIDER
1. Worker's Compensation Insurance - The CONTRACTOR shall take out
and maintain during the life of this Agreement Worker's Compensation Insurance for all
his 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 latter's 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.
2. CONTRACTOR's Public Liability and Property Damage Insurance - The
Contactor shall take out and maintain during the life of this Agreement Comprehensive
General Liability and Comprehensive 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 minimum limits as follows:
(a) CONTRACTOR's Comprehensive General, $500,000 Each
($1,000,000 aggregate)
Liability Coverages, Bodily Injury Occurrence, & Property Damage
Combined Single Limit
(b) Automobile Liability Coverages, $500,000 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.
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.
4. Indemnification Rider
(a) To cover to the fullest extent permitted by law, the CONTRACTOR
shall indemnify and hold harmless the CITY and its agents and
employees from and against all claims, damages, losses and expenses,
including but not limited to attorney's fees, arising out of or resulting
from the 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
3
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 it is 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.
(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 VIII—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: All Rite Fence Services, Inc.
5115 Old Winter Garden Road
Orlando, FL 32811
Attn: David Glidewell, President
CITY: City of Clermont
Attn: Darren Gray, City Manager
685 W. Montrose Street
Clermont, FL 34711
ARTICLE IX— MISCELLANEOUS
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.
4
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.
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.
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.
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.
6. Assignment. 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.
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.
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. 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.
5
•
(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
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 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 X—AGREEMENT DOCUMENTS
The Agreement Documents, as listed below are herein made fully a part of this Agreement
as if herein repeated.
Document Precedence:
1. This Agreement
2. Purchase Order/Notice to Proceed
3. All documents contained in the Orange County B.C.C. Contract Number Y16-
1075.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on
this day of2018.
City of C ont
Da= �,pity anager
Attest:
Tracy Ackroyd Howe, City Clerk
6
•
All Rite Fence Services, Inc.
By: gay C-) ;se Loe-t
(Name PrintedorTyped)
Title
Attes'N.. _AU; i.1K111-..
e r a ec ary ► o,�, TIFfANY C.KELLEY
I , i Notary Public
State of 0
j
Commission N fF 932002
Y Comm.Expires Feb 74,2020
Ar /
(Name Printe', or Typed) eoided9^i°" ' INaa►yAssn.
7
EXHIBIT A
0' " E
AND CONTRACTS DIVISION
j JOHNNY M. RICHARDSON, CPPO, CFCM, Manage
400 B.South Street,2nd Floor• Reply To:Post Office Boz 1393.Orlando,Fl rids 32801-1393
407-836-5636•Fax:407-836.5899•http://www.ocil.net
1 LATI
GOVERNMENT
L 0 R < 1) A TERM CONTRACT NO.Y16-107.
Fence Installation and Repair
TO: All Rite Fence Services, Inc.
5115 Old Winter Garden Road
Orlando, Florida 32811
This is to inform you that the Orange County Board of ' aunty Commissioners
hereby enters into a term contract subject to the followi g:
TERMS AND CONDITIONS
1. Acceptance:
This contract is our acceptance of your offer in res•onse to our Invitation
for Bids No. Y16-1075-LC, Fence Installatio and Repair — TERM
CONTRACT, and is subject to all terms and con.itions therein.
2. Term of Contract:
A. This is a term contract for the time p-riod specified in the
referenced Invitation for Bids, for the pro.ucts/services covered
by this contract. The County is not obli.ated to purchase any
minimum amount of products or servi.-s, unless otherwise
stipulated in the invitation for Bids.
B. This contract is effective July 20, 2016 an. shall remain in effect
through July 19, 2017. The estimated ••ntract award for this
period is $1,428,120.00 for Lot A and $42 ,912.50 for Lot B.
C. This contract may be renewed upon utual agreement as
provided in the Invitation for Bids. An amendments to this
contract must be in writing and signed •, both parties. Such
amendment(s) must be signed by the epresentative of the
Orange County Procurement Division to • - valid, binding, and
enforceable.
D. This contract may be cancelled or termin.ted as provided for in
the Invitation for Bids.
Page 1 of 2
3. Ordering against Contract:
A. Unless otherwise specified in the Invitation for Bids, the County
will place orders by issuance of a nu bered Delivery Order
against this contract. Each Delivery Order will specify the
quantity, description and location for deli ery.
B. The obligations of Orange County under his contract are subject
to need and availability of funds lawfu ly appropriated for its
purpose by the Board of County Commis.loners.
4. Taxes:
The County has the following tax exemption ce iificates assigned.
A. Certificate of Registry No. 59-70-004K ft r tax free transactions
under Chapter 32, Internal Revenue Cod
B. Florida Sales and Use Tax Exemp ion Certificate No. 85-
8012622266C-0.
5. Invoicing:
A. Invoices must be submitted, in duplicate, r•ferencing this contract
number and the Delivery Order to:
Orange County Public Works i"epartment
Fiscal Administrative Se ices
4200 South John Young Parkw:y, 2"d Floor
Orlando, Florida 328 9
Phone (407) 836-77.1
In the event additional County Departmen s or other public
entities utilize this contract, invoices are to be sent directly to the
Department or entity placing the order.
B. Invoices against this contract are authori•ed only at the prices
stated in your bid response, unless oth;rwise provided in the
Invitation for Bids.
6. All requirements contained in any addenda to t - solicitation for this
procurement are part of and hereby incorporated int• this contract.
BOARD OF COUNTY COMMISSIONERS
ORANGE CO N " , F .ORIDA
(1
BY:
L' da Carson, CPM
rocurement Division
DATE: 7 - /3 -/
Revised (11/16/12) Page 2 of 2
IFB Y16-1075-LC
ADDENDUM #1
BID REPONSE FORM
The Contractor shall provide all labor and other resources necessary to provide the
supplies, equipment and/or services in strict accordance with the scope of services
defined in this solicitation for the amounts specified in this Bid Response Form, inclusive
of overhead, profit and any other costs.
New Fence Systems Installation — Unit prices for these services shall be inclusive
of materials, fabric/wood panels, posts, hardware, removal and disposal of old
fences, gates and posts, etc. necessary to construct a new and proper fence.
LOT A, Stormwater Management Division
TOTAL
ITEM ESTIMATED UNIT ESTIMATED
NO. DESCRIPTION ANNUAL UNITS PRICE BID
8' Height(Commercial)
1. With top rail (no barbed wire) 500 LF X $ 15.50 = $ 7,750.00
2. No top rail, no security barbed wire, 200 LF X $ 14.50 = $ 2,900.00
and fence fabric installed with barbs
on top. Tension wire on the top and
bottom
6' Height(Commercial)
3. With top rail (no barbed wire) 40,000 LF X $ 13.75 = $550,000.00
4. No top rail, no security barbed wire, 3,500 LF X $12.75 = $ 44,625.00
and fence fabric installed with barbs
on top. Tension wire on the top and
bottom
6' Height(Vinyl Coated, Color as requested) (Commercial)
5. With top rail (no barbed wire) 4,000 LF X $ 15.75 = $ 63,000.00
6. No top rail, no security barbed wire, 2,000 LF X $ 14.75 = $29,500.00
and fence fabric installed with barbs
on top. Tension wire on the top and
bottom
All-Rite Fence Services, Inc.
Company Name
46A
LOT A, Stormwater Management Division
ESTIMATED
ITEM ANNUAL UNIT TOTAL
NO. DESCRIPTION QUANTITY PRICE EST. BID
5' Height (Commercial)
7. With top rail (no barbed wire) 20,000 LF X $ 12.50 = $ 250,000.00
8. No top rail, no security barbed wire, 2,500 LF X $11.50 - $ 28,750.00
and fence fabric installed with barbs
on top. Tension wire on the top and bottom
5' Height (Vinyl Coated, Color as requested) (Commercial)
9. With top rail (no barbed wire) 50 LF X $ 14.50 = $ 725.00
10. No top rail, no security barbed wire, 50 LF X $ 13.25 = $ 66.25
and fence fabric installed with barbs
on top. Tension wire on the top and bottom
4' Height(Residential — 11 1/2 gauge)
11. With top rail (no barbed wire) 25 LF X $ 6.00 = $ 150.00
12. No top rail, no security barbed wire, 25 LF X $ 5.00 = $ 125.00
and fence fabric installed with barbs
on top. Tension wire on the top and bottom
Gates for new or repaired fence systems installation (unit prices shall include all
items required for construction and installation)
Gates (Regular chain link)
13. 10' wide x 5' high double wide 10 EA X $ 600.00 = $ 6,000.00
14. 10'wide x 8' high double wide 5 EA X $ 700.00 = $3,500.00
15. 14' wide x 6' high double wide 40 EA X $ 650.00 = $26,000.00
16. 14' wide x 8' high double wide 2 EA X $ 700.00 - $ 1,400.00
17. 4' wide x 5' high walk gate 5 EA X $ 350.00 = $1,750.00
18. 4' wide x 6' high walk gate 5 EA X $400.00 = $2,000.00
All-Rite Fence Services, Inc.
Company Name
47A
LOT A, Stormwater Management Division
ESTIMATED
ITEM ANNUAL UNIT TOTAL
NO. DESCRIPTION QUANTITY PRICE EST. BID
19. 20' wide x 5' high double wide 50 EA X $ 800.00 = $40,000.00
20. 20' wide x 6' high double wide 25 EA X $ 900.00 = $22,500.00
Gates (Vinyl Coated, Color as requested)
21. 10' wide x 5' high double wide 5 EA X $ 550.00 = $ 2,750.00
22. 14' wide x 6' high double wide 5 EA X $675.00 = $3,375.00
23. 4' wide x 5' high walk gate 5 EA X $350.00 = $1,750.00
24. 4' wide x 6' high walk gate 5 EA X $ 375.00 = $ 1,875.00
25. 20' wide x 5' high double wide 5 EA X $ 675.00 = $3,375.00
26. 20' wide x 6' high double wide 10 EA X $800.00 _ $8,000.00
Cantilever Gates (Regular Chain Link)
27. Gate: Cantilever 5' high for 10' opening 10 EA X $ 1,300.00 = $ 13,000.00
28. Gate: Cantilever 5' high for 20' opening 10 EA X $1,700.00 = $ 17,000.00
29. Gate: Cantilever 6' high for 10' opening 10 EA X $1,400.00 = $14,000.00
30. Gate: Cantilever 6' high for 20' opening 20 EA X $ 1,800.00 = $36,000.00
Repairs of Existing Fence: The items below are for repair of damaged sections of
existing fences as requested and specified by the County's Representative. Unit
prices for these services shall be inclusive of materials, fabric/wood panels,
wood/metal posts, hardware, etc. necessary to properly repair an existing fences
or gates.
8' Height(Commercial)
31. With top rail (no barbed wire) 20 LF X $ 20.00 = $ 400.00
32. No top rail, no security barbed wire, 20 LF X $ 18.50 = $ 370.00
and fence fabric installed with barbs
on top. Tension wire on the top and bottom
All-Rite Fence Services, Inc.
Company Name
48A
LOT A, Stormwater Management Division
ESTIMATED
ITEM ANNUAL UNIT TOTAL
NO. DESCRIPTION QUANTITY PRICE EST. BID
6' Height (Commercial)
33. With top rail (no barbed wire) 5,000 LF X $ 15.75 = $ 78,750.00
34. No top rail, no security barbed wire, 4,000 LF X $14.75 = $59,000.00
and fence fabric installed with barbs
on top. Tension wire on the top and bottom
6' Height(Commercial) (Vinyl Coated, Color as requested)
35. With top rail (no barbed wire) 100 LF X $ 17.75 = $1,775.00
36. No top rail, no security barbed wire, 100 LF X $ 16.50 = $ 1,650.00
and fence fabric installed with barbs
on top. Tension wire on the top and bottom
6' Height Wood Fence (including hardware)
37. 6' Wood Fence, 10 foot sections 10 EA X$ 50.00 = $ 500.00
38. 6' Wood Boards/Slats 25 EA X $ 1.00 = $ 25.00
5' Height(Commercial)
39. With top rail (no barbed wire) 5,000 LF X $ 14.50 = $ 72,500.00
40. No top rail, no security barbed wire, 1,000 LF X $ 13.50 = $13,500.00
and fence fabric installed with barbs
on top. Tension wire on the top and bottom
5' Height(Commercial) (Vinyl Coated, Color as requested)
41. With top rail (no barbed wire) 50 LF X $ 16.50 = $825.00
42. No top rail, no security barbed wire, 50 LF X $15.25 = $ 762.50
and fence fabric installed with barbs
on top. Tension wire on the top and bottom
5' Height Wood Fence
43. 5' Wood Fence, 10 foot sections 10 EA X $40.00 =$ 400.00
44. 5' Wood Boards/Slats 25 EA X $1.00 = $25.00
All-Rite Fence Services, Inc.
Company Name
49A
LOT A, Stormwater Management Division
ESTIMATED
ITEM ANNUAL UNIT TOTAL
NO. DESCRIPTION QUANTITY PRICE EST. BID
4' Height(Residential - 11 '/2 gauge)
45. With top rail (no barbed wire) 50 LF X $6.00 = $ 300.00
4' Height (Residential - 11 1/2 gauge), continued
46. No top rail, no security barbed wire, 50 LF X $ 5.00 = $ 250.00
and fence fabric installed with barbs
on top. Tension wire on the top and bottom
4' Wood Fence
47. 4' Wood Fence, 10 foot sections 10 EA X $ 30.00 =$ 300.00
48. 4' Wood Boards/Slats 25 EA X $ 1.00 = $ 25.00
49. Top Rail 200 LF X $ 1.50 = $ 300.00
50. Cantilever gate rollers 10 EA X $ 50.00 = $500.00
51. Cantilever gate roller cover(top) 10 EA X $ 15.00 = $ 150.00
52. Cantilever gate roller cover(bottom) 10 EA X $ 15.00 = $150.00
Wooden Post 4"x4"
53. For 6 ft. high wooden fence 25 EA X $ 20.00 = $500.00
54. For 5 ft. high fence 10 EA X $ 15.00 = $ 150.00
55. For 4 ft. high fence 10 EA X $ 15.00 = $150.00
Galvanized Posts: (includes hardware and installation)
4- dia. inch Post
56. For 8 ft. high fence 6 EA X $ 70.00 = $420.00
57. For 6 ft. high fence 10 EA X $ 60.00 = $600.00
58. For 5 ft. high fence 10 EA X $ 50.00 = $ 500.00
59. Price for coating/matching paint 10 EA X $20.00 = $ 20.00
All-Rite Fence Services, Inc.
Company Name
50A
LOT A, Stormwater Management Division
ESTIMATED
ITEM ANNUAL UNIT TOTAL
NO. DESCRIPTION QUANTITY PRICE EST. BID
3- Inch Post
60. For 6 ft. high fence 10 EA X $ 35.00 _ $ 350.00
61. For 5 ft. high fence 10 EA X $ 30.00 = $ 300.00
62. For 4 ft. high fence 10 EA X $ 28.00 = $ 280.00
63. Price for coating/matching paint 10 EA X $ 5.00 = $ 50.00
2 '/z- inch Post
64. For 6 ft. high fence 10 EA X $ 25.00 = $ 250.00
65. For 5 ft. high fence 10 EA X $20.00 = $200.00
66. For 4 ft. high fence 10 EA X $ 15.00 = $150.00
67. Price for coating/matching paint 10 EA X $ 5.00 = $50.00
2-inch Post
68. For 8 ft. high fence 10 EA X $ 10.00 = $ 100.00
69. For 6 ft. high fence 10 EA X $ 5.50 = $55.00
70. For 5 ft. high fence 10 EA X $5.00 = $50.00
71. For 4 ft. high fence 10 EA X $4.50 = $ 45.00
72. Price for coating/matching paint 10 EA X $ 5.00 = $ 50.00
Miscellaneous
73. Removal/disposal of existing fence 1,000 LF X $ 1.00 = $ 1000.00
74. Installation of posts onto concrete 25 EA X $25.00 = $ 625.00
or wood structures (flush mounted)
including hardware
75. Coring of posts into concrete or 25 EA X $25.00 = $625.00
wood structures (imbedded)
including equipment and materials
for installation
All-Rite Fence Services, Inc.
Company Name
51A
LOT A, Stormwater Management Division
ESTIMATED
ITEM ANNUAL UNIT TOTAL
NO. DESCRIPTION QUANTITY PRICE EST. BID
76. Standard hourly labor rate, 500 HRS X $ 10.00 = $ 5,000.00
Monday through Friday,
7:00 AM to 5:00 PM
(not to be used for removal or debris disposal
77. Non-Standard hourly labor rate, 100 HRS X $ 15.00 = $1.500.00
(all hours excluded in 62)
(not to be used for removal or debris disposal)
TOTAL ESTIMATED BID OF LOT A $ 1,427,343.75
LOT B, COUNTYWIDE
8' Height (Commercial)
1. With top rail (no barbed wire) 500 LF X $ 15.50 = $ 7,750.00
2. No top rail, no security barbed wire, 200 LF X $14.50 = $2,900.00
and fence fabric installed with barbs
on top. Tension wire on the top and
bottom
6' Height(Commercial)
3. With top rail (no barbed wire) 2,000 LF X $13.75 = $27,500.00
4. No top rail, no security barbed wire, 500 LF X $12.75 = $6,375.00
and fence fabric installed with barbs
on top. Tension wire on the top and
bottom
6' Height(Vinyl Coated, Color as requested) (Commercial)
5. With top rail (no barbed wire) 1,500 LF X $ 15.75 = $ 23,625.00
6. No top rail, no security barbed wire, 100 LF X $ 14.50 = $ 1,450.00
and fence fabric installed with barbs
on top. Tension wire on the top and
bottom
Rff-Rite Fence Services, Inc.
Company Name
52A
LOT B, COUNTYWIDE
ESTIMATED
ITEM ANNUAL UNIT TOTAL
NO. DESCRIPTION QUANTITY PRICE EST. BID
5' Height(Commercial)
7. With top rail (no barbed wire) 100 LF X $ 12.50 = $ 1,250.00
8. No top rail, no security barbed wire, 100 LF X $11.50 - $ 1,150.00
and fence fabric installed with barbs
on top. Tension wire on the top and bottom
5' Height (Vinyl Coated, Color as requested) (Commercial)
9. With top rail (no barbed wire) 100 LF X $14.50 = $1,450.00
10. No top rail, no security barbed wire, 100 LF X $13.25 = $ 1,325.00
and fence fabric installed with barbs
on top. Tension wire on the top and bottom
4' Height (Residential — 11 1/2 gauge)
11. With top rail (no barbed wire) 100 LF X $6.00 = $ 600.00
12. No top rail, no security barbed wire, 100 LF X $5.00 = $ 500.00
and fence fabric installed with barbs
on top. Tension wire on the top and bottom
Gates for new or repaired fence systems installation (unit prices shall include all
items required for construction and installation)
Gates (Regular chain link)
13. 10' wide x 5' high double wide 10 EA X $ 600.00 = $ 6,000.00
14. 10' wide x 8' high double wide 10 EA X $ 700.00 = $ 7,000.00
15. 14' wide x 6' high double wide 10 EA X $ 650.00 = $ 6,500.00
16. 14'wide x 8' high double wide 1 OEA X $ 700.00 = $ 7,000.00
17. 4' wide x 5' high walk gate 10 EA X $ 350.00 = $ 3,500.00
18. 4' wide x 6' high walk gate 10 EA X $400.00 = $ 4,000.00
All-Rite Fence Service, Inc.
Company Name
53A
LOT B, COUNTYWIDE
ESTIMATED
ITEM ANNUAL UNIT TOTAL
NO. DESCRIPTION QUANTITY PRICE EST. BID
19. 20' wide x 5' high double wide 10 EA X $ 800.00 = $ 8,000.00
20. 20' wide x 6' high double wide 10 EA X $ 900.00 = $ 9,000.00
Gates (Vinyl Coated, Color as requested)
21. 10' wide x 5' high double wide 10 EA X $550.00 = $5,500.00
22. 14' wide x 6' high double wide 10 EA X $675.00 = $6.750.00
23. 4'wide x 5' high walk gate 10 EA X $ 350.00 = $ 3.500.00
24. 4'wide x 6' high walk gate 10EA X $375.00 = $ 3,750.00
25. 20' wide x 5' high double wide 10 EA X $ 675.00 = $ 6,750.00
26. 20'wide x 6' high double wide 10 EA X $800.00 = $ 8,000.00
Cantilever Gates (Regular Chain Link)
27. Gate: Cantilever 5' high for 10' opening 10 EA X $1,300.00 = $ 13,000.00
28. Gate: Cantilever 5' high for 20' opening 10 EA X $1,700.00 = $ 17,000.00
29. Gate: Cantilever 6' high for 10' opening 10 EA X $ 1,400.00 = $ 14,000.00
30. Gate: Cantilever 6' high for 20' opening 10 EA X $1.800.00 = $ 18,000.00
Miscellaneous Gates and Woven polypropylene for OCCC
31. Cantilever 6' high for 6' opening fits 1-5/8 & 2' pipe track
5" malleable wheel, rear wheel 5 EA X $800.00 = $ 4,000.00
32. Cantilever 10' high for 6' opening fits 1-5/8 & 2' pipe track
5" malleable wheel, rear wheel 5 EA X $1,000.00 = $ 5,000.00
33. Woven polypropylene fabric 5' 8" high
Reinforced border with binding & grommets
All 4 sides are edged (taped)
with grommets 18" apart 1000 FT X $3.50 = $ 3,500.00
All-Rite Fence Services, Inc.
Company Name
54A
LOT B, COUNTYWIDE
ESTIMATED
ITEM ANNUAL UNIT TOTAL
NO. DESCRIPTION QUANTITY PRICE EST. BID
Repairs of Existing Fence: The items below are for repair of damaged sections of
existing fences as requested and specified by the County's Representative. Unit
prices for these services shall be inclusive of materials, fabric/wood panels,
wood/metal posts, hardware, etc. necessary to properly repair an existing fences or
gates.
8' Height(Commercial)
34. With top rail (no barbed wire) 20 LF X $ 20.00 _ $ 400.00
35. No top rail, no security barbed wire, 20 LF X $ 18.50 = $ 370.00
and fence fabric installed with barbs
on top. Tension wire on the top and bottom
6' Height(Commercial)
36. With top rail (no barbed wire) 5,000 LF X $ 15.75 = $78,750.00
37. No top rail, no security barbed wire, 2,500 LF X $ 14.75 = $ 36,875.00
and fence fabric installed with barbs
on top. Tension wire on the top and bottom
6' Height (Commercial) (Vinyl Coated, Color as requested)
38. With top rail (no barbed wire) 50 LF X $ 17.75 = $ 887.50
39. No top rail, no security barbed wire, 50 LF X $ 16.50 = $ 825.00
and fence fabric installed with barbs
on top. Tension wire on the top and bottom
5' Height(Commercial)
40. With top rail (no barbed wire) 50 LF X $ 14.50 = $ 725.00
41. No top rail, no security barbed wire, 50 LF X $ 13.50 = $ 675.00
and fence fabric installed with barbs
on top. Tension wire on the top and bottom
All-Rite Fence Services, Inc.
Company Name
55A
LOT B, COUNTYWIDE
ESTIMATED
ITEM ANNUAL UNIT TOTAL
NO. DESCRIPTION QUANTITY PRICE EST. BID
5' Height(Commercial)(Vinyl Coated, Color as requested)
42. With top rail (no barbed wire) 1,500 LF X $ 16.50 = $ 24,750.00
43. No top rail, no security barbed wire, 1,500 LF X $15.25 = $ 22,875.00
and fence fabric installed with barbs
on top. Tension wire on the top and bottom
4' Height(Residential - 11 1/2 gauge)
44. With top rail (no barbed wire) 50 LF X $ 6.00 = $300.00
4'Height(Residential - 11 1/2 gauge), continued
45. No top rail, no security barbed wire, 50 LF X $ 5.00 = $ 250.00
and fence fabric installed with barbs
on top. Tension wire on the top and bottom
Galvanized Posts: (includes hardware and installation)
4- dia. inch Post
46. For 8 ft. high fence 6 EA X $ 70.00 = $ 420.00
47. For 6 ft. high fence 50 EA X $ 60.00 = $ 3,000.00
48. For 5 ft. high fence 10 EA X $ 50.00 = $500.00
49. For 4 ft. high fence 10 EA X $50.00 = $500.00
50. Price for coating/matching paint 30 EA X $20.00 = $ 600.00
3- Inch Post
51. For 6 ft. high fence 10 EA X $ 35.00 = $ 350.00
52. For 5 ft. high fence 10 EA X $ 30.00 = $ 300.00
53. For 4 ft. high fence 10 EA X $ 28.00 = $ 280.00
54. Price for coating/matching paint 15 EA X $5.00 = $ 75.00
All-Rite Fence Services, Inc.
Company Name
56A
LOT B. COUNTYWIDE
ESTIMATED
ITEM ANNUAL UNIT TOTAL
NO. DESCRIPTION QUANTITY PRICE EST. BID
2 '/z- inch Post
55. For 6 ft. high fence 150 EA X $ 25.00 _ $3,750.00
56. For 5 ft. high fence 10 EA X $ 20.00 = $ 200.00
57. For 4 ft. high fence 10 EA X $ 15.00 = $ 150.00
57. Price for coating/matching paint 50 EA X $ 5.00 = $250.00
2-inch Post
59. For 8 ft. high fence 10 EA X $ 10.00 = $ 100.00
60. For 6 ft. high fence 10 EA X $ 5.50 = $ 55.00
61. For 5 ft. high fence 10 EA X $5.00 = $ 50.00
62. For 4 ft. high fence 10 EA X $4.50 = $ 45.00
63. Price for coating/matching paint 10 EA X $ 5.00 = $ 50.00
1 1/2 inch - Post
64. for 6 ft. high fence 20 EA X $ 5.00 = $ 100.00
65. for 5 ft. high fence 10 EA X $4.00 = $ 40.00
66. for 4 ft. high fence 10 EA X $ 3.00 = $ 30.00
67. price for coating/matching paint 10 EA X $ 1.00 = $ 10.00
Miscellaneous
68. Removal/disposal of existing fence 1,000 LF X $1.00 = $ 1,000.00
69. Installation of posts onto concrete 25 EA X $25.00 = $ 625.00
or wood structures(flush mounted)
including hardware
All-Rite Fence Services, Inc.
Company Name
57A
LOT B, COUNTYWIDE
ESTIMATED
ITEM ANNUAL UNIT TOTAL
NO. DESCRIPTION QUANTITY PRICE EST. BID
70. Coring of posts into concrete or 25 EA X $ 25.00 = $ 625.00
wood structures (imbedded)
including equipment and materials
for installation
71. Standard hourly labor rate, 1000 HRS X $ 10.00 = $ 10,000.00
Monday through Friday,
7:00 AM to 5:00 PM
(not to be used for removal or debris disposal
72. Non-Standard hourly labor rate, 100 HRS X $ 15.00 = $ 1,500.00
(all hours excluded in 62)
(not to be used for removal or debris disposal)
TOTAL ESTIMATED BID OF LOT B $ 427,912.50
All Rite Fence Services, Inc.
Company Name
58A
THE FOLLOWING SECTION MUST BE COMPLETED BY ALL BIDDERS:
Company Name: All-Rite Fence Services, Inc.
NOTE: COMPANY NAME MUST MATCH LEGAL NAME ASSIGNED TO TIN
NUMBER. CURRENT W9 MUST BE SUBMITTED WITH BID.
TIN#: D-U-N-S®#
5115 Old Winter Garden Road Orlando
(Street No. or P.O. Box Number) (Street Name) (City)
Orange Florida 32811
(County) (State) (Zip Code)
Contact Person: David Glidewell
Phone Number: Fax Number:
407-295-7093 407-292-8550
Email Address:
david@allritefence.com
EMERGENCY CONTACT
Emergency Contact Person: David Glidewell
Telephone Number: 407-295-7093 Cell Phone Number: 407-947-3765
Residence Telephone Number: 407-947-3765 Email: david@allritefence.com
ACKNOWLEDGEMENT OF ADDENDA
The Bidder shall acknowledge receipt of any addenda issued to this solicitation by
completing the blocks below or by completion of the applicable information on the
addendum and returning it not later than the date and time for receipt of the bid. Failure
to acknowledge an addendum that has a material impact on this solicitation may
negatively impact the responsiveness of your bid. Material impacts include but are not
limited to changes to specifications, scope of work/services, delivery time, performance
period, quantities, bonds, letters of credit, insurance, or qualifications.
Addendum No. 1 , Date 5/18/16 Addendum No. , Date
Addendum No. , Date Addendum No. , Date
Page 60
AUTHORIZED SIGNATORIES/NEGOTIATORS
The Bidder represents that the following principals are authorized to sign bids,
negotiate and/or sign contracts and related documents to which the bidder will be duly
bound. Principal is defined as an employee, officer or other technical or professional in
a position capable of substantially influencing the development or outcome of an activity
required to perform the covered transaction.
Name Title Telephone Number/Email
David Glidewell President 407-295-7093 david©allritefence.com
Ray Glidewell Vice President 407-295-7093 ray@allritefence.com
5/25/16
(Signature) (Date)
President
(Title)
All-Rite Fence Services, Inc.
(Name of Business)
The Bidder shall complete and submit the following information with the bid:
Type of Organization
Sole Proprietorship Partnership Non-Profit
Joint Venture X Corporation
State of Incorporation: Florida
Principal Place of Business (Florida Statute Chapter 607): Orlando, Orange, FL
City/County/State
THE PRINCIPAL PLACE OF BUSINESS SHALL BE THE ADDRESS OF
THE BIDDER'S PRINCIPAL OFFICE AS IDENTIFIED BY THE FLORIDA
DIVISION OF CORPORATIONS.
Federal I.D. number is 20-4380762
Page 61
SPECIAL TERMS AND CONDITIONS
1. QUALIFICATION OF BIDDERS
This bid will be awarded to a responsible, responsive bidder, qualified by
experience to provide the work specified. The Bidder shall submit the following
information with the bid:
A. List and brief description of similar work satisfactorily completed with
location, dates of contract, names, addresses, email addresses and
telephone numbers of owners by completing the attached reference
sheets. Attachment A.
• The Bidder shall submit with the bid at least (4) four fence installation
and repair contracts or projects successfully completed by the bidder
as a prime and shall include any of the following: linear feet of new
fence installation, linear feet of repaired of existing fence installation,
etc. within the last five (5) years. These contracts or projects must be
comparable and verifiable with location, dates of contract, total amount
of work completed per year, dollar amount for services per year,
names, addresses and telephone numbers of owners as described in
contract documents. Details of activities performed as part of the
projects must be specified in the referenced form. Each similar project
listed shall be listed with complete information as specifically provided
on the Reference Form (Attachment A). Do not attach listings of
reference information
• Bidder shall have performed a minimum of 10,000 linear feet of new
fence installation and 20,000 linear feet of repaired fence installation.
These elements can be demonstrated among several projects and is
not required to all be in a single project.
• The following will NOT be considered as similar to the ones requested
as part of this contract: sidewalk installation or repairs, parking lots,
resurfacing, shoulder restoration, incidental work, etc.
• The contact person listed as a reference shall be someone who has
personal knowledge of the Bidder's performance during the referenced
project. Contact persons must have been informed that they are being
used as a reference and that the County will be calling or emailing
them.
B. List of personnel, by name and title, who will be dedicated to work under
the contract. This list shall include project management, supervisory
personnel, list of workers. Emergency contacts shall be highlighted.
Attachment B.
C. Provide proof that you are working from a commercial location
appropriately zoned for the business specified on the vendors'
occupational license. At a minimum the following shall be provided.
1 . Copy of occupational license signed.
2. Letter on bidder's letterhead confirming the specific address of
bidder.
Page 16
D. MANAGEMENT PLAN AND RESOURCE LIST - All Bidders, as part of
their submittal, shall provide a detailed Management Plan and Resource
List. The plan shall outline the bidder's approach to independent
performance of work in Lot A and Lot B. to include assurance that they
can satisfactory perform within the terms and conditions of the contract.
The Resource List shall contain the minimum components for each work
crew available for use on Orange County projects under this contract. The
management plan shall describe how the Contractor plans to utilize all
available resources to fulfill the requirements of this contract. The
management plan and resource list collectively shall assist in the
evaluation of the Contractor's capability to handle multiple concurrent
projects under this contract. Failure of a bidder to provide an acceptable
Management Plan and Resource List may delay or prevent an award of
this contract. Attachment C.
The management plan shall include (at a minimum) details on:
• The Bidder's approach to the independent management of the
contract. This shall include their understanding of contract
requirements and how multiple concurrent projects are to be handled.
• An organization chart showing a reporting hierarchy of staff the key
individuals responsible for the work. Subcontractors (if any) shall also
be identified.
• If the Bidder has other contracts with the County, the management
plan shall include the organization chart and resource listings for those
contracts.
• A complete list of equipment to be dedicated to the contract with
applicable vehicle identification numbers. Equipment intended to be
used under this contract must be available for inspection at the request
of the Stormwater Management Division.
• If sufficient resources are not available, the Bidder shall prove that they
have the ability to obtain those additional resources upon contract
award.
• Quality Assurance Plan
• Personnel loss, contingency plan
Failure to submit the above requested information may be cause for
rejection of your bid.
The determination on whether a bidder is responsible or not shall be at the sole
discretion of the County. Although the County may request the submission of a
minimum number of contracts similar to the requirements of this solicitation with
certain minimum dimensions, quantities, dollar values, etc., the County's
determination of a bidder's responsibility shall not be solely based on the number
of similar procurements the bidder provides but the entirety of the bidder's
qualifications.
Page 17
2. LICENSES AND PERMITS
Prior to furnishing the requested product(s), it shall be the responsibility of the
Contractor to obtain, at no additional cost to Orange County, any and all licenses
and permits required to complete all contractual requirements. These licenses
and permits shall be readily available for review by the Manager, Procurement
Division or authorized designee.
3. BID ACCEPTANCE PERIOD
A bid shall constitute an irrevocable offer for a period of ninety (90) days from the
bid opening date or until the date of award. In the event that an award is not
made by the County within ninety (90) days from the bid opening date, the Bidder
may withdraw their bid or provide a written extension of their bid.
4. AWARD
Orange County reserves the right to award on an "All-or-None" basis to the
lowest responsive and responsible Bidder or to award on a "Lot-by-Lot" basis to
the lowest responsive and responsible Bidder, whichever is in the best interest of
the County. If the Bidder fails to respond, they will be considered non-
responsive.
5. POST AWARD MEETING
Within ten (10) days after receipt of notification of award of bid, Contractor shall
meet with the County's representative(s) to discuss job procedures and
scheduling.
6. F.O.B. POINT
The F.O.B. point will be a destination within Orange County. The bid shall
include all costs of packaging, transporting, delivery and unloading. This shall
include inside delivery if requested to the designated point within Orange
County.
7. PERFORMANCE
Performance time is of the essence in the award of this Invitation for Bids.
The Contractor shall submit their quote within one (1) working day after the
onsite meeting. A Delivery Order will be issue for each project. The Delivery
Order will contain a start date and completion date that will be mutually agreed to
between the County and the Vendor at the onsite meeting. No work shall begin
until a delivery order has been issued to the Vendor. Bids submitted which
fail to meet this requirement shall be cause for rejection.
It is hereby understood and mutually agreed to by and between parties hereto
that the time of delivery is an essential condition of this contract.
Should the Contractor neglect, fail or refuse to furnish and deliver the goods
within the time herein specified, Contractor does hereby agree, as part of
consideration for the awarding of this contract to pay Orange County the sum
extended by the County to contract for rental goods or equipment approved by
the Procurement Division for the period from the required scheduled
commencement date until delivery of the goods or equipment covered in the
Invitation for Bids is completed.
Page 18
The Contractor shall, within one (1) calendar days from the beginning of such
delay, notify the Manager, Procurement Division in writing of the cause(s) of the
delay.
Should the Contractor be delayed in the delivery of the goods or equipment by
reason of unforeseeable causes beyond its control and without fault or
negligence, including, but not restricted to, acts of God or neglect of any other
Contractor, the period herein above specified for the completion of delivery shall
be extended by such time as shall be approved by the Manager, Procurement
Division.
8. UNSATISFACTORY WORK
The Contractor shall remedy any unsatisfactory work within three (3) workdays of
notification.
9. PRE-CONSTRUCTION CONFERENCE
When determined necessary by the County's Project Manager or designee, a
mandatory Pre-Construction Conference will be conducted to ensure
understanding of project and cooperation of all parties.
10. LIQUIDATED DAMAGES
Should the Contractor fail to make delivery of the goods or equipment within the
time(s) specified in the contract, or within such additional time(s) as may be
granted by Orange County, the County shall suffer damage, the amount of which
is difficult, if not impossible to ascertain. Therefore, the Contractor shall pay to
the County, as liquidated damages, the sum of $200.00 for each calendar day of
delay that actual completion extends beyond the time limit specified until such
reasonable time as may be required for final completion of the work. Such sum
is mutually agreed upon as a reasonable and proper amount of damages the
County shall sustain per diem by failure of the Contractor to complete the
services or make delivery within the specified time. The costs for liquidated
damages shall not be construed as a penalty on the Contractor.
11. TERMINATION
A. Termination for Default:
The County may, by written notice to the Contractor terminate this contract
for default in whole or in part (delivery orders, if applicable) if the
Contractor fails to:
1. Provide goods or services that comply with the specifications herein
or fails to meet the County's performance standards
2. Deliver the goods or to perform the services within the time
specified in this contract or any extension.
3. Make progress so as to endanger performance of this contract
4. Perform any of the other provisions of this contract.
Page 19
Prior to termination for default, the County shall provide adequate written
notice to the Contractor through the Manager, Procurement Division,
affording the opportunity to cure the deficiencies or to submit a specific
plan to resolve the deficiencies within ten (10) calendar days (or the period
specified in the notice) after receipt of the notice. Failure to adequately
cure the deficiency shall result in termination action. Such termination
may also result in suspension or debarment of the Contractor in
accordance with the County's Procurement Ordinance. The Contractor
and its sureties (if any) shall be liable for any damage to the County
resulting from the Contractor's default of the contract. This liability includes
any increased costs incurred by the County in completing contract
performance.
In the event of termination by the County for any cause, the Contractor
shall have, in no event, any claim against the County for lost profits or
compensation for lost opportunities. After a receipt of a Termination
Notice and except as otherwise directed by the County the Contractor
shall:
1 . Stop work on the date and to the extent specified.
2. Terminate and settle all orders and subcontracts relating to the
performance of the terminated work
3. Transfer all work in process, completed work, and other materials
related to the terminated work as directed by the County.
4. Continue and complete all parts of that work that have not been
terminated.
If the Contractor's failure to perform the contract arises from causes
beyond the control and without the fault or negligence of the Contractor
the contract shall not be terminated for default. Examples of such causes
include (1) acts of God or the public enemy, (2) acts of a government in its
sovereign capacity, (3) fires, (4) floods, (5) epidemics, (6) strikes and (7)
unusually severe weather.
B. Termination for Convenience:
The County, by written notice, may terminate this contract, in whole or in
part, when it is in the County's interest. If this contract is terminated, the
County shall be liable only for goods or services delivered and accepted.
The County Notice of Termination shall provide the Contractor thirty (30)
calendar days prior notice before it becomes effective. A termination for
convenience may apply to individual delivery orders, purchase
orders or to the contract in its entirety.
12. AS SPECIFIED
All goods delivered shall meet the specifications herein. Goods delivered not as
specified shall be returned at no expense by Orange County. The County may
return, for full credit, any unused goods received which fail to meet the County's
performance standards. Replacement goods meeting specifications shall be
submitted within a reasonable time after rejection of the non-conforming goods.
Page 20
13. COMPLIANCE WITH OCCUPATIONAL SAFETY AND HEALTH
Any good delivered under a contract resulting from this bid shall be accompanied
by a Material Safety Data Sheet (MSDS). The MSDS shall include the following
information:
A. The chemical name and the common name of the toxic substance.
B. The hazards or other risks in the use of the toxic substance, including:
1 . The potential for fire, explosion, corrosiveness and reactivity;
2. The known acute and chronic health effects of risks from exposure,
including the medical conditions which are generally recognized as
being aggravated by the exposure to the toxic substance; and
3. The primary route of entry and symptoms of over exposure.
C. The proper precautions, handling practices, necessary personal protective
equipment and other safety precautions in the use of or exposure to the
toxic substances, including appropriate emergency treatment in case of
over exposure.
D. The emergency procedure for spills, fire, disposal and first aid.
E. A description in lay terms of the known specific potential health risks
posed by the toxic substance intended to alert any person reading this
information.
F. The year and month, if available, that the information was compiled and
the name, address and emergency telephone number of the manufacturer
responsible for preparing the information.
14. CODES AND REGULATIONS
The Contractor shall strictly comply with all Federal, State and local codes and
regulations.
15. PAYMENT
Partial payments in the full amount for the value of items received and accepted
may be requested by the submission of a properly executed invoice, with
supporting documents if required. Payment shall be made in accordance with
Florida Statute 218, Florida Prompt Payment Act. Payment for accepted
equipment/supplies/services shall be accomplished by submission of an invoice,
in duplicate, to:
Orange County Public Works Department
Fiscal Administrative Services
4200 S. John Young Parkway, 2nd Floor
Orlando, FL 32839-9205
Phone (407) 836-7721
In the event additional County Departments/Division or other public entities utilize
this contract, invoices are to be sent directly to the Department or entity placing
the order.
Page 21
16. MEASUREMENTS
The linear footage noted are only estimates. Bidders shall be responsible for
their own measurements and shall submit a firm price accordingly. There shall
be no adjustments, for increase or decrease, of footage required for the job;
therefore, the total offer shall be based on accurate measurements by Bidders
during inspection. Failure to do so shall be at Bidder's risk. Any request for unit
prices on the Bid Response Form is for information only. Award shall be based
solely on "Total Bid", with no adjustments made for increased/decreased
quantities after award.
17. DEBRIS
Contractor shall be responsible for the prompt removal of all debris which is a
result of this contractual service.
18. SAFETY AND PROTECTION OF PROPERTY
The Contractor shall at all times:
A. Initiate, maintain and supervise all safety precautions and programs in
connection with its services or performance of its operations under this
contract.
B. Take all reasonable precautions to prevent injury to employees, including
County employees and all other persons affected by their operations.
C. Take all reasonable precautions to prevent damage or loss to property of
Orange County, or of other Contractors, consultants or agencies and shall
be held responsible for replacing or repairing any such loss or damage.
D. Comply with all ordinances, rules, regulations, standards and lawful orders
from authority bearing on the safety of persons or property or their
protection from damage, injury or loss. This includes but is not limited to:
o Occupational Safety and Health Act (OSHA)
o National Institute for Occupational Safety & Health (NIOSH)
o National Fire Protection Association (NFPA)
o American Society of Heating, Refrigeration & Air-Conditioning
Engineers (ASHRAE)
E. The Contractor shall also comply with the guidelines set forth in the
Orange County Safety & Health Manual. The manual can be accessed
online at the address listed below:
http://www.orangecountyfl.netNendorServices/OrangeCountySafety
andHealthManual.aspx
Page 22
19. INSURANCE REQUIREMENTS
Vendor/Contractor agrees to maintain on a primary basis and at its sole
expense, at all times throughout the duration of this contract the following types
of insurance coverage with limits and on forms (including endorsements) as
described herein. These requirements, as well as the County's review or
acceptance of insurance maintained by Vendor/Contractor is not intended to
and shall not in any manner limit or qualify the liabilities assumed by
Vendor/Contractor under this contract. Vendor/Contractor is required to
maintain any coverage required by federal and state workers' compensation or
financial responsibility laws including but not limited to Chapter 324 and 440,
Florida Statutes, as may be amended from time to time.
The Vendor/Contractor shall require and ensure that each of its sub-
Vendors/sub-Contractors providing services hereunder (if any) procures and
maintains until the completion of their respective services, insurance of the
types and to the limits specified herein.
Insurance carriers providing coverage required herein must be licensed to
conduct business in the State of Florida and must possess a current A.M.
Best's Financial Strength Rating of A- Class VIII or better.
(Note: State licenses can be checked via www.floir.com/companysearch/ and
A.M. Best Ratings are available at www.ambest.com)
Required Coverage:
® Commercial General Liability - The Vendor/Contractor shall maintain
coverage issued on the most recent version of the ISO form as filed for use
in Florida or its equivalent, with a limit of liability of not less than $500,000
per occurrence. Vendor/Contractor further agrees coverage shall not
contain any endorsement(s) excluding or limiting Product/Completed
Operations, Contractual Liability, or Separation of Insureds. The General
Aggregate limit shall either apply separately to this contract or shall be at
least twice the required occurrence limit.
Required Endorsements:
IZ Additional Insured- CG 20 26 or CG 20 10/CG 20 37 or their
equivalents.
Note: CG 20 10 must be accompanied by CG 20 37 to include
products/completed operations
® Waiver of Transfer of Rights of Recovery- CG 24 04 or its
equivalent.
Note: If blanket endorsements are being submitted please include
the entire endorsement and the applicable policy number.
® Business Automobile Liability - The Vendor/Contractor shall maintain
coverage for all owned; non-owned and hired vehicles issued on the most
recent version of the ISO form as filed for use in Florida or its equivalent,
with limits of not less than $500,000 (five hundred thousand dollars) per
accident. In the event the Vendor/Contractor does not own automobiles
the Vendor/Contractor shall maintain coverage for hired and non-owned
auto liability, which may be satisfied by way of endorsement to the
Commercial General Liability policy or separate Business Auto Liability
policy.
Page 23
Z Workers' Compensation - The Vendor/Contractor shall maintain coverage
for its employees with statutory workers' compensation limits, and no less
than $100,000 each incident of bodily injury or disease for Employers'
Liability. Elective exemptions as defined in Florida Statute 440 will be
considered on a case-by-case basis. Any Vendor/Contractor using an
employee leasing company shall complete the Leased Employee Affidavit.
Required Endorsements:
® Waiver of Subrogation- WC 00 03 13 or its equivalent
When a self-insured retention or deductible exceeds $100,000 the COUNTY
reserves the right to request a copy of Vendor/Contractor most recent annual
report or audited financial statement. For policies written on a "Claims-Made"
basis the Vendor/Contractor agrees to maintain a retroactive date prior to or
equal to the effective date of this contract. In the event the policy is canceled,
non-renewed, switched to occurrence form, or any other event which triggers the
right to purchase a Supplemental Extended Reporting Period (SERP) during the
life of this contract the Vendor/Contractor agrees to purchase the SERP with a
minimum reporting period of not less than two years. Purchase of the SERP
shall not relieve the Vendor/Contractor of the obligation to provide replacement
coverage.
By entering into this contract Vendor/Contractor agrees to provide a
waiver of subrogation or a waiver of transfer of rights of recovery, in favor
of the County for the workers' compensation and general liability policies
as required herein. When required by the insurer or should a policy
condition not permit the Vendor/Contractor to enter into a pre-loss
agreement to waive subrogation without an endorsement, then
Vendor/Contractor agrees to notify the insurer and request the policy be
endorsed with a Waiver of Subrogation or a Waiver of Transfer of Rights
of Recovery Against Others endorsement.
Prior to execution and commencement of any operations/services provided
under this contract the Vendor/Contractor shall provide the COUNTY with
current certificates of insurance evidencing all required coverage. In addition to
the certificate(s) of insurance the Vendor/Contractor shall also provide
endorsements for each policy as specified above. All specific policy
endorsements shall be in the name of the Orange County Board of County
Commissioners.
For continuing service contracts renewal certificates shall be submitted
immediately upon request by either the COUNTY or the COUNTY's contracted
certificate compliance management firm. The certificates shall clearly indicate
that the Vendor/Contractor has obtained insurance of the type, amount and
classification as required for strict compliance with this insurance section.
Vendor/Contractor shall notify the COUNTY not less than thirty (30) business
days (ten business days for non-payment of premium) of any material change in
or cancellation/non-renewal of insurance coverage. The Vendor/Contractor
shall provide evidence of replacement coverage to maintain compliance with
the aforementioned insurance requirements to the COUNTY or its certificate
management representative five (5) business days prior to the effective date of
the replacement policy (ies).
Page 24
The certificate holder shall read:
Orange County Board of County Commissioners
c/o Procurement Division
400 E. South Street, 2nd Floor
Orlando, Florida 32801
20. CONTRACT TERM/RENEWAL
A. The contract resulting from this Invitation for Bids shall commence
effective upon issuance of a term contract by the County and extend for a
period of one (1) year. The contract may be renewed for two (2) additional
one (1) year periods, upon mutual agreement of both parties. If any such
renewal results in changes in the terms and conditions, such changes
shall be reduced to writing as an amendment to this contract and such
amendment shall be executed by both parties.
B. The initiating County department(s) shall issue delivery/purchase orders
against the term contract on an "as needed" basis.
C. If the quantity of a unit priced item in this contract is an estimated quantity
and the actual quantities ordered are more than 50% above the estimated
quantity, the County shall enter into negotiations with the Contractor for a
lower unit price which shall be incorporated into the contract. Failure of
the Contractor to agree to a reduced unit price may result in the
termination of the contract and re-solicitation of the requirement.
D. Any order issued during the effective period of this contract, but not
completed within that period, shall be completed by the Contractor within
the time specified in the order. The contract shall govern the Contractor's
and the County's rights and obligations with respect to that order to the
extent as if the order were completed during the contract performance
period.
21. PRICE ESCALATION/DE-ESCALATION (PPI)
The County may allow a price escalation provision within this award.
The original contract prices shall be firm for the entirety of the initial (one year)
contract period. A price escalation/de-escalation will be considered at the time of
contract renewal and at 1-year intervals thereafter, provided the Contractor
notifies the County, in writing, of the pending price escalation/de-escalation a
minimum of sixty (60) days prior to the contract renewal date. Price adjustments
shall be based on the latest version of the Producer Price Index (PPI) — Industry
Data, as published by the U.S. Department of Labor, Bureau of Labor Statistics.
This information is available at www.bls.gov. Contractor shall utilize the North
American Industry Classification System (NAICS) to identify the industry code
most similar to the contracted commodity for the required calculation below. This
information is available at www.census.gov/eos/www/naics/.
Page 25
Price adjustment shall be calculated by applying the simple percentage model to
the PPI data. This method is defined as subtracting the base period index value
(at the time of initial award) from the index value at time of calculation (latest
version of the PPI published as of the date of request for price adjustment),
divided by the base period index value to identify percentage of change, then
multiplying the percentage of change by 100 to identify the percentage change.
Formula is as follows:
Current Index — Base Index / Base Index = % of Change
% of Change x 100 = Percentage Change
PPI Calculation Example:
PPI for current period 232.945
Less PPI for base period 229.815
Equals index point change 3.130
Divided by base period PPI 229.815
Equals 0.0136
Result multiplied by 100 0.0136 x 100
Equals percent change 1.4%
A price increase may be requested only at each time interval specified above,
using the methodology outlined in this section. To request a price increase,
Contractor shall submit a letter stating the percentage amount of the requested
increase and adjusted price to the Orange County Procurement Division. The
letter shall include the complete calculation utilizing the formula above, and a
copy of the PPI — Industry Data index table used in the calculation. The
maximum allowable increase shall not exceed 4%, unless authorized by the
Manager, Procurement Division. If approved, the price adjustment shall become
effective on the contract renewal date. All price adjustments must be accepted
by the Manager, Procurement Division and shall be memorialized by written
amendment to this contract. No retroactive contract price adjustments will be
allowed. Only final PPI data will be used to adjust contract pricing.
Should the PPI — Industry Data as published by the U.S. Department of Labor,
Bureau of Labor Statistics decrease during the term of the contract, or any
renewals, the Contractor shall notify the Orange County Procurement Division of
price decreases in the same method outlined above. If approved, the price
adjustment shall become effective on the contract renewal date. If the Contractor
fails to pass the decrease on to the County, the County reserves the right to
place the Contractor in default, cancel the award, and remove the Contractor
from the County Vendor List for a period of time deemed suitable by the County.
In the event of this occurrence, the County further reserves the right to utilize any
options as stated herein.
22. MARKET CONDITIONS
The County reserves the right to purchase on the open market should lower
market prices prevail, at which time the Contractor shall have the option of
meeting the lower price or relieving the County of any obligation previously
understood.
Page 26
23. USE OF CONTRACT BY OTHER GOVERNMENT AGENCIES
At the option of the Contractor, the use of the contract resulting from this
solicitation may be extended to other governmental agencies, including the State
of Florida, its agencies, political subdivisions, counties, and cities.
Each governmental agency allowed by the Contractor to use this contract shall
do so independent of any other governmental entity. Each agency shall be
responsible for its own purchases and shall be liable only for goods or services
ordered, received and accepted. No agency receives any liability by virtue of this
bid and subsequent contract award.
24. BID PREFERENCE
In accordance with the Minority Women Owned Business Enterprise (MWBE)
Ordinance, award of a contract resulting from this Invitation for Bids may be
made to the lowest responsive and responsible Orange County certified MWBE
bidder provided that the bid does not exceed the overall lowest responsive and
responsible bidder by the following percentages for the bid amounts listed:
A. 8% - Bids Up To $100,000
B. 7% - Bids Greater Than $100,000 to $500,000
C. 6% - Bids Greater Than $500,000 to $750,000
D. 5% - Bids Greater Than $750,000 to $2,000,000
E. 4% - Bids Greater Than $2,000,000 to $5,000,000
F. 3% - Bids Greater Than $5,000,000
In accordance with the Service Disabled Veteran Business Ordinance, award of
a contract resulting from this Invitation for Bids may be made to the lowest
responsive and responsible registered Service Disabled Veteran bidder provided
that the bid does not exceed the overall lowest responsive and responsible
bidder by the following percentages for the bid amounts listed:
A. 8% - Bids Up To $100,000
B. 7% - Bids Greater Than $100,000 to $500,000
C. 6% - Bids Greater Than $500,000 to $750,000
D. 5% - Bids Greater Than $750,000 to $2,000,000
E. 4% - Bids Greater Than $2,000,000 to $5,000,000
F. 3% - Bids Greater Than $5,000,000
In the event of a tie between an M/WBE and an SDV with all else being
equal, the award shall be made to the firm with the lowest business net
worth.
25. METHOD OF ORDERING
The County shall issue Delivery Orders against the contract on an as needed
basis for the goods or services listed on the Bid Response Form.
Page 27
26. CONDITIONS FOR EMERGENCY/HURRICANE OR DISASTER - TERM
CONTRACTS
It is hereby made a part of this Invitation for Bids that before, during and after a
public emergency, disaster, hurricane, flood, or other acts of God that Orange
County shall require a "first priority" basis for goods and services. It is vital and
imperative that the majority of citizens are protected from any emergency
situation which threatens public health and safety, as determined by the County.
Contractor agrees to rent/sell/lease all goods and services to the County or other
governmental entities as opposed to a private citizen, on a first priority basis.
The County expects to pay contractual prices for all goods or services required
during an emergency situation. Contractor shall furnish a twenty-four (24) hour
phone number in the event of such an emergency.
27. INDEFINITE QUANTITY CONTRACT
A. This is an indefinite quantity contract for the services specified. The
quantities of services specified are estimates only and are not purchased
by this contract.
B. Performance shall be only as authorized by orders in accordance with the
terms of this contract. The Contractor shall furnish to the County, when
and if ordered, the services up to and including the quantity designated in
the schedule as the "Total Estimated Quantity." The County shall order at
least the dollar amount designated in the schedule as the "Minimum
Quantity" during the initial contract performance period. The County may
issue orders requiring delivery to multiple destinations or performance at
multiple locations.
If the Manager, Procurement Division determines that the Contractor's
performance is less than satisfactory, the County may order the goods or
services from other sources until the deficient performance has been cured
or the contract terminated.
28. ATTACHMENTS
The following attachment(s) is/are attached to, and made a part of this Invitation
for Bids:
A. Attachment A, References
B. Attachment B, List of Personnel
C. Attachment C, Management Plan and Resource List plus list of
equipment.
Page 28
FENCE INSTALLATION AND REPAIRS
SCOPE OF SERVICES
This work consists of all labor, materials and appurtenances necessary for the
repair of existing fences, removal and replacement of existing fences (including
disposal) or installation of new fencing systems as defined herein at designated
locations within Orange County.
1 . All work under this Lot A shall be performed under the supervision of the
Manager of the Orange County Stormwater Management Division or designee,
4200 South John Young Parkway, Orlando, Florida, 32839-9205; (407) 836-
7919. Lot B is for Countywide use and will be supervised by the
Departments/Division that issues a Deliver Order for that lot.
2. The Contractor shall coordinate all inspections with the County's Representative.
The Contractor shall verify that all work scheduled to be inspected is complete.
The Contractor shall be responsible for the solution of any problems or
discrepancies that may arise during the inspection process.
3. The Contractor shall institute a quality control plan for this contract, which shall
be made available to the County for approval. The Contractor shall be
responsible for and verify all quality control actions to the County's
Representative as directed.
4. Maintenance of Traffic (M.O.T.) shall conform to F.D.O.T.'s most current
editions of the "Roadway and Traffic Design Standards" for Design, Construction,
and Maintenance Systems and the Federal Highway Administration (F.H.W.A.)
"Manual on Uniform Traffic Control Devices (M.U.T.C.D.) for Streets and
Highways". These documents can be ordered from F.D.O.T., Maps, and
Publications Department, 605 Suwannee Street, Tallahassee, Florida, 32399-
0450, Phone (904) 488-9220. Proposed traffic control plan shall be submitted to
the County's Representative for approval, at least two (2) working days prior to
start of work. If the Contractor does not comply with F.H.W.A.'S M.U.T.C.D. (i.e.
signs, qualified flaggers and/or barricades) the County reserves the right to direct
the Contractor to cease operations until deficiencies are corrected. In addition,
no road closures will be allowed except in case of emergencies.
5. The Contractor shall provide minimum inconvenience to the public and
traffic during performance of work on public roads and streets.
6. The Contractor shall comply with the most current edition of the Accident
Prevention Manual pertaining to employee safety and applicable Occupational
Safety and Health Administration (O.S.H.A.) and Orange County Standards. The
Contractor shall obtain copies of these publications by contacting the F.D.O.T.
Maps and Publications Department in Tallahassee, O.S.H.A. Regional Office in
Atlanta, Ga. and Orange County Public Works in Orlando, respectively.
7. A mandatory Pre-work Conference will be conducted by the County's
Representative to ensure understanding and cooperation of all parties.
Page 29
8. DAILY REPORT - The County's Representative will be entitled at all times to be
advised, at their request, as to the status and details of the work being completed
by the Contractor in a format require. The Contractor shall maintain coordination
with the County's Representative at all times. Either party may request and be
granted a conference upon request in a timely manner. The Contractor shall
inform the County's Representative daily as to the locations to be worked and
the areas completed the previous day. In addition, written notification with
details on activities to be performed during the day (e.g., saw cutting, forming,
pouring, etc.) and list all issues that may have occurred before and after the
inspectors were on site the previous day. The Contractor shall inform the
County's Representative by email daily prior to 7:30am as to the locations
to be worked and the areas completed the previous day.
The use of sub-contractors does not relieve the Contractor from these
requirements.
9. The Contractor shall visit the work site prior to starting operations on any
assigned project to ascertain site conditions. The Contractor shall submit
a work schedule and required drawings prior to beginning any work
ordered. The work schedule will contain the location of the work each day.
The drawings shall include specific details of work to be provided,
materials, applicable design standards and location. The Contractor shall
consult with the County's Representative prior to any schedule variance.
The notification will occur the day before the day of the scheduled
variance and must be agreed to by the County's Representative.
10. No work will begin until a Delivery Order has been issued to the Contractor.
The Delivery Order will contain a start date and completion date for each project
released under this contract.
Should the Contractor fail to complete all work on or before the date stipulated for
completion on a Delivery Order, or such later date as may result from an extension
granted by the County, The Contractor shall pay and/or the County may retain from
the compensation otherwise to be paid to the Contractor, as liquidated damages,
the sum of two hundred ($200) dollars for each consecutive work day after the
date allowed by the Delivery Order until all the work associated with the project is
100% complete.
11 . For any project released under this contract, liquidated damages in the amount
of two hundred (200) dollars per work day may be assessed if one or more of the
following conditions occur:
11.1 The project is not completed by the completion date as established
in the delivery order or as authorized by the County's Representative
- Liquidated damages will start the first work day after the date the project
was scheduled to be completed and will continue for each work day
thereafter until the project is accepted as completed.
11.2 The Contractor does not correct deficient areas as specified within
two (2) work days after the punch list is sent to the Contractor for
correction - These liquidated damages will start the third work day after
notification and will continue for each work day thereafter until reported
deficiencies are corrected per contract specifications.
Page 30
As a courtesy to the Contractor, an email notification on liquidated damages to be
assessed will be sent by the County's Representative. Should the Contractor
disagree with the assessed amount, the Contractor shall immediately contact the
County's Representative to discuss the reasons for disagreement. As previously
specified, time extensions shall not be granted after the fact and will not be
considered as part of the appeal. No revisions will be made after the Contractor has
received payment for any projects.
12. The Contractor shall supervise and direct the work efficiently with due care, skill
and attendance. The Contractor shall ensure that the finished work complies
accurately with the specifications.
13. The Contractor shall provide competent, suitable and qualified personnel to perform
the work as required by the specifications. The Contractor shall, at all times,
maintain good discipline and order at the work site. The Contractor shall provide a
list of all foreman and supervisors who will perform the work. This list shall also
contain twenty-four (24) hour emergency telephone numbers. All staff (including
Supervisors) shall perform all obligations and functions on County property in a
professional and business-like manner and shall wear uniforms identifying the
company name.
14. COMMUNICATION AND QUALITY CONTROL - The Contractor shall designate a
competent Contractor's Representative who shall be responsible for the quality
control of this contract and who shall not be replaced without written notice to the
County's Representative at least twenty-four (24) hours before or after the incident.
The Contractor's Representative shall be present at the job site and have the
authority to act on behalf of the Contractor. The Contractor's Representative at
each work site shall be fluent in the English speaking and written language. All
communications (both verbal and written) given to the Contractor's Representative
shall be binding as if given to the Contractor. All verbal communications shall be
followed up in writing within two (2) working days.
To effectively communicate with County staff while in the field, the
Contractor's Representative shall have available communication devices
with internet access (including email) (e.g. cellular phone, laptop computer,
smart phone, etc.). This mandatory requirement ensures proper
communication and documentation of problems while performing
operations in contracted areas. All conversations with County staff shall
be documented via email, including but not limited to: weather/unusual
conditions delays, contractual issues, instructions given by County staff,
etc.
15. The Contractor shall notify all residents within the work area as to when the work
will take place and explain the level of inconvenience that will be involved. This
notification shall take place five (5) days prior to commencement of any work in that
area. The notification shall be by an approved door hanger to be placed on each
house and any vehicles parked on the roadways. Notification to residents shall
include Orange County's Government Information Number (311) and shall take
place five (5) days prior to commencement of work in that area. A copy of the
notification per project shall be faxed to the County's Project Manager or
designee. Failure to provide adequate notification may result in termination
of this contract.
Page 31
All work performed, unless authorized by the County's Representative, shall take
place between the hours of 7:00 A.M. and 5:00 P.M., Monday through Friday. No
work is to be performed on Saturdays, Sundays or County holidays, unless
authorized by the County's Representative). If the Contractor desires to work on
Saturdays, Sundays, or official County holidays (New Year's Day, Martin Luther
King Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the
day after Thanksgiving, Christmas Eve and Christmas Day) they shall obtain pre-
approval from the Manager, Stormwater Management Division. The Contractor
shall provide their request to work the above days twenty-four (24) hours in
advance.
16. Congested traffic or unusual conditions — Due to congested traffic or unusual
conditions, the Contractor may be required to remove their operation from the
right-of-way and County property at the discretion of the County's
Representative. If the Contractor is required to remove their operation due
to congested traffic, inclement weather (heavy rain, lighting, hail, tropical
storm, hurricane, etc.) or other unusual conditions before 12:00 P.M.
(noon), the County will consider allowing an additional one (1) day (Per-
event/ daily request) be added to the performance period, otherwise no
adjustment will be made to the performance period. The County's
Representative will determine and authorize such award after the Contractor
makes a written application for this. The County will verify alleged conditions in
the area prior to authorization. Once approved, the County will modify the
completion date for the project accordingly and notify the Contractor.
The Contractor may request a rainy day due to inclement weather. The request
shall be in writing or by telephone, followed by an email before noon on the day
requested. It will be at the discretion of the County's Representative whether this
request will be granted or not.
If the Contractor is required to remove their operation as a result of inclement
weather after 12:00 P.M (noon) for an excessive number of days, the Contractor
shall document in writing via email to the County's Representative any inclement
weather after 12:00 PM (noon) affecting their maintenance operations. The
Contractor shall also include pictures and other pertinent documentation for
review and consideration. The County will consider allowing additional time to
the performance period based on Contractor's written notifications and
supporting documentation submitted. The County will notify the Contractor on
final decision and will modify the completion date, accordingly.
17. The County will not provide staging or storage areas for the Contractor. On a
case by case basis, in an area where County surplus property is available, the
Contractor may, after obtaining permission from the person or persons
responsible for the property, use said property for staging area with the
understanding that the Contractor shall restore the property to its original or
better condition upon completion of the project prior to submitting an invoice for
work completed and accepted. All agreements for utilizing areas for staging
must be in writing and submitted to the County prior to starting operations.
Page 32
Should the right-of-way be requested to be used for staging or storage area, an
agreement shall be submitted in writing to the County for approval prior to
starting operations, and must include a plan for maintenance of traffic, pedestrian
safety, protection to drainage structures and swales to prevent runoff
obstructions, and restoration of the right-of-way to its original or better condition
upon project completion. No staging of equipment or material shall be allowed
near roadway intersections to avoid sight distance obstructions.
Water needed on the project shall be coordinated between the Contractor and
the utility company providing the water at no additional cost to the County.
18. EQUIPMENT - The Contractor shall furnish necessary equipment to satisfactorily
perform the work required under this contract. The Contractor shall ensure all
equipment used in the performance of the contract on County property is in good
safe working order and properly maintained in order to protect the operator and
the public. All equipment onsite (including pick-up trucks) shall be
identified with the company logo.
All equipment used by the Contractor is subject to inspection by the County's
Representative. Any equipment on site, which is deemed by the County's
Representative to be inoperable, unsafe, or improper for desired use, shall be
removed from the premises by the Contractor at their expense the same day of
the county's determination.
The Contractor shall use amber flashing lights, back-up alarms, etc. on all
equipment and their employees shall be provided with the required Personnel
Protective Equipment as required by O.S.H.A. and the County.
Equipment authorized by the County to be left on the right-of-way or County
property after designated work hours shall be placed outside the clear and
recovery area and will be the sole responsibility of the Contractor. If equipment is
left on the right-of-way, it shall be marked with barricades with approved steady
burning amber lights.
19. EMERGENCIES —When a project is deemed an emergency, the Contractor shall
be prepared to mobilize and be on the project and take control of the project
within two (2) hours of notification. An emergency situation may occur at any
time, day or night. Verbal authorization to commence work for emergency
projects will be provided in the field and followed up in writing no later than the
next business day. A delivery order will be processed as soon as the Contractor
can provide the estimated quantities for the emergency work.
20. The Contractor shall be responsible for locates of utilities prior to starting
operations. Locate tickets shall be kept on site at all times. The Contractor shall
notify utility companies and residents of any damages to private property
(irrigation, utilities, etc.) and shall repair damages immediately. The Contractor
shall be responsible for these areas for a period of six (6) months after
acceptance of the project and shall be required to correct any damages related to
such repairs. No additional compensation will be provided to the Contractor for
locates or repairs to damages as specified above.
Page 33
The Contractor shall be responsible for and make good all damage resulting from
their activities, both within and beyond the limits of this contract, to buildings,
telephone, power or other cables, water pipes, storm sewer facilities, sanitary
pipes, gas lines, traffic signalization, or other utilities or structures which may be
encountered. The Contractor shall eliminate and prevent damages to utilities
resulting from Contractor's activities.
21. The Contractor shall maintain in good condition all cultivated plots, trees and
shrubs beyond the grading limits of this contract. After completion of the work, the
Contractor shall replace or restore to original or better condition all destroyed or
damaged shrubbery or grass areas.
22. The Contractor shall dispose of debris in accordance with all Federal, State and
Local rules and regulations in effect at the time of disposal. Cost involved with
the disposal of debris shall be the responsibility of the Contractor.
23. MULTIPLE CONCURRENT PROJECTS — At any time during the contract, the
Contractor shall have adequate resources to work on multiple Orange County
projects (each delivery order is consider a project) at the same time (to be
handled simultaneously). The multiple concurrent project capability is considered
a minimum requirement in the consideration of award of a contract for this
solicitation and for the ongoing performance as the Contractor shall not stop
operations in one project to start another unless requested work has been
completed as required. All work will be ordered by the County's Representative
in the form of Delivery Orders on an as needed basis. Should concurrent projects
be issued, the Contractor shall notify the County's Representative, in writing
within 2 - 3 days of request, if they have maximized their resources and the
volume of work is beyond their operational capacity. Failure to advise the
County's Representative of this situation and/or subsequent failing to meet work
completion schedules, may lead to contract termination.
It is understood by all bidders that the quantities listed herein are estimates only
and are not purchased by this Contract, nor is the County obligated to issue
concurrent project work. All work will be ordered by the County's Representative
in the form of Delivery Orders on an as needed basis.
24. MINIMUM PRODUCTION RATE - The Contractor shall be capable of providing a
minimum production rate per day per project to meet the needs of this contract
as follows:
Installation of gates — Six (6) hours to set posts and hang a double drive gate
Fence posts — Thirty (30) per day
Fence installation — Two (2) hundred feet of fence per day
Project performance periods will be based on this rate.
Page 34
25. SECURITY AND IDENTIFICATION
A. All costs for background investigations shall be Contractor's responsibility.
The County reserves the right to request any additional investigative
background information including, but not limited to, the employment
record, Right-To-Know records, E-Verify system records (if the Contractor
uses this service as a means to determine employment eligibility, available
through www.uscis.gov), training records, payroll records, position for
which hired including site location of any personnel assigned to perform
the services. The Contractor shall furnish, in writing, such information to
the extent allowed by law, prior to commencement of services. The
County reserves the right to conduct its own investigation of any employee
of the Contractor.
B. Background Checks for the Contractor's staff shall be approved by the
OCCC Security team prior to working in any County facility. Contractors
are responsible for obtaining the necessary forms for background checks
as follows. The background checks must be performed yearly:
1 . For all Contractor's staff and/or employee that will be working at
any part of the Convention Center and related facilities, including
Canadian Court Parking Structure, the Contractor shall
perform background checks at its expense and submit them to
OCCC for determining whether the employee is acceptable to be
allowed to work for OCCC. The background checks must be
submitted each year the contract is valid.
2. The Contractor shall provide a level 1 (5 years) background
check, dated 90 days prior to contract start, for any employees
before starting work to include:
a. Identification Verification
b. Selective Service Status (registered/unregistered).
c. FDLE Automated Criminal Record
d. Clerk of Courts by County of Residence
e. Employment Verification
f. DMB by State Residence
g. Military Verification
h. Professional License and Certification Check
Drug Screen — Five Panel
Amphetamines
Cocaine Metabolites
Marijuana Metabolites
Opiate Metabolites
Phencyclidine
C. Contractor's employees shall not be allowed in the OCCC without
completed and approved background investigations.
Page 35
D. Upon termination or transfer of any employee of the Contractor working
under this contract, the Contractor shall immediately notify the OCCC
Representative, in writing, of such termination or transfer.
E. The Contractor shall report the arrest of any employee working under
the terms of this contract to the OCCC Representative within twenty four
(24) hours of the arrest or knowledge of the arrest. It shall be subject to
the approval of the OCCC whether the employee shall continue to work
at OCCC locations within this contract.
F. The Contractor shall remove from Convention Center premises any
employee who, in the opinion of the OCCC Representative, or
designee, is not performing the services in a proper manner, or who is
incompetent, disorderly, abusive, dangerous, disruptive, or does
not comply with the rules and regulations of the County. The Contractor
shall in no way, interpret such removal to require dismissal or other
disciplinary action of the employee. Employees shall not use controlled
substances, unless prescribed, nor illegal substances, and shall not use
alcohol on the Center premises. The OCCC Representative will request
that anyone suspected of working under the influence of alcohol or
controlled substances be removed from the workplace
G. The Contractor shall not use employees of any temporary help-type
employment agency to supplement his work force in County buildings for
any reason. Only Contractor employees shall be used to perform the
required services of this contract unless otherwise approved, in
writing, by the County's Representative.
H. The Contractor shall prevent its employees from tampering with any
owned items of County employees or County owned property or entering
into any area unless required in the performance of the services.
Access to a site shall be coordinated through the OCCC Representative.
J. PARKING
The OCCC will identify locations where Contractor vehicle parking is
available. Orange County will not be responsible for any damage to
Contractor or Contractor's employees' vehicles while parked on Orange
County property. Vehicles towed from Orange County property will be at
the expense of the Contractor or Contractor's employee. Contractor and
Contractor's employee vehicles shall be properly identified.
Page 36
TECHNICAL PROVISIONS
The scope of services is intended to cover the successful completion of the work
specified. Work under this contract consists of providing all labor, equipment,
maintenance of traffic and incidentals (including mobilization) necessary to install new
fence systems or repair the existing fence systems on retention ponds and canals, drain
wells, pump stations, anchored onto concrete structures such weirs, headwalls,
retaining walls, straight enwalls etc. in water of retention ponds, canals and on concrete
structures or as specified throughout unincorporated Orange County.
The Contractor shall furnish all supervision, quality control, labor, equipment, tools,
transportation, supplies, manpower, and pay disposal fees necessary to complete work
specified in this contract. Work shall also be inclusive of mobilization/demobilization,
site preparation, stabilization, testing, erosion control, maintenance of traffic, and any
other incidentals needed to complete the work as specified herein.
All work performed under this contract and all materials to be used during the
performance of this contract shall conform and adhere to all applicable standards and
specifications of the "ASTM Standards for Fence Materials and Products" most current
edition and all related documents and publications, American Association of State
Highway And Transportation Officials (AASHTO) most current edition and all related
documents and publications, Florida Department of Transportation (F.D.O.T.) Design
Standards for Design, Construction, Maintenance and Utility Operations on the State
Highway System Index No. 800, 801 , 802, 803, 810, 811, 812 most current edition and
all related indexes, documents and publications and Standard Specifications for Road
and Bridge Construction, Section 550 and all other related sections, documents and
publications unless otherwise specified in writing in this contract.
1. Plans and Drawings
Unless otherwise specified, no plans/drawings are provided for work to be
performed under this contract. All work of every description shall be laid out and
checked by the Contractor who shall be held solely responsible for its
correctness.
The Contractor will receive notice of need (i.e. phone call, email, work order
containing a map for the project area, phone call) from the County's
Representative a request of an onsite meeting within forty-eight (48) hours of
notification. The County's Representative or designee will meet on site with the
Contractor and set the limits of operation, determine the quantities to be worked
and/or used and set the project mutually agreed start and end dates based on
the minimum production rates. A detailed quote including quantities, materials
needed, start and end dates and layout for requested projects (linear feet fence,
types of gates etc.), conflicts and recommendations shall be reviewed and signed
onsite by both parties. The Contractor shall submit the quote within one (1)
workday after the onsite meeting. The Delivery Order will contain a start date and
completion date that will be mutually agreed to between the County and the
Vendor at the onsite meeting.
Emergencies — When a project is deemed an emergency (i.e. auto accidents in
busy residential neighborhoods or public safety etc.) the Contractor shall be
prepared to mobilize and be on the project and take control of the project within
(2) hours from initial notification of the emergency by the County's
Representative. An emergency situation may occur at any time, day or night.
Page 37
Verbal authorization to commence work for emergency projects will be provided
in the field and followed up in writing no later than the next business day.
Estimates and sketches/shop drawings for emergency projects shall be
submitted within twenty-four (24) hours after the meeting. A delivery order will be
processed as soon as the Contractor can provide the estimated quantities for the
emergency work.
Costs associated with the determination of quantities, materials,
recommendations, labor, and incidentals shall be included in the unit prices for
services. No special compensation will be made to the Contractor to defray
costs of any of the work or delays by making surveys and measurements, tests
or inspections, but such costs shall be considered as having been included in the
prices stipulated for the several items of work to be done under this contract. The
Contractor shall bear all costs of relocating and/or re-establishing damaged or
lost monuments/control structures. Prices established for work to be done shall
reflect all costs pertaining to the work. Any claims for extras based on substrata
or ground water table conditions will not be allowed.
2. QUANTITY AND FREQUENECY OF WORK
The work specified in this contract represents the type of services to be
accomplished. The Contractor will be responsible for verification; any
discrepancies or disagreements concerning quantities and limits of work shall
be immediately reported in writing to the County's Representative prior to
starting operations. Discrepancies or disagreements will be mutually resolved
prior to beginning work in any area in question. The County will make the final
determination on any unresolved matters.
3. UNDERGROUND OR OVERHEAD UTILITIES
The Contractor shall cooperate with owners of any underground or overhead
utilities in the removal and rearrangement operations, in order that these
operations may progress in a reasonable manner and that service rendered by
these parties will not be interrupted. Excavators shall comply with Florida
Statutes, Chapter 77-1 53, regarding notification of existing gas and oil pipeline
company owners prior to excavating. Evidence of such notice shall be furnished
to the County's Representative prior to excavating. During the period of this
contract the Contractor shall coordinate all utility relocations and adjustments
necessary for project. Costs associated with these activities shall be included on
the unit prices for services.
4. UTILITIES LOCATES
The Contractor shall be responsible for locates of utilities prior to starting
operations. Tickets shall be kept on site at all times. The Contractor shall notify
the residents of any damages (irrigation, utilities, etc.) and shall repair damages
immediately. The Contractor shall be responsible for these areas for a period of
six (6) months after acceptance of the project and shall be required to correct any
damages related to such repairs. No additional compensation shall be provided
to the Contractor for locates or repairs to damages as specified above.
Page 38
5. MAINTAINING CULTIVATED PLOTS
The Contractor shall maintain in good condition all cultivated grass plots, trees
and shrubs beyond the grading limits of this contract. After completion of the
work, the Contractor shall replace or restore to the original or better condition all
destroyed or damaged shrubbery or grass areas. Tree limbs, which interfere with
equipment operation and are approved for pruning, shall be neatly trimmed and
the tree cut coated with tree paint.
6. DAMAGES BEYOND THE CONTRACT
The Contractor shall be responsible for and make good all damage resulting from
their activities, both within and beyond the limits of this contract, to buildings,
telephone, power or other cables, water pipes, storm sever facilities, sanitary
pipes, gas lines, traffic signalization, or other utilities or structures which shall be
encountered. The Contractor shall determine the location, character and depth
of any existing utilities and to assist the utility companies, by every means
possible, to determine said locations. Extreme caution shall be exercised to
eliminate any possibility of any damage to utilities resulting from Contractor's
activities.
7. PREVENTION, CONTROL AND ABATEMENT OF EROSION AND WATER
POLLUTION
Prevention, control and abatement of erosion and water pollution shall conform to
the requirements of FDOT's Standard Specifications for Road and Bridge
Construction, Section 104, most recent edition, except where authorized by the
County's Representative and produce the results required by the rules of the
Orange County Environmental Protection Division.
All work and incidental costs required to comply with the prevention, control and
abatement of erosion and water as herein specified shall be included in the unit
price for services.
8. FENCE SERVICES
Fences services are provided generally in rural areas in conformance with
Section 550 of the FDOT Specifications.
Fence fabric shall be woven wire, either galvanized steel, meeting the
requirements of ASTM A116, No. 9 Farm, Design Number 1047-6-9, with Class 3
zinc coating, or aluminum coated steel, meeting the requirements of ASTM A584,
No. 9 Farm, Design Number 1047-6-9, with a minimum coating weight of 0.4
oz/ft2.
Fences shall be installed with wire side to private property except on horizontal
curves greater than 3 degrees where the fence shall be installed so as to pull
against all posts.
Unless otherwise specified, steel shall be used for posts, assemblies and other
materials as part of this contract. Steel posts and braces shall be standard steel
posts, galvanized at the rate of 2 oz/ft2, together with necessary hardware and
wire clamps meeting specified requirements. Timber posts shall meet the
material requirements of Specification Section 954. Timber line posts shall be
minimum 4" in diameter. Timber corners, pull, approach and end posts shall be a
minimum of 5" in diameter.
Page 39
Chain link fabric, post, truss rods, tension wires, tie wires, stretcher bars, gates
and off miscellaneous fittings and hardware shall meet the requirements of
AASHTO and ASTM.
Fence installation shall be performed in strict compliance with all applicable
FDOT and ASTM standards including wire ties, concrete bases, post assemblies,
etc.
Unless otherwise specified, gates shall be commercially available metal swing or
sliding gates assembled and installed in accordance with the manufacturer's
specifications as approved by the County's Representative. Chain link swing
gates in accordance with Index No. 802 may be substituted for metal swing gates
as approved by the County's Representative. Gate size is full opening width
whether single leaf or double leaves. Payment for gates shall include the gate,
single or double, fabric, all necessary hardware for installation and any additional
length and/or size for posts at the opening.
End post assemblies shall consist of: one end post, one approach post, two
braces, four diagonal tension wires and all necessary fittings and hardware. Pull
post assemblies shall consist of: one pull post, two braces, four diagonal tension
wires and necessary fittings and hardware. Corner post assemblies shall consist
of: one corner post, two approach posts, four braces, eight diagonal tension
wires and all necessary fittings and hardware.
All posts, braces, tension wires, fabric, tie wires, anchor plates, Class NS
concrete, and all miscellaneous fittings and hardware shall be included in the
cost for fence. Fencing shall be inclusive of the lengths of pull, end and corner
post assemblies, but exclusive of gate widths.
End, pull and corner post assemblies shall be in concrete as detailed above for
all soil conditions other than solid rock. Concrete for bases shall be Class NS
Portland cement concrete as specified in Section 347 of the Standard
Specifications or a packaged, dry material meeting the requirements of a
concrete under ASTMC-387. Materials for Class NS concrete may be
proportioned by volume and/or by weight.
The Contractor shall provide certified test reports from the manufacturer
confirming that all materials (posts, braces, fabric and all other accessories)
conform to the requirements of this contract.
Post mounted on concrete structures or solid rock shall be mounted in
accordance with the base plate detail "Fence Mounting on Concrete Endwalls
and Retaining Wall".
Line post shall be 8'-6" long (Standard). Line posts shall be set in concrete as
described above or by the following methods:
(a) In accordance with special details and/or as specifically described in
the contract plans and specifications.
Page 40
(b) In accordance with ASTM F567 Subsections 5.4 through 5.10 as
approved by the Engineer. Line post installed in accordance with Section
5.8 shall be 9'-6" long.
(c) Post mounted on concrete structure or solid rock shall be mounted in
accordance with the base plate detail "Fence Mounting on Concrete End
walls and Retaining Wall", Sheet 3; or, by embedment accordance with
ASTM F567 Subsection 5.5.
End, pull and corner post assemblies shall be in concrete as detailed above for
all soil conditions other than solid rock. Post within assemblies that are located
on concrete structures or solid rock shall be set by base plate or by embedment
as prescribed under (b) above for line post.
9. FENCE MATERAIL
a. Chain Link Fabric — Two (2") inch mesh woven from nine (9) gauge steel
wire, five (5') feet and six (6') feet in height.
b. End, Corner and Pull Posts — two and three-eights (2 3/8") inch O.D. steel
pipe shall conform to ASTM F 1083 (SCH-40) and ASTM F 1043 Group
1A and 1C Heavy Industrial Fence.
c. Gate Posts — Four (4") inch O.D. steel pipe shall conform to ASTM F 1083
Group 1A Heavy Industrial Fence.
d. Gate Frames and Intermediate Posts — Two (2") inch O.D., steel pipe shall
conform to ASTM F 1083 (SCH-40) and ASTM F 1043 Group 1A and 1C
Heavy Industrial Fence.
e. Posts Braces and Top Rails — One and five-eights (1 5/8") inch O.D. steel
pipe shall conform to ASTM F 1043 Group 1A and 1C, Light Industrial
Fence.
f. Tension Wire — Nine (9) gauge spring coil.
g. Accessories — Steel.
h. Coatings — Pre-galvanized with one-point-two (1.2) ounces of zinc per
square foot, applied after weaving of fabric and following fabrication for all
other ferrous metal items. Poly (Vinyl Chloride) (PVC) — Coated Steel
Chain —Link Fence Fabric — Specification F 668.
10. INSTALLATION OF POST
a. Concrete — Two-thousand-five-hundred (2,500) PSI concrete shall be
used for installation of all posts.
b. Corner and Gate Posts — Set three (3') feet deep in twelve (12") inch
diameter concrete footings.
Page 41
c. Line Posts — Set two (2') feet deep in eight (8") inch diameter concrete
footings.
d. Top Rail (when applicable) — Provide means for attaching top rail securely
to each gate, corner, pull and end post. Run rail continuously through post
caps, bending to radius for curved runs, bottom tension wire shall be
installed unless otherwise specified.
11. INSTALLATION OF FENCING
a. Fencing shall be installed to proper grade, alignment and plumb, with
corner posts and bracing provided at all angles in alignment. Angle Braces
shall be installed every one-hundred (100') feet of run.
b. When top rail is deleted, tension wire shall be installed along the top and
bottom of fence.
c. Wire Ties: For tying fabric to line posts, use wire ties spaced twelve (12")
O.C. For tying fabric to rails and braces, use wire ties spaced twenty-four
(24") O.C. For tying fabric to tension wire, use hog rings spaced twenty-
four (24") O.C.
12. INSTALLATION OF GATES
Install gates plumb, level and secure for full opening without interference. Install
ground set items in concrete for anchorage as recommended by the
manufacturer. Adjust hardware for smooth operation and lubricate when
necessary. Gate installations shall include all hardware, i.e., hinges, latches,
rollers, wheels and wire ties.
13. STANDARD HOURLY LABOR RATE
This is for miscellaneous fencing efforts not covered in Bid Items 1 through 72 in
Lot A and Bid Items 1 through 76 in Lot B and shall not be used for removal of
existing fencing or transportation. This rate shall be used for all related costs
such as unusual fabrication, resetting and/or readjusting hardware for fence,
resetting and/or readjusting hardware gate posts, resetting and/or readjusting
hardware gates (all types), tension wire ties, etc. and minor brush and limb
clearing, etc.
NOTE: Clearing will not include anything in excess of three (3) inches in
diameter for work performed during the County's business days/hours, Monday
through Friday, 7:00 AM to 5:00 PM.
14. NON STANDARD LABOR RATE
When authorized by the County's Project Manager, emergency call-out services
may take place between the hours of 5:01 P.M. and 6:59 A.M. Monday through
Friday or on Saturdays, Sundays or County holidays.
Page 42
15. AS-BIULT
The Contractor shall submit as-built sketches for assigned projects under this
contract to include services and quantities/measurements of work completed and
accepted by the County. The "as built" drawings shall be redlines of the original
project drawing that was provided by the County at the initial site meeting unless
otherwise authorized by the County's Representative. Before and after pictures
shall also be submitted with the as-built and invoice for the project. The cost for
the as-built sketch and required pictures (including labor, materials and
incidentals) shall be included on the unit prices for services provided under this
contract.
16. CLEAN UP
The Contractor shall keep the work site free from accumulations of waste
materials, rubbish and debris from and about the work site as well as all tools,
construction equipment and machinery, and surplus materials, and leave the
work site clean and safe at all times. All applicable Florida Department of
Environmental Protection's regulations shall be followed at all times.
The Contractor shall restore to their original condition those portions of the work
site, not designated for alteration by contract documents such as staging and
stockpile areas. This shall include returning the area to the proper grade and
slope as well as replacing sod, etc. prior to leaving the area.
17. QUALITY INSTALLATION INSPECTION
Following installation the Contractor shall notify the County the work is complete.
The County Representative and the Contractor shall meet at the site and conduct
the installation inspection. The County Representative will record any deficient
items and provided in writing to the Contractor for corrective action. The
Contractor shall have 48 hours to make corrections. If corrections are not
accomplished within 48 hours, liquidated damages shall apply at the rate of
$200.00 per day. Upon completion, the Contractor shall notify the County
Representative for re-inspection. Re-inspection fees will apply if a third
inspection is required. If a re-inspection is required, the County will assess
and eighty-dollar ($80.00) fee to the Contractor. The eighty-dollar ($80.00)
fee will be assessed for every re-inspection after the first inspection. The
fee is assessed to offset the additional County labor costs and vehicle usage
required for unnecessary inspections and the fee will be deducted from the final
invoice for that delivery order. Upon County acceptance of installation, the work
order will be signed. The Contractor shall be responsible for removal of work
determined not to be in compliance with these requirements at no cost to the
County.
The Contractor shall be responsible for damages to the turf, curbs, mailboxes,
sign posts and bases, delineator posts, fences (including electronic), guys,
landscaped areas, pavement, etc. The Contractor shall be responsible for
restoring it to its original condition and/or replacement thereof, prior to the end of
the project. Rut damaged areas shall be cut-out, backfilled with clean fill dirt and
appropriate sod shall be put back. Sodded areas shall be maintained as
specified in these specifications. No additional compensation will be provided to
the contractor for repairs to damages as specified above.
Page 43
The Contractor shall notify residents of any damages (irrigation, utilities, etc.) and
shall repair damages immediately. The Contractor shall be responsible for
these areas for a period of six (6) months after acceptance of the project
and shall be required to correct any damages related to such repairs. No
additional compensation will be provided to the contractor for repair to damages
as specified above.
All work areas including areas with debris shall be barricaded at all times.
No open areas shall be left open during Holidays of Holiday weekends.
When pedestrian traffic is impeded by work operations; barricades,
restrictive tape, or other restraints shall be used to keep pedestrians from
the work site.
18. FINAL INSPECTION
Final inspection shall occur upon written notice from the Contractor that the
project is complete; the County's Representative will make a final inspection with
the Contractor and notify the Contractor in writing of any deficiencies in the
project. The Contractor will correct all deficiencies within two (2) workdays or as
agreed to by the County's Representative and before final acceptance and
payment is made.
If a re-inspection is required, the County will assess and eighty-dollar
($80.00) fee to the Contractor. The eighty-dollar ($80.00) fee will be
assessed for every re-inspection after the first inspection. The fee is
assessed to offset the additional County labor costs and vehicle usage
required for unnecessary inspections and the fee will be deducted from the
final invoice for that delivery order.
Upon County acceptance of final inspection, the work order will be signed and
the project is thereby approved by the County and the Contractor may invoice.
19. MEASUREMENT AND PAYMENT
All measurement for payment will be based on the completed work performed in
strict accordance with contract documents and specifications. All work completed
under this contract shall be measured by the Contractor in the presence of the
• County's Representative. The unit prices submitted on the Bid Response Form
shall constitute full compensation for the work completed. Maintenance of Traffic
and Mobilization shall be included in the unit prices for services.
20. FINAL INSPECTION FOR PAYMENT
After the Contractor has corrected all deficiencies to the satisfaction of the
County's Project Manager or designee, the Contractor shall submit a final invoice
for services provided.
The Contractor shall submit with the final invoice for each project effective final
release or waivers of lien from the Contractor and all sub-contractors which
performed services for the Contractor pursuant to the contract documents. The
Contractor shall submit this information and the final invoice no later than two
weeks (14 calendar days) after final inspection and acceptance has been made.
Final invoices shall be mailed to the Fiscal Division at 4200 S. John Young
Pkwy, Orlando, FL 32839. Failure to comply with proper invoicing
requirements may result in termination of this contract.
Page 44
21 . PERFORMANCE ISSUES
The County will hold the Contractor responsible for meeting all of the
Contractor's obligations. If performance issues arise, the Contractor shall be
responsible for providing a written corrective action plan within two (2) working
days from the meeting. Failure to provide a satisfactory corrective action plan, or
failure to comply with any instructions, corrective action plan, and/or an agreed
plan, shall result in issuance of a Notice to Cure.
Page 45
EXHIBIT B
AMANDMENT#1
CONTRACT Y16-1075-LC
Effective Date: August 15,2016
The contract is changed as follows:
The following is added to the Bid Reponses Form:
ESTIMATED
ITEM ANNUAL UNIT TOTAL
NO. DESCRIPTION QUANTITY PRICE EST.BID
New Fence Systems Installation:
1. Vinyl coated barbed wire 150,000 ft. X $3.50 = $525,000.00
2. Galvanized barbed wire 150,000 ft. X $2.75 = $412,500.00
3. 4' wide x 8' high walk gate regular l0ea X $600.00 = $6000.00
chain link
4. 4' wide x 8 high walk gate vinyl 10ea X $700.00 = $7000.00
color coated as requested
All other terms and conditions remain unchanged.
All Rite Fence Services,Inc. Board of County Commissioners
Orange 'oun ,FL
Signature Si!. :
Linda Carson, Sr. Purchasing Agent
Print me
ots,4,1
yped Na
Sr. Purchasing Agent
Title
F-41-/‘ -- ' - q- /(-e
Date Date
1
AMANDMENT#2
CONTRACT Y16.1075-LC
Effective Date: July 20,2017
The agreement is changed as follows:
a. The subject contract is hereby renewed for the period July 20, 2017 through
July19, 2018 at the same terms,and conditions.
b. The until prices are increase by 4%, see Amendment#2,Attachment 1.
c. The total amount of the Contract remains unchanged.
All other terms and conditions remain unchanged.
All Rite Fence Services, Inc. Board of County Commissioners
Oran unty, FL
r
Signature Si store
Oats I ...,(Aciavtli Linda Carson.Sr. Purchasing Agent
Printed/Typed Name
avgag‘a Sr.Purchasing Agent
Title
s-3-17 - Ll 47
Date Date
1
Amendment #2,
I i
Attachement 1
4% Price Increase
Y6-1075 4% Y16-1075 4%
• Lot A Old Prices Increase New Price Lot B Old Price increase New Prices
L
Line# Line#
1 • 15.50 0.04 16.12 1 .._ 15.50 0.04 16.12
- - -'" -- ----- 0.04 15.08 2
---- 2--- 14.5014.50 0.04 • 15.08
3 13.75 0.04 14.30 3 13.75 0.04 14.30
4 12.75 0.04 13.26 4 12.75 0.04 13.26
5 15.75 0.04 16.38 5 15.75 0.04 16.38
.-- -- ••• •
6 • 14.75 0.04 15.34 6 14.50 0.04 15.08
7 12.50 0.04 13.00 7 12.50 0.04 13.00
.....
:---6-- - •• • if.6O 6:64. _. 1 1.9§ _..8 11.50-.- ••-. - • -- 0.04 .119
co-4-
---9 .14.66 6:04 15:66 9 14.50
13.25 0.04 13.-i8
.--.--- - --- - --.. (ja.- .---- 6.24
10 13.25 004_.- -. -- :•••-•-• -13.78 10 6i4 -- i i 6.00 •
-- 11 • • 0700 0.04 _ . _ ...,_
5.20 12 5.00 0.04..„..... . ,5:29
-----1 5.00 04 _._ ._.,f. --12,---- --- -ebtitio .. 0.04 ._.. -643..%
-:IF- --- 6,700-iiil°0- -9.6iO4 C?499-L---1-- --• • 766:06- - -0:64
----1-, - - ,00...: 0...-. 728.00 14
- -
15 ----656.00 0.04. .__. 676.00 15 650.00 0.04 676.00
----
16 • 160:60 • 0.04 728.00 16 700.00 0.04 728.00
0.04 364.00 17 350.00 364:0-0
it 0.04
17----- 359-92 - .0 04 • 416 60 18 -.. - --499*99- -- - g's: --• 832.00 416.00
--
1 9--- ----•---6605.66 0.04 832.00 800.00
20 900.00 0.04 936.00 20 . .._. 999:99 0.04 936.00- - •.---- .;,-,;.
550.00 ...o.o4.... 572.uY.
----
22 21 --- •-- 550.00,6 ...6-0.60: - 772%09° 21- .2..---- - b-761)0 0.04 __. -:f0.-.0.0.
IT 0 -.6.-i _.... ....c04-- 364......1.00.... __....2_3..._......____.. b.0_6() ..._ 0.04 364.00 56_4.00
23 350-
24375.00 0.04 390.00
• 375.00 0.04 390.00 ?!1----.. - - --- - - ---•-00 0.2.00
25 675.00 0'04 00 25 0.04-.-• -------- -
26"--- --- 800.00 0704 832.00 ---26--- 800.00
0." 832.00
1,352.00
- .
27 1,300.00 ... 0.04 1,352.00 E....... .__.....1,300.00 ._. I::
----I6--- -"-i,-7T0-.66-,. ...._.. ..-..---"i7070 0.04 ...:_..1,456.00
--• --ii -.- ---{,400.645 .-1104 __.1,4fPP. ...____2_9_ ._ . --- ___
11800.06 b.047 _ 1,872.0p
-- --(j•---- - 1,636.66._. -._ 0.04 1.872:99 - -- N---. -- • 2.kb-to 0.04 ..._._ 832.00
---ii ---- 20.66 _
04 ...._ 41_,80 _._AI __
- 1j - ------ -iii:-60 0.04 19.24 32 066 • ---0.64 1,040.00
- 1, .00
33 15.75 0.04 16.38 33 3.50., _0.04 3..6466
• 34 14.75 0.04 15.34 ra 18.50 6.04 -19.24 20.00
-0:64 20.80
- - •
35 17.75 9704 18.46 - • •-•1 ' - --- ----- - 16.38
' -le 16.50 0.04'0.64' 17.16 36 15.75 0.04
14.75 50 0.04 15.34 00 064 52.00 ----L0438IT760.64 .-•::. ........ .16.:4-6
-- 36. • i ;-. . 0-91
- •---3-9------ ------ 14-.50 O.U4- 15.08 39
4013.50 _ 0.04 _ 14.014 9.._.. 1.4_,69 0.04 _ .....14.5.0648
41 -- .---.---iii:66 ...._76.047... ..11Y-1§ Al... ---.- • ii .5: • - - 0.04 6:64- 17.16
....1
---42--"------16.26-._ .:676.i _ .1 .y3 63. _.42 ... ... .....„...6
;,.. _. 664
-----w-- • • 40.00 .... 0.04 _...11.69 43
--!- -..---- --- ..• 1 '61 6.24
- - 6.64 15.86
•--4. --
-- - -• - "i:bo ..__0.04- . . ....I:o4 . II6°. ...__ _ -- -6..66 •---."- 0.04 . 5.20
•- -•- - • - -. - ---- '
45 .66 • ON 6.24 45
46 5.00 0.04 5.20 46 70.00 0.04 72.80
47 30.00 0.04 31.20 47 60.00 0.04 62.40
48 1.00 0.04 1.04 48 50.00 0.04 ..... 52.00
49 --- ---- 1.50 • 6764 • 1.56 49 50.00 0.04 52.00
50 50.00 0.04 52.00 50 20.00 0.04 20.80
15.60 51 35.00
-9.9-4- - - •-•3361..2400
--• 30.00 0.04
- -5251• ---- --16:00 15.00 0.04 0.04" 15.60 52
----5" T 20.00 0.04 20.80 53 28.00 0.04' 29.12
54 15.00 0.04 - ._ .15.60 --- 54 . . _ - .- 5.00 - 0.04 . .5.20
55 45.00 0.04 15.60 .55 25.00 0.04 . 26.00
55 - 70.00 • 0.04 72.80 56 20.00 0.04 • 20.80
-----5Y 60.00 0.04 62.40 57 0.04 15.60
58 50.00 -0.04 . 52.00 .... 58 __i5.-60 5.00 0.04 5.20
59 20.00 0.04 20.80 59 10.00 0.04
- .-60 .- . ._. .--35.00 __.. .0.04 _ _36.40 64 .... 5.50 .... 0.04. .
--61-- ----- ---30.00 0.04 - 31.20 - 61 ..__,.... - .. ..._ 5.00 0.04 ... ......._ .5.20
62 28.00 0.04 29;12 62 4.50 0.04 4.66
63 5.00 0.04 5.20_ 63 5.00 0.04 5.20
64 25.00 __0.04 26.00--..._---6-6
"6411 - 5•00L ------0.04 - - 5.20
---di--------- 6.-0-6
2 0.04 ----- -20.80 65 4.00 ----6-.64- 4.16
- 66____. 15.Op 04 _ �_15 80 _ 68 .._._..__.- 3.00 _.` .. 0.04 ----... '3.12
--1-3-
..67 5.00 __R._0.04 5.20 67 1.00 0.04 1.04
68 .._ ..... 10.00 0.04 10.40 68 1.00 0.04 1.04
69 5.50 _ 0.04 5.72 69 - -25A0 0.04_ -- 26.00
70 - -5.00 0.04 5.20 70 25.00 0.04 26.00
71 4.50 0.04 _4.68 _ T1_ - 40.00 0.04 -40.40
72
5.00 0.04 5.20 72 - 0.04 __.._._ 15.60
73 1.00 0.04 9.04
74 25.00 0.04 26.00
75 25.00 0.04 26.00 _
76 10.00 0.04 10.40 'F
_..77 -... 15.00 - _ 0.04 15.60 --