Loading...
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 --