Loading...
HomeMy WebLinkAboutItem #06 Approval to Piggyback off Orange County for the Provision and Installation of Chain Link Fence ~.. AGENDA ITEM COVER SHEET Meeting Date: January 6, 2009 Item # , Contact Name: Contact Number: Jeffrey Hayes 407 -905-3180 Reviewed By: Department Director: City Manager: Subject: Piggyback off Orange County contract (Y8-1131-LC) for the provision and installation of chainlink fence and approve proposal from Mikes Ironworks and Industrial Service. Background Summary: As part of the first phase of improvements for Sorenson Fields, the Park and Recreation Department is proposing to upgrade and replace the existing fence and backstops for the baseball fields. Staff is requesting permission to piggyback off of the Orange County contract Y8-1131-LC for these services. Mikes Ironworks and Industrial, Services Inc. has submitted such a proposal to supply and install the fence in accordance to the plans, with unit pricing, in the amount of $73,864.50, based upon the aforementioned contract. Issue: Should the City Commission approve piggybacking off of the Orange County Y8-1131-LC contract and award the supplying and installation of the fence with Mikes Ironworks and Industrial Services in the amount of $73,864.50? Recommendations Staff recommends proceeding with piggybacking off of the Orange County contract Y8-1131-LC and awarding the supplying and installation of the fence to Mikes Ironworks and Industrial Services, in the amount of $73,864.50. Attachments: Mikes Ironworks and Industrial Services, Inc. Proposal Fence Contract Orange County Financial Impact: Funds in the amount of $110,000 are appropriated in the Parks and Recreation Department budget, account number 001-572-10-6204, for general improvements to Sorenson Fields. Type of Item: (please mark with an "x') Public Hearing Ordinance First Reading _ Ordinance Second Reading Resolution Commission Approval Discussion & Direction For Clerk's DeDt Use: _ Consent Agenda _ Public Hearing Regular Agenda Original Document/Contract Attached for Execution by City Clerk Original Document/Contract Held by Department for Execution I~- ~eVieWed by City Attomey Reviewed by Finance Dept. z:;);fr Jltd -{;tl- U/J!l.nt/ IL 1-/tJ(l f.c:r] Reviewed by 0 __ N/A N/A N/A 2 Mike's Ironworks & Industrial Services, Inc. 268 Geneva Drive Oviedo, FL 32765 Telephone: 407-977-0300 Fax: 407-977-0060 Proposal I Date I 12/30/2008 Proposal Bill to : City of Ocoee 1820 A.D. Mims Road Ocoee, FI 32789 Attn: Jeffrey Hayes PH: 407-905-3180 Fax:407-654-4734 ANNUAL CONTRACT NO Project Sorenson Fields Qty unit Description of Work Unit Price Total 2166 If 6' Galvanized Fabric no top rail (no barbed wire) 9.00 $19,494.00 1 ea 4' wide x 6' high walk gate 150.00 $150.00 4,684 If Intermediate and bottom rails 2.00 $9,368.00 36 ea 4 inch Posts for 20 ft high fence 350.00 $12,600.00 4 ea 2.5 inch Post for 8 ft high fence 150.00 $600.00 68 ea 2 inch Post for 6 ft high fence 16.00 $1,088.00 2190 If Removal of existing Fence 1.50 $3,285.00 24 hrs Repair Bent Post in Outfields 25.00 $600.00 200 If 12ft Galvanized 6Ga. Fence Fabric 31.00 $6,200.00 267 If 8ft Galvanized 6Ga. Fence Fabric 20.50 $5,473.50 486 If 6ft Galvanized 6Ga. Fence Fabric 15.50 $7,533.00 235 If Removal of 12' Fence 3.00 $705.00 23 ea Truss Rods 10.00 $230.00 243 If Removal of 20' Fence 6.00 $1,458.00 4 ea Remove Post and Cable for Foul Ball Overhang System 250.00 $1,000.00 30 ea Replace Hinges 31.00 $930.00 2 ea New Drop Rods for Double Gates 100.00 $200.00 6 ea New Latches for Single Gates 25.00 $150.00 40 hrs Repair Top Rail Elevations - Rework Top Rails 25.00 $1,000.00 8 ea Renovate Gates 100.00 $800.00 1 wks Lift Rental 1,000.00 $1,000.00 $73,864.50 Total Cost Signature Date OME Ct"uNlY GOVERNMENT F I. () R I II A PURCHASING AND CONTRACTS DIVISION JOHNNY M. RICHARDSON, CPPO, CACM, Manager 400 E. South Street, 2nd Floor' Reply To: Post Office Box 1393. Orlando, Florida 32802-1393 407-836-5635' FAX 407.8.16-5899. http://www.OrangeCountyFL.net TERM CONTRACT NO. Y8-1131-LC Fence Installation and Repair TO: Mike's Ironworks and Industrial Services, Inc. 268 Geneva Drive Oviedo, FL 32765 This is to inform you that the Orange County Board of County Commissioners hereby enters into a term contract subject to the following: TERMS AND CONDITIONS 1. Acceptance: This contract is our acceptance of your offer in response to our Invitation for Bids No. Y8-1131-LC, Fence Installation and Repair - Term Contract, and is subject to all terms and conditions therein. 2. Term of Contract: A. This is a term contract for the time period specified in the referenced Invitation for Bids, for the products/services covered by this contract. The County is not obligated to purchase any minimum amount of products or services, unless otherwise stipulated in the Invitation for Bids. B. This contract is effective October 2, 2008, and shall remain in effect through October 1, 2009. The estimated contract award for this period is $1,042,600.00. C. This contract may be renewed upon mutual agreement as provided in the Invitation for Bids. Any amendments to this contract must be in writing and signed by both parties. Such amendment(s) must be signed by the representative of the Orange County Purchasing and Contracts Division to be valid, binding, and enforceable. D. This contract may be cancelled or terminated as provided for in the Invitation for Bids. Revised (3/19/07) Page lof3 3. Ordering against Contract: A. Unless otherwise specified in the Invitation for Bids, the County will place orders by issuance of a numbered Delivery Order against this contract. Each Delivery Order will specify the quantity, description and location for delivery. B. The obligations of Orange County under this contract are subject to need and availability of funds lawfully appropriated for its purpose by the Board of County Commissioners. 4. Taxes: The County has the following tax exemption certificates assigned. A. Certificate of Registry No. 59-70-004K for tax free transactions under Chapter 32, Internal Revenue Code; B. Florida Sales and Use Tax Exemption Certificate No. 58-12-090729- 53C. 5. Invoicing: A. Invoices must be submitted, in duplicate, referencing this contract number and the Delivery Order to: Lot A Orange County Public Works Department Financial Administrative Services 4200 S. John Young Parkway, 2nd Floor Orlando, FI 32839-9205 LotB Parks and Recreation Division 4801 W. Colonial Drive Orlando, FI 32808 B. Invoices against this contract are authorized only at the prices stated in your bid response, unless otherwise provided in the Invitation for Bid. Page 2 of3 Revised (3/19/07) 6. All requirements contained in any addenda to the solicitation for this procurement are part of and hereby incorporated into this contract. BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA ~/i BY ~ . L//--(~ Li~ L. Carson, C.P.M. - Purchasing and Contracts Division DATE /tJ 0'2 - t!) l' Page 3 of3 Revised (3/19/07) Issue Date: July 21, 2008 INVITATION FOR BIDS #Y8-1131-LC NOTICE IS HEREBY GIVEN that the Board of County Commissioners of Orange County, Florida, is accepting sealed bids for: FENCE INSTALLATION AND REPAIR TERM CONTRACT Sealed bid offers in an original and three (3) copies for furnishing the above will be accepted up to 2:00 PM (local time), Tuesday, August 12,2008, in the Purchasing and Contracts Division, Internal Operations Centre 11,400 E. South Street, 2nd Floor, Orlando, FL 32801. Copies of the bid documents may be obtained from the Orange County Purchasing and Contracts Division at the above address. Copies may also be requested by phoning (407) 836-5635 or faxing a request to (407) 836-5899. NOTE: Bid documents are now available for downloading from the Internet at orangecountyfl.net. Johnny M. Richardson, CPPO, CACM Manager, Purchasing and Contracts Division NOTICE TO BIDDERS/OFFERORS To ensure that your bid/proposal is responsive, you are urged to request clarification or guidance on any issues involving this solicitation before submission of your response. Your point-of- contact for this solicitation is Linda Carson, Senior Purchasing Agent at (407) 836-5548. TABLE OF CONTENTS DESCRIPTION PAGE 1. GENERAL TERMS AND CONDITIONS 2-11 2. SPECIAL TERMS AND CONDITIONS 12-20 3. SCOPE OF SERVICES 21-22 4. SPECIFICATIONS 23-25 5. BID PROPOSAL FORM 26-36 6. REFERENCES 37-38 7. DRUG-FREE WORKPLACE FORM 8. SCHEDULE OF SUBCONTRACTING FORM 9. CONFLICT OF INTEREST FORM GENERAL TERMS AND CONDITIONS 1. GENERAL INFORMATION These specifications constitute the complete set of specification requirements and bid forms. The bid proposal page(s), and all forms listed on the bid proposal page(s) shall be completed, signed, and sealed in an envelope bearing the bid number on the outside and mailed or presented to the Purchasing and Contracts Division on or before the specified time and date. Failure to comply with the preceding requirements shall result in the rejection of the bid. Bids submitted by telephone or telegram shall not be accepted. Also, faxed bids are not acceptable. Faxed bids shall be rejected as non-responsive regardless of where the fax is received. It is the sole responsibility of the bidder to ensure that his or her bid reaches the Purchasing and Contracts Division. All bids, proposals or quotations, unless otherwise specified, must be delivered to the following address not later than the time and date specified in the solicitation: Purchasing and Contracts Division Internal Operations Centre II 400 E. South Street, 2nd Floor Orlando, FL 32801 Bidders are cautioned that they are responsible for delivery to the specific location cited above. Therefore, if your bid, proposal or quotation is delivered by an express mail carrier or by any other means, it is your responsibility to ensure delivery to the above address. This office will not be responsible for deliveries made to any place other than the specified address. The County shall not be responsible for delays caused by any occurrence. The time/date stamp clock located in the Purchasing and Contracts Division shall serve as the official authority to determine lateness of any bid. The bid time must be and shall be scrupulously observed. Under no circumstances shall bids delivered after the time specified be considered. Such bids will be returned to the vendor unopened. The decision to refuse to consider a bid or proposal that was received bevond the date/time established in the solicitation shall not be the basis for a protest pursuant to the Oranee Countv Code (Procurement Ordinance). All bids must be typewritten or filled in with pen and ink, and must be signed in ink by an officer or employee having authority to bind the company or firm. Errors, corrections, or changes on any document must be initialed by the signatory of the bid. Bidders shall not be allowed to modify their bids after the opening time and date. Bid files may be examined during normal working hours, ten (10) days after bid opening or upon recommendation for award, whichever occurs first. Bidders desiring to view these documents are urged to schedule an appointment. Page 2 Revised (3/14/05) For information concerning this bid, please contact the Purchasing and Contracts Division at the address listed above or by calling (407) 836-5635. Please specify the bid number for which you are inquiring. 2. PRICE/DELIVERY Price(s) quoted must be the price(s) for new merchandise unless otherwise specified. Any bids containing modifying or "escalator" clauses will not be considered unless specifically requested in the bid specifications. "Acceptance" as herein used means the acceptance by Orange County after the Manager, Purchasing and Contracts Division or his authorized agent has, by inspection or test of such items, determined that they fully comply with specifications. Deliveries resulting from this bid are to be made during the normal working hours of the County. Time is of the essence and the bidder's delivery date must be specified and adhered to. Should the bidder, to whom the order or contract is awarded, fail to deliver on or before his/her stated date, the County reserves the right to CANCEL the order or contract and make the purchase elsewhere, and the awarded bidder will be required to compensate the County for the difference in price paid for the alternate product. The successful bidder(s) shall be responsible for making any and all claims against carriers for missing or damage items. Partial shipments will be acceptable unless otherwise stated. 3. FEDERAL AND STATE TAX Orange County is exempt from Federal and State Sales and Use Taxes for tangible personal property (Certificate of Registry for tax transactions under Chapter 32, Internal Revenue Code and Florida Sales/Use Tax Exemption Certificate). The Manager, Purchasing and Contracts Division will sign an exemption certificate submitted by the successful bidder. Vendors or contractors doing business with Orange County shall not be exempted from paying sales tax to their suppliers for materials to fulfill contractual obligations with the County, nor shall any vendor/contractor be authorized to use the County's Tax Exemption Number in securing such materials. 4. ACCEPT ANCE/REJECTION/CANCELLA TION Orange County reserves the right to accept or to reject any or all bids and to make the award to that bidder who, in the opinion of the County, will be in the best interest of and/or the most advantageous to the County. Orange County also reserves the right to reject the bid of any vendor who has previously failed in the proper performance of an award or to deliver on time contracts of a similar nature or who, in the County's opinion, is not in a position to perform properly under this award. Orange County reserves the right to inspect all facilities of bidders in order to make a determination as to the foregoing. Orange County reserves the right to waive any irregularities and technicalities and may, at its discretion, request a re-bid. Award will be made to the lowest responsive and responsible bidder as determined by the County. Page 3 (113/05) Orange County reserves the right, and the Manager of Purchasing and Contracts Division has absolute and sole discretion, to cancel a solicitation at any time prior to approval of the award by the Board of County Commissioners when such approval is required. The decision to cancel a solicitation cannot be the basis for a protest pursuant to the Orange County Code. 5. BRAND NAME OR EQUALSIDEVIATIONS Unless otherwise specified, the mention of a particular manufacturer's brand name or number in the specifications does not imply that this particular product is the only one that will be considered for purchase. This reference is intended solely to designate the type or quality of merchandise that will be acceptable. Equal offers will be considered and must include descriptive literature and/or specifications. Failure to provide descriptive literature and/or specifications with equal offers will result in the disqualification of the bid. The determination as to whether any alternate product or service is or is not equal shall be made solely by Orange County and such determination shall be final and binding upon all bidders. Orange County reserves the right to request and review additional information to make such a determination. Although Orange County provides for the consideration of alternate bids, it reserves the right to make an award in the best interest of the County. Such award may not necessarily be given to the lowest bid offered. The bidder shall be responsible for reading very carefully, and understanding completely, the requirements and the specifications of the items bid upon. Unless the bid is in response to a "Brand Name or Equal" requirement, deviations from the specifications will only be considered if requested in writing prior to the date and time specified for receipt of bids. Deviations, if accepted, will be specifically addressed in writing via an addendum to the IFB. Any goods or services that are not in compliance with the specifications will not be accepted. 6. NO BID Where more than one item is listed, any items not bid upon must be indicated "NO BID". 7. CONFLICT OF INTEREST The award is subject to provisions of applicable State Statutes and County Ordinances. All bidders must disclose with their bid the name of any officer, director, or agent who is also an employee of Orange County. Further, all bidders must disclose the name of any County employee who owns, directly or indirectly, an interest of ten percent (10%) or more in the bidder's firm or 'any of its branches. Should the awarded bidder permanently or temporarily hire any County employee who is, or has been, directly involved with the bidder prior to or during performance of the resulting contract, the contract shall be subject to immediate termination by the County. Page 4 (1/3/05) 8. LEGAL REQUIREMENTS Federal, State, County and local laws, ordinances, rules and regulations that in any manner affect the items covered herein apply. Lack of knowledge by the bidder shall in no way be a cause for relief from responsibility. I. Vendors doing business with the County are prohibited from discriminating against any employees, applicant, or client because of race, religion, color, disability, national origin, gender, or age with regard to but not limited to the following: employment practices, rates of payor other compensation methods, and training selection. 2. Minority/Women Business Enterprises (M/WBE) indicates a business entity of which 51 % or more is owned and operated by a minority. In this instance, minority group members are citizens of the United States or lawfully admitted permanent residents who are Blacks, Hispanics, Women, Native Americans, Asian-Pacific, Asian-Indian. Businesses wishing to participate in the County procurement process as an M/WBE are required to complete a certification application to attain recognition as such. You may contact the Purchasing and Contracts Division or the Business Development Division for information and assistance. 9. UNIFORM COMMERCIAL CODE (APPLICABLE ONLY FOR THE PURCHASE OF GOODS) The Uniform Commercial Code (Florida Statutes, Chapter 672) shall prevail as the basis for contractual obligations between the awarded vendor/contractor and Orange County for any terms and conditions not specifically stated in this Invitation for Bid. 10. MISTAKES In the event of extension error(s), the unit price will prevail and the bidder's total offer will be corrected accordingly. In the event of addition errors, the extended totals will prevail and the bidder's total will be corrected accordingly. Bidders must check their bid proposal where applicable. Failure to do so will be at the bidder's risk. Bids having erasures or corrections must be initialed in ink by the Bidder. 11. AVAILABILITY OF FUNDS The obligations of Orange County under this award are subject to the availability of funds lawfully appropriated for its purpose by the State of Florida and the Board of County Commissioners, or other specified funding source for this procurement. 12. EEO STATEMENT It is hereby declared that equal opportunity and nondiscrimination shall be the County's policy intended to assure equal opportunities to every person, regardless of race, religion, Page 5 (11112/07) sex, color, age, disability or national origin, in securing or holding employment in a field of work or labor for which the person is qualified, as provided by Section 17-314 of the Orange County Code and the County Administrative Regulations. Further, the awarded vendor shall abide by the following provisions: (a) The awarded vendor shall represent that awarded vendor has adopted and maintains a policy of nondiscrimination as defined by applicable County ordinance throughout the term of this contract. (b) The awarded vendor shall allow reasonable access to all business and employment records for the purpose of ascertaining compliance with the non- discrimination provision of the contract. (c) The provisions of the prime contract shall be incorporate by the awarded vendor into the contracts of any applicable subcontractors. 13. BID TABULATION AND RESULTS Bid tabulations shall be available upon written request ten (10) days after opening. Requests may be faxed to (407) 836-5899. Bid opening results will be available on the Bid Hotline (407) 836-0011 the day following the bid opening. 14. BID FORMS All bid proposals must be submitted on our standard Invitation for Bids Form. Bid proposals on vendor quotation forms will not be accepted. 15. FLORIDA PREFERENCE In the event this Invitation for Bids is to acquire personal property and the lowest responsive and responsible bid subrnitted in response to this invitation for bids, is by a bidder whose principal place of business is in a state other than Florida and such state or political subdivision thereof grants a preference for the purchase of personal property to a person whose principal place of business is in such state, then Orange County Florida may award a preference to the lowest responsive and responsible bidder having a principal place of business within the State of Florida. Such preference shall be equal to the preference granted by the state in which the lowest responsive and responsible bidder has its principal place of business. This section shall not apply to transportation projects which in Federal aid funds are used. Any bidder whose principal place of business is outside the State of Florida must accompany any written bid documents with a written opinion of an attorney at law licensed to practice law in that foreign state, as to the preferences, if any or none, granted by the law of that state to its own business entities whose principal places of business are in that foreign state in the letting of any or all public contracts. Reference Florida Statutes 287.084. Page 6 (11/12/07) 16. RECIPROCAL IN-STATE PREFERENCE In the event the lowest responsive and responsible bid submitted in response to any Invitation for Bids is by a bidder whose principal place of business is in a County other than Orange County, and such County grants a bid preference for purchases to a bidder whose principal place of business is in such County, then Orange County may award a preference to the (next) lowest responsive and responsible bidder having a principal place of business within Orange County Florida. Such preference shall be equal to the preference granted by the County in which the lowest responsive and responsible bidder has its principal place of business. 17. POSTING OF RECOMMENDED AWARD AND PROTESTS The recommended award will be posted for review by interested parties at the Purchasing and Contracts Division and at htto://oran!!ecountvfl.net/cms/BUSINESS/vendors/award.htm prior to submission through the appropriate approval process and will remain posted for a period of five (5) full business days. Failure to file a protest to the Purchasing and Contracts Manager by 5 :00 PM on the fifth full business day period shall constitute a waiver of bid protest proceedings. Additional information relative to lobbying and protests can be found at http://www.orangecountyfl.net/cmsdocs/ govern/lobbyist/lobbyingord. pdf A lobbying blackout period shall commence upon issuance of the solicitation until the Board selects the successful bidder. For procurements that do not require Board approval, the blackout period commences upon solicitation issuance and concludes upon contract award. The Board of County Commissioners may void any contract where the County Mayor, one or more County Commissioners, or a County staff person has been lobbied in violation of the black-out period restrictions of Ordinance No. 2002-15. 18. BID AND RELATED COSTS By submission of a bid, the bidder agrees that all costs associated with the preparation of his/her will be the sole responsibility of the bidder. The bidder also agrees that the County bears no responsibility for any costs associated with the preparation of the bid and/or any administrative or judicial proceedings resulting from the solicitation process. 19. CONTRACTUAL AGREEMENT This Invitation for Bids shall be included and incorporated in the final contract or purchase order. The order of contract precedence will be the contract (purchase order), bid document and response. Any and all legal actions associated with this Invitation for Bids and/or the resultant contract (purchase order) shall be governed by the laws of the State of Florida. Venue for any litigation involving this contract shall be the Ninth Circuit Court in and for Orange County, Florida. Page 7 (l1l12/07) 20. PUBLIC ENTITY CRIME A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Florida Statute Section 287.017, for CATEGORY TWO for a period of thirty-six (36) months from the date of being placed on the convicted vendor list. 21. DRUG-FREE WORKPLACE FORM The Drug-Free Workplace Form, attached hereto, must be submitted prior to award of the bid. Failure to submit this form prior to award of the bid shall result in rejection/disqualification of your bid. Failure to certify the firm has a drug-free workplace in accordance with Florida Statute 287.087 shall result in rejection/disqualification of your bid. 22. SUBCONTRACTING Bidders subcontracting any portion of the work shall state name and address of subcontractor and the name of the person to be contacted on the attached "Schedule of Subcontractors Form". 23. CONFLICT OF INTEREST FORM Bidder shall complete the Conflict of Interest Form attached hereto and submit it with their bid. 24. SUBMISSION OF BID The bid must be mailed or hand delivered in a sealed envelope to: ORANGE COUNTY PURCHASING & CONTRACTS DIVISION Internal Operations Centre II 400 E. South Street, 2nd Floor Orlando, Florida 32801 Bidders must indicate on the sealed envelope the following: A. Invitation for Bids Number B. Hour and Date of Opening C. Name of Bidder Bids received in the PURCHASING AND CONTRACTS DIVISION after the time and date specified, due to failure to identify the envelope with the above information shall be rejected. Page 8 (11/12/07) 25. COPIES Copies of documents, records, materials, and/or reproductions upon request will be charged in accordance with Orange County's fee schedule. Copyrighted materials may be inspected, but cannot be copied or reproduced per Federal law. 26. PROPRIET ARY /RESTRICTIVE SPECIFICATIONS Prospective bidders who feel the specifications contained herein are proprietary or restrictive in nature, thus potentially resulting in reduced competition, must contact the Purchasing and Contracts Division upon receipt of this Invitation for Bids and prior to bid opening. Specifications which are unrelated to performance will be considered for deletion via addendum to this Invitation for Bids. 27. VENDOR ASSISTANCE WITH SPECIFICATIONS Any prospective bidder which assisted the County in developing or writing the specifications contained herein are requested to so note such on the bid proposal page of their bid response. 28. PAYMENT TERMS/DISCOUNTS The County's payment terms are in accordance with Florida Statute 218, Florida Prompt Payment Act. Cash discounts for prompt payment will not be considered in determining the lowest net cost for bid evaluation purposes. 29. PATENTS AND ROYALTIES Unless otherwise provided, the bidder shall be solely responsible for clearing the right to use any patented or copyrighted materials in the performance of the contract resulting from this Invitation for Bids. The Contractor, without exception, shall indemnify and save harmless the County and its employees from liability of any nature or kind, including cost and expenses for or on account of any copyrighted, patented, or unpatented invention, process, or article manufactured or supplied by the Contractor. In the event of any claim against the County of copyright or patent infringement, the County shall promptly provide written notification to the Contractor. If such a claim is made, the Contractor shall use its best efforts to promptly purchase for the County any infringing products or services or procure a license, at no cost to the County, which will allow continued use of the service or product. If none of the alternatives are reasonably available, the County agrees to return the article on request to the Contractor and receive reimbursement, if any, as may be determined by a court of competent jurisdiction. Page 9 (11112/07) 30. INDEMNIFICATION FOR TORT ACTIONS/LIMIT ATION OF LIABILITY The provisions of Florida Statute 768.28 applicable to Orange County, Florida apply in full to this contract. Any legal actions to recover monetary damages in tort for injury or loss of property, personal injury, or death caused by the negligent or wrongful act or omission of any employee of the County acting within the scope of his/her office or employment are subject to the limitations specified in this statute. No officer, employee or agent of the County acting within the scope of his/her employment or function shall be held personally liable in tort or named as a defendant in any action for injury or damage suffered as a result of any act, event or failure to act. The County shall not be liable in tort for the acts or omissions of an officer, employee or agent committed while acting outside the course and scope of his/her employment. This exclusion includes actions committed in bad faith or with malicious purpose, or in a manner exhibiting wanton and willful disregard of human rights, safety, or property. To the fullest extent permitted by law, the vendor shall defend, indemnify, and hold harmless the County, its officials, agents, and employees from and against any and all claims, suits, judgments, demands, liabilities, damages, cost and expenses (including attorney's fees) of any kind or nature whatsoever arising directly or indirectly out of or caused in whole or in part by any act or omission of the vendor or its subcontractors (if any), anyone directly or indirectly employed by them, or anyone for whose acts any of them may be liable; excepting those acts or omissions arising out of the sole negligence of the County. Provided, however, if the contract between the County and the Contractor is deemed by a court of competent jurisdiction to be a construction contract for purposes of Section 725.06, Florida Statutes, any obligation of the Contractor to defend, indemnify or hold harmless the County, shall be limited to an obligation to indemnify or hold harmless the County, its officers and employees from liability damages, losses, and costs, including but not limited to reasonable attorneys fees, to the extent caused by the negligence, recklessness or intentionally wrongful conduct of the contractor and persons employed or utilized by the Contractor in the performance of the contract. 31. CLARIFICATIONS It is the bidder's responsibility to become familiar with and fully informed regarding the terms, conditions and specifications of this Invitation for Bids. Lack of understanding and/or misinterpretation of any portions of this Invitation for Bids shall not be cause for withdrawal of your bid after opening or for subsequent protest of award. Bidder's must contact the Purchasing and Contracts Division, at the phone number on the bid cover sheet or by fax at (407) 836-5899 or by mail prior to bid opening, should clarification be required. It is recommended such requests for clarifications from the County be faxed. Modification or alteration of the documents contained in the solicitation or contract shall only be valid if mutually agreed to in writing by the parties. Page 10 (II /12/07) 32. CERTIFICATION OF INDEPENDENT PRICE DETERMINATION By submission of this bid, the Bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, that in connection with this procurement: I. The prices in this bid have been arrived at independently, without consultation, collusion, communication, or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor. 2. Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the Bidder and will not knowingly be disclosed by the Bidder prior to opening, directly or indirectly to any other Bidder or to any competitor; and, 3. No attempt has been made or will be made by the bidder to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition. 33. SUCCESSORS AND ASSIGNS The County and the vendor each binds itself and its partners, successors, executors, administrators and assigns to the other party of this Contract and to the partners, successors, executors, administrators and assigns of such other party, in respect to all covenants of this Contract. Except as above, neither the County nor the vendor shall assign, sublet, conveyor transfer its interest in this Contract without the written consent of the other. Nothing herein shall be construed as creating any personal liability on the part of any officer or agent of the County which may be a party hereto, nor shall it be construed as giving any rights or benefits hereunder to anyone other than the County and the vendor. 34. PRICING/AUDIT The awarded contractor shall establish and maintain a reasonable accounting system, which enables ready identification of contractor's cost of goods and use of funds. Such accounting system shall also include adequate records and documents to justify all prices for all items invoiced as well as all charges, expenses and costs incurred in providing the goods for at least five (5) years after completion of this contract. The County or its designee shall have access to such books, records, subcontract(s), financial operations, and documents of the contractor or its subcontractors as required to comply with this section for the purpose of inspection or audit anytime during normal business hours at the contractor's place of business. This right to audit shall include the contractor's subcontractors used to procure goods or services under the contract with the County. Contractor shall ensure the County has these same rights with subcontractor(s) and suppliers. 35. EMPLOYEES OF THE CONTRACTOR All work under this contract shall be performed in a professional and skillful manner. The County may require, in writing, that the contractor remove from this contract any employee the County deems incompetent, careless, or otherwise objectionable. Page 11 (11/12/07) SPECIAL TERMS AND CONDITIONS 1. INSPECTION/ACCEPT ANCE An authorized representative of the user division will accomplish inspection/ acceptance of the installed fencing on-site. 2. UNSATISFACTORY WORK The vendor shall remedy any unsatisfactory work within three (3) workdays of notification. 3. QUALIFICATION OF BIDDERS This bid shall be awarded to a responsible, responsive bidder, qualified by experience to provide the work specified. The bidder will submit the following information with his bid: A. List and brief description of similar work of comparable size and complexity satisfactorily completed with location, dates of contract, names, addresses and telephone numbers of owners by completing the reference sheets on pages 37 and 38. B. List of equipment and facilities available to do the work. C. List of personnel, by name and title, contemplated to perform the work. D. The Vendor must operate from a commercial location appropriately zoned for the business specified on the Vendor's occupational license. E. Provide proof that you are working from a commercial location appropriately zoned for the business specified on the your 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. Failure to submit the above requested information may be cause for rejection of your bid. 4. LICENSES AND PERMITS Prior to furnishing the requested product(s) or service(s), it shall be the responsibility of the awarded vendor to obtain, at no additional cost to Orange County, any and all licenses and permits required to complete this contractual service. These licenses and permits shall be readily available for review by the Manager, Purchasing and Contracts Division or his/her designee. Page 12 5. 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, whichever is earlier. 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 his bid or provide a written extension of his bid. 6. AWARD Award shall be made on an "All-or-None Total Offer per Lot" basis to the lowest responsive and responsible bidder. 7. F.O.B. POINT The F.O.B. shall be as stated in delivery order. Bid proposals showing other than F.O.B. Destination will not be accepted. The bid shall include all costs of packaging, transporting, delivery and unloading (THIS INCLUDES INSIDE DELIVERY IF REQUESTED) to designated point within Orange County. 8. PERFORMANCE Timely performance is of the essence in the award of this Invitation for Bids. Performance shall be no later than three (3) calendar days from receipt of delivery order. Bids which fail to meet this requirement shall be rejected. It is hereby understood and mutually agreed to by and between parties hereto that the time of performance is an essential condition of this contract. If said vendor shall neglect, fail or refuse to provide the services within the time herein specified, then said vendor does hereby agree as part of the consideration for the awarding of this contract, to pay Orange County the sum extended by the County to contract for like services approved by the Purchasing and Contracts Division for the period from the required scheduled commencement date until performance of services covered in the Invitation for Bids is completed. The vendor shall, within three (3) calendar days from the beginning of such delay, notify the Manager, Purchasing and Contracts Division in writing of the cause(s) of the delay. 9. LIQUIDATED DAMAGES Should the awarded vendor fail to complete the required services or make delivery of the commodities 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 will suffer damage, the amount of which is difficult, if not impossible to ascertain. Therefore, the Vendor 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 Page 13 mutually agreed upon as a reasonable and proper amount of damages the County will sustain per diem by failure of the vendor 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 Vendor. 10. TERMINATION A. Termination for Default: The County may, by written notice to the (vendor/contractor/consultant), terminate this contract for default in whole or in part (delivery orders, if applicable) if the (vendor/contractor/consultant) fails to: I. provide products or services that comply with the specifications herein or fails to meet the County's performance standards 2. deliver the supplies 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. Prior to termination for default, the County will provide adequate written notice to the (vendor/contractor/consultant) through the Manager, Purchasing and Contracts, affording him/her the opportunity to cure the deficiencies or to submit a specific plan to resolve the deficiencies within ten (l0) 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 vendor will 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 vendor shall: A. Stop work on the date and to the extent specified. B. Terminate and settle all orders and subcontracts relating to the performance of the terminated work C. Transfer all work in process, completed work, and other materials related to the terminated work as directed by the County. Page 14 D. Continue and complete all parts of that work that have not been terminated. If the (vendor's/contractor's/consultant's) failure to perform the contract arises from causes beyond the control and without the fault or negligence of the (vendor/contractor/consultant), the contract shall not be terminated for default. Examples of such causes include (I) 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) days prior notice before it becomes effective. A termination for convenience mav applv to individual deliverv orders. purchase orders or to the contract in its entiretv. 11. AS SPECIFIED All items delivered must meet the specifications herein. Items delivered not as specified will be returned at no expense by Orange County. The County may return, for full credit, any unused items received which fail to meet the County's performance standards. Replacement items meeting specifications must be submitted within a reasonable time after rejection of the non-conforming items. 12. COMPLIANCE WITH OCCUPATIONAL SAFETY AND HEALTH Bidder certifies that all material, equipment, etc., contained in his bid meets all OSHA requirements. Bidder further certifies that, if he is the awarded vendor, and the material, equipment, etc., delivered is subsequently found to be deficient in any OSHA requirements in effect on date of delivery, all costs necessary to bring the material, equipment, etc., into compliance with the aforementioned requirements shall be borne by the vendor. 13. CODES AND REGULATIONS The awarded vendor must strictly comply with all Federal, State and local building and safety codes. 14. 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 will be accomplished by submission of an invoice, in duplicate, to: Page 15 LOT A Orange County Public Works Department Financial Administrative Services 4200 S. John Young Parkway, 2nd. Floor Orlando, FL 32839-92-5 Phone (407) 836-7721 LOTB Parks and Recreation Division 4801 W. Colonial Drive Orlando, FL 32808 Phone (407) 836-6200 In the event additional County Departments or other public entities utilize this contract, invoices are to be sent directly to the Department or entity placing the order. 15. DEBRIS Awarded vendor shall be responsible for the prompt removal of all debris which is a result of this contractual service. 16. PROTECTION OF PROPERTY/SECURITY The contractor shall provide barricades if necessary and take all necessary precautions to protect buildings and personnel. All work shall be completed in every respect and accomplished in a professional manner and the contractor shall provide for removal of all debris from County property. The contractor shall at all times guard against damage or loss to property of Orange County, or of other vendors or contractors, and shall be held responsible for replacing or repairing any such loss or damage. The County may withhold payment or make such deductions as deemed necessary to insure reimbursement or replacement for loss of damage to property through negligence of the contractor or his agent. The contractor shall at all times guard against injury to Orange County employees. The contractor must, at all times, comply with OSHA and State of Florida safety regulations. The vendor must also comply with the guidelines set forth in the Orange County Safety & Health Manual. The manual can be accessed online at the address below: http://www.orangecountyfl.net/cms/DEPT/countyadmin/risk/safety-health_manual.htm 17. INSURANCE REQUIRED A. Before execution of the contract by the County and commencement of the operations and/or services to be provided, and during the duration of the contract, the vendor shall file with the County current certificates of all required insurance on forms acceptable to the County, which shall include the following provisions: 1. All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida and acceptable to the County. Page 16 2. The Certificates shall clearly indicate that the vendor has obtained insurance of the type, amount and classification as required for strict compliance with this insurance section. 3. No material change or cancellation of the insurance shall be effective without thirty (30) days prior written notice to the County. B. The vendor shall require and ensure that each of its subcontractors providing services hereunder (if any) procures and maintains, until the completion of the services, insurance of the types and to the limits specified herein. C. Coverage Required: 1. Workers' Compensation - The vendor shall provide coverage for its employees with statutory workers' compensation limits, and no less than $100,000.00 for Employers' Liability. Said coverage shall include a waiver of subrogation in favor of the County and it's agents, employees and officials. 2. Commercial General Liability - The vendor shall provide coverage for all operations including, but not limited to Contractual, Products and Completed Operations, and Personal Injury. The limits shall be not less than $500,000.00, per occurrence, Combined Single Limits (CSL) or its equivalent. The General Aggregate limit shall either apply separately to this CONTRACT or shall be at least twice the required occurrence limit. 3. Business Automobile Liability - The vendor shall provide coverage for all owned, non-owned and hired vehicles with limits of not less than $500,000.00, per occurrence, Combined Single Limits (CSL) or its equivalent. 4. The "Orange County Board of County Commissioners" shall be specifically included as an additional insured on the general liability policy. D. All such insurance required of the vendor shall be primary to, and not contribute with, any insurance or self-insurance maintained by the County. E. Any exceptions to the insurance requirements in this section must be approved in writing by the County. F. Compliance with these insurance requirements shall not relieve or limit the vendor's liabilities and obligations under this contract. Failure of the County to demand such certificate or other evidence of full compliance with these insurance requirements or failure of the County to identify a deficiency from evidence provided will not be construed as a waiver of the vendor's obligation to maintain such insurance. Page 17 18. CONTRACT TERM/RENEW AL A. The contract resulting from this Invitation for Bids shall commence effective upon execution by both parties and extend for a period of twelve (12) months. The contract may be renewed for two (2) additional twelve (12) month 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. Renewal of the contract shall be subject to appropriation of funds by the Board of County Commissioners. B. The initiating County department(s) shall issue delivery 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 vendor for a lower unit price which will 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 resolicitation 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 vendor within the time specified in the order. The contract shall govern the vendor'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's performance period. 19. PRICE ADJUSTMENT Written request for price adjustments may be made every twelve (12) months, no less than 30 days prior to the requested effective date. Any increased price adjustment(s) must be accompanied by written justification attesting that the request is a bonafide cost increase to the vendor. The base period for any requested adjustment shall be the beginning of the latest period during which an adjustment may have been made. For example, if annual adjustments may be requested under a three-year contract and none is requested after the first two years, the base period for an adjustment effective the third year shall be the beginning of the second year. All requests for price adjustment( s) shall be supported by Consumer Price Index and/or Producer Price Index documentation supporting the requested increase. The maximum allowable increase shall not exceed 4%. All price adjustments must be accepted by the Manager, Purchasing and Contracts Division and shall be accomplished by written amendment to this contract. 20. USE OF CONTRACT BY OTHER GOVERNMENT AGENCIES At the option of the vendor/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. Page 18 Each governmental agency allowed by the vendor/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. 21. BID PREFERENCE The Orange County M/WBE Ordinance sets mmlmum annual contract dollar participation goals for minority/women business enterprise firms as follows: Goods- 10% and Services - 24%. As part of this program, vendors are required to complete the attached Schedule of Subcontracting Form listing ALL subcontractors (majority, women and minority) their firm will utilize in fulfillment of the requirements of this solicitation. Also, in accordance with the County M/WBE Ordinance, award of this Invitation for Bids may be made to the lowest responsive and responsible certified Minority/Women Business Enterprise bidder as long as that bid does not exceed the percentages listed below: 5.5% on bid awards from $100,000 to 750,000 or 4% on bid awards from $750,000.01 to $2,000,000 or 3% on bid awards over $2,000,000. 22. CHANGES - SERVICE CONTRACTS The County may at any time by issuance of an executed change order make changes within the general scope of the contract in any of the following areas: A. Description of services to be performed. B. Time of Performance (i.e., hours of the day, days of the week, etc.). C. Place of performance ofthe services. If additional work or other changes are required in the areas described above, a price proposal will be required from the contractor. Upon negotiation of the proposal, execution and receipt of the change order, the contractor shall commence performance of the work as specified. The Contractor shall not commence the performance of additional work or other changes not covered by this contract without an executed change order issued by the Purchasing and Contracts Division. If the contractor performs additional work beyond the specific requirements of this contract without an executed change order, it shall be at his own risk. The County assumes no responsibility for any additional costs for work not specifically authorized by an executed change order. Page 19 23. 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. Vendor/contractor agrees to rent/sell/lease all goods and services to the County or other governmental entities as opposed or a private citizen, on a first priority basis. The County expects to pay contractual prices for all products or services required during an emergency situation. Vendor/contractor shall furnish a twenty-four (24) hour phone number in the event of such an emergency. 24. REFERENCES A contact person shall be someone who has personal knowledge of the bidder's performance for the specific requirement listed. Contact person must have been informed that they are being used as a reference and that the County may be calling them. More than one person can be listed but all must have knowledge of the project. The reference shall be the owner or a representative of the owner. Consultants or contractors who provided services under the referenced project (contract) shall not be accepted as references. DO NOT list principals or officers who will not be able to answer specific questions regarding the project. Failure of references listed to respond to the County's inquiries may negatively impact the responsibility of the bidder. 25. REQUIREMENTS CONTRACT This is a Requirements Contract and the County shall order from the Contractor all of the supplies and/or services specified in the contract's price schedule that are required to be purchased by the County. If the County urgently requires delivery of goods or services before the earliest date that delivery may be required under this contract, and if the Contractor will not accept an order providing for accelerated delivery, the County may acquire the goods or services from another source. Except as this contract may otherwise provide, if the County's requirements do not result in orders in the quantities described as "estimated" in the contract's price schedule, that fact shall not constitute the basis for an equitable adjustment. Page 20 SCOPE OF WORK I. Work under Lot A of this contract will be under the supervision of the Manager of the Orange County Roads and Drainage Division or designee 4200 South John Young Parkway, Orlando, Florida, 32839-9205, Phone 407-836-7870. 2. Work under Lot B of this contract will be under the supervision of the Manager of the Orange County Parks & Recreation Division or designee, 4801 W. Colonial Dr., Orlando, Florida, 32808, Phone 407-836-6200. 3. The Vendor will coordinate with the County's Project Manager or designee, who will perform inspections for the County and verify that the work has been completed, in accordance with specifications, as scheduled and handle problems that may arise. 4. The Maintenance of Traffic (M.O.T.) shall conform to F.D.O.T.'s most current editions of Roadway and Traffic Design Standards for Design, Construction, and Maintained 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. A proposed traffic control plan shall be submitted to the County's Project Manager or designee for approval, two working days prior to starting work. All costs associated with M.O.T. must be included in the Unit Price. IF THE VENDOR 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 VENDOR TO CEASE OPERA TION UNTIL DEFICIENCIES ARE CORRECTED. IN ADDITION, NO ROAD CLOSURES WILL BE ALLOWED EXCEPT IN THE CASE OF EMERGENCIES. 4. The Vendor shall comply with the most current edition of the F.D.O.T. Accident Prevention Procedures Manual pertaining to employee safety and applicable Occupational Safety and Health Administration (O.S.H.A) and Orange County Standards. The Vendor will be responsible for obtaining 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. 5. The County's Project Manager or designee, will be entitled at all times to be advised, at his/her request, as to the status and details of work being completed by the Vendor in the format he/she requires. The Vendor shall maintain coordination with the County's Project Manager or designee at all times. Either party may request and be granted a conference upon request in a timely manner. The Vendor will inform the County's Project Manager or designee daily as to the locations to be worked. 6. The Vendor will notify all residents within the work areas as to when the work will take place and the level of inconvenience that will be involved. This notification will take place five (5) days prior to commencement of work in that area. All work performed, Page 21 unless authorized by the County's Project Manager or designee, will 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 previously authorized by the County's Project Manager or designee. 7. Due to congested traffic or weather conditions, the Vendor may be required to remove his/her operation from the right-of-way at the discretion of the County's Project Manager or designee. If the Vendor is required to remove his/her operation due to congested traffic or weather conditions, less than five (5) hours worked will constitute one-half (1/2) a working day and five (5) or more hours worked will constitute one (1) working day. 8. The Vendor will supervise and direct the work efficiently with due care, skill, and attendance. The Vendor will be responsible to assure quality control and that the finished work complies accurately with the specifications. 9. The Vendor will provide competent, suitable, and qualified personnel to perform the work as required by the specifications. The Vendor will at all times, maintain good discipline and order at the work site. The Vendor will provide a list of all foremen and supervisors who will perform the work. This list will also contain twenty-four (24) hour emergency telephone numbers. 10. The Vendor will designate a competent representative who will not be replaced without written notice to the County's Project Manager or designee at least twenty-four (24) hours before the change. The Vendor's Representative will be present at job sites and will have the authority to act on behalf of the Vendor. All communications (both verbal and written) given to the Vendor's Representative will be as binding as if given to the Vendor. II. All staging and storage areas must be agreed to and must be acceptable to the County's Project Manager or designee. 12. The Vendor will be responsible for locating all existing utilities, where applicable, prior to commencing work. Page 22 SPECIFICATIONS The vendor shall furnish all labor, materials and related costs necessary to accomplish the following specifications: NOTE: All materials and installation shall conform to the most recent "ASTM Standards for Fence materials and Products" and FDOT "Roadway and Traffic Design Standards", sections 450, 451 and 452 most recent editions. 1. FENCE MATERIAL 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 0.0. steel pipe shall conform to ASTM F 1083 (SCH-40) and ASTM F 1043 Group IA and IC 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 0.0., steel pipe shall conform to ASTM F 1083 (SCH-40) and ASTM F 1043 Group 1A and IC 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 IA and IC, 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 rnetal items. Poly (Vinyl Chloride) (PVC) - Coated Steel Chain -Link Fence Fabric - Specification F 668. 1. Barbed Wire - Standard security barbed wire. J. Wood fence - basic board on board panels for replacement as requested by the County. 2. INSTALLATION OF POSTS a. Concrete - Two-thousand-five-hundred (2,500) PSI concrete shall be used for installation of all posts. Page 23 b. Corner and Gate Posts - Set three (3') feet deep in twelve (12") inch diameter concrete footings. 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. 3. 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") a.c. For tying fabric to rails and braces, use wire ties spaced twenty-four (24") a.c. For tying fabric to tension wire, use hog rings spaced twenty-four (24") a.c. d. When barbed wire is required, installation shall include three (3) strands along the top of the fence. 4. 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. 5. STANDARD HOURLY LABOR RATE (BID ITEM 37a) This is for miscellaneous fencing efforts not covered in Bid Items 1 through 44, it will not be used for removal of existing fencing. This rate shall be used for all related costs, such as transportation to and from the sites, for work performed during the County's business days/hours, Monday through Friday, 8:00 AM to 5:00 PM, minor brush and limb clearing, etc. NOTE: Clearing will not include anything in excess of three (3) inches in diameter. 6. NON-STANDARD HOURLY LABOR RATE (BID ITEM 37b) The Non-Standard Hourly Labor Rate will apply to hours other than those listed in Bid Item 37a. Page 24 7. The vendor shall remedy any unsatisfactory work within three (3) workdays of notification. 8. FINAL INSPECTION Upon written notice from the Vendor that the project is complete, the County's Project Manager or designee will make a final inspection with the Vendor and will notify the Vendor in writing of any deficiencies in the project. The Vendor will correct all deficiencies within ten (l0) workdays or as agreed to by the County's Project Manager or designee and before final acceptance and payment is made. If a second re-inspection is required, the County will assess and eighty-dollar ($80.00) fee to the Vendor. The eighty-dollar ($80.00) fee will be assessed for every re-inspection after the first re- inspection. The fee is assessed to offset the additional County labor costs and vehicle usage required for unnecessary inspection and the fee will be deducted from the final invoice for that Release Order. 9. FINAL INSPECTION FOR PAYMENT After the Vendor has corrected all deficiencies to the satisfaction of the County's Project Manager or designee and delivered all maintenance and operating instructions, "As Built" drawings, schedules guarantees, bonds, Certificates of Inspection and other documents as required by the Contract. The Vendor may make applications for final payment following the procedure for progress payments. The effective final releases or waivers of liens from the Vendor and all Subcontractors that performed services for the Vendor pursuant to the Contract Documents and the consent of surety, if applicable to final payment of each Delivery Order shall accompany the final pay application. 10. PERFORMANCE ISSUES The County will hold the Vendor responsible for meeting all of the Vendor's obligations. If performance issues arise, the County will 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, will result in issuance of a Notice to Cure. NOTE: See Special Term and Conditions, Articles 7, 8, and 9 for further guidance. Page 25 d BID PROPOSAL FORM IFB #Y8-1l31-LC The contractor shall provide all labor and other resources necessary to provide the supplies, equipment and/or services in strict accordance with the specifications defined in this solicitation for the amounts specified in this Bid Proposal Fonn, inclusive of overhead, profit and any other costs. LOT A - ROADS & DRAINAGE DMSION ESTIMATED ITEM ANNUAL UNIT TOTAL ~ DESCRIPTION QUANTITY PRICE EST. BID 6' Heigbt 1. No top rail, three strands of 1,000 LF S~LF $ 11'1'f() security barbed wire and fence fabric installed with barbs on top With top rail and three strands ). i.- 'J.IJ.~() 2. 1,000 LF S~LF $ of security barbed wire (i~O S~O 3. With top rail (no barbed wire) 6,000 LF $_/LF 4. With no top rail (no barbed wire) 5,000 LF S~LF $ "IS-'Ce> t) 6' Heigbt (Vinyl Coated, Color as requested) " J t' 70 5. No top rail, three strands of 1,000 LF S It q..s. I LF $ . security barbed wire and fence fabric installed with barbs on top ,,~ S 111~)..(j.~() 6. With top rail and three strands 1,000 LF $~LF of security barbed wire 7. With top rail (no barbed wire) 5,000 LF SLtLF S 5s J()O~ - $5.s1(J~D 8. With no top rail (no barbed wire) 5,000 LF SlLJLF ~ rkKZJ&(h.&~J/J~J>>.d~kXUl4J kv. Company Name Page 26 ESTIMATED ITEM ANNUAL UNIT TOTAL NO. DESCRIPTION OUANTITY PRICE EST. BID 6' Height Wood Fence 9. 6' Wood Fence, 10 foot sections $~IEA (repair/replacement only) no new installs 100 EA $ 7'}OO.e.O 10. 6' Wood Boards/Slats 100 EA $3 - lEA $ SCO.~C 5' Height f'O $ ~S-CO.~ 11. No top rail, no security barbed wire, 1,000 LF $~LF and fence fabric installed with barbs on top. Tension wire on the top and bottom {\() $ a(\ ,tHO. a() 12. With top rail, without barbed wire 5,000 LF SDLF 5' Height (Vinyl Coated, Color as requested) - 80M.~(!) 13. No top rail, no security barbed wire, 1,000 LF S1-JLF S J and fence fabric installed with barbs , on top. Tension wire on the top and bottom ]4. With top rail, without barbed wire 5,000 LF SULF $ t.t~, d~~ - 5' Height Wood Fence ]5. 5' Wood Fence, 10 foot sections -- 7't:)OO_d~ (repair/replacement only) no new installs 100 EA $'1 () lEA $ 16. 5' Wood Boards/Slats 100 EA $~IEA $ 0-0 0 .(')~ 4' Height (Residential- 11 % gauge) 17. No top rail, no security barbed wire, 1,000 LF $~LF $ ~ <'Ot). O~ and fence fabric installed with barbs on top. Tension wire on the top and bottom 18. With top rail, without barbed wire 5,000 LF $~LF $ .:L <J ()~i) Page 27 ESTIMATED ITEM ANNUAL UNIT TOTAL NO. DESCRIPTION OUANTITY PRICE EST. BID 4' Wood Fence 19. 4' Wood Fence, 10 foot sections $ Lj 100 .C> ~ (repair/replacement only) no new installs 100 EA $~/EA C;U ISo.~ \) 20. 5' Wood Boards/Slats 100 EA $~/EA $ Gates (Regular chain link) Includes aU hardware necessary for installation) 21. 10' wide x 5' high double wide 2SEA $ -l~1'J tEA $ 7S'()~.O~ . $ LfOb /EA U)oo~.O~ 22. 14' wide x 6' high double wide 25EA $ 23. 4' wide x 5' high walk gate SEA $ ,oi!; / EA $ . St10.t10 24. 4' wide x 6' high walk gate SEA $ J ,..01 EA $ 7 . t..cl. 0 ~ 25. 20' wide x 5' high double wide 25EA $'1S'O/EA $ I /1.;. So .m 26. 20' wide x 6' high double wide 25EA $ Sac:> / EA $ I ;2 S-OO. 60 Gates (Vinyl Coated, Color as requested) Includes all hardware necessary for installation) 27. 10' wide x 5' high double wide 25EA $ g 70 / EA $ 9 :loSTI. Oe) 28. 14' wide x 6' high double wide 2SEA $l.{O&/EA $ / Of Ot)~. a~ / 29. 4' wide x 5' high walk gate 5EA $.!J!LJ EA $ .i'O&. t') ~ 30. 4' wide x 6' high walk gate SEA $/70 /EA $ ~.f"~ . "6 31. 20' wide x 5' high double wide 2SEA SZjOO lEA $ J 0 1 ()()tJ. ~() , 32. 20' wide x 6' high double wide 2SEA $li~ /EA $ II ~sn'OO / Miscellaneous 33. Top Rail 6000 LF ~LF $ 1;).1 0"0 Page 28 ESTIMATED ITEM ANNUAL UNIT TOTAL NO. DESCRIPTION OUANTITY PRICE EST. BID 34. Posts: (includes hardware) 4 inch - 1 for 6 ft high fence 100 EA $~IEA $ /~ O~(!) .c1~ for 5 ft high fence 100 EA $ J..Q!UEA $ !O)()OO.Oc) for 4 ft high fence 50EA $~IEA $ 3 7St. () CJ price for coating/matching paint 100 EA $~IEA $ S COeJ.O () 3 inch - for 6 ft high fence 100 EA $~IEA $ <; O~O. 0 Q) for 5 ft high fence 50EA $11-IEA $ 31.5'0,0 e) for 4 ft high fence 50EA $ C(.1 lEA $ 14{} ~. ~ ('J price for coating/matching paint 100 EA $,).1 lEA $ ~~oa\()~ 2 % inch - I for 6 ft high fence 200 EA ~IEA $ ~ ~ ;l~O.a~ for 5 ft high fence 200 EA $ 'E1.110IEA $ 17Jg>oo. ()c) for 4 ft high fence 50EA $ S3 lEA $ I to!:> -/) . 6 () price for coating/matching paint 100 EA S~IEA $ l 60lJ, ,,{) 2 inch - for 6 ft high fence 200 EA S~IEA $ gJ.O~.~O for 5 ft high fence 100 EA S I j lEA $ / S" (HL <-' cl for 4 ft high fence 50EA SLfEA $ ~j~O.O Q) price for coating/matching paint 100 EA S t iOlEA $ (.3D.tJd Page 29 ITEM ~ DESCRIPTION ESTIMATED ANNUAL OUANTITY 1 Yz inch - for 6 ft high fence 50EA for 5 ft high fence 50EA for 4 ft high fence 50EA price for coating/matching paint 100 EA 35. Concrete (slab base) 100 YDS 36. Removal of existing fence (price will include disposal) 6000 LF 37a. Standard hourly labor rate, 2000 HRS Monday through Friday, 8:00 AM to 5:00 PM (not to be used for removal or debris disposal) 37b. Non-Standard hourly labor rate, 100 HRS (all hours excluded in 37a) (not to be used for removal or debris disposal) UNIT PRICE TOTAL EST. BID -1"0 S~IEA .-00 S-=--IEA S '1()~ lEA S ~<10 .00 slJ.PO lEA S 'lob. ~~ S~YD S 11()~.<t~ S "SD/LF S 7 OOd. ~D S :J. 7 S -: ~r:V S :i.S7J. () C) S !i..r:~HR $ SO ,~.~ ~H'.L\') $-"HR $ ;1 IOeJ_d e) TOTAL ESTIMATED BID OF LOT A t _ ~ 7 /;!( ~s-: 0 0 LOT B - PARKS & RECREATION DMSION 6' Height Ii./ S 'I 'lLj() I. No top rail, three strands of 1,000 LF s1L-! LF security barbed wire and fence fabric installed with barbs on top ). ~;. $ I ). f~O 2. With top rail and three strands 1,000 LF S~LF of security barbed wire , Of) $ '1~, t>>tJ 3. With top rail (no barbed wire) 1,000 LF S~LF . 4. With no top rail (no barbed wire) 500 LF S 7 <<J / LF $ 'I~ 00 , Page 30 ESTIMATED ITEM ANNUAL UNIT TOTAL NO. DESCRIPTION OUANTITY PRICE EST. BID 6' Height (Vinyl Coated, Color as requested) .,~- I 5. No top rail, three strands of 500 LF S~LF S S 7 ?r-iJ0 security barbed wire and fence fabric installed with barbs on top '..2 S (,/lIO.C'{J 6. With top rail and three strands 500 LF S~LF of security barbed wire 7. With top rail (no barbed wire) 5,000 LF SDLF $ 5".r 'lC>~.,c) 8. With no top rail (no barbed wire) 2,500 LF S-LL-!LF S ~ ? ()?o.oo 6' Height Wood Fence 9. 6' Wood Fence, 10 foot sections S KIEA SJ7 7~oe) (repair/replacement only) no new installs 25EA 10. 6' Wood Boards/Slats 250 EA SL/EA $ -7S'O. 0Q) 5' Height II. No top rail, no security barbed wire, 500 LF (>'0 $ :;. ?J~6.o~ S~LF and fence fabric installed with barbs on top. Tension wire on the top and bottom c~o $ JorM. ob 12. With top rail, without barbed wire 500 LF S~LF 5' Height (Vinyl Coated, Color as requested) 13. No top rail, no security barbed wire, 1,500 LF $~LF $(J.<1~~.O~ and fence fabric installed with barbs on top. Tension wire on the top and bottom 14. With top rail, without barbed wire 3,000 LF S~LF S :2 70'~,oQ.) 5' Height Wood Fence IS. 5' Wood Fence, 10 foot sections (repair/replacement only) no new installs 25EA $'(0 lEA $ I ~6 ~ - 16. 5' Wood Boards/Slats 250 EA S ...2 -tEA S~;~'l> ..::: Page 31 ESTIMATED ITEM ANNUAL UNIT TOTAL NO. DESCRIPTION QUANTITY PRICE EST. BID 4' Height (Residential-l1 ~ gauge) 17. No top rail, no security barbed wire, 500 LF $ 3 - / LF $ IS"Ot> - and fence fabric installed with barbs on top. Tension wire on the top and bottom 18. With top rail, without barbed wire 500 LF $-y-! LF $ ;2.~~6 ___ 4' Wood Fence 19. 4' Wood Fence, 10 foot sections $ I)..~ S" - (repair/replacement only) no new installs 25EA $!!LIEA 20. 5' Wood Boards/Slats 250 EA :, $ / 50lEA $ 31,$--- Gates (Regular chain link) Includes all hardware necessary for installation) 21. 10' wide x 5' high double wide IOEA $~EA $~'OOO -- . 22. 14' wide x 6' high double wide 10EA $1.100 / EA $~tJ"eJO - 23. 4' wide x 5' high walk gate tOEA $ltJO lEA $ j. d~0 .-/ 24. 4' wide x 6' high walk gate 10EA s.J.S:Qj EA sl S"(j tJ ~ 25. 20' wide x 5' high double wide 10EA $'150/ EA s&lSO~ - 26. 20' wide x 6' high double wide lOEA $J<:>O lEA S S"'eJ aJ ---.J Gates (Vinyl Coated, Color as requested) Inclndes all hardware necessary for installation) 27. 10' wide x 5' high double wide 25EA silO /EA $ 7 2.)0.00 28. 14' wide x 6' high double wide 10EA $lfOfJ/EA S LI ()tJ~ . 00 29. 4' wide x 5' high walk gate tOEA $~EA S l ~OO . I1c) 30. 4' wide x 6' high walk gate 25EA S~EA $ '1;2.J '0 . l1 C) 31. 20' wide x 5' high double wide tOEA S~EA $ '10M). dO 32. 20' wide x 6' high double wide 10EA SIfJ() lEA S /f,S'YJ0 . ".0 Page 32 ESTIMATED ITEM ANNUAL UNIT TOTAL NO. DESCRIPTION QUANTITY PRICE EST. BID Miscellaneous 33. Top Rail 500 LF $ .l2 . (Y~ILF $ I~OJ.(!)&J 34. Posts: (includes hardware) 4 inch - for 6 ft high fence . .- 3'O~~. OG 25EA $ I J..O lEA $ for 5 ft high fence 25EA $~EA $ ~S '<!)O . (? C) for 4 ft high fence 25EA $ 7) lEA $ 187.{~ ~~ price for coating/matching paint 75EA $ SO lEA $ <3 7S0.Cl ~ 3 inch - for 6 ft high fence 50EA $~IEA $ yo S~t)~.o ~ for 5 ft high fence 50EA $-2LIEA $ .; ( ,)0.60 for 4 ft high fence 50EA $ ~i lEA $ / (10 t. ()(') price for coating/matching paint 150 EA $;i lEA $ '-I ~a().u G 2 YJ inch - for 6 ft high fence 250 EA $ J/ 'O~IEA $ J 7$"0, D~ for 5 ft high fence 100 EA $ SJ ? .O(}'EA $ g 9tH), o~ for 4 ft high fence 100 EA $ J 3 .t'C>IEA $ 3~()c. O~ price for coating/matching paint 450 EA $ ""'~)IEA $.1 7 ()O~. L' e.) 2 inch - for 6 ft high fence 50EA $ /6 - lEA $ ~o~ ,~~ for 5 ft high fence 200 EA $ JS-- lEA $ J ~ f!J~ _ $ 7'" lEA ... for 4 ft high fence 50EA $ :S .5"<'") - price for coating/matching paint 300 EA 00 lEA $ i,p?fJ .- Page 33 ESTIMATED ITEM ANNUAL UNIT TOTAL NO. DESCRIPTION QUANTITY PRICE EST. BID 1 % inch- 5" )1.) ~'SO- for 6 ft high fence 100 EA S_IEA S ~D ~5'c - for 5 ft high fence 50EA S~IEA S bot) S l../~ b -- for 4 ft high fence 100 EA S~IEA price for coating/matching paint 50EA S~IEA S ~C~ --' 35. Concrete (slab base) SO YDS sIte NO S S ~-l'~ - 36. Removal of existing fence 2500 LF Sj,>.t>>ILF S 3 I 15,() - (price will include disposal) 37a. Standard hourly labor rate, 3000 HRS SA S /HR S 7"s-cY.0.CC Monday through Friday, 8:00 AM to 5:00 PM (not to be used for removal or debris disposal) TOTAL ESTIMATED BID OF LOT B S ,-/30 J6 7j- ,. )16~ 1 /CJv.o C , TOTAL ESTIMATED BID OF BOrn LOTS A AND B S IMPORTANT NOTE: When comDletine: your bid. do not attach any forms which mav contain terms and conditions that conmet with those listed in the County's bid documents(s). Inclusion of additional terms aod conditions such as those which mav be on your comoany's standard forms sltaU result in your bid beine: declared non-resDOnsive as these chan2es will be considered a counteroffer to the County's bid. Performance shall be not later than three (3) calendar days After Receipt of Order (ARO) per Special Terms and Conditions #8. Inquiries regarding this Invitation for bids may be directed to Linda Carson, Senior Purchasing Agent, at telephone number (407) 836-5548. Bid ResDODse Documents - Tile foUowing documents constitute your bid: A. Bid Proposal, Authorized SignatorieslNegotiators, Drug-Free Workplace, Conflict/Non- Conflict ofInterest Form, Schedule of Sub-Contracting, and current W9. B. Descriptive literature or detailed specifications for any equal products proposed. C. Completed reference documentation, pages 37 and 38. D. Qualifications of Bidders information, per Special Terms and Conditions #3. E. Certificate of Competency and License, per Special Terms and Conditions #3. Page 34 THE FOLLOWING SECTION MUST BE COMPLETED BY ALL BIDDERS: Company Name: m;/)Ch'i lrd/VOAr/rS- a>>M hJc{ .('e('Vl'.~..J L"fG NOTE: COMPANY NAME MUST MATCH LEGAL NAME ASSIGNED TO TIN NUMBER. CURRENT W9 MUST BE SUBMI1TED WITH BIDIPROPOSAL. TIN#: '~b '-/01'17 IS-- Address: ~~:1 Gf/?1-U>-Q../ CuA~ OIlJt.u~ f:L (Street No. or P.O. Box Number) (Street Name) 3~ /' k,J'--/ (City) (County) (State) ContacfPenon: ShA;~.u a. ~)e.,ThJ'u()~r'J v Phone Number: '7'\17.' 177-<Jd t1 () Fax Number: iI() '/ - 7' 7?-dd,). () E-mailAddress:lYYl;)lf:...Ji.Nc"lJ.rJ;...qL@ bc/j...!'r.Jv'7).,A/eJ J (Zip Code) EMERGENCY CONTACT Emergency Contact Penon: S h~w"./ (7 W~Jl;)).I, j;;J J . '-I $1('./- ZJ) (j Telephone Number: 4-',,?-, 9 7?-d..?~(J CeU Phone Number: /.It!;a.. ~ Residence Telephone Number:'4 6?- 9 J If-;~ 2J Page 35 AUTHORIZED SIGNATORIESINEGOTIA TORS The bidder or proposer represents that the following persons are authorized to sign bids, proposals~ negotiate and/or sign contracts and related documents to which tbe bidder will be duly bound: Name 5hA;fM) a i);v~)~jt,) Title f}L,.ijO/~-< IT Telq>hone NumberlE-Mail /.;67- / 77-(13'00 i)l~ - fttrJ~ (SIgnature) &~ (/)A.--j (title) /l?/ f{~J J(dNII4L CJ/Wl J~~~ k"~H~.AJ ~ (Name of Business) ci 1/;;;. )d"f (Date) The bidder/offeror shall complete and submit the following information with the bid or proposal: Type of Organization Sole Proprietorship Joint Venture ~artnershiP ~ Corporation Non-Profit State of Incorporation: F L . Principal Place of Business (Florida Statute Chapter 607): Dz/} e,& ;:::2. -:? ~ 7 t. J- ) 5JniCounty/State Federal LD. or Social Security number is t, ~ -- /0 9 J 7/ J' ACKNOWLEDGEMENT OF ADDENDA The bidder/proposer shall acknowledge receipt of any addenda issued to the 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 or proposal. Failure to acknowledge an addendum that has a material impact on the solicitation may negatively impact the responsiveness of your bid or proposal. Material impacts include but are not limited to changes to specifications/scope of work, delivery time, performance period, quantities, bonds, letters of credit, insurance, qualifications, etc. Addendum No. , Date Addendum No. , Date Addendum No. , Date Addendum No. , Date Page 36 REFERENCES: List three (3) customers during the past ten (10) years for the goods or services specified in the solicitation in the spaces provided below giving the company name, contact person, address, telephone number, and date services were performed, as described. 1. Owner's Name: Jt IlJG e./ a. Description of goods or services provided: f:u,re r, / L/I ej:i!J b. Contract Amount: ~ 00, ()t) e) , c. Date services completed: ,- -~~ <11 Contact m J: vM.c t"./h t;{ d. Address Telephone Number: 9 Y /.- 7c:?:2.....7 "?d--;> ,/ 2. Owner's Nome: C7f!/ r (),-f-a-rt~ a. Description of goods or services provided: Ft-?rr...R.-/ b. Contract Amount: .;2 ~cJ Jd ~ -- / - Date servkes completed:, ~(~~; _ Contact IJi -f', - /l ~ ) c. d. Address Telephone Number: '-IcJ ?'"'~'j ~ --f i..l S'-- Page 37 3. Owner's Name: ~~ /k;t~ a. Description of goods or services provided: '0 b. Contract Amount: I r1 d, ~ ~ eJ (J CJ c. Date services completed: 0iJ:. / i c1 t'J 0 cY d. Contact ~h-' r/jaAf'lq/YI~ Address Telephone Number: o/d7" </7(}--2/YJY Page 38 DRUG-FREE WORKPLACE FORM The pndersigned vendor, in accordance with Florida Statute 287.087 hereby certifies that TJ1, ~,(,_ i Lr,.'tfJ ifA,)('k, (" does: Name ofBusine~ 1. Publish a statement notifYing employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in Paragraph I. 4. In the statement specified in Paragraph 1, notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Florida Statute 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of Paragraphs 1 thru 5. As the person authorized to sign this statement, I certify that this firm complies fully with above requirements. J;~ a~- Bidder's Sign re oJ/I 1- ~ / tt/ J' DJrte 2/12/01 ~ ~~ o~ u... =~ j;;;l;;. CI.l. ~o oz ra;l~ ~- j;;;l Q ~ CI.l o - ~ fI> U "0 "0 :0 <Ii' Q .$2 - ;g o U ~ fI> 5 E--o lU l CI.l ~ -s c:: .- ~ fI> :s as o ~ 5 ... ~ ~ =-- "0 ii5 ~ -s 1 ~ .$2 - :.a Q o u 1 fI> d E .$2 ~~ f--Ic. "a .0 U .~ 5 c. ~ (S .s~ c....ii; o 0 ~,g c:: :s . $2 :.: - 0 ~ fI> CI.l] .5 ~ "0"0 ~ ~ S-s u_ 8.5 <Il <Il <Il ~ <c. "'1 .......-:ti OCl...,. -91_:: a::aa f! g g 0 ..~ a~ 11oo <~ S'O 1 ~ ~'! ';~ !:,! !-o ! '0 '0 < .. s .. 2! i -= rIJ ... Q I z ~ Z >. 5 Q. e o U 0Cl 0'1 N o - CONFLICI'INON-CONFLICI' OF INTEREST STATEMENT CHECK ONE [ l~ To the best of our knowledge, the undersigned finn has no potential conflict of interest due to any other clients, contracts, or property interest for this project. QR [ ] The undersigned finn, by attachment to this fonn, submits infonnation which may be a potential conflict of interest due to other clients, contracts, or property interest for this project. LmGATION STATEMENT CHECK ONE [~. The undersigned finn has had no litigation and/or judgments entered against it by any local, state or federal entity and has had no litigation and/or judgments entered against such entities during the past ten (10) years. [ ] The undersigned flflD, BY ATIACHMENT TO TIllS FORM. submits a summary and disposition of individual cases of litigation and/or judgments entered by or against any local, state or federal entity, by any state or federal court, during the past ten (10) years. rtt''JCJj Ird4 )(k'~{j -C0;;/ .z;d S,~r/I,~. Uvc COMPANY NAME ~4Vt1 AUTHORIZED SIGNA ..f~,owd a · <.-7011:/ t/ N~ (P~ OR TYPE) {fC../J(Y6> . TITLE Failure to check the appropriate blocks above may result in disqualification of your proposal. Likewise, failure to provide documentation of a possible conflict of interest, or a summary of past litigation and/or judgments, may resuh in disqualification of your proposal.