HomeMy WebLinkAbout2004-166 Indian River County ORIGINAL
Purchasing Division q d `
2625 19t'' Avenue z
Vero Beach , FL 32960-3335 * iE
' 'Phone (772) 567-8000 Fax (772) 770-5140 �LORI��
Invitation to Bid
Project Name : Security Fencing for South County RO Plant
' Bid # : 6079
' Bid Bond Required : Yes
Performance Bond Required : Yes
Payment '
y t B n o d Required : Yes
' Pre Bid Meeting : June 2 , 2004 at 10 : 00 AM at South County RO Plant located at
1550 9th ST SW, Vero Beach , Florida
' Refer Technical '
ca Specifications Questions to :
Art Pfeffer, Project Specialist
Email : apfefferC;ircgov. com
Phone : (772) 567-8000 ext. 1826 Fax : (772) 770 -5143
Refer General TermConditions' '
s & Questions to .
Fran Powell, Purchasing Manger
Phone : (772) 567-8000 ext 1416 Fax : (772) 770 -5140
Email : purchasing(aircgov. com
Bid Opening Date : June 9 , 2004
Bid Opening Time . 2 : 00 P . M .
MEN
' SUBMIT ONE 1 ORIGINAL AND ONE (1 ) COPY OF THE INVITATION TO BID FORM
ALL BIDS MUST BE RECEIVED IN THE PURCHASING DIVISION LOCATED AT 2625
' 19TH AVENUE , VERO BEACH , FLORIDA 32960 PRIOR TO THE DATE AND TIME
SHOWN ABOVE . LATE BIDS WILL BE RETURNED UNOPENED
Page 1 of 52
ADVERTISEMENT FOR BID
iNotice is hereby given that the Indian River County Board of County Commissioners is calling for
and requesting bids for the following :
Indian River County Bid #6079
Security Fencing at South County Water Plant
Indian River County is accepting sealed bids for the installation of security fencing at the South
County Water Plant . This facility is located at 1550 9th Street SW, Vero Beach, Florida.
Detailed specifications for the above may be obtained from DemandStar. com at : 800-711 - 1712 or
downloaded from their web site at : www . demandstar. com . Bid documents are also available at the
Indian River County Purchasing Office located at 2625 19th Avenue, Vero Beach, Florida.
A Pre-Bid Conference is scheduled for June 2 2004 at 10 : 00 AM at the South County Water
' Plant entrance located at 1550 9th Street, SW, Vero Beach, Florida. Interested bidders are strongly
encouraged to attend .
' Deadline for receipt of bids has been set for 2 : 00 P.M. on June 9, 2004 . Only bids received on or
before the time and date listed will be considered. Late bids will be returned unopened.
1 The Board of County Commissioners reserves the right to accept or reject any and all bids in whole
or in part and to waive all informalities .
PURCHASING MANAGER
INDIAN RIVER COUNTY
Publish : May 19 & 26 , 2004
For Publication in the Press Journal
' Please furnish Tear Sheet, Affidavit of Publication, and Invoice to : Indian River County
Purchasing Division
' 2625 19th Avenue
Vero Beach, FL 32960
1
' Page 2 of 52
INSTRUCTIONS TO BIDDERS
1 . DEFINITION OF TERMS
' Addenda : Any interpretations or revisions , in a written, telegraphic or graphic form to any of the
contract documents received by Bidders before the opening of bids .
Authorized Representative : Any representative of the County, whether or not a County
employee, designated as the County's authorized representative for the purposes of this contract
either in a provision of these specifications or in written communication from the County
Manager to the CONTRACTOR.
Bidder : Any person, firm, corporation, organization or agency submitting a bid for the work
proposed or a duly authorized representative.
Bonds : Bid, performance, maintenance, payment or any other instruments of security furnished
' by the CONTRACTOR and his authorized Surety in accordance with the contract documents .
Change Order : A written order to the Contractor, signed by the OWNER or the Owner ' s agent,
' and the Engineer, authorizing an addition, deletion or revision in the work issued after the award
of contract . Such change order may increase or decrease the contract cost and/or times required
and/or work required performing the contract
Contract or Agreement : The written agreement executed b the OWNER and the
g �' Y
CONTRACTOR for the performance of the work . The contract shall be substantially in the form
' provided in these specifications .
Contract Bond : The security furnished by the CONTRACTOR and the Surety as a guaranty that
the CONTRACTOR will fulfill the terms of the Contract in accordance with the plans ,
specifications and other contract documents, and pay all legal debts pertaining to the construction
of the Project .
r
CONTRACTOR or Vendor : The person, firm, corporation, organization or agency with whom
the OWNER has executed a contract for performance of the work or supply of equipment or
materials or his duly authorized representative .
Engineer : Art Pfeffer, Project Specialist, Utilities Department (772 ) 567- 8000 ext 1826 .
OWNER or County : Board of County Commissioners , INDIAN RIVER COUNTY or its
authorized representative .
Plans : Drawings or reproductions thereof furnished by the Engineer pertaining to the Project .
' Specifications : The directions , provisions and requirements contained herein, together with all
written agreements made setting out or relating to the method and manner of performing the
' requested services , the quality of material and personnel to be furnished under this contract . All
applicable laws of the State of Florida, the Federal Government and the rules and regulations of
the County of Indian River are hereby adopted and made a part hereof as specifications .
' Page 3 of 52
Subcontractor : Any person, firm or corporation other than the CONTRACTOR supplying labor
or materials for work being performed under these specifications .
Substantial Completion : The date certified by the Engineer when the construction of the Project,
1 or a specified part thereof, is sufficiently completed, in accordance with the Contract Documents ,
so that the Project or specified part can be utilized for purposes for which it was intended .
Surety : The corporate body which is bound with and for the CONTRACTOR, and which
contracts responsibility for his acceptable bid, performance and maintenance of the Project and
for his payment of all obligations pertaining thereto .
Work : All labor, materials and incidentals required for the construction of the improvement for
which the contract is made, including superintendents , use of equipment, and tools, and all
services and responsibilities prescribed or implied, which are necessary for the complete
performance by the CONTRACTOR of his obligations under the Contract . Unless otherwise
specified herein or in the Contract, all costs of liability and of performing the work shall be at the
Contractor ' s expense .
2 . SPECIFICATIONS
All sections of the specifications and all supplementary documents are essential parts of the
contract and requirements occurring in one area as though occurring in all . These specifications
and documents in their entirety shall be included in, and made a part of, the contract between the
County and the successful bidder.
In the event there is any conflict between the terms and conditions contained in the specifications ,
the precedence of the specifications shall be as follows :
Addenda or modifications of any nature, if any
Supplementary conditions , if any
' Technical specifications, if any
Special provisions
General conditions
Instructions to bidders
Bid form
Invitation to bid
There will be no oral interpretations of these specifications . Any bidder/proposers in doubt as to
the true meaning of any part of the specifications or related documents may submit a written
request to the Purchasing Manager for interpretation thereof. The Purchasing Manager shall
receive all requests for interpretation or corrections no later than ten (10) days prior to the deadline
for submitting bids/Bids . Any interpretation to a bidder will be made only by an addendum duly
' issued and a copy of such addendum will be mailed and delivered to each bidder receiving a set of
documents .
3 . BOND REQUIREMENTS
Bond requirements , if any, are detailed in the section entitled Special Provisions .
' Page 4 of 52
4. PREPARATION OF BIDS
Bids shall be submitted in triplicate on the prescribed form provided in these specifications . All
copies must be plainly marked by the bidder who will be responsible for their correctness . All
1 blank spaces must be filled in as noted in ink or type . Bids having erasures or corrections must be
initialed in ink by the bidder.
Only one bid from any individual firm, corporation, organization or agency under the same or
different name shall be considered . Should it appear to the OWNER that any bidder is interested
in more than one bid, all bids in which such bidder has interest would be rejected .
IIf SUBCONTRACTORS are allowed, bids shall be accompanied by a list of all
SUBCONTRACTORS that the bidder proposes to employ, subcontractor shall not be changed
without approval of the OWNER.
Any deviation from these specifications must be explained in detail . Otherwise, it will be
considered that labor, materials and equipment bid is in strict compliance with these
specifications and the successful bidder will be held responsible for meeting those specifications .
Any exceptions or clarifications to any section of the specifications shall be clearly indicated on a
separate sheet(s) attached to the bid form and shall specifically refer to the applicable
specification paragraph and page .
A bidder is expected to fully inform himself as to the requirements of the specifications and
failure to do so will be at his own risk . A bidder shall not expect to secure relief on the plea of
error.
No alternate bids shall be submitted unless specifically requested in the Invitation to Bid
documents .
5 . QUALIFICATIONS OF BIDDERS
The County reserves the right to make such investigations as it may deem necessary to establish
the competency and financial ability of any bidder to perform the work. Interested vendors are
to provide proof of a current Indian River County Competency card with his/her bid.
If, after the investigation, the evidence of competency and financial ability is not satisfactory, the
County reserves the right to reject the bid .
6. RECEIPT AND OPENING OF BIDS
All bids must be submitted in a sealed envelope, addressed and mailed or delivered as stated in
the Invitation to Bid. Any bidder may withdraw his bid either personally or by telegraphic or
written communication at any time prior to the scheduled closing time for the bid .
The bidder shall submit his bid on the form furnished along with all information indicated on the
form . Bids shall be in the units specified for each item . The bidder shall enter the company name
wherever the bid form so indicates .
' Bids shall be opened and publicly read at the time and place indicated in the Invitation to Bid .
Page 5 of 52
7. CONSIDERATION OF BIDS AND AWARD OF CONTRACT
The contract will be awarded to the lowest responsible and responsive bidder whose bid,
conforming to the specifications and/or instructions to bidder, will be the most advantageous to
the County, price and other factors considered .
The OWNER reserves the right to award the contract to other than the low bidder for such reasons
as acceptability of specific products or designs , delivery times , warranties , past performance,
unacceptable deviations or exceptions taken to these specifications or degree of compliance with
any other requirement of these specifications . Further, OWNER shall have the right to consider
price, quality, time required for performance and qualifications of the bidder in making the award.
The OWNER reserves the right to waive any and all irregularities and to reject any or all bids in
the best interest of the OWNER and award the contract to the responsible bidder whose bid is
determined to be in the best interest of the County.
If the contract is awarded, the OWNER will accept the bid and award the contract to
the
successful bidder within sixty (60) days after the opening of the bids, by written notice to the
successful bidder. The award of the contract will be made to one CONTRACTOR only for all
work to be done .
Failure on the part of the successful bidder to execute a contract within fifteen (15 ) days after the
notice of acceptance shall be just cause for annulment of award. The OWNER may then accept
the bid of the next best-evaluated bid or re-advertise for bid .
If the bid of the next bidder is accepted, this acceptance shall bind such bidder as
P p though he were
the original successful bidder.
8 . ACCEPTANCE OF OFFER
The signed bid shall be considered an offer on the part of the bidder; such offer shall be deemed
accepted upon completion of all steps in the purchasing process and issuance by the County of a
' contractual document .
9. PERFORMANCE
jAll material and parts shall be bid F . O . B . Destination, at the job site .
10. CONFLICT OF INTEREST
The bidder, by signing his bid, certifies that to the best of his knowledge or belief,
no
elected/appointed official or employee of the County is financially interested, directly or
indirectly, in the purchase of the goods or services specified on this order.
11 . ADDENDA
Addenda issued by OWNER prior to the bid opening shall be binding as if written into the
specifications . Bidders shall acknowledge receipt of the same as indicated on the bid form .
Page 6 of 52
GENERAL CONDITIONS
1 . RESPONSIBILITIES OF THE CONTRACTOR
1 Performance : The CONTRACTOR shall perform all authorized work initiated by the OWNER
promptly and diligently in a good, proper and workmanlike manner in accordance with these
Specifications . The CONTRACTOR, in doing the work, shall have the freedom to perform the
authorized work by such means and in such a manner as he may choose within the limits of these
Specifications . Employees of the CONTRACTOR shall not be deemed employees of the
OWNER for any purposes whatsoever.
Materials, Services and Facilities : The CONTRACTOR shall provide and a for all labor,
p pay ,
tools , equipment, transportation and it shall be of a high quality in every respect. The
' CONTRACTOR will pass through to the COUNTY an invoice from their supplier for the fencing
materials ordered for this project. The CONTRACTOR'S employees shall be as clean and in
good appearance as the job conditions permit and shall conduct themselves in an industrious and
courteous manner. Modern tools kept in good working order shall be utilized . Adequate first aid
supplies shall be provided by the CONTRACTOR and shall be accessible to the employees .
Subcontractor : The CONTRACTOR may utilize service or specialty SUBCONTRACTORS on
those parts of the work, which under normal contracting practices , are performed by specialty
SUBCONTRACTORS . The following provisions shall apply:
The CONTRACTOR shall notify the OWNER in writing of any subcontract that is to be
utilized and no subcontractor shall be employed without the written approval of the
OWNER.
' The CONTRACTOR shall be as fully responsible to the OWNER for acts and omissions
of persons directly or indirectly employed by him as he for the acts and omissions of
persons strictly employs him .
Nothing contained in this contract shall create any kind of contractual relationship
between the SUBCONTRACTORS and the OWNER.
iCompliance with Laws and Regulations : All County, State and Federal law, regulations or
ordinances must be strictly observed. CONTRACTORS shall be responsible for all practical and
legal notices and signals to the public while the work is in progress and shall take precautions that
may be necessary to protect life and property.
Responsibility for Damages : The CONTRACTOR shall indemnify and hold harmless the
OWNER from all suits , actions or claims of any character brought on account of any injuries or
damages received or sustained by any person, persons , or property by or from the said
CONTRACTOR, or by or in consequence of any neglect in safeguarding the work through the
use of unacceptable materials or workmanship or by or on account of any activity or omission,
neglect or misconduct of the CONTRACTOR, a SUBCONTRACTOR or by an account of, any
claim or amounts recovered from any infringement of patent, trademark or copyright or from any
claims or amounts arising or recovered under the "Workers Compensation Law " or any other law,
by- laws, ordinance , order or decree .
Page 7 of 52
Enforcement or Litigation Cost : The CONTRACTOR shall pay all costs and expenses that
' may be incurred by the County (i) in enforcing compliance by the CONTRACTOR with the
provisions of this contract, or (ii) in defending any proceeding or suit brought against the County
for violation by the CONTRACTOR, of any law or ordinance , or (iii) in defending any action or
1 suit for which indemnification is required thereunder. If the County shall be, or be made, a party
to any litigation with respect to any matter arising out of, or related to , this contract as to which
the CONTRACTOR is at fault or responsible, the CONTRACTOR shall pay all judgments ,
decrees and costs , including reasonable attorney' s fees , incurred by or imposed upon, the County
in connection therewith .
2 . INSURANCE :
OWNERS and SUBCONTRACTORS Insurance : The CONTRACTOR shall not commence
work until he has obtained all the insurance required under this section, and until such insurance
has been approved by the OWNER, nor shall the CONTRACTOR allow any
SUBCONTRACTOR to commence work until the SUBCONTRACTOR has obtained the
insurance required for a CONTRACTOR herein and such insurance has been approved unless the
SUBCONTRACTOR's work is covered by the protections afforded by the CONTRACTOR's
insurance .
Compensation Insurance : The CONTRACTOR shall procure and maintain worker' s
P
compensation insurance to the extent required by law for all his employees to be engaged in work
under this contract . In case any employees are to be engaged in hazardous work under this
contract and are not protected under the worker's compensation statute, the CONTRACTOR shall
provide adequate coverage for the protection of such employees .
Public LiabilityInsurance : The CONTRACTOR CTOR shall procure and shall maintain commercial
general liability insurance (including contractual coverage) and commercial automobile liability
insurance in amounts referenced in Exhibit A. The OWNER shall be an additional named insured
on this insurance with respect to all claims arising out of the operations or work to be performed .
Proof of Carriage of Insurance : The CONTRACTOR shall furnish the OWNER a certificate of
insurance in a form acceptable to the OWNER for the insurance required . Such certificate or an
endorsement provided by the CONTRACTOR must state that the OWNER will be given thirty
(30) days written notice prior to cancellation or material change in coverage .
Permits and Licenses : The CONTRACTOR shall procure all permits and licenses , pay all
charges and fees and give all notice necessary and incidental to the performance of the work .
' The COUNTY has obtained the permit in place for this project .
Assignment of Contract : The County reserves the right to terminate a contract by giving thirty
' (30) days notice in writing, of the intention to terminate if at any time the CONTRACTOR fails to
abide by or fulfill any of the terms and conditions of the contract . The County also reserves the
right to terminate this contract for the convenience of the County, and/or with or without cause .
Fiscal Non4unding : In the event sufficient budgeted funds are not available for a new fiscal
period, the County shall notify the vendor of such occurrence, and the contract shall terminate on
the last day of the current fiscal period without penalty or expense to the County.
Page 8 of 52
' Liens : Before the final acceptance of the work and payment by the OWNER, the
CONTRACTOR shall furnish to the OWNER proper satisfactory evidence, under oath, that al l
claims for labor and materials employed or used in the construction of said work have been
' settled and no legal claim can be filed against the OWNER for such labor and materials . If such
evidence is not furnished to the OWNER, such amounts as may be necessary to meet the
unsatisfied claims may be retained from moneys due to the CONTRACTOR under this contract
until the liability shall be fully discharged .
3 . CONDUCT OF THE WORK
All parts and materials to be permanently installed shall be new and of the most suitable grade for
the purpose intended. Equipment shall be modern, in good condition, and of adequate size and
proper type to perform the duty required.
4 . DEFECTIVE WORK AND MATERIALS .
All materials furnished or work done, when not in accordance with the intent of these
Specifications, shall be rejected and shall be removed immediately and replaced by suitable and
satisfactory work and materials . Failure to reject any defective work or materials will not prevent
later rejection when such a defect is discovered and shall not relieve the CONTRACTOR of his
obligation to fulfill his contract even though such work and materials have been previously
inspected by the OWNER and accepted; it shall not obligate the OWNER to final acceptance nor
shall it prevent the OWNER in any time subsequent from recovering damages from work actually
shown to be defective within a one ( 1 ) year period after the final acceptance.
If the CONTRACTOR fails to remove any defective work or materials ,als , the OWNER shall have
the right to stop work and remedy the cause at the expense of the CONTRACTOR.
If the OWNER deems it expedient to accept minor imperfect work, the OWNER shall have the
right to retain such work and an equitable deduction shall be made in the Contract price .
Damage to the Work. Until final acceptance of the work by the OWNER, it shall be under the
charge and care of the CONTRACTOR and he shall take every necessary precaution against
injury or damage to the work by the action of the elements, or from any other cause whatsoever.
The CONTRACTOR shall rebuild, repair, restore and make good, at his own expense, damages to
any portion of the work before its completion and acceptance .
Final Cleanup . Before the work is considered complete, al l rubbish and unused material due to ,
or connected with, the work must be removed and the premises left in a condition satisfactory to
the OWNER. Al 1 property, public or private , disturbed or damaged, during the execution of the
work shall be restored to its former condition . Final payment will be withheld until such work is
' accomplished .
5 . SAFETY AND PROTECTION
' Safety. The CONTRACTOR shall furnish and install al 1 necessary equipment and facilities for
the protection of the workers and the safety of the public and shall carry on this work in a manner
' best calculated to avoid injury to the public or to the workers .
' Page 9 of 52
Protection of Adjacent Property and Utilities : The CONTRACTOR shall conduct his work in
such a manner as to avoid damage to adjacent private or public property and shall immediately
repair or pay for any damage incurred through his operations . The CONTRACTOR shall take
' cognizance of all existing utilities and he shall operate with due care in the vicinity of such
utilities and shall immediately repair or have repaired at no additional costs to the OWNER any
breakage or damage caused by his operation. Should the OWNER be required to make such
' repairs , the cost of such repairs shall be deducted from the contract price .
6. TERMINATION/DEFAULT
If the CONTRACTOR shall be adjudged as bankrupt, or if he should make a general assignment
for the benefit of his creditor(s) , or if a receiver shall be appointed for the CONTRACTOR, or if
he should persistently or repeatedly refuse or fail to supply enough properly skilled workmen or
proper materials, or if he should refuse or fail to make payment to persons supplying labor or
materials for the work under the contract, or persistently disregards instructions of the OWNER,
1 or fails to observe or perform, or be guilty of a substantial violation of any provision of the
contract documents, then the OWNER, after serving at least ten (10) days prior written notice to
the CONTRACTOR of its intent to terminate, and such default shall continue unremedied for a
period of ten (10) days , may terminate the contract without prejudice to any other rights or
remedies and take possession of the work ; and the OWNER may take possession of, and utilize in
completing the work, such materials , appliances and equipment as may be on the site of the work
and necessary therefore . The CONTRACTOR shall be liable to the OWNER for any damages
resulting from such default.
' 7. DELAY
Notwithstanding the contract schedule, the County shall have the right to delay performance for
up to three (3 ) months as necessary or desirable, and such delay shall not be deemed a breach of
contract, but the contract schedule shall be extended for a period equivalent to the time lost by
reason of the County's delay.
If the work is stopped or delayed for more than three (3 ) months , either in whole or in substantial
part, either the County or CONTRACTOR may elect to terminate the contract because of such
delay. If such stoppage or delay is due to actions taken by the County within its control
,
CONTRACTOR ' S sole remedy under the contract shall be reimbursement for costs reasonably
expended in preparation for or in performance of the contract plus CONTRACTOR ' S lost profit
for the period of CONTRACTOR ' S performance on the jobsite .
If the performance of the contract is delayed by fire, lightning, earthquake, cyclone or other such
cause completely beyond the control of either the County or CONTRACTOR, then the time for
completion of the contract shall be extended for a period equivalent to the time lost by reason of
' any of the aforesaid causes .
8. WARRANTY/GUARANTEE
' CONTRACTOR warrants and guarantees to OWNER that all materials will be new unless
otherwise specified and that all work will be of good quality and free from defects and
in
accordance with the Specifications .
Page 10 of 52
CONTRACTOR agrees to remedy promptly and without cost to OWNER, any defective materials
or workmanship that appear within one (1) year from the date of completion of the work.
No provision contained in these Specifications shall be held to limit CONTRACTOR ' S liability
for defects to less than the legal limit of liability in accordance with law .
No provision contained in these Specifications shall be held to limit the terms and conditions of
the Manufacturer's Warranty and CONTRACTOR shall secure parts , materials and equipment to
be installed with Manufacturer's full warranty as to parts and service for one (1) year wherever
possible .
9 . ASBUILT DRAWING REQUIREMENTS
1 Prior to Final Acceptance, the CONTRACTOR shall submit to the OWNER two (2) sets of
Asbuilt Plans . This plan set shall show the exact way in which the installation was constructed,
I including all changes during the course of the project . As a minimum, the plan set shall show the
following :
The CONTRACTOR shall correct any errors to the As-Built plans upon review by the
ENGINEER before Final Acceptance is complete .
' 10. NOTICES
Notices to the CONTRACTOR pursuant to these Specifications shall be deemed to have been
1 properly sent when mailed to the CONTRACTOR at the address provided on the bid form .
' Notices to the County shall be deemed to have been properly notified when mailed to the Erik
Olson, Director Indian River County Utilities Department, 1840 25th Street, Vero Beach, Florida
32960 ,
11 . DISPUTE
Except as otherwise provided in this contract, any dispute concerning a question of fact or of
interpretation of a requirement of the contract which is not disposed of by mutual consent
between the parties shall be decided by the Utilities Director, who shall reduce the decision to
writing and furnish a copy thereof to the parties . In connection with any dispute proceeding under
this clause , the party shall be afforded an opportunity to be heard and to offer evidence in support
of its version of the facts and interpretation of the contract .
iThe Utilities Director shall make such explanation as may be necessary to complete, explain or
make definite the provisions of this contract and the findings , and conclusions shall be final and
binding on both parties . Pending the final decision of a dispute thereunder, CONTRACTOR shall
proceed diligently with its performance of the contract in accordance with the preliminary
directions of the Utilities Director.
r
Page 11 of 52
' 12 . TERMINATION BY THE COUNTY
The County reserves the right to terminate a contract by giving thirty (30) days notice in writing,
' of the intention to terminate, if at any time the CONTRACTOR fails to abide by or fulfill any of
the terms and conditions of the contract . The County also reserves the right to terminate this
contract for the convenience of the County, and/or with or without cause .
Fiscal Non-Funding : In the event sufficient budgeted funds are not available for a new fiscal
period, the County shall notify the vendor of such occurrence and the contract shall terminate on
the last day of the current fiscal period without penalty or expense to the County.
13 . PUBLIC ENTITY CRIMES
Public Entity Crimes - Section 287 . 133 of the Florida State Statutes requires that a
CONTRACTOR submit a sworn statement concerning Public Entity crimes before a purchase of
$ 10, 000 . 00 or more can be made by a Government Entity. Bidders are required to submit the
enclosed form (Refer to Forms Section of Bid Document) with their bid, as failure to do so may
be reason for rejection of bid .
' 14 . PUBLIC DISCLOSURE STATEMENT
Conflict of Interest : Any entity submitting a bid or entering into a contract with the COUNTY
shall disclose any relationship that may exist between the contracting entity and a County
Commissioner or County employee . The relationship with either must be disclosed as follows :
Father, mother, son daughter, brother, sister, uncle aunt first cousin nephew,
g p niece, husband,
wife, father-in-law, mother-in- law, daughter-in-law, son-in-law, brother-in-law, sister-in-law,
stepfather, stepmother, stepson, stepdaughter, stepbrother, half brother, half sister, grandparent, or
grandchild.
The term "affiliate" includes those officers, directors, executives , partners, shareholders ,
employees , members , and agents who are active in the management of the entity. The disclosure
of relationships shall be a sworn statement made on a county approved form . (Form provided in
the Forms Section of this Bid) . Failure to submit form may be cause for rejection of bid.
15 . PAYMENT
Payment will be made by the County in two (2) payments , the first payment will be made after the
materials are ordered, second payment will be made upon completion of the work and acceptance
by the County. Contractor shall include an invoice from their materials supplier with the first
payment request.
' Page 12 of 52
SPECIAL PROVISIONS
Is SCOPE
' These Special Provisions shall supplement the General Conditions and shall govern purchases by
the County of Indian River under these Specifications , except that technical specifications, if any,
will govern if any conflict arises between such technical specifications and these Special
Provisions .
2 . DESCRIPTION OF THE WORK/ALTERATIONS
' The work for this project shall consist of furnishing all labor, material and equipment to install
security fencing at the South County RO Plant located at 1550 9th ST SW, Vero Beach. The
' project consists of the following
• Install approximately 4 , 700 LF of fencing material with a new 6 ' x 16" double entry
swing gate to enclose the RO plant
I • Install approximately 284LF of fencing material and one ( 1 ) double entry gate to secure a
work trailer on the site .
• Replace 250 LF fence as per drawing (Attachment A)
• Replace and existing gate with a 6 ' x 20 ' single leaf, manual open gate with track and
wheels .
• All work shall be in accordance with the drawing (Attachment A) provided herein .
Extra work : Without invalidating the contract, the OWNER may at any time, by written change
order and without preliminary notice to the surety, order extra work within the general scope or
alter the work by addition or reduction, and the contract price will be adjusted accordingly.
Changes in work : The County shall have the right to suspend work wholly or in part for such
period or periods as may be deemed necessary due to unsuitable weather or other conditions ,
which the County considers unfavorable for the work to proceed. No allowance of any kind will
be made for such suspension of work except an equivalent time for completion of the contract .
Changed conditions : If during the progress of work, field conditions are found to differ
materially from those covered by the Specifications or from those, which could reasonably have
been foreseen by the CONTRACTOR after examination of the site, the CONTRACTOR shall call
such conditions to the attention of the OWNER and necessary changes will be made to the
Specifications . If these changes entail extra work or materials and the value of such work has not
been determined by unit price under the contract, the values of such work or change shall be
determined by negotiation. The OWNER and CONTRACTOR shall execute a change order to
the contract at mutually satisfactory unit prices or lump sums for any extra work, addition or
deletion made necessary by such changed conditions and requested by the County.
3 . COMMENCEMENT OF WORK
The work shall commence immediately upon receipt of a Notice to Proceed .
Page 13 of 52
' 4 . TIME OF COMPLETION
The work shall be completed within the time slated on the bid as time required to complete all
' work .
5 . CONTRACT PRICE
The County shall pay the CONTRACTOR the lumpsum amount for the work at the price(s)
p ( )
stated on the bid form upon completion and final acceptance by the ENGINEER. No additional
' payment shall be made to the CONTRACTOR except for additional work or materials as stated
on a valid change order issued by the County prior to the performance of the work or delivery of
materials .
' Final Payment Acceptance : The acceptance by the CONTRACTOR of final payment due on
termination of this contract shall constitute a full and complete release of the County from any
and all claims , demands and causes of action whatsoever which the CONTRACTOR, its
successors or assigns have or may have against the County under the provisions of this contract.
6. EXAMINATION OF THE SITE
Before submitting this bid, the bidder shall visit the job site in order to ascertain the prevailing
local conditions , which may affect the work to be done .
A pre-bid meeting is scheduled for 10 : 00 AM on June 2 , 2004 at the South County RO Plant
' office located at 1550 9th ST SW Vero Beach, Florida. Interested bidders are encouraged to
attend .
' No payment for additional work or materials shall be made upon any claim of changed
conditions(s) if such condition(s) could have been reasonably foreseen upon diligent examination
of the site prior to submission of the bid .
7. COOPERATION/COORDINATION
' The OWNER and its authorized representatives shall be permitted free access and every
reasonable facility for the inspection of all work and materials .
Work by OWNER: The County hereby reserves the right to perform activities in the area where
work is being done under this contract with its own forces .
Work by Other CONTRACTORS : The County hereby reserves the right to permit other
CONTRACTORS to work within the area, which is the site of the work under the contract .
Coordination : CONTRACTOR shall afford OWNER and other CONTRACTORS reasonable
opportunity for the introduction and storage of their equipment , materials and the execution of
' their work concurrently, and shall properly coordinate its work with theirs in the best interest of
the County.
Page 14 of 52
' 8 . BONDS (IF PROJECT COST EXCEEDS $25,000. 00)
Bid Security : Each bid must be accompanied by a cashier' s check, certified check or bid bond in
' the form attached to these specifications payable to INDIAN RIVER COUNTY in the amount of
five (5 ) percent of the bid submitted . Bid security will be forfeited if the successful bidder fails to
execute a contract with the County substantially in the form attached hereto within fifteen (15 )
' days after notification of award of the contract . The OWNER shall within twenty (20) business
days after the opening of the bids , return the bid securities of all bidders except those posted by
the three lowest responsive bidders, whose bid securities will be returned upon the final award
and execution of the contract between the successful bidder and the OWNER, and after proof of
insurance and/or a Performance Bond as specified herein has been received by OWNER.
' Performance & Payment Bonds : The CONTRACTOR shall furnish a Performance Bond in the
form attached to these specifications in an amount of 125 % of the lump sum amount bid as
security for the full and complete performance of the contract and a Payment Bond in the amount
of 100% of the lump sum bid as security for the payment of all persons performing labor,
furnishing materials or furnishing equipment in connection with the contract .
' Requirements as to Surety : The surety or Sureties shall be a company or companies satisfactory
to the County. Any surety shall be required to have a resident agent in the State of Florida and
' shall be duly licensed to conduct business therein. The requirement of a Florida resident agent
may be waived by the County if evidence satisfactory to the County is provided that applicable
requirements have been met to permit service of process on a State official under State law .
1
1
i
1
1
1
1
1 Page 15 of 52
1 1 /
1 ♦v oil M EWAN N01 o
wowr v
OR
• : . OF OF IF . :
v w WE WANES ONO= _ • • .
am aOF •
GO
a am
IF WA�AWA�� EM &�V III ELWAIIIII
aama
• mm S "amma♦
• \
i
• . vi i MA 1003 M
� v
� i Or WANOMIAMERW�
WAN &VAU • : mi -
�g MANE KORWA = a�44 " &VAE ANSI pill
: " r
• : i
11111111F pill
IF V
. • : iON
a aOF
. n
•
lowl
IN
air am
m . • • i
OMNI a
iroll _
: — :
' :
i
m m a
. :
WAWA MASER i
:
RMAI
• - -
. : : . OLDIal
00
-
a "100
: : : -
. : : . ; -
MI
: :
. .
W &WONNAMORM � MW seem III ORN &V � k� EMONAffdG
. .
: . . : • : FAR 11111111we
-
- . :
OF jLZLUd000!jl
: -
• - - -
NO
: : jnk� - V .
. :
• . . • . . � -
• . • �
• :
; -
an
11S : - 00
MR MINOR . ;
_ .
: : :
- : :
. -
09 a :own : : •
: : -
Of a
_ On
: .
: : . 0 : •
• . • • • • /
NO
' . '
oil 1 10 oil U &WMAMEEW� mars
■ • � � •
■ billm rmm lhmfLwm MINEWwworall WIN • T a a M a amP, All •
. .
• . - li INEW am am MASON AN MWAWM am a IF a•
• • • • • _
. . am
Ron am wen �l� usomaoqk� on" on MVA Room a Wool NW�RW % WAM IF
: ■ • p •
i . • . i . : -
WE OF
■ •• / • / / •
Am . . • • . -
• • •
AN
We
■
MIL:
Pip
_ •
_ .
I A I PA FRI • • • • • • •
' .
WE
: :
• :
. . _
in a 0 oil : " - -
or a WE
: : : : : _ a IS
• . _• . • _• • . 4 _ •
A obbell WERE 01 1101 "a PI a " A a
WE III I E
• : : : : : :
a Ill- . : : . : '
i • • ► Vat AN OF WE
a MM• _ • c
: . .9. 1
: :
:
- : : -
1,
. . - . .. ■
. - : :
• ME
• . . . • •
. : � . : :
00 ft ME
mum a
:
•
INN M DJFAVM Val •
WIP1111 MOO 1111 : .
: . :
pill will � amomma�v
,ma . "i r-T!MVIRra 1111111NUM pall
• : - A MWA GO real Nam a a raw -
1 _
In W a Pill 00 WO &MIZOINII 9 we too we am
• are • 01102FISTV PTO
■
04� � &� m a a
VTA
III .. - . . . .
.
ALLUdMLIILMWNRRV �OROLU �rORME IV pill
ONEARIme
: - -
:PIIIlI IN 11111law ft mom 0 IN :
Milli
• • • . • •
: . _
. -
\ • . •
Ar V
Am
vv
:
vim
: awbal
. :
. .
. .
\ : :
all
- • . : " : : '
. . . - .
:
. _ . am W
0 00
: " : :
: 0 : ' ftM : so :
: - :
- W
:
am ME einowalM=ma . A
ME -
- : : - :
- . :AM'
N• • o • _ \ - a a or
: - : " -
: •
:
• _ . . . _ _ ■
04 MEN
• • 1 � 1. _ • � • • � _ AL A
: .
a am
: :
a a a am am as _
I am
111
• D . • - MM
-
: p
_ •
1. 1 _ •
: - 0 will a will wil- : .
• . N • . • 0 op"Wfiralklo III PXAIWAW III •
. -IN
a :
_ . 1. •
• - as a a a _ . 1. •
Go
MONO
seam
-
• . • ♦ • • I "a IN 0.01 a 1. •
will
• - - •
• -
V,VA L41
: ;
VA
_ . 1. 1 _ _ • _ • . • ♦ • _•
_ . 61 _ _ • • . • ♦ • • _
NEW _ : .
Pr-W• .M 1 _ • _ • . I. 1 _ • . 1. •
' , • ; - -
Wl
• . • . • • _ .
VIP al
_ ."Iraq 1.11 1 -vs -vs UWE
•
LNUMBNAW" VISADJESMI
1 1 • v • .
will
\ -
_ . 1. _ _ • . _ _ 1. •
• . • ♦ • •
IF
1 • 1
- r
♦ The CONTRACTOR
1 . PROCEDURES • SUBMITTALS
1
, Caefdinatien ef Submittal Times .: Prepare and transmit eaeh submittal stiffleient1l.,
aEhTanee of peFf0FMiHg the related woFk er- other- applieable aetivities , or- within the time
speeified in the individual werk seetions , of the Speeifieations , so that the installation will not
be delayed by pfeeessing times ineluding disapproval and r-esubmittal (if required) ,
eeer-dination with other- submit4als , testing, ptir-ehasing, fabr-ioation, delivery and simil
sequeneed aetivities . Ne extension of time will be authefized beeause of the
• ♦ • R
Wer-k .-
PART
♦ PRODUCTS
/ 1 / USED)
PART 3 EXECUTION (NOT USED)
Page 22 of 52
1
DELIVERY, STORAGE AND HANDLING
' PART 1 : GENERAL
' 1 .01 SCOPE OF WORK
A. This Section specifies the general requirements for the delivery handling, storage and
' protection for all items required in the construction of the work . Specific
requirements , if any, are specified with the related item .
' 1 . 02 TRANSPORTATION AND DELIVERY
A . Transport and handle items in accordance with manufacturer's instructions .
' B . Schedule delivery to reduce long-term on- site storage prior to installation and/or
operation. Under no circumstances shall equipment be delivered to the site more than
one month prior to installation without written authorization from the Engineer.
C . Coordinate delivery with installation to ensure minimum holding time for items that
' are hazardous , flammable, easily damaged or sensitive to deterioration .
D . Deliver products to the site in manufacturer's original sealed containers or other
' packing systems, complete with instructions for handling, storing, unpacking,
protecting and installing.
' E . All items delivered to the site shall be unloaded and placed in a manner, which will not
hamper the Contractor's normal construction operation or those of subcontractors and
other contractors and will not interfere with the flow of necessary traffic .
F . Provide necessary equipment i ment d personnel to unload all items delivered to the site .
P an
' G. Promptly inspect shipment to assure that products comply with requirements ,
quantities are correct, and items are undamaged . For items furnished by others (i . e .
' Owner, other Contractors) , perform inspection in the presence of the Engineer. Notify
Engineer verbally, and in writing, of any problems .
' 1 . 03 STORAGE AND PROTECTION
A. Store and protect products in accordance with the manufacturer's instructions, with
' seals and labels intact and legible . Storage instruction shall be studied by the
Contractor and reviewed with the engineer by him/her. Instruction shall be carefully
followed and a written record of this kept by the Contractor. Arrange storage to
permit access for inspection .
Store loose granular materials on solid flat surfaces in a well-drained area. Prevent
' mixing with foreign matter.
Cement and lime shall be stored under a roof and off the ground and shall be kept
completely dry at all times . All structural , miscellaneous and reinforcing steel shall be
' Page 23 of 52
stored off the ground or otherwise to prevent accumulations of dirt or grease , and in a
position to prevent accumulations of standing water and to minimize rusting . Beams
' shall be stored with the webs vertical . Precast concrete shall be handled and stored in
a manner to prevent accumulations of dirt, standing water, staining, chipping or
' cracking. Brick, block and similar masonry products shall be handled and stored in a
manner to reduce breakage, cracking and spalling to a minimum .
D . All mechanical and electrical equipment and instruments subject to corrosive damage
by the atmosphere if stored outdoors (even though covered by canvas) shall be stored
in a weather tight building to prevent injury. The building may be a temporary
' structure on the site or elsewhere , but it must be satisfactory to the Engineer. Building
shall be provided with adequate ventilation to prevent condensation. Maintain
temperature and humidity within range required by manufacturer.
1 . All equipment shall be stored fully lubricated with oil, grease and other
lubricants unless otherwise instructed by the manufacturer.
' 2 . Moving parts shall be rotated a minimum of once weekly to insure proper
lubrication and to avoid metal-to -metal "welding" . Upon installation of the
equipment, the Contractor shall start the equipment, at least half load, once
weekly for an adequate period of time to ensure that the equipment does not
deteriorate from lack of use .
1 3 . Lubricants shall be changed upon completion of installation and as frequently
as required thereafter during the period between installation and acceptance.
New lubricants shall be put into the equipment at the time of acceptance .
5 . Prior to acceptance of the equipment, the Contractor shall have the
manufacturer inspect the equipment and certify that its condition has not been
detrimentally affected by the long storage period . Such certifications by the
manufacturer shall be deemed to mean that the equipment is judged by the
manufacturer to be in a condition equal to that of equipment that has been
shipped, installed, tested and accepted in a minimum time period. As such, the
manufacturer will guaranty the equipment equally in both instances . If such a
certification is not given, the equipment shall be judged to be defective . It
shall be removed and replaced at the Contractor's expense .
' Page 24 of 52
' TECHNICAL SPECIFICATIONS
Indian River County is seeking qualified companies interested in submitting a bid for furnishing all
labor, materials , equipment, services and incidentals necessary to perform the work involved in the
' modification, repair and replacement of security fencing for the South County Reverse Osmosis Plant
located at 1550 9th Street SW, Vero Beach, Florida.
All fencing components will comply with the following material specifications :
Fabric : 72 " 9 GA (2 " mesh) BK chainlink fabric
Top Rail : 1 - 5/8 " O . D . sch 40 pipe, 2 . 27 lbs per foot . Top rail 21 " in length, joined with
1 -5 /8 " 6 " PS sleeve
Line Post : 2 - 1 /2 " O . D . sch 40 pipe post, 3 . 65 lbs per foot . Line posts set IOft on center
Maximum spacing. Concrete footing to be 8 " diameter, 36" deep
Terminal Post : 3 " O . D . sch 40 pipe post, 5 . 79 lbs per foot . Concrete footing to be
10" diameter, 36 " deep
Bracing : Terminal Posts braced to the nearest line post with 1 -5/8 " O. D . sch 40 pipe
1 Tension Wire : 7GA Coil spring galvanized tension wire attached to the bottom of the fence
fabric with 9GA. Aluminum hog ring spaced 24" on center
Tie Wire : 8 - 1 /4" 9 AN. Aluminum tie wire and 6- 1 /2 " 9GA. Aluminum tie wire spaced
15 " on center for line posts and 24" on center for rails .
Post Footings : ASTM C94 , Normal Portland Cement, 3000 psi strength
CONTRACTOR' S RESPONSIBILITY
1 . Removal of existing fence/barbed wire to be scheduled and completed so facility is secured at
the end of each work day.
2 . Clear and grub , free of vegetation the fencing line as per drawings . County to approve the
clearing work prior to Contractor installing the fence material .
Page 25 of 52
' BID FORM
Bidder NATIONS FENCE INC .
(Bidder ' s Name)
hereafter called " CONTRACTOR" , hereby submits
TO : INDIAN RIVER County Purchasing Department
2625 19th Avenue
Vero Beach, Florida 32960
Project : Indian River County Bid # 6079
1 Project Name Security Fencing of the South County RO Plant
Indian River County, Florida
1 Bid :
The undersigned, as CONTRACTOR, declares that he/she has reviewed the plans and specifications
for the scope of the project, visited the premises to review existing conditions and has reviewed the
' contractual documents thereto ; and has read all special provisions furnished Prior to the opening of
Bids ; that he/she has satisfied himself/herself relative to the work to be performed.
The CONTRACTOR proposes and agrees , if this Bid is accepted, to contract with the County in the
form of the Work in full and complete accordance with the shown, described, and reasonable
intended requirements of the plans , specifications and Contract documents to the full and entire
satisfaction of the County.
1 Proposed Contract Sum :
Base Bid Amount of:
SEVENTY-SIX-THOUSAND-FOUR-HUNDRED-NINETY-EIGHT DOLLARS ($ 76 ,498 . 00)
Base Bid Price Written
' Performance and Payment Bond :
If the Contract amount exceeds $25 ,000 . 00 please identify the cost of the Bond to be added to the
Base Bid Amount in dollars ($ 1 , 913 . 00)
Addenda :
The following Addenda have been received and are included in the Base Bid :
Addendum No . 1 Yes _ Date
Addendum No . 2 Yes _ Date
Addendum No . 3 Yes _ Date
Addendum No . 4 Yes _ Date
' Time ofom letion :
C p
' The Work shall commence immediately upon execution of the Contract and shall be substainally
complete on or before 90 consecutive calendar days thereinafter.
Page 26 of 52
1
Acceptance of Bid :
The CONTRACTOR understands and agrees that the Owner reserves the right to accept or reject any
or all Bids submitted within 90 calendar days from the date of the Bid opening. CONTRACTOR
agrees that it will not withdraw its Bid for said period of time .
rOwner anticipates award of bid within thirty calendar days from bid opening .
Time :
Time is of the essence . The undersigned bidder agrees , that if awarded a contract, to execute an
agreement within fourteen days and provide necessary insurance forms in the same time frame . Any
exception to these conditions must be noted in your Bid .
The undersigned hereby certifies that they have read and understand the contents of this solicitation
and agree to furnish at the prices shown any or all of the items above, subject to all instructions
,
conditions, specifications and attachments hereto . Failure to have read all the provisions of this
solicitation shall not be cause to alter any resulting contract or request additional compensation.
Respectfully Submitted,
1 NATIONS FENCE, INC . 4640 NORTH US 1
Name of Firm Address
MELBOURNE , FL 32935
Authorized Signature City, State, Zip Code
CHIEF FINANCIAL OFFICER (772) -
77 ) 299 5137
Title Phone
6/7/02
' Date Signed (Corporate Seal)
E-mail : mpezone(a)nationsfence . com
Indian River County Certificate of Competency: CBC 1251816
r
FEIN Number : 52 -2201638
1
1
1
r
' Page 27 of 52
BID BOND
' KNOW ALL MEN BY THESE PRESENTS , that we
NATIONS FENCE INC . as
(BIDDER ' S NAME)
Principal, and INTERNATIONAL FIDELITY INSURANCE COMPANY
( SURETY ' S NAME)
a corporation duly organized under the Laws of the State of NEW JERSEY as a Surety with its
principal offices in the City of NEWARK, NEW JERSEY and authorized to do business in the State
of Florida, are held and firmly bound unto INDIAN RIVER COUNTY (hereinafter called the
' OWNER) in the penal sum of FIVE PERCENT OF AMOUNT BID Dollars ($ -- -- 5 %-- --) , lawful
money of the United States , amounting to 5 % of the total bid price, for the payment of which sum
well and truly be made, we bind ourselves, our heirs, executors , administrators , and successors ,
jointly and severally, firmly by these presents .
Whereas said Principal is herewith submitting a Bid dated JUNE 9 , 2004
for the construction of.
1 Project Name : SECURITY FENCING FOR SOUTH COUNTY RP PLANT
Bid Number: 6079
Project Address : 1550 9' STREET S . W.
VERO BEACH, FLORME 32968
Project Description : 6 ' CHAIN LINK FENCE WITH GATES
1
NOW THEREFORE , the condition of the above obligation is such that if the Principal does not
withdraw said Bid within the period of time set forth in the Bid Documents, and on or before the
fifteenth day after the Notice of Award, the Principle enters into a written contract with the OWNER
in accordance with the Bid as accepted, and if the Principal gives the required bonds with good and
sufficient sureties for the faithful performance and proper fulfillment of such Contract and for the
protection of laborers and materialmen, then this obligation shall be null and void . Otherwise , the
Principal and Surety, jointly and severally, shall on or before the sixtieth day after request by the
' OWNER, pay to the OWNER in money, the difference between the amount specified in said Bid and
the amount for which the OWNER may procure the required work if the latter amount is greater than
the former, together with any expense and reasonable attorney fees, including appellate proceedings ,
incurred by the OWNER if suit is brought hereon, but in no event shall Surety' s liability exceed the
penal sum hereof plus such expenses and attorney ' s fees .
IN WITNESS WHEREOF, the above-bound parties have executed this instrument under their several
seals this 9th day of JUNE 2004 , the name and corporate seal of each corporate party being
hereto affixed and these presents duly signed by its undersigned representative pursuant to authority
of its governing body.
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
1 WHEN THE PRINCIPAL IS AN INDIVIDUAL :
Signed, sealed and delivered in the presence of:
Witness Signature of Individual
' Page 28 of 52
1 Address Printed Name of Individual
Witness
Address
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
WHEN THE PRINCIPAL IS A SOLE PROPRIETORSHIP OR OPERATES UNDER A
1 TRADE NAME :
Signed, sealed and delivered in the presence of:
1 Witness Name of Partnership
BY :
Address Partner
1 Printed Name of Partner
Witness
(SEAL)
Address
WHEN THE PRINCIPAL IS A PARTNERSHIP :
Signed, sealed and delivered in the presence of:
Witness Name of Partnership
BY :
Address Partner
1 Printed Name of Partner
Witness
( SEAL)
Address
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Page 29 of 52
WHEN THE PRINCIPAL IS A CORPORATION :
' Attest :
' NATIONS FENCE, INC .
Secretary Name of Corporation
BY :
(Affix Corporate SEAL)
MICHAEL L. PREVATT
Printed Name
CHIEF FINANCIAL OFFICER
Official Title
1 CERTIFICATE AS TO CORPORATE PRINCIPAL
I MICHAEL L. PREVATT , certify that I am the Secretary of the corporation named as Principal in
1 the within bond ; that MICHAEL L . PREVATT , who signed the said bond on behalf of
the Principal was then CHIEF FINANCIAL OFFICER of said corporation : that I know
his signature, and his signature thereto is genuine ; and that said Bond was duly signed, sealed and
attested for and on behalf of Said corporation by authority of Its governing body.
Secretary ( SEAL)
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
TO BE EXECUTED BY CORPORATE SURETY :
Attest :
INTERNATIONAL FIDELITY
INSURANCE COMPANY
Secretary SUSAN L . REICH Corporate Surety
ONE NEWARK CTR. ,20T' FLS
NEWARK, NJ 07102 - 5207
Business Address
' BY :
(Affix Corporate SEAL)
PATRICIA L. SLAUGHTER, ATTORNEY IN FACT &
(Attach Power of Attorney) FL LICENSED RESIDENT AGENT (407) 786-7770
1 PATRICIA L . SLAUGHTER
Attorney- In-Fact
FLORIDA SURETY BONDS , INC .
Name of Local Agency
417 CENTERPOINTE CR. . , SUITE 1701
ALTAMONTE SPRINGS , FLORIDA 32701
Business Address
Page 30 of 52
' STATE OF FLORIDA
COUNTY OF INDIAN RIVER
Before me, a Notary Public, duly commissioned, qualified and acting, personally appeared
PATRICIA L. SLAUGHTER , to me well known, who being by me first duly sworn oath,
says that he is the attorney-in- fact for the INTERNATIONAL FIDELITY INSURANCE Co . and that
' he has been authorized by INTERNATIONAL FIDELITY INS . Co . to execute the foregoing bond on
behalf of the CONTRACTOR named therein in favor of the County of Indian River, Florida.
Subscribed and sworn to before me this 9th day of JUNE , 2004 .
Notary Public, State of Florida
JANET L . CAREY
My Commission Expires : 9/6/05
Any claims under this bond shall be addressed to :
Name and address of Surety INTERNATIONAL FIDELITY INSURANCE COMPANY
ONE NEWARK CTR. ,20TH FL,
NEWARK, NEW JERSEY 07102 - 5207
Name and address of agent
1 or representative in Florida
if different from above : FLORIDA SURETY BONDS , INC .
' 417 CENTERPOINTE CR. . , SUITE 1701
ALTAMONTE SPRINGS , FLORIDA 32701
Telephone number of Surety
and agent or representative in Florida : (973 ) 624 —7200 (SURETY)
(407) 786 —7770 (AGENT)
Page 31 of 52
AFFIDAVIT OF COMPLIANCE
Indian River County Bid # 6079 for Security Fencing for South County RO Plant
X We DO NOT take exception to the Bid / Specifications .
' ❑ We TAKE exception to the Bid / Specifications as follows :
i
1
Company Name : _ NATIONS FENCE, INC .
1
Company Address : 4640 NORTH US 1
MELBOURNE , FL 32935
' Telephone Number : 772 -299- 5137 Fax : 772-299- 5137
E-mail : mpezone@nationsfence . com
' Authorized Signature : Date :
Name : MAURICE PEZONE Title : INDUSTRIAL SALES
(Typed / Printed)
' Page 32 of 52
1
WARRANTY INFORMATION FORM
Indian River County Bid # 6079 for Security Fencing for South County RO Plant
Make and Model of Proposed Equipment : MERCHANTS METAL
Is there a warranty on the proposed equipment? Yes X No ❑
Does the warranty apply to all components or only part? (Please specify)
Warranty period for parts : 1 YEAR
Warranty period for service : 1 YEAR
Nearest source to Indian River County for parts and service :
MELBOURNE, FLORIDA
Who willrovide service and where in the event of failure within warrant period?
p warranty
Company Name : NATIONS FENCE , INC . Phone : 772-299- 5137
Address : 4640 NORTH US 1
MELBOURNE , FLORIDA 32935
Contact person : MAURICE PEZONE
1
Will any voluntary service follow installation or delivery? Yes ❑ No X
If so , by whom ? When?
' Who is the highest authority (manufacturer, distributor, dealer, etc . . . ) fully behind this warranty?
NATIONS FENCE , INC .
A copy of the complete warranty statement is submitted herewith : Yes ❑ No X
' Page 33 of 52
SWORN STATEMENT UNDER SECTION 287.I33 (3)(n) , FLORIDA STATUTES ON
' PUBLIC ENTITY CRIMES
THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER
' OFFICER AUTHORIZED TO ADMINISTER OATHS .
1 . This sworn statement is submitted with Bid, Proposal or Contract No . 6079 for
Security Fencing for South County RO Plant
This sworn statement is submitted by NATIONS FENCE, INC . whose
business address is 4640 NORTH USI MELBOURNE , FL 32935 and (if applicable)
its Federal Identification No . (FEIN) is 52 -2201 -638 . If entity has no FEIN, include the Social
Security Number of the individual signing this sworn statement :
3 . My name is MAURICE PEZONE and my relationship to the entity
named above is INDUSTRIAL SALES
' 4 . I understand that a "public entity crime" as defined in Paragraph 287 . I33 ( 1 ) (g) ,
Florida
Statutes, means a violation of any state or federal law by a person with respect to , and directly
related to , the transaction of business with any public entity or with an agency or political
' subdivision of any other state or with the United States, including, but not limited to , any bid
or contract for goods or services to be provided to any public entity or an agency or political
subdivision of any state or of the United States and involving antitrust, fraud, theft, bribery,
collusion, racketeering, conspiracy or material misrepresentations .
5 . I understand that "convicted" or "conviction" as defined in Paragraph 287 . I33 ( 1 )(b) , Florida
Statutes , means a finding of guilt or a conviction of a public entity crime, with or without an
adjudication of guilt, in any federal or state trial court of record relating to charges brought by
indictment or information after July 1 , 1989 , as a result of a jury verdict, non jury trail, or
entry of a plea of guilty or nolo contendere .
6 I understand that an "affiliate" as defined in Paragraph 287 . I33 ( 1 )(a) , Florida Statutes , means :
a. A predecessor or successor of a person convicted of a public entity crime ; or
b . An entity under control of any natural person who is active in the management of the
entity and who has been convicted of a public entity crime . The term "affiliate"
' includes those officers , directors , executives , partners , shareholders , and employees ,
members , and agents who are active in the management of an affiliate . The Ownership
by one person of shares constituting a controlling interest in another person, or a
pooling of equipment or income among persons when not for fair market value under
an arm ' s length agreement, shall be a prima facie case that one person controls another
person . A person who knowingly enters into a joint venture with a person who has
been convicted of a public entity crime in Florida during the preceding 36 months
shall be considered an affiliate .
' 7 . I understand that a "person" as defined in Paragraph 287 . I33 ( 1 )( c) , Florida Statutes , means
any natural person or entity organized under the laws of any state of the United States with
legal power to enter into a binding contract and which bids or applies to bid on contracts for
' the provision of goods or services let by a public entity, or which otherwise transacts or
Page 34 of 52
applies to transact business with a public entity. The term "person" includes those officers ,
' directors , executives , partners, shareholders , and employees, members and agents who are
active in management of an entity.
' 8 . Based on information and belief, the statement, which I have marked below, is true in relation
to the entity submitting this sworn statement . (Please indicate which statement applies)
X Neither the entity submitting this sworn statement, nor any officers , directors ,
executives, partners , shareholders, employees, members or agents who are active in
management of the entity, nor any affiliate of the entity have been charged with and convicted
of a public entity crime subsequent to July 1 , 1989 .
The entity submitting this sworn statement, or one or more of the officers , directors ,
' executives , partners , shareholders , employees , members or agents who are active in
management of the entity, or an affiliate of the entity has been charged with, and convicted of,
a public entity crime subsequent to July 1 , 1989 , and (Please indicated which additional
1 statement applies)
There has been a proceeding concerning the conviction before a hearing officer of the
State of Florida, Division of Administrative Hearings . The final order entered by the hearing
officer did not place the person or affiliate on the convicted vendor list . (Please attach a copy
of the final order)
The person or affiliate wasp laced on the convicted vendor list . There has been a
subsequent proceeding before a hearing officer of the State of Florida, Division of
iAdministrative Hearings . The final order entered by the hearing officer determined that it was
in the public interest to remove the person or affiliate from the convicted vendor list . (Please
attach a copy of the final order)
' Theerson or affiliate e has not been place on the convicted vendor list . (Please
describe any action taken by, or pending with, the Department of General Services)
Signature : Date :
' STATE OF FLORIDA
COUNTY OF INDIAN RIVER
' Personally appeared before me, the undersigned authority, KENNETH B . AUSTIN , JR.
who after first being sworn by me, affixed his / her signature in the space provided above on this _
9TH day of JUNE , 2004 .
Notary Public , State at large
My Commission Expires : JUNE 16 , 2006
' Page 35 of 52
SWORN STATEMENT UNDER SECTION 105. 08, INDIAN RIVER COUNTY CODE, ON
' DISCLOSURE OF RELATIONSHIPS
THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER
' OFFICER AUTHORIZED TO ADMINISTER OATHS .
1 . This sworn statement is submitted with Bid, Proposal or Contract No . 6079 for
Security Fencing for South County RO Plant
2 . This sworn statement is submitted by: NATIONS FENCE , INC .
(Name of entity submitting Statement)
whose business address is :
4640 NORTH USI MELBOURNE, FLORIDA 32935 and (if
applicable) its Federal Employer Identification Number (FEIN) is 52-2201 - 638 (If the entity has
' no FEIN, include the Social Security Number of the individual signing this sworn statement
. )
3 . My name is MAURICE PEZONE
(Please print name of individual signing)
and my relationship to the entity named above is INDUSTRIAL SALES
4 . I understand that an "affiliate" as defined in Section 105 . 08 , Indian River County Code,
' means : The term "affiliate" includes those officers, directors , executives, partners ,
shareholders , employees , members , and agents who are active in the management of the
' entity.
5 . I understand that the relationship with a County Commissioner or County employee that must
' be disclosed as follows :
Father, mother, son, daughter, brother, sister, uncle, aunt, first cousin, nephew, niece,
' husband, wife, father-in- law, mother-in-law, daughter-in- law, son-in- law, brother-in- law ,
sister-in-law, stepfather, stepmother, stepson, stepdaughter, stepbrother, stepsister, half
brother, half sister, grandparent, or grandchild .
' 6 . Based on information and belief, the statement, which I have marked below, is true in relation
to the entity submitting this sworn statement . [Please indicate which statement applies . ]
' X Neither the entity submitting this sworn statement, nor any officers , directors ,
executives, partners , shareholders , employees, members , or agents who are active in
' management of the entity, have any relationships as defined in section 105 . 08 , Indian River
County Code, with any County Commissioner or County employee .
The entity submitting this sworn statement, or one or more of the officers, directors ,
executives, partners , shareholders , employees , members , or agents , who are active in
management of the entity have the following relationships with a County Commissioner or
County employee :
' Page 36 of 52
' Name of Affiliate Name of County Commissioner Relationship
or entity or employee
(Signature)
' 6-9-2004
(Date)
' STATE OF FLORIDA
COUNTY OF INDIAN RIVER
' The foregoing instrument was acknowledged before me this 9th day of JUNE , 2004 , by
MAURICE PEZONE who is personally known to me or who has
' produced FLORIDA DRIVERS LIC P250- 541 -44- 143 -U as identification .
NOTARY PUBLIC
SIGN :
PRINT : KENNETH B . AUSTIN, JR.
State of Florida at Large
' My Commission Expires : 6- 16- 06
(Seal)
' Page 37 of 52
BIDDER QUESTIONNAIRE
' The undersigned guarantees the truth and accuracy of all statements and answers herein contained :
' Indian River County Bid # 6079 for Security Fencing for South County RO Plant
1 . How many years has your organization been in the business? 10
2 . Number of employees " ON THE JOB " each week? 2 - 3
' 3 . Will you subcontract any part of this work? If so , give details :
CLEARING
4 . List three (3 ) references of individuals or corporations for which you have performed this type
work and to which your refer:
' 1) Firm CITY OF JACKSONVILLE ZOO Phone # (520) 294- 6244
Contact SEAN STUDDARD
2) Firm CITY OF JACKSONVILLE Phone # (904) 745 -0508
Contact BANDELE ONASAVA
' 3 ) Firm JACKSONVILLE AIRPORT AUTHORITY Phone # (904) 741 -2227
Contact CECIL A. POSTON
' 4) Firm EARTHTECH TECHNOLOGIES Phone # (904) 279 - 7267
Contact DON RAMDASS
5 . Have you ever failed to complete work awarded to you : ❑ Yes X No
if so , where and why?
' 6 . What equipment do you own that is available for the work? BOBCAT ,
PICK-UP TRUCKS , VARIOUS HAND TOOLS
' 7 . State the true, exact, correct and complete name of the partnership , corporation, or trade name
under which you do business and the address of the place of business :
' Correct Name of Bidder : NATIONAL FENCE , INC .
Address : 4640 NORTH US 1
MELBOURNE, FLORIDA 32935
' Page 38 of 52
r
STATEMENT OF NO BID
' If your company does not intend to bid, please return this form immediately to :
Indian River County Purchasing Division
2625 191h Avenue
Vero Beach FL 32960-3335
rWe, the undersigned, have declined to submit a bid for IRC Bid # 6079 for Security Fencing
for South County RO Plant
rFor the following reasons :
r ❑ Specifications too "tight" (i . e . geared toward one brand or manufacturer only. )
❑ Insufficient time to respond to the Invitation to Bid
' ❑ Our Company does not offer this product or service
❑ Our schedule would not permit our company to perform
❑ Unable to meet specifications
❑ Specifications unclear (Please explain below)
❑ Unable to meet Insurance Requirements
❑ Remove our Company from your "Bidders List" altogether
❑ Other (specify) :
r
' Remarks :
1
' We understand that if this Statement of no Bid is not executed and returned our Company may be
removed from the Purchasing Division ' s Bidders List for this commodity.
' Company Name :
Signature :
' Telephone : Fax :
E-mail :
r
Page 39 of 52
t' . 1 rlr
. r
: 1
/
I TT
1
x1rery PT,
. .
h , 1
/ -
I
r .
- r 1
BK : 1767 PG : 1767
Inifia
b River aping, and will pay my and all amounts. Aameps costs And judimgme which Way be
cotporadon by ream of any IOAdAW DOWthe putbrmancerepair
maintenance thettot or the manner of doint (be amne, or his aputs or his wvame, or the
Mason material
abresaid or otherwise.
Audi the said Surety, for value recerivedi Weby stipulates and &VV" 60 no ch"A a=sioa of
tim, 'A 1 m on or addition to the varms of the Cam&= or to the wwk to be perfomed ,1 1
the Specifications
Bond, and it does; hereby waive notice of my such dwW, exten ion of time, alteretion or addition to
the terms Of the COUMIM or to the work or to the Specifications or DMWinZL
Audi the said Principal and Suretyrjointly and severally covenant and as= that ddsBuad will remain
in M ft= alld eff0ft for & PRW Of Out Year Commencing On the date of Final Complenon as
established in the Cerdftwe of Final Completion as Issued by the County of Tudian River.
In VVitness Whereot the above bound parties executed dus Wgrumem, under thm avvera sals,
afted these _ . IL _ mpruenwjvg,
Siped. sealed and delivered in the presence of.
Vrimess sipature of Individual
Addms Pzftftd Name of Individual
Address Mnted Name of lndiviiduil
Addmss
Pav 41 of 52
\ TRUE
COPY
CERTIFICATION -ON LAST PAGE
BARTON , CLERK
BK : 1767 PG : 1768
1
When the ftOM is a Sole Proondaeshio or grated oft a Trade Nom:
Signed, sealed sod delivered in de preaeaee of
Witness Name of Partnership
BY:
Address
Partner
Witness Printe\\d Name of Partner
Address
When die PH=ind bjLftdu0MbW:
1 Signed, sealed and deHveted in ft pteum of
Wmsess Name of Partnership
Address paw
Witness Printed Name of Partner
Address (Seal)
• / \ f .ff. . . . f . . . \ f . . . . . . f . . . . . . f . \. . f .. . .1 . f . . . .. . / . .f / f . . . .1f . . . \ . .. . . . . Iff Oneness
When the Pdwinj is a COeoor gjW
Attest:
Nations Fence, Inc.
seactiry Name of Corporation
By:_
(Affix Corporate Sean
Hque, I t . PQ,wrl
Printed Name
e f°
official Title
Page 42 of 52
A TRUE COPY
CERTIFICATION ON LAST PAGE
J . K . BARTON , CLERK
BK : 1767 PG : 1769
CertiBcaee as,Iq, tg priacioa!
ce" m the Secretary of the corporation named
as Principal in the within bond; the ri. 41 - MI;: ff' who signed the
said bond an bebaff ol"dw Principal was thea C F�p of
said Ccepontioa; that I know his sigtr matoe, and his sigttne d eto is genuine; and that said Bond
was dully signed, sealed and ateested for and on behalf of said Corporation by authority of.its
governing body.
(Seel) Secretary' G ,
® To be esecuted by tatoerate
!a . . . ...
Attest
_International Fidelity Insurance Company
Secretary Susan L. Reich ate Spy
One Newark Center, 20th Floor
Newark NJ 07102-5207
� .
Business `Address
(ABnc Corporate Sal) : r < -, G)
Patricia L. Slaughter - Attorney in Feet 8tve r
FL Licensed Resident Agent (407) 7.86jL9B ,% : •'
Attomey-la-Fact
Florida Surety Bonds, Inc.
Name of Local A�
417 CenterPointe Circle, 1701
Altamonte Springs FL 32701
Business Address
State of Florida
County of Seminole
Before me, a Notary Public, duty commisdooed, qualified and acting, personally appeared _
Patricia L. Slaughter to me well known, who being by me first duly swore upon
oath, am durae Is the attorney4o fid for theInternational Fidelity Insurance Company and that�e
hes been audwrizedby International Fidelity Insurance Company to execute the foregoing
bond on behalf of the Contractor named therein in favor of the County of Indian Riva, Fiorlda.
Subscribed and sworn before me this 29th day of July , 2804
TERESA L . ROBINSON Notary Public, Teresa L. Robinson
Notary Public, State of Florida
My comm. exp. Feb. 22* 2007 State of Florida
Comm, No, DO 182403
My Commission eycphes: February 22, 2007
Page 43 of 52
TRUE COPY
' �.JL. RTIFICATION ON LAST PAGE
J . K . BARTON , CLERK
1
• 1
BK : 1767 PG : 1771
Unless elaimrnt� other than. one having direct contract with the hincipal; shall within fwly-five (4s)
days afterbegirming to furnish lsbor� materials air supplin for ibe prosecution of ft work fornish du
hincipal and Surety with a notice that be intends to took to this Bond far protection,
Unless daunaM other tium am bavft dimet contract with the PdncqW. shall wilbut arody (go)
days after such clawanes paliormance of the labor or conVleft delivery of rodamis or togglim
defim to the hincijxt! and Surety wa notice of*e perfmosoce of
labor or delivery of such
.,
materials or supplier and the notpriment thetelore.
Afler the explistion of we (1 ) yen tom the performance of ft bdw or completion of delivery of am
materials Of sWPlier it „ g undetwoA boweva, 69 if may limitation embodied in this Boa is
prohibited by my law cosstrollins the coustructin bereof, such limitations shall be deemed to be
amend94 so as to be equal to the mirdamot period of limitation permitted by such law
Odwr then in a state court of conVewo jurisdiction in and for Taillas River County, Florida, or �oi the
United States District District
CompletionThe Surety. for value received, havity stipulates and that so chur, extension of time,
the Specificstious mWicable thereIN shall is my way affed its obliptloes an this Dot4 and the
Surely hereby waives notice of any such cbsopk wension of tim alterations of or addition to dw
of the Contract or to do the work or to the Specifications.
The Surely npresats ad warrants to the County of Indian River that it has a Sest's Key Rating
Guide, General P*Hcybddces rating of "A" and FirtaticiAl Size Category of Class "X"o
11
The Nacipal and Suretypintly and wvmfly covenaw and spa that this Bond will remain m full
fome and efflect for a period of one (1 ) year commencing an the dw of Final
established on the Certificate of Final Completion " issued by tha County of Indson River.
T'he Prmcipal and Surety jointly and wvaWlys Ww to pay the Cotutty of Indian River all losses,
Wian River sustains because of a defivilt by the Principal under dw Contract.
In Witness Wbawt the above bound pertws executed this instrument undw their several stals, this
day of 20� the now mid corporate seal of
each coMorift party being bexeto .:
Page 45 of 52
A TRUE 1 '
CERTIFICATION
ON LAST PAGE
' BK : 1767 PG : 1772
When the Rd99Wd is Ked Ltdivitht�l:
' Siped, scaled and delivered in the presence of
Witless Signature of individual
' Address Priated Name of individual
Address Painted Nme of individual
Wises
' Address
•Whenth obese
PrindtWisaSole sea
Proorieac[ddog[ neadunderaTradeNone • • • , news
age
• • • • • • • • •
Signed, Baled and delivered in the Presents of
Witrtess Name offtwasNp
By:
Address Partner
Witnas Printed Name of Psfta
' .. .. . .::.dd�:: . . .. . . . . ... . . . . . . . . . . . . .. . . . . . . . . . . . . .. . . . .. �. . .. ... .. .. . . . . . . memo . .
% n the Prineioel b a Partoett.
S4ne4 sated and delivered in the preserm ofv
' Wimess Naas of Perm r**
By:
' ,gees Partner
Wiosest Printed Name of Partner
Address (s )
. . . . .. . . . . . . . . . .. . . . . . . . . . . . . . . . .. . .. . . . . . . . . . .. . ... ... . . .. .. . . . .. . . . .. .. . . .. . . . .
Paye 46 of SZ
A TRUE COPY
' CERTIFICATION ON LAST PAGE
I . K . BARTON , CLERK
BK : 1767 PG : 1773
' When the Prineioal is s Comoration:
Atast,
Nations Fence. Inc.
se"emy Name of C irpootioa
By. if
' - (AfSx Corporate Seal)
Printed None
Oficial Title
Certificate as to Coroor>Qe PrLnclnt
tha I am the Setuy of the Corporation named
' as Principalw in the h m bond; the M.zAL. �irtk ewwho signed the
said bond on behalf of the Principel was thea JC60 of
said Corporation; that I 'mow his signature, and his aiPWW tbereoo is genuine; and that said Bond
was dully signed, sealed and attested for and oo behalf of acid Cmpo:atioa by sudmity of its
' governing body,
7 �
(Seal) Seactary
To be executed by CCQM= SI=W.
' Attar.
i7LZ0 International Fidelity Insurance Company
Secretary Susan L. Reich Corporate Surety
One Newark Center, 20th Floor
Newark NJ 7102-5207 s:
Business Address
3� d'x
By: 4 j4da- AZ Y. �i�.
(Affix Corporate Seal) -z i
' Patricia L. Slaughter - Attorney in FM
e rr
&
FL Licensed Resident Agent (407a
Attomey-Io-Pact
Florida Surety Bonds, Inc.
' Name of Local Agency
417 CenterPointe Circle, Suite 1701
Altamonte SCdnas FL 32701
State of Florida Business Address
' County of Seminole
Page 47 of 52
A TRUE COPY
' CERTIFICATION ON LAST PAGE
JX BARTON , CLERK
BK : 1767 PG : 1774
Pabtla L. Staughter to me well known, wbo being by me firy duly sworn upon
oink "s fivoc k the searneywis fact for
the . -
Subgated and swam before me dus �2ft day of July , , .
IEVISSA L. ( 3 � k •
FloridaNotary publict state of
Naftry Mir WOW L. Rooinson
22t2DOT
My Comma exam Feb
[)1) 1
COMM.
My C4mraiggion expirft: February
00
Pap 48 of 52
A TRUE COPY
CERTIFICATION
' AGREEMENT
This Agreement made and entered into this day of , 20_, by
and between NATIONS FENCE INC . ,
hereinafter called the Contractor and Indian River County herein called the Owner.
' Witnessed : That whereas , the Owner and the Contractor for the consideration hereinafter named,
agree as set forth below :
Article 1 . Scope of Work
As per specifications of advertised and sealed bid in Indian River County Bid # 6079 for
Security Fencing for South County RO Plant
Contractor, as an independent Contractor and not as an employee, shall furnish, for the sum of
SEVENTY-EIGHT-THOUSAND -FOUR-HUNDRED-ELEVEN DOLLARS ($ 78 ,411 . 00) , all of the
necessary labor, material, and equipment to perform the work described in accordance with the
Contract Documents .
Article 2 . Time of Completion
90 Days from receipt of the Notice to Proceed .
Article 3 . General
The Contractor hereby certifies that he has read every clause of the Contract Documents and that he
has made such examination of the location of the proposed work as is necessary to understand fully
' the nature of the obligation herein made ; and shall complete the same the time limit specified herein
in accordance with the plans and specifications .
The Owner and Contractor agree to maintain records, invoices, and payments for the work. The
Contractor shall provide Performance and Payment Bonds for all work in this Agreement .
' All work under this Contract shall be done to the satisfaction of the Owner, who shall in all cases
determine the amount, quality, fitness , and acceptability of the several kinds of work and materials
which are to be paid for hereunder, and shall decide all questions which may arise as to fulfillment of
' the Contract on the part of the Contractor, and his decision thereon shall be final and conclusive ; and
such determination and decision, in case ay question shall arise, shall be a condition precedent to the
right of the Contractor to receive any money hereunder.
' Any clause or section of this contract or specification which may for any reason be declared invalid
by a court or competent jurisdiction, including appeal , if any, may be eliminated therefrom ; and the
' intent of this Contract and the remaining portion thereof will remain in full force and effect as though
such invalid clause or section has not been incorporated therein.
Article 4 . Quantities and Prices
The Owner shall pay the Contractor for all work included and completed in accordance with this
Contract, based on the items of work set forth in the Contractor' s Bid Form .
' Article 5 . Acceptance and Final Payment
Page 49 of 52
1
' When the work provided for under this contract has been completed, 1 accordance with the terms
thereof, that a lump sum payment request in the amount of such work shall be prepared by the
' Contractor, and filed with the Owner within fifteen ( 15 ) days after the date of completion .
The final estimate shall be accompanied by a Certificate of Acceptance issued by the Engineer,
stating that the work has been completed to his satisfaction , in compliance with the Contract. The
Certificate of Acceptance shall not be issued until completed As-Built Drawings of the actual
construction have been furnished to the Owner and verified.
' In accordance with the Florida Prompt Payment Act, after receipt of the Engineer ' s final acceptance
by the Owner, the Owner shall make payment to the Contractor in the full amount . Payment of the
' lump sum amount and acceptance of such payment by the Contractor shall release the Owner from all
claims or liabilities to the Contractor in connection with this Contract .
' Article 6 . The Contract Documents
The General Conditions, Special Conditions, Specifications, Bid Documents, Insurance Requirements
(Exhibit A) , Bonds , and the Drawings, together with this Agreement, form the Contract, and are fully
a part of this Contract as if included herein .
Article 7 . Venue
This agreement shall be governed by the laws of the State of Florida. Venue for any lawsuit brought
by either party against the other party or otherwise arising out of this agreement shall be in Indian
' River County, Florida, or in the event of Federal jurisdiction, in the United States District Court for
the Southern District of Florida.
' (Contractor) (Owner)
NATIONS FENCE , INC . Indian River County, Florida
' Contractor Board of County Commissioners
' Michael J . Prevatt, Chief Financial Officer Caroline D . Ginn, airman
Witnessed by: �,� tc a � Approved by Q Wa O t p 4
Attest :
Jef 1 'arton, ' Clerk 'o `0, 'uit Court
B '' " '
ounty Attorney D'e '. rk ,.4e
' Approved as to Form and Legal Sufficiency PP g Y
oseph A. Baird, County Administrator
APPROVED ,
Page 50 of 52
EXHIBIT A — INSURANCE REQUIREMENTS
Contractors and Subcontractors Insurance : The Contractor shall not commence work until he has
obtained all the Insurance required under this section, and until such Insurance has been approved by
the Owner, nor shall the Contractor allow any Subcontractor to commence work until the
Subcontractor has obtained the Insurance required for a Contractor herein and such Insurance has
been approved unless the Subcontractor' s work is covered by the protection afforded by the
' Contractor' s Insurance .
Worker' s Compensation Insurance : The Contractor shall procure and maintain worker ' s
compensation insurance to the extent required by law for all his employees to be engaged in work
under this contract . In case any employees are to be engaged in hazardous work under this contract
and are not protected under the worker ' s compensation statute , the Contractor shall provide adequate
1 coverage for the protection of such employees .
Public Liability Insurance : The Contractor shall procure and shall maintain broad form commercial
' general liability insurance (including contractual coverage) and commercial automobile liability
insurance in amounts not less than shown below . The Owner shall be an additional named insured on
this insurance with respect to all claims arising out of the operations or work to performed .
Commercial General : $ 1 , 000, 000 . 00 combined liability single limit for (other than automobile
bodily injury and property damage .
' Premises / Operations
Independent Contractors
Products / Completed Operations
' Personal Injury
Contractual Liability
Explosion, Collapses , and Underground Property Damage
Commercial Automobile : $ 1 , 000, 000 . 00 combined and damage liability single limit for bodily
' injury and property damage .
Owned / Leased Automobiles
Non-Owned Automobiles
' Hired Automobiles
Builder ' s Risk fasur-anee .: The Gentraeter- shall pr-oeufe and shall maintain builder- ' s risk insur-anee
«all with limits equal to ene hundr-ed per-eent o
building(s) , or additien(s) . it shall inelude a Waiver- of Oeeupaney Endorsement te enable the Count
Pvexytde eaver-age during tfansit and installation . The mwEimtim deduetible allowable under- this.
' eayefage is $ 500 . 00 Mor ,. lai
' Proof of Carriage of Insurance : The Contractor shall furnish the Owner a Certificate of
Insurance in a form acceptable to the Owner for the insurance required . Such certificate or
an
endorsement provided by the Contractor must state that the Owner will be given thirty (30) days
' written notice prior to cancellation or material change in coverage . Copies of an endorsement-naming
Owner as Additional Name Insured must accompany the Certificate of Insurance .
' Page 51 of 52
c z
a
Ir m z
wr �
Cri I �ramrA cromnr r xr M,A--<s�'1^ o aaaru cavrrrr rur ^
AVW *1
t,' Lne.i.. rw �. tiro _ : ,urt �.p km,.c f ,e.a ter.. .., :c
G w
�.M(5[C aJAC w FT
�'}'� , x meaup
/[ I � I 1 � I (f �iA A t �I [;,YttYi :rte � / a 1C FCR ' I
'J.2M '_ .`U:aSo
T 5AK dm. .
WrmYEt..usxS T.fk.armwn^,[ttJai�':'Cw+:r♦ rr =r[wfi.
e[+
N! r
.tC
Ir
R
xt •L was
p ' vuv :�ccmaps. A. .aaro ! n,w
mmx :.o v . 0
t, tAAAj
kai §w
!! �r. Mvuudta '" / WV AFY,t rkaraC,Ta Y
a
s
My .
l
LF/ i ni.
+ I ,>iri a Ks._ . - AL f z •1 . -�a "` r I I'
t ' '2 PK �1tt1. Y.WL dAM
1 YNif .I6 P A MOLL ZK MI��yy 1yyyy {My 2LLhf
�y ���K p n IU� R •IR 4Mp 3 PEMfAi [IC
T 1•F9M1llt Y 011N.M .[Ml 5['I Y Y A'IF �(
LiLK ! ao M! at uG InFi E
N L v, Y C. W. � �,« / a ..
1 .w' `wa^C .a cT or .a ur. :AK ?s [aid c..fis1 tsall FtYr. -{ xrfy
C7}'1Qd Q1Cll L4 Ml[ "" ;.n.la,
(� (� PLAN L LW
Q tiiL ,ter t. T:s
MMESSF-
/�'na: a WY u:xw1. n. wWmnAW
ti I 1 A,p,pYa !Ml K: rv�"Afk Y .Y 44
®
♦ xm Rcn .aw us ssoa.m wc. lawn
71 Ac- f4C Mi^AO hi^ 2Y fa . . A � 9n4 QwR � A � Mt . R1 -W t Rrnt9 a/R
VtY IXMr CAE 7S . 4 P cF f�
y
#4..
• t !`icMa w.c
D
K YN RF
E ' At . .`iti- :J : E
00!
/V
p YYM MA" a, ,, Q WARNING !
Frirt rw a'
f .TRT s. - C.1K 1 Un.T I iMROwN rill
4n4 FACLor
6
FEDERAL
D10 OFFENSE
z __..__...._.. ... —
15—N,
S t w* n. '
C = - Tii i_ C,Lf 'i :? U AND r: < L E :ajUr rl ` U
rR6 ITK xx`T f c, q. FlV11 r w'4 FY FH itYL K K a . �.n u 1rw5
4 BNS 4CA f{v]e,
- s hww�
[.. ♦
ra PN£4+n _ u 4 KS f.ww 1 J✓ A N . • r.
Y.ti a N'+Y U R±if 4R {filR W'm
�
` 5 _ pp
f ♦ '. FRE. AllLs4
D
DZI 0 .ZM1
(—
aiV3Pl
Q
BK : 1767 PG : 1775
el
, a
1 til (473) 424-�2Qli `Q1� IC. i111 . 9
eel t
� RtAT3IA Il�igUTANCE EOMP ;
IIc3ri ot:mc oris itvARirc cam, "for PLO(* Lee r
1. 'Tl\1iWAf.J}� .�ula � G{�JGy {I / WL JfAII
1, 9
KNOW ALL MBiY`BYTRM PREb�MMs Thtd A« tMTftAL FINE i71f INS MANCE COMPANY, a oorporation org n2W and existing
laws of the State of New.Jerfey, ad Iwvhtg Ili to ICe Jn gk C$y orNed?4ft. Now Ieraeys do" herby"opn�ryneLe Lee and aPFoun
JX7FR" M .% =XCB. " BbIIR>rl b . 7IiICE, , Liitt . >S . 11Y, "'1i1k3B1 L . " 1t0H2118O9 . " LBBLIt K :' J�ONAM,
?ATRICXA L. BL><DO![S>M NALS It1I . RI"" . DB901" XM "
' Altanoate EVVLnamo TL &
its we and lawful suotney(s)-in-flet to= and deliver for and on Its behalf as surety, and all bonds and t adertsk4s, contracts of indemnity and
other writings obtigasm t the nature thereof. wirk are or may be d1owed f quired or by law ahmte rule �up�o� contract or ehtretivix and
the executkn of such fnhstruroeta(syfa pmawaoe ofthenyraeemso ehtrl be ss bdid [tie and -IIiT�RNkTEONAL �imBtiTY INSURAf'fCB
COMPANY, as fully and amply, to all imam and purposes, as if the serfs had been dWy oxewted and acluwwledged by its ragnWly elected otTuers at its
PHnCipajQT
This Power of Atm n eaxuted aM �i�eyr be revoked pursuant to and by audys of ARkk 3-Section 3 of ft If
y Ixwa by the hoard of
Directors of QRFRN�ONAL FIIf1iLITY Ic19URANC� COMPANY u a mating called and held on the 7ih day ofFebruary, t974.
The president
oorrtarty Vice Pmdd=L Executive Vice PrAnorneySesident, Secretary or Assistant Secretary. dull have power and authority
(1) Toe ieriakings hof indemnity tlngs obligatorYlabxV the oaia�netompay andaad amdt the Seal of tM Company them. bonds and
' (2) To temove, at any dme, A" sue* uroroeydn-tact and [evoke the atghoriry given
Further this Power of Attorney is ppggnneedd and sealedpy f icaimOe to tesoM on of the Board of Directors of said Company adopted at a meeting
duly cal lee� and held on Cie 29th dry ofAnnl, 1952 uhf vvhkh the following a tate excerpt:
Now therefore toe signatures of such officers and the ml of the Company may be affixed to any sorb power of Marney or any certificate relating theraro
by
facsimile, and any such power of attoruey a certificate baring each facsmhik stgtamns or facsir seal dull be valid and b� upon the Company and any
' such power so executed and certified by f esimf a signatures and facsimile seal shall be valid and binding upon the Comparry in dm fltmre
with respect go any
bond or undertaking to which it is aaached.
� 1TT / iIN TFSTQNONY WHEREOF, INTERNATIONAL FMffLM INSURANCE COMPANY has caused this instrument to be
esigned and its corporate seal to be affixed by its authorized offim, this 31st day of August, A.D. 1998.
SEAL 1iP INTERNATIONAL 1TY INSUURRA'NN CO
e STATE f NEW JERSEY
���� '!
County of Essex
JE
fA9 � 1.' ►�� vsa.
On thin 31st day of AurgrW 1998, before me came me individual who eatecuscd troTprcceding _ two me Ilv known sad. being � byy me
duly
sworn, said the be a the therein described and authorized officer of the INTERNA ONAL FIDE MPAN{; that rte seatat'fixed m
said insaumeot is die Corporate Seal of said Company: tut the said Corporate gal and his signature nem duty affixed by order of the Board of Directors
of
' said Company.
� �QG INTEST!MONY WHEREOF, I have
haeutmo ant my hated affixed my OtficW Sal
.
at the City of Newark. New Jersey die day sod year first above writeea.
O NOTARY
' y PUBLIC
• J g rR 140TARY PUBLIC OF NEW JERSEY:
' ee
CERTIFICATION E JdY Commission fixture Nov. 21 . 2003
1, the un4aslgtled ofRaer'of BPIEB7fATNJ¢fALFIG�ITYV" RtANCE COMPANY do haetiy=* tutE6eve cotapared the tbtegomg ewpy of the
Power of Anoraey sad aRldaei�ad tpe eofyof ft Section of the By Iwyss df add Cempagy as sec bit in said Power of Avomey, with the ORIGINALS ON
IN
TH#HOMEOPFJI OP glatD Ct'?k�ANY. aid thK the aerate ale oerted a mereof, aM;df the whole of the said originals, and that the said Power
of.AWreeyhasenerbaannevokadaodfSno+!) iktceand �eReet ,` : ' c,
IN T1iSIIMONY NHERHOF I have hereunto act qty hard ids day of
% .�
' Assistant y
• . .a n.. . . i ... .r. a ... . v . . �..&" . .n..v.A .. � .ta... ^�f' G. R<X'W .. �. .. . .vS. n . .i S � v
h. . �i .`' 5M. % .. #
' STATE OF FIARM
MAN RNER COUNTY
CE
THIS 1S TO CERTIFY Tiff IMS * A
TRUE AND COMW OOFY OF "
ORIGN& ON FLE W OFFICE
(t00g
tte : Time : To : 8 9117727705140
Page : 001 - 002
' r RL?N CERTIFICh i E OF LIABILITY INSURANk. ..: 08/03/200'
PROCUCER (407) 788 - 3000 FAX (407) 788 - 7933 THIS CERTIFICATE IS ISSUED ASA MATTER OF INFORMATION
Insurance Office of' America , Inc . ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1 HOLDER. THIS
CERTIFICATE DOES NOT AMEND, EXTEND OR
150 N . Westmonte Drive ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
P . O . Box 162207
Altamonte Springs , FL 32716 - 2207 INSURERS AFFORDING COVERAGE NAIC #
INSURED Nations Fence , Inc . I \SUPERA Lexington Insurance Coe
' 4640 N . US 1 I : sRERB Transportation Ins . Co . —�
Melbourne , FL 32935 sURERC Transcontinental Ins . Co .
S.FEP C .
I I S> FER E
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTAPJDd
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERIAS , EXCLUSIONS AND CONDITIONS OF SUCI
' POLIC ES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS ,
F�NSR AJD LT POLICY EFFECTI` E POLICY EICF'tl3ATiUN
N TYPE OF INSURANCE POL;CY NUMBER FMMfDDIYYI LIMITS
S
GENERAL LIABILITY 2897438 03 /01/2004 03 /01/2005 1 EACHCCCURRENCE ? 19000 , 00
X DAMGECciED Y _ 3OO_ UO�/
' 1 CLAIMS lMDc 17` Ol"CUR M=D E'(P ' ?nv tna perscn ) 4 -- 10 , 000
A j XX-tCont ractuall� PERSCNAL s V rr ,J_ F: r g 110005000
XCU 290009000
GE\'L AGGREGATE LINT - APPLIES PER � PRo0%' CTS C.-jWirR .,;, 1 2 , 000 , 00
I IP _ , I _\, FROG _—_"'_ - _. . — - - -
i AUTOMOBILE LIABILITY 20555353161 03 /01/2004 03 /01/2005 M=, E aGLE Lir
XX 1 !Ea z:a EnU 100009000�r. , ouTc
F.LL O. JIJEC A�UTCS BrID! L ` INn) --` —
B ! :FfECU'_ED H.J?GS
SCI
;Per �ers:n)
X. HIP_: gUrCS BYILvIN;I ;; v
y (Per a07 :5^[
A
GARAGE LABILRY AU'U 0%k
EA A.:C
L� I ! OT-ER ri iEDi
'.UTLD Oft :;G3 S
~I- EXCESSAJMBREL:ALIABLITY 650043703 /01/2004 03 /01/2005 EACHCCG;PPEN�, E i 5 , 0009000
Or_CUF -7 (ZiJMS -4ACt i ^G.iR_b. .TE 1 50000900
-
A H — — - ---
DEDU=TrN 4
10 , 000
WORKERS MPENSATIONAND 20555353331 03 /01/2004 03 /01/2005 -� ,rAT�� I E
X
EMPLOYERS
ll?1 Jbi
' AN FP- PQ! tTCPDARTNLP,EXEC,. ' . JE
I E ' _Eh t 50011000
OFF ERReIE+1EC ;ExCL_DE�,• $ 5000 DEDUCTIBLE ' osFA' E < E> IFLC � FF 4 500 , 000
1
if +as7e nniv unser --
SPE :' AL FRCV S, ONS 10A E . D'EM _ E F..3VC . .! T 4 500 000
iOTHER
I
DESCRIPTpN OF OPERATIONS / LOCATIONS / 1i
/ c7( USIONS ADDED BY ENCQRS..MENT f SPECIAL PROVISIONSndian River County is aci�ditiona1i insured with regard
to General Liability and Auto Liability as
s required by written contract ,
* Addendum to cancellation clause : 10 days notice for nonpayment of premium .
CERTIFICATE HOLDER CANCELLATION
' SHOULD ANY 00 TME ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
Indian River County Security Fence EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAYORTO MAIL
South County RO Plant _ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
' Attn : Fran Powell Purchasing Dept . BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
i
2625 19th Avenue OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTA.'WES,
Vero Beach , FL 32960 - 3335 AUTHORGEDREPRESENTATIVE
j John Ritenour ANGELA _
ACORD 25 (2001108) FAX : ( 772 ) 770- 5140 ®ACORD CORPORATION 1988
e : / Time : : 46 AM To : 91177Z7705140
Page : 0PI" - 002
i
IMPORTANT
I If the certificate holder is an ADDITIONAL INSURED, the policy( ies) must be endorsed . A statement
' on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) .
If SUBROGATION IS WAVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s) .
I
' DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s) , authorized representative or producer, and the certificate holder, nor does it
' affirmatively or negatively amend , extend or alter the coverage afforded by the policies listed thereon .
i
i
I
I
I
I
I
i
I
i
' ACORD 25 (2001108)