Loading...
HomeMy WebLinkAbout2013-030A �vERcoo Indian River County Purchasing Division � . F 4 180027 th Street Vero Beach, FL 32960 aa13 . 034A # # Phone ( 772 ) 226- 1416 �LORI� Q' Fax ( 772 ) 770-5140 Invitation to Bid Project Name : Shooting Range Safety Baffle Replacement and Repairs Bid # : 2013018 Bid Bond Required : Yes — 5 % if bid is over $ 25, 000 Public Construction Bond Required . Yes — if bid is over $ 100, 000 Pre- Bid Meeting . MANDATORY — December 18, 2012 at 9 : 00 a . m . , 10455 102nd Terrace, Sebastian , FL Bid Opening Date : Friday, January 4, 2013 Bid Opening Time : 2 : 00 P . M . All bids must be received by the Purchasing Division, 1800 27th Street, Vero Beach, Florida 32960 prior to the date and time shown above . Late bids will be returned unopened . PLEASE SUBMIT ( 1 ) ONE MARKED ORIGINAL AND ( 1 ) COPY OF YOUR BID . Refer All Questions to. Jennifer Hyde, Buyer Fax : (772 ) 770-5140 Email : purchasing@ircgov. com Page 1 of 18 - - i 2013018-Shooting Range Safety Baffle Repair and Replacement - Addendum 2 I ADVERTISEMENT FOR BID Notice 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 #2013018 Shooting Range Safety Baffle Replacement and Repairs Public Works Detailed specifications for the above referenced Bid are available from DemandStar. com at : (800) 711- 1712 or downloaded from their web site at : www. demandstar. com . Bid specifications are also available at Indian River County Purchasing Division at ( 772 ) 2264416 or Email : purchasing@ircgov. com . Deadline for receipt of bids has been set for 2:00 P. M. on January 4, 2013. Only bids received on or before the time and date listed will be considered . Bids should be addressed to Purchasing Division, 1800 27th Street, Vero Beach, Florida 32960. All bids will be opened publicly and read aloud at 2 :00 PM . All bids received after 2 : 00 PM , of the day specified above, will be returned unopened . A MANDATORY pre- bid meeting will be held at the Shooting Range, located at 10455 102nd Terrace, Sebastian , FL at 9:00 A. M., Tuesday, December 18, 2012. Prospective bidders must be signed in by 9 : 00 a . m . to be credited for attendance . All bids shall be submitted in Duplicate on the Bid Forms provided within the Bidding Documents. BID SECURITY must accompany each Bid, and must be in the form of an AIA Document A310 Bid Bond, properly executed by the Bidder and by a qualified surety, or a certified check or a cashier' s check, drawn on any bank authorized to do business in the State of Florida . Bid Security must be in the sum of not less than five percent ( 5%) of the total amount of the bid , made payable to Indian River County Board of County Commissioners. In the event the Contract is awarded to the Bidder, Bidder will enter into a Contract with the County and furnish the required 100% Public Construction Bond for work authorizations/work orders over $ 100, 000 within the timeframe set by the County. If Bidder fails to do so, the Bid Security shall be retained by the County as liquidated damages and not as a penalty. The Board of County Commissioners reserves the right to accept or reject any and all bids in whole or in part and to waive any technicality or irregularity. PURCHASING MANAGER -INDIAN-RI--VER-CO-UNT-Y - ---._ Indian River County Purchasing Division 180027 th Street Vero Beach, FL 32960 Page 2 of 18 r I 2013018-Shooting Range Safety Baffle Repair and Replacement - Addendum 2 Instructions to Bidders General Terms and Conditions Sealed Bids and Envelope Markings: All bids shall be submitted in a sealed opaque envelope . The outside of the envelope shall be clearly marked with the Sealed Bid #, Title of the Bid, Date of the Bid opening, and Time of the Bid Opening and name of firm submitting. Opening location: It will be the sole responsibility of the Bidder to deliver personally or mail their proposal to the office of the Indian River County Purchasing Division . Bids should be delivered to 1800 27th Street, Vero Beach, FL 32960, on or before the closing hour and date shown for receipt of bids . Bids received in person or by mail after the stated time and date will not be considered . Bid Submission: All proposals must be signed with the legal Firm name and by an Officer or employee having authority to bind the company or firm by his / her signature . Proposals shall be submitted on forms provided by Indian River County. Bids not submitted on the attached form shall be rejected. A marked original bid and one copy shall be submitted unless otherwise instructed . Withdrawal of Bids: Bids may be amended or withdrawn only by written notice prior to the bid opening. Amendments must be sealed . Amendments or withdrawals received after the bid opening will not be effective, and the original bid submitted will be considered . Price and Discount Requirements: Quote net prices after deducting trade discounts. All discounts must be incorporated in the prices contained in the bid, and not shown separately. Invoices submitted must agree with the prices formally bid . Taxes: Indian River County is exempt from any taxes imposed by State and / or Federal Government. Exemption Certificates, if required, are to be furnished by the successful bidder and will be filled out by the County. Delivery and Completion Dates: Indicate delivery and completion dates. This may be a determining factor in the award of the bid . The County may, at its option, grant additional time for any delay or failure to perform hereunder if the delay will not adversely affect the best interests of the County and is due to causes beyond the control of the Bidder. Such grant must be in writing and made part of the Order. Irrevocable Offer: Bidder warrants by virtue of bidding that the prices quoted in this bid shall remain firm and be considered an irrevocable offer for a period of sixty ( 60) days, during which time one or more of the bids received may be accepted by Indian River County. Assignment/Delegation: No right, obligation or interest in the Order shall be assigned or delegated by the Bidder witho_ t .pdoT-written-c0 unty,-witliout-pre}udice -faun s ethefTights acid — Consideration of Bids: Telegraphic, telephonic, or faxed bids will not be considered . Indemnification: The successful Bidder shall indemnify and hold harmless the County, and its officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of the contractor (or other Page 3 of 18 201301&Shooting Ranee Safety Baffle Repair and Replacement - Addendum 2 appropriate party) and persons employed or utilized by the contractor (or other appropriate party) in the performance of the construction contract. Public Access: The Bidder shall allow public access to all documents and materials in accordance with the provisions of Chapter 119, Florida Statutes. Should the Bidder assert any exemptions to the requirements of Chapter 119, Florida Statutes, and related statutes, the burden of establishing such exemption, by the way of injunctive or other relief as provided by law, shall be upon the Bidder. Records/Audit: The Bidder shall maintain books, records and documents pertinent to performance under this Order in accordance with generally accepted accounting principles consistently applied . The County shall have inspection and audit rights to such records for audit purposes during the term of the contract and for three years following the termination of obligations hereunder. Records which relate to any litigation, appeals or settlements of claims arising from performance under this Order shall be made available until a final disposition has been made of such litigation, appeals, or claims . Acceptance: Receipt of an item shall not be an indication that the items are acceptable . Final acceptance and authorization of payment shall be given after a thorough inspection indicates that the item is delivered in accordance with the Bid Specifications. Suppliers are advised that in the event the delivered item does not meet specifications, payment will be withheld until such time the supplier takes necessary corrective action . Variations to Specifications: For purposes of evaluation, Bidder must indicate any variances from the specifications and / or conditions on the form provided with this Invitation to Bid. Otherwise, it will be assumed that the product or service fully complies with the specifications. Items specifically described, as alternates shall be reviewed as an alternative bid to be considered by the County, in lieu of the primarily specified item (s) . However, item (s) varying from the published specifications shall be considered substitutes, and the County reserves the right to consider or not to consider substitute bids. Substitutes shall be subject to disqualification if the County does not approve the substitution . Interpretations: No oral interpretations will be made to any Bidder as to the meaning of the Specifications . Every request for such an interpretation shall be made in writing, addressed and forwarded to Indian River County, ten ( 10) or more days before the date fixed for opening of the bids. The County shall not be responsible for oral interpretations given by any County employee . Every interpretation made to bidder will be in the form of an Addendum to the specifications, which if issued, will be sent promptly as is practical to all persons to whom specifications have been issued . All such Addenda shall become part of the specifications . Further, it shall be the responsibility of each bidder, prior to submitting their bid, to contact Indian River County's Purchasing Division at ( 772 ) 2264416 to determine if addenda were issued and to make such addenda a part of their bid . Default Provision: In case of default by the Bidder, Indian River County may procure the articles or services from other sources and hold the Bidder responsible for excess incurred thereby, and .may take such action, as it deems appropriate, including legal action for Damages or Specific Performance . Manufacturer's Certification: Indian River County reserves the right to request from the Bidder a separate manufacturer' s certification of all statements made in the proposal . Signed Bid Considered an Offer: This signed bid shall be considered an offer on the part of the Bidder. Indian River County Board of County Commissioners shall deem the offer accepted upon approval . Non-Collusion: By signing and submitting the Bid Form, the Bidder certifies that, Page 4 of 18 F _ I 2013018-Shooting Ranee Safety Baffle Repair and Replacement - Addendum 2 • This bid has been arrived at by the Bidder independently and has been submitted without collusion, and without any agreement, understanding, or planned common course, or action with, any vendor of materials, supplies, equipment, or services described in the invitation to bid, designed to limit independent bidding or competition, and • The contents of the bid have not been communicated by the Bidder or its employees or agents to any person not an employee or an agent of the bidder or its surety on any bond furnished with the bid, and will not be communicated to any such person prior to the official opening of the bid . • No attempt has been made or will be made by the Bidder to induce any other person (s) or firm (s ) to submit or not to submit a bid for the purpose of restricting competition . Public Entity Crimes: Pursuant to Florida Statutes Section 287. 133 ( 2 ) (a ), all Bidders are hereby notified that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity ( defined as the State of Florida, any of its departments or agencies, or any political subdivision ), may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in Florida Statutes Section 287 .017 for CATEGORY TWO [currently $ 35, 000] for a period of 36 months from the date of being placed on the convicted vendor list . A " public entity crime " 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, proposal, reply, or contract for goods or services, any lease for real property, or any contract for the construction or repair of a public building or public work, involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation . Regulations: It shall be the responsibility of the bidder to assure compliance with any OSHA, EPA and / or other Federal or State of Florida rules, regulations, or other requirements, as each may apply. Applicable law and Venue: This Order and all rights and duties of the parties hereto shall be governed by the laws of the State of Florida, including but not limited to the provisions of the Florida Uniform Commercial Code Chapters 671-679 F .S., for any terms and conditions not specifically stated in this Order. Conflict of Interest: Any entity submitting a bid or proposal or entering into a contract with the County shall disclose any relationship that may exist between the contracting entity and a County Commissioner or a County Employee . The relationship with a County Commissioner or a County Employee that must be disclosed is 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 laws Ser_irL-lc ,stepfatltL stepmotherstepan, _ stepdaughter, stepbrother, stepsister, 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 . Failure to submit the form may be cause for rejection of the bid or proposal . Page 5 of 18 I 2013018-Shooting Range Safety Baffle Repair and Replacement - Addendum 2 Cancellation: It is the intention of Indian River County to purchase material and / or services from sources of supply that will provide prompt and convenient shipment and service . Any failure of the supplier to satisfy the requirements of the County shall be reason for termination of the award . Errors: When an error is made in the bid extension of generating total bid prices or in any other process of completing the bid, the original unit prices submitted will govern . Carelessness in quoting prices, or in preparation of the bid otherwise, will not relieve the bidder. Bid Rejection: Failure to comply with all the above instructions may result in rejection of the bid . Bid Protest: Any actual or prospective Bidder who is aggrieved in connection with the solicitation or proposed award of a contract may protest to the Purchasing Manager. The protest shall be submitted in writing within seven ( 7 ) calendar days after such aggrieved person knows or should have known the facts rise thereto . If the protest is not resolved by mutual agreement, the Purchasing Manager shall promptly issue a decision in writing, after consulting the Department and the Office of the County Attorney. Awards: The County reserves the right to cancel the bid, reject any and all bids or waive any irregularity or technicality in bids received . When it is determined there is no competition to the lowest responsive Bidder, evaluation of other bids is not required . Bidders are cautioned to make no assumptions unless their bid has been evaluated as being responsive . The County reserves the right to not make any award (s) under this bid . Criteria for Award : A. Compliance to the specifications B . Cost C . Delivery D. Disclosure Statement 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 convenience of the County and / or with or without cause . Compliance with Laws and Regulations: Bidder agrees that they will comply with all Federal, State, and Local Laws and Regulations applicable to the production, sale, and delivery of the goods or the furnishing of any labor or services called for by this order, and any provisions required thereby to be included herein shall be deemed to be incorporated herein by reference . Noncompliance may be considered grounds for termination of contracts. • Public Record law: Correspondence, materials, and documents received pursuant to this Invitation for Bid become public records subject to the provisions of Chapter 119, Florida Statutes. I_ns_uran_c_e. • Owners and Subcontractors Insurance: The Contractor shall not commence work until they have 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 . Page 6 of 18 2013018 -Shooting Range Safety Baffle Repair and Replacement - Addendum 2 • Worker's Compensation Insurance: The Contractor shall procure and maintain worker's compensation insurance to the extent required by law for all their 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 Liability Insurance: The Contractor shall procure and 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 on this insurance with respect to all claims arising out of the operations or work to be performed . Commercial General Commercial General ( Public) Liability, A. Premises / Operations other than Automobile Be Independent Contractors C. Products / Completed Operations $ 1,000,000.00 Combined single limit D. Personal Injury for Bodily Injury and Property Damage E . Contractual Liability F . Explosion, Collapse, and Underground Property Damage Automobile A. Owner Leased Automobiles Be Non-Owned Automobiles $ 1,000,000.00 Combined single limit C. Hired Automobiles Bodily Injury and Damage Liability D . Owned Automobiles • Proof of Insurance: The Contractor shall furnish the owner a certificate of insurance in a form acceptable td 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 . Indian River County reserves the right to accept or reject any or all bids in whole or in part and waive all any technicality or irregularity. Note. Any and all special conditions attached hereto, which may vary from these General Conditions, shall have precedence. Refer All Questions to: Jennifer Hyde, Buyer Telephone : (772) 2264416 Fax: (772) 770-5140 ---- €-ma+ : pure asirtg ircgov:com----- — — __------ - -- -- ----- — - --- -- -- — ----- — -- -- -- — — -- --- - -- - _ _ End of General Terms and Conditions Page 7 of 18 2013018 -Shooting Range Safety Baffle Repair and Replacement - Addendum 2 Technical Specifications Scope As a result of 11 plus years of public use, one of the wooden safety baffles at 15 yards on the pistol range is beyond Irepair and must be replaced . AdditieRally, .r, , ie . .e ., , i, aalre needled. +e tiwvn, of the 15afety baffles ,. n + L. e rofle r + Rge at 50 a ^ a ' 5 yaFd wear . Without the safety baffles, there is noway to prevent projectiles from exiting the ranges and entering the State Buffer Preserve and other populated areas to the east of the Shooting Range . The replacement baffle at the pistol range and .epaiFs +„ h.affle .s + + " o rife . , ., .,e will be constructed using original details that are included as Attachment A. Work to be completed includes : General 1 . Remove and store the existing sports lights . 2 . Any gravel that is in the baffles may be recovered and reused in the new baffles. 3 . Properly dispose of lumber, hardware, conduit, wiring, and concrete . 4 . All lumber is to be grade No . 1 5 . All lumber treatment is to be 0. 6 CCA. I 6 . Steel plates on front of posts are to be haFde ^ ed, ARS50, AR500 Steel . 7 . Baffles are to be completely filled with pea gravel . Be Reinstall the sports lights with new conduits and wiring . 9 . Test reinstalled lights to ensure that they work properly. I 10 . "Top off' the new and FepaiFed-baffles on the pistol range and •ifle FaAgAf with gravel and install new cap boards and cap flashing. 11 . At the completion of work, restore to original condition all construction areas and make presentable for public use . 12 . If possible, construction days should be completed on consecutive Tuesdays and Wednesdays, during the . time the range is closed to the public . If not, this project is to be completed in 7 working days. 13 . Contractor is responsible to obtain Indian River County Building Division permit and is responsible for cost. Pistol Range 1 . The pistol range baffle is approximately 180 feet long . 2 . Dismantle and remove the damaged baffles and posts at 15 yards on the pistol range . 3 . Construct new baffles on the pistol range at 15 yards, as per the attached plans. Rifle RaRge 1 . The rifle baffles aFe motel. . 249 feet lens 21 . Dis .m.antle the baffles, as needed, at 50yaFGls and :75yaFdS en the Fifle . MANDAT RY pre-tid meeting wiU he he.ld._at_the_Shoating_Range,_located_at10455102nd -Temce,Sebastian, FL._------ --. at 9*w A. M., Tuesday, December 18, 2012. Prospective bidders must be signed in by 9:00 a. m. to be credited for attendance . Additional information regarding the site, location and operation may be found at www.goshootingirc.com End of Technical Specifications Page 8 of 18 ER Indian River County Purchasing Division �'�v �o G� 180027 th Street Vero Beach, FL 32960 Phone (772 ) 2264416 Fax ( 772 ) 770-5140pR�p �` I Bid Form -Addendum 2 Shooting Range Safety Baffle Repair and Replacement Bid # : 2013018 Bid Opening Date and Time . January 416 . 2013 2 :00 P . M . Bid Opening Location . Purchasing Division 180027 th Street Vero Beach , FL 32960 In accordance with all terms, conditions, specifications, and requirements, the Bidder offers the following : 1 . Pistol range baffle repairs I 2 . Rifle F e baffle . Total Bid Price ( item 1 onlyl $ 4{ Z l Z g Q . 0� b Total Bid Price in Words Project completion time after receipt of "Notice to Proceed" or P0 : wo ^ DAYS Page 9 of 18 2013018 Shooting Range Safety Baffle Repair and Replacement 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 contractor request additional compensation . VA Company Name : SUYYNt � � S O( LLC1On & V 0 ct► UL—C Company Address : 2$ 2J � E l %% Qk� Sa. "2-�•/ biro City, State V ioco— Pp2c' cjCg , a. 32Qito0 Zip Code 3Z9 (oo if Telephone : � Z / � 7.C� � Fax : 77�qLl� 2D9 E- mail : �jr,.NJ & F, "mrni4� cyt , V1Q.4s- Business Tax Receipt Number : 17_ - 1NU ) J. q n FEIN Number : 5 (010 2- q £ Ll RZ9 Authorized Signature : --- � Date : Ja V1 . � , wl Name : i 6 � (SdWt fv d Sclosow " Title : ;)FeS,%Je. N + NEW (Type / Printed ) Page 10 of 18 2013018 Shooting Range Safety Baffle Repair and Replacement Affidavit of Compliance ( Please include this form with your bid ) Indian River County Bid # 2013018 for Shooting Ranee Safety Baffle Repair and Replacement We DO NOT take exception to the Bid / Specifications . ❑ We TAKE exception to the Bid / Specifications as follows : Company Name : to Wrnn i S-t11 C.t t 1 tN�) V Ut) &Cel Company Address : Z 2�s t� 1 oa y�.�-o ►�.c�n� � 32 �i (.vd Telephone Number : � Z i Z.0 99 Fax : 209 E- mail : � d �CLkV~ 14� C wt v - Authorized Signature : �--- -� Date : 3ayi 2,013 Name : Vv % idlM + SC1✓1 (.� � Title : PaSict2(/L4� (Typed / Printed ) Page 11 of 18 r 2013018 Shooting Range Safety Baffle Repair and Replacement 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 MUST be submitted with Bid, Proposal or Contract No. 2013018 for Shootine Range Safety Baffle Repair and Replacement 1 t PP , 2 . This sworn statement is submitted by: Aytyy IMI (! &LT(1.LG0cM / )k V4Z (Q &&Ci ( Name of entity submitting Statement ) whose business address is : and its Federal Employer Identification Number ( FEIN ) is 5 (p 3 . My name is W ilt tc3 A 56/1 U&A ( Please print name of individual signing) I and my relationship to the entity named above is Pas ide ,,�4 - 4. 1 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 . 1 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 . Page 12 of 18 May (o� Notary Public State of Florida Christy Shulhan My Commission EE017547 Or Expires 10/21/2014 Page 13 of 18 2013018 Shooting Range Safety Baffle Repair and Replacement Warranty Information Form MEN (All Blanks must be filled in and Submitted with your Bid) 2013018 Shooting Range Safety Baffle Repair and Replacement Warranty Information Form (All Blanks must be filled in and Submitted with your Bid ) Indian River County Bid # 2013018 for Shooting Range Safety Baffle Repair and Replacement Make and Model of Proposed Equipment : r) okw a�am, : c " �R — I (je�v � W� rUlLA V JI Is there a warranty on the proposed equipment? Yes ❑ No� Does the warranty apply to all components or only part? (Please specify) jj,O Warranty period for parts . wf G-- Warranty period for service : Nearest source to Indian River County for parts and service : � 1 Who will provide service and where in the event of failure within warranty period ? CompanyName : (Awtwl ! t��NI ,S��Lc G�iy�n S VQ(© &Zc Phone : Address : d� r \ �a. fD 6aael ptn� ?Z kc) Contact person : \ A1 �1 < < aw& � . JGLI yj�, Will any voluntary service follow installation or delivery ? Yes ❑ No K If so, by whom ? When ? Who is the highest authority ( manufacturer, distributor, dealer, etc. .. ) fully behind this warranty? A copy of the complete warranty statement is submitted herewith : Yes ❑ Nox Page 14 of 18 2013018 Shooting Range Safety Baffle Repair and Replacement AGREEMENT THIS AGREEMENT made and entered into this 12th day of February 2013 by and between 5LAvy\rv\ i Ccrn �l- � yn Ve rn Be,& 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 # 2013018 Shooting Ranee Safety Baffle Repair and Replacent CONTRACTOR, as an independent CONTRACTOR and not as an employee, shall furnish, for the sum of $ Four Thousand Two Hundred Forty Dollars ( $42 , 240 . 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 Li 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 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 any 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 of 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 When the work provided for under this contract has been completed, in 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 days after the date of completion . 2013018 Shooting Range Safety Baffle Repair and Replacement The final invoice shall be accompanied by a Certificate of Acceptance issued by the COUNTY ENGINEER, stating that the work has been completed to his satisfaction, in compliance with the Contract. In accordance with the Florida Prompt Payment Act, after receipt of the COUNTY 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) JLA6V ^^ M � I 1Cru c�lcTn -V�a ash Indian River County, Florida President Wesley S . Davis , Vice-Chairman Witnessed by: �-- Approved by BCC 02- 12-2013 Attest . PROVED Jeffre)j . jrnith, Cler)rqf Court and Comptroller By : ggpppgppp seph A. Clerk aird, County Administrator Deputy p y Apo p s t rm ga Sufficiency •`•�J��'�• . • . • • y�-�`!'••; BY a : County Attorney q' O s • Q: R * `gyp••/ppPp• p• 2013018 Shooting Range Safety Baffle Repair and Replacement- Modified for Addendum 22013019 ShOGt " ^ RaRge Safety Baffle Reoa * F and Replar;emerit Med. ified. fer A.ddPRd1IFR 22013918 SheetiRg Range Safety Ba a z p O o •�iORi9�s THIS CHECKLIST IS PROVIDED TO ASSIST EACH BIDDER IN PREPARATION OF THEIR BID RESPONSE. THIS CHECKLIST IS ONLY A GUIDELINE ITIS THE RESPONSIBILITY OF EACH BIDDER TO READ AND COMPLY WITH THE INVITATION TO BID /N ITS ENTIRETY. ✓ Is the Bid Form completed and signed ? ✓ All price extensions and totals have been reviewed for accuracy? ✓ Is the Affidavit of Compliance completed, signed, and attached ? ✓ Is the Disclosure of Relationship Sworn Statement completed, signed, notarized, and attached ? ✓ Is each Bid Addendum ( if issued ) signed and included with the Invitation to Bid Form ? ✓ Is the Bid #, Bid Title, and Bid Opening Date & Time marked clearly on the outside of the envelope? ✓ Is the Bid Form submitted in duplicate (or as specified ) ? ✓ Is Bid Bond attached ( if required ) ? ✓ Is all of the above in the envelope and is the envelope sealed ? If you have any questions about submission of the Invitation to Bid Form, please contact the Indian River County Purchasing Division at ( 772 ) 2264416 or by Fax at ( 772 ) 770-5140 or via &mail at purchasing@ircgov . com Thank you for your interest ! Page 17 of 18 i 2013018 Shooting Range Safety Baffle Repair and Replacement- Modified for Addendum 220 .1301. 8 rbheGO09 Ra Rge Safety Baffle Re pa iF a Rd Re iq ! a geme nt AV4 R� d� wfie d� f4p. r. Ad. d. P� pd� urn 2121 Q 134@ 158 5 heeting Ra Rge Saf ety Ra APPENDIX A - PLANS Page 18 of 18 Bond No. BID BID BOND The American Institute of Architects, AIA Document No. A310 (February, 1970 Edition) KNOW ALL MEN BY THESE PRESENTS, that we Summit Construction of Vero Beach LLC 2837 Fright Safety Drive. Vero Beacfi. FL 32960 as Principal hereinafter called the Principal, and Old Republic Surety Company a corporation duly organized under the laws of the state of wsconsin as Surety, hereinafter called the Surety, are held and firmly bound unto . Indian River County Board of County Commissioners as Obligee, hereinafter called the Obligee, in the sum of Fare percent of Amount Bid i Dollars ($ 5% of Bid ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, ,jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Shooting Range Safety Baffle Reniacement and Repairs Bid # 2013018 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 4th day of January 2013 ' Summit Construction of Vero Beach, LLC Witness Principal (Seal) By. Name Fitle Old Republic Surety Company Surety n (Seal) By; Witness 7arms E. Dickmeyer, ey-in Fact ORSC 21328 (5/97) —I ** * * * IF q * . D� REP I LIC SURETY COMPANY IF IdIF ::: I Imp IF op: I. do o 1 IF POWER OF ATTORNEY IF g. aKNOW ALL MEN BY THESE PREaEPli`S : That :OLD REPUBLIC SURETIF I do Y COMPANY, a Wisconsin stock irtsur.a' nde tbfpbraUon, - daes make, constitute and aRpoirt;d ' IFIIFp JAMES E . DICKMEYER , O1~' STUART ; ; oII FL Imp IF pop IF its true and lawful Attomey(s)-in-Fact, with full 'power anF dm d authority, not exceeding $20,000,000, for and on behalf of the company as surety, to execute and deliver and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognizances or other written obligations in the nature thereof, (otherthan bail bonds, bankdepository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits , asbestos abatement contract bonds, waste management bonds, hazardous waste remediation bonds or black lung bonds), as follows: IF IF I IF IF ALL WRITTEN IN$ TR MENTS IN AN AMOUNT NOT TO EXCEED AN AGGREGATE flFIF I SIX MILLION DOLLARS ( 6 , OOf ; fl00 ) - - - - - - - - - - - - - - - - -,'- - :- -dom FOR ANS' SINGLE . _ ; OBLI A' IO , : • } EU"TRD ESS., . bF . THE NUMBER OF INSTRUMENTS 1SS ]W :FoED FO t 'I'HE OB , IGATION . d I and to bind OLl7 REPUBLIC S'URE�I`Y COM# AN' thsreby; 1rf alai, of the acts of saIF i0:..At ine :.. 1. Fact, pu%rsuant to these presents, ared > ratified and :confirnied . This document is not :validunlass punted ora <;colored background grid #S multi-colored . This appointment isIF made.. :.; under and by authority of the board of directors .at a: special meetfirtg hold on February 18, 19$2 ':This Power of Attorney is signed and sealed by facsimile tindef and by the authority of the foflowng resolutions ddopted by the boaof directors of the OLD REPUBLiG SE3R rdETY COMPANY on February 18, 1982 . IF IF RESOLVED that, the president, any vice-presideht or assI . istant vice president in conjunction with the secretary or any assistant . IF secretary, .may. appoint attorneys-in-fact or agents with authority as defined or limited, in the+ instrument evidencing the appointment in each":case f& and on behalf of the company to execute and deliver and affix the seal of the cgmpany to bonds, undertakings , recog - nizanbes ,, arid : suretiyship obligations of all kinds ; and said officers may remove .'any sttbh:gattof.pey- in-fact or agent and revoke any Power of Attorney previousldo d y granted to such person . pop IF ' RESOLVED. Flog, that any bond, undertaking, recognizance, or suretyship obligabat shall bevalld grad binding upon the Company (i) when signed by the president; any vice president or assistant vice preddentF and::attesfed ani! sealed fd a seal be required) by any secretary or assistant IF secretary; orIF (i i) when signed by the president any vice pres'iden :or assistant vice pre§tient secretary or assistant secretary and ,�uritersigned and seafeci (if a seal be required) by a duly &Ahorizedattorney-in-fact I do or;agent; ordo IF I pop (iii) when duly executed aiid..s6kIed .0if a seal be required) by one or more attprneys=in-fact or agents pursuant to and v�ithin the lirzlits of the authority evidenced by the Powerof Attorney issIF ued by the Gpmpany to such person or persons. RESOLVED FURTHER,thatthe signature of any authorised officer and the seal of the company may be affixed by facsimile to any PowAtm or Imp , certification thereof authorizing the exec on and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the compI ig. rid such signature and seal when so used shall' h" the same force and effect as though manually affixed . IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer, and its corporate seal to be affixed this 4TH day of AUGUST , 20110 OLD REPUBLIC SURETY COMPANY imp I do I `UU011,1111,,,,,//iIF I pop I JGM �O E . O_ IF Ado d op IF _C g. 3 �..� I C Assistant Secretary ��: rest en do I STATE of WISCOF IF NSIN COUNTY OF; WAUKESHA - SS IF On this � F . personally carne before me, Imp 21 go IF popGERALD Co., LEACH 4 r77 ay of AUGUSTgo 201:1 '. and RICK A. 0 OIT td me known to be tltie Mdlviduals and officers of the OLD REPUBI tC .SfJREfY COMPANY who exeoi�ted the above instrument, and they each acknowledged the execution ::of the same, and being by me duly sworn , did severally depose and sad; that they are said officers of the corporation aforesa[d , and that the seal affixed to the above instrument is the seal of the corporation and that said corporate seal and their signatures as succi"officers were duly affixed and subscribed to the said instrument by the authority -if the board o direotors of said corporation . I . IF .. IF I go IF I ,.PapN• 4, p �� ✓ ��• %% i?c, or off ,: : IF I' IFI I- -go . - -- - — Nornav�, s F t\toiaryi..ubli� - - - - IF Imp Impv p IF do I .I IF =oI pop do V. 9jIF IF 1 4 .4 `�IF IF IF oF so°`��•rX . 6 pop . M oommisslon: ex ties I2 / 02 / 2 ,�^.,,- 012 IF :. sCERTIFICATE - - --- pop . Imp I IF I, the undersigned, assistant seoretary of the fJLD REPUBLIC SUR Y COMPANY, a Wisconsin <corpor�tion CERTIFY that the ' ` foregoing and attached Power of Attorney remains in full force and has not b66widdevoked ; and furthermore, that the Resolutions of the: board of directors set forth in the Power of Attorney, are now ihw force. IF I Ir7 9 2 - 2 4 6 5 `�.��� seRF,y�s 4 > .. � Signed and sealed at the City of Brookfield , WI this _ day ofIIF pop %I zo 13_ 3 OWI �71LLiJJ 3 %godfM Food THE DICKMEY ,u, 102NCYs.1 Assistantcretary ORSC 22262 (3/10) o, , onvia . cor Inc To : Christy Shushan ( 17727942097) 13 : !x3 1 '1128/12 EST P9 1 - 1 g�VEh' Indian River County Purchasing Division A y 1800 27th Street Vero Beach, FL 32960 LOR1T� _ Phone (772 ) 2264416 Fax (772) 770-5140 ADDENDUM NO. 1 Date: December 28, 2012 Bid Number: 2013018 Bid Opening Date: January 16, 2013 (Revised) at 2 : 00 pm This Addendum is issued for the purpose of: Postpone the bid opening date. (Was January 4, 2013) NEW BID OPENING DATE : January 16, 2013 Reason : Christmas and New Year holidays don 't allow adequate time to respond to questions . * ** * * * * * ** * * *This Addendum MUST be returned with your Bid* * ** * * * ** ** ** * All Bids must be received by the Purchasing Division office located at 1800 27h Street, Vero Beach, FL 32960 prior to the Date and Time shown above. Late bids will be returned unopened. Company Name .S +,., h . , 4� C on.! L t" c o V- C ro 8 � G� 1. , L C Name: t < < cr,— S � G. � t..� Title : (Type / Printed) Authorized Signature: �- • Date : Z g 1 Telephone : 7 9 4 — Z 09 � Fax : 7 9 `� — ZC� q '-7 Indian River County Purchasing Division A 180027 Street , Vero Beach , FL 32960 ' LOR14 _" Phone (772) 2264416 Fax (772) 770- 5140 ADDENDUM NO . 2 Date : January 7, 2013 Bid Number: 2013018 Bid Opening Date : January 16, 2013 (Revised) at 2 : 00 pm This Addendum is issued for the purpose of answering questions received after the mandatory pre-bid meeting and modifying bid scope and specifications . REPLACE Pages 8 and 9 of the Bid Package (Technical Specifications and first page of the Bid Form) with attached . QUESTION 1 . During yesterday ' s prebid meeting the ideas as to how to repair the j damaged rifle range baffles was a big topic . The details provided in the bid package are actually for the original baffle construction . These details are adequate for the complete replacement as the Pistol Range baffle requires . But they really do not address how to repair the rifle baffles . The rifle baffles are "sagging" and we discussed adding some galv steel to the bottom after "jacking" the bottom of the baffle up . ANSWER : The rifle range baffle repairs are hereby removed from the Technical Specifications and are not a part of the Scope of Work for this project. QUESTION 2. The steel is noted to be required to be AR53-0 . This is much more --- - - expensive than standard AR500 steel . I would like the County to verify that is what is required so everyone includes this much more expensive steel . ANSWER : The steel plates on the front of the posts are modified to be galvanized AR500 steel . * * * * * * * * * * * * * This Addendum MUST be returned with your Bid * * * * * * * * * * * * * * All Bids must be received by the Purchasing Division office located at 1800 27th Street, Vero Beach, FL 32960 prior to the Date and Time shown above . Late bids will be returned unopened . � CyV� Company Name k.'. bL.VVIMI ��V' u-C iyet �C P.�"U Name : i 2v1ti 61 C�etnIx (n Title . Pas i d-eP� (Type / Printed) Authorized Signature : LA.--I Date . Telephone * • ?.4 °1 Fax . i _ _