Loading...
HomeMy WebLinkAbout1999-077r cl L7 -U77 AGREEMENT THIS AGREEMENT, made and entered into this 13 day of March, 1999,.by and between Native Habitat, Inc. of Vero Beach, Florida, 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 Furnish all the necessary equipment, material and labor and transportation to eradicate nuisance vegetation, including but not limited to Brazilian pepper (Schinus lereblltlhifolius) and Australian pine (Casuarina spp.) from the property (Prange Islands) described in Exhibit B of Bid #9027 advertised and opened on January 20, 1999. Work shall be completed in accordance with the terms and conditions specified in said bid document. All sections are hereby incorporated in and made a part of this agreement by reference. CONTRACTOR, as an independent CONTRACTOR and not as all employee, shall furnish, for the sum amount of twenty four thousand nine hundred and fifty dollars and zero cents ($24,95 all of the necessary labor, material, and equipment to perform the work described above in accordance with tine Contract Documents. Article 2. Tiine of Completion: Calendar Days from receipt of the Notice to Proceed Article 3. General: The CONTRACTOR hereby certifies that tae has read every clause of the Contract Documents and that lie has made such examination of tile 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 woi k.. 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 thereunder, 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 thereunder. Any clause or section of this contract or specification which may for any reason be declared. invalid, may be eliminated therefrom; and the intent of this contract and the remaining portion thereof will remain in full force and elect as though such invalid clause or section has not been incorporated therein. 29 e Go 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 forill in the CONTRACTOR'S Bid Form. Article S. Acceptance and Final Payment: When the work provided for under this contract has been Completed, in accordance with the ternhs thereof, a final estimate showing til• amount of such work shall be prepared by the CONTRACTOR, and filed with she OWNER within fifteen days after the date of completion. All moneys expended by the OWNER according to the terms of this contract and thereunder chargeable to the CONTRACTOR, all moneys payable to Ire OWNER as liquidated damages, and all deductions provided by the Contract, state laws, or governing regulations shall be retained from the final payment. In accordance with the Florida Prompt Payment Act, the OWNL`.R shall mare payment to the CONTRACTOR equal to ninety percent (90%) of lire full payniehrl amount ($22,455.60) after the. CONTRACTOR demonstrates that _ 95% of the ialisancu ilivasive. vegetation on the property (both Prange Islands) has been successfully eradicated. The OWNER shall retain teat percent (10%) of the bid price ($2,495.00) until completion of the semiannual monitoring. reports and follow up herbicide application. The OWNER sliall, at til: end of the first yeah- of semi-annual monitoring and fOIID%v up herbicide application, release one -ball' (112) of toe 1—eWi11ecl payment $1,247.50 after both follow up 11crbicidu applications 11ave been compiewd and bulli 111(mlhtoring rtip nits have been submitted to tial: OWN -EK. The OWNEIt shall, at the end of the: second year of semi -amoral monitoring and follow up herbicide application, release tile: reiva'ining one-half (112) of the retained payment ($1,247,50) after the final licihheide application has been COlnpleted and the final Monitoring report has been subnhitted Ica tie OWNI It PAYMENT or the final estimate and acceptance or such payment by the CON'rRAC`rOR shall release the O%VNFR from all claims or liabilities to the CONTRACTOR in connection with the Contract. Article 6, 'file Contract Documents: ('unditi,11s, Speciticatorls, Bid I7ucmnents, Bunds, and the The General Cuhldiuons, Sflccial Drawings, together witi this Agreement, luhiu the ['ontrisci, auul are hilly a part of this Contract BS if included Herein an do 40 IN WITNESS WHEREOF, the parties hereto have execut d h° EMENT the day and year first above written. (Native Habitat V--� Signed and Sealed by the CONTRACTOR in the presence of; INDIAN RIVER COUNTY (OWNER) 7 By: meth Mac t, Chairman (Seal) �t Attest 1}arton, J 31 0 40 INVITATION TO BID Notice is hereby given that the Indian River County Board of County Commissioners is calling for and requesting bids for the following: IRC BID #9027 Removal of Nuisance Invasive Vegetation from the Prange Islands Community Development/ Environmental Planning Detailed specifications for the above may be obtained from the Purchasing Division located at 2625 19th Avenue, Vero Beach, Florida 32960. All bids must be submitted in triplicate and written on the prescribed forms provided within the specifications and delivered by hand or mailed directly to: INDIAN RIVER COUNTY PURCHASING OFFICE 2625 19TH AVENUE VERO BEACH, FLORIDA 32960 Deadline for receipt of bids has been set for 2:00 P.M. Janna 20 1999. Only bids received by the aforestated time and date will be considered. 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 Vero Beach Press Journal Publish: December 21, 28, 1995 & January 4, 1999 Please furnish Tear Sheet and Affidavit of Publication to: Purchasing Division 2625 19th Avenue Vero Beach, Fl. 32960 I• TABLE OF CONTENTS ADVERTISEMENT FOR BID TABLE OF CONTENTS 4 SECTION A INSTRUCTIONS TO .BIDDERS 5 - 10 SECTION B SPECIAL PROVISIONS 11- 14 SECTION C GENERAL CONDITIONS 15 -20 SECTION D BID FORM 21 PRANGE ISLAND MAP 22 EXHIBIT B 23 LOCATION MAP 24 BID BOND 25-26 �z �e I�F43Pd�4�ICIi AGREEMENT 29-30 SWORN STATEMENT PUBLIC ENTITY CRIME 31 -32 STATEMENT OF DISCLOSURE 33 -34 INSURANCE EXHIBIT A - 35 STATEMENT OF NO BID -37 T 4 • i SECTION A INSTRUCTIONS TO BIDDERS 1d3 DEFINITION OF TERMS 1.1 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. 12 AuthorizedRepresetualive Any representative of The County, whether or not a County employee, desipated 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. 1.3 Bidder Any person, firm, corporation, organization or agency submitting a bid for the work proposed or a duly authorized representative. 1.4 Bonds 1,5 Change larder A written order to the Contractor, signed by the OWNER or the OWNER's agent, and the Engineer, authorizing an addition, del etion or revision in the work issued after the award of contract. Such change order may increase or decrease the contract cast and/or time required and/or work required to perform the contract 1.6 Contract or Agreement The written agreement executed by the OWNER and the CONTRACTOR for the performance of the work. The contract shall be substantially in the form provided in these specifications. 1.7 Gonlr€rel-B'ond —The-s,-eurit�€--ftfrnislred-by+h&GGNTR-A�C-T4DW ti"hc ur4"s u guaranty+ Shat the -C-ON--T ACGTORR-will-fitlfill rite4ernts-oftlae Eflntraet-i-n aeenrclnnee-witlHhe-plans; ——pee+etiens and etfter e®ntract dtreus�ents and ppy all legal del3t pertsinttte to the --- exeeu4ion-e%-the-Frojeet- l.8 CONYRACTOR or Vendor The person, firin, 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. • 1.9 OWNER or Comity Board of County Commissioners, INDIAN RIVER COUNTY or its authorized representative. 1.10 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. 1.11 Subcontractor Any person, firm or corporation other than the CONTRACTOR supplying labor or materials for work being performed under these specifications. L12 12 Subsiantial Completion The date certified by the ]Engineer when the construction of tite Project, 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. -5-411miy .. . . . .1. _.. J r__ ,L_ r•nximn nr-rrtn —A ,..W—h 1.16 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. 2.0 SPECIFICATIONS 2.1 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. 2.2 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 40 t! 2,3 There will be no oral interpretations of these specifications. Any bidder/CONTRACTOR 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. All requests for interpretation or corrections shall be received by the Purchasing Manager no later than ten (10) days prior to the addendum duly issued and a copy of such addendum will be mailed and delivered to each bidder receiving a set of documents. 3.0 BOND REQUIREMENTS 3.1 Bond requirements, if any, are detailed in the section entitled Special Provisions. 4.0 PREPARATION OF BIDS 41 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 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. 4.2 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 will be rejected. 4.3 If Subcontractors are allowed, bids shall be accompanied by a list of all Subcontractors which the bidder proposes to employ. subcontractor shall not be changed without approval of the OWNER. 4.4 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 will] 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. 4.5 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 tine plea of error. 4.6 No alternate bids shall be submitted unless specifically requested in the Invitation to Bid documents. 5.0 QUALIFICATIONS OF BIDDERS 5.1 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 perforin the work. 5.2 If, after the investigation, the evidence of competency and financial ability is not satisfactory, the County reserves the right to reject the bid. 6.0 RECEIPT AND OPENING OF BIDS 6.1 All bids must be submitted in tri lie to 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. F 6,2 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, 6.3 Bids shall be opened and publicly read at the time and place indicated in the Invitation to Bid. 7.0 CONS!<DERATION OF BIDS AND AWARD OF CONTRACT 7.1 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. 7.2 OWNER reserves the right to award the contract to other than the law 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. 7.3 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. 7.4 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. 7.5 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. 7.6 If the bid of the next bidder is accepted, this acceptance shall bind such bidder as though he were the original successful bidder. 8.0 ACCEPTANCE OF OFFER 8] 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 contractual document. 9.0 PERFORMANCE 9.1 All material and parts shall be bid F.O.B. Destination, at thejob site. 9.2 The performance time may be a factor in the evaluation of the bid. The performance time shall be defined as the anticipated time period expected to elapse between receipt of the purchase order or execution of the contract and completion of the work. It is to be emphasized that the meeting of specified performance schedules is a significant part of ability to perform and that failure to meet such schedule may result in termination ol'the contract and will surely be considered in the evaluation of future bids. • UA 10.0 CONFLICT OF INTEREST 10. i 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. 11.0 ADDENDA 11.1 Addenda issued by OVINER 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. 40 C-1 THIS PAGE LEFT INTENTIONALLY BLANK 10 • 4W SECTION B SPECIAL PROVISIONS 1.0 SCOPE 1.1 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. 2.0 DESCRIPTION OF THE WORK/ALTERATIONS 2.1 The work for this project shall consist of furnishing all the necessary equipment, materials and labor and transportation to eradicate nuisance vegetation, including, but not limited to Brazilian pepper (Sehinus terebinthifolius) and Australian pine (Camiarina spp.) from the property described in Exhibit B, via application of the herbicide Garlon(p in the form of basil -bark spray treatment, and where appropriate, cut—stump treatment. 2.2 The Contractor shall be responsible for tate following: 2.2.1 Providing proof of licensing for Garlong herbicide application; 2.2.2 Obtaining all necessary State permits to apply Garton@ herbicide in an upland vegetation community and in an aquatic environment, 2.2,3 Providing written certification within three (3) months of project completion that k 95% of all nuisance invasive vegetation on both islands has been eradicated. 2.2.4 Performing semiannual follow up herbicide appli_ation, for a period of two (2) years; and 2.2.5 Submitting semiannual monitoring reports for a period of two (2) years. 2.3 Extra tvork: 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. 2.4 Changes in tvork: 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 lire contract. 2.5 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 warns for ally extra work, addition or deletion made necessary by such changed conditions and requested by the County. r -I 4D 3.0 COMMENCEMENT OF WORK 3.1 The work shall commence immediately upon receipt of a Notice to Proceed. 4.0 TIME OF COMPLETION 4.1 The work shall be completed within the time slated on the bid as time required to complete all work. 5.0 CONTRACT PRICE 53 The County shall pay the CONTRACTOR for the work at the price(s) stated on the bid form. 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. 5.2 For the purposes of attaching liens for costs of removal, each bid must provide a cost of removal for each property. Some properties have demolition permits issued, and may be removed by the OWNERs prior to completion of bid process. Properties not required to be removed by Contractor will be deducted from lump sum total. 5.3 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. 6.0 EXAMINA'T'ION OF THE SITE 6.1 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. 6.2 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.o COOPERA'T'ION/COORDINATION 7.1 The OWNER and its authorized representatives shall be permitted free access and every reasonable facility for the inspection of all work and materials. 7 2 Work by OVMER: The County hereby reserves the right to perform activities in the area where work is being done under this contract with its own forces. 7.3 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. 7,4 Coordination: CONTRACTOR shall afford OWNER and other CONTRACTORS reasonable op ortunity for the introduction and storage of their equipment, materials and the execution of their work Concurrently, and shall properly coordinate it, work vnth theirs in the best interest of the County. 12 Cj 40 8.0 BONDS 8.1 Bid Securify: Each bid must be accompanied by a cashier's check, certified check or bid bond in the forth attached to these specifications payable to 1NDJAN RiVBR COUNTY in the amount of five (5) percent of the bid submitted. Hid 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 ten (10) days a.ier 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 QWhTER. �� ,,, r rrlaa...1'tlie-lur��sut�-aiiaeunt-liid--as-seettrtty Yi��tiflit^arii!-ft#iirc-ax-xz�-�v re -E l] a{id-E ernplete-perferanattee-ei tk:e e r�,et at�d-fer Fhe-p taentefr all-Perseits ��,�,,.,,�;T,���rxi s#tit3gr#tatesi sis-er-furitishin�--ectttip tuent--in-ee ittneet terrwitlH lie-erantFaet- 13 r -I 4D TIRE PAGE LETT MTENTIONALLY BLANK 40 in SECTION C GENERAL CONDITIONS i.o RESPONSIBILITIES OF THE CONTRACTOR 1.1 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 lvork, 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. 1,2 Materials, Services and Facilities: The CONTRACTOR shall provide and pay for all labor, tools, equipment, transportation and materials and these shall be of a high quality in everyrespect. 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. Modena 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. 1.3 Subcotdractor 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: 1.3,1 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. 1.3.2 The CONTRACTOR shall be as fully responsible to the OWNER for acts and omissions of persons directly or indirectly employed by him as he is for the acts and omissions of persons strictly employed by him. 1.3.3 Nothing contained in this contract shall create any kind of contractual relationship between the Subcontractors and the OWNER. 1.4 Compliance with Laws and Regulations: All County, State and Federal laws, 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. 1.5 Responsibilityfor Dannages: 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. 1.6 Etforcemetd 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. theprovisions of this contract, or (it) in defending any proceeding or suit brought against the County for vinlation by the CONTRACTOR, many law or ordinance, or (iii) in defending any C-1 40 action or 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. I.7 Insurance: 1.7.1 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. 1.7.2 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 coverage for the protection of such employees. 1.7.3 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 be performed. Commercial General $1,000,000 combined single (Public) Liability limit for bodily injury (other than automobile) Property damage A) Premises/operations B) Independent CONTRACTORS C) Products/Completed Operations D) Personal Injury E) Contractual Liability F) Explosion, collapse and underground property damage Automobile Bodily Injury $300,000 per individual $504,000 aggregate Automobile Property $500,000 per occurrence Damage Liability A) OWNED/Leased Automobiles B) Non -Owned Automobiles C) Hired Automobiles 1.7.4 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 16 • 40 coverage. Copies of an endorsement naming OWNER as Additional Name Insured must accompany the certificate of insurance. LS Permits acrd 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. 1.9 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. Tile County also reserves the right to terminate this contract for the convenience of the County, and/or with or without cause. 1.9.1 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. 1.10 Liens: Before the final acceptance of the work and payment by the OWNER, the CON'T'RACTOR shall furnish to the OWNER proper satisfactory evidence, under oath, that a 1 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. 2.0 CONDUCT Or THE WORK 2.1 Al 1 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 or adequate size and proper type to perform the duty required. 2,2 Defective Work AndMalerirals. 2.'2.1 Al l materials furnished or work done, when not in accordance with the intent of t 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 front recovering damages from work actually shown to be defective within a one (1) year period alter the final acceptance. 2.2.2 if the CONTRACTOR fails to remove any defective work or materials, the OWNER shall have tire right to stop work and remedy the cause at the expense of the CONTRACTOR. 2.2.3 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. 23 Damage to the Ifork. 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 worn by the action of the elements, or from any other cause 17 r E-1 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. 2.4 Final Cleanup. Before the work is considered complete, at I 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 3 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. 3.0 SAFETY AND PROTECTION 3.1 Safety. The CONTRACTOR shall furnish and install al I necessary equipment for the protection of the workers and shall conduct work in a manner best calculated to avoid injury to workers. 3.2 Protection of Native Upland Vegetation, The CONTRACTOR shall apply herbicide in a prudent manner to avoid damage and/or death to native tropical hammock vegetation and the mangrove fringe. The CONTRACTOR shall, at no additional expense to the OWNER, replant or have replanted all native vegetation that is damaged or destroyed as a result of careless herbicide application. 3.3 Protection of Water Quality and Submerged Aquatic Vegetation. The CONTRACTOR shall operate watercraft in a prudent manner to avoid damaging submerged aquatic vegetation beds adjacent to the islands. The CONTRACTOR shall immediately notify the Indian River County Environmental Planning Section and the Florida Department of Environmental Protection of any chemical spill regardless of size. The CONTRACTOR shall be liable for all fines imposed by regulatory agencies as a result of careless watercraft operation and/or a chemical spill. 3.4 Protection of Marine Wildlife. The CONTRACTOR shall comply with all state, federal and local regulations pertaining to manatee protection. 3.5 Herbicide Containers and Materials Storage. The CONTRACTOR shall be responsible for proper disposal of all herbicide containers and material used at thejob site. No work- related materials or equipment shall be stored overnight on public property. 4.0 TE RMINATION/DEFAULT 4.1 If the CONTRACTOR shall be adjudged as bankrupt, or if lie 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, or fails to observe or perforin, or be guilty of a substantial violation of any provision of tite contract documents, then the OWNER, ager 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. Tile CONTRACTOR shall be liable to the OWNER for any damages resulting from such default. 5.0 DELAY 5.1 Notwithstanding the contract schedule, the County shall have tile 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. 18 ob i 5.2 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. 5.3 If the performance of the contract is delayed by fire, lightning, earthquake, cyclone or other such cause complete'! 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. 6.0 WARRANTY/GUARANTEE 6.l 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.. 6.2 CONTRACTOR agrees to remedy promptly and without cost to OWNER, any defective materials or workmanship which appear within one (1) year from the date of completion of the work. 6.3 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. 6.4 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. 7.0 NOTICES 7.1 Notices to the CONTRACTOR pursuant to these Specifications shall be deemed to have been properly sent when mailed to the CONTRACTOR at the address provided on the bid form. 7.2 Notices to the County shall be deemed to have been properly sent when mailed to the Purchasing Director of the County at the address stated for the mailing of bids on the Invitation to Sid. 8.0 DISPUTE 8,1 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 County Manager, 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 inter pretation of the contract. 8.2 The County Manager 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, 19 4D i CONTRACTOR shall proceed diligently with its performance of the contract in accordance with the preliminary directions of the County Manager. 9.0 TERMINATION BY THE COUNTY 9.1 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. 9.2 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.. 10.0 PUBLIC ENTITY CRIMES 10.1 Public Entity Crimes - Section 287.133 of the Florida State Statutes requires that a CONTRACTOR submit a sworn statement contenting 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. 11.0 PUBLIC DISCLOSURE STATEMENT 11.1 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: 11.1.1 Father, mother, spin daughter, brother, sister, uncle, awd first cousin, nephew, niece, husband, wife, father -int -law, mother -inn -lav, daughter-int-lmv, sons -in --law, brother- inr-law, sister-irr-lav, stepfather, stepmother, stepson, stepdaughter, stepbrother, half brother, halfshvler, grandparent, or grandchild. 11.2 The term "af'f liate" 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 farm, (Form provided in the Forms Section of this Bid). Failure to submit form may be cause for rejection of bid. 20 0 4D SECTION A BIO FORM IRC BID #9027 INDIAN RIVER COUNTY, FLORIDA Proposal f\e J TMT , hereafter called [Bidder's Name} ' "CONTRACTOR " , hereby submits TO: INDIAN RIVER County Purchasing Department Attn:Fran Boynton Powell, Purchasing Manager 2625 14th Avenue Vero Bench, Florida 32960 Project: Removal of Nuisance invasive Vegetation from the Prange Islands INDIAN RIVER COUNTY, Florida ,Proposal. The undersigned, as CONTRACTOR, declares that he/she has reviewed the plans and specifications for the scope of tite 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 proposals; that helshc has satisfied himselfflterself relative to the work to be performed. The CONTRACTOR Proposes and agrees, if this proposal 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�&-atisfactl�ilolnllof a County for the Lu p Sum Price of [ n Fi �a x CONTRACTOR guarantees to complete the work within calendar days from the Notice to Proceed. Acceptance of Proposal: The CONTRACTOR understands and agrees that the OWNER reserves the right to accept or reject any or all proposals submitted within 40 calendar days from the date of the proposal opening. CONTRACTOR agrees that it will not withdraw its proposal for said period of time. OWNER anticipates award of bid within FORTY FIVE (45) calendar days from bid opening Respectfully Subn ted, wp-, P'o o\ testate scrs1 tiwnacw.ea �-�� (9\ DOW Ph= 21 +t� ft -At CX: 4' ;' 1 tkk , Ir.,��,t. 1 � .M.�,•r.� _t;,; ��. i��:.+ tt�.�':iiui►; c1 40 o- a January 19, 1999 INSTALLATION -CONSULTATION Indian River County Purchasing Department 2625 1911 Avenue Vero Beach, Florida 32960 Re: Nuisance Vegetation control on Prange Island Native Habitat, Inc., is a local company with substantial and proven experience in invasive plant control and in the protect ionlrestorats`Oil of our natural resources. Uniquely suited to this task, Native Habitat, Inc., has: w operated from and in Indian River County since its founding in 1987. provided successful and sensitive invasive plant control at the Environmental Learning Center, identifying., in the course of the control project, new interpretive opportunities for the ELC. +& developed, over many years, a significant knowledge of the flora of Indian River County r& a sensitivity to the different archeological and cultural resources on the islands Moreover, the owners of Native Habitat, Inc., share a special fondness for these islands. Since 1973, we have been among the custodial "volunteerse' who have maintained and used the "historical" campsite. Native Habitat, Inc., has taken the time to re -visit the island to survey the extent of exotic plant invasion. The invaded area is larger than the area delineated on the reap. Native Habitat, Inc.,. estimates that at least 4 additional acres are in need of treatment, and this bid is based upon a treatment of ALL nuisance vegetation on the subject properties. Also, Native Habitat, Inc., will treat other invasive plants, including carrotwood. Locally and personally accountable, Native Habitat, Inc., has unique qualifications for this task that bear consideration -- and proven successes as can be seen at the Environmentai Learning Center. Tha ou for your consideration, Lee n AVan Wlc(:a.r'4Y I, (1.1{'11, 41)9'4 Vprn P--sPh f-lf,ri^I•, :'?40,t Ari.., , y„.. ��,�u.r� r L-1 40 Native plants identified on site visit to Prange Island on January 13, 1.994 Native Habitat, Inc., has the expertise to identify - and to protect - the unique and diverse native flora found on the Prange islands. Native Habitat %vi I I be glad to maintain a plant list for the islands and to provide the list to Indian River County as a value-added service. These plants are what makes Prange islands unique & they will be especially vulnerable to "collateral damage" during follow-up treatments.Toward that end, a list of the native plants encountered during a site visit on January 13 follows: Torchwood ........................ Amyris eleinifera Pond apple ................ ....... Annona glabra Black mangrove ............ I . . . . . . - A vicennia germinat's Tough bumelia . . ................... Bumelia f"alc Gumbo limbo .... ................. Bursera simarouba Gray nickerbean . ...... ........... Caesalpinia honduc Limber caper ...................... CaPParisflexuosa Snowtvrry ........................ Chioccoca alba Seagrape .......................... Coccoloba uvifera Buttonwood ......... ......... Conocarpus erecta Coin vine . . . . . ......... ... _ ..... Dalbergia ecastophyllum Butterfly orchid ................. Encycha fampensis Coral bean .............. ......... Erythrina herhacea White stopper , - . .................. Eugenia axillaris Spanish stopper ... ... __ ......... Eugenia foetida Strangler fig ....................... Ficus aurea Florida privet ...................... Forestiera segregate Black ironwood .................... Krugiodendronferreuni White mangrove ................ ... Laguncularia racemosa Mastic Mastichodendronfaelidissium ............................ Simpson's stopper ...... ........... Myrciandresfragrans var. simpsoni Wax myrtle ........................ Myrica corifera Myrsine ............ ........ Alyrsine gui anensis Lancewood ........ __ ............ Nectandra coriacea Prickly pear cactus ................. Opuntia compress Red bay.......................... Persea borbonia Wild coffee _. .... .............. Isychotria nervosa Live oak . ........... .......... Quercm virginiana While indigo berry ... ...... —.1.Randia aculeate Red mangrove ................. Rhizophora mangle Cabbage palm ..................... 1�abalpaltnello Graytwig - - - - . . ................... Schoeffia chrysophylloide, Saw palmetto ...... ........... I;erenoa repens Necklace pod .............. __ &;phora tomentosa Shoestring fern ......... .......... Vittaria finvata Wild lime ...... 7-anthoxylunifagara CI 40 1z0-% 5 J. BEACHLAND BLVD. Im9d by KL BOA,sD OFe' COIpINY'Y C OMM1SSIO, - -'RS I71T 1'r'!ln Cl�Ti rY I��T ilr Slr]Ti g { �,-- pAl w 7K N tl -I0. D k INE uac�liCHr Af � S Ai[ 4N lr1O SEr 1HI 5 tllRli 1 i1 OFFICE ion 528898165 Bn" 00582 PGIChasarNATIVE HADITATM41111"41*40ir#t4MM Dale JAN 20,1999 Pay to the order of INDIAN RIVER COUNTY########iii### ## ###S#;ii#ir###t##til $ ###41:4114#1,241.50 I& ONE THMAND TWO HUNDRED FORTY SEVEN AND Dollars N` DRAWER: FIRST UMON NATIONAL BAHT( bFj% Issuad By Integiatnd Payrnaal Syslerns Ind., EnplewOod. 00101a+li1 Aulhonaed Signature _ , , ttepeank Hnitlnal ASSatalon, pp,ryyr, CoY+reUo +I' l,0011.9 1116 1; 1U 200 39 i8t: 613000 S 28898 IG 5110 To All Prospective Bidders: Dale: December 28, 1998 Please note the following clarifications in this RFP. Enclosed snaps listed in the table of contents as pages 22 and 24 are missing from the original RFP. Contact person for specific questions is: James Rosicb, Community Development, 561-567-8000 Ext. 215 I'lie deadline date for yr�eceipt of prop1osal is 2:00 P.M.-Jarrnnry 20, 1999. Name of Firm 4 V [A Street Addressr1- City, State, Zip Authorized Signature��� Title q �7 Date !- ci Phone Cry f JL� Please return this addendum with your proposals on or before January 20, 1999. ■ '.I w.�i.r �inf� • UID y r��'. {.N 'L s GN E +YfitE i r.... •n t N 1 SRYARRIFT f _ E CA94iES ` j,,- ROM ARSANoi ' WEREEACI "ER IS,E%o j RfOSAV 11 !� �nEA PC ���.I frr� iu wa �` ° `"i'TC)C:.a►TIC3` 1 - �r • ll..-� 1 ,,,fir �, ! .. _ - . 7AWAY.,L. x. VE t' YY �+ •F^T"Y�..I y 1 C 1 wnti v4 �F� - '�/, a;•'� UNE5 •, . 1 ,�-" { :ti'•'` 1. 'N . it 'I"' h } ' ti' ? ..� w JYY� la,r•ca �Ar'URE {.T 'r.ls G . Yew-Vy' •} ..... Ey. vcUGG�,=mss EsT • .. ". � SEAG'+�4E IT 3'006, � rte_ �'�F_ 'f I --�} a r y�, _ +'°' Y •—�--_ r . 0 E . t a PARK - r..^t . �� r• it ; .�rAK RiDG� r . eSLB PAFK r i falA zp ■ 4� .� .^�f }r \ 1• Ek ti. SNOOZES 110'a 4& BO,- :)l OF COUNTY CoAIMISSIQ RS r Purchasing Division 2625 191h Avrriue, Vero Brarh, Florida .32966 Telephone: (407) 5617,6000 Ell 416 PURCHASING DIVISION - ADDENDUM HI IRC RFP 49027 - Removal of Nuisance Vegetation from Prange Island Indian River County Sunram leleph"*: 224.1416 To All Prospective Bidders: Date: December 28, 1948 Please note the following clarifications in this RFP'. Enclosed maps listed in the table of contents as pages 22 and 24 are missing from the original RFP. Contact person for specific questions 12,: James Rosich, Community Development, 561-567-8000 Ext. 215 The deadline date for receiptof proposal is 2:0anuary 20, 19;99, Name of Firm 4 �1 A � � � E [A �� 1—� �-, `� � ` Street Address C-ij �r City, State, Zip vt Z Authorized Signature R Title{ y�i� q --W Date � � `9 Photle_' 400 Please return this addendum with your proposals on or before January 20, 1999. 4 C> EXHIBIT 13 PRANGE (a.k.a. Paradise Island) Tax Identification Number: 08-33-40-00000-0070-00001.0 Latitude: 271 37' 29" North Longitude: 800 21' 30" West Legal Description: Paradise Island and that island lying to the North Prange Island Gross Acreage ± 20.54 Nuisance Vegetation ± 8.55 (See attached location map) 23 Little Prange Island ± 7.13 ± 4.67 71 e THIS PAGE LEFT IN'IT WflONALLY BLANK 24 0 F-1 5111N STATEMENT UNDER SECTION FLORIDA STATUTES ON PUBLIC ENTITY CRIMES TFlXS FORK MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC Oft OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted with Bid, Pre caal or Contract No._ 2. This sworn statement is submitted 6y znC, whose business addreouu isr3 ��0z i� ,6 �"'`— and {if a iicaole) its Federal �1{'7 (q , If entity has identification No. (FEIN) is � no FEIN,include the Social Security Number o£ the individual dioning this sworn statement: Ram® e y ��1f�Y�l�JV and my 3. My i to the entity named above is relaticnsh f /1-ni 11 h' $, 1 understand that a 'PuQli entityFlorida rime" as defined i me n6 s Paragraph 287,133 (1)(9), 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 other Political, subrSivision of but not any imited to,any bid or honccontract Political,states, including, any for gaols or political subdivisionices to be of o any other public state entity or of an agency or the United Stota,tssand involving antitrvat, fraud, theft, bribery, c011uxsicnI racketeering, conspiracy or material misrepresentations. 5. I understand that B7 133 { 1) {ta 1 to Florida "conviction" nStatutes, asmeansdefined a in Ppragrap finding of guilt Or a conviction of a public entity crime, with or without an. adjudication -Of guilt, in any federal or state tri.al-court of record relating to changes brought -by i»dictmeat•orafasmationr�fter July 1. 1989, as a reeult of a jury -verdict'. non -jury Crial,,,or entry of a plea Of guilty or nolo ccnt¢ndere. ,, b, I under etand-thataanLaaffLJLAte* am defined in Paragraph 2B7.133{1}(a)r &. A predecessor or successor of a person convicted of a public entity crimel Or b, An entity under the control of any natural person who is active {.n the management of the entity and who has been convicted of a public entity crime. the term ^affiliate" includes those officers, directors, executives, partnere, shareholdere, 11 40 employees. membero and agents wkxo are active in the management of an affiliate. the ownere"I? by one person o€ ,,largo constituting a controlling interest in another person, or a pooling of equipment or in Como among length personarm's s when not for; fair market value under an one agreement, shall be a prSLnn facia case �� ai who pexA ean controls another psraon. pe knowingly enters into - a joint venture with a entity Person who has been convicted prec ding 36 months crime in Florida during shall be considered an affiliate. 7, 1 undersand that a "'person" as defined in Paragraph 287.133(l)(c1, Florida Statutes, moose any natural person or t ate of the United c;ntity organi.xed under oer to enterof any intota binding contract States with the legal F which ,lido or applies to bid an Contracts far the and seivi.09 Let by a public entity, ar provision of goods or s erisn8aact Thor e applies which others+interm n persotD aincludes those with a public entity. ar2ners, s4sarehaidern, officers, directors, executives, Pe active in managementemployees, members and agents who as of an entity. B. gaffed on lnfnrmatian tea belief,gtem which relation toi the en ty have ma.rkadbbalov? is statement. (pXeage indicate which submitting this rn seats est applies) Neither this entity submitting th•:s sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members or agents whOate sof active entity management have bonn the antity', nor anY nvicted of a public entity crime charged with and co subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directorsr executives, partners, ehasehal,are,_e,ployeea, member3 or agents wllo are active in sharehm,ant of .therantl.ty,- or an affiliate of the entity has barnuchargad'ith,.,and convictedIoft a+public entity crime boosubn Lchaat to suly 1. 1989, and (Fleasa indicate - which addLtional stAtemant applies) J1" I _ " roassdin concerning the conviction 'ghfZa hna been a p g bafare a huaring officer of the state of Flo~rid+a. 1}iviaion rings. The final order of Administrative Ileaotplace the pa man or of f Lllste on the hearing strat convicted vendor list _(pleasts attach a copy of the fins order) -1"- C-1 40 f. A Tile person or affiliate wall placed on the convicted ing vendor lint. There has been a sutsgewent PXacg vision befoof a hearing officer of the state of Florida, Admi.ni.strative Hearings. The final order entered by the hearing officer determined that it WAG in the public to remove the person or affiliate from the interest hare attncls a copy of. the final convicted vendor lint. (p order) The person or affiliate has not been placed on the convicted vendor lint. fp ase escribe any action taken by, or pending with, Che ❑e a f General Servicer) Signacure Date. STATE OFz JF c personal y appeared bmfore me, the undersigned suthorityr -� +'� who after first being sworn by me. afi xedtsizsjhe signature in the space provided above an ChisdaY of ?I+ oHtary public, State at L rge AIX` My Comsoianion Expires: its Arlene Cote MYCOni�,�aSSfON � CC7G128A ��P�>2ES September ,, 2lt02 . Rf ii\, '• EakiUFp PHtt11ROr f,Ury N'gINM'CE iHC 13 — L r a IN THIS FOP -H HUST BE SIGNED To�7WHIHIaTER�� THBUTT�tY PUBLIC aR OTHER Ory y, This sworn statement is submitted wit Proposal or Contract t7o. g61-1 for Z. This sworn statement is submit ed by: hl..� : ,vo .it�. f `" . _. nrn scaeemene VC1`' identif ication and (if applicable) its Federal Employer Number -f ;Z.� } (if the entity has no (FEIN) zs ° e Skog a 9 5ecuri yJ+ Number a£ tris individual ) FEIN, inclu e signing this sworn s�—11 n�1 3. My name is ease print name or Ln �v� ua sxgnxngl p tit named above is „�� and my relationship to the en y :1, understand that an "af f ode, means; def fined in section a. Indian Ricer County Cade, means: ]a5.d8r directors, The term "affiliate" includes those sharehoiders employees, members, eXecutives, partners, agement of the and agents who are active in the man entity with a County 5. I tnder'stand_that+the relationship Cota�uissiorser or County employee that must be disclosed is as follows: brother, sister. uncle, Fattaer� mother, son, daughter, father - aunt. hist cousin. nephew. niece. husbason-in-law, in-law, m,,ther-in-law, daughter-in-law, brother-in-law, sister -in -taw, stepfather, stepmother, stepson, stepdaughter, stepbrother, stepsister, half stepson'herp half sister, grandparent or grandchild. 40 -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 rsta meat applies.] 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: Name of A f to ti me of Cou t Commassio er Relatio ship 2 __L n em to ee (signature) date STATE of cavrrrx oF_�� . The foregoing instrument was acknowledged before me this ��,} 19 key , who. is sone own me or who has produced cation. HOTAp.Y8L sign; +Arr'"iiSy : Arlene Cole print: MY COMMISSION,CCIS7289 EXPIRES ae 4X Florida ca arge September], 2OU2 M Commission Expires: BONOEDiHRU TROY,A441NSVRAKEIMc y (Steal) LI • EXHIBIT A INSURANCE REQUIREMENTS 1.0 INSURANCE: 1.1 OWNERS and Subcontractors Insurance: The CONTRACTOR small not commence work until he has obtained all tate 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. 1.2 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 coverage for the protection of such employees. 1.3 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. Tile 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. Commercial General (Public) liability property $1,000,000 combined single limit for (other than automobile) bodily injury and damage A) premises/Operations B) Independent CONTRACTORS C) Products/Completed Operations D) Personal Injury I-) Contractual liability F) Explosion, collapse and underground property damage Automobile, Bodily Injury and Damage liability A) OWNED/leased Automobiles B) Non -Owned Automobiles C) Hired Automobiles $1,000,000 Combined single limit 1.7.4 Proof of Carriage of Insurance: The CONTRACTOR shall furnish the OWNER a certificate of insurance to 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 Insured must accompany the Certificate of Insurance. 36