Loading...
1883 All Rite FenceTO: City Clerk RE: Request for Services The item(s) noted below is/are attached and forwarded to your office for the following action(s): Development Order Final Plat (original mylars) Letter of Credit Maintenance Bond Ordinance Performance Bond Resolution ❑ City Mayor's signature ® RecordingNault ❑ Rendering ❑ City Attorney's Signature ❑ City Clerk's Signature Piggyback Contract — All -Rite Fence PBA 17/18-14 Once completed, please: ❑ Return original ❑ Return copy Special Instructions: Provided is an original fully executed copy of the above named contract for retention by the City Clerk for their records. Please advise if you have any questions regarding the above. Thank you! From TADept_forms\City Clerk Transmittal Memo - 2009.doc ' I Date Contract/Agreement Name: Services Approval: Pur easing Mana e Finan e hector C Attorney PBA 17/18-14 Piggyback with All -Rite Fence Date Date '1-114 Date All -Rite Fence Services, Inc. Piggyback Contract (PBA 17/18-14) The City of Sanford ("City") enters this "Piggyback" Contract with All -Rite Fence Services, Inc. (hereinafter referred to as the "Vendor"), under the terms and conditions hereinafter provided. The City and the Vendor agree as follows - 1 . ollows: 1. The Purchasing Policy for the City of Sanford allows for "piggybacking" contracts. Pursuant to this procedure, the City is allowed to piggyback an existing government contract, and there is no need to obtain formal or informal quotations, proposals or bids. The parties agree that the Vendor has entered a contract with Seminole County, Florida, said contract being identified as "Term Contract For Fence Parts, Repair And Installation Services (IFB- 602158/14/BJC)", (said original contract being referred to as the "original government contract"). 2. The original government contract documents are incorporated herein by reference and is attached as Exhibit "A" to this contract. All of the terms and conditions set out in the original government contract are fully binding on the parties and said terms and conditions are incorporated herein. 3. Notwithstanding the requirement that the original government contract is fully binding on the parties, the parties have agreed to modify certain technical provisions of the original government contract as applied to this Contract between the Vendor and the City, as follows.- a) ollows: a) Time Period ("Term") of this Contract: (state N/A if this is not applicable). N/A. b) Insurance Requirements of this Contract: (state N/A if this is not applicable). N/A. C) EE e) f) Any other provisions of the original government contract that will be modified: (state NIA if this is not applicable). N/A. Address change for the City: Notwithstanding the address and contact information for the government entity as set out in the original government contract, the Vendor agrees that he/she/it shall send notices, invoices and shall conduct all business with the City to the attention of City Manager, at: City of Sanford, 300 North Park Avenue; Sanford, Florida 32771. The City Manager's designated representative for this Contract is Bilal Iftikhar, P.E., Public Works Director, City of Sanford, 300 North Park Avenue; Sanford, Florida 32771, telephone number (407) 688-5000 (Extension 5421) and whose e-mail address is BILAL.IFTIKHAR@Sanfordfl.gov. Notwithstanding anything in the original government contract to the contrary, the venue of any dispute will be in Seminole County, Florida. Litigation between the parties arising out of this Contract shall be in Seminole County, Florida in the Court of appropriate jurisdiction. The law of Florida shall control any dispute between the parties arising out of or related to this Contract, the performance thereof or any products or services delivered pursuant to such Contract. Notwithstanding any other provision in the original government contract to the contrary, there shall be no arbitration with respect to any dispute between the parties arising out of this Contract. Dispute resolution shall be through voluntary and non-binding mediation, negotiation or litigation in the court of appropriate jurisdiction in Seminole County, Florida, with the parties bearing the costs of their own legal fees with respect to any dispute resolution, including litigation. g) All the services to be provided or performed shall be in conformance with commonly accepted industry and professional codes and standards, standards of the City, and the laws of any Federal, State or local regulatory agency. h) IF THE CONTRACTORIVENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S (VENDOR'S) DUTY TO 1Jc101TINIM01c1111091:19191 40140:41W-1,11191ITICetej9:1mime7-i"i�:7T� CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (407) 688-5012, CYNTHIA PORTER, CITY CLERK, CITY OF SANFORD, FLORIDA 32771, PORTERC a@SANFORDFL.GOV. i) All other provisions in the original government contract are fully binding on the parties and will represent the agreement between the City and the Vendor. Entered this 13th day of November, 2017. Attest: Steven D. Glidewell Secretary/Treasurer Attest - All -Rite Fence Services, Inc., a Florida corporation. By -W GG David Glidewell President Date: 11/13/2017 City of Sanford By: Cynthia Porter, City Clerk Norton N. Bo'naparte, 4., ICMA-CM City Manage"r-----' Date: " z -s-- / Approved as to form and legal sufficiency. tVilliarn L. Colbert City Att&n6y— Exhibit "A" [Attach original government contract] TERM CONTRACT FOR FENCE PARTS, REPAIR AND INSTALLATION SERVICES (IFB-602158-14/BJC) THIS AGREEMENT is dated as of the --L day of M40( 20 AJ , by and between ALL -RITE FENCE SERVICES, INC., duly authorized to conduct business in the State of Florida, whose address is 5115 Olde Winter Garden Road, Orlando, Florida 32811, hereinafter referred to as "CONTRACTOR", and SEMINOLE COUNTY, a political subdivision of the State of Florida, whose address is Seminole County Services Building, 1101 East First Street, Sanford, Florida 32771, hereinafter referred to as "COUNTY". WITNESSETH. WHEREAS, COUNTY desires to retain the services of a competent and qualified contractor to provide fence parts, repairs and installation services for Seminole County; and WHEREAS, COUNTY has requested and received expressions of interest for the retention of services of contractors; and WHEREAS, CONTRACTOR is competent and qualified and desires to provide services according to the terms and conditions stated herein, NOW, THEREFORE, in consideration of the mutual understandings and covenants set forth herein, COUNTY and CONTRACTOR agree as follows: Section 1. Services. COUNTY does hereby retain CONTRACTOR to furnish materials and services as further described in the Scope of Services attached hereto as Exhibit A and made a part hereof. CONTRACTOR shall also be bound by all requirements as contained in the solicitation package and all addenda thereto. Required materials and services shall be specifically enumerated, described and depicted in the Purchase Orders authorizing purchase of specific materials and Fence Parts, Repairs and Installation Services Chrk of UM-602158-14/13JC Sunt) Page 1 of 18 8Y CERTIRED COPY MARYANNE MORS NrCourt a tit, ftT vUIiI I I services. This Agreement standing alone does not authorize the purchase of materials and services or rewire COUNTY to place any orders for work. Section 2. Term. This Agreement shall take effect on the date of its execution by COUNTY and shall run for a period of three (3) years. At the sole option of COUNTY, this Agreement may be renewed for two (2) successive periods not to exceed one (1) year each. Expiration of the term of this Agreement shall have no effect upon Purchase Orders issued pursuant to this Agreement and prior to the expiration date. Obligations entered therein by both parties shall remain in effect until delivery and acceptance of the materials authorized by the Purchase Order. The first three (3) moths of the initial term shall be considered probationary. During the probationary period, COUNTY may immediately terminate this Agreement at any time, with or without cause, upon written notice to CONTRACTOR. Section 3. Authorization for Services. Authorization for provision of materials and services by CONTRACTOR under this Agreement shall be in the form of written Purchase Orders issued and executed by COUNTY. A sample Purchase Order is attached hereto as Exhibit B. Each Purchase Order shall describe the materials and services required and shall state the dates for delivery of materials and services and establish the amount and method of payment. The Purchase Orders will be issued under and shall incorporate the teams of this Agreement. COUNTY makes no covenant or promise as to the number of available Purchase Orders or that CONTRACTOR will perform any Purchase Order for COUNTY during the life of this Agreement. COUNTY reserves the right to contract with other parties for the services contemplated by this Agreement when it is determined by COUNTY to be in the best interest of COUNTY to do so. Section 4. Time for Completion. The materials and services to be provided by CONTRACTOR shall be delivered, as specified in such Purchase Orders as may be issued hereunder, within the time specified therein. Fence Parts, Repairs and Installation services IFB-602158-14BJC Page 2 of 18 Section 5. Compensation. COUNTY agrees to compensate CONTRACTOR for the professional services provided for under this Agreement on a Fixed Fee basis. When a Purchase Order is issued for a Fixed Fee basis, then the applicable Purchase Order Fixed Fee amount shall include any and all reimbursable expenses. Section 6. Payment and Billing. (a) CONTRACTOR shall supply all materials and services required by the Purchase Order; but in no event shall CONTRACTOR be paid more than the negotiated Fixed Fee amount stated within each Purchase Order. (b) For Purchase Orders issued on a Fixed Fee basis, CONTRACTOR may invoice the amount due based on the percentage of total Purchase Order materials and services actually provided; but in no event shall the invoice amount exceed a percentage of the Fixed Fee amount equal to a percentage of the total services actually completed. (c) Payments shall be made by COUNTY to CONTRACTOR when requested as materials and services are furnished but not more than once monthly. Each Purchase Order shall be invoiced separately. At the close of each calendar month, CONTRACTOR shall render to COUNTY an itemized invoice, properly dated, describing any materials and services provided, the cost of the materials and services therein, the name and address of CONTRACTOR, Purchase Order Number, Contract Number and any other information required by this Agreement. The originalinvoice and one (1) copy shall be sent to: Director of County Finance Seminole County Board of County Commissioners Post Office Box 8080 Sanford, Florida 32772 Two (2) copies of the invoice shall be sent to: Public Works/Roads-Stormwater Division 177 Bush Loop Sanford, Florida 32773 Fence Parts, Repairs and Installation Services IFB-602158-14/BJC Page 3 of 18 (d) Upon review and approval of CONTRACTOR's invoice, COUNTY shall, in accordance with the terms as set forth in Chapter 218, Part VII, Florida Statutes, pay CONTRACTOR the approved amount. Section 7. General Terms of Payment and Billing. (a) Upon satisfactory performance of services required hereunder and upon acceptance of the services by COUNTY, CONTRACTOR may invoice COUNTY for the full amount of compensation provided for under the terms of this Agreement less any amount already paid by COUNTY. COUNTY shall pay CONTRACTOR within thirty (30) days of receipt of proper invoice. (b) COUNTY may perform or have performed an audit of the records of CONTRACTOR at any time during the term of this Agreement and after final payment to support final payment hereunder. Audits will be performed at a time mutually agreeable to CONTRACTOR and COUNTY. Total compensation to CONTRACTOR may be determined subsequent to an audit as provided for in this Section and the total compensation so determined shall be used to calculate final payment to CONTRACTOR. Conduct of this audit shall not delay final payment as provided by subsection (a) a. (c) CONTRACTOR agrees to maintain all books, documents, papers, accounting records and other evidence pertaining to materials and services provided under this Agreement in such a manner as will readily conform to the terms of this Agreement and to make such materials available at CONTRACTOR's office at all reasonable times during the Agreement period and for five (5) years from the date of final payment under the contract for audit or inspection as provided for in subsection (b) of this Section. (d) In the event any audit or inspection conducted after final payment but within the period provided in paragraph (c) of this Section reveals any overpayment by COUNTY under the Fence Parts, Repairs and Installation Services IFB-602158-14/BJC Page 4 of 18 terns of the Agreement, CONTRACTOR shall refund such overpayment to COUNTY within thirty (30) days of notice to CONTRACTOR by COUNTY. Section 8. Responsibilities of CONTRACTOR Neither COUNTY's review, approval or acceptance of, nor payment for any of the materials and services required shall be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement. CONTRACTOR shall be and always remain liable to COUNTY in accordance with applicable law for any and all damages to COUNTY caused by CONTRACTOR's negligent or wrongful provision of any of the materials and services furnished under this Agreement. Section 9. Termination. (a) COUNTY may, by written notice to CONTRACTOR, terminate this Agreement or any Purchase Order issued hereunder, in whole or in part, at any time, either for COUNTY's convenience or because of the failure of CONTRACTOR to fulfill its Agreement obligations. Upon receipt of such notice, CONTRACTOR shall immediately discontinue all services affected, unless the notice directs otherwise, and deliver to COUNTY all data, drawings, specifications, reports, estimates, summaries and any and all such other information and materials of whatever type or nature as may have been accumulated by CONTRACTOR in performing this Agreement, whether completed or in process. (b) If the termination is for the convenience of COUNTY, CONTRACTOR shall be paid compensation for services performed to the date of termination. (c) If the termination is due to the failure of CONTRACTOR to fiM its Agreement obligations, COUNTY may take over the work and prosecute the same to completion by other agreements or otherwise. In such case, CONTRACTOR shall be liable to COUNTY for all reasonable additional costs occasioned to COUNTY thereby. CONTRACTOR shall not be liable Fence Parts, Repairs and Installation Services IFB-602158-14BJC Page 5 of 18 for such additional costs if the failure to perform the Agreement arises without any fault or negligence of CONTRACTOR; provided, however, that CONTRACTOR shall be responsible and liable for the actions of its subcontractors, agents, employees, persons and entities of a similar type or nature. Such causes may include acts of God or of the public enemy, acts of COUNTY in its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather; but in every case the failure to perform must be beyond the control and without any fault or negligence of CONTRACTOR. (d) If after notice of termination for failure to fulfill its Agreement obligations it is determined that CONTRACTOR had not so failed, the termination shall be conclusively deemed to have been effected for the convenience of COUNTY. In such event, adjustment in the Agreement price shall be made as provided in subsection (b) of this Section. (e) The rights and remedies of COUNTY provided for in this Section are in addition and supplemental to any and all other rights and remedies provided by law or under this Agreement. Section 10. Agreement and Purchase Order in Conflict. Whenever the terms of this Agreement conflict with any Purchase Order issued pursuant to it, this Agreement shall prevail. Section 11. Equal Opportunity Employment. CONTRACTOR agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, religion, sex, age, disability or national origin and will take steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, religion, sex, age, disability, or national origin. This provision shall include, but not be limited to the following: employment, upgrading, demotion or transfer, recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training including apprenticeship. Fence Parts, Repairs and Installation Services IFB-602158-14ABJC Page 6 of 18 u Section 12. No Contingent Fees. CONTRACTOR warrants that it. has not employed or retained any company or person other than a bona fide employee working solely for CONTRACTOR to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual or firm other than a bona fide employee working solely for CONTRACTOR any fee, commission, percentage, gift or other consideration contingent upon or resulting from award or making of this Agreement. For the breach or violation of this provision, COUNTY shall have the right to terminate the Agreement at its sole discretion without liability and to deduct from the Agreement price or otherwise recover the full amount of such fee, commission, percentage, gift or consideration. Section 13. Conflict of Interest. (a) CONTRACTOR agrees that it will not contract for or accept employment for the performance of any work or service with any individual, business, corporation or government unit that would create a conflict of interest in the performance of its obligations pursuant to this Agreement with COUNTY. (b) CONTRACTOR agrees that it will neither take any action nor engage in ,any conduct that would cause any COUNTY employee to violate the provisions of Chapter 112, Florida Statutes, relating to ethics in government. (c) In the event that CONTRACTOR causes or in any way promotes or encourages a COUNTY officer, employee or agent to violate Chapter 1.12, Florida Statutes, COUNTY shall have the right to terminate this Agreement. Section 14. Assignment. This Agreement nor any interest herein shall not be assigned, transferred, or otherwise encumbered under any circumstances by the parties hereto without prior written consent of the other party and in such cases only by a document of equal dignity herewith. Fence Parts, Repairs and Installation Services IFB-602158-14/BJC Page 7 of 18 Section 15. Subcontractors. In the event that CONTRACTOR during the course of the work under this Agreement requires the services of subcontractors or other professional associates in connection with services covered by this Agreement, CONTRACTOR must first secure the prior express written approval of COUNTY. If subcontractors or other professional associates are required in connection with the services covered by this Agreement, CONTRACTOR shall remain fully responsible for the services of subcontractors or other professional associates. Section 16. Indemnification of COUNTY. CONTRACTOR agrees to hold harmless and indemnify COUNTY and its commissioners, officers, employees and agents against any and all claims, losses, damages or lawsuits for damages arising from, allegedly arising from or related to the provision of services hereunder by CONTRACTOR. Section 17. Insurance. (a) General. CONTRACTOR shall, at its own cost, procure insurance required under this Section. (1) CONTRACTOR shall furnish COUNTY with a Certificate of Insurance on a current ACORD Form signed by an authorized representative of the insurer evidencing the insurance required by this Section (Professional Liability, Workers' Compensation/Employer's Liability, Commercial General Liability, and Business Auto). COUNTY, its officials, officers, and employees shall be named additional insured under the Commercial General Liability policy. If the policy provides for a blanket additional insured coverage, please provide a copy of the section of the policy along with the Certificate of insurance. If the coverage does not exist, the policy must be endorsed to include the additional insured verbiage. The Certificate of Insurance shall provide that COUNTY shall be given, by policy endorsement, not less than thirty (30) days written notice prior to the cancellation or non -renewal or by a method acceptable to COUNTY. Until such time as the insurance is no longer required to be maintained by CONTRACTOR, Fence Parts, Repairs and Installation Services IFB-602158-14BJC Page 8 of 18 CONTRACTOR shall provide COUNTY with a renewal or replacement Certificate of Insurance before expiration or replacement of the insurance for which a previous Certificate of Insurance has been provided. (2) The Certificate of Insurance shall contain a statement that it is being provided in accordance with this Agreement and that the insurance is in full compliance with the insurance requirements of this Agreement. The Certificate of Insurance shall have this Agreement number clearly marked on its face. (3) In addition to providing the Certificate of Insurance on a current ACORD Form, upon request as required by COUNTY, CONTRACTOR shall, within thirty (30) days after receipt of the request, provide COUNTY with a certified copy of each of .the policies of insurance providing the coverage required by this Section. Certified copies of policies may only be provided by the Insurer, not the agent/broker. (4) Neither approval by COUNTY nor failure to disapprove the insurance furnished by CONTRACTOR shall relieve CONTRACTOR of its full responsibility for performance of any obligation including CONTRACTOR's indemnification of COUNTY under this Agreement. (b) Insurance Company Requirements. Insurance companies providing the insurance under this Agreement must meet the following requirements: (1) Companies issuing policies (other than Workers' Compensation) must be authorized to conduct business in the State of Florida and prove same by maintaining Certificates of Authority issued to the companies by the Florida Office of Insurance Regulation. (2) In addition, such companies shall have and maintain, at a minimum, a Best's Rating of "A-" and a minimum Financial Size Category of "VII" according to A.M. Best Company. Fence Parts, Repairs and Installation Services IFB-642158-14/BJC Page 9 of 18 (3) If, during the period which an insurance company is providing the insurance coverage required by this Agreement, an insurance company shall: (i) lose its Certificate of Authority; or (ii) fail to maintain the requisite Best's Rating and Financial Size Category, CONTRACTOR shall, as soon as CONTRACTOR has knowledge of any such circumstance, immediately notify COUNTY and immediately replace the insurance coverage provided by the insurance company with a different insurance company meeting the requirements of this Agreement. Until such time as CONTRACTOR has replaced the unacceptable insurer with an insurer acceptable to COUNTY, CONTRACTOR shall be deemed to be in default of this Agreement. . (c) Specifications. Without limiting any of the other obligations or liability of CONTRACTOR, CONTRACTOR shall, at its sole expense, procure, maintain, and keep in force amounts and types of insurance conforming to the minimum requirements set forth in this subsection. Except as otherwise specified in this Agreement, the insurance shall become effective upon execution of this Agreement by CONTRACTOR and shall be maintained in force until the expiration of this Agreement's term and/or the expiration of all Work Orders issued under this Agreement, whichever comes first. Failure by CONTRACTOR to maintain insurance coverage within the stated period and in compliance with insurance requirements of COUNTY shall constitute a material breach of this Agreement, for which this Agreement may be immediately terminated by COUNTY. The amounts and types of insurance shall conform to the following minimum requirements: (1) Workers' Compensation/Employer's Liability. (A) CONTRACTOR's insurance shall cover CONTRACTOR for liability which would be covered by the latest edition of the standard Workers' Compensation policy as filed for use in Florida by the National Council on Compensation Insurance, without Fence Parts, Repairs and Installation Services IFB-602158-14ABJC Page 10 of 18 restrictive endorsements. CONTRACTOR will also be responsible for procuring proper proof of coverage from its subcontractors of every tier for liability which is a result of a Workers' Compensation injury to the subcontractor's employees. The minimum required limits to be provided by both CONTRACTOR and its subcontractors are outlined in subsection (C) below. In addition to coverage for the Florida Workers' Compensation Act, where appropriate, coverage is to be included for the United States Longshoremen and Harbor Workers' Compensation Act, Federal Employees' Liability Act, and any other applicable Federal or State law. (B) Subject to the restrictions of coverage found in the standard Workers' Compensation policy, there shall be no maximum limit on the amount of coverage for liability imposed by the Florida Workers' Compensation Act, the United States Longshoremen's and Harbor Workers' Compensation Act, or any other coverage customarily insured under Part One of the standard Workers' Compensation policy. (C) The minimum amount of coverage under Part Two of the standard Workers' Compensation policy shall be: $500,000.00 (Each Accident) $500,000.00 (Disease -Policy Limit) $500,000.00 (Disease -Each Employee) (2) Commercial General Liability. (A) CONTRACTOR's insurance shall cover CONTRACTOR for those sources of liability which would be covered by the latest edition of the standard Commercial General Liability Coverage Form (ISO Form CG 00 01), as filed for use in the State of Florida by the Insurance Services Office, without the attachment of restrictive endorsements other than the elimination of Coverage C, Medical Payment, and the elimination of overage for Fire Damage Legal Liability. Fence Parts, Repairs and Installation Services IFB-602158-14/3JC Page 11 of 18 (B) The minimum limits to be maintained by CONTRACTOR (inclusive of any amounts provided by an Umbrella or Excess Policy) shall be as follows: General Aggregate Two Times (2x) the Each Occurrence Limit Personal & Advertising $1,000,000.00 Injury Limit Each Occurrence Limit $1,000,000.00 (3) Professional Liability Insurance. CONTRACTOR shall carry Professional Insurance Liability insurance with limits of not less than One Million and No/100 Dollars ($1,000,000.00). (4) Business Auto Policy. (A) CONTRACTOR's insurance shall cover CONTRACTOR for those sources of liability which would be covered by Part IV of the latest edition of the standard Business Auto Policy (ISO Form CA 00 01), as filed for use in the State of Florida by the Insurance Services Office, without the attachment of restrictive endorsements. Coverage shall include owned, non - owned and hired autos or any autos. (B) The minimum limits to be maintained by CONTRACTOR (inclusive of any amounts provided by an Umbrella or Excess policy) shall be per -accident combined single limit for bodily injury liability and property damage liability. If the coverage is subject to an aggregate, CONTRACTOR shall maintain separate aggregate limits of coverage applicable to claims arising out of or in connection with the work under this Agreement. The separate aggregate limits to be maintained by CONTRACTOR shall be a minimum of three times (3x) the per -accident limit required and shall apply separately to each policy year or part thereof. shall be: (C) The minimum amount of coverage under the Business Auto Policy Each Occurrence Bodily $1,000,000.00 Injury and Property Damage Liability Combined Fence Parts, Repairs and Installation Services NB-602158-14BJC Page 12 of 18 (d) Coverage. The insurance provided by CONTRACTOR pursuant to this Agreement shall apply on a primary and non-contributory basis, and any other insurance or self- insurance maintained by COUNTY or COUNTY's officials, officers, or employees shall be in excess of and not contributing to the insurance provided by or on behalf of CONTRACTOR. (e) Occurrence Basis. The Workers' Compensation policy and the Commercial General Liability and the Umbrella policy required by this Agreement shall be provided on an occurrence rather than a claims -made basis. The Professional Liability insurance policy may be on an occurrence basis or claims -made basis. If a claims -made basis, the coverage must respond to all claims reported within three (3) years following the period for which coverage is required and which would have been covered had the coverage been on an occurrence basis. (f) Obligations. Compliance with the foregoing insurance requirements shall not relieve CONTRACTOR, its employees, or its agents of liability from any obligation under a Section or any other portion of this Agreement. Section 18. Dispute Resolution, (a) In the event of a dispute related to any performance or payment obligation arising under this Agreement, the parties agree to exhaust COUNTY dispute resolution procedures prior to filing suit or otherwise pursuing legal remedies. COUNTY dispute resolution procedures for proper invoice and payment disputes are set forth in Section 22.15, "Prompt Payment Procedures", Seminole County Administrative Code. Contract claims include all controversies, except disputes addressed by the "Prompt Payment Procedures", arising under this Agreement within the dispute resolution procedures set forth in Section 3.5540, "Contract Claims", Seminole County Administrative Code. (b) CONTRACTOR agrees that it will file no suit or otherwise pursue legal remedies based on facts or evidentiary materials that were not presented for consideration in COUNTY Fence Parts, Repairs and Installation Services IFB-642158-14BJC Page 13 of 18 dispute resolution procedures set forth in subsection (a) above of which CONTRACTOR had knowledge and failed to present during COUNTY dispute resolution procedures. (c) In the event that COUNTY dispute resolution procedures are exhausted and a suit is . filed or legal remedies are otherwise pursued, the parties shall exercise best efforts to resolve disputes through voluntary mediation. Mediator selection and the procedures to be employed in voluntary mediation shall be mutually acceptable to the parties. Costs of voluntary mediation shall be shared equally among the parties participating in the mediation Section 19. Representatives of COUNTY and CONTRACTOR (a) It is recognized that questions in the day to day conduct of performance pursuant to this Agreement will arise. COUNTY, upon request by CONTRACTOR, will designate and advise CONTRACTOR in writing of one or more of its employees to whom all communications pertaining to the day to day conduct of this Agreement shall be addressed. The designated representative shall have the authority to transmit instructions, receive information and interpret and define COUNTY's policy and decisions pertinent to the work covered by this Agreement. (b) CONTRACTOR shall at all tunes during the normal work week designate or appoint one or more representatives who are authorized to act on behalf of CONTRACTOR and bind CONTRACTOR regarding all matters involving the conduct of the performance pursuant to this Agreement, and shall keep COUNTY continually and effectively advised of such designation. Section 20. All Prior Agreements Superseded. This document incorporates and includes all prior negotiations, correspondence, conversations, agreements or understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained or referred to in this document. Accordingly, it is agreed that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. Fence Parts, Repairs and Installation Services IFB-602158-14BJC Page 14 of 18 Section 21. Modifications, Amendments, or Alterations. No modification, amendment or alteration in the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. Section 22. Independent Contractor. It is agreed that nothing herein contained is intended or should be construed as in any manner creating or establishing a relationship of co- partners between the parties, or as constituting CONTRACTOR (including its officers, employees, and agents) as an agent, representative or employee of COUNTY for any purpose or in any manner, whatsoever. CONTRACTOR is to be and shall remain forever an independent contractor with respect to all services performed under this Agreement. Section 23. Employee Status. Persons employed by CONTRACTOR in the performance of services and functions pursuant to this Agreement shall have no claim to pension, workers' compensation, unemployment compensation, civil service or other employee rights or privileges granted to COUNTY's officers and employees either by operation of law or by COUNTY. Section 24. Services Not Provided For. No claim for services furnished by CONTRACTOR not specifically provided for herein shall be honored by COUNTY. Section 25. Public Records Law. (a) CONTRACTOR acknowledges COUNTY's obligations under Article 1, Section 24, Florida Constitution and Chapter 119, Florida Statues, to release public records to members of the public upon request. CONTRACTOR acknowledges that COUNTY is required to comply with Article 1, Section 24, Florida Constitution and Chapter 119, Florida Statutes, in the handling of the materials created under this Agreement and that said statute controls over the terms of this Agreement. (b) CONTRACTOR specifically acknowledges its obligations to comply with Section 119.071, Florida Statutes, with regard to public records, and shall: Fence Parts, Repairs and Installation Services IFB-602158-14BJC Page 15 of 18 (1) keep and maintain public records that ordinarily and necessarily would be required by COUNTY in order to perform the services required under this Agreement; (2) provide the public with access to public records on the same terms and conditions that COUNTY would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law; (3) ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law; and (4) meet all requirements for retaining public records and transfer, at no cost to the COUNTY, all public records in possession of CONTRACTOR upon termination of this Agreement and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to COUNTY in a format that is compatible with the information technology system of COUNTY. (c) Failure to comply with this Section shall be deemed a material breach of this Agreement, for which COUNTY may terminate this Agreement immediately upon written notice to CONTRACTOR. Section 26. Compliance with Laws and Regulations. In providing all services pursuant to this Agreement, CONTRACTOR shall abide by all statutes, ordinances, rules, and regulations pertaining to or regulating the provisions of such services including those now in effect and hereafter adopted. Any violation of said statutes, ordinances, rules or regulations shall constitute a material breach of this Agreement and shall entitle COUNTY to terminate this Agreement immediately upon delivery of written notice of termination to CONTRACTOR. Section 27. Patents and Royalties. Unless otherwise provided, CONTRACTOR shall be solely responsible for obtaining the right to use any patented or copyrighted materials in the Fence Parts, Repairs and Installation Services IFB-602158-14BJC Page 16 of 18 performance of this Agreement. CONTRACTOR, without exception, shall indemnify and save harmless COUNTY and its employees from liability of any nature or kind, including costs and expenses for or on account of any copyrighted, patented, or unpatented invention, process, or article manufactured or supplied by CONTRACTOR. In the event of any claim against COUNTY of copyright or patent infringement, COUNTY shall promptly provide written notification to CONTRACTOR. If such a claim is made, CONTRACTOR shall use its best efforts to promptly purchase for COUNTY any infringing products or services or procure a license at no cost to COUNTY which will allow continued use of the service or product. If none of the alternatives are reasonably available, COUNTY agrees to return the article on request to CONTRACTOR and receive reimbursement, if any, as may be determined by a court of competent jurisdiction. Section 28. Notices. Whenever either party desires to give notice unto the other, it must be given by written notice, sent by registered or certified United States mail, return receipt requested, addressed to the party for whom it is intended at the place last specified. The place for giving of notice shall remain such until it shall have been changed by written notice in compliance with the provisions of this Section. For the present, the parties designate the following as the respective places for giving of notice, to -wit: For COUNTY: Public Works/Roads-Stormwater Division 177 Bush Loop Sanford, Florida 32773 For CONTRACTOR: All -Rite Fence Services, Inc. 5115 Olde Winter Garden Road Orlando, Florida 32811 Fence Parts, Repairs and Installation Services IFB-602158-14BJC Page 17 of 18 Section 29. Rights At Law Retained. The rights and remedies of COUNTY provided for under this Agreement are in addition and supplemental to any other rights and remedies provided by law. IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement on the date below written for execution by COUNTY. ATTEST: .(CORPORATE SEAL) ;�.a , W etti . GJ 11, • /1 .tit ' 1.4 M_I� %LSI 7 For the use and rell$iice of Seminole County only. ` it i �t tf t Mt t I i sty `.ail Attachments: ! Exhlit A - Scope ofServices Exhibit B - Sample Purchase Order AW44k laemnaUNIs PAUMU98d swn-Y CM-davixg 20MFa4a UA*c FENCE -•INC. • DAVID GLIDEWELL, President r 6-0 Pem Parts, Repairs and Imraliation Services 1FB-642258-14WC Page 18 of 18 Exhibit A Scope of Services The Contractor(s) shall be responsible for all labor, materials, equipment, coordination, transportation and incidentals necessary for the removal and/or construction of all fencing materials and installation in conformance to the "ASTM Standards for Fence materials and Products", AASHTO — Mill and M181 the "Florida Department of Transportation — Standard Specifications for Roads and Bridge Construction" Section 560 and the "Florida Department of Transportation — Design Standards" Index 802, 803, 810 and 811 most recent editions, and as described in the bid requirements. Authorization for services by the successful Contractor(s) under this agreement shall be in the form of written Release Orders issued and executed by the County on an as needed basis. Contractor shall provide a detailed estimate of repairs within five (5) business days following notification from the County Project Manager. No work shall commence prior to the written approval from the County. Contractor shall complete the work within fifteen (15) business days following the written authorization by the County unless otherwise specified by the Project Manager. I.- Fence Material: A. Chain Link Fabric — Two (2") inch mesh woven from nine (9) gauge steel wire, five (5') feet, six (6') feet and eight (8') in height. B. End, Comer and Pull Posts — Two and three-eighths (2 3/8") inch O.D. steel pipe shall conform to ASTM F 1083 (SCH-40) and ASTM F 1043 Group 1A and 1C, Heavy Industrial Fence. C. Gate Posts — Four (e) inch O.D. steel pipe shall conform to ASTM F1083 Group IA Heavy Industrial Fence. D. Gate Frames and Intermediate Posts — Two (2") O.D., steel pipes shall conform to ASTM -1083 (SCH-40), and ASTM F 1043 Group IA and IC, Heavy Industrial Fence. E. Post Braces and Top Rails — One and five-eighths (15/81 inch O.D. steel pipe shall conform to ASTM F1043 Group 1A and 1C, Light Industrial Fence. F. Tension Wire — Nine (9) gauge spring coil conforming to AASHTO M181 and ASTM 8211. G. Accessories — Steel H. Coatings — Pre -galvanized with one point -two (1.2) ounces of zinc per square foot, applied after weaving of fabric and following fabrication for all other ferrous metal Items. Poly (Vinyl Chloride) (PVC) — Coated Steel Chain -Link Fence Fabric — Specification F668. 1. Barbed Wire — Standard security barbed wire. J. Wood Fence — Basic board on board panels for replacement as requested by the County. IFB-602158-15/BJC - Term Contract for Fence Parts, Repairs and Installation Services 2. Installation of Posts: A. Concrete — Two -thousand -five hundred (2,500) PSI concrete shall be used for installation of all posts in accordance with ASTM F567 standards. B. Corner and Gate Posts — Set three (T) feet deep in twelve (12") inch diameter concrete footings. C. Line Posts — Set two (2") feet deep in eight (8") inch diameter concrete footings. D. Top Rail (when applicable) — Provide means for attaching top rail securely to each gate, comer, pull and end post. Run rail continuously through post caps, bending to radius for curved runs, bottom tension wire shall be installed unless otherwise specified. 3. Installation of Fencing A. Fencing shall be installed to proper grade, alignment and plumb, with comer posts and bracing provided at all angles in alignment. Angle braces shall be installed every one hundred (100) feet of run. B. When top rail is deleted, tension wire shall be installed along the top and bottom of fence. C. Wire Ties —'For tying fabric to line posts, use wire ties spaced twelve (12") O.C. For tying fabric to rails and braces, use wire ties spaced twenty four (24") O.C. For tying fabric to tension wire, use hog rings spaced twenty four (241 O.C. D. When barbed wire is required, Installation shall include three (3) strands along the top of the fence. 4. Installation of Gates - Install gates plumb, level and secure for full opening without interference. Install ground set items in concrete for anchorage as recommended by the manufacturer. Adjust hardware for smooth operation and lubricate when necessary. Gate installations shall include all hardware, i.e., hinges, latches, rollers, wheels and wire ties. 5. INSTALLATION OF BOUNDARY FENCING AND GATES: A. Type of Fence - Fence shall be farm -type consisting of 12/6 gauge field fence (except where non -climb Is specified) and 2 strand barbed wire on treated wood posts as detailed below. B. Materials 1 Barbed wire - 12-1/2 gauge, 4 -point double wrap, 15 gauge barbs with 5 inch spacing conforming to all requirements of the "Standard Specifications for Zinc Coated Galvanized Iron or Steel Wire" of the ASTM serial designation A121-48 and subsequent revisions. 2. Staples - Standard galvanized, 9 -gauge, minimum 1-1/4 inch heavy duty barbed wire fence type. 3. Posts and Braces- Southern Pine or other treatable species as in the current revisions of Federal Specification TT -W-571. The physical quality IFB-602168-1 5113JC - Term Contract for Fence Parts, Repairs and Installation Services including straightness, soundness, seasoning, marking, preservative type, retention, penetration, and quality assurance shall be controlled by Federal Specification TT -W-571. Preservation and Retention- chromate Copper Arsenate Type 3, (CAA - type 3) at a minimum retention of .30 pounds per cubic foot. The preservative retention shall be determined by assay extract in the zone from 0 to 1 inch from the surface of the post. 4. Gates — Winging pipe, 20 gauge galvanized steel, 1-5/8 Inch pipe size, 16 feet x 4 feet with minimum 5 horizontal bars. C. Installation Requirements and Procedure: 1. Clearing- clear all vegetation, trees (< 8 inch DBH) and stumps for a distance of 10 feet to the inside of the boundary except at locations where wet conditions allow only minimum clearing to install fence. Any earth disturbed during the clearing process shall be repaired at the Contractor's expense as close as possible to the area's original grade. 2. Line Posts- Minimum 31/2 inches top diameter (3"/4" class), 6 '/ feet long, placed a maximum of 12 feet apart and embedded 2 feet in the ground. Metal posts may be used in extremely wet areas. 3. Brace and Pull Posts- Minimum 6 inch top diameter, 8 feet long, Brace assemblies consisting of two brace posts and a horizontal post wrapped with two double strands of tension wire shall be placed every 1/8 mile and or the end of a straight run (non -comer). Embed brace and pull posts 3 feet in the ground. 4. Comer Posts- Double brace assemblies using 3 brace posts minimum 6 inches in diameter, embedded 3 feet in the ground and two horizontal posts. 5. Field Fence Wire- Four foot hog/field fence with minimum 6 gauge horizontal top and bottom wires and 12 gauge wire on remaining structure. Stretched and taught to the touch. 6. Non -climb horse fence (field fence) — four foot 12 gauge wire stretched taught to the touch. 7. Barbed Wire - Field fence: two strand barbed wire spaced equal distance apart starting 2" above field fence. Four strand fencing: four strands barbed wire spaced approximately 1 foot apart. Stretch barbed wire completely so that it is springy to the touch before being fastened to the post. 8. Gates- Install 16' tube gates as indicated. Size and instals gate posts to ensure proper operation of gates. IFB-6021 W1 5/BJC - Term Contract for Fence Parts, Repairs and Installation Services General Conditions IF&602158-15BJC - Term Contract for Fence Parts, Repairs and installation Services TABLE OF CONTENTS GENERAL CONDITIONS Sections 1. Definitions/Interpretations 2. Preliminary Matters 3. Contractors Responsibilities 4. Work by Others 5. Project Managers Status during Construction 6. Delays and Extension of Time 7. Schedules 8. Warranty or Guarantee, Tests and Inspections, Connections, Removal or Acceptance of Defective Work 9. Suspension of Work and Termination 10. Miscellaneous IFB-602158-15/BJC - Term Contract for Fence Parts, Repairs and Installation Services GENERAL CONDITIONS SECTION I - DEFINITIONSIINTERPRETATIONS Definitions. Whenever used In the Contract Documents, the following terms shall have the meanings indicated, which shall be applicable to both the singular and plural thereof. Addenda - Written or graphic instruments Issued prior to the date for opening Bids which modify or Interpret the Bidding Documents by additions, deletions, corrections or clarifications. Acceptance; Final Acceptance - The formal action by COUNTY accepting the Work as being complete after certification by County's Representative of Final Completion. Agreement - The written Agreement between COUNTY and CONTRACTOR covering the Work to be performed; other Contract Documents are incorporated In or referenced in the Agreement and made a part thereof as provided therein. Building Elements - An architectural, structural, electrical, mechanical or plumbing component of a building, facility, space, or site. Change Order - A written instrument issued on or after the Effective Date of the Agreement, of which when duly executed by COUNTY and CONTRACTOR amends the Contract Documents to provide for changes in the Work or in the provisions of the Contract Documents, or changes in Contract Price or Contract Time, or any combination thereof. Contract Claim - Any dispute arising out of or related to the Contract Documents between the COUNTY and CONTRACTOR including, but not limited to, any demand or assertion by one of the parties seeking any equitable adjustment of the Contract Price, Contract Time or other relief with respect to the Contract Documents. Contract Documents - The Agreement and those documents referenced in the Agreement. Contract Price - The total compensation, subject to authorized adjustments, payable by COUNTY to CONTRACTOR for satisfactory completion of all Work under the Contract Documents as stated in the Agreement. Contract Time - The period of time allotted in the Contract Documents, subject to authorized adjustments, for Substantial Completion and Final Completion of the Work, or other interim completion dates identified in the Contract Documents. CONTRACTOR - The individual, partnership, corporation, joint venture, or other legal entity or combination thereof, who is currently and actively licensed by the State of Florida and who has entered into the Agreement with COUNTY for the performance of the Work. The term "CONTRACTOR" means CONTRACTOR or its authorized representative. COUNTY - Seminole County, a political subdivision of the State of Florida; the Owner. Date of Commencement of the Contract Time - The Begin bate given by the Purchase Order when the Contract Time commences to run. IFB-602158-15/BJC —Term Contract for Fence Parts, Repairs and Installation Services Day - A calendar day of 24 hours lasting from midnight one day to midnight the next day. Defect or Defective - A reference to Work that is unsatisfactory, faulty or deficient, or does not conform to the contract plans or specifications or does not meet the requirements of any inspection, code, reference standard, test or approval referred to in the Contract Documents or has been damaged prior to Final Acceptance (unless responsibility for the protection thereof has been assumed by COUNTY). Effective Date of the Agreement - The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed by the last of the two parties to sign. Equipment - The Machinery and Equipment, together with the necessary supplies for upkeep and maintenance thereof, also, the tools and all other apparatus necessary, for the construction and acceptable completion of the Work. Holidays - Days designated by Seminole County as legal holidays. These days are: New Year's Day Martin Luther King's Birthday Memorial Day Independence Day Labor Day Veteran's Day Thanksgiving Day Day after Thanksgiving Day Christmas Day January 1st Third Monday In January Last Monday in May July 4th First Monday in September As Designated Fourth Thursday in November Fourth Friday in November December 25th Laws and Regulations; Laws or Regulations - Laws, Rules, Codes, Regulations, Ordinances, and/or court or administrative orders of the federal, state and local governments. Materials - Any substances to be incorporated in the Work under the Contract Documents. Permits - An authoritative or official certificate of permission. Progress Schedule - All documentation related to the planning, scheduling and implementation of the Work as described in the Contract Documents. Project - The total construction of which the Work to be provided under the Contract Documents is a part as indicated elsewhere in the Contract Documents. Project Manager - The authorized representative of the County who is assigned to the Project. The County's representative acting directly or through duly authorized representatives. Subcontractor - An Individual, partnership, corporation, joint venture, or other combination thereof, having a Sub -agreement with CONTRACTOR for (a) the performance of labor in connection with part of the Work at the site; or (b) for both performing labor in connection with part of the Work at the site and furnishing items of Materials or Equipment for incorporation into the Work. Subcontractor also means an individual, partnership, corporation, joint venture, or other combination thereof that has a Sub-agreemen't with another Subcontractor to perform any of the Work at the site. IFS-602158-15/BJC — Term Contract for Fence Parts, Repairs and Installation Services Supplier - A manufacturer, fabricator, Supplier; distributor, material -man or vendor Total Bid - Amount stated In the Bid Form by the Bidder as the Bidder's offer to furnish all labor, Materials and Equipment to perform all Work In strict accordance with the Contract Documents. if an Agreement is awarded to a Bidder, the Total Bid amount shall be the Contract Price. Warranty Period - The period of time within which CONTRACTOR shall promptly, without cost to COUNTY and In accordance with COUNTY's written instructions, either correct Defective Work or, if it has been rejected by COUNTY, remove It from the site and replace it with non - Defective Work. The Warranty Period does not limit the CONTRACTOR's warranty that the Work has been completed in accordance with the Contract Documents. Work - All labor, permits, bonds, equipment, Materials and incidentals required for the construction of the improvement by the Contract Documents, including superintendence, 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 Documents. Unless otherwise specified herein or in the Contract Documents, all costs of liability and of performing the Work shall be at the CONTRACTOR's expense. SECTION 2 - PRELIMINARY MATTERS Copies of Documents. COUNTY shall furnish to CONTRACTOR one copy of the Contract Documents free of charge. CONTRACTOR will be responsible for obtaining additional copies. Commencement of the Contract Time; Purchase Order/Release Order. The Contract Time will begin on the date Indicated in the Purchase Order. The CONTRACTOR shall start to perform the Work on the date indicated on the Purchase Order. Prior to the issuance of a Purchase Order , a preconstruction conference shall be attended by the CONTRACTOR and his subcontractors, PROJECT MANAGER and COUNTY and other entities as applicable to the Work at which time a date will be established for the Issuance of the Purchase Order. Before Starting Work. Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent information and all applicable field measurements. CONTRACTOR shall promptly report in writing to PROJECT MANAGER any conflict, error or discrepancy which CONTRACTOR or any of his Subcontractors or Suppliers may discover and shall obtain a written interpretation or clarification from PROJECT MANAGER before proceeding with any Work affected thereby; provided, however, CONTRACTOR shall not be liable to COUNTY or PROJECT MANAGER for failure to report any conflict, error or discrepancy unless CONTRACTOR or any of his Subcontractors or suppliers had actual knowledge thereof or should reasonably have known thereof. Before commencement of the Work, CONTRACTOR shall submit to the PROJECT MANAGER for review a preliminary Progress Schedule indicating the starting and finishing dates of each Work activity, and a proposed schedule. Preconstruction Conference. Prior to commencement of Work at the site, a conference will be held for review of the schedules, to establish procedures for a working understanding among the parties as to the Work. IFB-602158-15/BJC — Term Contract for Fence Parts, Repairs and Installation Services Physical Conditions. The CONTRACTOR shall take the steps necessary to ascertain the nature and the location of the Work. The CONTRACTOR shall also determined for himself the existing physical conditions which can affect the work or its cost, including but not limited to, (1) conditions bearing upon mobilization, demolition, transportation, disposal, handling and storage of materials; (2) the availability of labor, water, electric power; (3) uncertainties of weather, (4) the conformation of surface and subsurface ground conditions; (b) the character and limitations of the equipment, machinery and existing physical conditions within the limits of construction or within the buildings that are utilized during the Work. The CONTRACTOR shall employ only competent personnel and utilize only suitable equipment in performing the layout of the Work. Contractor shall not engage the services of any person or persons In the employ of the COUNTY for performance of the layout of the Work. Adequate field notes and records shall be kept on a daily basis as the layout work is accomplished. These field notes and records shall be available for review by the PROJECT MANAGER as the Work progresses and copies shall be furnished at the time of completion of the Project. Any inspection or checking of the CONTRACTOR's field notes or layout work by the PROJECT MANAGER and the acceptance of all or any part thereof shall not relieve the CONTRACTOR of his responsibility to achieve the lines, grades and dimensions shown in the Plans/Specifications. The Contractor will be responsible for locating all existing utilities, where applicable, prior to commencing work. Locate tickets shall be kept on site at all times. The Contractor shall be responsible for an make good all damage resulting from their activities, both within and beyond the limits of this contract, to buildings, telephone, power or other cables, water pipes, storm server facilities, sanitary pipes, gas lines, traffic signalization, or other utilities or structures which may be encountered. It shall be the Contractor's responsibility to determine the location, character and depth of any existing utilities and to assist the utility companies, by every means possible, to determine said locations. Extreme caution shall be exercised to eliminate any possibility of any damage to utilities resulting from Contractor's activities. SECTION 3 - CONTRACTOR'S RESPONSIBILITIES Supervision and Superintendence. CONTRACTOR shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely responsible for all means and methods, techniques, schedules, sequences and procedures of construction and for providing the required safety precautions, for coordinating all portions of the Work with all regulatory, jurisdictional and governmental authorities, for further coordination as required with commercial businesses, private residents and employees of the Owner and for enforcement of order and cooperation among the CONTRACTOR% employees and all of the Subcontractors and Suppliers. The CONTRACTOR shall be responsible to see that the competed Work complies accurately with the Contract Documents and its intent. Personnel and Working Hours. CONTRACTOR shall at all times maintain good discipline and order at the site. CONTRACTOR shall provide competent, qualified personnel to perform construction as required by the Contract Documents. CONTRACTOR is fully responsible to provide a sufficient number of skilled workers and supervisory personnel to perform the Work and assure that the Work is completed according to the established Construction Schedule and within the Contract Time. Failure to fully man the Project with supervisory personnel, skilled workers or common IFB-602158-15/BJC — Term Contract for Fence Parts, Repairs and Installation Services laborers of which actions shall lead to a delay in the Work Schedule shall be cause for a claim for damages against CONTRACTOR or termination of CONTRACTOR by the Owner. Except in connection with the safety or protection of persons or the Work or property at the site or adjacent thereto, all Work at the site shall be performed during normal working hours, unless otherwise specified. Normal working hours shall be defined as period occurring between the hours beginning at 7:00 a.m. and ending at 6:00 p.m., exclusive of Saturdays, Sundays, or Holidays. Items of Material * or Equipment All Materials and Equipment shall be of good quality and new. All Materials and Equipment shall be handled, stored, applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable Supplier. Manufacturers' or Suppliers' warranties for all Materials, products and Equipment to be furnished by CONTRACTOR and to be incorporated into the completed Work shall be furnished to COUNTY through CONTRACTOR. Project is to be constructed with asbestos free materials. Concerning Subcontractors - The Contractor will be fully responsible for all acts and omissions of his Subcontractors and of persons directly or indirectly employed by them and Of persons for whose acts any of them may be liable to the same extent that they are employed by him. - Nothing contained in the Contract Documents shall create, nor be interpreted to create, privity or any other contractual relationship whatsoever between the County- and any Subcontractor or any person except the Contractor, or any obligation on the part of the County to payor to see to the payment of any monies due any Subcontractor, except as may otherwise be required by law. The County may furnish to any Subcontractor, to the extent practicable, evidence of amounts paid to t ' he Contractor on account of specific Work done. The Contractor agrees to bind specifically every Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of the County. All Work performed for the Contractor by Subcontractors shall be pursuant to an appropriate agreement between the Contractor and the Subcontractor which shall contain provisions that waive all rights the contracting parties may have against one another for damages caused by fire or other perils covered by insurance held by the County as trustee. Patent Fees And Royalties - The Contractor will pay all license fees and royalties and assume all costs Incident to the use of any invention, design, process or device which is the subject of patent rights or copyrights held by others. Permits. Unless otherwise provided in the Contract Documents, CONTRACTOR shall obtain and pay for all construction permits, fees, and licenses. CONTRACTOR shall pay all governmental charges and inspection fees necessary for the prosecution of the Work, which are applicable at the time of opening of Bids. CONTRACTOR shall pay all charges of public and private utility service companies for all required utility services that complete and accomplish the Work according to the Contract Documents. The CONTRACTOR shall meet all requirements of all permits and licenses and shall be responsible for all fines, assessments, and penalties of any nature assessed against the CONTRACTOR or COUNTY or both relating to any permit violation, 1F13-602158-15/13JC — Term Contract for Fence Parts, Repairs and Installation Services Laws and Regulations. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to the Work. If CONTRACTOR performs any Work knowing or having reason to know that it is contrary to such Laws or Regulations and without such notice to PROJECT MANAGER, CONTRACTOR shall bear all costs arising there from. CONTRACTOR shall pay all sales, consumer, use and other taxes required to be paid by It in accordance with the Laws and Regulations of the place of the Project. CONTRACTOR shall comply with all Federal, State, and Local laws, ordinances, codes, and regulations applying to the Work. The CONTRACTOR shall be solely responsible for bidding and constructing the Work per the current building codes as required by the Contract Documents and the construction practices normally applicable to each trade vendors or installers trade. All items to be purchased under. this contract shall be In accordance with all governmental standards, to Include, but not be limited to, those Issued by the Occupational Safety and Health Administration (OSHA), the National Institute of Occupational Safety Hazards (NIOSH), and the National Fire Protection Association (NFPA). Use of Premises. The CONTRACTOR shall confine construction equipment, the storage of materials and the operations of workers to areas permitted by Laws and Regulations, rights-of- way, easements or required by the Contract Documents or *limited by the Owner. The CONTRACTOR shall not unreasonably encumber the premises with construction equipment or materials or other equipment. The CONTRACTOR shall assume full responsibility for any damage to any such property, or to the owner or occupant thereof or of any other property, caused or alleged to have been caused by or incident to the execution of this Work. The CONTRACTOR shall promptly attempt to settle with such other party by agreement or otherwise resolve the claim. During the progress of the Work, CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and other debris resulting from the Work. Periodically, during construction, the CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises for disposal. At completion of the Work all tools, appliances, construction equipment and machinery, and surplus materials shall be removed by the Contractor and shall leave the site clean and ready for occupancy by COUNTY. CONTRACTOR shall restore to original condition or better all property 'not designated for alteration by the Contract Documents, but, was impacted due to the construction operations and close proximity to the Project. CONTRACTOR shall not load or permit any part of any structure to be loaded in any manner that will endanger human life or damage the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to loads that will endanger human life or damage it. Safety and Protection. CONTRACTOR shall be solely and completely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to all employees on the Work and other persons (including but not limited to the general public or employees of the Owner) who may be affected thereby; all the Work and all Materials or Equipment to be Incorporated therein, whether in storage on or off the site; and other property at the site, adjacent thereto, or utilized by CONTRACTOR. CONTRACTOR's duties and responsibilities for the safety and IFB-6021 58-1 5/BJC — Term Contract for Fence Parts, Repairs and Installation Services protection of the Work shall continue until such time as PROJECT MANAGER issues a notice to COUNTY and CONTRACTOR that the Work is acceptable. All damage, injury or loss to any property caused, directly or indirectly, in whole or In part, by CONTRACTOR, any Subcontractor, Supplier or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR at his sole cost. CONTRACTOR shall comply with all applicable Laws and Regulations of any governmental entity having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss including, but not limited to, OSHA (Public Law 91-596) and the Contract Work Hours and Safety Standards Act (Public Law 91-54); and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall designate a responsible member of his organization at the site whose duties shall be preventing accidents and insuring compliance with all applicable safety regulations. This person shall be CONTRACTOR's Superintendent unless otherwise designated in writing by CONTRACTOR to COUNTY. At all times CONTRACTOR shall; and shall cause his Subcontractors and Suppliers to, carefully protect its and their Work, materials, equipment, and supplies against damage or injury from the weather. If in the opinion of PROJECT MANAGER any of the above has been damaged or injured by reason of failure on the part of CONTRACTOR, any Subcontractor or Supplier to perform according to the requirements of this provision, said Work, Materials, Equipment and supplies shall be removed and replaced at the expense of CONTRACTOR. CONTRACTOR shall notify PROJECT MANAGER of any job site injuries at the Project site. Serious injuries shall be verbally reported to the PROJECT MANAGER within two (2) hours of occurrence of the incident. CONTRACTOR shall submit a written report of each serious injury to PROJECT MANAGER within twenty-four (24) hours of occurrence of the incident. CONTRACTOR shall prepare injury reports regardless of whether the injury is to the CONTRACTOR's personnel, subcontractors, COUNTY personnel or other persons. Emergencies. In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, CONTRACTOR, without special instruction or authorization from PROJECT MANAGER or COUNTY, is obligated to act to prevent threatened damage, injury or loss. CONTRACTOR shall give COUNTY prompt written notice if CONTRACTOR believes that any significant changes in the Work have resulted because of the action taken in response to an emergency. If COUNTY determines that changes are required, COUNTY shall authorize the changes by written Change Order. If the emergency was not due to the fault or negligence of CONTRACTOR, or any Subcontractor or Supplier or anyone for whose acts any of them may be liable and the changes cause an increase or decrease in CONTRACTOR's cost or the time required to perform any part of the Work, COUNTY shall make an adjustment in Contract Time. Continuing the Work. CONTRACTOR shall cavy on the Work and maintain the Progress Schedule during all disputes or disagreements with COUNTY. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as CONTRACTOR and COUNTY may otherwise agree in writing. Suspension of the Work by CONTRACTOR during any dispute or disagreement with COUNTY shall entitle COUNTY to terminate the CONTRACT for cause, except as otherwise provided in this documents. iFB-602158-151BJC — Term Contract for Pence Parts, Repairs and Installation Services Responsibility for Coordinating and Connecting to Existing Services and Utilities. At all points where the Work constructed by CONTRACTOR connects to existing Isting utilities and services, the actual Work of making the necessary connection to the existing service or utility shall be arranged for and coordinated by CONTRACTOR at no expense to COUNTY (unless specifically indicated otherwise). Services and utilities included within (but not limited to) this responsibility are roadways, sidewalks, driveways, ditches, electrical, lighting, sanitary sewer, mechanical, fire suppression, water distribution, gas, plumbing, communications, data, phone, storm water, etc. Connections shall be made at a time that will result in the least possible Interference with existing services. Storage of Materials. Materials shall be so stored as to insure the preservation of their quality, color, and fitness for the Work and shall be so located as to facilitate prompt inspection, and to minimize noise impacts on sensitive receivers. Materials improperly stored may be rejected without testing. Materials or equipment shall not be stored under the canopy or within the 'drip line' of any trees without prior approval by the Project Manager. The insurance, protection and security of stored materials shall be the sole responsibility of the CONTRACTOR. The COUNTY shall not be liable or at risk for any loss of materials due to theft, weather, negligence, nor for any damages to the stored materials. Defective Materials. Materials which are or have been Improperly stored. All such materials, whether in place or not, will be rejected and shall, unless otherwise permitted by the PROJECT MANAGER, be removed Immediately from the site of the Work and from the CONTRACTOR's storage areas, at the CONTRACTOR's expense. No rejected material, the defects of which have been subsequently corrected, shall be used until approval has been given. Upon failure on the part of the CONTRACTOR to comply promptly with any order of the PROJECT MANAGER made under the provisions of this Section, the PROJECT MANAGER shall have authority to remove and replace defective material and to deduct the cost of removal and replacement from any moneys due or to become due the CONTRACTOR. CONTRACTOR"s Responsibility for Work. Until acceptance of the Work by the COUNTY it shall be under the charge and custody of the CONTRACTOR and he shall take every necessary precaution against injury or damage to the Work by the action of the elements or from any other cause whatsoever, arising either from the execution or from the non -execution of the Work The CONTRACTOR shall rebuildrepair, restore and make good, without additional compensation, all injury or damage to any rebuild, of the Work occasioned by any of the above causes before its completion and acceptance except that In case of catastrophic damage the COUNTY may, at its discretion, reimburse the CONTRACTOR -for the repair' of such damage due to unforeseeable causes beyond the control of and without the fault or negligence of the CONTRACTOR including, but not restricted to, Acts of God, of the public enemy or of governmental authorities. Interferences. The CONTRACTOR shall at all times conduct the Work in such manner and in such sequence as to insure the least practicable interference with County employees, pedestrian/visitor traffic due to County business and vehicular traffic. The CONTRACTOR's vehicles, personnel, materials and equipment shall be operated In such a manner that they will not be a hazard or hindrance to daily operations and performance of County business. Coordination with other Contractors. The CONTRACTOR shall coordinate and arrange his Work and dispose of his Materials so as not to interfere with operations of other contractors engaged upon adjacent work and to join his Work to that .of others in a proper manner, In IFB-602158-1 6/BJC —Term Contract for Fence Parts, Repairs and Installation Services accordance with the spirit of the Plans or Specifications, and to perform his Work in the proper sequence in relation to that of other contractors. Each contractor shall be responsible for any damage done by him or his agents to the work performed by another contractor. Final Cleaning Up of Job Site. Upon completion of the Work, and before Acceptance and Final Payment will be made, the CONTRACTOR shall remove from the COUNTYs job site and adjacent property all false Work, Equipment, surplus and discarded Materials, rubbish and temporary structures; CONTRACTOR shall restore in an acceptable manner all property, both public and private, which has been damaged during the prosecution of the Work, and shall leave all waterways and drainage facilities unobstructed. SECTION 4 - WORK BY OTHERS Related Work At Site. COUNTY may perform other work at the site by COUNTYs own forces, provide for or allow other work to be performed by other owners, or let others direct contracts for other work. If the fact that such� other work is to be performed was not noted in 'the Contract Documents, written notice thereof will be given to CONTRACTOR prior to starting any such other work. If COUNTY contracts with others for the performance of other work at the site, the CONTRACTOR shall be responsible for coordination of the activities among the various contractors. Coordination with other contractors will be the sole responsibility of CONTRACTOR and neither COUNTY nor PROJECT MANAGER shall have any authority or responsibility with respect to such coordination. Extensions in Contract Time. If CONTRACTOR is delayed at any time in performing or furnishing the Work by any act or neglect of another contractor or entity performing work at the site noted in the Contract Documents, CONTRACTOR may request an extension or adjustment In Contract Time and if COUNTY agrees that the delay requires an adjustment in Contract Time, COUNTY shall authorize the necessary extension of Contract Time. However, an extension in Contract Time(s), If so granted, shall be CONTRACTOR's sole and exclusive remedy with respect to COUNTY, for any delay, disruption, interference, inefficiency, extension, constructive acceleration or hindrance and associated costs, however caused, resulting from delays caused by others performing other work at the site. Contract Time Coordination. CONTRACTOR shall give prompt written notice to COUNTY, PROJECT MANAGER and any other affected contractor(s) whenever CONTRACTOR anticipates a conflict in Contract Time(s) related to or simultaneous with associated Contract Time (s) in the work of others. When Work Is performed out of sequence and ahead of interfacing Work, CONTRACTOR shall be responsible for taking reasonable steps to minimize damage or loss to the Work which may be caused by others during the performance of their work, including (but not limited to) furnishing written notice to PROJECT MANAGER and to the other contractors that Work has been performed out of sequence and ahead of interfacing Work. When work by others is performed out of sequence and ahead of interfacing Work, the said work shall be considered as if it had been shown on the Contract Documents. CONTRACTOR shall be responsible for protecting said work and shall replace, repair or otherwise settle with others any and all damage caused as a result of the performance of Work out of sequence. IFB-602158-15/BJC — Term Contract for Fence Parts, Repairs and Installation Services SECTION 5 - PROJECT MANAGER'S STATUS DURING CONSTRUCTION COUNTY'S Representative. PROJECT MANAGER will be COUNTY's representative during the construction of the Work. The duties and responsibilities and the limitations of authority of PROJECT MANAGER as COUNTYs representative during construction are set forth in the Contract Documents and shall not be extended without written consent of COUNTY and PROJECT MANAGER. Visits to Site. PROJECT MANAGER will make visits to the site at intervals appropriate to the various stages of the Work to observe the progress and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. Project Representation. COUNTY may designate another agent to represent COUNTY at the site who is not the PROJECT MANAGER or its agent or employee. Duties, Responsibilities and Limitations of Authority of PROJECT MANAGER. The PROJECT MANAGER will perform the duties and responsibilities described herein. PROJECT MANAGER shall generally issue all communications to CONTRACTOR including but not limited to communications directed to CONTRACTOR from COUNTY. CONTRACTOR shall generally Issue all communications to COUNTY through PROJECT MANAGER PROJECT MANAGER will provide instructions on procedures to be followed and schedule inspections of the Work; review daily Inspection reports prepared; prepare documents as required and review them with COUNTY, as applicable. PROJECT MANAGER will attend meetings with CONTRACTOR, such as the Preconstruction Conference, Project Meetings and any other Project related meetings and prepare and circulate copies of minutes thereof. The preparation and circulation of minutes of preconstruction conferences, Project meetings and any other Project related meetings shall not relieve CONTRACTOR of CONTRACTOR's responsibility to coordinate the work of the COUNTY, utility contractors, or the work of others or the CONTRACTOR's responsibility for scheduling and sequencing Its Work with the work of the COUNTY, utility contractors or the work of others. PROJECT MANAGER Will conduct general on-site observations of the Work In progress and will observe for non-conformance reports to determine If the Work Is proceeding in accordance with the Contract Documents. PROJECT MANAGER will notify CONTRACTOR of disapproval or rejection of defective Work and will notify CONTRACTOR whether Defective Work Is to be corrected, or replaced. PROJECT MANAGER will accompany visiting inspectors representing governmental or other agencies having jurisdiction over the Project, and record the results of the inspections. PROJECT MANAGER will transmit. to CONTRACTOR clarifications and interpretations as Issued by the COUNTY. PROJECT MANAGER will report promptly to COUNTY upon gaining knowledge of the occurrence of any accident at the site. PROJECT MANAGER will prepare reports of the progress of the Work and of CONTRACTOR's compliance with the Progress Schedule. IFB-602168-1 5/BJC —Term Contract for Fence Parts, Repairs and Installation Services PROJECT MANAGER will consult as appropriate with COUNTY's staff in advance of scheduled major tests, inspections or the commencement of important phases of the Work. PROJECT MANAGER will review and evaluate CONTRACTOR's Application for Payment and advise COUNTY staff accordingly. PROJECT MANAGER will review and evaluate CONTRACTOR's notice that CONTRACTOR considers the Work (or part thereof) substantially complete and advise COUNTY staff accordingly. PROJECT MANAGER will observe whether all items on lists of items to be completed prior to Final Payment have been completed and make recommendations to COUNTY concerning Acceptance. During the course of the Work, the PROJECT MANAGER will verify that certificates, maintenance and operation manuals and other data required to be assembled and furnished by CONTRACTOR are applicable to the items actually Installed. Clarifications and Interpretations. PROJECT MANAGER will issue with reasonable promptness such written clarifications or interpretations of the requirements of the Contract Documents as PROJECT MANAGER may determine necessary, which shall be consistent with or reasonably- inferable from the overall intent of the Contract Documents. Authorized Variations in Work. PROJECT MANAGER may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are consistent with the overall intent of the Contract Documents and required to produce the intended result. These may be accomplished by a Field Order and will be binding on CONTRACTOR who shall perform the Work Involved promptly. Rejecting Defective Work. PROJECT MANAGER will have authority to disapprove or reject Work at any time during the construction of the Work, which PROJECT MANAGER believes to be Defective. PROJECT MANAGER will also have authority to require special inspection or testing of the Work, whether or not the Work is fabricated, installed, or completed. When CONTRACTOR has been notified by PROJECT MANAGER of disapproval or rejection of Defective Work, CONTRACTOR shall take immediate action to correct or replace same. Notice to Cure - If the County determines the Work is defective or deficient; if the Contractor fails to supply sufficient skilled workers or suitable materials or equipment If the Contractor fails to make prompt payments to Subcontractors for labor, materials or equipment; if the work Is not progressing in a safe, orderly or well coordinated manner; or If the general progress and/or quality of the work is not adequate to ensure continuation or completion of the work in accordance with the Contract completion time requirements, then the Purchasing and Contracts Division shall issue a notice to cure, giving the Contractor a specific period of time (1) in which to submit to the Project Manager a written Plan of Action including a schedule setting forth a plan by which the deficiencies will be corrected, and (2) a specific period of time in which to correct the deficiencies. If the Contractor does not submit a Plan of Action to indicate how and when the deficiencies indicated in the notice to cure will be cured within the specified time frame that is acceptable to the Project Manager, and if -those deficiencies are not corrected within that time frame, then the County shall take further action, up to and including Contract termination. IFB-602158-15/BJC — Term Contract for Fence Parts, Repairs and Installation Services The Contractor shall not be entitled to any delay claims as a result of the County's Issuance of the notice to cure. SECTION 6 — CHANGE OF CONTRACT AMOUNT, DELAYS AND EXTENSION OF TIME Contract Amount. The Contract Amount constitutes the total compensation payable to the Contractor for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by the Contractor shall be at his expense without change In the Contract Amount. The Contract Amount may only be changed by written Change Order issued by the County. County Obligation. The County owes no duty, obligation, damages, change in Contract Amount, or liability to Contractor as a result of any delay, interference, suspension or other event which may impact Contractors progress schedule of its contract. Extension of Time Sole Remedy. Should Contractors performance, in whole or in part, be interfered with, delayed, re -sequenced, disrupted, or be suspended in the commencement, prosecution or completion, for reasons beyond. Contractor's control, and without any fault or negligence on its part contributing thereto, Contractors sole remedy shall be an extension of Contract Time in which to complete the Contract. Contract Time Extension. The County may grant an.extension of Contract Time when a controlling ftern of work on the critical path of Contractors progress schedule is delayed by factors not reasonably anticipated or foreseeable at the time of bid. Such time extension may be allowed only for delays occurring during the time for performance set forth in the progress schedule. Extensions of Contract Time will not be granted for delays due, in whole or in part., to the fault or negligence of Contractor or any entity or person for whom Contractor is responsible. SECTION 7 - SCHEDULES Schedules. Proiect Schedule Definitions: a) Work Activities - The significant events of the Project. All significant work activities must be Identified in sufficient detail to track work activity progress towards completion and consequentially, the completion of the Project. b) Start Date and Finish Date - The dates a work activity will begin and will be completed. C) Duration - The length of time it takes for a work activity to be completed, from Start Date to Finish Date. d) Sequence - The order in which a group of work activities must be completed. This includes work activities that are done concurrently (at the same time), sequentially (must finish one before starting the next) or overlap (may start one before finishing the other). e) Critical Path - The complete sequence of work activities whose accumulative duration determines the length of time needed to complete the entire Project from NTP to Final Completion. Critical Path Items - The work activities on the Critical Path. g) Controlling Work Items — Those activities that are either critical path or indirectly Influences the critical path. Such as a controlling work item provided by the Owner. h) Float Time - The duration of a work activity that is not on the Critical Path which could be delayed without affecting the date of Substantial Completion. Time and conditions for Float Time shall be clearly established in the Contract Documents. IFB-602158-15/BJC — Term Contract for Fence Parts, Repairs and Installation Services CONTRACTOR shall prepare and submit for COUNTY's review a time scaled Project Schedule with a Critical Path (CPM). The Project Schedule shall show the sequence in- which CONTRACTOR proposesto accomplish the Work. The Project Schedule shall clearly depict the order, interdependence, duration, and installation man -days by craft of each Work activity. The Project Schedule shall show all of the Work activities to be completed and the accumulative duration of the Critical Path leading to each Substantial and Final Completion. Beginning with the Purchase Order and ending with the date of Final Completion, the duration of the Project Schedule's Critical Path shall comply with the Contract Time and shall meet the Contract Agreement. �111[41! Warranty and Guarantee. CONTRACTOR warrants and guarantees that all Work will be in accordance with the Contract Documents and will not be Defective. All Defective work, whether or not in place, may be rejected, corrected or accepted as provided in this Section. The obligations of CONTRACTOR under this subsection shall be in addition to and not in limitation of any obligation imposed upon him by special guarantees required by the Contract Documents or otherwise prescribed by Laws or Regulations. Access to Work. COUNTY'S PROJECT MANAGER shall be permitted access to the Work for their observation, inspection and testing. CONTRACTOR shall provide proper and safe conditions for such access. Tests and Inspections. CONTRACTOR shall give PROJECT MANAGER timely notice of readiness of the Work for all required inspections, tests or approvals. Inspections, tests or observations by PROJECT MANAGER may be performed at their discretion to provide information to the COUNTY on the progress of the Work. However, such information is not intended to fulfill the CONTRACTOR's obligations in accordance with the Contract Documents. If any law, ordinance, rule, regulation, code or order of any public body, government entity or court having jurisdiction requires any Work *(or part thereof) to specifically be inspected, tested or approved, CONTRACTOR shall assume full responsibility therefore, pay all related costs, schedule related activities at appropriate times, and furnish PROJECT MANAGER the required certificates of inspection, testing or approval. CONTRACTOR shall also be responsible for and shall pay all costs, in connection with any inspection or testing required in connection with COUNTY's or PROJECT MANAGERs acceptance of a proposed manufacturer, fabricator, supplier or distributor of materials or equipment proposed to be incorporated In the Work, or of material or equipment submitted for approval prior to CONTRACTOR's purchase thereof for incorporation of the Work. All inspections, tests or approvals shall be performed by persons or organizations acceptable to COUNTY and PROJECT MANAGER. Neither observations by PROJECT MANAGER or COUNTY nor inspections, tests or approvals by others shall relieve CONTRACTOR from his obligations to perform the Work in accordance with the Contract Documents and Building Code Requirements. If any testing, inspection or approval under this subsection reveal Defective Work, CONTRACTOR shall not be allowed to receive any associated costs and COUNTY shall be entitled to deduct from the Contract Price, by issuing a Change Order, COUNTY's costs arising out of the Defective Work, including costs of repeated procedures, compensation for PROJECT MANAGER's services and other related costs. IFB-602168-15[BJC — Term Contract for Fence Parts, Repairs and Installation Services Final Inspection. Upon written notice from the Contractor that the Work is complete, including the "punch" listed deficiencies, the Project Manager will make a final. inspection with the Contractor and will notify the Contractor in writing of any particulars In which this inspection reveals that the Work is defective. The Contractor shall immediately make such corrections as are necessary to remedy such defects and to complete all the required work. Final Inspection for Payment. After the Contractor has completed any such corrections to the satisfaction' of the Project Manager and delivered all maintenance and operating instructions, schedules, guarantees, Certificates of Inspection and other documents as required by the Contract Documents, he may make application for final payment. Correction or Removal of Defective Work. CONTRACTOR shall promptly, without cost to COUNTY and as specified by PROJECT MANAGER, either corrects any defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by PROJECT MANAGER, remove it from the site and replace it with conforming Work. The CONTRACTOR shall bear the cost -of repairing or replacing all Work and property of the COUNTY or others destroyed or damaged or in any way impacted by such correction or removal. Contractor's Continuing Obligation. The Contractor's obligation to perform the Work and complete the Work in accordance with the Contract Documents shall be absolute. *'Neither approval of any progress or final payment by the County, the issuance of Certificate of Completion, any payment by the County to the Contractor under the Contract Documents, any use or occupancy of the Work or any part thereof by the County, any act of acceptance by the County, any failure to do so, nor any correction of defective Work by the County shall constitute an acceptance of Work not in accordance with the Contract Documents. SECTION 9 - SUSPENSION OF WORK AND TERMINATION The COUNTY May Stop the Work. If the Work is Defective and the CONTRACTOR has been notified by PROJECT MANAGER or COUNTY, or If CONTRACTOR falls to perform the Work in compliance with the Contract Documents, or If CONTRACTOR falls to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, or suitable Materials or Equipment, or If CONTRACTOR falls to obtain, maintain or renew insurance In conformance with the Contract Documents in a form acceptable to COUNTY, or if any insurance company CONTRACTOR has obtained insurance from declares bankruptcy or is declared bankrupt, or If CONTRACTOR falls to prosecute the Work without endangering persons or property, COUNTY may order CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated. COUNTYs order to stop the Work may be communicated through PROJECT MANAGER or by COUNTY. This right of COUNTY to stop the Work shall not give rise to any duty on the part of COUNTY or PROJECT MANAGER to exercise this right for the benefit of CONTRACTOR or any other party. CONTRACTOR shall beer all direct, Indirect, and consequential costs of such order to stop the Work (including but not limited to fees and charges of PROJECT MANAGER, attorneys and other professionals, any additional expenses incurred by COUNTY due to delays to others performing Work under a separate contract with COUNTY, and other obligations), and CONTRACTOR shall further bear the responsibility for maintaining the Progress Schedule and shall not be entitled to any extension of Contract Time or increase in the Contract Price. COUNTY shall be entitled to deduct any expenses so incurred from the Contract Price by Issuing a Change Order. IFB-602158-15/BJC — Term Contract for Fence Parts, Repairs and installation Services SECTION- 10 - MISCELLANEOUS Giving Notice. Whenever any provision of the Contract Documents requires the giving of written notice it shall be deemed to have been validly given as of the time of actual delivery if delivered1n person; or if It Is delivered by registered mail, at the actual time of delivery. Written notice to be delivered to COUNTY or PROJECT MANAGER or to any of its representatives by CONTRACTOR shall be delivered at the office stated in the Agreement, unless otherwise specified in writing to CONTRACTOR. Written notice to CONTRACTOR by COUNTY or PROJECT MANAGER shall be delivered to the individual or member of the firm or to an officer of the corporation for whom it is intended at the office stated in the Agreement, or such other office or individual designated by CONTRACTOR in writing to COUNTY. Claims for Injury or Damage to Person or Property. Should COUNTY or CONTRACTOR suffer Injury or damage to person or property because of any error, omission or act of the other party or of any of the other party's employees or agents or other's for whose acts the other party is legally liable, claim will be made in writing to the other party within a reasonable time from the first observance of such injury or damage. This provision shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose. No Conflict with Laws or Regulations. The duties, obligations, criteria or procedure imposed by these General Conditions and the rights and remedies made available are in addition to, and are not to be construed in any way as a limitation of any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, except that In the event that a specific part or detailed requirement of a provision, criterion or procedure in these General Conditions and a specific part or detailed requirement of a provision, criterion or procedure imposed or available by Laws or Regulations are in conflict the specific part or detailed requirement of Laws and Regulations shall govem. Ail other specific parts or detailed requirements In the provisions, criteria or procedures of the applicable Laws or Regulations and these General Conditions not in conflict shall remain in full force and effect and be read with the controlling specific part or detailed requirement. The provisions of this subsection will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. Each and every provision of law and clause required by law to be inserted in the Contract Documents shall be deemed to be inserted therein and the Contract shall be read and enforced as though it were included therein. Partial Invalidity. If any provision of this contract is held by a court of competent jurisdiction to be invalid or unenforceable, such Invalidity or unenforceability shall not affect the other parts of this Agreement if ,the rights and obligations of the parties contained herein are not materially prejudiced and if the intentions of the parties can continue to be effectuated. To that end, this Agreement is declared severable. IFB-602158-15/BJC — Term Contract for Fence Parts, Repairs and Installation Services SUBMrr ! TO: INVITATION • M S6MkKft An 1301 E. Sewnd Skeet Sanford,Florida _, Attn: CONTRACTS CD Bidder Acknowedgment i *ntmt Betw V • WFm CPM I iY=158-1 Pnoanmert St"rdw TERM CONTRACT FOR FENCE PANTS, 4W40-7112 - Phone REPAIRS AND INSTALLATION 407-665-7856 - Fax booly�inotersowntA-qw SERVICES Bid Due Date January 7, 2015 T,�w. 2:00 Pm (Eastern Standard Time) mon of Public Q=Ing• Purchasing & Conbwts DWIslon, Conference Rooth 13E01 E. Second Street, Sanford, FL 32771 •t•r :a: e • � t: • t• I If returning Sutmiliar, state rww (it so, m1mm MY P-890): G 1 4 I ype of Er*ty (Circle one): Caqxmithn The undersigned Bkkler hereby Incorporated In the State of Fw" Numbsrs;�Wlth List Df Principla: David OHdvwc% Ray GH&4vrA '7h, & stove • AuffxwlzdB Signature (Manual) Date a • : �r c t: • u r•t c -i • • r• s • s s s a ► • •: I - • tom♦ r t • • c : • - •� ♦ 3' .•• h: ' 1: 0'r:' tf Y.I is t'♦ 1'•Y '12' HEM GALVANIZED — INSTALLED: -ic ncMn I IVINTL UWAJ CU BLACK OR GREEN AS REQUESTED INSTALLED: Estimated $ 17.50 _ With top rail, and three strands Item # Description Annual $ Unit Price $ Total Price 1,000 W. $ Qua ' $ 20,370.00 Without top rail, three strands of 12 No top rag, three strands security 11000 ff. $ 1625 $ seer barbed wire and fence 1 barbed wire and fence fabric 5.000 ff. $ 12.50 $ fabric installed 13 installed 19.01 $ 15.08 8 13,080-0 8,000 if. IS With top rag and three strands of 1 AW ff. $ 96,730.00 $ Without top fall (no barbed wine) 2 security/ barbed wire 17.98 $ 16.05 10 16,050.00 3 With top rail (no barbed wire) 51000 If. $ 15.31 $ 76,530:00 4 With no top rail (no barbed wire) 5,000 if. $ 14.33 $ 71,650.00 5 Corner posts 2 % In) with fittings 500 ea. $ 75.00 $ 37,500.00 -ic ncMn I IVINTL UWAJ CU BLACK OR GREEN AS REQUESTED INSTALLED: 1,000 if. $ 17.50 0 With top rail, and three strands 17 security barbed wire 1.0009. $ 13.50 $ security barbed wire 1,000 W. $ 2037 $ 20,370.00 Without top rail, three strands of 12 secxl* barbed wire and fence fabric 1,000 9. $ 1625 7 seer barbed wire and fence 1,000 ff. Installed 5.000 ff. $ 12.50 $ fabric installed 13 $ 19.01 $ 19,010.00 8 With top fall (no barbed wire) 8,000 if. IS Without talc rail (no barbed wire) 1935 $ 96,730.00 g Without top fall (no barbed wine) 61000 if. $ 17.98 $ B9,90D.00 10 Comer posts (2 % In) with fittings 100 ea. COrrleraft (2 % fn) with fittings 103.79$ 10,379.00 $ T.ZiO 00 s W HEIGHT AALVANIFn 11 9WTAI r On - 11 WIth top rail. and three strands 1,000 if. $ 17.50 $ 17,500.00 17 security barbed wire 1.0009. $ 13.50 $ 13.500.00 Wkhout top rail, three stands of 15.75 15,750.00 12 secxl* barbed wire and fence fabric 1,000 9. $ 1625 $ 81,250.00 19 Installed 5.000 ff. $ 12.50 $ 12,500;00 13 W1h top rail (no barbed wire) 6,000 ff. Is $ 12.60 $ 63,O 00 14 Without talc rail (no barbed wire) 5.000 W 11.610 SB,OOd 00 $ $ 16 COrrleraft (2 % fn) with fittings 100 ea. 72.50 $ T.ZiO 00 16' HEIGHT A ilkM l:nwrwn m A~ no i+_occu AQ ft=#%stccfront ruem-... 1t3 With top rail, and three strands security barbed wire 1.0{)0 !f. $ 17.50 $ 17,500.00 17 Without top tall, three strands of secullty barbed wire and 16noe fabdo 1.0009. IS $ Installed 15.75 15,750.00 18 With top rag (no barbas! wire) 6.000 If $ 1625 $ 81,250.00 19 Without top roti (no barbed wire) 5.000 ff. $ 14.70 $ 73,500.00 20 Comer posts (2 % In) with fittings 100 ea. $ 93.00 $ 9'3pp.00 COMPANY: Ail -Rite Fear services, lac. iFB4at158-15/BJC -Term C ntrad far Fence Parts. Repairs and Installetbri SenlCes 6' HEIGHT GALVANIZED - INSTALLED: d' VMw- tT V1NY . COATED, BLACK OR GREEN AS REQUESTED) -INSTALLED: 26 With top rall, and three strands - security barbed wire Estimated $ 13.68 $ 13,680.00 Item # Description Annual $ Unit Price $ Total Prig 28 Wfth top raft (no barbed wire) Qua!Lan $ 12.40 $ 62,000.00 29 With top ral, and three strands 1 $ 10.74 $ 53,700.00 3D security barbad wire .0 $ 10.49 $ 10,490.00 6' HEIGHT WOOD FENCE: Without top rail, thr" strands of $ $ 31 ;;1;repfdrlreplawnent 22 security barbed wire and fence fabric 1,000 ff. 50.00 $ 25,000.00 32 W vmod boardslslats Installed $ 4.00 9.27 2,200.00 9,270M 23 With top na3 (no barbed wire) 51000 If. $ 9m $ 47,9cw.00 24 Without top 1011 (no barbed wire) 5,000 if. $ 8.34 $ 41,700.00 25 Comer posts (2'% In) with fittings 500 ea. $ 72.50 $ 36,250.00 d' VMw- tT V1NY . COATED, BLACK OR GREEN AS REQUESTED) -INSTALLED: 26 With top rall, and three strands - security barbed wire 11000 If. $ 13.68 $ 13,680.00 27 Without fop rail, three strands of security barbed wire and fang fabric Installed 1,000 C $ 12.03 $ 12,030.00 28 Wfth top raft (no barbed wire) 5,000 ff. $ 12.40 $ 62,000.00 29 Wfthoutt top rail (no barbad wtre) 6,000 F. $ 10.74 $ 53,700.00 3D Gamer posts (2 Y In) with finings 100 ea. $ 9250 $ 9,750.00 6' HEIGHT WOOD FENCE: 31 ;;1;repfdrlreplawnent 6' woad fence, l0' sections, rw new Installs only600 pa, 1560M 50.00 $ 25,000.00 32 W vmod boardslslats $ 4.00 $ 2,200.00 6' HEIGHT GALVANIZED INSTALLED: 33 With top rail Including posts 6,000 ff. 8.80 $ 44,000.00 34 Without top tall Ir�udIng posts Comer posts (2 % in) with ffttj W 31000 ff: 5W ea. fs 7.S8 62.19 $ 37 0035 31,095.00 5' HEIGHT IVIKYL COATED, BLACK OR. GREEN AS REQUESTED INSTALLED: 36 With top rail Including posts 51000 ff. 11.28 $ 56,400 v0 37 Without top full irwwft posts 6,Ot>0 If.$ 9 Fit 4B1100,00 38 Comer posts (2 % In) with fittings 500 ae- $ 7932 $ 39,660.00 f5' wood fan e, 10' suctions, no neve installs SM ea. (re ant only) 40A 20,000.00 s;.wood::s,, 550 ea. 3.00 IASOA0 IFS-602158-ISBM - Term Cantrad for Fame Parts, tjafrs and Ir altation Serr m 4' HEIGHT(RESIDENTIAL —11 % GAUGjj INSTALLED: 41 With top tall including posts 1 5,000 If $ 5.00 25,000.00 42 Without top rail including posts 5,404 tf. $ E30.00 0 $ 20,0CiR00 43 Comer posts (2 % In) with liftings 60088. $ $ 15,0MA0 EdInIOW Item # Description Annual Unit Price Total Pride gwank 4' vicod fence, 10 fid secdom $ $ 44 (nepafrkepiaceme t: only) no new 500 ea. Installs 30M 15,000.00 45 4' wood boardstsfats 650 ea. $ 200 $ 1,10000 GATES (REGULAR CHAIN! LINK) INCLUDING ALL HARDWARE NECESSARY FOR 1NATA1.1AT1nu- 48 10' wide x 6' high double wide 25 ea. $ 307.79 $ 7.6%.75 47 14' wide x 6' high double wide 25es. $ 370.59 $ 9X4.75 48 4' wide x 6' high vaalk gate 259a. $ 135.21 S 3.380.25 44 4' wide x S' high Walk gate 25 ea. $ 142.92 $ 3,MM 50 20' wide x 6' high double wide 26 ea. $ 57395 $ 14,rW.75 52 24wide x 1W high double wide 25 ea. $ 775.00 $ 19,375.00 53 24' wide x 12' high double wide 26 ea. $ 840.00 $ 21.000.00 GATES INCLUDING ALL HARDWARE NECESSARY FOR INSTALLATION: i%nuvi CBATFn su At%w AD rmacm wee own, rae-rcm 54 10' wide x 5' high double wide 26 eta. $ 394.47 $ 9,851.7S 55 14' wide x 6' high doge wide 25 ea. $ 482.01 $ 12.M 2S 56 4' wide x 5' high wak gate 25 ea. $ 166.10 4,15240 57 4' wide x 6' high wads gate 25 ea. 176.62 $ 4,420.50 56 2OWde x 5' high double wide 25+0- $ 662.80 $ 17,070.00 58 20' wide x 6' high double wide 26 ea. 719.55 17,986.75 60 24'wide x 10' high double wide 26 ea. $ 945.00 23,625AO 61 24'wide x 12' high double wide 25 ea. $ 1,046.00 26,150.00 COMPANY:. Alt -Rite FenceSavica%Ice. IFS-602158.1513tC - Term Cor*act for Fwme Parts, Repaim and Instaltatlon Semices ll - ifs r «111;1377 777T 62 12' high fence 1,000 ea« $ 131«18 $ 131,180-00 63 10' high fence 1,000 ea. $ 118-08 � 118AM00 64 6' high lance 1,000 ea. I11A2 $ 111AXW 65 5' high fence 1,000 68. $ 103.55 $ 103,554-00 66 4' high fence 1,000 e0, 50-00 $ 5$000-00 3" POSTS INSTALLED WITH STANDARD DoT HARDWARE: 72 12' high fence Eetirnated S 35.00 S 35,000.00 item # Desc6ption Annual $ Unit Prim g Total P doe 74 6' high fence Quantdy S 25.00 $ 25 00 67 12' high fence 1,000 ea. $ 85.00 $ 85.000.00 75 5' high fence 1,000 ea. 20.00 $ 20,OOU 00 68 10' high fence 1,000 88• $ 75.00 75,000.00 .69 6' high fence 1•000 ea. $ 72.00 $ 72,000.00 70. 5' high fence 1,000 ea. 67.10 $ 67,100.00 71 4' high fence 1,000 ea. $ 40.00 $ 40.000:00 72 12' high fence 1,000 ea. S 35.00 S 35,000.00 73 10' high fietue 1,000 Baa. $ 30.00 g 30,000.00 74 6' high fence 1,000 ea. S 25.00 $ 25 00 4' high fence 1.000 ea. $ 10.00 $ 10,000.00 75 5' high fence 1,000 ea. 20.00 $ 20,OOU 00 76 4' high fence 1,000 ea. $ 15.00 $ 15,M-00 • • i k7;1:4 • •_• 11 77 12' high fence 1,000 ea. 20,E $ 20,0O0,00 78 10' high fence 1,000 ea. $ 18.00 $ 18,000.00 79 6' high fence 1,000 t8. $ 15.00 $ 15,000.00 80 5' hah fence 1.00008. $ 12,00 $ i2,0OO 00 81 4' high fence 1.000 ea. $ 10.00 $ 10,000.00 COMPANY.- 1411 -Rite Pam Services, Im. h93 -W21 W1 SWC - Term Contract for Fence Parts, Repairs aril Installation Sen►I m MISCELLANEOUS: 82 Top tall kStskd 10,000 if. $ 2.00 20.000.00 83 Angle braos 10066. $ 3000 $ 31040.00 84 Removal of existing fence (including f►, $ 2.00 $ ' 0,000.44 Standard hourly rates Monday- Friday, 8 am — 5 pm (not to be used for removal or debris 1,500 tus. $ d 30.04 45,000.00 Mons andar+d hourly rates (trot to be used for removal or debris disposal) 500 hm$ 35.00 $ 17,504.00 I TOTAL ESTIMATED ANNUAL. BID 1$ 202,;4 1 COMPANY: ilii -Rite Fe= SeMcM I= t` ' IFS482t58-ISWC- Term Contract for Fence Parts, emirs and Installation Services i' I T,Zo- NTY4" ilillili' Milli ML =Oman= NMI ALLRITE-01 NIBLACKD CERTIFICATE OF LIABILITY INSURANCE"TEW°D'y"M LTR TYPE OF INSURANCE 315!2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: ff the certificate holder Is an ADDITIONAL INSURED, the policy(iss) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Insurance Office of America, Inc. 1855 West State Road 434 Longwood, FL 32750 HONEWr Pam Kimble PHS A� o (407 788.3000 A Ado ; 407) 788-7933 ADOREW: Pam.KimbkCNoausa.com INSURER AFFORDING COVERAGE MAIC p Ir SURERA:National Trust Insurance Company 20141 INSURED NHsuRER a: FCCI Insurance Com an 10178 wsuRERC:Brid efield Employers Insurance Company 110701 All Rite Fence Services, Inc. 5115 Old Winter Garden Rd. Orlando, FL 32811 INSURER D: INSURERE: USURER F • GENERAL AGGREGATE $ 2,000,00 a.vvcrtsavco ,..11=11c nrn.a, r- ,a,,,u,es,-,e. wi Ina,^11,1 &1116 ra. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE POLICY NUMBER POLICYWIF POL CY rvYYY LIMITS A X COMMERCIAL GENERAL LIABILITY cummsAvmE fX1 OCCUR X contractual liab as X GL 0017187 10/01/2014 10101/2015 EACH OCCURRENCE $ 1,000,00 PREMISES KftNTED g 100,00 A"yime ' $ 5100 X included in GL pol. PERSONAL & ADV INJURY $ 1,000,00 GEN•L AGGREGATE LIMIT APPLIES PER: POLICY TOOT LOCPRODUCTS-COMPFOPAGG, GENERAL AGGREGATE $ 2,000,00 $ 2,000,00 $ OTHER: B AUTOMOBILE LIABILITY X ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS fNED HIRED AUTOS AUTOS CA00280501 10/01/2014 1010112015 COMM a 1SINGLE M g 1,000,00 BODR_Y iN.IURY (Per person) $ BODILY INJURY(Per scddenq S PROP Ism) GE $ $ B X UMBRELLA UAB EXCESS LIAR X OCCUR ICtAJMS-MADE XM80019763 iU 10/01/2014 10/0112015 EACH OCCURRENCE $ 51000,00 AGGREGATE$ 5,000,000 DED I X I RETENTION$ 10,000 C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y I N ANY PROPRIETOR/PARTNEWEXECUTWE OFFIGERMIEMBER EXCLUDED? N❑ (Merm—yMNNI I descrWe under DESCRIPTION OF OPERATIONS big. N /A 30.36794 10101/2014 10/0112015 X STTARTUiE O __,._...._. EL EACH ACCIDENT $ 1,000, EL 04SEASE - EA EMPLOYE19 $ 1,000,00 EL DISEASE - POLICY umrr s 1,000,00 B B quipment Floater Leased/Rented Equip. M 0008381 M 0008361 10/0112014 10101/2014 1010112015 10/0112015 Leased/Rented Equip. 160, Deductible 1,00 DESCRIPTION OF OPERATIONS i LOCATIONS / VEHICLES (ACORD 101, Additional Rem ft Scheduls, may be attached U mote space is required) Seminole County Board of County Comm)ssloners IS additonal insured as respects to general liability per form CGLO8410113 as required by written contract Umbrella. policy is excess over GL, Auto and workers oompensation. NOC: 34daysldays notice of cancellation applies to the Seminole County for all policies. Seminole County, a politcal subdivision of the State of Seminole County Services Building 1101 E. First Street SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. v Ivor AL:t7KU C:OKPORATION. All rights reserved. ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD GL0027187 COMMERCIAL GENERAL LIABILITY CGL 084 (10 13) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -- AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU -- ONGOING OPERATIONS AND PRODUCTS -COMPLETED OPERATIONS This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM or contract or agreement per Locations of Covered Op . ations (As per the written contract or agreement, provided the location is within the "coverage territory",) (Information required to complete this Schedule, if not shown above, will be shown in the -Declarations.) A. Section h —Who Is An Insured Is amended to include as an additional insured. 1. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing In a contract or agreement in effect during the term of this policy that such person or organization be added as an additional insured on your policy; and 2. Any other person or organization you are required to add as an additional Insured under the contract or agreement described In Paragraph 1. above; and 3. The particular person or organization, if any, scheduled above. Such person(s) or organization(s) Is an additional Insured only with respect to liability for "bodily injury". "property damage" or "personal and advertising injury" occurring after the execution of the contract or agreement described In Paragraph 1, above and caused, in whole or In part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf in the performance of your ongoing operations for the additional Insured; or 3. Your work" performed for the additional Insured and included in the "products -completed operations hazard" If such coverage is specifically required in the written contract or agreement. CGL 084 (10 13) Includes copyrighted material of the Insurance Services Offices, Inc, with its permission. Page 1 of 3 Copyright 2013 FOCI Insurance Group. GLOO17187 COMMERCIAL GENERAL LIABILITY COL 084 (10 13) However, the insurance afforded to such additional Insured(s) described above: 1. Only applies to the extent permitted by law; 2. Will not be broader than that which you are required by the contract or agreement to provide for such additional Insured; 3. Will not be broader than that which Is afforded to you under this policy; and 4. Nothing herein shall extend the term of this policy. B. The Insurance provided to the additional Insured does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: 1. The preparing, approving, or fading to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 2. Supervisory, inspection, architectural or engineering activities. C. This insurance is excess over any other valid and collectible Insurance available to the additional insured whether on a primary, excess, contingent or any other basis; unless the written contract or agreement requires that this Insurance be primary and non-contributory, in which case this insurance will be primary and non-contributory relative to insurance on which the additional Insured is a Named Insured. D. With respect to the Insurance afforded to these additional insureds, the following is added to Section 911— Limits of insurance: The most we will pay on behalf of the additional Insured Is the amount of Insurance: 1. Required by the contractor agreement described in Paragraph A.1.; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. E. Section IV — Commercial General Liability Conditions is amended as follows: The Duties in The Event of Occurrence, Offense, Claim or Suit condition is amended to add the following additional conditions applicable to the additional Insured; An additional insured under this endorsement must as soon as practicable: 1. Give us written notice of an "occurrence" or an offense which may result in a claim or "suis under this insurance, and of any claim or "suit" that does result 2. Send us copies of all legal papers received in connection with the claim or "suit", cooperate with us in the Investigation or settlement of the claim or defense against the "suit", and otherwise comply with all policy conditions; and 3. Tender the defense and indemnity of any claim or "suit" to any provider of other insurance which would cover the additional insured for a loss we cover under this endorsement and agree to make available all such other Insurance. However, this condition does not affect Paragraph C. above. CGL 084 (10 13) includes copyrighted material of the Insurance Services Offices, inc. with its permission. Page 2 of 3 Copyright 2,013 FCC( Insurance Group. GL0017187 COMMERCIAL GENERAL LIABILITY CGL 084 (10 13) We he" no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or "suit". F. This endorsement does not apply to any additional insured or project that Is specifically Identified In any other additional Insured endorsement attached to the Commercial General Usbllity Coverage Form. COL 084 (10 13) Includes copyrighted material of the Insurance Services Offices, Mc, YAth Its permission. Page 3 of 3 Copyright 2013 FCCI Insurance Group.