CONTRACT# COO/200194
1
AGREEMENT FOR FENCING INSTALLATION SERVICES - CITYWIDE
THIS AGREEMENT FOR FENCING INSTALLATION SERVICES - CITYWIDE (“Agreement”) is
entered into by and between the CITY OF OCALA, a Florida municipal corporation (“City”), and
CHARLES WHITE FENCE, INC., a for-profit corporation duly organized and authorized to do
business in the State of Florida (EIN: 20-8367837) (“Contractor”).
R E C I T A L S :
WHEREAS, on April 9, 2020, City issued an Invitation to Bid (“ITB”) for the provision
of fencing installation services at various locations citywide, ITB No.: COO/200194 (the
“Solicitation”); and
WHEREAS, a single firm, Charles White Fence, Inc., responded to the Solicitation and, after
consideration of price and other evaluation factors set forth in the Solicitation, Charles White Fence,
Inc., was selected to provide fencing installation services at various locations citywide (the “Project”);
and
NOW THEREFORE, in consideration of the foregoing recitals, the following mutual covenants
and conditions, and other good and valuable consideration, City and Contractor agree as follows:
T E R M S O F A G R E E M E N T :
1. RECITALS. City and Contractor hereby represent, warrant, and agree that the Recitals set forth
above are true and correct and are incorporated herein by reference.
2. CONTRACT DOCUMENTS. The Contract Documents which comprise the entire understanding
between City and Contractor shall only include: (a) this Agreement; (b) those documents listed
in this section as Exhibits to this Agreement; and (c) the City’s Solicitation for the Project and
the quotation submitted by Contractor in response to same (the “Solicitation Documents”). Each
of these documents are incorporated herein by reference for all purposes.
If there is a conflict between the terms of this Agreement and the Contract Documents, then
the terms of this Agreement shall control, amend, and supersede any conflicting terms contained
in the remaining Contract Documents.
A. Exhibits to Agreement: The Exhibits to this Agreement are as follows:
Exhibit A: Scope of Work (A-1 through A-6)
Exhibit B: Price Proposal (B-1 through B-4)
If there is a conflict between the individual Exhibits regarding the scope of work to be
performed, then any identified inconsistency shall be resolved by giving precedence in the
following order: (1) Exhibit A, then (2) Exhibit B.
Doc ID: 1fa9658cead9ff19609c1a14e20ccb83d8ff7593
CONTRACT# COO/200194
2
3. SCOPE OF SERVICES. Contractor shall be responsible for providing all materials, labor,
supervision, tools, accessories, equipment, and all other things necessary for Contractor to
perform its obligations under this Agreement and as set forth in the attached Exhibit A Scope
of Work. The Scope of Services under this Agreement may only be adjusted by written
amendment executed by both parties.
4. COMPENSATION. The highest rate of compensation payable to Contractor by City under this
Agreement for the satisfactory performance of services in compliance with Exhibit A – Scope of
Work and the Contract Documents shall be as noted in Exhibit B – Price Proposal.
A. Project Assignment and Contractor Quotations. Project assignments shall be provided to
Contractor for review as projects are defined and prioritized by City. Contractor shall provide
a detailed written quote for review by the City Project Manager within three (3) business
days of receipt of City’s project assignment. Contractor’s quote shall include: (1) the project
location name and address; (2) an itemized not-to-exceed price setting forth items and
quantities used per specifications; (3) a clear sketch or drawing setting forth the work being
quoted to include the distance and direction or swing of any gates (as applicable). Work
shall not commence by Contractor prior to receiving written approval and notice to proceed
from the City Project Manager.
B. Invoice Submission. All invoices submitted by Contractor shall include the City Contract
Number, an assigned Invoice Number, and an Invoice Date. Contractor shall submit the
original invoice through the responsible City Project Manager (“Project Manager”) at: City
of Ocala Procurement Department, Attn: John Long, 110 SE Watula Avenue, Third Floor,
Ocala, Florida 34471,
E-mail: jlong@ocalafl.org.
C. Payment of Invoices by City. The City Project Manager must review and approve all invoices
prior to payment. City Project Manager’s approval shall not be unreasonably withheld,
conditioned, or delayed.
D. Withholding of Payment. City reserves the right to withhold, in whole or in part, payment
for any and all work that: (i) has not been completed by Contractor; (ii) is inadequate or
defective and has not been remedied or resolved in a manner satisfactory to the City Project
Manager; or (iii) which fails to comply with any term, condition, or other requirement under
this Agreement. Any payment withheld shall be released and remitted to Contractor within
THIRTY (30) calendar days of the Contractor’s remedy or resolution of the inadequacy or
defect.
E. Excess Funds. If due to mistake or any other reason Contractor receives payment under
this Agreement in excess of what is provided for by the Agreement, Contractor shall promptly
notify City upon discovery of the receipt of the overpayment. Any overpayment shall be
Doc ID: 1fa9658cead9ff19609c1a14e20ccb83d8ff7593
CONTRACT# COO/200194
3
refunded to City within THIRTY (30) days of Contractor’s receipt of the overpayment or
must also include interest calculated from the date of the overpayment at the interest rate
for judgment at the highest rate allowed by law.
F. Tax Exemption. City is exempt from all federal excise and state sales taxes (State of Florida
Consumer’s Certification of Exemption 85-8012621655C-9). The City’s Employer Identification
Number is 59-60000392. Contractor shall not be exempted from paying sales tax to its
suppliers for materials to fulfill contractual obligations with the City, nor will Contractor be
authorized to use City’s Tax Exemption Number for securing materials listed herein.
5. TIME FOR PERFORMANCE. Time is of the essence with respect to the performance of all duties,
obligations, and responsibilities set forth in this Agreement and the Contract Documents.
A. Effective Date and Term. This Agreement shall become effective and commence on JULY
1, 2020 and continue for a term of TWO (2) years, through and including JUNE 30, 2022.
This Agreement may be renewed for TWO (2) additional, ONE-YEAR (1-YEAR) periods by
written consent between City and Contractor
B. Contractor shall commence work no later than FIVE (5) working days from the date of
issuance of a Notice to Proceed for the Project by the City. At no time will Contractor be
allowed to lag behind.
C. All work on each individual project shall be substantially completed by Contractor in a
manner satisfactory to the Project Manager within the time frame indicated and ready
for final payment by the date given on the Notice to Proceed.
D. The time for performance for each individual project assigned under this Agreement may
only be adjusted by Change Order, in the sole and absolute discretion of City. Any request
for an extension of the Time for Performance must be promptly submitted in a writing
delivered to the City Project Manager, along with all supporting data. All requests for
adjustment to the Contract Time shall be determined by the City.
E. As to any delay, inefficiency, or interference in this performance of this Agreement caused
by any act or failure to act by City, Contractor’s sole remedy shall be the entitlement of an
extension of time to complete the performance of the affected work in accordance with the
Contract Documents. Contractor agrees to make no claim for extra or additional costs
attributable to said delays, inefficiencies or interference, except as provided in this
Agreement.
F. None of the provisions of this section shall exclude City’s right of recovery for damages
caused by delays or inefficiencies caused by any act or failure to act by Contractor, to include
costs incurred by City for the procurement of additional professional services.
Doc ID: 1fa9658cead9ff19609c1a14e20ccb83d8ff7593
CONTRACT# COO/200194
4
6. DELAYS AND DAMAGES. The Contractor agrees to make no claim for extra or additional costs
attributable to any delays, inefficiencies, or interference in the performance of this contract
occasioned by any act or omission to act by the City except as provided in the Agreement. The
Contractor also agrees that any such delay, inefficiency, or interference shall be compensated
for solely by an extension of time to complete the performance of the work in accordance with
the provision in the standard specification.
4. FORCE MAJEURE. Neither party shall be liable for delay, damage, or failure in the performance
of any obligation under this Agreement if such delay, damage, or failure is due to causes beyond
its reasonable control, including without limitation: fire, flood, strikes and labor disputes, acts of
war, acts of nature, terrorism, civil unrest, pandemics, acts or delays in acting of the government
of the United States or the several states, judicial orders, decrees or restrictions, or any other
like reason which is beyond the control of the respective party (“Force Majeure”). The party
affected by any event of force majeure shall use reasonable efforts to remedy, remove, or
mitigate such event and the effects thereof with all reasonable dispatch.
The party affected by force majeure shall provide the other party with full particulars thereof
including, but not limited to, the nature, details, and expected duration thereof, as soon as it
becomes aware.
When force majeure circumstances arise, the parties shall negotiate in good faith any
modifications of the terms of this Agreement that may be necessary or appropriate in order to
arrive at an equitable solution. Contractor performance shall be extended for a number of days
equal to the duration of the force majeure. Contractor shall be entitled to an extension of time
only and, in no event, shall Contractor be entitled to any increased costs, additional
compensation, or damages of any type resulting from such force majeure delays.
7. INSPECTION AND ACCEPTANCE OF THE WORK. Contractor shall report its progress to the
City Project Manager as set forth herein. All services, work, and materials provided by Contractor
under this Agreement shall be provided to the satisfaction and approval of the Project Manager.
A. The Project Manager shall decide all questions regarding the quality, acceptability, and/or
fitness of materials furnished, or workmanship performed, the rate of progress of the work,
the interpretation of the plans and specifications, and the acceptable fulfillment of the
Agreement, in his or her sole discretion, based upon both the requirements set forth by City
and the information provided by Contractor in its Proposal. The authority vested in the
Project Manager pursuant to this paragraph shall be confined to the direction or specification
of what is to be performed under this Agreement and shall not extend to the actual execution
of the work.
Doc ID: 1fa9658cead9ff19609c1a14e20ccb83d8ff7593
CONTRACT# COO/200194
5
B. Neither the Project Manager’s review of Contractor’s work nor recommendations made by
Project Manager pursuant to this Agreement will impose on Project Manager any
responsibility to supervise, direct, or control Contractor’s work in progress or for the means,
methods, techniques, sequences, or procedures of construction or safety precautions or
programs incident Contractor’s furnishing and performing the work.
8. TERMINATION AND DEFAULT. Either party, upon determination that the other party has failed
or refused to perform or is otherwise in breach of any obligation or provision under this
Agreement or the Contract Document, may give written notice of default to the defaulting party
in the manner specified for the giving of notices herein. Termination of this Agreement by either
party for any reason shall have no effect upon the rights or duties accruing to the parties prior
to termination.
A. Termination by City for Cause. City shall have the right to terminate this Agreement
immediately, in whole or in part, upon the failure of Contractor to carry out any obligation,
term, or condition of this Agreement. City’s election to terminate the Agreement for default
shall be communicated by providing Contractor written notice of termination in the manner
specified for the giving of notices herein. Any notice of termination given to Contractor by
City shall be effective immediately, unless otherwise provided therein, upon the occurrence
of any one or more of the following events:
(1) Contractor fails to timely and properly perform any of the services set forth in the
specifications of the Agreement;
(2) Contractor provides material that does not meet the specifications of the Agreement;
(3) Contractor fails to complete the work required within the time stipulated in the
Agreement; or
(4) Contractor fails to make progress in the performance of the Agreement and/or gives City
reason to believe that Contractor cannot or will not perform to the requirements of the
Agreement.
B. Contractor’s Opportunity to Cure Default. City may, in its sole discretion, provide
Contractor with an opportunity to cure the violations set forth in City’s notice of default to
Contractor. Contractor shall commence to cure the violations immediately and shall
diligently and continuously prosecute such cure to completion within a reasonable time as
determined by City. If the violations are not corrected within the time determined to be
reasonable by City or to the reasonable satisfaction of City, City may, without further notice,
declare Contractor to be in breach of this Agreement and pursue all remedies available at
law or equity, to include termination of this Agreement without further notice.
Doc ID: 1fa9658cead9ff19609c1a14e20ccb83d8ff7593
CONTRACT# COO/200194
6
C. City’s Remedies Upon Contractor Default. In the event that Contractor fails to cure any
default under this Agreement within the time period specified in this section, City may pursue
any remedies available at law or equity, including, without limitation, the following:
(1) City shall be entitled to terminate this Agreement without further notice;
(2) City shall be entitled to hire another Contractor to complete the required work in
accordance with the needs of City;
(3) City shall be entitled to recover from Contractor all damages, costs, and attorney’s fees
arising from Contractor’s default prior to termination, to include the cost of any repair,
maintenance, or replacement to City water and wastewater facilities; and
(4) City shall be entitled to recovery from Contractor any actual excess costs by: (i) deduction
from any unpaid balances owed to Contractor; or (ii) any other remedy as provided by
law.
D. Termination for Convenience. City reserves the right to terminate this Agreement in whole
or in part at any time for the convenience of City without penalty or recourse. The Project
Manager shall provide written notice of the termination. Upon receipt of the notice,
Contractor shall immediately discontinue all work as directed in the notice, notify all
subcontractors of the effective date of the termination, and minimize all further costs to City
including, but not limited to, the placing of any and all orders for materials, facilities, or
supplies, in connection with its performance under this Agreement. Contractor shall be
entitled to receive compensation solely for: (1) the actual cost of the work completed in
conformity with this Agreement; and/or (2) such other costs incurred by Contractor as
permitted under this Agreement and approved by City.
9. WARRANTY. Contractor warrants that all labor, materials, and equipment furnished under the
agreement are new, of the type and quality required for the Project, and installed in a good and
workmanlike manner in accordance with the Contract Documents. Contractor shall guarantee
that the work shall be free from any defects in workmanship for a period of not less than ONE
(1) YEAR from the date of completion. Contractor shall guarantee that the materials provided
shall be free from any defects for the longer of: (i) ONE (1) YEAR from the date of installation;
or (ii) the period of warranty provided by any supplier or manufacturer. If defects occur which
are due to faulty material or services, the Contractor, at his expense, shall repair or adjust
the condition or replace the material to the satisfaction of the City of Ocala.
Any and all
written manufacturers’ warranties for materials supplied must be provided to the City’s Project
Manager before final payment will be authorized.
Doc ID: 1fa9658cead9ff19609c1a14e20ccb83d8ff7593
CONTRACT# COO/200194
7
10. PERFORMANCE EVALUATION. At the end of the contract, City may evaluate Contractor’s
performance. Any such evaluation will become public record.
11. NOTICE REGARDING FAILURE TO FULFILL AGREEMENT. Any Contractor who enters into an
Agreement with the City of Ocala and fails to complete the contract term, for any reason, shall
be subject to future bidding suspension for a period of one (1) year and bid debarment for a
period of up to three (3) years for serious contract failures.
12. CONTRACTOR REPRESENTATIONS. Contractor expressly represents that:
A. Contractor has read and is fully familiar with all the terms and conditions of this Agreement,
the Contract Documents, and other related data and acknowledges that they are sufficient
in scope and detail to indicate and convey understanding of all terms and conditions of the
work to be performed by Contractor under this Agreement.
B. Contractor has disclosed, in writing, all known conflicts, errors, inconsistencies, discrepancies,
or omissions discovered by Contractor in the Contract Documents, and that the City’s written
resolution of same is acceptable to Contractor.
C. Contractor is familiar with all local, state, and Federal laws, regulations, and ordinances which
may affect cost, progress, or its performance under this Agreement whatsoever.
D. Neither Contractor, its parent corporations, subsidiaries, members, shareholders, partners,
officers, directors or executives, nor any of its affiliates, Contractors, suppliers, subcontractors,
or consultants under this Agreement have been placed on the convicted vendor list following
a conviction of a public entity crime. Contractor understands that a “public entity crime” as
defined in section 287.133(1)(g), Florida Statutes, is “a violation of any state or federal law
by a person with respect to and directly related to the transaction of business with any
public entity or with an agency or political subdivision of any other state or with the United
States…” Contractor further understands that any person or affiliate who has been placed on
the convicted vendor list following a conviction for a public entity crime (1) may not submit
a bid, proposal, or reply on a contract: (a) to provide any goods or services to a public entity;
(b) for the construction or repair of a public building or public work; or (c) for leases of real
property to a public entity; (2) may not be awarded or perform work as a Contractor, supplier,
subcontractor, or consultant under a contract with any public entity; and (3) may not transact
business with any public entity in excess of the threshold amount provided in section
287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of
being placed on the convicted vendor list.
13. CONTRACTOR RESPONSIBILITIES. Except as otherwise specifically provided for in this
Agreement, the following provisions are the responsibility of the Contractor:
Doc ID: 1fa9658cead9ff19609c1a14e20ccb83d8ff7593
CONTRACT# COO/200194
8
A. Contractor shall competently and efficiently supervise, inspect, and direct all work to be
performed under this Agreement, devoting such attention thereto and applying such skills
and expertise as may be necessary to perform the work in accordance with the Contract
Documents.
B. Contractor shall be solely responsible for the means, methods, techniques, sequences,
procedures, and safety precautions or programs incident thereto.
C. Contractor shall be responsible to see that the finished work complies accurately with the
contract and the intent thereof.
D. Contractor shall comply with all local, state, and Federal laws, regulations, and ordinances
which may affect cost, progress, or its performance under this Agreement, and be responsible
for all costs associated with same.
E. Contractor shall continue its performance under this Agreement during the pendency of any
dispute or disagreement arising out of or relating to this Agreement, except as Contractor
and City may otherwise agree in writing.
14. NO EXCLUSIVITY. It is expressly understood and agreed by the parties that this is not an
exclusive agreement. Nothing in this Agreement shall be construed as creating any exclusive
arrangement with Contractor or as prohibit City from either acquiring similar, equal, or like
goods and/or services or from executing additional contracts with other entities or sources.
15. COMMERCIAL AUTO LIABILITY INSURANCE. Contractor shall procure and maintain, for the life
of this Agreement, commercial auto liability insurance covering all automobiles owned, non-
owned, hired, and scheduled by Contractor with a combined limit of not less than One Million
Dollars ($1,000,000) for bodily injury and property damage for each accident. Contractor shall
name City as an additional insured under the insurance policy.
16. RIGHT OF ACCESS AND OTHER WORK PERFORMED BY THIRD-PARTIES. City may perform
additional work related to the Project itself, or have additional work performed by utility service
companies, or let other direct contracts therefore which shall contain General Conditions similar
to these. Contractor shall afford the utility service companies and the other Contractors who are
parties to such direct contracts (or City, if City is performing the additional work with City’s
employees) reasonable opportunity for the introduction and storage of materials and equipment
and the execution of work and shall properly connect and coordinate his work with theirs.
A. If any part of Contractor's work depends for proper execution or results upon the work of
any such other Contractor or utility service company (or City), Contractor shall inspect and
promptly report to City in writing any latent or apparent defects or deficiencies in such work
that render it unsuitable for such proper execution and results. Contractor's failure to so
Doc ID: 1fa9658cead9ff19609c1a14e20ccb83d8ff7593
CONTRACT# COO/200194
9
report shall constitute an acceptance of the other work as fit and proper for integration with
Contractor’s work except for latent or non-apparent defects and deficiencies in the other
work.
B. Contractor shall do all cutting, fitting, and patching of work that may be required to make
the parts come together properly and integrate with such other work. Contractor shall not
endanger any work of others by cutting, excavating, or otherwise altering their work, and
will only cut or alter their work with the written consent of City.
17. STORAGE OF MATERIALS/EQUIPMENT. Contractor shall be fully responsible for receipt,
inspection, acceptance, handling, and storage of equipment and materials (whether furnished
by Contractor or City) to be utilized in the performance of or incorporated into the work.
18. COMMERCIAL AUTO LIABILITY INSURANCE. Contractor shall procure and maintain, for the life
of this Agreement, commercial auto liability insurance covering all automobiles owned, non-
owned, hired, and scheduled by Contractor with a combined limit of not less than One Million
Dollars ($1,000,000) for bodily injury and property damage for each accident. Contractor shall
name City as an additional insured under the insurance policy
19. COMMERCIAL GENERAL LIABILITY INSURANCE. Contractor shall procure and maintain, for the
life of this Agreement, commercial general liability insurance with minimum coverage limits not
less than:
A. One Million Dollars ($1,000,000) per occurrence and Two Million Dollars ($2,000,000)
aggregate limit for bodily injury, property damage, and personal and advertising injury; and
B. One Million Dollars ($1,000,000) per occurrence and Two Million Dollars ($2,000,000)
aggregate limit for products and completed operations.
C. Coverage for contractual liability is also required.
D. City, a political subdivision of the State of Florida, and its officials, employees, and volunteers
shall be covered as an additional insured with a CG 20 26 04 13 Additional Insured
Designated Person or Organization Endorsement or similar endorsement providing equal or
broader Additional Insured Coverage regarding liability arising out of activities performed
by or on behalf of Contractor. The coverage shall contain no special limitation on the scope
of protection afforded to City, its officials, employees, or volunteers.
20. WORKERS’ COMPENSATION AND EMPLOYER’S LIABILITY. Contractor shall procure and
maintain, for the life of this Agreement, Workers’ Compensation insurance and employer’s
liability insurance in amounts required by applicable statutes. Contractor shall ensure any and
all subcontractors have coverage as required by applicable statutes. Contractor is not required
to name City as an additional insured under the policies, but a subrogation waiver endorsement
Doc ID: 1fa9658cead9ff19609c1a14e20ccb83d8ff7593
CONTRACT# COO/200194
10
is required. Exceptions and exemptions may be allowed by City’s HR/Risk Director, so long as
they are in accordance with Florida Statute.
21. MISCELLANEOUS INSURANCE PROVISIONS.
A. Insurance Requirements. These insurance requirements shall not relieve or limit the liability
of Contractor. City does not in any way represent that these types or amounts of insurance
are sufficient or adequate to protect Contractor’s interests or liabilities, but are merely
minimums. No insurance is provided by the City under this contract to cover Contractor. No
work shall be commenced under this contract until the required Certificate(s) of
Insurance have been provided. Work shall not continue after expiration (or cancellation) of
the Certificates of Insurance and shall not resume until new Certificate(s) of Insurance have
been provided. Insurance written on a “Claims Made” form is not acceptable without
consultation with City of Ocala Risk Management.
B. Deductibles. Contractor’s deductibles/self-insured retentions shall be disclosed to the City
and may be disapproved by City. Contractor is responsible for the amount of any deductible
or self-insured retention.
C. Certificates of Insurance. Contractor shall provide a Certificate of insurance, issued by an
agency authorized to do business in the State of Florida and with an A.M. Best rating* of at
least an A, showing the “City of Ocala” as an Additional Insured. Shown on the certificate
at the certificate holder should be: City of Ocala, Contracting Department, Third Floor,
110 SE Watula Avenue, Ocala, FL 34471. Renewal certificates must also be forwarded to
the Contracting Department prior to the policy expiration. TEN (10) days written notice
must be provided to the City in the event of cancellation.
*Non-rated insurers must be pre-approved by the City Risk Manager.
D. Failure to Maintain Coverage. In the event Contractor fails to disclose each applicable
deductible/self-insured retention or obtain or maintain in full force and effect any insurance
coverage required to be obtained by Contractor under this Agreement, Contractor shall be
considered to be in default of this Agreement.
E. Severability of Interests. Contractor shall arrange for its liability insurance to include General
Liability, Business Automobile Liability, and Excess/Umbrella Insurance, or to be endorsed to
include a severability of interests/cross liability provision so that the “City of Ocala” (where
named as an additional insured) will be treated as if a separate policy were in existence, but
without increasing the policy limits.
22. SAFETY/ENVIRONMENTAL. Contractor shall be responsible for initiating, maintaining, and
supervising all safety precautions and programs in connection with the work. Contractor shall
Doc ID: 1fa9658cead9ff19609c1a14e20ccb83d8ff7593
CONTRACT# COO/200194
11
take all necessary precautions for the safety of, and shall provide the necessary protection to
prevent damage, injury, or loss to:
A. All employees on the work and other persons that may be affected thereby;
B. All work, materials and equipment to be incorporated therein, whether in storage on or off
the site; and
C. Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, and utilities.
All, injury, or loss to any property caused, directly or indirectly, in whole or in part, by Contractor,
any subcontractor, 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. Contractor's duties and
responsibilities for the safety and protection of the work shall continue until such time as the
work is completed and accepted by City.
23. TRAFFIC CONTROL AND BARRICADES. Contractor shall mitigate impact on local traffic
conditions to all extents possible. Contractor is responsible for establishing and maintaining
appropriate traffic control and barricades. Contractor shall provide sufficient signing, flagging
and barricading to ensure the safety of vehicular and pedestrian traffic at all locations where
work is being done under this Agreement.
A. In addition to the requirements set forth in bid, Contractor shall maintain at all times a good
and sufficient fence, railing or barrier around all exposed portions of said work in such a
manner as to warn vehicular and pedestrian traffic of hazardous conditions.
B. Should Contractor fail to properly barricade his work or stored material sites in the manner
outlined above, the City may have the necessary barricading done, and all cost incurred for
said barricading shall be charged to Contractor.
24. WORK SITE AND CLEANUP. Daily, during the progress of the work, Contractor shall keep the
premises free from accumulations of waste materials, rubbish, and all other debris resulting from
the work. At the completion of the work, Contractor shall remove all waste materials, rubbish,
and debris from and about the premises, as well as all tools, appliances, construction equipment
and machinery, and surplus materials, and shall leave the site clean and ready for occupancy by
City. Contractor shall provide an inventory listing of all surplus materials in an area designated
by City. Contractor shall restore to their original condition those portions of the site not
designated or alteration by the Contract.
25. NON-DISCRIMINATORY EMPLOYMENT PRACTICES. During the performance of the contract,
the Contractor shall not discriminate against any employee or applicant for employment because
of race, color, religion, ancestry, national origin, sex, pregnancy, age, disability, sexual orientation,
Doc ID: 1fa9658cead9ff19609c1a14e20ccb83d8ff7593
CONTRACT# COO/200194
12
gender identity, marital or domestic partner status, familial status, or veteran status and shall
take affirmative action to ensure that an employee or applicant is afforded equal employment
opportunities without discrimination. Such action shall be taken with reference to, but not limited
to: recruitment, employment, termination, rates of pay or other forms of compensation and
selection for training or retraining, including apprenticeship and on-the-job training.
26. SUBCONTRACTORS. Nothing in this Agreement shall be construed to create, impose, or give
rise to any duty owed by City or its representatives to any subcontractor of Contractor or any
other persons or organizations having a direct contract with Contractor, nor shall it create any
obligation on the part of City or its representatives to pay or seek payment of any monies to
any subcontractor of Contractor or any other persons or organizations having a direct contract
with Contractor, except as may otherwise be required by law. City shall not be responsible for
the acts or omissions of any vendor, subcontractor, or of any of their agents or employees. nor
shall it create any obligation on the part of City or its representatives to pay or to seek the
payment of any monies to any subcontractor or other person or organization, except as may
otherwise be required by law.
27. EMERGENCIES. In an emergency affecting the welfare and safety of life or property, Contractor,
without special instruction or authorization from the City Project Manager, is hereby permitted,
authorized and directed to act at its own discretion to prevent threatened loss or injury. Except
in the case of an emergency requiring immediate remedial work, any work performed after
regular working hours, on Saturdays, Sundays or legal holidays, shall be performed without
additional expense to the City unless such work has been specifically requested and approved
by the City Project Manager. Contractor shall be required to provide to the City Project Manager
with the names, addresses and telephone numbers of those representatives who can be
contacted at any time in case of emergency. Contractor’s emergency representatives must be
fully authorized and equipped to correct unsafe or excessively inconvenient conditions on short
notice by City or public inspectors.
28. INDEPENDENT CONTRACTOR STATUS. Contractor acknowledges and agrees that under this
Agreement, Contractor and any agent or employee of Contractor shall be deemed at all times
to be an independent contractor and shall be wholly responsible for the manner in which it
performs the services and work required under this Agreement. Neither Contractor nor its
agents or employees shall represent or hold themselves out to be employees of City at any
time. Neither Contractor nor its agents or employees shall have employee status with City.
Nothing in this Agreement shall constitute or be construed to create any intent on the part of
either party to create an agency relationship, partnership, employer-employee relationship, joint
venture relationship, or any other relationship which would allow City to exercise control or
Doc ID: 1fa9658cead9ff19609c1a14e20ccb83d8ff7593
CONTRACT# COO/200194
13
discretion over the manner or methods employed by Contractor in its performance of its
obligations under this Agreement.
29. ACCESS TO FACILITIES. City shall provide Contractor with access to all City facilities as is
reasonably necessary for Contractor to perform its obligations under this Agreement.
30. ASSIGNMENT. Neither party may assign its rights or obligations under this Agreement to any
third party without the prior express approval of the other party, which shall not be unreasonably
withheld.
31. RIGHT OF CITY TO TAKE OVER CONTRACT. Should the work to be performed by Contractor
under this Agreement be abandoned, or should Contractor become insolvent, or if Contractor
shall assign or sublet the work to be performed hereunder without the written consent of City,
the City Project Manager shall have the power and right to hire and acquire additional men and
equipment, supply additional material, and perform such work as deemed necessary for the
completion of this Agreement. Under these circumstances, all expenses and costs actually
incurred by City to accomplish such completion shall be credited to City along with amounts
attributable to any other elements of damage and certified by the Project Manager. The Project
Manager’s certification as to the amount of such liability shall be final and conclusive.
32. PUBLIC RECORDS. Contractor shall comply with all applicable provisions of the Florida Public
Records Act, Chapter 119, Florida Statutes. Specifically, Contractor shall:
A. Keep and maintain public records required by the public agency to perform the service.
B. Upon request from the public agency’s custodian of public records, provide the public
agency with a copy of the requested records or allow the records to be inspected or copied
within a reasonable time at a cost that does not exceed the cost provided in Chapter 119,
Florida Statutes, or as otherwise provided by law.
C. Ensure that public records that are exempt or confidential and exempt from public records
disclosure requirements are not disclosed except as authorized by law for the duration of
the contract term and following completion of the contract if Contractor does not transfer
the records to the public agency.
D. Upon completion of the contract, transfer, at no cost, to the public agency all public records
in possession of Contractor or keep and maintain public records required by the public
agency to perform the service. If Contractor transfers all public records to the public agency
upon completion of the contract, Contractor shall destroy any duplicate public records that
are exempt or confidential and exempt from public records disclosure requirements. If
Contractor keeps and maintains public records upon completion of the contract, Contractor
shall meet all applicable requirements for retaining public records. All records stored
Doc ID: 1fa9658cead9ff19609c1a14e20ccb83d8ff7593
CONTRACT# COO/200194
14
electronically must be provided to the public agency, upon request from the public agency’s
custodian of public records, in a format that is compatible with the information technology
systems of the public agency.
IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF
CHAPTER 119, FLORIDA STATUTES, TO CONTRACTOR’S DUTY TO
PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT
THE CUSTODIAN OF PUBLIC RECORDS AT: CITY OF OCALA, OFFICE OF
THE CITY CLERK; 352-629-8266; E-mail: clerk@ocalafl.org
; City Hall, 110
SE Watula Avenue, Ocala, FL 34471.
33. AUDIT. Contractor shall comply and cooperate immediately with any inspections, reviews,
investigations, or audits relating to this Agreement as deemed necessary by the Florida Office
of the Inspector General, the City’s Internal or External auditors or by any other Florida official
with proper authority.
34. PUBLICITY. Contractor shall not use City’s name, logo, seal or other likeness in any press release,
marketing materials, or other public announcement without City’s prior written approval.
35. E-VERIFY. In accordance with Executive Order 11-116, Contractor shall utilize the U.S. Agency
of Homeland Security’s E-Verify system, https://e-verify.uscis.gov/emp
, to verify the employment
eligibility of all employees hired during the term of this Agreement. Contractor shall also require
all subcontractors performing work under this Agreement to utilize the E-Verify system for any
employees they may hire during the term of this Agreement.
36. CONFLICT OF INTEREST. Contractor must have disclosed with the submission of their bid, the
name of any officer, director, or agent who may be employed by City. Contractor must disclose
the name of any City employee who owns, directly or indirectly, any interest in Contractor or
any affiliated business entity. Any additional conflicts of interest that may occur during the
contract term must be disclosed to the City of Ocala Procurement Department.
37. WAIVER. The failure or delay of any party at any time to require performance by another party
of any provision of this Agreement, even if known, shall not affect the right of such party to
require performance of that provision or to exercise any right, power or remedy hereunder. Any
waiver by any party of any breach of any provision of this Agreement should not be construed
as a waiver of any continuing or succeeding breach of such provision, a waiver of the provision
itself, or a waiver of any right, power or remedy under this Agreement. No notice to or demand
on any party in any circumstance shall, of itself, entitle such party to any other or further notice
or demand in similar or other circumstances.
Doc ID: 1fa9658cead9ff19609c1a14e20ccb83d8ff7593
CONTRACT# COO/200194
15
38. SEVERABILITY OF ILLEGAL PROVISIONS. Wherever possible, each provision of this Agreement
shall be interpreted in such a manner as to be effective and valid under the applicable law.
Should any portion of this Agreement be declared invalid for any reason, such declaration shall
have no effect upon the remaining portions of this Agreement.
39. INDEMNITY. Contractor shall indemnify City and its elected officials, employees and volunteers
against, and hold City and its elected officials, employees and volunteers harmless from, all
damages, claims, losses, costs, and expenses, including reasonable attorneys’ fees, which City or
its elected officials, employees or volunteers may sustain, or which may be asserted against City
or its elected officials, employees or volunteers, arising out of the activities contemplated by this
Agreement including, without limitation, harm or personal injury to third persons during the
term of this Agreement to the extent attributable to the actions of Contractor, its agents, and
employees.
40. NO WAIVER OF SOVEREIGN IMMUNITY. Nothing herein is intended to waive sovereign
immunity by the City to which sovereign immunity may be applicable, or of any rights or limits
of liability existing under Florida Statute § 768.28. This term shall survive the termination of all
performance or obligations under this Agreement and shall be fully binding until any proceeding
brought under this Agreement is barred by any applicable statute of limitations.
41. NOTICES. All notices, certifications or communications required by this Agreement shall be given
in writing and shall be deemed delivered when personally served, or when received if by facsimile
transmission with a confirming copy mailed by registered or certified mail, postage prepaid,
return receipt requested. Notices can be concurrently delivered by e-mail. All notices shall be
addressed to the respective parties as follows:
If to Contractor: Charles White Fence, Inc.
Attn: Charles White
6828 NE Jacksonville Road
Ocala, Florida 34479
Phone: (352) 369-9592
E-mail: cwhitefence@hotmail.com
Doc ID: 1fa9658cead9ff19609c1a14e20ccb83d8ff7593
CONTRACT# COO/200194
16
If to City of Ocala: Tiffany Kimball, Contracting Officer
110 SE Watula Avenue, 3rd Floor
Ocala, Florida 34471
Phone: 352-629-8366 Fax: 352-690-2025
E-mail: tkimball@ocalafl.org
Copy to: Patrick G. Gilligan, Esquire
Gilligan, Gooding, Franjola & Batsel, P.A.
1531 SE 36
th
Avenue
Ocala, Florida 34471
Phone: 352-867-7707 Fax: 352-867-0237
E-mail: pgilligan@ocalalaw.com
42. ATTORNEYS' FEES. If any civil action, arbitration or other legal proceeding is brought for the
enforcement of this Agreement, or because of an alleged dispute, breach, default or
misrepresentation in connection with any provision of this Agreement, the successful or
prevailing party shall be entitled to recover reasonable attorneys' fees, sales and use taxes, court
costs and all expenses reasonably incurred even if not taxable as court costs (including, without
limitation, all such fees, taxes, costs and expenses incident to arbitration, appellate, bankruptcy
and post-judgment proceedings), incurred in that civil action, arbitration or legal proceeding, in
addition to any other relief to which such party or parties may be entitled. Attorneys' fees shall
include, without limitation, paralegal fees, investigative fees, administrative costs, sales and use
taxes and all other charges reasonably billed by the attorney to the prevailing party.
43. JURY WAIVER.
IN ANY CIVIL ACTION, COUNTERCLAIM, OR PROCEEDING,
WHETHER AT LAW OR IN EQUITY, WHICH ARISES OUT OF, CONCERNS, OR
RELATES TO THIS AGREEMENT, ANY AND ALL TRANSACTIONS CONTEMPLATED
HEREUNDER, THE PERFORMANCE HEREOF, OR THE RELATIONSHIP CREATED
HEREBY, WHETHER SOUNDING IN CONTRACT, TORT, STRICT LIABILITY, OR
OTHERWISE, TRIAL SHALL BE TO A COURT OF COMPETENT JURISDICTION AND
NOT TO A JURY. EACH PARTY HEREBY IRREVOCABLY WAIVES ANY RIGHT IT MAY
HAVE TO A TRIAL BY JURY. NEITHER PARTY HAS MADE OR RELIED UPON ANY
ORAL REPRESENTATIONS TO OR BY ANY OTHER PARTY REGARDING THE
ENFORCEABILITY OF THIS PROVISION. EACH PARTY HAS READ AND
UNDERSTANDS THE EFFECT OF THIS JURY WAIVER PROVISION.
Doc ID: 1fa9658cead9ff19609c1a14e20ccb83d8ff7593
CONTRACT# COO/200194
17
44. GOVERNING LAW. This Agreement is and shall be deemed to be a contract entered and made
pursuant to the laws of the State of Florida and shall in all respects be governed, construed,
applied and enforced in accordance with the laws of the State of Florida.
45. JURISDICTION AND VENUE. The parties acknowledge that a majority of the negotiations,
anticipated performance and execution of this Agreement occurred or shall occur in Marion
County, Florida. Any civil action or legal proceeding arising out of or relating to this Agreement
shall be brought only in the courts of record of the State of Florida in Marion County or the
United States District Court, Middle District of Florida, Ocala Division. Each party consents to the
exclusive jurisdiction of such court in any such civil action or legal proceeding and waives any
objection to the laying of venue of any such civil action or legal proceeding in such court and/or
the right to bring an action or proceeding in any other court. Service of any court paper may
be effected on such party by mail, as provided in this Agreement, or in such other manner as
may be provided under applicable laws, rules of procedures or local rules.
46. REFERENCE TO PARTIES. Each reference herein to the parties shall be deemed to include their
successors, assigns, heirs, administrators, and legal representatives, all whom shall be bound by
the provisions hereof.
47. MUTUALITY OF NEGOTIATION. Contractor and City acknowledge that this Agreement is a
result of negotiations between Contractor and City, and the Agreement shall not be construed
in favor of, or against, either party because of that party having been more involved in the
drafting of the Agreement.
48. SECTION HEADINGS. The section headings herein are included for convenience only and shall
not be deemed to be a part of this Agreement.
49. RIGHTS OF THIRD PARTIES. Nothing in this Agreement, whether express or implied, is intended
to confer any rights or remedies under or because of this Agreement on any persons other than
the parties hereto and their respective legal representatives, successors and permitted assigns.
Nothing in this Agreement is intended to relieve or discharge the obligation or liability of any
third persons to any party to this Agreement, nor shall any provision give any third persons any
right of subrogation or action over or against any party to this Agreement.
50. AMENDMENT. No amendment to this Agreement shall be effective except those agreed to in
writing and signed by both parties to this Agreement.
51. COUNTERPARTS. This Agreement may be executed in counterparts, each of which shall be an
original and all of which shall constitute the same instrument.
52. ELECTRONIC SIGNATURE(S). Contractor, if and by offering an electronic signature in any form
whatsoever, will accept and agree to be bound by said electronic signature to all terms and
Doc ID: 1fa9658cead9ff19609c1a14e20ccb83d8ff7593
CONTRACT# COO/200194
18
conditions of this Agreement. Further, a duplicate or copy of the Agreement that contains a
duplicated or non-original signature will be treated the same as an original, signed copy of this
original Agreement for all purposes.
53. ENTIRE AGREEMENT. This Agreement, including exhibits, (if any) constitutes the entire
Agreement between the parties hereto with respect to the subject matter hereof. There are no
other representations, warranties, promises, agreements or understandings, oral, written or
implied, among the Parties, except to the extent reference is made thereto in this Agreement.
No course of prior dealings between the parties and no usage of trade shall be relevant or
admissible to supplement, explain, or vary any of the terms of this Agreement. No
representations, understandings, or agreements have been made or relied upon in the making
of this Agreement other than those specifically set forth herein.
54. LEGAL AUTHORITY. Each person signing this Agreement on behalf of either party individually
warrants that he or she has full legal power to execute this Agreement on behalf of the party
for whom he or she is signing, and to bind and obligate such party with respect to all provisions
contained in this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreement on _______________________.
ATTEST:
______________________________________
Angel B. Jacobs
City Clerk
Approved as to form and legality:
______________________________________
Robert W. Batsel, Jr.
Assistant City Attorney
CITY OF OCALA
________________________________________
Sandra Wilson
City Manager
CHARLES WHITE FENCE, INC.
__________________________________________
By: ______________________________________
(Printed Name)
Title: ____________________________________
(Vice President or higher)
07 / 01 / 2020
Charles White
Owner
Doc ID: 1fa9658cead9ff19609c1a14e20ccb83d8ff7593
Exhibit A – Scope of Work CONTRACT# COO/200194
A-1
Contractor will provide all materials, labor and equipment necessary to complete new fencing
installations as ordered. All work performed under this Contract will be on an asneeded
basis. Upon removal of existing fencing, the City reserves the option to retain fencing removed
by Contractor.
Prior to work beginning, the Contractor will be required to provide a written estimate of the
cost using the awarded line item prices. Upon completion of each individual project, the
Contractor will submit a detailed invoice to include all itemized materials, and work
performed to complete the project.
Working Hours
All work will be done between the hours of 7:00 a.m. and 5:00 P.M., Monday through Friday.
There will be no work on City observed holidays or weekends, without written permission.
Written Quotes
The Contractor shall submit a detailed written estimate of the proposed services with contract
line items clearly noted prior to any work being performed by the Contractor. Written quotes
shall be submitted within three (3) days of the initial request by the City. The Contractor shall
submit an itemized not-to-exceed price, giving a full description of the project for each project
covered by this Contract.
Written quotes shall list the location name and address. The project estimate shall list each
and every item per specifications, i.e., items and quantity, and all hardware items used. Each
quote shall be submitted with a clear sketch or drawing indicating work being quoted showing
distance, and direction and swing of any gates (if applicable).
Damage
The Contractor shall carry out work with care and methods to prevent damage to public or
private property adjacent to the work. Should any public or private property be damaged or
destroyed, the Contractor, at his expense, shall repair or make restoration as is practical and
acceptable to the City no later than ONE (1) MONTH from the date damage occurred.
Doc ID: 1fa9658cead9ff19609c1a14e20ccb83d8ff7593
Exhibit A – Scope of Work CONTRACT# COO/200194
A-2
Execution of Work
A. The Contractor shall be responsible for performing the work necessary to meet the City
standards in a safe, neat, and high-quality workmanlike manner using only accepted
methods in carrying out the work and complying with all Federal, State, and Local laws.
B. All furnishings and equipment shall be placed back in the original locations. All work areas
must be returned to original condition. The Contractor shall clean and remove from the
premises, all surplus and discarded materials, rubbish, and temporary structures, and shall
restore in an acceptable manner all property, both public and private, which has been
damaged during the work, and shall have the work site in a neat and presentable condition.
Note : Any and all debris shall be removed from the premises – new construction debris,
trash, etc., shall not be left or buried on site.
C. The City reserves the right to purchase any materials for the Contractor to use. The
Contractor shall not charge a mark-up fee for material furnished by the City.
D. Installation shall be in compliance with all requirements and instructions of applicable
manufacturer.
E. Installation shall be done in a neat workman-like manner. The fence shall follow the natural
contour of the ground (no gaps under fence) in a straight line from one point (corner) to
another unless otherwise noted on the drawing. Fence posts shall be plumb and the top
rails shall be attached in a manner that forms a smooth horizontal alignment.
F. The Contractor shall be responsible for the provision of adequate and proper safety
precautions for both the workmen and all persons in or around the work area.
G. All vehicles must have the company logo visible on the outside of the vehicle. All workers
must wear a company shirt or name badge with the company name.
Doc ID: 1fa9658cead9ff19609c1a14e20ccb83d8ff7593
Exhibit A – Scope of Work CONTRACT# COO/200194
A-3
Guarantee
Unless otherwise specified, the Contractor shall unconditionally guarantee the materials and
workmanship on all materials for a minimum of one (1) year or the manufacturer's warranty,
whichever is greater. If defects occur which are due to faulty material or services, the
Contractor, at his expense, shall repair or adjust the condition or replace the material to the
satisfaction of the City of Ocala.
Specifications
A. Material
1. All materials for chain-link fencing shall conform to the American Society for Testing
and Materials (ASTM) Standards. No advertising signage, impression, stamp, or mark
of any description will be permitted on the fence.
2. Black Polyvinyl chloride (PVC) coated steel chain link fence fabric shall conform to the
requirements of ASTM F 668.
3. The PVC coating shall be Class 2A, extruded and adhered.
4. The PVC color shall be as indicated and conform to ASTM F 934.
B. Post Footing
All sections – posts pricing should include concrete footings.
C. Gate Construction
1. Gate frames shall be welded at joints to provide a rigid watertight construction, with
welds ground smooth. Internal bracing shall be provided as required to eliminate
racking and make the frame rigid, consisting of 1-5/8” tubular steel pipe with 3/8”
adjustable truss rods. Welded areas shall have one (1) coat of zinc oxide pimer on
area.
2. Gate fabric shall always match the specified fence fabric. The fabric shall be tied to the
gate frame at intervals of no more than fifteen (15”) inches apart.
Doc ID: 1fa9658cead9ff19609c1a14e20ccb83d8ff7593
Exhibit A – Scope of Work CONTRACT# COO/200194
A-4
3. Gate hinges shall be “bulldog” type and shall be of adequate strength for the gate. No
sagging gates will be accepted.
D. Installation
Line Posts: Shall be spaced a maximum of 10'-0”.
E. Anchorage
1. All line post to be set in concrete foundations in the ground to a minimum depth of
eighteen (18”) inches for a four (4’) foot fence and twenty-four (24”) inches for a six
(6’) foot fence.
2. All corner, end or pull posts to be set in concrete foundations in the ground to a
minimum depth of thirty-six (36”) for a four (4’) and six (6’) foot fence. All foundations
shall extend approximately two (2”) above grade and will be crowned to shed water
away from posts. Diameter of the foundation shall be a minimum of (9”) inches, except
for gate posts on which the minimum diameter shall be three (3) times the outside
diameter of the gate post, and corner, end or pull posts on which the minimum
diameter shall be twelve (12”) inches.
3. The concrete used in the foundation furnished by a ready-mix with a minimum
strength of 2,500 P.S.I. In the event a pre-mixed foundation material is unavailable, the
use of a 1:2:4 mix of concrete with the stone no smaller than ¼” size may be used.
F. Top Rail
Shall be continuous for full length of fence and shall pass through openings in fittings for
that purpose on the line post tops. Each length shall be coupled with expansion sleeves
and means of rail ends and brace bands.
G. Gates
Gates frames measuring over 6’0 shall have crossed, diagonal truss rods installed in each
panel. Fence fabric shall be fastened in the frames or panels on all edges by use of suitable
Doc ID: 1fa9658cead9ff19609c1a14e20ccb83d8ff7593
Exhibit A – Scope of Work CONTRACT# COO/200194
A-5
tension band stretch bars. Latches shall be provided for all gates, and shall be of plunger
rod, forked latch type with provisions for padlocking.
H. Braces
1. Horizontal brace rails shall be provided on each terminal, corner and gate post midway
between top rail and ground; and should extend from these posts to the first adjacent
line post fastened with brace bands and/ or rail ends and brace bands. Diagonal brace
rods shall be trussed from the brace end on the line post back to the terminal, corner
or gate post and shall be provided with tightener or turnbuckle.
2.
Pull post shall be used at breaks in vertical grades fifteen (15) degrees or more, or at
approximately 330’ centers except maximum interval may be reduced on curves where
the degree of curve is greater than (3) degrees.
F. Fabric
1. Shall be fastened to line post with fabric bands at a maximum of twelve (12”) inch
intervals. Fabric shall be fastened to the top rail by single wrap of #9 gauge aluminum
wire. Fabric shall be fastened to the terminal, corner or gate posts by use of stretcher
bars tension bands which shall be fastened to the posts by bands spaced a maximum
of fifteen (15”) inches.
2. Chain link fabric shall be stretched tightly to eliminate sages and buckles, and shall be
placed with top salvage barbs projecting above top rail and with bottom salvage not
more than two (2”) inches above grade.
3. Completed fence installation shall be free standing and without buckles and kinks, set
accurately to line, and be true, plumb rigid.
G. Grounding
Wherever a power line passes over the fence a ground shall be installed directly below
the point of crossing. The ground rod shall consist of a copper or galvanized rod, with
connection of similar metal if required, or of other appropriate material, eight (8’) feet in
Doc ID: 1fa9658cead9ff19609c1a14e20ccb83d8ff7593
Exhibit A – Scope of Work CONTRACT# COO/200194
A-6
length and at least five-eight (5/8”) inch in diameter. The rod shall be driven vertically until
the top of the rod is approximately six (6”) inches below the ground surface. A No. #6
conductor shall be used to connect the rod and all fence elements. The conductor shall
be connected to each fence element and ground rod by means of electrical-type clamps
which will prevent corrosion.
Utility Locating
The Contractor is responsible for contacting the utility location service and verifying
completion of inspection prior to commencing work. Stipulations regarding entrance electrical
service and rights-of-way are to be referred to the Director of the corresponding City of Ocala
Department.
Lead Time
The maximum acceptable lead time on materials is two (2) weeks. The City shall issue a Notice
to Proceed (NTP) upon notification of receipt materials by Contractor.
Emergencies
Any emergency situations must be reported immediately to the Safety Manager, Ryan Phillips,
Mobile (352) 572-0414, and followed up with an email at [email protected]
.
If a natural disaster occurs, the City of Ocala will be first priority for any emergency repair that
may harm any person or property. The City Manager will determine what constitutes a disaster.
The Contractor must respond to a call for emergency work within two (2) hours.
Doc ID: 1fa9658cead9ff19609c1a14e20ccb83d8ff7593
1 4’ FENCE / 2” LINE POST / 1 5/8” TOP RAIL LF $9.00
2 6’ FENCE / 2” LINE POST / 1 5/8” TOP RAIL LF $12.50
3 6’ FENCE / 2” LINE POST / 7 GA. TOP & BOTTOM WIRE LF $9.00
4 6’ FENCE / 2” LINE POST / 1 5/8” TOP RAIL W/7GA. BOTTOM WIRE LF $13.00
5 8’ FENCE / 2” LINE POST / 1 5/8” TOP RAIL LF $13.25
6 8’ FENCE / 2” LINE POST/ 1 5/8” TOP RAIL W/7 GA. BOTTOM WIRE LF $13.75
7 8’ FENCE / 2” LINE POST / 7 GA.TOP & BOTTOM TENSION WIRE LF $12.75
8 10’ FENCE / 2” LINE POST, 1 5/8” TOP RAIL LF $17.00
9 10’ FENCE / 2” TOP, MID. & BOTTOM RAIL LF $19.00
10
10’ FENCE / 2” TOP, MID. & BOTTOM RAIL W/ 7GA. BOTTOM
TENSION WIRE
LF $21.00
11 12’ FENCE / 2” LINE POST, 1 5/8” TOP RAIL LF $22.00
12 12’ FENCE / 2” TOP, MID. & BOTTOM RAIL LF $27.00
13
12’ FENCE / 2” TOP, MID. & BOTTOM RAIL W/ 7GA. BOTTOM
TENSION WIRE
LF $13.00
14 6’ POST X 2 ½” EA $28.00
15 6’ POST X 3” EA $38.00
16 8’ POST X 2 ½” EA $38.00
17 8’ POST X 3” EA $50.00
18 10’ POST X 2 ½” EA $48.00
19 10’ POST X 3” EA $63.00
20 12’ POST X 3” EA $68.00
21 12’ POST X 2 ½” EA $80.00
22 14’ POST X 2 ½” EA $85.00
23 1 5/8” SCHEDULE 40 BRACE & 3/8” –TRUSS ASSEMBLY EA $25.00
24 7’ POST X 2 ½” EA $35.00
25 7’ POST X 3” EA $40.00
Exhibit B - Price Proposal
Charles White Fence, Inc
Item # Description UOM Price
LABOR AND MATERIAL INCLUDED FOR ALL LINE ITEMS
Four (4’) FT. Chain Link Fence - (Schedule 40, Galvanized, 9 Gauge, 2” Mesh)
Six (6’) FT. Chain Link Fence - (Schedule 40, Galvanized, 9 Gauge, 2” Mesh)
Eight (8’) FT. Chain Link Fence - (Schedule 40, Galvanized, 9 Gauge, 2” Mesh)
Ten (10’) FT. Chain Link Fence - (Schedule 40, Galvanized, 9 Gauge, 2” Mesh)
Ten (12’) FT. Chain Link Fence - (Schedule 40, Galvanized, 9 Gauge, 2” Mesh)
End and Corner Posts - (Schedule 40)
GATE POSTS - With All Caps, Bands - (Schedule 40)
Doc ID: 1fa9658cead9ff19609c1a14e20ccb83d8ff7593
Item # Description UOM Price
26 9’ POST X 2 ½” EA $50.00
27 9’ POST X 3” EA $65.00
28 9’ POST X 4” EA $90.00
29 11’ POST X 2 ½” EA $90.00
30 11’ POST X 3” EA $105.00
31 11’ POST X 4” EA $150.00
32 13’ POST 3” EA $125.00
33 13’ POST 4” EA $150.00
34 1 5/8” SCHEDULE 40 BRACE & 3/8” TRUSS ROD & ASSEMBLY EA $25.00
35 4’ S/S GATE, FAB. BRACED & TRUSSED EA $195.00
36 5’ S/S GATE, FAB. BRACED & TRUSSED EA $208.00
37 6’ S/S GATE, FAB. BRACED & TRUSSED EA $223.00
38 8’ S/S GATE, FAB BRACED & TRUSSED EA $278.00
39 10’ S/S GATE, FAB BRACED & TRUSSED EA $307.00
40 12’ S/S GATE, FAB BRACED & TRUSSED EA $334.00
41 8’ DD GATE, FAB, BRACED & TRUSSED EA $350.00
42 10’ DD GATE, FAB, BRACED & TRUSSED EA $378.00
43 12’ DD GATE, FAB, BRACED & TRUSSED EA $406.00
44 14’ DD GATE, FAB, BRACED & TRUSSED EA $491.00
45 16’ DD GATE, FAB, BRACED & TRUSSED EA $518.00
46 4’ SS GATE, BRACED & TRUSSED EA $255.00
47 5’ SS GATE, BRACED & TRUSSED EA $275.00
48 6’ SS GATE, BRACED & TRUSSED EA $296.00
49 8’ SS GATE, BRACED & TRUSSED EA $337.00
50 10’ SS GATE, BRACED & TRUSSED EA $378.00
51 12’ SS GATE, BRACED & TRUSSED EA $490.00
52 8’ DD GATE, BRACED & TRUSSED EA $470.00
53 10’ DD GATE, BRACED & TRUSSED EA $511.00
54 12’ DD GATE, BRACED & TRUSSED EA $552.00
55 14’ DD GATE, BRACED & TRUSSED EA $593.00
56 16’ DD GATE, BRACED & TRUSSED EA $634.00
57 18’ DD GATE, BRACED & TRUSSED EA $675.00
GATE - Six (6') FT. High Fence - (1-5/8”, Schedule 40, Galvanized, 9 Gauge, 2” Mesh)
GATE - Four (4') FT. Fence - (1-5/8”, Schedule 40, Galvanized, 9 Gauge, 2” Mesh)
Single Swing
Double Drive
Single Swing
Double Drive
Doc ID: 1fa9658cead9ff19609c1a14e20ccb83d8ff7593
Item # Description UOM Price
58 20’ DD GATE, BRACED & TRUSSED EA $715.00
59 22’ DD GATE, BRACED & TRUSSED EA $901.00
60 24’ DD GATE, BRACED & TRUSSED EA $940.00
61 4’ SS GATE, BRACED & TRUSSED EA $245.00
62 5’ SS GATE, BRACED & TRUSSED EA $270.00
63 6’ SS GATE, BRACED & TRUSSED EA $335.00
64 8’ SS GATE, BRACED & TRUSSED EA $379.00
65 10’ SS GATE, BRACED & TRUSSED EA $425.00
66 12’ SS GATE, BRACED & TRUSSED EA $560.00
67 4’ VINYL FABRIC, 9-GAUGE CORE STEEL LF $5.50
68 6’ VINYL FABRIC, 9-GAUGE CORE STEEL LF $7.00
69 8’ VINYL FABRIC, 9-GAUGE CORE STEEL LF $8.00
70 4’ VINYL COATED FENCE SYSTEM WITH LINE POST AND TOP RAIL LF $13.00
71 4’ VINYL COATED FENCE SYSTEM WITHOUT TOP RAIL LF $5.00
72 6’ VINYL COATED FENCE SYSTEM WITH LINE POST AND TOP RAIL LF $18.00
73 6’ VINYL COATED FENCE SYSTEM WITHOUT TOP RAIL LF $14.00
74 8’ VINYL COATED FENCE SYSTEM WITH LINE POST AND TOP RAIL LF $22.00
75 8’ VINYL COATED FENCE SYSTEM WITHOUT TOP RAIL LF $15.00
76 10’ VINYL COATED FENCE SYSTEM WITH LINE POST AND TOP RAIL LF $23.00
77 10’ VINYL COATED FENCE SYSTEM WITHOUT TOP RAIL LF $19.00
78 12’ VINYL COATED FENCE SYSTEM WITH LINE POST AND TOP RAIL LF $27.00
79 12’ VINYL COATED FENCE SYSTEM WITHOUT TOP RAIL LF $23.00
80 4’ VINYL COATED END PULL CORNER POST EA $43.00
81 6’ VINYL COATED END PULL CORNER POST EA $80.00
82 8’ VINYL COATED END PULL CORNER POST EA $100.00
83 10’ VINYL COATED END PULL CORNER POST EA $110.00
84 12’ VINYL COATED END PULL CORNER POST EA $120.00
85 6’ BLACK PVC TONGUE AND GROOVE FENCE LF $15.00
86 4’ X 4’ SINGLE VINYL COATED GATE EA $225.00
87 4’ X 6’ SINGLE VINYL COATED GATE EA $300.00
88 4’ X 8’ SINGLE VINYL COATED GATE EA $344.00
89 6’ X 4’ SINGLE VINYL COATED GATE EA $260.00
90 6’ X 6’ SINGLE VINYL COATED GATE EA $356.00
91 6’ X 8’ SINGLE VINYL COATED GATE
EA $407.00
92 8’ X 4’ SINGLE VINYL COATED GATE EA $331.00
GATE - Six (8') FT. High Fence - (1-5/8”, Schedule 40, Galvanized, 9 Gauge, 2” Mesh)
Single Swing
Black Vinyl Chain Link Fence
Doc ID: 1fa9658cead9ff19609c1a14e20ccb83d8ff7593
Item # Description UOM Price
93 8’ X 6’ SINGLE VINYL COATED GATE EA $411.00
94 8’ X 8’ SINGLE VINYL COATED GATE EA $470.00
95 12’ X 6’ HIGH VINYL COATED DOUBLE DRIVE GATE EA $675.00
96 BAG 6' HIGH BLACK SLATS BOX $125.00
97 BAG 8' HIGH BLACK SLATS BOX $125.00
98 3" EXTENDERS EA $20.00
99 2" EXTENDERS EA $20.00
100 8' BARS EA $5.00
101 8' BLACK VINYL WIRE LF $8.00
102 6’ WOOD STOCKADE (PRESSURE TREATED PINE) LF $15.00
103 4" x 4" x 8' PRESSURED TREATED POST EA $12.00
104 4" x 4" x 10' PRESSURED TREATED POST EA $22.00
105 4' WIDE X 6' HIGH SINGLE DRIVE TREATED WOOD GATE EA $125.00
106 16' WIDE X 6' HIGH DOUBLE DRIVE TREATED WOOD GATE EA $500.00
107
LABOR CHARGE FOR MISCELLANEOUS ADDITIONAL WORK NOT
INCLUDED IN LINES 1 – 106 (PER HOUR; PER MAN)
MAN
HOUR
$45.00
108
REMOVAL AND DISPOSAL OF OLD FENCE UP TO AND INCLUDING
6’ HIGH (INCLUDES LABOR)
LF $1.50
Miscellaneous Charges
Wood Fence
Doc ID: 1fa9658cead9ff19609c1a14e20ccb83d8ff7593
(Second Revision) For Review and Signature - Fencing...
FOR SIGNATURES (S...de Fencing Se.pdf
1fa9658cead9ff19609c1a14e20ccb83d8ff7593
MM / DD / YYYY
Completed
06 / 26 / 2020
15:56:31 UTC-5
Sent for signature to Robert W. Batsel, Jr.
([email protected]), Charles White Fence, Inc.
([email protected]), Sandra Wilson
([email protected]) and Angel B. Jacobs
IP: 216.255.240.104
06 / 27 / 2020
08:34:41 UTC-5
Viewed by Robert W. Batsel, Jr. ([email protected])
IP: 216.255.247.51
07 / 01 / 2020
13:47:03 UTC-5
Viewed by Charles White Fence, Inc.
IP: 71.49.115.26
07 / 01 / 2020
13:58:02 UTC-5
Viewed by Sandra Wilson ([email protected])
IP: 216.255.240.104
07 / 01 / 2020
15:19:45 UTC-5
Viewed by Angel B. Jacobs ([email protected])
IP: 216.255.240.104
06 / 27 / 2020
08:35:45 UTC-5
Signed by Robert W. Batsel, Jr. ([email protected])
IP: 216.255.247.51
07 / 01 / 2020
13:47:23 UTC-5
Signed by Charles White Fence, Inc.
IP: 71.49.115.26
07 / 01 / 2020
13:58:53 UTC-5
Signed by Sandra Wilson ([email protected])
IP: 216.255.240.104
07 / 01 / 2020
15:20:11 UTC-5
Signed by Angel B. Jacobs ([email protected])
IP: 216.255.240.104
The document has been completed.07 / 01 / 2020
15:20:11 UTC-5
(Second Revision) For Review and Signature - Fencing...
FOR SIGNATURES (S...de Fencing Se.pdf
1fa9658cead9ff19609c1a14e20ccb83d8ff7593
MM / DD / YYYY
Completed