Loading...
HomeMy WebLinkAbout2004 Service Agreementr CHANGE ORDER #: 1 CITY OF SEBASTIAN CHANGE ORDER FORM PURCHASE ORDER#: ~~~ CONTRACTOR: Security 1 Systems ADDRESS: 7121. Grand National Drive #1.01 Orlando, Florida 32819 tma S~ HOME tx rfnu-rt tswm PROJECT NAME: Security System Municipal Complex PROJECT #: City Hall Municipal Project PHONE #: 407-354-1119 CONTRACT NAME: Services Agreement CONTACT DATE: January 30, 2004 By the signature affixed below, both the City and the Contractor agree to the changes as stipulated herein. Upon proper execution of this document, the Contractor is hereby notified to commence work All changes stated below are hereby incorporated and made a part of the Contract identified above, and all the terms and conditions of said Contract are enjoined and in full force while executing the change(s) stipulated as follows: DESCRIPTION: Relocation of controls for the ezisHna Sally Port roll down doors to the new EOC area, as per Chief Davis and Robert Fish of Suffolk Construction. This is somethine that has to be done that was not anticipated or requested in the oril?inal contract with Security I. A) CONTRACT PRICE PRIOR TO THIS CHANGE 82 87851 NET INCREASE (DECREASE) RESULTING FROM THIS CHANGE 520.00 NEW CONTRACT PRICE INCLUDING THIS CHANGE ORDER 83 398.51 B) CON'T'RACT TIME PRIOR TO THIS CHANGE (NUMBER OF DAYS) N/A days NET MCREASE (DECREASE) RESULTING FROM THIS CHANGE (NUMBER OF DAYS) N/A days NE W COMPLETION DATE INCLUDING TH[S CHANGE MO _ DAY _ YR AGREED: CONSULTANT: Datrj~l / ~ Dste:.~JJ/O~ Signature A~ t'a City Mauager ~ / Anorovals By City of Sebastian Staff Project Manager Finance Director ~!`~ as to badger City Attorney as to legal General Services Admin. as to cootraetlprocuremen[ ATTEST: '-~ Sally A. M e , CMC, City Clerk 1-', ;,: S' PO Number: 7121 Grand National Drive Suite 101 Odando, FL 32819 Phone: 407-354-1119 Fax: 407-354-1141 Requested By: Rob Change Order: 4153-1 911 Relocation of existing Equipment Salesman: Stsve Cobb City of Sebastian 1225 Main Street Sebastian, FL 32958 Quan' 8 Security One Systems-0dando City of Sebastian 1225 Main Street Sebastian, FL 32958 Description Installation Hours C Date ~2~f~~ C~~ Price - Ext Price oo a~ sszo.oo E520.00 ® asso.oo The above persons represent thatthey are authorized to sign and execute this change order to project 4153 . This acceptance indicates understanding that the complete terms and corditions of the original proposal apply to this change order. Authorize! d CiTy of~s~ reseMative SERVICES AGREEMENT THIS AGREEMENT made this ~' day of January, 2004, by and between the CITY OF SEBASTIAN, a municipal corporation of the State of Florida, 1225 Main Street, Sebastian, Florida, 32958, ("City") and SECURITY ONE SYSTEMS, INC., ("Contractor."), set forth that WHEREAS, the City desires to engage a Contractor who has special and unique competence and experience in installing complex building security systems; and WHEREAS, the Contractor represents that it has such competence and experience in providing these services; and WHEREAS, the City in reliance on such representation has selected the Contractor in accordance with the requirements of law; and WHEREAS, the City and the Contractor desire to reduce to writing their understanding and agreements on such; IT IS, THEREFORE, AGREED as follows: ` 1. TERM. This Agreement shall commence on the day it is executed by both parties, and the term of the. Agreement shall extend until the Project is complete. 2. AGREEMENT DOCUMENTS. The Agreement Documents (also called CONTRACT DOCUMENTS) consist of this Agreement, Supplememal Agreement(s), Specifications, Work Orders, Change Orders, Addenda if any, any other documents listed in the Agreement Documents, and written modifications issued after execution of this Agreement, if any. (a) Intent. The Specifications are an integrated part of the Comract Documents and as such will not stand alone if used independently. The Specifications establish minimum standards of quality for this Project. They do not purport to cover all details of performing the Work. The intent of the Agreement Documents is to set forth requirements of performance, type of equipment and structures, and standazds of materials and construction. It is also intended to include all labor and materials, equipment, and transportation necessary for the proper execution of the Work, to require new material and equipment unless otherwise indicated, and to require complete performance of the Work in spite of omission of specific reference to auy minor component part and to include all items necessary for the proper execution and completion 1 of the Work by the Contractor. Performance by the Contractor shall be required only to the extent consistent with the Agreement Documents and reasonably inferable from them as being necessary to produce the intended results. (b) Entire and Sole Agreement. Except as specifically stated herein, the Agreement Documents constitute the entire agreement between the parties and supersede all other agreements, representations, warranties, statements, promises, and understandings not specifically set forth in the Agreement Documents. Neither party has in any way relied, nor shall in any way rely, upon any oral or written agreements, representations, warranties, statements, promises or understandings not specifically set forth in the Agreement Documents. (c) Amendments. The parties may modify this Agreement at any time by written agreement. Neither the Agreement Documents nor. any term thereof may be changed, waived, discharged or terminated orally, except by an instrument in writing signed by the party against which enforcement of the change, waiver, discharge or termination is sought. (d) Construing Terms. This Agreement shall not be construed against the party who drafted the same, as both parties have obtained experts of their choosing to review the legal and business adequacy of the same. 3. EMPLOYMENT OF CONTRACTOR The City hereby agrees that it may engage the Contractor and the Contractor hereby agrees to perform professional services for the City in installing security systems in the new Sebastian City Hall and the Police Station in accordance with the Specifications described in Exhibit "A", which are attached hereto and incorporated herein by this reference. 4. SPECIFICATIONS AND RELATED DATA. The intent of the Specifications, Work Orders and other Contract Documents is that the Cornractor furnishes all labor and materials, equipment, supervision and transportation necessary for the proper execution of the Work unless specifically noted otherwise. The Contractor shall do all the work described in the Specifications and other Contract Documents and all incidental work considered necessary to substantially complete the Work ready for use, occupancy, or operation in a manner acceptable to the City. Any discrepancies found between the Specifications and site conditions, or any errors or 2 omissions in the Specifications, shall be immediately reported to the City. The City shall promptly determine the validity and seriousness of the claimed condition and correct any such error or omission in writing, or otherwise direct Contractor. Any work done by the Contractor after his discovery of such discrepancies, errors or omissions shall be done at the Contractor's risk. Any correction of errors or omissions in Specifications may be made by the City when such correction is necessary for the proper fulfillment of their intention as construed by City. Where said correction of errors or omissions, except as provided in the next paragraph below, adds to the amount of work to be done by the Contractor, compensation for said additional work shall be negotiated between the parties and must be issued as a written change order before arty such additional work is performed or no additional compensation shall be made. The fact that specific mention of any part of work is omitted in the Specifications, whether intentionally or otherwise, when the same usually and customarily required to complete fully such work as is specified herein, will not entitle the Contractor to consideration in the matter of any claim for. extra compensation, but the said work must be installed or done the same as if called for by the Specifications. All work and material usual and necessary to make the Work complete in all its parts, whether or not they are indicated or mentioned in the Specifications, shall be furnished and executed the same as if they were called for by the Specifications. The Contractor will not be allowed to take advantage of any errors or omissions in the Plans and Specifications. The City will provide full information when errors or omissions are discovered. 5. COMPENSATION. The City will pay the Contractor the flat amount of $82878.51 for performance of the Work hereunder. Contractor shall submit requests for progress payments on a monthly basis, to be reviewed and approved by the Project Manager and submitted to the City for payment subject to ten percent (10%) retainage. Claims. Claims arising from changes or revisions made by the Contractor at the City's request shall be presented to the City before work starts on the changes or revisions. If the Contractor deems that extra compensation is due for work not covered herein, or in Supplemental Agreement, the Contractor shall notify the City in writing of its intention to make claim for extra compensation before work begins on which the claim is based. If such notification is not given and the City is not afforded by the Contractor a method acceptable to the City for keeping strict 3 account of actual cost, then the Contractor hereby waives its request for such extra compensation. The City is not obligated to pay the Contractor if the City is not notified as described above. The Contractor may refuse to perfornt additional work requested by the City unt$ an appropriate agreement is executed by the parties. Such notice by the Contractor and the fact that the City has kept account of the costs as aforesaid shall not in any way be construed as proving the validity of the claim. 6. RELEASES. When it is determined, as a result of a joint inspection of the Work by the Contractor, City, and Project Manager that the Work has been completed in accordance with the terms of the Contract Documents, the Project Manager shall certify completion of the Work to the City. At that time, the Contractor may submit the Contractor's final request for payment. Prior to final payment, the Contractor shall execute and deliver to the City a Contractor's Affidavit and Release of Claim for all clairns against the City arising under or by virtue of the work order. Also, each request for payment must have a Claimant's Sworn Statement of Account, executed by the supplier or subconractor, attached from each supplier or subcontractor who has notified the City of his right to file a Claim (Notice to City) or who is listed in the Contractor's Affidavit and Release of Claim as an unpaid potential Claimant. 7. PROJECT SCHEDULES The Contractor shall perform the services outlined under Paragraph 3 of this Agreement in a timely manner consistent with the assignment schedules as mutually agreed upon by the City and the Contractor. No extension of time shall be valid unless given in writing by the City. No monetary compensation shall be given for such delay. A delay beyond the Contractor's co~rol occasioned by an "Act of God" may entitle the Contractor to an extension of time in which to complete the Work as det~*~++nPd by the City provided, however, the Contractor shall immediately give written notice to the City of the cause of such delay. The City shall have the authority to suspend the Work wholly or in part, for such periods as may be deemed necessary and for whatever cause, by serving written notice of suspension to the Contractor. In the event that the Project Manager shall become aware of any condition that may be cause for suspension of the Work, the Project Manager shall immediately advise the City of such condition. The Contractor shall not suspend operations under the provisions of this 4 Paragraph without the City's permission. In the event that the City suspends the Work, the Contractor shall be granted an extension of time to complete the Work for as many calendar days as the Work was suspended; except, however, that the Contractor will not be granted an extension of time to complete the Work if the suspension was caused by a fault of the Contractor. 8. TERMINATION OF CONTRACT WITHOUT CAUSE. This Agreement may be terminated by the City without cause provided at least five (5) days written notice of such termination shall be given to the Contractor. In the event the City without cause abandons, terminates or suspends this Agreement for greater than thirty days, the Contractor shall be compensated for services rendered up to the time of such termination on a quantum meruit basis and any work done by the Contractor shall remain the property of the City. 9. CITY'S PROJECT MANAGER. City shall designate a Project Manager. All work done shall be subject to the review of the Project Manager and City. Any and all technical questions which may arise as to the quality and acceptability of materials fiumished, work performed, or work to be performed, interpretation of Specifications and all technical questions as to the acceptable fiulSllment of the Contract on the part of the Contractor shall be referred to the Project Manager who will resolve such questions. All materials and each part or detail of the Work shall be subject at all times to construction review by the Project Manager and the City. Such construction review may include shop inspection, and any material famished under the Specifications is subject to such inspection. The Project Manager and the City shall be allowed access to all parts of the Work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed review. The City shall not be responsible for the acts or omissions of the Contractor. 10. CONTRACTOR'S DUTY. Contractor shall supervise and direct the Work, using Contractor's best skill and attention. Contractor shall be solely responsible for and have control over means, methods, techniques, sequences and procedures and for coordinating all portions of the Work under this Contract, unless the Contract Documents give other specific instructions concerning these matters. Unless otherwise provided in the Contract Documents, Contractor shall provide and pay 5 for labor, materials, equipment, tools, construction equipment and machinery, utilities, transportation, and other facilities and services necessary for the proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. Unless otherwise provided in the Contract Documents, Contractor shall pay all sales, use and other similar taxes. Contractor currently holds and shall maintain at all times during the term of this Contract all required federal, state and local licenses necessary to perform the Work required under the Contract Documents. 11. PERSONNEL. The Contractor represents that it will secure at its own expense all personnel and sub-Contractors required for services which aze necessary to perform this Agreement. All services required under this Agreement shall be performed by the Contractor or sub-Contractor and all persons engaged in work under the Agreement shall be qualified to perform such services and authorized under federal, state and local laws to perform such services. Personnel who perform services under this Agreement shall not be employees of the City. All workmen must have sufficient knowledge, skill and experience to perform properly the work assigned to them. Any foreman or workman employed by the Contractor or subcontractors who, in the opinion of the City does not perform his work. in a skillful manner, or appears to be incompetent or to act in a disorderly or intemperate manner shall, at the written request of the City, be dischazged immediately and shall not be employed again in any portion of the Work without the approval of the City. The Contractor shall at all times be responsible for the conduct and discipline of his employees and/or any subcontractor or persons employed by subcontractors. 12. PROTECTION OF PERSONS AND PROPERTY. The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work in accordance with the U.S. Department of Labor Occupational Safety and Health Act and the laws of the State of Florida. This Contract requires that the Contractor and any and all subcontractors hired by the Contractor comply with all relevant standards of the Occupational Safety and Health Act. Failure to comply with the Act constitutes a failure to 6 perform The Contractor agrees to reimburse the City for any fines and/or court costs arising from penalties charged to the City for violations of OSHA committed by the Contractor or any and all subcontractors. The Contractor shall take all reasonable precautions for the safety of, and shall provide all reasonable protection to prevent damage, injury or loss to, all employees on the Work and all other persons who may be affected thereby; all the work materials and equipment to be incorporated therein, whether in storage on or off the project site, under the care, custody or control of the Contractor or arty of his subcontractors; and other property on the project site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. The Contractor shall perform any work and shall furnish and install materials and equipment necessary during an emergency endangering life or property. In all cases, he shall notify the Project Manager and City of the emergency as soon as practicable, but be shall not wait for instructions before proceeding to properly protect both life and property. The Contractor shall be held fully responsible for such safety and protection until .final written acceptance of the Work. 13. CONTRACTOR'S RESPONSIBILITY FOR WORK. Until acceptance of the Work by the City, it shall be under the charge and caze 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 arty other cause whatsoever, whether aiising from the execution or from the non-execution of the Work. The Contractor shall rebuild, repair, restore and make good, without additional compensation, all injury or damage to any portion of the Work occasioned by any cause, other than the sole and active negligence of the City, before its completion and acceptance. Materials and equipment shall be stored so as to incur the preservation of their quality and fitness for the Work. When considered necessary, they shall be placed on wooden platforms or other hard clean surfaces, and not on the ground, and/or they shall be placed under cover. Stored materials and equipment shall be located so as to facilitate prompt inspection. 14. CLEANING UP. The Cornractor shall at all times keep the premises free from accumulation of waste materials or rubbish caused by his employees or work. At the completion 7 of the Work, he shall remove all his rubbish, tools, scaffolding and surplus materials and shall leave his work "broom clean" or its equivalent, unless more exactly specified, and shall insure that all debris and other unsightly objects aze removed and disposed of in a satisfactory manner. At no additional expense to the City, the Contractor will restore to their original conditions or better, as neazly as practicable, those portions of the site not designated for aheration and all such property, structure, ut>7ities, landscaping, etc., disturbed or damaged during the prosecution of the Work. Final payment will be withheld until such clean up and repairs aze completed The Work will be considered complete only after all debris and unused material due to or connected with the Work have been removed and the surrounding area left in a condition satisfactory to the City. In the event the City finds that the Contractor has not complied in keeping the job site clean, the City may, after twenty-four (24) hours written notice to the Contractor to correct the situation, elect to have the job site cleaned by an independent labor force. The cost of cleaning by said independent labor force shall be deducted from moneys due the Contractor. 15. SUBCONTRACTS AND ASSIGNABILITY. The Contractor shall not assign any interest in the work orders or this Agreement and shall not transfer any interest in the same without the prior written consent of the City. Any sub-contracts or other work which is performed by persons or firms other than the Contractor under this Agreement or any work orders shall have prior written approval of the City Manager. Any subcontracts or outside associates or Contractors requaed by the Contractor in connection with services covered by this Agreement or any work orders must be specifically approved by the City Manager. 16. INDEMNIFICATION. The Contractor shall indemnify and save harmless the City, its agents, subcontractors, servants, and employees from and against claims, liability, losses, or causes of action to the extent arising from any misconduct, negligent act, or omission of the Corractor, its agents, servants or employees in the performauce of services under this contract. 17. INTERESTS OF CITY OFFICIALS. No officers, members or employees of the City and no members of its governing body, and no other public official of the governing body of the locality or localities in which services for the facilities are situated or carried out, who exercises any functions or responsibilities in the review or approval of the undertaking or carrying 8 out of this project, shall participate in any decision relating to this Agreement which affects his personal interest, or have any personal or pecuniary interest, direct or indirect, in this Agreement or the proceeds thereof. 18. CERTIFICATION OF RESTRICTIONS ON LOBBYING. The Contractor agrees that no Federal appropriated funds have been paid or will be paid by or on behalf of the Contractor to any person for influencing or attempting to influence any officer or employee of any Federal agency, a member of Congress, an officer or employee of Congress or an employee of a member of Congress in connection with the awazding of any Federal contract, the making of any Federal Grarrt, the making of any Federal loan, the entering into of any cooperative agreement and the extension, continuation, renewal, amendment or modification of any Federal contract, Grant, loan or cooperative agreement. If any funds other than Federal appropriated funds have been paid by the Contractor to any person for influencing or attempting to influence an officer or employee of any Federal agency, a member of Congress, an officer or employee of Congress or an employee of a member of Congress in connection with any FDOT Joint Participation Agreement, the undersigned shall complete and submit Standard Form-LLL "Disclosure Form to Report Lobbying" in accordance with its instructions. 19. CONFLICT OF INTEREST. The Contractor covenants that he presently has no interest and shall not acquire any interest, direct or indvect, which shall conflict in any manner or degree with the performance of services required to be performed under this Agreement. The Contractor further covenants that in the performance of this Agreement, no person having any such interest shall be employed. The Contractor shall not undertake any professional work which conflicts with his duties as the Cit}~s Contractor without the prior written consent of the City during the term of this Agreement. Auy work where the Contractor can reasonably anticipate that it may be called to testify as a witness against the City in any litigation or administrative proceeding will constitute a conflict of interest under this Agreement. 20. COMPLIANCE WITH LAW. The Contractor expressly agrees to comply with all known laws and regulations relating to providing services under this Agreement. The failure of the Contractor to adhere to any known law or regulation pertaining to furnishing services under 9 this Agreement shall constitute a material breach of this Agreemern. 21. WAIVER The waiver by the City of arty of the Contractor's obligations or duties under this Agreement shall not constitute a waiver of any other obligation or duty of the Contractor under this Agreement. 22. PUBLIC ENTITY CRIME The Contractor shall file a sworn statement with the City which is Attachment I, stating whether a person or affiliate as defined in Section 287.133 (1), Florida Statutes, has been convicted of a public entity crime subsequent to July 1, 1989, in accordance with the provisions of Section 287.133 ofthe Florida Statutes. 23. COVENANT AGAINST CONTINGENT FEES. The Contractor warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the Contractor to solicit or secure this Agreement and that he has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for the Contractor any fee, commission, percentage, gift or any other consideration contingent upon or resuhing from the awazd or making of this Agreement. For the breach or violation of this paragraph, the City shall have the right to terminate the Agreement without liability and, at its discretion, deduct from the Agreement price, or otherwise recover, the full amount of such fee, commission, percernage, gift or consideration. 24. DRUG-FREE WORKPLACE. The contract documents also consist of the "Drug-Free Workplace Form" which is in accordance with Florida Statute 287.089 and must be signed. 25. GOVERNING LAW. This Agreement shall be governed by the laws of the Stale of Florida and venue for any action pursuant to the Agreement Documents shall be in Indian River County, Florida. The parties hereto expressly waive trial by jury in any action to enforce or otherwise resolve any dispute arising hereunder. 26. INSURANCE. The Contractor agrees to carry insurance, of the types and subject to the limits as set forth below and maintain said insurance during the life of this agreement: (a) Workers' Compensation -Contractor shall purchase workers' compensation insurance as required by law. (b) Commercial General Liability - Corrtractor shall purchase Commercial General 10 Liability insurance with a combined single limit of at least $1,000,000. (c) Commercial Auto Liability -Contractor shall purchase Commercial Auto Liability insurance wish a combined single limit of at least $1,000,000. Further, Contractor shall maintain such insurance as is reasonably required to satisfy its obligations for the Work paid fvr by the City but not yet accepted. The insurance company selected shall be A+ or better per the Best's Key Razing Guide. The Contractor and the insurance company(s) shall agree to furnish the City thirty (30) days written notice of their intent to cancel or terminate said insurance. It is the full responsibility of the contractor to insure that all sub-contractors have full insurance coverage as stated above. The Contractor shall not commence the Work under this contract until he has obtained all the insurance required under this paragraph and certificates of such insurance have been submitted to the City, nor shall the Contractor allow any subcontractor to commence work on his subcontract until all insurance required has been so obtained and approved by the City. The Contractor shall carry and maintain until acceptance of the Work, insurance as specified herein and in such form as shall protect him and any subcontractor performing work under this Contract, or the City, from all claims and liability for damages for bodily injury, including accidental death, under this Contract, whether by himself or by any subcontractor or by any one directly or indirectly employed by either of them The Contractor shall furnish to the City certificates of insurance in duplicate showing proof of insurance, naming the City as an additional insured party, prior to the start of construction as provided in the Contract. 27. GUARANTEE. The Contractor shall warrant all equipment furnished and work performed by him for a period of one (1) year from the date of final written acceptance of the Work by City. All equipment and material warranties or guararrtees shall be drawn in favor of the City and the originals thereof furnished to the City for review and acceptance prior to final payment. Such guarantee shall in no way limit or re3ieve the Contractor of liability from subsequent claims of beach of contract due to substandard materials or workmanship, nor shall such warranty period shorten the statute of limitations for bringing a breach of contract or other action based 11 upon any such deficiencies. Any materials, equipment or work which do not satisfactorily meet the Specifications may be condemned by the City by giving a written notice to the Contractor. All condemned materials, equipment or work shaIl be promptly taken out and replaced. Any defective work whether the result of poor workmanship, use of defective materials, damaged through carelessness or from other cause shall be removed within ten (10) days after written notice is given by the City, and the work shall be re-executed by the Contractor. The fact that the City may have previously overlooked such defective work shall not constitute an acceptance of any part of it. Should the Contractor fail to remove rejected work or materials within ten (]0) days after written notice to do so, the City may remove them and may store the materials and equipment. The making of the final payment by the City to the Contractor shall not relieve the Contractor of responsibility for faulty materials or workmanship. The City shall promptly give notice of faulty materials and workmanship and the Contractor shall promptly replace any such defects discovered within one (1) year from the date of final written acceptance of the Work by the City. IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed, the day and year first above written. ATTEST (SEAL): Sally A. Mai , CMC, City Clerk City Clerk CITY OF City' Approved as to form and legality for reliance by the City of Sebastian only: ~~~~~,~- Rich Stringer, City Attorney 12 Signed, sealed and delivered in the presence of: ;.Oti~,p.Y PyB-,,, Jenifer G. Brushwood _:' `~~Commission#DD2192I5 ~~~< ExpicB~~,~2008 ~' ~.P,r~,~ ./~3ulQ~P Name: CONTRACT K: SicKa~ Ore. ~-~s~•~.,s J~ By: Name: S~-~~e Lras Title: ~ e s , 13 DRUG-FREE WORKPLACE FORM The undersigned Contractor, in acco~rda~n`ce with Florida Statute 287.087 hereby certifies that ~y f IdbZF'Zf~ Q/U`C .? (~ ~'~ S . ~/U'L~ does: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or nse of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drag abuse in the workplace, the business' policy of maintaining adrug-free workplace, any available drug connseGng, rehabilitation, employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contracua) services a copy of the statement specified in Paragraph 1. 4. In the statement specified in Paragraph 1, notify the employees that, as a condition of working on the commodities or contractual services that the employee will abide by the terms of the statement and will notify the employer of any conviction of; or plea of guilty or polo contendere to any violation of Chapter 1893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. $, Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain adrug-free workplace through implementation of Paragraph 1 through 5. As the person authorized to sign this statement, I certify that this firm complies fully with the above requirements. Date: a Jx 6~ Contractor PUBLIC ENTITY CRIIIZES Any person submitting a quote, bid, or proposal in response to this invitation or a contract, must execute the enclosed form PUR 7069, sworn statement under section 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES, including proper check(s), in the space(s) provided, and enclose it with his quote, bid, or proposal )f you are submitting a quote, bid or proposal on behalf of dealers or suppliers who will ship commodities and receive payment from the resulting contract, it is your responsibility to see that copy(ies) of the form are executed by them and are incladed with your quote, bid, or proposal Corrections to the form will not be allowed after the quote, bid, or proposal opening time and date. Failure to complete this form in every detail and submit it with your quote, bid, or proposal may result in immediate disqualification of your bid or proposal The 1989 Florida Legislature passed Senate Bi11458 creating Sections 287.132 - 133, Florida Statutes, effective July 1,1989. Section 287.132(3)(d), Florida Statutes, requires the Florida Department of General Services to maintain and make available to other political entities a "convicted vendor" list consisting of persons and affiliates who are disqualified from public contracting and purchasing process because they have been faand guilty of a public entity crime. A public entity crime is described by Section 287.133, Florida Statutes, as 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 in Florida or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or with an agency or political subdivision and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. By law no public entity shall accept any bid from, award any contract to, or transact any business in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two (currently $10,000) with any person or affiliate on the convicted vendor Est for a period of 36 months from the date that person or affiliate was placed on the convicted vendor list unless that person or affiliate has been removed from the list pursuant to Section 287.133(3)(f), Florida Statutes. Therefore, effective October 1,1990, prior to entering into a contract (formal contract or purchase order) in excess of the threshold amount of $10,000 to provide goods or services to THE CTTY OF SEBASTIAN, a person shall file a sworn statement with the wntracting officer or Purchasing Director, as applicable. The attached statement or affidavitwill be the form to be utilized and must be properly signed in the presence of a notary public or other officer authorized to administer oaths and properly executed. HE INCLUSION OF THE SWORN STATEMENT OR AFFIDAVIT SHALL BE SUBMITTED CONCURRENTLY WITH YOUR QUOTE OR BID DOCUMENTS. NON- INCLUSION OF THIS DOCUMENT MAY NECESSITATE REJECTION OF YOUR QUOTE OR BH). SWORN STATEMENT UNDER SECTION 287.133(3)(a}, FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MU5T BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted with the ~ULIGya. ~P~G ~ Ll~ ~/~'(/fi Proje tName BidlContract for THE CITY OF SEBASTIAN. 2. This sworn statement is submitted by ~~7" 2 o N ,( rGmi ., whose business address is ~7N?~ 4i1LiUS Gv~v'~ and (~ applicable) its Federal Employer Identification (FEIN) is ~r~c' - 0/~+4~ -s; fr,{ 3. My name is ~~~Z CrzSp~ (please print name individual signing) and my re tionship to the entity named above is <zsi cI, ~ ~. , 4. I understand that a "public entity crime" as defined in Paragraph 287.133(1)(8), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 5. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of gain, in any federal or state trial court of record relating to charges brought by indictment or information after July 1,1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. 6. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means: (1) A predecessor or successor of a person convicted of a public entity crime; or (2) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shaIl be considered an affiliate. 7. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 8. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. (Please indicate which statement applies.) Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1,1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members or agents who are active in management of the entity, or an affiliate of the entity has bcen charged with and convicted of a pabfic entity crime subsequent to July 1,1989, AND (Phase indicate which additional statement applies.) There has been a proceeding concerning the conviction before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer did not place the person or affiliate on the convicted vendor list. (Please attach a copy of the final order.) The person or affiliate was placed on the convicted vendor list. There has been a subsequent proceeding before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the bearing officer determined that it was in the public interest to remove the person or affiliate from the convicted vendor List. (Please attach a copy of the final order.) The person or affiliate has not been placed on the convicted vendor list. (Please describe any action taken by or pending with the Department of General Services.) ign~ ) Date: ~~f} 0`~ STATE OF FLORIDA COUNTY OF p/'~I''NC~'E-' The foregoing instrument was acknowledged before me this ~ day of S P ~r>aay , ~` by .fie u~ C~ e~ o , (fide) on ehalf of ~' ~> Q° k a O tw2 Helshe is personally lmown to me or has produced as identification and did ()did not~'ftake an .~,~:o'°~ Jenifer G. Brushwood oath. ''2°' ~ ~ ~' = Commasion #DD279215 `_~~ ~+-`Expires: Jan 06 200& a~ .;~; s &i~ ~/~7 c l" ~4g'B~fl.~q I Name: ~ C~ (,JOO My Commission Expires: $ Commission Number: 1~ a H ~EI~TIr 1vATE VF INJ.~Qf'11Yf',.C CERTIFICATE NUMBER. . ' l ~ V G NYC-002335062-13 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS Marsh USA, InC. NO RIGHTS UPON THE CERTIFICATE HOLDER OTHER THAN THOSE PROVIDED IN THE 1166 Avenue of the Americas POLICY. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE. New York, NY 10036 AFFORDED BY THE POLICIES DESCRIBED HEREIN. Attn: A. HARPER/ 212-948-0500/ NEWYORK.CERTS@MARSH.COM COMPANIES AFFORDING COVERAGE __ _..___ _.- _ __-_ COMPANY SECUR Y ---- -- --- ~ A ACE AMERICAN INSURANCE COMPANY - INSURED -_~COMPANY -- -- - -~_ ELECTRONIC TECHNOLOGIES CORP. USA B LEXINGTON INSURANCE COMPANY D/B/A INGERSOLL RAND COMPANY 1 1819 N. PENNSYLVANIA STREET i coMPANY CARMEL, IN 46032 C INDEMNITY INS CO OF N. AMERICA COMPANY D N/A COVERAGES THIS IS TO CERTIFY THAT POLICIES OF INSURANCE DESCRIBED HEREIN HAVE BEEN ISSUED TO THE INSURED NAMED HEREIN FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WI7H RESPECT TO WHICH THE CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, CONDITIONS AND EXCLUSIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS DATE (MM/DD1YY) DATEIMM/DD/YY) A GENERAL LIABILITY HDO 623718091 01/01/07 04/17/08 000 000 $ 2 I GENERAL AGGREGATE , , ~X I~ COMMERCIAL GENERAL LIABILITY hl ~ PRODUCTS -COMP/0P AGG $ 2,000,000 CLAIMS MADE ~ OCCUR PERSONAL 8. ADV INJURY $ 1 ,000,000' - ~ OWNER'S 8 CONTRACTOR'S PROT EACH OCCURRENCE $ 1 ,000,000 000 000 $ 1 FIRE DAMAGE (Any one fire) , , _ MED EXP (An one person ~ $ 10,000 A AUT OMOBILE LIABILITY ISA H08228498 01/01/07 04/17/08 X COMBINED SINGLE LIMIT $ 1 ,000,000 ' _ ANY AUTO X ALL OWNED AUTOS BODILY INJURY $ X SCHEDULED AUTOS (Per person) X HIRED AUTOS BODIL`/INJURY $ X NON-OWNED AUTOS (Per accident) X PHYSICAL DAMAGE 'SELF INSURED' PROPERTY DAMAGE $ GAR AGE LIABILITY ~ AUTO ONLY - EA ACCIDENT I $ ANY AUTO OTHER THAN AUTO ONLY : __ __, EACH ACCIDENT $ - ~--- AGGREGATE $ B EXCESSLIABILITY 7412242 01/01/07 04/17/08 EACH OCCURRENCE $ 6,000,000 X UMBRELLA FORM AGGREGATE $ 6,000,000 OTHER THAN UMBRELLA FORM ~ $ C WORKERS COMPENSATION AND ' WLRC44483622 (AOS) 01/01/08 04/17/08 X WcsTATU- orH- EMPLAYERS LIABILITY I TORY LIMITS ER A SCFC44483749(WI) 0t/01/Og 04/17/08 _ EL EACH ACCIDENT $ 3,000,000` A THE PROPRIETOR/ ~ INCL PARTNERS/EXECUTIVE r--1 WLRC44483701 (CA) 01/01/08 04/17/08 EL DISEASE-POLICY LIMIT $ 3,000,000 OFFICERS ARE: EXCL ~ EL DISEASE-EACH EMPLOYEE 006 000. $ 3 OTHER , , DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESISPECIAL ITEMS THE INSURANCE POLICIES ABOVE PROVIDE COVERAGE FOR SECURITY ONE SYSTEMS EFFECTIVE 5/12/05. THE CERTIFICATE HOLDER IS HEREBY NAMED AS AN ADDITIONAL INSURED SUBJECT TO THE TERMS AND CONDITIONS OF THE POLICY. FOR A COPY OF OUR POLICY ENDORSEMENT, PLEASE VISIT OUR WEBSITE AT WWW.IRCO.COM. INGERSOLL RAND COMPANY ISSELF-INSURED FOR GENERAL LIABILITY $10,000,000 EXCESS OF $5,000,000 PRIMARY LIMITS, FOR AUTOMOBILE LIABILITY FOR $13,000,000 EXCESS $2,000,000 PRIMARY, AND FOR CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE POLICIES DESCRIBED HEREIN BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE MSURER AFFORDING COVERAGE VNLL ENDEAVOR TO MAIL ~Q DAVS NRITTEN NOTICE TO THE CITY OF SEBASTIAN ATTN: PAUL WAGNER CERTIFICATE HOLDER NAMED HEREIN. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION'OR 1225 MAIN STREET LIABILITY OF ANV KIND UPON THE INSURER AFFORDING COVERAGE, RS AGENTS OR REPRESENTATIVES, OR THE SEBASTIAN, FL 32958 ISSUER OF THIS CERTIFICATE. MARSH USA INC. BY: James Sallada --~''-~-=Y`~~~ ' v MM1(3f02) VAUD AS OF: 12/13/07 ~1DD.ITIONAL INFORMATION °ATE~MMI°DIYY) NYC-002335062-13 12/13/07 PRODUCER COMPANIES AFFORDING COVERAGE Marsh USA, Inc. _ _ ~ 1166 Avenue of the Americas COMPANY New York, NY 10036 E Attn: A. HARPER/ 212-948-0500/ NEWYORK.CERTS@MARSH.COM COMPANY F SECUR Y INSURED ELECTRONIC TECHNOLOGIES CORP. USA COMPANY D/B/A INGERSOLL RAND COMPANY G 11819 N. PENNSYLVANIA STREET CARMEL IN 46032 , COMPANY - H CONTINUED FROM DESCRIPTION SECTION: EMPLOYER'S LIABILITY $12,000,000 EXCESS OF $3,000,000 PRIMARY LIMITS. CITY OF SEBASTIAN ATTN: PAUL WAGNER 1225 MAIN STREET SEBASTIAN. FL 32958 MARSH USA iNC. BY James Sallada --~~~-z~~`"~l v' 1~-T~ A~ t~IQ1 II] Altl~t CERTIFICATE NUMBER ' T~F~ ' E '[ V [f~Iti7k7I~/ R L R 11 1 / v 'tP! G NYC-002335062-10 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS Marsh USA Ir1C. NO RIOHTS UPON THE CERTIFICATE HOLDER OTHER THAN THOSE PROVIDED IN THE 1166 Avenue of the Americas POLICY. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVER/1(iE IVew York, NY 10036 AFFORDED BY THE POLICIES DESCRIBED HEREIN. Attn: A. HARPER/ 212-948-0500/ COMPANIES AFFORDING COVERAGE NEWYORK.CERTS@MARSH.COM COMPANY SECUR Y A ACE AMERICAN INSURANCE COMPANY INSURED COMPANY INGERSOLL-RAND CO. B LEXINGTON INSURANCE COMPANY ELECTRONIC TECHNOLOGIES CORP. USA SECURITY ONE SYSTEMS, INC. COMPANY 43 MILL STREET C INDEMNITY INS CO OF N. AMERICA DOVER PLAINS, NY 12522 COMPANY D N/A cou~>~s ... THIS IS TO CERTIFY THAT POLICIES OF INSURANCE DESCRIBED HEREIN HAVE BEEN ISSUED TO THE INSURED NAMED HEREIN FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THE CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, CONDITIONS AND EXCLUSIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE(MMIDDIYY) POLICY EXPIRATION DATE(MMIDDIYY) LIMITS A 6EN ERALUABILITY HDOG21713892 01/01/06 01/01/07 GENERAL AGGREGATE $ 2,000,000 X COMMERCIAL GENERAL LIABILITY PRODUCTS -COMP/OP AGG $ 2,000000 CLAIMS MADE ~ OCCUR PERSONAL & ADV INJURY $ 1 ~~~~~~ OWNER'S 8 CONTRACTOR'S PROT EACH OCCURRENCE $ 1 ,000,OOO FIRE DAMAGE (An one file) $ 1 ,000,000 MED EXP An one rson $ 10,000 A Aur oMOBILE uaBIUTY ISA H08022094 (AOS) 01/01!06 01/01/07 COMBINED SINGLE LIMIT $ 1 ,0,000 A X ANY AUTO CAC 394528 (CANADA) 01/01/06 01/01/07 X ALL OWNED AUTOS BODILY INJURY $ X SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ (Perawident) X NON-OWNED AUTOS X HYSICAL DAMAGE 'SELF INSURED' PROPERTY DAMAGE $ iARA(iE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ B EXCESSLIA9IUTY 7412110 01/01/06 O1/O1/O7 EACH OCCURRENCE $ 6,000,00 X UMBRELLA FORM AGGREGATE $ 6,000,000 OTHER THAN UMBRELLA FORM $ C WO R R COMPE SA ION AND ' WLR 044338245 (AOS) 01/01/06 01!01/07 X TORY LIMITS ER _ A UA&LrrY EMPLOYERS SCF 044338270 (WI) 01/01/06 01/01/07 EL EACH ACCIDENT $ 3,000,000 A THE PROPRIETOR/ X INCL WLR 044338257 (CA) ()1/01/()6 01/01/07 EL DISEASE-POLICY LIMIT $ 3,0~,0~ PARTNERS/EXECUTIVE EACH EMPLOYEE EL DISEASE 0 000 $ 3 OFFICERS ARE: IXCL - , , DESCRIPTION OF OPERATIONS/LOCATIONSIVEHICLESdSPECIAL ITEMS THE INSURANCE POLICIES ABOVE PROVIDE COVERAGE FOR SECURITY ONE SYSTEMS EFFECTIVE 5/12/05. THE CERTIFICATE HOLDER IS HEREBY NAMED AS AN ADDITIONAL INSURED SUBJECT TO TH E TERMS AND CONDITIONS OF THE POLICY. FOR A COPY OF OUR POLICY ENDORSEMENT, PLEASE VISIT OUR WEBSITE AT WWW.IRCO.COM. INGERSOLL RAND COMPANY ISSELF-INSURED FOR AUTOMOBILE LIABILITY FOR $14,000,000 EXCESS $1,000,000 PRIMARY, FOR WORKER'S COMPENSATION $12,000,000 EXCESS OF $3,000,000 PRIMARY, AND FOR `GERT[FICk"fE: F~OC[~Ef( `: _' '' G/iNC€L1.Jk'Fli'~I+I '' SHOULD ANY OF THE POLICIES DESCRIBED HERENJ BE CANCELLED BEFORE THE E%PIRATION DATE THEREOF, THE INSURER AFFORDING COVERAGE WILL ENDEAVOR TO MAIL ~Q DAYS WRITTEN NOTICE TO THE CITY OF SEBASTIAN CERTIFICATE HOLDER NAMED HEREIN, BUT FAIWRE TO MAIL SUCH NOTICE SHALL MPOSE NO OBLIGATION OR ATTN: PAUL WAGNER 1225 MAIN STREET LIABILffY OF ANY KIND UPON THE INSURER AFFORDMG COVERAGE, RS AGENTS OR REPRESENTATIVES, OR THE SEBASTIAN, FL 32958 ISSUER OF THIS CERTIFICATE. MARSH USA INC. BY: Shannon Brendle ¢~^-^~-"'~ __ MM1(3/9~} VALID AS OF.12/21/05 ADDI710NAL fNFORMATION PRODUCER t Marsh USA Inc. '1166 Avenue of the Americas New York, NY 10036 Attn: A. HARPER/ 212-948-0500/ N EWYORK.CERTS@MARSH.COM SECUR Y INSURED INGERSOLL-RAND CO. ELECTRONIC TECHNOLOGIES CORP. USA SECURITY ONE SYSTEMS, INC. 43 MILL STREET DOVER PLAINS, NY 12522 - _ _... DATE (MM/DD(YY) '' NYC-t10~335Uf 2-~ t~ . 12 / 21 /0 5 ......... _.. COMPANIES AFFORDING COVERAGE COMPANY E COMPANY F COMPANY G COMPANY H ~~(T CONTINUED FROM DESCRIPTION SECTION: GENERAL LIABILITY $10,000,000 EXCESS OF $5,000,000 PRIMARY LIMITS WITH ACE AMERICAN INSURANCE COMPANY. CITY OF SEBASTIAN ATTN: PAUL WAGNER 1225 MAIN STREET SEBASTIAN, FL 32958 MARSH USA INC. BY Shannon Brendle ~"'''~" i?~ge _.. ~. CERTIFICATE OF LIABILITY INSURANCE Zii2i oa PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION MICHAEL J. KELLY INSURANCE AGENCY ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 3463 State Street, #224 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Santa Barbara, CA 93105 805-682-0113 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: Twig City Pile In9urance Company Security One Systems , Inc . INSURER B. sirat Cammarcial xnevrame co.@.ay 5747 North Andrews Way INSURER G Lexington IasTmance Company Ft. Lauderdale, FL 33309 INSURER D RaztfaM Casualty Easuranoe Ceo~aay THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED 70 THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWRHSTANDING ANY REQUIREMENT, TERM DR 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. AGGREGATE LW11T5 SHOW N MAY HAVE BEEN REDUCED BY PAID CLAIMS. Lra anp TYPE OFINSURANCE POLICY NUMBER DATE MMFDOCTIVE DATCEVIX~DATION LIMBS GENERAL LIABILRY EACH OCCURRENCE $ 1 , OOO , OOO X COMMERGAL GENERAL LIA81LfN PREMISES caurence $ 3OO OOO CLAIN9SMADE ^X OCCUR MED IXP(Anyone person) $ 10,000 A X X arm E & O 72 UEN QD4013 Ol-Ol-04 Ol-Ol-05 PERSONALanovwdulzY $ 1,000,000 GENERAL AGGREGATE $ 2 , OOO , OOO GEN'L AGGREGATE LIMB APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000 OOO POLICY X PRO LOC JECT AUT X OMOBILE LIABILITY ANVAUTO COM81NE0 SINGLE LIMB (Ea accident) $ 1,000,000 X X ALLOWNED AVTOS SCHEDULED AUTOS BODILY INJURY (Per person) $ A X X HIRED auTOS NON-OWNEOAUTOS 72 UEN QD4013 01-01-04 O1-O1-05 BODILY INJURY (Peraccident) $ PROPERTY DAMAGE $ (Peraccidant) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT 3 ANYAUTO OTHERTHAN EA ACC $ i AUTOONLY: qGG $ EXCESSIUMBRELLA LIABILIN ~ EACH OCCURRENCE $ 3 , OOO, OOO X OCCUR ~ CLAIMSMADE ~ AGGREGATE $ 3 , OOO, OOO 72 HHU QD4246 01-01-04 01-01-05 $ D DeoucnBLE $ X RETENTION S lO, OOO $ WORKERS COMPENSATIONANO X TORYLIMRS ER EMPLOYERS LIA8ILT^( ARTNERIE%ECWIVE 16509-1 01-01-04 O1-Ol-O5 E.L. EACH ACCIDENT $ 1,000,000 B ItJY PROPRIETORIP OFFICERIMEMBER IXCLIIpEOi E.L. DISEASE-EA EMPLOYE $ 1,DDD, DDD Ilyyae dBSGIbE IIndE! SPECIALPROVISIONS below E.L. DISEASE-POLICY LIMB $ 1 OOO OOO C orHER PROPERTY 5628407 01-01-04 Ol-O1-05 570,000 BLANKET Equip. 270,000 All Loc nFfiC RIPTInN nF OPERATIONS/ LOCATIONS I VEHICL ES 1 EXCLUSIOIJS ADDED 8V ENDORSEM ENTI SPEGAL PROVISI ONS Cer£icate holder is named as an additional insured as respects General Liability *10 DAY CA FOR OF PREMIUM SHOULD ANV OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE IXPIRATIO Cl ty O£ SebaS tlan DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL *3O OAVS WRffTEN Attn : Paul Wagner NOTICE TD THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL 1225 Ma1n Street IMPOSE NO OBLIGATION OR LIABILRV OF ANY KIND UPON THE INSURER, RS AGENTS OR Sebastian FL 32958 REPRESEMATIVES. AUTHORIZED REPRESE /~~~ I ~I +~ -_ _ ~ _- _ _ ACORD25(2001/O8) .~ City of Sebastian Project Location: City of Sebastian 1225 Main Street Sebastian, FL 32958 Security System Completion Phase Proposal: 6175-1 08/12/2004 Prepared For: Paul Wagner 7121 Grand National Drive Orlando, FL 32819 The data contained in all pages of this proposal has been submitted in confidence and contains trade secrets and/or privileged or confdential wmmercial or financial information. Such data shall be used or disclosed only for evaluation purposes, provided that rf a contract is awarded to this proposer as a result of or in connection with the submission of this proposal, the Customer shall have the right to use or disclose the data herein to the extent provided in the contract. This restriction does not limd the Customer's right [o use or disclose data obtained without restriction from any source, including the proposer. . , r! ~' Systetns° 7121 Grand National Drive Orlando, FL 32819 August 30, 2004 Paul Wagner City of Sebastian 1225 Main Street Sebastian, FL 32958 Re: Access -Proposal Deaz Mr. Wagner: www.securityone.com Thank you for allowing Security One Systems, Inc. the opportunity to present this proposal for your consideration. This proposal is based on our discussions, meetings, site surveys, and bid documents created by your organization. Our company is uniquely qualified to provide the installation and service required for the above referenced security system. Security One Systems, Inc. has an established track record of installing and maintaining similar systems as well as meeting strict time schedules and budget requirements. Our engineering and project management staff have worked together with me to create this proposal. This team will be prepared to deliver your installation in an organized and professional manner. Our installation crews and service technicians will be uniformed, trained, and in company stocked vehicles. In addition, upon completion of the installation, our service department staff will be ready to provide you with same day service utilizing our unique computerized dispatch system. Finally; although most of the work to be done will be executed by other team members, I will be committed to monitoring the process and making sure that your system meets or exceeds your expectations. Sincerely, Ross Linville Security Sales Advisor Page 2 of 6 6175-1 Scope: Access Control 5ystems° Computers Computer #1 Existing Location: Existing Desktop Access Control Softwaze: NexWatch - X-SFW-PWCESW -Pro-Watch CE Server Software Notes: Customer to furnish own server and client machines. Security One to provide and install SQL2000 server license. Customer to furnish and install (as required) all electric, UPS systems, network connections, and telephone lines to each computer location. Page 3 of 6 6175-1 Equipment List T;'P; ' ~' r`~lz~~' 5ysiems'~ Head End Qty Make -Model Price Per Unit Ext. Price 1.00 NexWatch-X-SFW-PWCESW $3,268.77 $3,268.77 Misc Qty Make -Model Price Per Unit Ext. Price 1.00 NexWatch-SQL2000-5 $2,671.00 $2,671.00 1.00 NexWatch-X-CUP-PWCESWCL5 $5,066.01 $5,066.01 Items in italics are not pad of speciaf pricing agreement. Page 4 of 6 6175-1 Financial Summary Systems" Proposal Number: 6175-1 Billing Address: Project Location: City of Sebastian Citv of Sebastian 1225 Main Street 1225 Main Street Sebastian, FL 32958 Sebastian, FL 32958 Access Summary Equipment Materials Labor Svstem Tota] Total Summary Access System Systems Total $11,005.78 $660.35 $881.40 $12,547.53 $12,547.53 $12,547.53 System Discount -$1,540.81 Adjustment ($500.00) Total $10,506.72 This proposal does not include sales tax Date PriMetl 08/3012004 6:34:30PM Page 5 of !I G 175-] Acceptance Systems° For the amount of $10,506.72 for installation. This proposal is valid until 10!1112004 City o Sebastian, security one systems, Inc. Authd' d omer Signature Da S ri One Systems, Inc. Signature Date Terrence R. Moore Printed Name City Manager ~twe ~;PS~d Printed Name Title ~.59~ PO Number /4Pn~" `The above persons represem that they are authorized to sign and execute this binding agreement. This acceptance indicates understanding of the complete proposal, including clarifications, design, programming, drawings, ownership and software licenses and ?the Warranty Service Plan below. This system proposal is intended to provide the Uient partial protection of the designated premises. Its rdesign should be understood to represent a compromise between the costs, understood scope of work, and customer feedback. Accordingly, such a system may not provide ample protection from all possible threats, and Security One Systems, Ina shall not be responsible in such an event. Snaps agreement #6802563 Payment Tor Services Customer agrees to pay Fifty (50 %) percent of [he above pdce as a deposit before work begins. The balance of the installation will be billed upon substantial completion of the system. Under no circumstances may Customer make payments directly to any subcontractor, material supplier, laborer, o¢ any ether person performing work or furnishing ma±edal under the Agreement ~mithout the prior w^?e:; _~oosent of Security One Systems,. Inc.. Service Plan All terms and conditions of the original agreement are hereby incorporated and made part of the Security System Completion Phase. The equipment installed by Security One Systems, Inc. will be covered by a Protection Plan for a period of twelve months following the date of substantial completion of the system. The system will be considered substantially completed at the time which the customer receives beneficial use of the system or is able to receive beneficial use of the system. The service plan will cover all parts and labor during working hours (Monday-Fdday from 8:30AM -S:OOPM excluding holidays. Service can be pertormed on weekends or after hours at Security One Systems, Ina's standard published m[es. Page 6 of 6 6175-1