HomeMy WebLinkAbout1667* Estepp Const IFB 12/13-19 Persimmon Ave LAP�-1a7�
It
I � �+,r
Thursday, March 05, 2015
T®: City Clerk 1 %y
FEE: F
- &e f0-P
The item(s) noted below is /are attached and forwarded to your office for the following action(s):
❑
Development Order
❑
Mayor's signature
❑
Final Plat (original mylars)
❑
Recording
❑
Letter of Credit
❑
Rendering
❑
Maintenance Bond
®
Safe keeping (Vault
❑
Ordinance
❑
Deputy City Manager
❑
Performance Bond
❑
Payment Bond
❑
Resolution
❑
City Manager Signature
❑
❑
City Clerk Attest/Signature
Once completed, please:
❑ Return originals to Purchasing
❑ Return copies
Special Instructions:
Mari s0- ordo -�
From
TADept_ forms \City Clerk Transmittal Memo - 2009.doe
Date
T-1
LLt". ui
DELIVER BY
TERMS
F.O.B. DESTINATION
BID OR QUOTATION NO.
DATE: 08/13/14
PURCHASE ORDER
UNLESS OTHERWISE INDICATED
PO NUMBER
034003
CITY OF SANFORD
CHANGE #:
1
NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED,BY.THE;PURCHASING MANAGER -CITY OF SANFORD
P.O. BOX 1788
DATE CHG:
12/16/14
PURCHASING OFFICE: 407.688.5030
(300 NORTH PARK AVENUE)
SUBMIT INVOICES TO:
ACCOUNTS PAYABLE
ACCOUNTS PAYABLE: 407.688.5020
SANFORD, FLORIDA 32772
FINANCE DEPT.
FACSIMILE: 407.688.5021
FLORIDA TAX EXEMPT NO.: 858012621681 C -8
P.O. BOX 1788
SANFORD. FL 32772
VENDOR NO: 12074
TO:
SHIP TO:,
ESTEP CONSTRUCTION,
INC CITY
OF SANFORD
689 S BINION RD
800
FULTON STREET
APOPKA, FL 32703
SANFORD, FL 32771
PERSIMMON AVENUE SIDEWALK PROJECT
DELIVER BY
TERMS
F.O.B. DESTINATION
BID OR QUOTATION NO.
REQUISITION NO.
UNLESS OTHERWISE INDICATED
09/30/14
NET /30
64359
ACCOUNT NO.:. 136-4047-541.63-86 PROJECT NO.: PW12 0 2
NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED,BY.THE;PURCHASING MANAGER -CITY OF SANFORD
ITEM NO.
DESCRIPTION
QUANTITY
UNIT OF
ISSUE
UNIT COST
EXTENDED COST
ic9c�* 9c *Bc�� * * *dc�4c * *4c *4r *•!c•� *ic7Y 7f�k *9e 9: *7Y*
CHANGE ORDER
1
PERSIMMON AVENUE SIDEWALK PROJECT
451165.00
NA
1.00
451165.00
FDOT' PROJECT `
NO. 427898- 1 -58 -1 LOCAL AGENCY
PROJECT. -
(LAP)- IFB 12/13 -19
2
CHANGE ORDER NO,. 1 FPN NO.
31172.15
NA
1.00
31172.15
427898- 1 =58 -01
IFB 12/13 =19 PERSIMMON AVE LAP
SIDEWALK ITEM
1- THRU3 REMOVE EXISTING SIDWALK
ON 8TH ST;,-ADD
DRIVEWAY APRON.ON..PERSIMMON AVE--
REPLACE:ADA RAMP
AT '13TH STREET & PERSIMMON
INCREASE PO 34003
SUB'
TOTAL
482337.15
TOT
482337.15
APPROVED B PURC AGENT APPROVED BY:
CITY MANA
ALL PACKAGES AND INVOICES ASSOCIATED WITH THIS P.O. MUST BEAR THIS PURCHASE ORDER NUMBER. THE VENDOR IS RESPONSIBLE TO CAREFULLY
READ AND COMPLY WITH ALL OF THE STANDARD TERMS AND CONDITIONS PROVIDED ON THE REVERSE SIDE OF THIS PURCHASE ORDER
AND AT HTTP / IWWW. SANFORDFL. GOV/ DEPARTMENTS/PURCHASEITERMS.HTML
COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING
WS RM A
�877� Item No. to .
CITY COMMISSION MEMORANDUM 15 -001
JANUARY 12, 2015 AGENDA
To:
PREPARED BY:
SUBMITTED BY:
SUBJECT:
SYNOPSIS:
Approval of the cor.
Honorable Mayor and Members of the City Commission
Cynthia Porter, City Clerk
Norton N. Bonaparte, Jr., City manager
Consent Agenda
,sent agenda is requested.
A. APPROVE FIREFIGHTER /EMT /ENG/NEER AND FIREFIGHTER /PARAMEDIC
AGREEMENT AND FIRE LIEUTENANTS AGREEMENT AND AUTHORIZE THE CITY
MANAGER TO EXECUTE THE DOCUMENTS UPON EXECUTION BY THE
FIREFIGHTERS UNION. (INS r -A)
STRATEGIC PRIORITIES:
❑ Unify Downtown & the Waterfront
❑ Promote the City's Distinct Culture
❑ Update Regulatory Framework
❑ Redevelop and Revitalize Disadvantaged Communities
SYNOPSIS:
Approval of the Firefighter/EMT/Engineer and Firefighter /Paramedic Agreement (IAFF Local
3996) and of the Fire Lieutenants (IAFF Local 3996) Agreement is requested.
FISCALISTAFFING STATEMENT:
Both agreements have provisions for a one percent (1.0 %) wage increase and an additional two
percent (2.0 %) one -time cost of living lump sum payment for all bargaining unit members this
fiscal year. Funds for 1.0% recurring wage increase are available in the current year budget and
the 2.0% lump sum payment will come from reserves.
BACKGROUND:
The City and the International Association of Firefighters (IAFF) have been engaged in
negotiations for several months and have come to agreement on new collective bargaining
agreements. With the exception of the wage increase and cost of living payment and of the
Duration Article all other terms and conditions remain the same. The Duration Article provides
for a City reopener for Fiscal Year 2014 -2015 and/or 2015 -2016 for the limited purpose of
discussing Retirement Benefits and also provides for one non -wage reopener for the Union
should the City exercise this option. This will be a two year agreement with the same wage and
cost of living provisions for the second year of the agreement.
RECOMMENDATION:
It is staff's recommendation that the City approve the trade in value of equipment No. 42, John
Deere motor grader and No. 43, Huber motor grader, and to approve procurement of LeeBoy
685c motor grader in the amount not to exceed $117,089.
H. APPROVE THE PROCUREMENT OF T750 BOBCAT COMPACT %RACK
LOADER FROM BOBCAT OF ORLANDO, IN AN AMOUNT NOT TO EXCEED
$,45,8.41.30.
STRATEGIC PRIORITIES:
❑ Unify Downtown & the Waterfront
❑ Promote the City's Distinct Culture
❑ Update Regulatory Framework
❑ Redevelop and Revitalize Disadvantaged Communities
SYNOPSIS:
Approval to procure a T750 Bobcat Compact Track Loader to replace equipment No. 45, a 1998
Caterpillar Backhoe, is requested.
FISCALISTAFF'ING STATEMENT:
The total purchase cost for the T750 Bobcat Compact Track Loader is $45,841.30. Funding for
this procurement is budgeted in the 2014/2015 Capital Equipment Fund.
BACKGROUND:
Equipment No. 45 meets the City of Sanford criteria for replacement. The vendor, Bobcat of
Orlando from which the City is purchasing the T750 Compact Tack Loader, is on the Florida
State Contract #760 - 000 -10 -1 and has been competitively bid.
LEGAL REVIEW:
No legal review requested of the City Attorney.
RECOMMENDATION:
It is staff's recommendation that the City Commission approve the procurement of a T750
Bobcat Compact Track Loader from Bobcat of Orlando, in an amount not to exceed $45,841.30.
L APPROVE CHANGE ORDER No 1 TO ESTEP CONSTRUCTION, INC. IN AN
AMOUNT NOT TO EXCEED $31,172. 15, FOR THE PERSIMMON AVENUE
SIDEWALK PROJECT:
STRATEGIC PRIORITIES:
❑ Unify Downtown & the Waterfront
❑ Promote the City's Distinct Culture
❑ Update Regulatory Framework
® Redevelop and Revitalize Disadvantaged Communities
SYNOPSIS:
Approval of Change Order No. 1 to Estep Construction, Inc. for the Persimmon Avenue
Sidewalk project is requested.
FISCALISTAFFING STATEMENT:
Total requested funds in the amount of $31,172.15 are available from the remaining balance of
the Second Generation One Cent Sales Tax account line.
BACKGROUND:
The funding in the amount of $31,172.15 is requested for unforeseen circumstances pertaining to
ADA (Americans with Disabilities Act) compliancy issues. FDOT Quality Assurance inspection
revealed that there were inadequacies in the existing pedestrian pathway that do not conform to
current specifications and would have to be reconstructed.
If approved, this would assist in facilitating the strategic priority listed as Redevelop and
Revitalize Disadvantaged Communities in the Imagine Sanford Strategic Plan approved by the
City Commission.
LEGAL REVIEW:
The Assistant City Attorney has reviewed this matter and has no legal objection to the action as
stated and with implementation in accordance with City purchasing policies and practices.
RECOMMENDATION:
It is Staff's recommendation that the City Commission approve Change Order No. 1 to Estep
Construction, Inc. in an amount not to exceed $31,172.15 for the Persimmon Avenue Sidewalk
project.
J. APPROVE EXPENDITlJRE TO SHI FUR THE PuRCHA3E OF TYPO NEYY HARD
DRIVE STURAGE [!NITS FOR THE C7TY'S Y/RTUAL SERVERS, !N THE
AmouNT OF $ I33, %68.24.
STRATEGIC PRIORITIES:
❑ Unify Downtown & the Waterfront
❑ Promote the City's Distinct Culture
❑ Update Regulatory Framework
❑ Redevelop and Revitalize Disadvantaged Communities
SYNOPSIS:
Approval of payment in the amount of $133,768.24 to SHI for the purchase of two hard drive
storage units for the City's two virtual servers is being requested.
DATE: 08 /13/14 PURCHASE ORDER
PO NUMBER 034003
CITY OF SANFORD
P.O. BOX 1788
( :HASING OFFICE: 407.688.5030 (300 NORTH PARK AVENUE) SUBMIT INVOICES TO: ACCOUNTS PAYABLE
-OUNTS PAYABLE: 407.688.5020 SANFORD, FLORIDA 32772 FINANCE DEPT.
FACSIMILE: 407.688.5021 P.O. BOX 1788
FLORIDA TAX EXEMPT NO.: 858012621681 C -8 SANFORD, FL 32772
VENDOR NO.: 12074
TO: SHIP TO:
ESTEP CONSTRUCTION, INC CITY OF SANFORD
689 S BINION RD 800 FULTON STREET
APOPKA, FL 32703 SANFORD, FL 32771
DELIVER BY
TERMS
F.O.B. DESTINATION
BID OR QUOTATION NO.
REQUISITION NO.
UNLESS OTHERWISE INDICATED
09/30/14
NET /30
64359
ACCOUNT NO.: 136 - 4047 - 541.63 -86 PROJECT NO.: PW1202
NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD
ITEM NO.
DESCRIPTION
QUANTITY
UNIT OF
ISSUE
UNIT COST
EXTENDED COST
1
PERSIMMON AVENUE SIDEWALK PROJECT
451165.00
NA
1.00
451165.00
FDOT PROJECT
NO. 427898- 1 -58 -1 LOCAL AGENCY
PROJECT
(LAP) - IFB 12/13 -19
1
SUB
TOTAL
451165.00
TOTAL
451165.00
APPROVED BY:
PURCHASING AGEN .
APPROVED BY: r �r'C'
CITY UKINAGER
ALL PACKAGES AND INVOICES ASSOCIATED WITH THIS P.O. MUST BEAR THIS PURCHASE ORDER NUMBER. THE VENDOR IS RESPONSIBLE TO CAREFULLY
READ AND COMPLY WITH ALL OF THE STANDARD TERMS AND CONDITIONS PROVIDED ON THE REVERSE SIDE OF THIS PURCHASE ORDER
AND AT HTTP:// WWW. SANFORDFL. GOV/ DEPARTMENTSIPURCHASEfTERMS.HTML
COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING
Change Order No.
Project Name:
SECTION 00950
CHANGE ORDER FORM
#1
Persimmon Avenue LAP Sidewalk , FPN#427898-1-58-01
U�•
Owner: City of Sanford, Florida
Contractor: Estep Construction, Inc.
Agreement Date: June 10, 2014
This Change Order is necessary to cover changes in the work to be performed under
this Agreement. The Agreement, General Conditions, Supplementary Conditions, and
Technical Specifications contained in the Project Manual apply to and govern all work
under this Change Order.
THE FOLLOWING CHANGES ARE MADE TO THE CONTRACT DOCUMENTS:
1. Original Contract Price
2. Current Contract Price (Adjusted by Previous Change Orders)
3. Total Proposed Change in Contract Price
4. New Contract Price (item 2 + Item 3)
5. Original Contract Time
6. Current Contract Time (Adjusted by Previous Change Orders)
7. Total Proposed Change in Contract Time
8. New Contract Time (item 6 + Item 7)
9. New Contract Substantial Completion Date
10. New Contract Final Completion Date
lFB 12113-19 Persimmon Ave Lap Sidewalk
FDOT Project NO. 27898-1-58-1
00950-1
14a
$ 451,165.00
$ 31,172.15
$ 482,337.15
180 Days
180 Days
0 Days
180 Days
January 3, 2015
February 1, 2015
154■TITYrUE! 0 �zl z 91
CHANGES ORDERED
Description of Change: Remove existing sidewalk from St 210 +80 Rt to St 224 +20 Rt on 8th Street.
Reason for Change: Sidewalk cross slope exceeds 2% in the majority of the run and has numerous uneven cracks.
See Attached documentation for Item #1
Change in Contract Price: $ 30,631.08
Change in Contract Time: Days 0
ITEM 2
Description of Change: Add driveway apron on Persimmon Ave. at St 103 +75 Rt
Reason for Change: Resident access point to lot. See attached documentation for Item #2.
Change in Contract Price: $ 143.74
Change in Contract Time: Days 0
Description of Change: Replace ADA ramp at 13th St. and Persimmon
Reason for Change: Ramp was broken and out of compliance with ADA. See Attached Documentation for Item #3
Change in Contract Price: $ 397.33
Change in Contract Time: Days 0
IFB 12/13 -19 Persimmon Ave Lap Sidewalk
FDOT Project NO. 27898- 1 -58 -1
CHANGE ORDER FORM
00950 -2
ITEM 4
Description of Change:
Reason for Change:
Change in Contract Price: $
Change in Contract Time: Days
ITEM 5
Description of Change:
Reason for Change:
Change in Contract Price: $
Change in Contract Time: Days
ITEM 6
Description of Change:
Reason for Change:
Change in Contract Price: $
Change in Contract Time: Days
IFB 12/13-19 Persimmon Ave Lap Sidewalk
FDOT Project NO. 27898-1-58-1
CHANGE ORDER FORM
00950-3
CHANGE ORDER SUMMARY
No.
Description
Change in
Contract Price
Change in
Contract Time
1
$30,631.08
0
Arid driveway apron on Persimmon Ave
143.74
0
3
Replace ADA ramp at 13th Street & Persimmon
0
TOTAL
$ 31,172.15
0 Days
WAIVER This Change Order constitutes full and mutual accord and satisfaction for the
adjustment of the Contract Price and Contract Time as a result of increases or decreases in
cost and time of performance caused directly and indirectly from the change. Acceptance of
this Waiver constitutes an agreement between OWNER and CONTRACTOR that the Change
Order represents an equitable adjustment to the Agreement and that CONTRACTOR shall
waive all rights to file a Contract Claim or claim of any nature on this Change Order. Execution
of this Change Order shall constitute CONTRACTOR's complete acceptance and satisfaction
that it is entitled to no more costs or time (direct, indirect, impact, etc.) pursuant to this Change
Order.
IFB 12113 -19 Persimmon Ave Lap Sidewalk
FDOT Project NO. 27898- 1 -58 -1
CHANGE ORDER FORM
00950 -4
APPROVAL AND CHANGE ORDER AUTHORIZATION
ACKNOWLEDGMENTS
The aforementioned change, and work affected thereby, is subject to all provisions of the
original Agreement and specifically changed by this Change Order; and
It is expressly understood and agreed that the approval of the Change Order shall have no
effect on the original Agreement other than matters expressly provided herein.
ATTEST:
0
(ASecretarW
/ 1, XI - I
Date
(Corporate Seal)
ATTEST:
&(I � J
(Signature)
G-01, i L--4
Date
(Seal)
i- lt'Q C
Contracto
Printed N and Title of Officer
By ( re)
Date
12� r
Owner
Printed Name and Title
By (Sign re)
l�l /
Date
END OF SECTION
00950 -5
IFB 12/13 -19 Persimmon Ave Lap Sidewalk
FDOT Project NO. 27898- 1 -58 -1
CHANGE ORDER FORM
Item #1
ADDITIONAL SIDEWALK REMOVAL & REPLACEMENT
Bonds & Insurance (2.67%) $ 796.58
Total $30,631.08
begin
end
width
length
sf
sy
21080.78
21172.93
5
92.15
460.75
51.19444
21204.41
21909.08
5
704.67
3523.35
391.4833
21940.37
22017.89
5
77.52
387.6
43.06667
22041.64
22136.74
5
95.1
475.5
52.83333
22160.48
22280.51
5
120.03
600.15
66.68333
22311.81
22397.84
5
86.03
430.15
47.79444
22397.84
22415.72
5
17.88
89.4
9.933333
1193.38
662.9889
qty
unit price
total
110-4
Remove Concrete Pavement
662.9889
$ 15.00
$ 9,944.83
Concrete Sidewalk 4"
662.9889
$ 30.00
$19,889.67
P�71
Subtotal
1
$ 29,834.50
1
Bonds & Insurance (2.67%) $ 796.58
Total $30,631.08
EXISTING SIDEWALK CROSS SLOPES
Station YSslope Station Y6slope
210+80.78
2.1
211+00
2.1
211+50
1.4
211+72.93
2.5
212+4.41
2.5
212+50
3.1
213+00
2.4
213+50
2.5
214+00
2
214+50
2.3
215+00
2.9
215+50
2.4
216+00
2A
216+50
2.7
E7+00
3
217+50
1.4
218+00
2.3
218+50
2.9
219+00
1.7
219+9.08
1.6
219+40.37
23
219+50
3.4
220+00
3.2
220+17.89
0.7
220+41.64
1.4
220+50
1.7
221+00
2.4
221+36.74
1.9
221+60.48
16
222+00
1A
222+50
1,2
222+80.51
1.6
223+11.81
01
223+50
23
223+97.84
2.5
223+97.841 2.5
1224+15.721 0. 5d
(* Indicates measurements where the slope between
measurements exceeded 2%.)
00'06+3/3
==
N
h
0
00
m.n n
O N
A
mW:
'1J H3M3H8 3715VJ
„�
w
m
—
°
m g
U3
I
+ Wx>
SpZ
°
bQ
w. p
bm z+
O+N
mw
^
I^ am
O Vf li QQ
e°'oob o >n <2 11 Wy
Uoc•°•.aoNmoo +' 17911
••
p�
NOr•1b +ANN w3. 166 _�2p =y
o 2
E ¢
eh
¢11 IINY Ailtlll \ yj � I i VWOUQ
� � 3
A 205 +11.16
�Mf art V1 W Q
��9
C7 C.2 41k OL
a a p l--+z a a -•z x> I �N +
8[I�
sir
'3AV .188367171 R} >C ¢,0
0 07
� "
'3AV my367nn
i
w i%Z�
CJ CkY M G
+ _
-r
�o
ur +u ......_ 0
:
��
U6000bM00 �
'
�� I
�J
II II II 11 II II 11 /�Q.
QII
ryr(r
� �� �
I Z
WOf
m
uiap� -�eua ,. i 1 -.°w w \
( i-:
zl �e'
3
a•�
i
Im
it
W ? a` 6)O +
V +w
/ J
l01'IBa
IN
i
r
tlY
c
�x
"
' rn i aww
IV h
!
�
+•,
vi WWCb
w� —II
Y
i
f I Zb
19'01+ Z 'Vl5 !d C O
WOO X
I CVV�W>
I W
•
I
.'
UV
( 4�o
f •'I'
I
= X
N�
8
Z+
V 189'R
Wy~j
00
1'a
IT WU
199 Jti ¢
N
..
jeJ�ti
r
o '1 +8848
I°o
8v0F
�mzowc¢ ��
PC
o-
�ujF tW=W VQK
I
v
�
CmWOCQW�ha4
l7,
.. Va
C
ti QtA, tx �?m
b
um
\V owwEOw�x�.''i
^
^ +p
i\ r
C
l m
(
hV
r
>
°
�p0k80'00
00'09+900
00100+9/0
00' 00+6ZZ
I
i
LL
NW
ti
;Fpl
wti
q`
and a3oNV370
U.T..
ry
'1J 'IS N1B
I
I
4qn I
no
I
¢
`� i. t
YtiWWWO
QQUQ42N
pm��ti =wh
+
(
HR 2Vp�2mtiy1
� I
ID
I
wti QQQ¢W� =pC
�
i
a� ppxnr'�3oQ
I=
7
LLiQtiti�Dy3jU12-
I
2
m
I
CJ7
G
�
"�
2 1 <`�
W�
d
W
co
�^^^..
L
ca
Wx
i
p W
`
' w;;-...-'..' ....... .........�..,..m.....,.m.......
P!D K.b ..w.,
a�
a5ag
ed'C
0 co
w
tYi
12-
5 iiii 3
I L,
m
I
>
3Nf15009NVP!
It
f
i
1
h
W
¢
9('S6
W�
£IZ'VIS 9dx2�,
W
I
'c22,
mVU i
+ i i
lJ 'IS H18
0 "
�
W
w
I
emu,
z
i
I
i
I
00'06
+Z1Z
00'00
+810
O
00'09+603
rb ora,o
�
o
V C
i°
�
X22
b
+
(
n)
N�
a
2
Ln
01 W
m1
Q
+
�ry�
�I i
RO-
-woo
a
w to w
30' OZ
OW
'3AV OOV,7VAV�l
OOVJVAV
N
�',' +
i "1
Wu3AV
W
mV
.wln
NW
¢ yF`jW�
Opa W 2�
+
_ OW
OAF
n
c
P
-
a
?^z
'
a
Z:
I
Y
O]!
SW
t~it
a �I
.,2W
if
g'O�OW N2
+
W CN W�Wi °`OI,�WO
hl
C W
O'v
otf+
CUU
I pK�WOV WC,
+
h
mWC�m ZQ
o
3
h
t
t Iry
wW�w�mwn
I
cw K'
all
v
54
G�
W:
Wm
za 3
+ +
x
•ohs:
�
zF ¢?ou�~h
— _
-
�-: I
IS
¢� —
igb
zzz
Ixza3viW
Vt°3
�n
i �,:
3 t
�
u
'3AV NVJ3d
�'3AV NVJ3d
NU
c
I
— —
a A£
IoNO
II
U
AZ
~
W
o
��Q
3
�
it
o ��1
+
ry
�I
If +
ati
'„
III
^O¢C
N
. . .... . ....... .
•% ��
i 3�R46
°�n
a
qp ,�
xb,
W
tiI
3
0..
wU1
'3AV
I
X
'3AV
z Q
yi
3A /70
3A170
K7
..._�
+ + I
tU -0
IN
¢
1 I
IC
00*00+bZZ
00'08
+6Z0
0
Item #2
Item #2
Add Driveway apron on Persimmon Ave. at St. 103 +70 Rt.
Item
Description
Unit
Quantity
Unit price
Total
5222 -2
Concrete Sidewalk 6"
SY
3.5
$40.00
$140.00
Bonds & Insurance (2.67%)
$3.74
TOTAL I 1 1 $143.74
i
I p
i
w a
La.J w p
W a
8 I A
1 W r
' b 1
N
(7w
xCC
� Div 1
cr-
N 0
r.� a
W
ryMn.�j N
Ir �
6
a� p
4
1
p
' r
®� I
1
1 1
11 1
1 I
i
i � 1
i r
6 I LL� '
1
�I� m 1
1 ( , C)
rn CL
1
a
1
' try r
1
B
I � 1
1
i 0
r
1 �YJ
' l0 M
co
I
' OC
1 � 1
rrl
M O
I �
' lfl O
L
cu
0 QL
N
I.-Mimiro-Ij
Item #3
Replace Ramp at 13th Street & Persimmon Ave.
Item
Description
Unit
Quantity
Unit price
Total
110 -4
Remove Concrte Pavement
SY
8.6
$15.00
$129.00
522 -1
Concrete Sidewalk 4"
SY
8.6
30.00
$258.00
Subtotal
$387.00
Bonds & insurance (2.67%)
$10.33
TOTAL
$397.33
-i(Y;�
�
CL
UJ
U-i
Ln
I-,-
V)
U-i
C)
CC) ry) co,
U)
ry) (3) ry) �
C6 LJJ
Lt.
Qo + —1
-
� C)
:SIL21JI
cr-
ry)
ry) 03
N N 1 0)
N ri
I
Is3m
C6 LJJ
rN
Qo + —1
LU
U-
CC
9
U-
U8:
--I
rN,
t---t
�12
Iz-
CD
I FN
� C)
:SIL21JI
cr-
ry)
ry) 03
N N 1 0)
N ri
I
Is3m
Al .� ®
CERTIFICATE OF LIABILITY INSURANCE
DATE (MMIDDMIYYj
10/1/2014
`.—"
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
SIHLE INSURANCE GROUP, INC.
CONTACT
Certificate Department
FAX tC o • 407 - 389 -3580
PHONE. . 407- 869 -5490
E-MAIL Certificates @sihle.com
P. O. BOX 160398
ALTAMONTE SPRINGS FL 32716
INSURERS AFFORDING COVERAGE
NAIC #
INSURER A: National Fire Ins of Hartford
20478
INSURED ESTEP -1
Estep Construction, Inc.
689 S Binion Road
INSURERB:Commerce & Industry Insurance
19410
INSURERC:CONTINENTAL INS CO
35289
INSURERD:VALLEY FORGE INS CO
20508
Apopka FL 32703
INSURERE:Travelers Insurance Co.
25658
INSURER F:
s2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY ❑ PRO JECT a LOc
COVERAGES GEKI11-IC:AIt_NUmt5cK:'*rl; till IG .•�• •- •---- • -- - -"
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
A
TYPE OF INSURANCE
�( COMMERCIAL GENERAL LIABILITY
CLAIMS-MADE X OCCUR
INSD
Y
WVD
Y
POLICY NUMBER
5095651001 10/112014
POLICY EFF
MMIDD
10/1/2015
POLICY EXP
MMIDD
LIMITS
EACH OCCURRENCE
$1,000_000
DAMAGE TO RENTED
PREMISES Ea occurrence
5100,000
MED EXP (Any one person)
$5,000
PERSONAL & ADV INJURY
$1,000,000
X
XCU
GENERAL AGGREGATE
s2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY ❑ PRO JECT a LOc
PRODUCTS - COMPIOP AGG
$2,000,000
Pollution Liability
51,000,000
OTHER:
C
AUTOMOBILE LIABILITY
Y
5095650995
0/1/2014
10/1/2015
(Ea accident)
BODILY INJURY (Per person)
$1,000,000
$
X ANY AUTO
ALL OWNED SCHEDULED
NON -OWNED
HIRED AUTOS AUTOS
BODILY INJURY (Per accident)
$
O
Per accident
5
PIP
$10,000
B
UMBRELLALIAB
OCCUR
BE01277815
10/1/2014
10/1/2015
EACH OCCURRENCE
S
AGGREGATE
S
EXCESS LIAB
CLAIMS -MADE
5
D
A
E
DED I I RETENTIONS
WoRKERS COMPENSATION
AND EMPLOYERS' LIABILITY YIN
ANY PROPRIETORIPARTNERIEXECUTIVE
OFFICERIMEMBER EXCLUDED?
(Mandatory In NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
Contractors Equipment
Railroad Protective L1ab
"/ A
Y
C5095664119
5095651001
66708
0/1/2014
0/1/2014
/3/2014
10/1/2015
10/1/2015
/312015
STATUTE ERH
E.L. EACH ACCIDENT
$ 1000000_
E.L. DISEASE - EA EMPLOYEE
$1_000,000
_
E.L. DISEASE - POLICY LIMIT $1000000
Leased & Rented Equip $500,000
Aggregate 6,000,000
Occurrence 2,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required)
Re: IFB 12/13 -19, Persimmon Ave. Lap Sidewalk FDOT Project #427898- 1 -58 -01 City of Sanford, its agents, employees and officials are
included as additional insured for Automobile Liability and General Liability on a Primary and Non - Contributory basis, when required by
written contract. A Waiver of Subrogation applies when required by written contract to (cont'd) the General Liability and Workers
Compensation policies in favor of City of Sanford, its agents, employees and officials.
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
City of Sanford Attn: Purchasing Manager 300 N. Park ACCORDANCE WITH THE POLICY PROVISIONS.
Avenue
P.O Box 1788 ORIZED REPRESENTATIVE
Sanford FL 32772 -1788 tzt� (1-d'
171988 -2014 ACORD CORPORATION. All rights reserved.
ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD