Loading...
1609 - Killebrew Inc - 4th St Water Main Looping Phase 2PURCHASING DEPARTMENT Thursday, September 26, 2013 TRANSMITTAL MEMORANDUM To: City Clerk RE: Killebrew Inc PO 33534 RFQ 11/12 -02 4th St Water Main Looping Ph 2 -Water Treatment Plants Well Fields & Water Quality SRF Loan DWI 59120 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: Ma,r4o4, Ord oi;x,e From T: \Dept_forms \City Clerk Transmittal Memo - 2009.doc Date DATE: 09/03/13 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 11849 TO: KILLEBREW, INC PO BOX 6258 LAKELAND, FL PURCHASE ORDER CITY'OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 858012621681C -8 33807 -6258 PO NUMBER 033534 SUBMIT INVOICES TO: ACCOUNTS PAYABLE FINANCE DEPT. P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD 300 N. PARK AVENUE SANFORD, FL 32771 DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 63887 09/30/13 NET /30 ACCOUNT NO.: 452-4S30-536.63-03 PROJECT NO.: DW1104 NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING UNIT OF MANAGER - CITY OF SANFORD QUANTITY UNIT COST EXTENDED COST ITEM NO. DESCRIPTION ISSUE 1 4TH ST WATERMAIN LOOPING PH 2 113888.00 NA 1.00 113888.00 CIP(RFQ 11/12 -02) WATER TREAMENT PLANTS; WELL FIELDS AND WATER QUALITY. SRF LOAN DW159120 SUBTOTAL I 113888.00 mnm T. 113888.00 APPROVED BY: U APPROVED BY: CITY MANA PURCHA AGENT ALL PACKAGES A 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:IN VWW. SANFORDFL. GOVI DEPARTMENTSIPURCHASEITERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING BAIT PURCHASE ORDER TERMS AND CONDITIONS 1. By accepting this Purchase Order (PO) the Vendor accepts all of the Terms and Conditions included herein. The Buyer is the City of Sanford, Florida, hereinafter referred to as the "City ". The term "City" is used in a broad sense to include its employees, directors, officers, agents, volunteers, etc. 2. All information referenced is hereby incorporated into the PO. These Terms and Conditions may be varied only by written amendment signed by the parties. All modifications in performance, including but not limited to, extensions of time, renewal, or substitution are void absent dually signed amendment by the parties. Time is of the essence of the lawful performance of the duties and obligations contained in the Purchase Order. The Vendor agrees that Vendor shall diligently and expeditiously pursue Vendor's obligations. 3. Cancellation rights reserved by the City. The City may cancel this PO in whole or in part at any time for default by written notice to the Vendor. The City shall have no liability to the Vendor beyond payment of any balance owing for Material purchased hereunder and delivered to and accepted by the City prior to the Vendor's receipt of the notice of termination. 4. Terms of shipping are F.O.B. the City's delivery location unless otherwise noted within the terms of this P0. Regardless of the indicated F.O.B. point, the City does not accept title until the delivery is acknowledged by an authorized City representative" 5. Prices stated on this PO are firm, all inclusive and consistent with applicable negotiations, bid(s) and /or quotations. The City is exempt from the Florida Sales and Use Tax and will furnish the Vendor with proof of tax exemption upon request. Extra charges for any purpose will not be allowed unless explicitly indicated on the PO. This order is hereby cancelled, if pricing is omitted. 6. The Vendor warrants that any material or equipment supplied hereunder is new, un used condition and free from defects in title, workmanship, defects in design and in full compliance with the specifications defined by the City in the order. The goods or services furnished under this PO are covered by commercial warranties for such goods or services and that the rights and remedies provided therein are in addition to and do not limit those available to the City. A copy of these warranties and all applicable manufacturers' warranties shall be furnished at the time of delivery. 7. The City reserves the right to conduct any inspection or investigation to verify compliance of the goods and /or services with the requirements of this purchase order and to reject any delivery not in compliance If any deficiency is not visible at the time of delivery the City reserves the right to take and /or require appropriate corrective action upon the discovery of any deficiency, non - compliance, or defect 8. All tools or property furnished to the Vendor by the City shall remain the property of the City, be subject to removal upon the City's demand, be used only on behalf of the City, be maintained in good order, and be clearly identified as property of the City. The Vendor assumes any and all liability of whatsoever type or nature for loss or damage to such property. 9. The Vendor agrees to comply with all Federal, State of Florida, Seminole County, City laws, ordinances, regulations, authority and codes and authority having jurisdiction over the purchase. 10. To the fullest extent permitted by law, the Vendor shall indemnify, hold harmless and defend the City, its agents, servants, officers, officials and employees, or any of them, from and against any and all claims, damages, losses, and expenses including, but not limited to, attorney's fees and other legal costs such as those for paralegal, investigative, and legal support services, and the actual costs incurred for expert witness testimony, arising out of or resulting from the performance or provision of services required under this Agreement, provided that same is caused in whole or in part by the error, omission, act, failure to act, breach of contract obligation, malfeasance, officers, officials, employees, or agents. Additionally, the Vendor accepts responsibility for all damages resulting in any way related to the procurement and delivery of goods or services contemplated in this purchase order. Nothing herein shall be deemed to affect the rights, privileges, and immunities of the City as set forth in Section 768.28, Florida Statutes. 11. The Vendor shall not assign this PO, any rights under this PO or any monies due or to become due hereunder nor delegate or subcontract any obligations or work hereunder without the prior written consent of the City. 12. The Vendor shall not disclose the existence of this PO without prior written consent of the City except as may be required to perform this PO. 13. All Material purchased hereunder must be packaged to ensure its security and delivery in accordance with the City's shipping and packaging specification and good commercial practice. Each package shall be labeled indicating the addressee of each package or shipment and the applicable PO number. All shipments shall comply with HAZMAT requirements including, but not limited to, (DOT) regulations published in 49CFR 1399, OSHA regulations 29 CFR 4999. 14. The Vendor shall perform the obligations of this PO as an independent contractor and under no circumstances shall it be considered as agent or employee of the City. 15. The Vendor ensures that its personnel shall comply with reasonable conduct guidelines and City policies and procedures. 16. After each delivery, the Vendor shall provide to the "bill to address" an original, "proper invoice" (single copy) which includes: a) Vendor's name(dba), telephone number, mailing address; b) City's P.O. Number; c) Date of invoice; d) Shipping date; e) Delivery date; f) Payment terms; g) Description of goods /services; h) quantity; i) Unit price; j) Extended price; k) Total. The City has the right to reconcile invoice with the PO and adjust payment accordingly to comply with the PO. Payment will be made only to the Vendor identified on the PO and for received and accepted goods /services. The City shall have right at any time to set -off any amounts due to the Vendor against any amounts owed to the City by the Vendor and shall in the case of Vendor default retain the right to further adjust payments as consistent with the best interests of the City. 17. Payment of invoices will be in compliance with Chapter 218, Part VII of Florida Statutes, City Ordinance No. 3029, Purchasing Policy of the City and the stipulations, terms and conditions of this PO. Any cash discount period will date from receipt of invoice, receipt of actual delivery or date of invoice, which ever is later. 18. If this PO involves the Vendor's performance on the City's premises or at any place where the City conducts operations, the Vendor shall request information from the Purchasing Manager regarding insurance coverage requirements. In circumstances where insurance is required, Vendor shall provide proofs of insurance required by the City, or City reserves the right to cancel this Purchase Order, immediately suspend performance by the Vendor at Vendor's expense and prohibit access to City premises until such proofs of insurance is verified. Noncompliance with this item shall place the Vendor in default and subject to disbarment from the City's Vendor List. 19. The failure of the city to enforce any provision of this PO, exercise any right or privilege granted to the City hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. 20. The Vendor shall notify the Purchasing Manager of any inherent hazard and applicable precautions, protective measures and provide any additional relevant information, including MSDS, related to the Material being purchased herein. 21. The City shall have the right at no additional charge to use all or portions of material found in the Vendor's applicable literature relevant to the purchase. The Vendor agrees to advise the City of any updated information relative to the foregoing literature and documentation with timely written notice. 22. A person or affiliate who has been removed from the City's Vendor List may not submit a bid or transact business with the City in excess of Category Two for a period of thirty -six (36) months from the date of being removed from the City's Vendor List. 23. In compliance with 8 U.S.C. Section 1324a(e) [Section 274A(e) of the Immigration and Nationality Act (INA)], the City will not intentionally make an award or upon discovery of a violation will unilaterally cancel this PO with any contractor who knowingly employs unauthorized alien workers. 24. This PO shall be governed by and interpreted in accordance with the laws of the State of Florida. In any action or proceeding required to enforce or interpret the terms of this Agreement, venue shall be of the Eighteenth Judicial Circuit in and for Seminole County, Florida Purchasing Dept., Tel 407.688.5028 or 407.688.5030 Fax: 407.688.5021 Finance Dept 407.688.5020 CONSTRUCTION SCOPE OF WORK Water Main Looping Projects (RFQ No. 11/12 -02) - Phase 2 DW59120 - Project Number DW1104 Account Number 452 - 4530 - 536.63 -03 August 21, 2013 4TH ST. WATER MAIN LOOPING (PQL 14): ITEM NO. DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL PRICE E1 Mobilization LS 1 $6,100.00 $6,100.00 E2 Maintenance of Traffic LS 1 $1,265.00 $1,265.00 E3 Preconstruction Video LS 1 $550.00 $550.00 E4 Erosion and Sediment Control LS 1 $300.00 $300.00 E5 Silt Fence LF 870 $2.00 $1,740.00 E6 Clearing and Grubbing LS 1 $4,500.00 $4,500.00 E7 Fittings TN 0.56 $14,000.00 $7,840.00 E8 6" PVC or DI Water Main (Open Cut LF 730 $42.00 $30,660.00 E8A 8" PVC Water Main Open Cut LF 20 $43.00 $860.00 E9 8" PE Water Main Directional Drill) LF 599 $60.00 $35,940.00 E10 8 "x6" Tapping Sleeve and Valve EA 1 $4,500.00 $4,500.00 E11 6 "x2" Service Saddle EA 1 $900.00 $900.00 E12 6 "x1" Service Saddle EA 1 $900.00 $900.00 E13 Connect to Existing 2" Water Main EA 1 $300.00 $300.00 E14 6" Gate Valve EA 2 $1,100.00 $2,200.00 E15 Fire Hydrant Assembly EA 1 $3,550.00 $3,550.00 E16 Air Release Valve EA 1 $5,500.00 $5,500.00 E17 Blowoff Assembly EA 1 $800.00 $800.00 E18 Install New 1" Water Service Line LF 22 $29.00 $638.00 E19 Connect New 1" Water Service to Existing Meter EA 1 $600.00 $600.00 E20 Open Cut Remove and Replace Asphalt Pavement SY 12 $50.00 $600.00 E21 Temporary Jumper Connection EA 1 $600.00 $600.00 E22 Sodding St. Augustine) SY 233 $3.00 $699.00 E23 Sodding (Bahia) SY 1173 $2.00 $2,346.00 TOTAL 1 $113,888.00 Page 2 of 2 SECTION 00510 NOTICE OF AWARD FORM TO: Killebrew Inc. PO Box 6258 Lakeland FL 33803 NAME OF PROJECT: Water Quali Im rovement Proiect CIP RFQ 11112 -02 The OWNER has considered the BID submitted by you, dated March 5. 2012 for the above described WORK in response to the Invitation for Bids and Information for Bidders. You are her notified that your BID has been accepted for BID items in the amount of $4.000.000.—. You are required by the Instructions to Bidder to execute the Agreement and furnish the required CONTRACTOR's Performance Bond, Payment Bond, and certificates of insurance within fourteen (14) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said Bonds and insurance within fourteen (14) calendar days from receipt of this Notice, said OWNER will be entitled to consider all your rights arising out of the OWNER's acceptance of your BID as abandoned and as a forfeiture of your BID BOND. The OWNER will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER. Dated this 26th day of November 2012 OWNER: (Name of O ER) By (Signature m George, (Printed Name and Title) / ACCEPTANCE OF NOTICE Receipt and acceptance of the above NOTICE OF AWARD is hereby acknowledged by c� this Y da of /VPl day By �� G i��sf /,mss. Printed Name and Title END OF SECTION 00510 -1 WS RM 1. ! �r w Item No. CITY COMMISSION MEMORANDUM 12-11 B-F AUGUST 13, 2012 AGENDA TO: Honorable Mayor and Members of the City Commission PREPARED BY: Bill Smith, Purchasing Agent �-- --- SUBMITTED BY: Norton N. Bonaparte, Jr., City Manager SUBJECT: Services to Provide Water Pipe Rehabilitation In Support of the CIP SYNOPSIS: Approval of staff's ranking is requested to complete the process, as recommended below, to establish a qualified contractor to perform Water Quality Improvement Projects (5 Yr Capital Improvement Plan (CIP) for Water Treatment Plants; Well Fields; and Water Quality). FISCAL/STAFFING STATEMENT: The estimated cost for these projects is $4,000,000. Funds are available from the State Revolving Fund (SRF) loan DWI 59120. BACKGROUND: This item includes delegated authority to the City Manager to negotiate a contract for services based on agreed upon unit pricing and to direct a process of Work Order authorization. This will provide fiscal control upon each segment of work undertaken which will ensure that commitments do not exceed available funding. Due to the complexity of detailing bid specifications for a project which is "underground," it was concluded that a qualifications based solicitation was in the best interest of the City. Therefore, requests for statements of qualifications were formally advertised and solicited. On March 5, 2012, statements of qualifications were opened as the first step in selecting a contractor for the installation of new potable water pipes and pre - chlorinated pipe bursting for existing water lines. After a detailed review of the submissions, a consensus qualification scoring by a team of City staff members selected from different departments led to a "short list" of three qualified firms. Killebrew, Inc. is recommended as the number one ranked firm with whom to begin negotiations to complete the award process. This procurement is in compliance with the City Procurement Policy and has been competitively solicited by RFQ 11/12 -02. The water quality improvement projects listed under the Utility 5 year CIP involves replacing and adding new pipes to improve water quality; meet more stringent FDEP regulations; and to improve fire protection. LEGAL REVIEW: CERTIFIED COPY Janet R. (Dougherty City Cleric The City Attorney recommended qualifications based solicitation for this project and adapted the Standard 520 Construction Agreement. B; C+4 Clack - 2 (— I Z�_ RECOMMENDATION: It is staff's recommendation that staff's ranking of respondents to RFQ11 /12 -02 be approved and that the City Commission delegate authority to the City Manager to negotiate and execute a unit price based contract with Killebrew, Inc., the firm ranked number 1, in an amount not to exceed $4,000,000. SUGGESTED MOTION: "I move to approve staffs ranking of respondents to RFQ 11/12 -02 and to authorize the City Manager to negotiate and execute a contract for services with the number 1 ranked firm in an amount not to exceed $4,000,000." Attachments: (1) R.FQ Announcement (2) Scoring Sheet w /Recommended Ranking O► www.san or5.gov MAILING ADDRESS CITY OF SANFORD POST OFFICE BOX 1788 SANFORD, FLORIDA 32772 -1788 PHYSICAL ADDRESS CITY HALL 300 NORTH PARK AVENUE SANFORD, FLORIDA 32771 -1244 TELEPHONE 407.688.5028 FACSIMILE 407.688.5021 WEBSITE V WW.SANFORDFL.GOV CITY COMMISSION JEFF TRIPLETT MAYOR MARK M'CARTY DISTRICT 1 DR. VELMA H. WILLIAMS DISTRICT 2 RANDYJONES DISTRICT 3 PATTY MAHANY VICE MAYOR DISTRICT 4 NORTON N. BONAPARTE CITY MANAGER �--- r 3- / 7- P-, REQUEST FOR QUALIFICATIONS Date Issued: February 1, 2012 Opening Date and Time: March 6, 2012 At 2:00 p.m. (NON - PUBLIC) Location of Opening: PURCHASING OFFICE -CITY HALL SOLICITATION NUMBER: RFQ 11/12 -02 SOLICITATION TITLE: WATER QUALITY IMPROVEMENT PROJECTS (CIP) The City of Sanford, Florida hereby requests formal, sealed statements of qualifications to enable the competitive selection of a qualified contractor to perform pre - chlorinated pipe bursting and related services associated pipe rehab as related to Water Quality Improvement Projects (5 Yr CIP for Water Treatment Plants; Well Fields; and Water Quality). Specifications, submission forms, documents and relevant information may be obtained by Downloading the solicitation at the Onvia DemandStar web site which can be accessed through the City of Sanford's web site: www.sanfordfl.gov under Departments select Purchasing then Sanford Bid from demandstar, as well as, addenda issued, short lists, and subsequent awards, if any, may be found on the City of Sanford's web site. This information will not be provided by telephone of FAX. Submissions delivered after the date and time indicated above will not be opened or otherwise considered. Pease note that facsimile, telegraph, email or submissions not enclosed in a sealed envelope and which do not contain original signatures will neither be opened or considered. Any uncertainty regarding the time a bid is received will be resolved against the bidder. Except where specifically indicated by the solicitation, it is noted that information, documents, addenda, etc. provided by sites or services other than Onvia DemandStar, the official site for posting the City of Sanford's solicitations, shall not have standing in case of conflict or missing notifications regarding addenda. Respectfully, F. William Smith, Purchasing Manager 7 e 57z!e`m4 ell RFQ 11/12 -02 CIP Project Scoring Sheet Dated 5/2/2012 Final Determination of Ranking Order nf%KrrnAf--rno CUM 11ATtnw awn eFl FCTMN FACTORS INCLUDING WEIGHTING The above scores represent a consensus effort by the scorers named above in which each score and item of scoring was discussed and agreed upon by the team. *The top three companies only, were ranked. Scorers: Migdalia Hernandez Johnnie Blake Greg McIntyre Robert Beal Jeff Wall ' Mike Watso ✓,� -:� 7 Ranking (1) Killebrew (2) PM (3) Murphy Pipeline Z 3 CRITERIA L s °? ,Q Ability of Firm and its Professional Personnel: A. Outline qualifications and experience of the firm, to include accreditation, licenses and awards with attention given to 1 20 29 20 qualifications and experience as relevant to the project referenced herein (10 -30 points) Experience with Projects of a Similar Type and Size: A. Successfully completed projects for similar work experience, based on references, within the past ten[10] years 2 15 16 18 (5 -20 points). Integrity and responsiveness of Company A. Credibility, Professionalism, Integrity of company as 3 5 19 10 determined by previous work history. (5 -20 points) TOTALS 40 64 48 The above scores represent a consensus effort by the scorers named above in which each score and item of scoring was discussed and agreed upon by the team. *The top three companies only, were ranked. Scorers: Migdalia Hernandez Johnnie Blake Greg McIntyre Robert Beal Jeff Wall ' Mike Watso ✓,� -:� 7 Ranking (1) Killebrew (2) PM (3) Murphy Pipeline A� i® CERTIFICATE OF LIABILITY INSURANCE D /31/ IDD13 5/31/2013 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 Stahl & Associates Insurance Inc. 91 Lakc Morton Driv® P 0 BOX 3608 Lakeland FL 33802 NAME: VAchele Crifasi P(roNE . (863) 688 -5495 FX (863)688 -4344 Arc. o =L,,,,m±chele.crifasi@stahlinsurance.com INSURERS AFFORDING COVERAGE NAIC0 INSURERA West..field Insurance Company 4112 INSURED Killebrew Inc PO Box 6258 Lakeland FL 33807 -6258 INSURE#B:ASmerisure Insurance Co INSURERC:xarle sville Mutual Insurance INSURER O: INSURER E : $ 1,000,000 1 INSURER F: $ '5500, 000 f�Ct3TIGi/�ATC Art tfaQ CQ.'i Il Q TP_WTi.4A REVISION NUMBER: 4V YGIV \VGJ va—a� •• avna.- a.va..r.— ... - -. -- - — - -- 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 I TYPE OF INSURANCE L SU POLICY NUMBER POLICY EFF POLICY LIMITS Sanford, FL 32771 GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES Ea occurrence) $ '5500, 000 X COMMERCIAL GENERAL LIABILITY MED EXP (Any one person) $ 15,000 A CLAIMS -MADE ❑X OCCUR X i CM0446705 6/112013 6/112014 PERSONAL & ADV INJURY $ 1,000,000 X $1,000 Dad per claim X Dad applies Prop Damage GENERAL AGGREGATE $ 2,000,000 GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPIOP AGG $ 2,000,000 $ POLICY rX. PRO- LOC AUTOMOBILE LIABILITY EaaaBcoidentSINGLELIMIT ) S 11000,000 BODILY INJURY (Per person) $ A ANY AUTO ALL OWNED SCHEDULED eX Y 0446705 6/1/2013 /1/2014 BODILYINJURY(Peraccident) $ AUTOS NON -OWNED X Ix PROPERTY DAMAGE Peraccident v $ HIRED AUTOS AUTOS PIP-Basic $ 10,000 X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 A EXCESS LIAS CLAIMS -MADE OED I I RETENTIONS $ 446765 61112013 /1/2014 WC STATU- OTH- $ WORKERS COMPENSATION �( E.L. EACH ACCIDENT $ 500,000 AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR(PARTNERlEXECUTIVE E.L. DISEASE -EA EMPLOYE $ 500,000 OFFICERIMEMBER EXCLUDED? (Mandatory In NH) NrA 0827320101 6/1/2013 6/1/2014 E.L. DISEASE- POLICY LIMIT $ 500 .,000 If yes, describe under DESCRIPTION OF OPERATIONS below C Rented & Leased Equip it462589N 6/22/2013 6/01/2014 Umit/Deductible 500,000/1,000 DESCRIPTION OF OPERATIONS ( LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more apace is required) RE: RFQ 11/12 -02 Water System Improvements rehabilitation of existing and installation of new piping The City of Sanford is listed as an additional insured with respects to the General & Auto liability policies. General liability coverage is primary & non - contributory. Waiver of subrogation appplies in favor of The City of Sanford on the General, P.uto & Workers Compensation policies. *30 day notice of cancellation is provided by the insurance company with 10 day notice for non - payment of premium. CERTIFICATE HOLDER CANCELLATION ACORD 25 (2010105) ©1 goo -2070 ACORD CORPORA IiON. AU rights reserved. INS025 oninnm of The 6r..r1Qn name anti Innn =ra rcnicforarl rnnArc of E(tr)Ql1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Sanford Attn: Purchasing Manager P 0 BOX 1788 AUTHORIZED REPRESENTATIVE 300 N Park Avenue Sanford, FL 32771 Gerald Powell /CRIFAS � ACORD 25 (2010105) ©1 goo -2070 ACORD CORPORA IiON. AU rights reserved. INS025 oninnm of The 6r..r1Qn name anti Innn =ra rcnicforarl rnnArc of E(tr)Ql1