Loading...
1530* KillebrewThe 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 El Special Instructions: Bonds need to be recorded and return to Ma4riho- Orrdo-w From Date TADept_forms\City Clerk Transmittal Memo - 2009.doe DATE: 01/02/13 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.: 858012621681 C-8 PO NUMBER 033224 CHANGE #: 5 DATE CHG: 04/02/13 SUBMIT INVOICES TO: ACCOUNTS PAYABLE FINANCE DEPT. P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD 300 N. PARK AVENUE 33807-6258 SANFORD, FL 32771 DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/13 NET/30 ACCOUNT NO.: SEE BELOW PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY OF UNITE ISSUE UNIT COST EXTENDED COST k kk*Yic*9cic�e�c**k�r*�c�c**ic9t*4rick7Y*9t*it*** * CHANGE ORDER 1 METER REPLACEMENTS AT THE .00 .00 .00 FOLLOWING LOCATIONS: PAGE SCHOOL, MARINER VILLAGE AND TWO METERS ON SEMINOLE COUNTY BLDG AND MED ART BLDG STATE REVOLVING LOAN DW159120 2 SEE LINE ITEM NO.1 FOR DETAILS 32620.00 NA 1.00 32620.00 CHANGE ACCT CODE 3 WATER QUALITY IMPROVEMENT .00 .00 .00 PROJECT RFQ 11/12-02; LARGE METER INSTALLATION FOR VARIOUS LOCATIONS; 1 AT MARINER VILLAGE, 3 AT SEMINOLE COUNTY BUILDING,•AND 1 AT MEDICAL ART BUILDING ... DW1103; SRF DW590120 CHANGE ORDER,NO 1 ATTACHED SEE LINE ITEM 3 FOR DETAILS 4 SEE LINE 3 FOR DETAILS CHANGED .00 .00 .00 ACCT CODE APPROVED BY: APPROVED BY: CITY MAN ER ALL PACKAGES AND INVOICES ASSOCIATED WITH 'HIS 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/DEPARTMENTS/PURCHASErrERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING DATE: 01/02/13 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 TERDOR T . • • KILLEBREW, IN* PO BOX 6258 LAKELAND, FL CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 858012621681 C-8 PO NUMBER 033224 CHANGE #: 5 DATE CHG: 04/02/13 SUBMIT INVOICES TO: ACCOUNTS PAYABLE FINANCE DEPT. P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD 300 N. PARK AVENUE 33807-6258 SANFORD, FL 32771 DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/13 NET/30 ACCOUNT NO.: SEE BELOW PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY OF UNITE ISSUE UNIT COST EXTENDED COST 'k�cicic:t�*k*icF 4ck:eir�*Ykirkki*ic�**F9r**4c* Jc * CHANGE ORDER 5 CHANGE PROJECT CODE 208184.00 NA 1.00 208184.00 6 SANFORD CENTRAL FL REGIONAL 109428.00 NA 1.00 109428.00 HOSPITAL METER REPLACE MENT, SUB TOTAL 350232.00 TOTAL 350232.00 ---------------------------------- EQ/ACCT DATE REQ. BY ----------- ----- PROJECT ------- -------- AMOUNT ---------------------------------- 000063577 12/18/12 MIGDALIA H 000063577 ----------- RNANDEZ ---------------------- ---- DW ------- 103 -------- .00 5245305366300 3577 04/02/13 RYAN OSSOW KI DW 103 2620.00 5245305366303 000064083 11/19/13 M HERNANDE2 DW 103 .00 5245305366300 4083 11/26/13 RYAN OSSOW KI DW 103 .00 5245305366303 4083 12/10/13 PETER /RYAb DW 102 2(8184.00 5245305366303 000064209 03/13/14 M HERNANDE DW 102 1(9428.00 5245305366303 ---------------------------------- ----------- ----- ------- -------- 1 APPROVED BY: ` '" APPROVED BY: PU SING'A ENT CITY MANAGER 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/DEPARTMENTS/PURCHASE/TERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING PROJECT NO. IF1310111-10 SECTION 00850 L 8 - • -,-k- a - • , i I Change Order No. 3 Project Title Water Quality Improvement Proiect Bid No. RFQ 11/12-02, PO 033224 Owner: City of Sanford Contractor: Killebrew, Inc. Agreement Date: January 2, 2013 This Change Order is necessary to cover changes in the work to be performed under this Agreement. The GENERAL CONDITIONS, SUPPLEMENTARY CONDITIONS, and STANDARD SPECIFICATIONS apply to and govern all work under this Change Order. THE FOLLOWING CHANGES ARE MADE TO THE CONTRACT DOCUMENTS: (1) Original Contract Price $4,000,000.00 (2) Current Contract Price (Adjusted by Previous Change Orders) $4,127,129.00 (3) Total Proposed Change in Contract Price $109,428.00 (4) New Contract Price (Item 2 + Item 3) $4,236,557.00 (5) Original Contract Time 360 Days (6) Current Contract Time (Adjusted by Previous Change Orders) 450 Days (7) Total Proposed Change in Contract Time 260 Days (8) New Contract Time (Item 6 + Item 7) 710 Days (9) Original Contract Substantial Completion Date November 1, 2013 (10) New Contract Substantial Completion Date February 16, 2015 00850-1 PROJECT NO. lFB 10111-10 CHANGES ORDERED ITEM I — Replacement of damaged meter located at Sanford FL Hospital Change in Contract Price: $109,428 Change in Contract Time: 0 days CHANGE ORDER SUMMARY No. Description Change in Contract Price Change in Contract Time 1 Hospital Meter installation $109,428.00 0 days TOTAL $109,428.00 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. 00850-2 PROJECT NO. IFI310/11-10 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: K: / he a Ae W )/VC. Contractor (f (Secretary) Printed Name and Ti�tje of fficer Ddte' By (Signature) (Corporate Seal) Date A - 4-. ATTEST: % -� n Owner (Signa re) Printed Name and Title Date By (Signa e) (Seal) Date END OF SECTION 00850-3 Killebrew Inc. Proposal Schedule of Values Sanford Central Fla. Reg. Hospital Water Meter Replacement 317114 01 Mobilization �— 1 EA $3,900.00 $3,900.00 02 03 _ Pre -Video Maintenance of Traffic 1 1 EA EA $850.00 $1,500.00 $850.00 $1,500.00 10B _ - 8" DIP Water Main Open -Cut 0'-6' 80 LF $80.00 $6,400.00 21 _ 8" Gate Valve Assembly —_ 5 EA $1,500.00 _ $7,500.00 27 _ 8" Tappir+g Sleeve and Valve 3_ — _ EA $3,200.00 $9,600.00 90 ---Tracer 10"Tapping Sleeve and Valve — — Wire -- 1 _- 80 EA LF _ $4,50000 $0.55 $4,500,05 $44.00 -- 91 - 95 GIS Map with GPS Data Collection _ 8" Linestopping Assembly 20 3 _ EA _ EA $50.00 $3,700.00 ---$1,000.00 $11,100.00 96 00107 10" Linestoppin�lc Assembly 8" DI Restrained Fittings Above Ground 24 —__ _ EA $4 ,90000 $700.00$16,800.00 Y $4,900.00 00109E Restrained Fittings Per Pound (Below Ground —_ -1,304 LB $8.50 $11,084.40 Out of Scope Items Landscaping Repairs 1 EA $4,500.00 $4,500.00 _ — Restraining exist-ipg pipe for cut _& 4 $950.00 $3,800.00 Conrete Pads 18 _EA SY $35.00 $630.00 6" Bollards__._._.._ Demo existigg vault 30" below grade __... _ 6 1 _._ EA EA $375.00 $5,470.00 _ $2,25000 $5,470.00 _----- _______2 EA _Dewatering _ 1 _ - EA _--$650.00 $7,500.00 -.`.__$1,300.00 $7,500.00 Shoring _1 _ .__. EA __$4,800_.00 $4,800.00 Grand Totals'l $109,428.00 Page 1 of 1 ®I W t vr'-0 CITY COMMISSION MEMORANDUM 13-228 NOVEMBER 18, 2013 AGENDA To: Honorable Mayor and Members of the City Commission PREPARED BY: Norton N. Bonaparte, Jr., City Manager _h4 SuBmi i a ED BY: Norton N. Bonaparte, Jr., City Manager �T/rl SUBJECT: Consent Agenda SYNOPSIS: Approval of items on the consent agenda is requested. WS RM Item No. 6 r Al APPRome THE' puRcHAsr op sEyeAr zLwcrRocARDrooP_4m momfoRs FROM ZOLL MEDICAL CORPORATION. SYNOPSIS: Approval of the purchase of seven electrocardiogram monitors and related accessories from Zoll Medical Corporation is requested. FriSCAL/STAFFING STATEMENT: The Fire Department has funds available in account #360-3001-522.64-00 for the purchase of six replacement monitors and funds available in the fire impact account #133-3001-522.64-00 ' ' for the purchase of one additional monitor to provide advanced life support services to our Tower apparatus. BACKGROUND: The Sanford Fire Department has provided advanced life support for over twenty years. The monitors are an essential piece of equipment for paramedics to alert hospitals o ' f patients experiencing cardiac emergencies. The six existing monitors are eight years old and have exceeded their service life of seven years. The six replacement monitors and seventh additional monitor will have greater capability to obtain carbon monoxide levels in the blood, automatic blood pressure monitoring, and the ability to monitor body temperature to comply with current standards and Seminole County Medical Director guidelines. The purchase can be "piggybacked" off the National Association of State Procurement Officials (NASPO) contract # SW300 for a cost of $247,647.50 minus $28,500 for the trade-in of our existing monitors for a total cost of $219,147.50. The contract and written quotation are attached for reference. ppROVE WAT J. A OR CojySoRVArlom Cow, SHARE AGAVEMOlIff 'WrIMEM 71X5 CT. JOHNS, RIMER WA MR MANAGEMENT DISTRICT RIC r (5JR WMD) AND THE ciry. SYNOPSIS: Approval of the Water Conservation Cost Share Agreement between the SJRWMD and the City is requested. FISCAL/STAFFING STATEMENT: The proposed agreement with the SJRWMD provides for the City to receive approximately $235,000 for the Southern, Portion of the reclaimed water line to Volusia County. It calls for Volusia County to receive a similar match. The total approximate cost of the Southern. Portion of the project is $1,175,000. City funds are available in account number 452-4525-536-63-00. BACKGROUND: On November 12, 2007, the City Commission approved the Joint Participation Agreement between the City and Volusia County providing for Reclaimed Water/ Surface Water Augmentation Distribution infrastructure for southwest Volusia County. Benefits include: reducing surface water discharges; utilizing alternative water supply; improving the St. Johns River water quality; reducing groundwater withdrawals; and potentially increasing recharge in Southwest Volusia County. In the Spring of 2013, the SJRWMD initiated a cost share program for Fiscal Year 2013 for construction projects during 2014 involving critical environmental initiatives. The construction project is subject to City procurement regulations and City Commission approval. LEGAL REVIEW: The City Attorney has reviewed the proposed agreement and has no legal objection. RECOMMENDATION: It is staff's recommendation that the City Commission approve the proposed agreement. K. APPROVE CHANGE ORDER 7*0 KI"O'UREW, INC. FOR NATER SYSTEM IMPROVEMENTS. SYNOPSIS: Approval of Change Orders to Killebrew, Inc. for water system improvements is requested. FISCAL/STAFFING STATEMENT: The total amount of Change orders shall not exceed $400,000. Funding will come from the State of Florida SRF program (SRF DW590120). - Public Work Executed in 3 Counterparts F.S. Chapter 255.05 (1)(a) Cover Page THIS BOND IS GIVEN TO COMPLY WITH SECTION 266.06 OR SECTION 713.23 FLORIDA STATUTES, AND ANY ACTION INSTITUTED BY A CLAIMANT UNDER THIS BOND FOR PAYMENT MUST BE IN ACCORDANCE WITH THE NOTICE AND TIME LIMITATION PROVISIONS IN SECTION 265.05(2) OR SECTION 713.23 FLORIDA STATUTES. BOND NO: 54-192177 CONTRACTOR NAME: Killebrew, Inc. CONTRACTOR ADDRESS: 2830 Winter Lake Road Lakeland, FL 33803 CONTRACTOR PHONE NO: SURETY COMPANY: UnitecVlre & Casualty Company PO M 73209 -- - -- Cedar Rapids, IA 52407-3909 (319) 399-5700 OWNER NAME: CitYof Sanford OWNER ADDRESS: 300 N. Park Avenue Sanford EL 32771 OWNER PHONE NO.: (407) 330-5600 OBLIGER NAME: (if contracting entity Is diftent from the owner, the contracting public entity) OBLIGEE ADDRESS: OBLIGEE PHONE NO. - BOND AMOUNT: $4,400,000.00 CONTRACTNO.: (Ifapplicable) Project No. REQ 11/12-02 DESCRIPTION OF WORK: Water Quality Improvement Project (CIP) - upgrading of existing water system PROJECT LOCATION: .City of Sanfbrd, Florida LEGAL DESCRIPTION: (If ESCRIPTION- (If applicable) All othet bond page(a) are deemed subsequent to this page regardless of any page number(s) that may be printed thereon. THE ATTACHED STATUTORY COVER PAGE FORMS AND BECOMES A PART OF THIS BOND. BOND NO. 54-192177 Executed In 3 Counterparts SECTION 90606 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: that Mllebrew, Inc. PROJECT NO. RFQ 111!12.02 (Name of CONTRACTOR) 2830 Winter take Road, Lakeland, Fl. 33803 (863) 741.4273 (Address of CONTRACTOR) a Corporation , hereinafter called (Corporation, Partnership or Individual) Principal, and United Fire & Casualty Company (Name of Surety) P.O. Box 73809, Cedar Rapids, Iowa 52407.3909 (319) 398-5700 (Address of Surety) hereinafter called Surety, are held and firmly bound unto 1) City of Sanford, Florida hereinafter called OWNER, In the full and fust Sum of Four Million Four Hundred Thousand and 001100 ......................... DOLLARS 84,400,000.00 __) In lawful money of the United States, for the payment of which stem well and truly to be made, we bind ourselves, successors, and assigns, jointly and severalty, firmly by these presents. The sum shall not be less than one hundred ten percent (110%) of the Contract Price. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered Into a certain Agreement with the OWNER, dated the 181h day of September , 2012 a copy of which Is hereto attached and made a part hereof for the construction of 2) Water Quality Improvernert Projects. RFQ 11/12-02 f) Nene orOwner 2) Name or ftojwf IdentWed !a instructions to Bidders This bond Is being entered into to satisfy the requirements of Section 255.05, Florida Statutes and the Agreement referenced above, as the same may be amended. The Surety shall be bound by any and all alternative dispute resolution awards and settlements to the same exient as CONTRACTOR Is bound. NOW, THEREFORE, the condition of this obligation Is such that If Principal: 1. Promptly and faithfully performs Its duties, all the covenants, terms, conditions, and agreements of sold Agreement Including, but not limited to the Insurance provisions, guaranty period and the warranty provisions, in the time and manner prescribed In the Agreement, and 00606-1 PROJECT NO. RFQ 11112-02 2. Pays OWNER all losses, damages, delay damages (liquidated or actual), expenses, costs and attorneys' fees, Including costs and attorney's fees on appeal that OWNER sustains resulting directly or indirectly from any breach or default by Principal under the Agreement, and 3. Satisfies all claims and demands incurred under the Agreement, and fully Indemnifies and holds harmless the OWNER from all costs and damages which it may suffer by reason or failure to do so, then this bond Is void; otherwise It shall remain in full force and effect. The coverage of this Performance Bond Is coequal with each and every obligation of the Principal under the above referenced Agreement and the Contract Documents of which the Agreement Is a part. In the event that the Principal shall fall to perform any of the terms, covenants and conditions of the Agreement and the Contract Documents of which the Agreement is a part during the period in which this Performance Bond Is in effect, the Surety shall remain liable to the OWNER for ail such loss or damage. In the event that the Surety falls to fulfill Its obligations under this Performance Bond, then the Surety shall also Indemnify and hold the OWNER harmless from any and all foss, damage, cost and expense, Including reasonable attorneys' fees and costs for all trial and appellate proceedings, resulting directly or Indirectly from the Surety's (allure to fulfill Its obligations hereunder. This subsection shall survive the termination or cancellation of this Performance Bond. The Surety stipulates and agrees that its obligation Is to perform the Principal's work under the Agreement under the Bond. The following shall not be considered performance under tate Bond: (i) Surety's financing of the Principal to keep Principal from defaulting under the Contract Documents, (11) Surety's offers to OWNER to buy back the Bond, and {iii) Surety's election to do nothing under the Bond shall be construed as a material breach of the Bund and bad faith by the Surety. The Surety agrees that Its obligation under the bond Is to: (1) take over performance of the Principal's Work and be the completing Surety even If performance of the Principal's Work exceeds the Principal's Contract Price or (il)re-bid and re -let the Principal's Work to a completing contractor with Surely remaining liable for the completing contractor's performance .of the Principal's Work and furnishing adequate funds to complete the Work. The Surety acknowledges that Its cost of completion upon default by the Principal may exceed the Contract Price, In any event, the Principal's Contract Time is of the essence and applicable delay damages are not waived by OWNER. The Surety, for value received, hereby stipulates and agrees that Its obligations hereunder shall. be direct and immediate and not conditional or contingent upon OWNEWs pursuit of its remedies against Principal, shall remain in full force and effect notwithstanding (1) amendments or modifications to the Agreement entered into by OWNER and Principal without the Surety's knowledge or consent (ii) waivers of compliance with or nay default under the Agreement granted by OWNER to Principal without the Surety's knowledge or consent, or (Ili) the discharge of Principal from its obligations under the Agreement as a result of any proceeding initiated under the Bankruptcy Code .of 1978, as the same may be amended, or any similar state or federal law, or any limitation of the liability or Principal or its estate as a result of any such proceeding. 00606.2 A CERTIFICATE OF LIABILITY INSURANCEJ3 PAR Lm 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 ISSUINGINSURER(S), A ITHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. + IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcy(fes) must be endorsed. If SUBROGATION IS WAIVE , subject to the terms and conditions of the policy, certain policies may require an andorsament A statement on this certificate does not confer rights to the cortiflcaW holder In lieu of such enderseman e . PRODUCER Stahl & Associates insurance Inc. 91 Lake Morton Drive P 0 Box 3608 Lakeland FL 33802 CT23iahele Crifasi E (063)688-5495 48631 e8-4344 miahele.orifasi0atahlinaurance.co34 o NAlcr INStINERA Westfield inaurance Company 4112 INSURED Killebrew Inc 7P0 Bou 6258 Lakeland FL 33807-6258 ;Amerisure Insurance, Co 16%Mc-Aarleysville Mutual inaurance IN i 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 1O WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO AIL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. PAR Lm TYPE=OFINWRANCEWMF wunp La ITS 41 NERAL LIA91.17Y OCCURRPX;E S 1,000,000 u a 500,000 1 aIe redo S 15,000 A X COEIMERCUtt cErNEP('A�L�. L')IAMM C1A1MS-MAM FXJ OCCUR X Y 446705 /1/2013 /1/2013 PER6oNaLa WJURY S 1,000,000 X $1,000 bad per claim X Dad applies Prop Damage 1 GENER&AGGREGATE $ 2,000,000 6EN1ACsGR WEUMNTAM+UESPER: pouCv Mism ED Loc pR rs-COMP"AQO S 2,000,000 S AVTOMOBa.EL1AB M 1 0 0 60OtLYINJURY(Petparnu+j S AAWAUTO ALL OWNED SCHEDULED x WED X Ht�R UT43 AVTOS x Y 446705 /1/2019 11/2014 BOOIEYNxW(PVacddanl) i PIP -Balk S 10.000 A UMBRELLA L" I excessLIAB I X OCCUR CLAIMS -MADE 446705 /1/Rax3 /x/3ox4 EACH229MMLCE s 5,000,009 AGOR90ATE S 5,900,OOa I;tIMNTMS S B WORKERS COMPENSATION ANDEMPLOYOWLIAGAME.LEACHACCIOENT ANY PROPR1ETOWPARTN£RIEXECVnVED EXCLUOEDr NTA Y 0027320101 /2/2013 /2/2014 --- S 500,000 E.LDISEASE-EAEMPLOYE S._,._.,._ 500,000 E L DISEASE • POLICY UMNr r 530 Q00 OUFyFa 9Md9IP 0PERAMPM C nON babes Rented & Leased Equip IT- i =62599H /22/2019 /olt2ala 509,090/1,90 - Dw"WTIO N OPEAAIMM N LOCATNMNS N VEHICLES IAtlach ACORD'101, AddAmnal Ram"Its Sd*ck t, Un*m arcs b t"uk*tq 1tE; RiQ 11712-02 WatQr System Improvements rehabilitation of existing and installation of ne piping The City of Sanford is listed as an additional insured with respects to the General & Auto 1 ability policies. general liability coverage is primary & non-contributory. Waiver of subrogation +lies in favor of The City of Sanford on the General, Auto & workers Compensation policies. *30 day rJotice of cancellation is provided by the insurance company with 10 day notice for non-payment of prellI City of Sanford Attn: Purchasing Manager P 0 Box 1788 300 N Park Avenue Sanford, FL 32171 lGerald Powell/CRIFAS I ®1988-2010 ACf the ar'nan name mnei Inn^ era ranlerararN marire of A"IRn SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE THE EXPIRATION DATE THEREOF, NOTICE WILL ACCORDANCE VATH THE POLICY PROVISIONS - AUTHORIZED REPRESENTATM ACORD 28 (201 INS028 Nm1mn Ai ELLED BEFORE DELIVERED IN 11 rights reserved. ACCWtf CERTIFICATE OF LIABILITY INSURANCEDA-M4'WM"ffM I 5/31g/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: 11 the certificate holder Is an ADDITIONAL INSURED, the policy(les) must be endorsed. ff 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 endomement(s). PRODUCER CONTACT Michele Cr:ifasi NAWW. Stahl & Associates Insurance Inc. PHONE(86 3)688-5495 1 FAX I ;863)¢88-4340 91 Lake Morton Drive AwgEss:michole.crifas:L@si-ahi:Lnsurance.com P 0 Box 3608 Lakeland FL 33802 PMRMS) AFFORDING COVERAGE um INSUP&RA.Westfield Insurance Company ;24112 INSURFn wsuRERaAmerisure Insurance Co Killebrew Inc wsuRF-Rc.•Barlevsville mutual Insurance INSURER D: PO Box 6258 INSURER E: PREM S fee omm-encs) $- 500,000 INSUP" F; Lakeland FL 33807-6258 1 ffs7*171=r7•yei �,. 94 =.,4II= (W-.1 IZI 0 111 "A;i *VA -Ea ;40l7 misiz 10 1 1111.111:iz z 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. INS LTR TYPE INSURANCE OF AWLPOLIC1r POLICYNUMBER EFF PaLbCYEXP LIMITS i GENERAL LL49HJTY EACH OCCURRENCE $ 1,000,000 PREM S fee omm-encs) $- 500,000 X COMMERCIAL GENERAL LIABILITY MAY EXP Ony one person) $ I 15,000 A 1CLAIMS-MADE ri� OCCUR X Y M"446705 6/1/2013 611/2014 PERSONAL & AOV INJURY 1 1,000,000 * $1,000 Ded per claim * Ded applies Frop Damage GENERAL AGGREGATE 1 i 2,000,000 GEI?L AGGREGATE LIMIT APPLIES PER: PRODUCTS. complop AGG s i 2,000,000 $ --1POLICY Fx-1.PRO 1FCT ELOC AUTOMOBILE LIABILITYRMWNGLI UgT 1,000,000 BODILY INJURY (Per person) S ANY AUTO SWLyLNjURy(p&r&ccId&M $ A ALS SCHEDULED x Y =00446705 6/1/2013 6/1/2014 AUTOS AUTOS NON -OWNED Ix PROPERTY DAMAGE S HIRED AUTOS AUTOS I pip -Basic 10.000 X UMBRELLA LIAR X OCCUR EACH OCCURRENCE s 5,000,000 AGGREGATE s 5,000,000 A EXCESS LIAS CLAIMEA�ADE -DED P*0446705 6/1/201.3 /1/2014—JZ�fA I RETENTIONS 1 — B WORKERS COMPENSATION y lj& I ICFT14- FR_ F -L EACH ACCIDENT S 500.000 AND EMPLOYERS' IJABRM YIN ANY PROPRIETORIPARTNEWEXECUTWE F-1 EL DISEASE - EA EMPLOYE $' 500,000 OFFICERM&EMBER EXCLUDED? NIA RC20827320101 6/112013 6/2/2014 (Mandatary In NH) E -L D11 500,00 WdRd.= Ver OF OPERATIONS beIc I C Rented & Leased Equip n462509N 6/22/2013 6/01/2014 U, ducypie 500,000/1,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD JIM, Additional Remarks Schedule, V more space Is MWf0d) 11/12-02 'Water System improvements rehabilitation Of Busting and :Installation of now piping The City of Sanford is listed as an additional insured with respects to the General & Auto liability policies. General liability coverage is primary & non-contributory. Waiver of subrogation appplies in favor of The City of Sanford on the General, Auto & Workers Compensation Policies- *30 day notice of i cancellation is provided by the insurance company with 10 day notice for non-payment of premium. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Cityof Sanford Attn: Purchasing Manager AUTHORUMD REPRESENTATIVE p 0 Box 1788 300 N Park Avenue Sanford, FL 32771 Gerald Powell/CRIFAS ACORD 25 (2010105) 0 1988-2010 ACORD CORPORATION.11 All rights reserved. INS025miwin7 Tha Arrlpn name and I^ne% som roeniataraA markst of Arnpn ws ISM x Item No. CITY COMMISSION MEMORANDUM 12-'I 1$.F AUGUST 13, 24 i 2 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 staffs 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). FISCALISTAFFING STATEMENT: The estimated cost for these projec s $f '4,000,000. F nds are available from the State Revolving Fund (SRF) loan DWI59120. BACKGROUND: This itenn 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 11112-02. 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: The City Attorney recommended qualifications based solicitation for this project and has prepared and adapted the Standard 520 Construction Agreement. DATE: 01/02/13 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 11849 TO: PURCHASE ORDER CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 858012621681 C-8 KILLEBREW, INC PO BOX 6258 LAKELAND , FL 33807-6258 PO NUMBER 033224 CHANGE #: 2 DATE CHG: 04/02/1.3 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 09/30/13 NET/30 _j ACCOUNT NO.: SEE BELOW PROJECT NO.: 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 h'dc�citic�:'•3c�c9e kY4c4r9c*Y'kici-�"*�9cYk9:*zE*it**�: * CHANGE ORDER 1 METER REPLACEMENTS AT THE 00 00 .00 FOLLOWING LOCATIONS: PAGE SCHOOL, MARINER VILLAGE AND TWO METERS ON SEMINOLE COUNTY BLDG AND MED ART BLDG STATE REVOLVING LOAN DW159120 2 SEE LINE ITEM NO.1 FOR DETAILS 113675.00 NA 1.00 113675.00 CHANGE ACCT CODE 3 WATER QUALITY IMPROVEMENT 127129.00 NA 1.00 127129.00 PROJECT RFQ 11/12-02; LARGE METER INSTALLATION FOR VARIOUS LOCATIONS; 1 AT MARINER VILLAGE, 3 AT SEMINOLE COUNTY BUILDING, AND 1 AT MEDICAL ART BUILDING ...DW1103; SRF DWS90120 CHANGE ORDER NO 1 ATTACHED SUB TOTAL 240804.00 A Z TOTAL 240804.00 7EZ�� APPROVED BY: APPROVED BY: PURCHASIN GENT CITY MA GER 4 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:IIWWW.SANFORDFL.GOVIDEPARTMENTSIPURCHASEITERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING z' DATE: 01/02/13 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 11849 TO: CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 858012621681 C-8 KILLEBREW, INC PO BOX 6258 LAKELAND, FL 33807-6258 PO NUMBER 033224 CHANGE # : 2 DATE CHG: 04/02/13 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 09/30/13 ACCOUNT NO.: PROJECT NO.: 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 d; 3c 4c 9s�F3c#�k�c4c�kk�Y�:'+�'�c9cst*3c*3:ir�c*4r�r�ic�c�c9c*�Y * CHANGE ORDER ----------------------------------- EQ/ACCT DATE REQ. BY ----------- ----- PR ----- ------- LTECT ------- --- AMOUNT ---- -------------- 000063577 12/18/12 MIGDALIA H ----------- RNANDEZ DW 103 .00 5245305366300 3577 04/02/13 RYAN OSSOW KI DW 103 1 3b?5.00 5245305366303 000064083 11/1.9/13 M HERNANDE DW 103 1 7129.00 5245305366300 ------------- APPROVED BY: PURCHASING AGENT APPROVED BY: CITY MANAGER 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:/AWWW.SANFORDFL.GOVIDEPARTMENTS/PURCHASE[rERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING 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 "Clty" 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 PO. 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, bids) 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, unused 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 fumished 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; 1) 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, exprclse 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 SECTION 00860 CHANGE ORDER FORM Change Order No. I PROJECT NO. IFB 10111-10 Project Title Water Quality Improvement Project Bid No. RFQ 11/12-02, PO 033224. Requisition No. 63577 Owner: City of Sanford Contractor: Killebrew, Inc. Agreement Date: January 2, 2013 This Change Order is necessary to cover changes in the work to be performed under this Agreement. The GENERAL CONDITIONS, SUPPLEMENTARY CONDITIONS, and STANDARD SPECIFICATIONS 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) Original Contract Substantial Completion Date (10) New Contract Substantial Completion Date 00850-1 $4,000,000-00 $4,000,000.00 $127,129.00 $4,127,129.00 360 D�as NQ --Days 90 DAYS 450 Days November 1, 2013 February 1, 2014 CHANGES ORDERED ITEM 1— Large Meter Installation -PROJECT NO. 11713 101111-10 Description of Change: Five large meter installation (I at Mariner Village, 3 at Seminole County Building; and I at the Medical Art Building) Reason for Change: Under the SRF Agreement No. 590120, the City requested $1,577,388.60 to purchase AMR meters hardware from Municipal Water Works. All obsolete residential and commercial meters are part of this meter exchange proposal. To save SRF funds, the original plan was to perform meter exchanges in-house. City staff was able to complete all small meter installations (3W to Z'). However, due to lack of skills and necessary equipment for the large meters Installation, the City decided to contract -out the large meter installation. As Killebrew's agreement and Bid solicitation (attached) includes all services associated with the City's Water System CIP, the City decided to use them for large meter installation. The price for each large meter installation is negotiated using established procedures under Killebrew's Agreement and installation guidance from the AMR meter approved hardware vendor (Municipal Water Works). Payment and Construction Bonds are in place for the $4,400,000 (attached). The final work completion date issued to Killebrew, Inc. under the Notice to Proceed is November 1, 2013. During the large meter field installation review, it was noticed that the majority of these large meters are not meeting the State Plumbing Code and/or pipe rehab is needed to accommodate new meter. As a result, each meter will have to be re -design and approved by the City's Utility Engineer before construction. The original contract time did not provide for time for the City and Contractor to review sites in field, prepare draft construction drawings, review/modify drawings, and approve drawings for construction of meter assemblies. Change In Contract Price: 127,129.00 Change in Contract Time: 90 days CHANGE ORDER SUMMARY No. Change in Description Contract Price 6 large meters installation 127,129.00 Change in Contract Time 90 daysTOTAL — 1 127,129,00 90 Da s 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 00860-2 PROJECT NO.- IFS IOMI-10 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. 00860-3 PROJECT NO, lFB 10111 -10 - 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: Contractor {Secretary) Printe ame and Title of Offic rinte "me and Title of 0111c y (Signature), Date 319 7 (Corporate Seal) Date ATTEST: Owner (Signa ure) Printed Name and Titl L k - Z�— Q (Sig ure� Date By (Sig ture) (Seal) Date END OF SECTION 00860-4 THE ATTACHED STATUTORY COVER PAGE FORMS AND BECOMES A PART OF THIS BOND. BOND NO. 54192177 Executed in 3 Counterparts SECTION 00610 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: that PROJECT NO. RFQ 11112-02 Killebrew, Inc. - (Name of CONTRACTOR) 2830 Winter take Road, Lakeland, Ft 33803 (863) 701-0273 (Address of CONTRACTOR) a Corporation , hereinafter called (Corporation, Partnership or Individual) Principal, and United Fire & Casualty Company (Name of Surety) P.O. Box 73909, Cedar Rapids, Iowa 52407-3909 (319) 899-5700 (Address of Surety) hereinafter called Surety, are held and firmly bound unto 1) City of Sanford Fiorida hereinafter called OWNER, In the full and just Sum of Four Million Four Hundred Thousand and 001100 DOLLARS ($ 4,400,000.00 ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. The sum shall not be less than one hundred ten percent (110%) of the Contract Price. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered .into a certain Agreement with the OWNER, dated the 18th day of September ,2092 a copy of which is hereto attached and made a part hereof for the construction of (2) Water Quality improvement Projects RFQ 11112-02. 1) Nerve of ftnet 2) Nene of Project Identified in instructions to Bidders The Surety shall be bound by any and all alternative dispute resolution awards and settlements to the same extent as CONTRACTOR is bound. NOW, THEREFORE, the condition of this obligation is such that if Principal shall promptly make payments to ail:claimants as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, Materials, or supplies, used directly or Indirectly by Principal in the prosecution of the Work provided for in the Agreement, then this obligation shall be void; otherwise, it shall remain in full force and effect subject, however, to the following conditions: 1. This Bond is furnished for the purpose of complying with the requirements of Section 255.05, Florida Statutes, as the same may be amended. 00610-1 C1:11TIFICA.TIU1 O (I)N I-R2ACTOR'S INSURANCE. AND BONDING vertif� that Killebrew Inc.-encrat contractor tis). Nu11t +t1 Contractor) City of Sanford Water Quality Improvement RFQ 11112-02 , lrt� rhisined, and a ill be rcquirc i(TinhAd !)t,suril s'n) ` hi Innhicin}. }nsulance Its is ctimomar) doting t'ilt}Ctroefi+rii, iticlukliog. 4++n1(�ri l}Cil+i\c }.'t:}}cr;il lial\ilily. coniravlory' indemnification Obligatim's, "chicle liubilit}. ;arid (prop, r . Buildlr'J ritil; ur simil.ii (yJwhof n};} num ill tht";}m"11111 o lilll teplat enwill co'm of illi j?rtgco. ur PoO utt thcreo . Bring imnAmcl d under Ow t:t'ilti.lt:i lois al&o liven oblailwil' ,}lld \N ill 11 maintained. lly t1u: rtHltrC11.ti to rift r mam dMI Avh insuivim 6 uht:iili.d?)c_ I hwkl in•ui-ance. if aillikablt:. Ims ;ilttl been c1111aineil and % ill tit itaainta{ntcl h1 till rc 1111.0 tt.1. I alst:i ct;rti(that the contravlor h; N yulmiiu d a pa gine l .inti porliwin2ance hoil t oi. holids as Q lu: of lhmi%l :lillttunt of Hund MCI) c~ c- +At_�oc�� oao.00 _(A0ite4 rt�'e ' t✓r- c. Q. 0.1)d Ltn�c•c �t<r t asp._ t�t;,�il:lture} tl};ltc! i I \ (tctl `ume and I isle off OcId (io%emnictit`s Aalhmi/LM Rellic:+cntatil0 OBLIGEE PHONE NO.: BOND AMOUNT: $4,400,000-00 CONTRACTNO.: (Ifopplicable) Project No. RFQ 11/12-02 DESCRIPTION OF WORK: Water Quality Improvement Proiect (CIP) - uporading of existing water system PROJECT LOCATION: City of Sanford, Florida — LEGAL DESCRIPTION: (If applicable) FRONT PAGE All other bond page(sj are deemed subsequent to thts page regardless of any page number(s) that may be printed thereon. Executed In 3 Counterparts Public Work F.S. Chapter 255.05 (1)(a) Cover Page THIS BOND IS GIVEN TO COMPLY WITH SECTION 266.06 OR SECTION 713.23 FLORIDA STATUTES, AND ANY ACTION INSTITUTED BY A CLAIMANT UNDER THIS BOND FOR PAYMENT MUST BE IN ACCORDANCE WITH THE NOTICE AND TIME LIMITATION PROVISIONS IN SECTION 265.06(2) OR SECTION 713.23 FLORIDA STATUTES. BOND NO: 54-192177 CONTRACTOR NAME: Killebrew Inc CONTRACTOR ADDRESS: 2830 Winter Lake Road Lakeland, FL 33803 CONTRACTOR PHONE NO: (863) 701-0273 SURETY COMPANY: United Fire & Casualty Company PO Box 73909 Cedar Rapids, IA 52407.3909 (319) 399-5700 OWNER NAME: Cid of Sanford OWNER ADDRESS: 300 N. Park Avenue Sanford FL 32771 OWNER PHONE NO.: (407)330-5600 OBLIGEE NAME: (if contracting entity is difi'erent from the owner, the contracting public entity) OBLIGEE ADT3RESS: OBLIGEE PHONE NO.: BOND AMOUNT: $4,400,000-00 CONTRACTNO.: (Ifopplicable) Project No. RFQ 11/12-02 DESCRIPTION OF WORK: Water Quality Improvement Proiect (CIP) - uporading of existing water system PROJECT LOCATION: City of Sanford, Florida — LEGAL DESCRIPTION: (If applicable) FRONT PAGE All other bond page(sj are deemed subsequent to thts page regardless of any page number(s) that may be printed thereon. THE ATTACHED STATUTORY COVER PAGE FORMS AND BECOMES A PART OF THIS BOND. BOND NO. 54-192177 Executed In 3 Counterparts SECTION 00605 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: that PROJECT NO. RFQ 111'1202 Killebrew, Inc. (Name of CONTRACTOR) 2830 Winter take Road. Lakeland, Fl. 33803 (863) 701-0273 (Address of CONTRACTOR) a Corporation , hereinafter called (Corporation, Partnership or Individual) Principal, and United Fire & Casualty Company (Name of Surety) P.O. Box 73909, Cedar Rapids, Iowa 52407-3909 (319) 399-5700 (Address of Surety) hereinafter called Surety, are held and firmly bound unto 1) City of Sanford, Florida hereinafter called OWNER, In the full and just Sum of Four Million Four Hundred Thousand and 00/100 - - DOLLARS ($4,400,000-00 ) In lawful money of the United States, for the payment of which slim well and truly to be made, vie bind ourselves, successors, and assigns, jointly and' severally, firmly by these presents. The sum shall not be less than one hundred ten percent (110%) of the Contract Price. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain Agreement with the OWNER, dated the 18th day of September 42012 a copy of which is hereto attadhed and made a part hereof for the construction of 2_) Water Quailly Improvement Protects RFQ 11/12-02 i) Name of Owner 2) Name of Project WnIded do tnskucttons to Bidders This bond Is being entered Into to satisfy the requirements of Section 255.05, Florida Statutes and the Agreement referenced above, as the same may be amended. The Surety shall be bound by any and all alternative dispute resolution awards and settlements to the same extent as CONTRACTOR is bound. NOW, THEREFORE, the condition of this obligation is such that if Principal: 1, Promptly and falthfutly performs its duties, all the covenants, terms, conditions, and agreements of sold Agreement Including, but not limited to the Insurance provisions, guaranty period and the warranty provisions, in the time and manner prescribed In the Agreement, and 00606-1 PROJECT NO. RPQ 11112-02 2. Pays OWNER all losses, damages, delay damages (liquidated or actual), expenses, costs and attorneys' fees, including costs and attorney's fees on appeal that OWNER sustains resulting directly or Indirectly from any breach or default by Principal under the Agreement, and 3. Satisfies all claims and demands Incurred under the Agreement, and fully Indemnifies and holds harmless the OWNER from all costs and damages which it may suffer by reason or failure to do so, then this bond Is void; otherwise It shall remain in full force and effect. The coverage of this Performance Bond Is co -equal with each and every obligation of the Principal under the above referenced Agreement and the Contract Documents of which the Agreement Is a part. In the event that the Principal shall fail to perform any of the terms, covenants and conditions of the Agreement and the Contract Documents of which the Agreement Is a part during the period in which this Performance Bond Is in effect, the Surety shall remain liable to the OWNER for all such loss or damage. In the event that the Surety fails to fulfill Its obligations under this Performance Bond, then the Surety shall also indemnify and hold the OWNER harmless from any and all toss, damage, cost and expense, Including reasonable attorneys' fees and costs for all trial and appellate proceedings, resulting directly or Indirectly from the Surety's failure to fulfill Its obligations hereunder. This subsection shall survive the termination or cancellation of this Performance Bond. The Surety stipulates and agrees that its obligation is to perform the Principal's work under the Agreement under the Bond. The following shall not be considered performance under the Bond: (I) Surety's financing of the Principal to keep Principal from defaulting under the Contract Documents, (11) Surety's o€fern to OWNER to buy back the Bond, and (iii) Surety's election to do nothing under the Bond shall be construed as a material breach of the Bond and bad faith by the Surety. The Surety agrees that Its obligation under the bond is to: 0) take over performance of the Principal's Work and be the completing Surety even if performance of the Principal's Work exceeds the Principal's Contract Price or (ii)re-bid and re -let the Principal's Work to a completing contractor with Surety remaining liable for the completing contractor's performance of the Principal's Work and furnishing adequate funds to complete the Work. The Surety acknowledges that Its cost of completion upon default by the Principal may exceed the Contract Price. In any event, the Principal's Contract Time is of the essence and applicable delay damages are not waived by OWNER. The Surety, for value received, hereby stipulates and agrees that Its obligations hereunder shalt be direct and immediate and not conditional or contingent upon OWNER's pursuit of its remedies against Principal, shall remain in full force and effect notwithstanding (i) amendments or modifications to the Agreement entered into by OWNER and Principal without the Surety's knowledge or consent (Ii) waivers of compliance with or nay default under the Agreement granted by OWNER to Principal without the Surety's knowledge or consent, or (1ii) the discharge of Principal from Its obligations under the Agreement as a result of any proceeding initiated under the Bankruptcy Code of '1978, as the same may be amended, or any similar state or federal law, or any limitation of the Ilability or Principal or its estate as a result of any such proceeding. 00606.2 pi�a77-- CITY COMMISSION MEMORANDUM 13228 NOVEMBER 18, 201:3 AGENDA TO: Honorable Mayor and Members of the City Commission PREPARED BY: Norton N. Bonaparte, Jr., City Manager Y_ SUBMITTED BY: Norton N. Bonaparte, Jr., City Manager I____ h -e -A SUBJECT: Consent Agenda SYNOPSIS: Approval of items on the consent agenda is requested. WS //RM Item No. A) APPROVE rms PURCHASE' or S'EI/E'N zixc7ROCARDIOGRAm MON17OR8 FROMTOLL MEWCAL CORPORA VON. SYNOPSIS: Approval of the purchase of seven electrocardiogram monitors and related accessories from Zoll Medical Corporation is requested. FISCAUSTAFFING STATEMENT: The Fire Department has funds available in account #360-3001-522.64-00 for the purchase of six replacement monitors and funds available in the fire impact account #133-3001-522.64-00 for the purchase of one additional monitor to provide advanced life support services to our Tower apparatus. BACKGROUND: The Sanford Fire Department has provided advanced life support for over twenty years. The monitors are an essential piece of equipment for paramedics to alert hospitals of patients experiencing cardiac emergencies. The six existing monitors are eight years old and have exceeded their service life of seven years. The six replacement monitors and seventh additional monitor will have greater capability to obtain carbon monoxide levels in the blood, automatic blood pressure monitoring, and the ability to monitor body temperature to comply with current standards and Seminole County Medical Director guidelines. The purchase can be "piggybacked" off the National Association of State Procurement Officials (NASPO) contract # SW300 for a cost of $247,647.50 minus $28,500 for the trade-in of our existing monitors for a total cost of $219,147.50. The contract and written quotation are attached for reference. J. APPR r. JOHNS RI PER WATER MANAGEMEN D� AGREEMONr BETWEEN M9 $T.s RIC'i' (SJRWMD) AND THE C/7`Y SYNOPSIS: Approval of the Water Conservation Cost Share Agreement between the SJRWMD and the City is requested. F'ISCAL%STAP ING STATMI?NT: The proposed agreement with the SJRWMD provides for the City to receive approximately $235,000 for the Southern Portion of the reclaimed water line to Volusia County. It calls for Volusia County to receive a similar match. The total approximate cost of the Southern Portion of the project is $1,175,000. City funds are available in account number 452-4525-536-63-00. BACKGROUND: On November 12, 2007, the City Commission approved the Joint Participation Agreement between the City and Volusia County providing for Reclaimed Water/ Surface Water Augmentation Distribution infrastructure for Southwest Volusia County. Benefits include: reducing surface water discharges; utilizing alternative water supply; improving the St. Johns River water quality; reducing groundwater withdrawals; and potentially increasing recharge in Southwest Volusia County. In the Spring of 2013, the SJRWMD initiated a cost share program for Fiscal Year 2013 for construction projects during 2014 involving critical environmental initiatives. The construction project is subject to City procurement regulations and City Commission approval. 1.,I~GAL RI~VI>~vst: The City Attorney has reviewed the proposed agreement and has no legal objection. RECOMMENDATION: It is staff's recommendation that the City Commission approve the proposed agreement. K. APPROVE CHANGE ORDER TD K%UX5RZW' INC. FOR WMER SYSTOM IMPROMMENrs. .SYNOPSIS: Approval of Change Orders to Killebrew, Inc. for water system improvements is requested. F'ISCAL/WAPF'ING STATMI~NT: The total amount of Change Orders shall not exceed $400,000. Funding will come from the State of Florida SRF program (SRF DW590120). DATE: 01./02/13 PURCHASING OFFICE: 407.686.6030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.686.6021 VENDOR NO,: 3.1849 TO: KILLEBREW, INC PO BOX 6258 LAKELAND, FL 33807-6258 PURCHASE ORDER CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 858012521681 C-8 PO NUMBER 033224 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 N0. UNLESS OTHERWISE INDICATED 63577 09/30J13 NET/30 ACCOUNT NO.- 452-4530-536.63-00 PROJECTND.: DW1103 NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD QUANTITY UNIT OF UNIT COST EXTENDED COST ITEM NO. DESCRIPTION ISSUE 1 METER REPLACEMENTS AT THE 113675.00 NA 1.00 113675.00 FOLLOWING LOCATIONS: PAGE SCHOOL, MARINER VILLAGE AND TWO METERS ON SEMINOLE COUNTY BLDG AND MED ART BLDG STATE REVOLVING LOAN DW159120 r,. APPROVED BY: 113675.00 113675.00 APPROVED BY: CITY AGER / V ALL PACKAGES AND INVOICES ASSOCIATED WITH THIS P.O. MUST BEAR THIS PURCHASE ORDER NUMBER. THE VENDOR 1S 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:I WWW.SANFORDFL.GOVIDEPARTMENTSIPURCHASEtfERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING ACC)OR0� CERTIFICATE OF LIABILITY' INSURANCE ! INSURANCE12013 /31/2013 DA 5 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), r THORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the pollcy(fes) must be endorsed. if SUBROGATION IS WAIVE?, 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). I PRODUCERT Stahl & Associates Insurance Inc. 91 lake Morton Drive P O Box 3608 Lakeland FL 33802 CT Michele Cri£asi E(863) 688-5495 F . t863) 8S -43U eo 1AMU-Saimichele.crifasiflstahlinsurance.com (NSU 5 AFFORDING COVERAGE MAIC 0 INSURERA Westfield Insurance Company i 4112 INSURED Killebrew Inc PO Box 6258 Lakeland FL 33807-6258 wstmma;Amerisure Insurance Cc wsuRme-Harleysville Mutual Insurance INSURER D: INSURER E: SURER F: CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE f;OLICY PERIOD THIS IS TO INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT 0 WHICH THIS CERTIFICATE MAY BE ISSUED OR 61AY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO A L THE TERMS, EXCWSIONSAND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. iNSR L TYPEOFwSURANCE POUCYNIJMBER FF E POLICY EXP Lvars GENERAL LIABUTY EACH OCCURRENCE S 1,000,000 REMIS E ocasrmce) $ 500, 000 X COhWER(IAL GENERAL LLABRITI MEDEyjtMw sal) S 15,000 A CWMS-MADE XX OCCUR X Y 0446705 /1/2013 /112014 PERSONAL SADV INJURY S 1,000,000 X $1,000 bad ger Claim GENERALAGGREGATE $ 2,000,000 X Ded applies ?Lop Damage PRODUCTS-MVPAW 2,000,000 GENGGEGATEUMITAPPUESPER: POUCY RO M IACS co BI, ED SINGLE DWI 1 0,000 ALrrOMOBR.E UARIUTY BODILYINMRY(p"Pewn) S A X ANY AUTO AU.OWNED SCHEOlft£D X Y 446705 /1/2013 /1/2014 BODILY 1IMPY(peraccfdaft) S P r RTY OAMAGE S AUTOS ANON-0`h'NED X X HIRED AUTOS AUTOS pIP.Bastc S 10 000 X EACH OCCURRENCE S 5,000,000 5 000, 000 AGGREGATE S , X UMBREU.A OCCUR A EXCESS LIAe CLAIMS MADE /112013 /1/2014 S� DEO RETE S 446705 WCSTATU 0TH - - ^ - WORKERS COMPENSATION Y AND£MPLOYERSUADnMELEACHACCIDENT S1 500,000 ANY PROPftlETOR/PARTNER/PXECURVEa oFFicERR.tEMBER EXCLUDED? NIA 20927320101 /1/2013 /1/2014 _ 500 000 E.L DISEASE -EA EMPLOYE S E.L DISEASE. POLICY "MIT s 500,000 (Mandatary In NH) sI es desmbe mid" OF OPERArONS below o sdlttPTION /22/2013 /01/2014 ' Ua ble C Rented & Leased Equip 7[rr62599N II500,000/1,000 DESCRLPTIONOFOPERATIO)i51LOCATI0NSIVEIItCLES(AHachACORDIOl,AdditionalRemarkaSchedula.Nrrw�eatt��ceisrequtred) of ex9sting and installation of noiability piping RE: REIQ 11/12-02 Water System Improvements rehabilitation insured with respects to the General & Auto The City of Sanford is listed as an additional Waiver of subrogation ap�pplies in policies. General liability coverage is primary & non-contributory. *30 day notice of favor o£ The City of Sanford on the tenezal, Auto & Workers Compensation policies. cancellation is provided by the insurance company with 10 day notice for non-payment o£ pre»Lua. i nALWI=I I ATtnU SHOULD ANY OF THE ABOVE DESCRABED POLICIES BE C} NCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WALL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Sanford------------------------------- Attn: Attn: purchasing Manager AUMORIZED REPRESENTATIVE I P 0 Box 1788 300 N Park Avenue Sanford, FL 32771 Gerald Powell/CRIFAS I ACORD 26 (2010105) ©1988.2010 ACORD CORPORATION. All rights reserved. INS026 na ninrAini Tho mropr1 namn na Inn^ ars+ rnnietorod mnrka of Af:f)Pn ACl7R0 CERTIFICATE OF LIABILITY INSURANCEr12013 k----513 INDICATED. NOTWITHSTANDING CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO AI -L THE TERMS, 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 BHLOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN -THE ISSUING INSURER($), 1VTHOPJzED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: if the certificate holder Is an ADDITIONAL INSURED, the poltcy(tos) 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 eertificato does not confer rights to the certificate holder In lieu of such endorsemen s). PRODUCER Stahl &Associates Insurance Inc. 91 Lake Morton DriveDD P 0 BOX 3608 Lakeland FL 33802 ACTMicele Crifasi . 4844 FerE(863) 688-5495 aFxt8ssa- michele.crifasiestahlinsurance.com INSU 9 AFFORDING COVERAGE I muct INSURERA0198tfield Insurance Company 4112 INSURED Killebrew Inc PO Box 6258 Lakeland FL 33807-6258 iNsuRERsllmerisure Insurance Cc INsuRERcAhp:1e sville Mutual Insurance INSURERD, INSURER E UUURERF: COVE:RAOt=S CERTIFICATENUMBER:33l34 rewrite R VISION NUMBER; THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE OLICY PERIOD ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT' O WHICH THIS INDICATED. NOTWITHSTANDING CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO AI -L THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. WSR L TYPEOFUISURANCE AWL $U919 POLICYNOMSER E IMMM umffs oEHERALLIA08M EACHOCCURRENCE s 1,000,000 mSE�� occv.$ 500,000 X COMMERCIAL GENERALiIAOtiAY MEDEXPWwwopmwS 15,000 A CLAIMS -MADE FRI OCCUR X Y 0446705 /1/2018 /1/2014 PERSONAL&ADV;NAW S 1,000,000 X $1,000 Ded clailt p!t X Dad appl3ea Pzap Ramage GENERALAGGREOATE $ 2,000,000 PRODUCTS -COMPIOPAGO s. 2,000,000 GENLAGGREGATE LOW APPLtE5PER $ Pa= X PRO- IOC M8iHE0 INC3LE MIT 1 000 000 AUTOMOSILEIJAeSITY 8LYtHJURY(Petpason) s_ 00i AXL� ANYAUTO ED SCHEDULED X Y 446705 /1/2013 /1/2014 8001LYUtNRY(Peraoddant) s Est MIG X O Ix pip -Basic S 10 000 H7REOAvr45 AMO$ X UMBRELLA LIAS X Ot�UR EACH OCCURRENCE $ 1 5,-0-0 0- , 000 AGGREGATE s 5,0o0,000 A EXCESS LIAR CLAIMS W,0E M�M446705 /1/2013 /1/2014 s DEO RETEIrn0i4s WCSTATU DTH, - 23 WOWS cOMPENSATiON Y EL. EACH ACOOENT S 500 000 AND EMPLOYERS LIAnnM YI ANYPROPfttErORIPAR7NFFlLXECUTNE (NIA Ot'FiCER/M MOREXCLUDED? L_I 0027320101 J3/2019 %i/2014 EE DISEASE-EAEMPLOYE S 500A00 EE.OtsFAse-POLICY uMLr S 500,000 (Mandatary to NH) LSC UPT`�oNEttATtoNs t�dvv C Rented & Leased Equip xM62599x /22/2013 /01/2014 Otdut�wo 00,000!1,000 DESCRU'TiON OF OPERATIONS I LOCAVWS I VEHICLES (Attach ACORD Set, Additional Reamft Sthedute, Nmote a(+aee I$ t"Ufmd) rehabilitation Of existing and installation of ne piping R8: RnQ 11/12-02 Waher System improvements insured with respects to the General &Auto 1'ability The City of Sanford is listed as an additional is & non-contributoWaiver of subrogation applies f policies. General liability coverage primary *ry. favor of The City of Sanford on the General, Auto & Workers Compensation policies. 30 day once of cancellation is provided by the insurance company with 10 day notice for non-payment of pre um. Aaff/.M 7 ATtf M SHOULD DATE ABOVE POLICIES S THEREOF, NOTICE EOF, NE WILL C E CBEFORE DELIVR D THEN ACCORDANCE WITH THE POLICY PROVISIONS. City of Sanford Attn: purchasing Manager A{)T WMVREPRESENfATNE P 0 Box 1788 300 N Park Avenue Sanford, VL 32771 Gerald Powell/CRIPAS ©1988-2010 ACORD CORPORATION.�A1I rights reserved. ACORD 26 (2010106) mar4c of 6f INS025minmtm Tha Arl)Rn name aa,i Innn aro mnictarAri l:Rr)