Loading...
1667* Estepp Const IFB 12/13-19 Persimmon Ave LAP�-1a7� It I � �+,r Thursday, March 05, 2015 T®: City Clerk 1 %y FEE: F - &e f0-P The item(s) noted below is /are attached and forwarded to your office for the following action(s): ❑ Development Order ❑ Mayor's signature ❑ Final Plat (original mylars) ❑ Recording ❑ Letter of Credit ❑ Rendering ❑ Maintenance Bond ® Safe keeping (Vault ❑ Ordinance ❑ Deputy City Manager ❑ Performance Bond ❑ Payment Bond ❑ Resolution ❑ City Manager Signature ❑ ❑ City Clerk Attest/Signature Once completed, please: ❑ Return originals to Purchasing ❑ Return copies Special Instructions: Mari s0- ordo -� From TADept_ forms \City Clerk Transmittal Memo - 2009.doe Date T-1 LLt". ui DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. DATE: 08/13/14 PURCHASE ORDER UNLESS OTHERWISE INDICATED PO NUMBER 034003 CITY OF SANFORD CHANGE #: 1 NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED,BY.THE;PURCHASING MANAGER -CITY OF SANFORD P.O. BOX 1788 DATE CHG: 12/16/14 PURCHASING OFFICE: 407.688.5030 (300 NORTH PARK AVENUE) SUBMIT INVOICES TO: ACCOUNTS PAYABLE ACCOUNTS PAYABLE: 407.688.5020 SANFORD, FLORIDA 32772 FINANCE DEPT. FACSIMILE: 407.688.5021 FLORIDA TAX EXEMPT NO.: 858012621681 C -8 P.O. BOX 1788 SANFORD. FL 32772 VENDOR NO: 12074 TO: SHIP TO:, ESTEP CONSTRUCTION, INC CITY OF SANFORD 689 S BINION RD 800 FULTON STREET APOPKA, FL 32703 SANFORD, FL 32771 PERSIMMON AVENUE SIDEWALK PROJECT DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/14 NET /30 64359 ACCOUNT NO.:. 136-4047-541.63-86 PROJECT NO.: PW12 0 2 NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED,BY.THE;PURCHASING MANAGER -CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE UNIT COST EXTENDED COST ic9c�* 9c *Bc�� * * *dc�4c * *4c *4r *•!c•� *ic7Y 7f�k *9e 9: *7Y* CHANGE ORDER 1 PERSIMMON AVENUE SIDEWALK PROJECT 451165.00 NA 1.00 451165.00 FDOT' PROJECT ` NO. 427898- 1 -58 -1 LOCAL AGENCY PROJECT. - (LAP)- IFB 12/13 -19 2 CHANGE ORDER NO,. 1 FPN NO. 31172.15 NA 1.00 31172.15 427898- 1 =58 -01 IFB 12/13 =19 PERSIMMON AVE LAP SIDEWALK ITEM 1- THRU3 REMOVE EXISTING SIDWALK ON 8TH ST;,-ADD DRIVEWAY APRON.ON..PERSIMMON AVE-- REPLACE:ADA RAMP AT '13TH STREET & PERSIMMON INCREASE PO 34003 SUB' TOTAL 482337.15 TOT 482337.15 APPROVED B PURC AGENT APPROVED BY: CITY MANA ALL PACKAGES AND INVOICES ASSOCIATED WITH THIS P.O. MUST BEAR THIS PURCHASE ORDER NUMBER. THE VENDOR IS RESPONSIBLE TO CAREFULLY READ AND COMPLY WITH ALL OF THE STANDARD TERMS AND CONDITIONS PROVIDED ON THE REVERSE SIDE OF THIS PURCHASE ORDER AND AT HTTP / IWWW. SANFORDFL. GOV/ DEPARTMENTS/PURCHASEITERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING WS RM A �877� Item No. to . CITY COMMISSION MEMORANDUM 15 -001 JANUARY 12, 2015 AGENDA To: PREPARED BY: SUBMITTED BY: SUBJECT: SYNOPSIS: Approval of the cor. Honorable Mayor and Members of the City Commission Cynthia Porter, City Clerk Norton N. Bonaparte, Jr., City manager Consent Agenda ,sent agenda is requested. A. APPROVE FIREFIGHTER /EMT /ENG/NEER AND FIREFIGHTER /PARAMEDIC AGREEMENT AND FIRE LIEUTENANTS AGREEMENT AND AUTHORIZE THE CITY MANAGER TO EXECUTE THE DOCUMENTS UPON EXECUTION BY THE FIREFIGHTERS UNION. (INS r -A) STRATEGIC PRIORITIES: ❑ Unify Downtown & the Waterfront ❑ Promote the City's Distinct Culture ❑ Update Regulatory Framework ❑ Redevelop and Revitalize Disadvantaged Communities SYNOPSIS: Approval of the Firefighter/EMT/Engineer and Firefighter /Paramedic Agreement (IAFF Local 3996) and of the Fire Lieutenants (IAFF Local 3996) Agreement is requested. FISCALISTAFFING STATEMENT: Both agreements have provisions for a one percent (1.0 %) wage increase and an additional two percent (2.0 %) one -time cost of living lump sum payment for all bargaining unit members this fiscal year. Funds for 1.0% recurring wage increase are available in the current year budget and the 2.0% lump sum payment will come from reserves. BACKGROUND: The City and the International Association of Firefighters (IAFF) have been engaged in negotiations for several months and have come to agreement on new collective bargaining agreements. With the exception of the wage increase and cost of living payment and of the Duration Article all other terms and conditions remain the same. The Duration Article provides for a City reopener for Fiscal Year 2014 -2015 and/or 2015 -2016 for the limited purpose of discussing Retirement Benefits and also provides for one non -wage reopener for the Union should the City exercise this option. This will be a two year agreement with the same wage and cost of living provisions for the second year of the agreement. RECOMMENDATION: It is staff's recommendation that the City approve the trade in value of equipment No. 42, John Deere motor grader and No. 43, Huber motor grader, and to approve procurement of LeeBoy 685c motor grader in the amount not to exceed $117,089. H. APPROVE THE PROCUREMENT OF T750 BOBCAT COMPACT %RACK LOADER FROM BOBCAT OF ORLANDO, IN AN AMOUNT NOT TO EXCEED $,45,8.41.30. STRATEGIC PRIORITIES: ❑ Unify Downtown & the Waterfront ❑ Promote the City's Distinct Culture ❑ Update Regulatory Framework ❑ Redevelop and Revitalize Disadvantaged Communities SYNOPSIS: Approval to procure a T750 Bobcat Compact Track Loader to replace equipment No. 45, a 1998 Caterpillar Backhoe, is requested. FISCALISTAFF'ING STATEMENT: The total purchase cost for the T750 Bobcat Compact Track Loader is $45,841.30. Funding for this procurement is budgeted in the 2014/2015 Capital Equipment Fund. BACKGROUND: Equipment No. 45 meets the City of Sanford criteria for replacement. The vendor, Bobcat of Orlando from which the City is purchasing the T750 Compact Tack Loader, is on the Florida State Contract #760 - 000 -10 -1 and has been competitively bid. LEGAL REVIEW: No legal review requested of the City Attorney. RECOMMENDATION: It is staff's recommendation that the City Commission approve the procurement of a T750 Bobcat Compact Track Loader from Bobcat of Orlando, in an amount not to exceed $45,841.30. L APPROVE CHANGE ORDER No 1 TO ESTEP CONSTRUCTION, INC. IN AN AMOUNT NOT TO EXCEED $31,172. 15, FOR THE PERSIMMON AVENUE SIDEWALK PROJECT: STRATEGIC PRIORITIES: ❑ Unify Downtown & the Waterfront ❑ Promote the City's Distinct Culture ❑ Update Regulatory Framework ® Redevelop and Revitalize Disadvantaged Communities SYNOPSIS: Approval of Change Order No. 1 to Estep Construction, Inc. for the Persimmon Avenue Sidewalk project is requested. FISCALISTAFFING STATEMENT: Total requested funds in the amount of $31,172.15 are available from the remaining balance of the Second Generation One Cent Sales Tax account line. BACKGROUND: The funding in the amount of $31,172.15 is requested for unforeseen circumstances pertaining to ADA (Americans with Disabilities Act) compliancy issues. FDOT Quality Assurance inspection revealed that there were inadequacies in the existing pedestrian pathway that do not conform to current specifications and would have to be reconstructed. If approved, this would assist in facilitating the strategic priority listed as Redevelop and Revitalize Disadvantaged Communities in the Imagine Sanford Strategic Plan approved by the City Commission. LEGAL REVIEW: The Assistant City Attorney has reviewed this matter and has no legal objection to the action as stated and with implementation in accordance with City purchasing policies and practices. RECOMMENDATION: It is Staff's recommendation that the City Commission approve Change Order No. 1 to Estep Construction, Inc. in an amount not to exceed $31,172.15 for the Persimmon Avenue Sidewalk project. J. APPROVE EXPENDITlJRE TO SHI FUR THE PuRCHA3E OF TYPO NEYY HARD DRIVE STURAGE [!NITS FOR THE C7TY'S Y/RTUAL SERVERS, !N THE AmouNT OF $ I33, %68.24. STRATEGIC PRIORITIES: ❑ Unify Downtown & the Waterfront ❑ Promote the City's Distinct Culture ❑ Update Regulatory Framework ❑ Redevelop and Revitalize Disadvantaged Communities SYNOPSIS: Approval of payment in the amount of $133,768.24 to SHI for the purchase of two hard drive storage units for the City's two virtual servers is being requested. DATE: 08 /13/14 PURCHASE ORDER PO NUMBER 034003 CITY OF SANFORD P.O. BOX 1788 ( :HASING OFFICE: 407.688.5030 (300 NORTH PARK AVENUE) SUBMIT INVOICES TO: ACCOUNTS PAYABLE -OUNTS PAYABLE: 407.688.5020 SANFORD, FLORIDA 32772 FINANCE DEPT. FACSIMILE: 407.688.5021 P.O. BOX 1788 FLORIDA TAX EXEMPT NO.: 858012621681 C -8 SANFORD, FL 32772 VENDOR NO.: 12074 TO: SHIP TO: ESTEP CONSTRUCTION, INC CITY OF SANFORD 689 S BINION RD 800 FULTON STREET APOPKA, FL 32703 SANFORD, FL 32771 DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/14 NET /30 64359 ACCOUNT NO.: 136 - 4047 - 541.63 -86 PROJECT NO.: PW1202 NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE UNIT COST EXTENDED COST 1 PERSIMMON AVENUE SIDEWALK PROJECT 451165.00 NA 1.00 451165.00 FDOT PROJECT NO. 427898- 1 -58 -1 LOCAL AGENCY PROJECT (LAP) - IFB 12/13 -19 1 SUB TOTAL 451165.00 TOTAL 451165.00 APPROVED BY: PURCHASING AGEN . APPROVED BY: r �r'C' CITY UKINAGER ALL PACKAGES AND INVOICES ASSOCIATED WITH THIS P.O. MUST BEAR THIS PURCHASE ORDER NUMBER. THE VENDOR IS RESPONSIBLE TO CAREFULLY READ AND COMPLY WITH ALL OF THE STANDARD TERMS AND CONDITIONS PROVIDED ON THE REVERSE SIDE OF THIS PURCHASE ORDER AND AT HTTP:// WWW. SANFORDFL. GOV/ DEPARTMENTSIPURCHASEfTERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING Change Order No. Project Name: SECTION 00950 CHANGE ORDER FORM #1 Persimmon Avenue LAP Sidewalk , FPN#427898-1-58-01 U�• Owner: City of Sanford, Florida Contractor: Estep Construction, Inc. Agreement Date: June 10, 2014 This Change Order is necessary to cover changes in the work to be performed under this Agreement. The Agreement, General Conditions, Supplementary Conditions, and Technical Specifications contained in the Project Manual apply to and govern all work under this Change Order. THE FOLLOWING CHANGES ARE MADE TO THE CONTRACT DOCUMENTS: 1. Original Contract Price 2. Current Contract Price (Adjusted by Previous Change Orders) 3. Total Proposed Change in Contract Price 4. New Contract Price (item 2 + Item 3) 5. Original Contract Time 6. Current Contract Time (Adjusted by Previous Change Orders) 7. Total Proposed Change in Contract Time 8. New Contract Time (item 6 + Item 7) 9. New Contract Substantial Completion Date 10. New Contract Final Completion Date lFB 12113-19 Persimmon Ave Lap Sidewalk FDOT Project NO. 27898-1-58-1 00950-1 14a $ 451,165.00 $ 31,172.15 $ 482,337.15 180 Days 180 Days 0 Days 180 Days January 3, 2015 February 1, 2015 154■TITYrUE! 0 �zl z 91 CHANGES ORDERED Description of Change: Remove existing sidewalk from St 210 +80 Rt to St 224 +20 Rt on 8th Street. Reason for Change: Sidewalk cross slope exceeds 2% in the majority of the run and has numerous uneven cracks. See Attached documentation for Item #1 Change in Contract Price: $ 30,631.08 Change in Contract Time: Days 0 ITEM 2 Description of Change: Add driveway apron on Persimmon Ave. at St 103 +75 Rt Reason for Change: Resident access point to lot. See attached documentation for Item #2. Change in Contract Price: $ 143.74 Change in Contract Time: Days 0 Description of Change: Replace ADA ramp at 13th St. and Persimmon Reason for Change: Ramp was broken and out of compliance with ADA. See Attached Documentation for Item #3 Change in Contract Price: $ 397.33 Change in Contract Time: Days 0 IFB 12/13 -19 Persimmon Ave Lap Sidewalk FDOT Project NO. 27898- 1 -58 -1 CHANGE ORDER FORM 00950 -2 ITEM 4 Description of Change: Reason for Change: Change in Contract Price: $ Change in Contract Time: Days ITEM 5 Description of Change: Reason for Change: Change in Contract Price: $ Change in Contract Time: Days ITEM 6 Description of Change: Reason for Change: Change in Contract Price: $ Change in Contract Time: Days IFB 12/13-19 Persimmon Ave Lap Sidewalk FDOT Project NO. 27898-1-58-1 CHANGE ORDER FORM 00950-3 CHANGE ORDER SUMMARY No. Description Change in Contract Price Change in Contract Time 1 $30,631.08 0 Arid driveway apron on Persimmon Ave 143.74 0 3 Replace ADA ramp at 13th Street & Persimmon 0 TOTAL $ 31,172.15 0 Days WAIVER This Change Order constitutes full and mutual accord and satisfaction for the adjustment of the Contract Price and Contract Time as a result of increases or decreases in cost and time of performance caused directly and indirectly from the change. Acceptance of this Waiver constitutes an agreement between OWNER and CONTRACTOR that the Change Order represents an equitable adjustment to the Agreement and that CONTRACTOR shall waive all rights to file a Contract Claim or claim of any nature on this Change Order. Execution of this Change Order shall constitute CONTRACTOR's complete acceptance and satisfaction that it is entitled to no more costs or time (direct, indirect, impact, etc.) pursuant to this Change Order. IFB 12113 -19 Persimmon Ave Lap Sidewalk FDOT Project NO. 27898- 1 -58 -1 CHANGE ORDER FORM 00950 -4 APPROVAL AND CHANGE ORDER AUTHORIZATION ACKNOWLEDGMENTS The aforementioned change, and work affected thereby, is subject to all provisions of the original Agreement and specifically changed by this Change Order; and It is expressly understood and agreed that the approval of the Change Order shall have no effect on the original Agreement other than matters expressly provided herein. ATTEST: 0 (ASecretarW / 1, XI - I Date (Corporate Seal) ATTEST: &(I � J (Signature) G-01, i L--4 Date (Seal) i- lt'Q C Contracto Printed N and Title of Officer By ( re) Date 12� r Owner Printed Name and Title By (Sign re) l�l / Date END OF SECTION 00950 -5 IFB 12/13 -19 Persimmon Ave Lap Sidewalk FDOT Project NO. 27898- 1 -58 -1 CHANGE ORDER FORM Item #1 ADDITIONAL SIDEWALK REMOVAL & REPLACEMENT Bonds & Insurance (2.67%) $ 796.58 Total $30,631.08 begin end width length sf sy 21080.78 21172.93 5 92.15 460.75 51.19444 21204.41 21909.08 5 704.67 3523.35 391.4833 21940.37 22017.89 5 77.52 387.6 43.06667 22041.64 22136.74 5 95.1 475.5 52.83333 22160.48 22280.51 5 120.03 600.15 66.68333 22311.81 22397.84 5 86.03 430.15 47.79444 22397.84 22415.72 5 17.88 89.4 9.933333 1193.38 662.9889 qty unit price total 110-4 Remove Concrete Pavement 662.9889 $ 15.00 $ 9,944.83 Concrete Sidewalk 4" 662.9889 $ 30.00 $19,889.67 P�71 Subtotal 1 $ 29,834.50 1 Bonds & Insurance (2.67%) $ 796.58 Total $30,631.08 EXISTING SIDEWALK CROSS SLOPES Station YSslope Station Y6slope 210+80.78 2.1 211+00 2.1 211+50 1.4 211+72.93 2.5 212+4.41 2.5 212+50 3.1 213+00 2.4 213+50 2.5 214+00 2 214+50 2.3 215+00 2.9 215+50 2.4 216+00 2A 216+50 2.7 E7+00 3 217+50 1.4 218+00 2.3 218+50 2.9 219+00 1.7 219+9.08 1.6 219+40.37 23 219+50 3.4 220+00 3.2 220+17.89 0.7 220+41.64 1.4 220+50 1.7 221+00 2.4 221+36.74 1.9 221+60.48 16 222+00 1A 222+50 1,2 222+80.51 1.6 223+11.81 01 223+50 23 223+97.84 2.5 223+97.841 2.5 1224+15.721 0. 5d (* Indicates measurements where the slope between measurements exceeded 2%.) 00'06+3/3 == N h 0 00 m.n n O N A mW: '1J H3M3H8 3715VJ „� w m — ° m g U3 I + Wx> SpZ ° bQ w. p bm z+ O+N mw ^ I^ am O Vf li QQ e°'oob o >n <2 11 Wy Uoc•°•.aoNmoo +' 17911 •• p� NOr•1b +ANN w3. 166 _�2p =y o 2 E ¢ eh ¢11 IINY Ailtlll \ yj � I i VWOUQ � � 3 A 205 +11.16 �Mf art V1 W Q ��9 C7 C.2 41k OL a a p l--+z a a -•z x> I �N + 8[I� sir '3AV .188367171 R} >C ¢,0 0 07 � " '3AV my367nn i w i%Z� CJ CkY M G + _ -r �o ur +u ......_ 0 : �� U6000bM00 � ' �� I �J II II II 11 II II 11 /�Q. QII ryr(r � �� � I Z WOf m uiap� -�eua ,. i 1 -.°w w \ ( i-: zl �e' 3 a•� i Im it W ? a` 6)O + V +w / J l01'IBa IN i r tlY c �x " ' rn i aww IV h ! � +•, vi WWCb w� —II Y i f I Zb 19'01+ Z 'Vl5 !d C O WOO X I CVV�W> I W • I .' UV ( 4�o f •'I' I = X N� 8 Z+ V 189'R Wy~j 00 1'a IT WU 199 Jti ¢ N .. jeJ�ti r o '1 +8848 I°o 8v0F �mzowc¢ �� PC o- �ujF tW=W VQK I v � CmWOCQW�ha4 l7, .. Va C ti QtA, tx �?m b um \V owwEOw�x�.''i ^ ^ +p i\ r C l m ( hV r > ° �p0k80'00 00'09+900 00100+9/0 00' 00+6ZZ I i LL NW ti ;Fpl wti q` and a3oNV370 U.T.. ry '1J 'IS N1B I I 4qn I no I ¢ `� i. t YtiWWWO QQUQ42N pm��ti =wh + ( HR 2Vp�2mtiy1 � I ID I wti QQQ¢W� =pC � i a� ppxnr'�3oQ I= 7 LLiQtiti�Dy3jU12- I 2 m I CJ7 G � "� 2 1 <`� W� d W co �^^^.. L ca Wx i p W ` ' w;;-...-'..' ....... .........�..,..m.....,.m....... P!D K.b ..w., a� a5ag ed'C 0 co w tYi 12- 5 iiii 3 I L, m I > 3Nf15009NVP! It f i 1 h W ¢ 9('S6 W� £IZ'VIS 9dx2�, W I 'c22, mVU i + i i lJ 'IS H18 0 " � W w I emu, z i I i I 00'06 +Z1Z 00'00 +810 O 00'09+603 rb ora,o � o V C i° � X22 b + ( n) N� a 2 Ln 01 W m1 Q + �ry� �I i RO- -woo a w to w 30' OZ OW '3AV OOV,7VAV�l OOVJVAV N �',' + i "1 Wu3AV W mV .wln NW ¢ yF`jW� Opa W 2� + _ OW OAF n c P - a ?^z ' a Z: I Y O]! SW t~it a �I .,2W if g'O�OW N2 + W CN W�Wi °`OI,�WO hl C W O'v otf+ CUU I pK�WOV WC, + h mWC�m ZQ o 3 h t t Iry wW�w�mwn I cw K' all v 54 G� W: Wm za 3 + + x •ohs: � zF ¢?ou�~h — _ - �-: I IS ¢� — igb zzz Ixza3viW Vt°3 �n i �,: 3 t � u '3AV NVJ3d �'3AV NVJ3d NU c I — — a A£ IoNO II U AZ ~ W o ��Q 3 � it o ��1 + ry �I If + ati '„ III ^O¢C N . . .... . ....... . •% �� i 3�R46 °�n a qp ,� xb, W tiI 3 0.. wU1 '3AV I X '3AV z Q yi 3A /70 3A170 K7 ..._� + + I tU -0 IN ¢ 1 I IC 00*00+bZZ 00'08 +6Z0 0 Item #2 Item #2 Add Driveway apron on Persimmon Ave. at St. 103 +70 Rt. Item Description Unit Quantity Unit price Total 5222 -2 Concrete Sidewalk 6" SY 3.5 $40.00 $140.00 Bonds & Insurance (2.67%) $3.74 TOTAL I 1 1 $143.74 i I p i w a La.J w p W a 8 I A 1 W r ' b 1 N (7w xCC � Div 1 cr- N 0 r.� a W ryMn.�j N Ir � 6 a� p 4 1 p ' r ®� I 1 1 1 11 1 1 I i i � 1 i r 6 I LL� ' 1 �I� m 1 1 ( , C) rn CL 1 a 1 ' try r 1 B I � 1 1 i 0 r 1 �YJ ' l0 M co I ' OC 1 � 1 rrl M O I � ' lfl O L cu 0 QL N I.-Mimiro-Ij Item #3 Replace Ramp at 13th Street & Persimmon Ave. Item Description Unit Quantity Unit price Total 110 -4 Remove Concrte Pavement SY 8.6 $15.00 $129.00 522 -1 Concrete Sidewalk 4" SY 8.6 30.00 $258.00 Subtotal $387.00 Bonds & insurance (2.67%) $10.33 TOTAL $397.33 -i(Y;� � CL UJ U-i Ln I-,- V) U-i C) CC) ry) co, U) ry) (3) ry) � C6 LJJ Lt. Qo + —1 - � C) :SIL21JI cr- ry) ry) 03 N N 1 0) N ri I Is3m C6 LJJ rN Qo + —1 LU U- CC 9 U- U8: --I rN, t---t �12 Iz- CD I FN � C) :SIL21JI cr- ry) ry) 03 N N 1 0) N ri I Is3m Al .� ® CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDMIYYj 10/1/2014 `.—" THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER SIHLE INSURANCE GROUP, INC. CONTACT Certificate Department FAX tC o • 407 - 389 -3580 PHONE. . 407- 869 -5490 E-MAIL Certificates @sihle.com P. O. BOX 160398 ALTAMONTE SPRINGS FL 32716 INSURERS AFFORDING COVERAGE NAIC # INSURER A: National Fire Ins of Hartford 20478 INSURED ESTEP -1 Estep Construction, Inc. 689 S Binion Road INSURERB:Commerce & Industry Insurance 19410 INSURERC:CONTINENTAL INS CO 35289 INSURERD:VALLEY FORGE INS CO 20508 Apopka FL 32703 INSURERE:Travelers Insurance Co. 25658 INSURER F: s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY ❑ PRO JECT a LOc COVERAGES GEKI11-IC:AIt_NUmt5cK:'*rl; till IG .•�• •- •---- • -- - -" THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR A TYPE OF INSURANCE �( COMMERCIAL GENERAL LIABILITY CLAIMS-MADE X OCCUR INSD Y WVD Y POLICY NUMBER 5095651001 10/112014 POLICY EFF MMIDD 10/1/2015 POLICY EXP MMIDD LIMITS EACH OCCURRENCE $1,000_000 DAMAGE TO RENTED PREMISES Ea occurrence 5100,000 MED EXP (Any one person) $5,000 PERSONAL & ADV INJURY $1,000,000 X XCU GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY ❑ PRO JECT a LOc PRODUCTS - COMPIOP AGG $2,000,000 Pollution Liability 51,000,000 OTHER: C AUTOMOBILE LIABILITY Y 5095650995 0/1/2014 10/1/2015 (Ea accident) BODILY INJURY (Per person) $1,000,000 $ X ANY AUTO ALL OWNED SCHEDULED NON -OWNED HIRED AUTOS AUTOS BODILY INJURY (Per accident) $ O Per accident 5 PIP $10,000 B UMBRELLALIAB OCCUR BE01277815 10/1/2014 10/1/2015 EACH OCCURRENCE S AGGREGATE S EXCESS LIAB CLAIMS -MADE 5 D A E DED I I RETENTIONS WoRKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETORIPARTNERIEXECUTIVE OFFICERIMEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below Contractors Equipment Railroad Protective L1ab "/ A Y C5095664119 5095651001 66708 0/1/2014 0/1/2014 /3/2014 10/1/2015 10/1/2015 /312015 STATUTE ERH E.L. EACH ACCIDENT $ 1000000_ E.L. DISEASE - EA EMPLOYEE $1_000,000 _ E.L. DISEASE - POLICY LIMIT $1000000 Leased & Rented Equip $500,000 Aggregate 6,000,000 Occurrence 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) Re: IFB 12/13 -19, Persimmon Ave. Lap Sidewalk FDOT Project #427898- 1 -58 -01 City of Sanford, its agents, employees and officials are included as additional insured for Automobile Liability and General Liability on a Primary and Non - Contributory basis, when required by written contract. A Waiver of Subrogation applies when required by written contract to (cont'd) the General Liability and Workers Compensation policies in favor of City of Sanford, its agents, employees and officials. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Sanford Attn: Purchasing Manager 300 N. Park ACCORDANCE WITH THE POLICY PROVISIONS. Avenue P.O Box 1788 ORIZED REPRESENTATIVE Sanford FL 32772 -1788 tzt� (1-d' 171988 -2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD