Loading...
2415 IFB 21/22-03R Vactor Truck Rcvng Station - Perf Bond3 4 165 To: City Clerk RE: JFB 21/22-03R Vactor Truck Receiving Station 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 M Safe keeping (Vault) ❑ Ordinance ❑ Deputy City Manager Performance Bond ❑ Payment Bond ❑ Resolution ❑ City Manager Signature ❑ ❑ City Clerk Attest/Signature ❑ City Attorney/Signature Once completed, please: ❑ Return originals to Purchasing- Department ❑ Return copies El Special Instructions: Paul Smith Purchasing�6ordinator 27-Apr-22 From Date T:\Dept_fomis\City Clerk Transmittal Memo - 2009.doe SECTION 00510 Ll To: Carr& Collier, Inc. , 3800 Rogers Industrial Park Rd Okahumpka, FIL 34762 Project Name and Bid No.: Vactor Truck Receiving Station 21/22-03R The OWNER has considered the BID submitted by you, dated 2/9/2022 for the above described WORK in response to the Invitation for Bids and Bidding Documents. You are hereby notified that your BID has been accepted for BID items in the amount of $ 565,337.00 You are required by the Instructions to Bidder to execute the Agreement and furnish the required CONTRACTOR'S Performance Bond, Payment Bond, and certificates of insurance within fourteen (14) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said Bonds and insurance within fourteen (14) calendar days from receipt of this Notice, said�OWNER will be entitled to consider all your rights arising out of the OWNER's acceptance of your BID as abandoned and as a forfeiture of your BID BOND. The OWNER will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER. Dated this day of OWNER: __City of Sanford (Name of OWNER) By (Signature6aig Radzak Assistant City Manager (Printed Name and Title) ACCEPTANCE OF NOTICE Receipt and acceptance of !the above NOTICE OF AWARD is hereby acknowledged by Carr& Collier, Inc. day of By Reynolds Holiman, Vice President Printed Name and Title END OF SECTION Vactor Truck Receiving Station NOTICE OF AWARD 00510-1 IFB 21-22-03R Notice of Award Final Audit Report 2022-03-29 Created: 2022-03-29 By: Paul Smith (paul.smith@sanfordfl.gov) Status: Signed Transaction ID: CBJCHBCAABAAwxHgjSmlhsXMF$b81nNDkVJD"LsBre "IFB 21-22-03R Notice of Award" History Document created by Paul Smith (paul.smith@sanfordfl,gov) 2022-03-29 - 5:41:20 PM GMT 124 Document emailed to Craig Radzak (craig.radzak@sanfordfl.gov) for signature 2022-03-29 - 6:42:31 PM GMT t! Email viewed by Craig Radzak (craig.radzak@sanfordfl.gov) 2022-03-29 - 5:56:08 PM GMT ,00 Document e-signed by Craig Radzak (craig.radzak@sanfordfl.gov) Signature Date: 2022-03-29 - 5:56:54 PM GMT - Time Source: server Agreement completed. 2022-03-29 - 6:66:64 PM GMT Q Adobe Sign IiA ZS —PAL t�t rojdr,,��p Bond No. SUR0063822 'W--,,ALDORFF INSURANCE & BONDING March 31, 2022 City of Sanford 300 N. Park Avenue, Suite 236 Sanford, FL 32771 RE: Carr & Collier, Inc. Bond No. SUR0063822 Project: IFB-21/22-03RVactor Truck Receiving Station, N. Poplar Ave., FL To Whom It May Concern: Please be advised that this letter will serve, as confirmation to date the performance bond, payment bond and power of attorney on the above referenced project that our client, Carr & Collier, Inc., is going to perform. Please make sure the date is the same date of the contract or later. If there are any questions or need for further information please contact US. Sincerely yours, Benjamin H. French Attorney -In -Fact Argonaut Insurance Company 45 W-�!-1N.PARrWAY, NE, SUITE 202 1 1 10 NW 6TH STREET FORT WALTON BEAC'R, FL 32548 GAINESVILLE, FL 32601-4247 -4925 (352)374-7779 TOLL FREE: (800)342-7621 FAX (850)581-4930 WWW.WALDORFFINSURANCE.COM FRONT PAGE OF PUBLIC PAYMENT & PERFORMANCE BOND In compliance with F.S. Chapter 255.05(1)(a) Bond No.: SUR0063822 Contractor Name: Carr & Collier, Inc. Contractor Address: 3800 Rogers Industrial Park Rd., Okahumi)ka, FL 34762 Contractor Phone No: (352) 314-3625 Surety Company Name: Argonaut Insurance Company Surety Company Address: 225 W. Washington St., 24th Floor, Chicago, IL 60606 Surety Company Phone No: 800-470-7958 Agent Name: Waldorff Insurance & Bonding, Inc. Agent Address: 1110NW6 1h Street Gainesville, FL 32601 Agent Phone No: (352) 374-7779 Obligee Name: City of Sanford Obligee Address: 300 N. Park Avenue, Suite 236, Sanford, FL 32771 Obligee Phone No: 407-688-5028 Bond Amount: $565,337.00 Contract No: (if applicable) IFB-21/22-03R Description of Work: Vactor Truck Receiving Station Project Address: N. Poplar Ave., FL FRONT PAGE All other bond page(s) are deemed subsequent to this page regardless of any page number(s) that may be pre-printed thereon, Bond No SUR0063822 SECTION 00605 PERFORMANCE BOND (100% of Contract Price) Project Name: Vactor Truck Receiving Station City Contract No.: IFB No. 21/22-03R Contractor Surety Name: Carr& Collier, Inc. Argonaut Insurance Company Address: P. O. Box 777 225 W. Washington St., 24th Floor Okahumpka, FL 34762 Chicago, IL 60606 Phone No.: (352) 764-3700 800-470-7958 Owner Name: City of Sanford Address: 300 N. Park Ave. Sanford, FL. 32771 Phone No.: 407-688-5028 KNOW ALL MEN BY THESE PRESENTS that The above named Contractor, as Principal, and the above named Surety, as SURETY, are held and firmly bound unto the Owner, the City of Sanford, a Political Subdivision of the State of Florida, in the full and just sum of $_ 565,337.00 , lawful money of the United States of America, to the payment of which sum, well and truly to be made, the Contractor and SURETY bind themselves, their representatives, and each of their heirs, executors, administrators, successors and assigns, jointly and severely, firmly by these presents, The Project is located south of the City of Sanford North Water Reclamation Facility, and is at 230 Poplar Ave., Sanford, Florida 32771. General description of the Work: Construction of a concrete vactor truck dumping bed and concrete driving lanes, water and sewer utilities, and stormwater infrastructure. WHEREAS, the Contractor has by written Agreement dated k144�e� �3/ 2022, entered into a Contract with the Owner for I FB No. 21/22-03R ., for the project entitled Vactor Truck Receiving Station, with conditions and provisions as are further described in the aforementioned Agreement, Mich Agreement is by reference made a part hereof for the purpose of explaining this bond. NOW, THEREFORE, the condition of this obligation is such that if Principal: Vactor Truck Receiving Station 00606-1 PERFORMANCE BOND (100% of Contract Price) Promptly and faithfully performs its duties, all the covenants, terms, conditions, and agreements of said Contract including, but not limited to the insurance provisions, guaranty period and the warranty provisions, in the time and manner prescribed in the Contract, and Pays Owner all, losses, damages, delay damages (liquidated oractumk.axpmnses.00stsond attorneys' fees, including costs and fees on appeal that Owner sustains resulting directly or indirectly from any breach ordefault by Principal under the Contract, then this bond is void; otherwise it shall remain in full force and effect. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations thmnounder.theSURETYshoUpnonmotly remedy the default or shall promptly: A. Complete the Contract in accordance with its terms and conditions; or B. Expeditiously obtain m bid or bids for completing the Contract in accordance with its terms and conditions, and Upon determination by SURETY of the lowest responsible qum|diad biddmr, mvvanJ o contract; or, if the {]vvnmr e|mcts, upon determination by the Owner and the SURETY jointly of the lowest responsible bidder, to have the SURETY arrange for o contract between such bidder and Owner, andfo[the8URETYtomake available asWork progresses sufficieMthJnds to pay the cost of completion less the balance of the Contract price (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph). The term "balance of the Contract price," as used in this Bmnd, shall mean the bnto| amount payable hyOwner to Contractor under the Contract and any approved change orders thereto, less the amount properly paid by Owner to Contractor. The SURETY shall pay Owner all remaining |oonen, delay and disruption damages, expenses. #osts, and statutory attornmy'sfees. including mppm||aba pvnneedings, that Owner sustains because of a default by Contractor under the Contract. 3. Any changes inorunder the Contract Documents (which include the Plans, Drawings, and Specif ications)andoommhmncecvnnnoornp|kancewithmnyfovnnu|itiesoonnectodwiththe Contract orthe changes therein shall not affect SURETY's obligations under this Bond and SURETY hereby waives notice ofany such changes. 3. The GURETYsmonetary obligations to the Owner shall not be reduced bylegal fees and costs incurred by the SURETY arising out of Contractor's default. 4. The SURETY, for value received, hereby stipulates and agrees that its obligations hereunder shall be direct and immediate and not conditional or contingentupon Owner's pursuit ofits remedies against Phncipm|, shall remain in full force and effect notwithstanding (i) amendments or modifications to the Contract entered into by Owner and Principal without the SURETYa hnmvWadQe or #zneani (i0 waivers of compliance with terms of the Contract granted bvOwner tn Principal without the SURETYa knowledge or consent, or Ui0 the discharge of Principal from its obligations under the Contract as a result of any proceeding initiated under the Bankruptcy Code mf1978'aathe same may beamended, or any similar Vactor Truck Receiving Station PERFORMANCE BOND (100% of Contract Price) state or federal law, or any limitation of the liability of Principal or its estate as o result of any such proceeding. 5. The Surety shall indemnify and hold the Owner harmless from any and all claims and damages, arising from the Contractor's default under the Contract including, but not limited to, contractual dannagem, mxpansms, ooeto, injury, negligent defaub, or intentional default, patent infringement and ootum| damages in accordance with the Contract. 6. |Dthe event that the SURET\'faUstufulfill its obligations WUde[U1isParforMlaDcVBond'then the SURETY shall indemnify and hold the Owner harmless from any and all loss, damaQe, cost and expense, including reasonable attorneys' fees and costs for all trial and appellate proceedings, resulting from the SURETY"sfailure tofulfill its obligations hereunder. This paragraph shall survive the termination or cancellation of this Performance Bond. 7. The Contractor shall save the Owner harmless from any and all damages, expenses and costs which may arise by virtue ufany defects in said vvodt or materials within a period of two C0years from the date cfFinal Completion ofthe Project. O. This Performance Bond is intended to comply with the requirements of Section 255.05. Florida Statutes, as amended, and additionally, to provide contract rights more expansive than as required by statute. |NWITNESS WHEREOF, this instrument is executed this day of ._--���=____. ATTEST. PRINCIPAL/CONTRACTOR Corr&Co||ier, Inc By: Secretary 0 1- Typed Name of Secreta� SEAL (Witness b,CONTRACTOR) (Witness t6 CONTRACTOR) Jodi Avedisian Typed Name Vactor Truck Receiving Station PRFINAL/CONTR By': CbNrACfOR Signatory Authority Reynolds Holiman, Vice President Typed Name and Title Address City, State, Zip (407)240-3439 Telephone No. Facsimile No. PERFORMANCE BON Am •�: I �1- M ATTEST. P cwa (SURETY),%=Wyx Witness Paul A. Locascio Typed or Printed Name Witness as to SURETY Trava Ridlon Typed or Print,Name Witness as to SURETY" Rebekah Sharp Typed or Printed Name SURETY Argonaut Insurance Company SURETY By:,� Benjamin H. French Typed or Printed Name Attorney -in -Fact & FL Resident Agent Title 1110 NW 6th Street Address Gainesville, FL 32601 City, State, Zip 352-374-7779 / 850-581-4930 Telephone No. Facsimile No. NOTE: Date of this Performance Bond must not be prior to date of the Agreement. If CONTRACTOR is a joint venture, all ventures shall execute this Performance Bond. If CONTRACTOR is a Partnership, all partners shall execute this Performance Bond. IMPORTANT: Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State of Florida, unless otherwise specifically approved in writing by Owner. All bonds shall be originals and issued or countersigned by a local producing agent who is authorized to operate in the State of Florida. Attorneys -in -fact who sign Bid Bonds or Performance/Payment Bonds must file with such bond a certified copy of their Power of Attorney to sign such Bond. Agents of surety companies must list their name, address, and telephone number on all Bonds. Vactor Truck Receiving Station END OF SECTION 00605-4 PERFORMANCE BOND (100% of Contract Price) Bond No. SUR0063822 SECTION 00610 PAYMENT BOND (100% of Contract Price) Project Name: Vactor Truck Receiving Station City Contract No.: IFB No-. 21/22-03R Contractor Surety Name: Carr& Collier, Inc. Argonaut Insurance Company Address: P. O. Box 777 225 W. Washington St., 24th Floor Okahumpka, FL 34762 Chicago, IL 60606 Phone No.: (352) 764-3700 800-470-7958 Owner Name: City of Sanford Address: 300 N. Park Ave. Sanford, FL. 32771 Phone No.: 407-688-5028 KNOW ALL MEN BY THESE PRESENTS that The above named Contractor, as Principal, and the above named Surety, as SURETY, are held and firmly bound unto the Owner, the City of Sanford, a Political Subdivision of the State of Florida, in the full and just sum of $ 565,337.00 , lawful money of the United States of America, to the payment of which sum, well and truly to be made, the Contractor and SURETY bind themselves, their representatives, and each of their heirs, executors, administrators, successors and assigns, jointly and severely, firmly by these presents. The Project is located south of the City of Sanford North Water Reclamation Facility, and is at 230 Poplar Ave., Sanford, Florida 32771. . General description of the Work: Construction of a concrete vactor truck dumping bed and concrete driving lanes, water and sewer utilities, and stormwater infrastructure. pa WHEREAS, the Contractor has by written Agreement dated /?�A '13 / , 2022, entered into a Contract with the Owner for I FB No. 21/22-03R _., for the project entitled Vactor Truck Receivinq Station, with conditions and provisions as are further described in the aforementioned Agreement, which Agreement is by reference made a part hereof for the purpose of explaining this bond. Vactor Truck Receiving Station PAYMENT BOND (100% of Contract Price) 00610-1 I _0,MT4 i V, L NOW, THEREFORE, the condition of this obligation is such that if Principal shall promptly make payments to all 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: This Payment Bond is furnished for the purpose of complying with the requirements of Section 255.05, Florida Statutes, as same may be amended. 2. Any action instituted by a claimant under this Bond for payment must be in accordance with the notice and time limitation provisions in Sections 255,05(2) and 255.05(10), Florida Statutes. 3. This Payment Bond is conditioned that Contractor shall promptly make payments to all persons defined in Section 713.01, Florida Statutes, whose claims derive from the prosecution of the Work provided for in the Contract. 4. Pursuant to Section 255.05, Florida Statutes, a claimant, except a laborer, who is not in privity with the Contractor shall, before commencing or not later than forty-five (45) days after commencing to furnish labor, services, or materials for the prosecution of the Work, serve the contractor with a written notice that he or she intends to look to the Bond for protection. A claimant who is not in privity with the Contractor and who has not received payment for furnishing his or her labor, services, or materials shall serve a written notice of nonpayment on the Contractor and on the SURETY. The notice of nonpayment shall be under oath and served during the progress of the Work or thereafter but may not be served earlier than forty-five (45) days after the first furnishing of labor, services, or materials by the claimant or later than ninety (90) days after the final furnishing of the labor, services, or materials by the claimant or, with respect to rental equipment, later than ninety (90) days after the date that the rental equipment was last on the job site available for use. 5. The time periods for service of a notice of nonpayment or for bringing an action against a Contractor or a Surety shall be measured from the last day of furnishing labor, services, or materials by the claimant and may not be measured by other standards, such as the issuance of a certificate of occupancy or the issuance of a certificate of substantial completion. 6. An action, except an action for recovery of retainage, must be instituted against the Contractor or the SU RETY on the payment bond within one (1) year after the performance of the labor or completion of delivery of the materials or supplies. An action for recovery of retainage must be instituted against the Contractor or the SURETY within one (1) year after the performance of the labor or completion of delivery of the materials or supplies. 7. The claimant shall have a cause of action against the Contractor and SURETY for the amount due him or her, including unpaid finance charges due under the claimant's contract. Such action may not involve the Owner in any expense. Vactor Truck Receiving Station PAYMENT BOND (100% of Contract Price) 00610-2 8. Any changes in or under the Contract or Contract Documents and compliance or non- compliance with any formatkies connected with the Contract or the changes therein shall. not affect SURETY's obligations under this Payment Bond and SURETY hereby waives notice of any such changes Further, Principal and SURETY acknowledge that the sum of this Payment Bond shall increase or decrease in ticc&dance with the I Change Orders (unilateral or directive change orders and bilateral change orders). or other rnodificatiohs to the Contract or Contract Documents. This Payment Bond shall not cover any components or materials directly purchased and paid for by the Owne i r. 9. The Performance Bond and this Payment Bond and the covered amounts of each are separate and distinct from each other. This Payment Bond shall be construed as a statutory Payrnenf Bond under Section. 255.05, Florida Statutes, and not as a common .law bond. IN WITNESS HEREOF, this instrument is executed this day of ,26 ............. . I ATTEST. PRINCIPAILICONTRAO-TOR Carr& Collier, Inc. PRINCJP4L / CONTRACTOR r 1(;zI By: Secretary By: Signatory 'cb ACTOR SignatoAuthority Karen L. Rayl Reynolds Holiman, Vice President Typed Name of Secretary Typed N 0 ame and Title P. 0. Box 777 (CORPORATE SEAL Address SEAL Okahumpka, FL 34762 (Witness to CONTRACTOR) URC, City, State, Zip Dianne Woods Typed Name (Witness ko-CONTRACTOR) Jodi Avedisian Typed Name Vactor Truck Receiving Station (352) 764-3700 (407) 240-3439 Telephone No. Facsimile No. 00610-3 PAYMENT BOND (100% of Contract Price) ATTEST. -P'a (SURETY) xwtxKx Witness Paul A. Locascio Typed or Printed Name Witness as to SURETY Trava Ridlon Typed or Printed Name Witness as to SURETY Rebekah Sharp Typed or Printed Name 6VIN40 Argonaut Insurance Company SURETY J Benjamin H. French Typed or Printed Name Attorney -in -Fact & FL ResideritAgdn't' Title 1110 NW 6th Street Address Gainesville, FL 32601 City, State, Zip 352-374-7779 / 850-581-4930 Telephone No. Facsimile No. NOTE: Date of this Payment Bond must not be prior to date of the Agreement. If CONTRACTOR is a joint venture, all ventures shall execute this Payment Bond. If CONTRACTOR is a Partnership, all partners shall execute this Payment Bond. IMPORTANT: Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State of Florida, unless otherwise specifically approved in writing by Owner. All bonds shall be originals and issued or countersigned by a local producing agent who is authorized to operate in the State of Florida. Attorneys -in -fact who sign Bid Bonds or Performance/Payment Bonds must file with such bond a certified copy of their Power of Attorney to sign such Bond. Agents of surety companies must list their name, address, and telephone number on all Bonds. Vactor Truck Receiving Station 00610-4 PAYMENT BOND (100% of Contract Price) Argonaut Insurance Company Deliveries Only: 225 W. Washington, 24th Floor Chicago, IL 60606 United States Postal Service: P.O. Box 469011, San Antonio, TX 78246 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the Argonaut Insurance Company, a Corporation duly organized and existing under the laws of the State of Illinois and having its principal office in the Count), of Cook, Illinois does hereby nominate, constitute and appoint: L Dale Waldorff, K Wayne Walker. Pamela L Jarman, Bcniamin H French, Paul A Locascio, Relickah F. Sharp, Trava Ridlon Their true and lawful agent(s) and attorneys) -in -fact, each in their separate capacity if more than one is named above, to make, execute, sea] and deliver for and on its behalfas surety, and as its act and deed any and all bonds, contracts, agreements of indemnity and other undertakings in suretyship provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: $97.550,000.00 This Power of Attorney is granted and is signed and scalcd under and by the authority of the following Resolution adopted by the Board of Directors of Argonaut Insurance Company: "RESOLVED, That the President, Senior Vice President, Vice President, Assistant Vice President, Secretary, Treasurer and each ofthern hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile signature, which may be attested or acknowledged by any officer or attorney, ofthc Company, qualifying the attorney or attorneys named in tile given power of attorney, to execute in behalf of and acknowledge as the act and deed of the Argonaut Insurance Company, all bond undertaki ng%and contracts of suretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, Argonaut Insurance Company has caused its official seal to be hereunto affixed and these presents to be signed by its duly authorized officer on the 19th day ofNovei-nbcr, 2021. Argonaut Insurance Company by: STATE OF TEXAS COUNTY OF HARRIS SS: -Z, Gary r. Grose , President On this 19th day of November, 2021 A.D., before tile, a Notary Public of the State of Texas, in and for the County of Harris, duly commissioned and qualified. came THE ABOVE OFFICER OF THE COMPANY, to me personally known to be the individual and officer described in, and who executed tile preceding instrument, and he acknowledged the execution of same, and being by me duly sworn, deposed and said that he is the officer of the said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said corporation, and that Resolution adopted by tile Board of Directors of said Company, referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the County of Harris, the day and year first above written, 'A Y �'U-- -L NOTARY (Notary Public) 1, the undersigned Officer of the Argonaut Insurance Company, Illinois Corporation, do hereby certify that the original POWER OF ATTORNEY of which the foregoing is a fill], true and correct copy is still in full force and cfl*cct and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand, and affixed the Seal ofsaid Company, on th 4�--3 day of Para .... ........... .......... Austin W. King Y Secretary IF YOU HAN"E QUESTIONS ON AUTHENTICITY OF THIS DOCUMENT CALL (833) 820 - 9137. CARR9CO-n2 F0STFR.1 ACORL7►" CERTIFICATE OF LIABILITY INSURANCE DAT1141DDIYYYY) 4114/2022 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 have ADDITIONAL INSURED provisions or 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 CCRNTACT Patty Beck Insurance Office of America, Inc. 1855 West State Road 434 Longwood, FL 32750 PHONE FAX (A/C, No, Et): (407) 998-5507 15507 (FAXNo): (321) 214-6400 ElADDRESS: Patty. Beck@ioausa.com INSURERS AFFORDING COVERAGE NAIC # INSURER A: Monroe Guaranly Insurance Company_, 32506 _ INSURED INSURER B : FCCI Insurance Compariv 10178 INSURER C : North River Insurance Company 21105 Carr & Collier, Inc. INSURER D : Brid efield Casualty Insurance Company 10335 1410 Emerson Street Leesburg, FL 34748 INSURER E : XL Specialty Insurance Cowan ram_ 37885 INSURER F : Westchester Surplus Lines Insurance Companyll0172 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: 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 LTRA TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR X X GL10003093004 10/1/2021 10/1/2022 EACH OCCURRENCE $ 1,000,000 RENTED n e DAMocc AGE TO ISE 100,000 $ X MED EXP (Anv one erson _ $ 5,000 no exclusions for X X,C, and U PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY a JECT LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMPIOP AGG $ 2,000,000 EPL $ 100,000 OTHER: B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT �. n 1,000,000 $ X BODILY INJURY Per rson ANY AUTO X CA10006151304 10/1/2021 10/112022 OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY Per accident _$_„_.,____.______ $ X PROPERTY DAMAGE Per accident $ WN p AUTOS ONLY X A� OS ONLY Comp Ded $ 1,000 X Go3i Ded $ 1,000 X $ C UMBRELLA LIAR X OCCUR EACH OCCURRENCE $ 8,000,000 X AGGREGATE S 8,000,000 EXCESS LIAB CLAIMS -MADE 5821175637 10/1/2021 10/1/2022 DED I I RETENTION $ $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE pFFICER/M�MBER EXCLUDED? (Mandatory in NH) N/A X 019650870 511/2021 5/1/2022 X PER OTH- SIAIUTE_ E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 if yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT 1,000,000 $ E Equipment Floater UM00117219MA21A 7/1/2021 7/1/2022 Installation Oper 1,000,000 F General Liability E I G46804269006 8/17/2021 8/17/2022 Each Pollution Incid 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Vactor Truck Receiving Station IFB No. 21/22-03R *'Umbrella does not follow form or extend over the Pollution Liability City of Sanford and CPH, inc., are Additional Insured with respects to General Liability per form CGL084 1013 including Waiver of Subrogation per form CGL088 1013 as required by written contract, on a Primary Non Contributory basis perform CGL026 1108 as required by written contract, Blanket Additional Insured with respects to Auto Liability as required by written contract per form CAU058 0519. Waiver of Subrogation with respects to Workers Compensation as required by written contract. CFRTIFICATF HOl_bFR CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Sanford AUTHORIZED REPRESENTATIVE Attention: Purchasing Manager. 300 North Park Avenue --- ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 500 West Fulton Street Sanford, FL 32771 Phone: 407.322.6841 Date: April 14, 2022 To: Marisol Ordohez Purchasing Manager City of Sanford Purchasing Dept. Re: Vactor Truck Receiving Station (I FB 21/22-03R) CPH Job No. S06192 WE ARE SENDING YOU THE ATTACHED ITEM(S): NO. OF COPIES DESCRIPTION 1 Notice of Award (Fully Executed) 12r Cover Page from Waldorff Insurance and Bonding, Inc. and attached Performance and Payment Bond (Argonaut Insurance Co. Bond SUR0063822) (The date of the Agreement needs to be filled in on the Bonds on page 1 and on the Signature page). 1 Certificate of Insurance (COI) THESE ITEMS ARE TRANSMITTED AS INDICATED BELOW: X For Your Use For Review and Comment As Requested For Bids Due REMARKS: CPH has reviewed the attached and is of the opinion the documents are acceptable. Upon review and execution by the City, please have the bonds dated and recorded. E- mail the recorded copy of the bonds and executed agreement to CPH for our records. CPH will email copies to Carr and Collier, Inc. once received. COPY TO: SIGNED: Rocco Nasso, P.E. If enclosures are not as noted, kindly notify us at once.