Loading...
HomeMy WebLinkAbout2004 01 12 Consent 203COMMISSION AGENDA ITEM 203 January 12, 2004 Regular Meeting Consent X Informational Public Hearing Regular Mgr. / Dept. Authorization REQUEST: The Parks and Recreation Department is requesting the City Commission to award the bid for the Moss Park Buffer Brick Wall to the lowest, best, and only bidder Price Construction Inc. and to provide the City Manager authority to enter into a contract with Price Construction and to provide a notice to proceed to construction. Also to approve a supplemental appropriation from General Government Contingency in the amount of $ 28,116.00. PURPOSE: The purpose of this item is to gain Commission approval necessary to proceed to construction with the Moss Park Buffer Brick Wall. CONSIDERATION: • On May 27, 2003 the Commission approved the construction of a 400 Linear Ft, 6ft. high brick wall at Moss Park at an estimated cost of $ 36,000 from the Park Land Acquisition and Improvement Fund. • On September 8, 2003 Staff informed the City Commission that staff received quotes from current City Contractors that were significantly above $ 36,000. • Staff put the project out to bid on November 2, 2003. • On November 20, 2003,1 bid was received by the bid closing from Price Construction Inc. for $ 56,969.00. • Starmer/Randaldi, Parks and Recreation, and Public .Works have reviewed the bid and compared it to quotes from comparable contractors and recommend this award to Price Construction in the amount of $ 56,969.00. EXPENSES REVENUES Base Bid $ 56,969 Budgeted Construction (Park Donation Fund) $ 36,000 10% Contingency $ 5,697 Supplemental Appropriation $ 28 116 Signed and Sealed, Design & Wind Load Calculations $ 850 Survey Property Line $ 600 TOTAL $64,116 1 TOTAL $ 64 116 • Construction Administration will be a coordinated effort with Starmer/Ranaldi, Public works, & Parks and Recreation. FUNDING: The funding sources for this project will be $ 36, 000 which was budgeted from the Parks Donation Fund and $ 28,116 from a Supplemental Appropriation — 001-389100. RECOMMENDATION: Parks and Recreation recommends that the City Commission authorize the City Manager to enter into a contract with Price Construction for $ 56,696.00, provide 10% Contingency, Design & Wind Load Calculations, and Survey Funding, with a Supplemental Appropriation of $ 28,116. IMPLEMENTATION SCHEDULE: January 2004 Execute contract. February 2004 Anticipate construction to begin April 2004 Completion. ATTACHMENTS: #1 Bid Award Opinion Letter #2 Bid ITB-003/04/CP Summary #3 Agreement Form #4 Wall Elev/Detail and Site Plan COMMISSION ACTION: Ranaldi Planning and Architecture Inc I % r)o 16 �wn3 Chuck Pula, Director Park and Recreation Department City of Winter Springs 1000 East SR 434 Winter Springs, Florida 32708 Re: Moss Park Buffer Wall Bid Award Opinion Chuck ATTACHMENT # 1 We have reviewed the bid from Price Construction Inc. for the above referenced project and in our opinion, in order to get this small project completed it would be in the City' s best interest to award the project to them. It would have been nice to see other bidders for a comparison, however in our opinion although their numbers seems a little high, they are not out of line as confirmed by two other construction professionals, and we don' t believe re -bidding would produce significantly different results. We have spoken with two references both of which had positive recommendations. We also spoke directly with Price Construction to see if there was anything over complicated or unnecessary in the design that could be omitted for a cost savings, and their response was no, the design and materials used are straight forward. In conclusion, assuming the project was properly advertised, and assuming the City' s legal council agrees that a single bidder is an acceptable condition of bidding procedures, and assuming there are no other irregularities and/or opposition to the bid, to the best of our knowledge and in our opinion, the City should award the contract to Price Construction Inc. Re ands t 4AIA rdent 890 Northern Way Suite E 1 Winter Springs, Florida 32708 Ph 407 977 1080 Fx 407 977 1019 www.sriarch,com AA-002984 ATTACHMENT#2:2 BID NUMBER: TITLE: BID OPENING DATE: Bid Opened: 3:00 p.m. Bid Closed: 3:03 p.m. CITY OF WINTER SPRINGS, FLORIDA 1126 EAST STATE ROAD 434 WINTER SPRINGS, FLORIDA32708 Telephone (407) 327-1800 ITB-003/04/CP Moss Park Buffer Brick Wall November 20, 2003 1 Present: Nancy Vobornik, Purchasing Coordinator Chuck Pula, Parks & Recreation Director Name: Price Construction, Inc. Agent: Philip Price Address: P.O. Box 590062 Orlando, FL 32859 Telephone: none listed Fax: none listed Base Bid Amount: $56,696.00 ATTACHMENT #3 SECTION 00500 AGREEMENT FORM THIS AGREEMENT made this day of between the CITY OF WINTER SPRINGS of 1126 East State Road 434, Winter Springs, Florida 32708, Seminole County, State of Florida, herein referred to as OWNER and , State of Florida, herein referred to as CONTRACTOR, a person duly licensed as a Contractor in the State of Florida, as follows: 1. DESCRIPTION OF WORK - CONTRACTOR shall perform the work, in accordance with the Contract Documents for the construction of the Moss Park Buffer Brick Wall. 2. CONTRACT DOCUMENTS - The Contract Documents consist of this Agreement; all Technical, General and Supplementary Conditions and Sections contained in the Project Manual; the Drawings as listed on the Bid Form and Index to Drawings; all Addenda issued prior to and all Change Orders issued after execution of this Agreement. These form the Contract and are incorporated into this Contract by this reference. t 3. CONTRACT TIME - The CONTRACTOR shall begin work within 10 days after the issuance of a written, Notice to Proceed and shall complete the work within 60 calendar days from the date of the Notice to Proceed:- Extensions, if any, are authorized by OWNER, and may only be granted in writing. 4. LIQUIDATED DAMAGES - OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not substantially complete within the time specified in Paragraph 3 above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by OWNER if the Work is not substantially complete on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER $200.00 for each day that expires after the time specified in Paragraph 4 for final completion until the work is finally complete, and that OWNER has paid to CONTRACTOR the consideration of Ten ($10.00) Dollars as consideration for this provision. 5. CONTRACT PRICE, UNIT PRICE CONTRACT - The OWNER will pay the CONTRACTOR in current funds for the performance of the work, subject to additions and deductions by Change Order, the Total Contract Price of Dollars . Payments will be made to the CONTRACTOR for actual quantities installed on the basis of the Schedule of Unit Prices included as a part of his Bid, which shall be as fully a part of the Contract as if attached or repeated herein. 6. PROGRESS PAYMENTS - OWNER shall make progress payments on account of the contract price to CONTRACTOR, on the basis of application for payments submitted to the City or their authorized representative, by CONTRACTOR as the work progresses, and in accordance with the Contract Documents. Progress payments may be withheld if: (A) Contractor does not make prompt and proper payments to subcontractors; (B) Contractor does not make prompts and proper payments for labor, materials, or equipment furnished him; (C) Another Contractor is damaged by an act for which Contractor is responsible; (E) Claims or liens are filed on the job; or (E) Work is found defective and not remedied. (F) In the opinion of the City of Winter Springs; •Contractor's work is not progressing satisfactorily. 14 7. FINAL PAYMENT - OWNER shall withhold up to 10% of the Contract Price throughout the project. The Owner shall release 50% of the amount withheld upon issuance of the Substantial Completion Certificate. The remaining 50% of the amount withheld shall be released with the Final Payment after the issuance of the Final Completion Certificate. OWNER shall make final payment to CONTRACTOR within thirty (30) days after the work is fully and properly completed, if the contract has been fully and timely performed, but subject to the condition that final payment shall not be due until CONTRACTOR has delivered to OWNER a complete release of liens arising out the contract, or receipt releases of lien fully covering all labor, materials and equipment for which a lien could be filed, or in the alternative a bond satisfactory to OWNER indemnifying him against such claims. By making payments OWNER does not waive claims including but not limited to those relating to: (A) Faulty work appearing after substantial completion has been granted; (B) Work that does not comply with the Contract Documents: (C) Outstanding claims of liens; or (D) Failure of Contractor to comply with any special guarantees required by the Contract Documents. CONTRACTOR, by accepting final payment, waives all claims except those which he has previously made in writing, and which remain unsettled at the time of acceptance of payment pursuant to this contract. 8. DESIGNATION OF PROJECT DIRECTOR OR ARCHITECT OR ENGINEER: DUTIES AND AUTHORITY - The duties and authority of the City are as follows: a. General Administration of Contract. The primary function of the City is to provide the general administration of the contract. In performance of these duties George F. Edwards or his authorized representative is the City's Project Director during the entire period of construction. The OWNER (City) may change the Project Director during the term of this contract. b. Inspections, Opinions, and Proaress Reports. The OWNER shall be kept familiar with the progress and quality of the work by CONTRACTOR and may make periodic visits to the work site. The OWNER will not be responsible for the means of construction, or for the sequences, methods, and procedures used therein, or for the CONTRACTOR's failure to perform the work in accordance with the Contract Documents. C. Access to Worksite for Inspections. The OWNER shall be given free access to the worksite at all times during work preparation and progress. The Project Director is not obligated to make exhaustive or continuous on site inspections to perform his duties of checking and reporting on work progress, and any such inspections shall not waive Owner's claim regarding defective work by Contractor. d. Interpretation of Contract Documents: Decisions on Disputes. The OWNER will be the initial interpreter of the contract document requirements, and make decisions on claims and disputes between Contractor and Owner. e. Relection and Stoppaste of Work. The OWNER shall have authority to reject work which in its opinion does not conform to the Contract Documents, and in this connection may stop the work or a portion thereof, when necessary. f. Payment Certificates. The OWNER will determine the amounts owing to CONTRACTOR as the work progresses, based on CONTRACTOR's applications and OWNER's inspections and "15 observations, and will issue certificates for progress payments and final payments in accordance with the terms of the Contract Documents. 9. RESPONSIBILITIES OF CONTRACTOR - CONTRACTOR's duties and rights in connection with the project herein are as -follows: a. Responsibility for Supervision and Construction. CONTRACTOR shall be solely responsible for all construction under this contract, including the techniques, sequences, procedures and means, for the coordination of all work. CONTRACTOR shall supervise and direct the work, and give it all attention necessary for such proper supervision and direction. b. Discipline and Employment. CONTRACTOR shall maintain at all times strict discipline among his employees, -and he agrees not to employ for work on the project any person unfit or without sufficient skill to perform the job for which he was employed. C. Furnishina of Labor, Materials, etc. CONTRACTOR shall provide and pay for all labor, materials and equipment, including tools, construction equipment and machinery, utilities, including water, transportation, and all other facilities and services necessary for the proper completion of work on the project in accordance with the Contract Documents. ; < d. Payment of Taxes: Procurement of Licenses and Permits. CONTRACTOR shall secure all ! licenses and permits necessary for proper completion of the work, paying the fees therefor. CONTRACTOR warrants that it (and subcontractors or tradesmen; if authorized in the Contract Documents) hold or will secure all trade or professional licenses required by law for CONTRACTOR to undertake the contract work. e. CONTRACTOR will provide written guarantee for work and materials for one (1) calendar year after acceptance by OWNER. 10. BOND - CONTRACTOR shall supply a materials, performance and payment bond(s) in accordance with Florida law and to the satisfaction of OWNER, in an amount specified in the Contract Documents. 11 MEDIATION/VENUE - The parties agree that should any dispute arise between them regarding the terms or performance of this Agreement, both parties will participate in a mediation. The parties agree to equally share the cost of the mediator. Should the parties fail to resolve their differences through mediation, then any cause of action filed hereunder shall be filed in the Circuit 12. NOTICES - Any notice or approval under this Contract shall be sent, postage prepaid, to the applicable party at the address shown on the first page of this Contract. Signed, Sealed and Delivered CONTRACTOR: in the presence of: Name Address and Telephone Date: OWNER: CITY OF WINTER SPRINGS By: Ronald W. McLemore City Manager Winter Springs, FL. 32708 407-327-1800 END OF SECTION 1717 17 3/4' CORBEL Sx3x3 ROELOCK Cn6x3 SOLDIER COURSE .. COURSE - rYP. W/ 3/4• CORBEL - TTp. TOP OF % WALL 4 CONT. IN R lL CELL 4 VERT. IN Cq= FlLLED CELL • 461 . OL T7PUCAL B' aru - GROIlT SOLID GRADE VT 6 FOUNDATION W S' 1�_.V. �'i n•,or carrna)ous ammo p.I CONCRETE FOOfnJC UH (4) 6 GARS C W AlV 4 AT 32' OZ. ON TOP r2i WALL SECTION 'A' Alt 3/S' . r-m• 12' DIA CONC. PEDESTAL FOOTING - 24• DEEP WITW (2) °4 BARS TO EXTEND INTO BOND BEAM - SPACE AT 40' O.C. - TYP. AT PERIM. TREE ROOT _ Now t PARTIAL WALL ELEVATION All 3/W . r-m' 12xbx3 STRIA RAL BRICK UAT14 (1)14 AND GRaff FILL AT IS' OL.- TYP. KNOCK -OUT BLOCK ! PRE -CAST LINTEL BLOCK TO FORM 8x* BOND BEAM - FROVIDE (1) 04 EACH COURSE CONT. WITH CONCRETE FILL - TYP. AT KRIM 1/2' NON -COMPRESSIBLE GRADE EXPANSION JOINT=777777777,77— — ® FOUNDATION BRpGrz DTL. V) J FILL VOID SOLID Q W/ CONCRETE L~,,) C 3 HOOK IN MORTAR JOINT 4' EVERT 4TW COURSE NORIZ cc UJ LL mCD J y ¢ 3 n.a J Vl' COMPRESSIBLE &50 EXPANSION JOINT V2* NON -COMPRESSIBLE 0C EXPANSION JOINT cc5) PILASTER SITS ON SAME 11' x 35' •4 BAR VERTICAL IN CONTINTUOUS CONCRETE FOOTING AS GROUT FILLED CELL WALL SECTION DETAIL 'a' AT LEFT �� PILASTER SECTION W __ 1REE ROOT NEW 6' HIGH BRICK WALL PROTECTION LOCATION LINEAL FT.. N- 360' (FIELD VERJRY) TO BE FIELD VERIFIED. SEE'4/AI2 FOR ADDITIONAL MF0R1'TATION- 21O'-0' (FIELD NOTES: L WALL LAYOUT IS APPROXIMATE IN NATURE AND CONTRACTOR SHALL FIELD - VERIFY EXACT LAYOUT WITH OWNER PRIOR TO START OF CONSTRUCTION 2. LANDSCAPING BY OW4ER B. CONTRACTOR SHALL SUBMIT COLOR SAMPLES OF NOREEGIAN BRICK TO HATCH BATNROO'I BUILDINGS 4. MORTAR SHALL BE NATURAL GRAY COLOR S. GC' SHALL BE HELD RESPONSIBLE FOR PROTECTION OF ALL UTILITIES AND TREES DURING- EXCAVATION FOR FOOTPLaS (SEE ROOT PROTECTICN DETAIL, 4/ AI2) 0 BqFr-eR WALL PLAN au im Atl SECTION 00500 4REEMENT FORM i } THIS AGREEMENT made this —0"-4 day of _ fly. between the CITY OF WINTER SPRINGS of 1126 East State Road 434, Winter Springs, Florida 32708, Seminole County, State of Florida, herein referred to as OWNER and P2rc,,5- *7o,_,'�,,c State of Florida, herein referred to as CONTRACTOR, a person duly licensed as a Contractor in the State of Florida, as follows: 1. _DESCRIPTION OF WORK - CONTRACTOR shall perform the work, in accordance with the Contract Documents for the construction of the Moss Park Buffer Brick Wall. 2. CONTRACT DOCUMENTS - The Contract Documents consist of this Agreement; all Technical, General and Supplementary Conditions and Sections contained in the Project Manual; the Drawings as listed on the Bid Form and Index to Drawings; all Addenda Issued prior to and all Change Orders Issued after execution of this Agreement. These form the Contract and are incorporated into this Contract by this reference. r 3. .CONTRACT TIME - The CONTRACTOR shall begin work within 10 days after the Issuance of a written, Notice to Proceed and shall complete the work within 60 calendar days from the date of the Notice to_ Proceeds Extensions, if any, are authorized by OWNER, and may only be granted In writing. 4. LIQUIDATED DAMAGES - OWNER and CONTRACTOR recognize that time Is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not substantially complete within the time specified in Paragraph 3 above, plus any extensions thereof allowed In accordance with the General Conditions. They also recognize the delays, expense, and difficulties Involved in proving in a legal or arbitration proceeding the actual loss suffered by OWNER If the Work Is not substantially complete on time. Accordingly, instead `of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER $200.00 for each day that expires after the time specified in Paragraph 4 for final completion until the work is finally complete, and that'OWNER has paid to CONTRACTOR the consideration of Ten ($10.00) Dollars as consideration for this provision. 5. CONTRACT PRICE. UNIT PRICE CONTRACT - The OWNER will pay the CONTRACTOR in current funds fore esn`orm nce of thew , subject t ad d itions and deductions by Change Order, the Total Contract rK o PNt Price of--Boliars �l 9�9 °� Payments will be made to the CONTRACTOR for actual qu ntities installed on the basis of the Schedule of Unit Prices included as a part of his Bid, which shall be as fully a part of the Contract as If attached or repeated herein. 6. PROGRESS PAYMENTS - OWNER shall make progress payments on account of the contract price to CONTRACTOR, on the basis of application for payments submitted to the City or their authorized representative, by CONTRACTOR as the work progresses, and in accordance with the Contract Documents. Progress payments may be withheld If: (A) Contractor does not make prompt and proper payments to subcontractors; (B) Contractor does not make prompts and proper payments for labor, materials, or equipment furnished him; (C) Another Contractor is damaged by an act for which Contractor is responsible; (E) Claims or liens are filed on the job; or (E) Work is found defective and not remedied. (F) In the opinion of the City of Winter Springgl,-Contractor's work is not progressing satisfactorily. 14. � y 7. FINAL PAYMENT - OWNER sill withhold up to 10% of the Contract Price throughout the project. The Owner shall release 50% of the amount withheld upon Issuance of the Substantial } Completion Certificate. The remaining 50% of the amount withheld shall be released with the. Final Payment after the issuance of the Final Completion Certificate. OWNER shall make final payment to CONTRACTOR within thirty (30) days after the work is fully and properly completed, if the contract has been fully and timely performed, but subject -to the condition that final payment shall not be due until CONTRACTOR has delivered to OWNER a complete release of liens arising out the contract, or receipt releases of lien fully covering all labor, materials and equipment for which a lien could be filed, or in the alternative a bond satisfactory to OWNER indemnifying him against such claims. By making payments OWNER does not waive claims including but not limited to those relating to: (A) Faulty work appearing after substantial completion has been granted; (B) Work that does not comply with the Contract Documents: (C) Outstanding claims of liens; or (D) Failure of Contractor to comply with any special guarantees required by the Contract Documents. r CONTRACTOR, by accepting final payment, waives all claims except those which he has previously i made in writing, and which remain unsettled at the time of acceptance of payment pursuant to this contract. 8. DESIGNATION OF PROJECT DIRECTOR OR ARCHITECT OR ENGINEER: DUTIES AND AUTHORITY - The duties and authority of the City are as follows: a. General Administration of Contract. The primary function of the City is to provide the general administration of the contract. In performance of these duties George F. Edwards or his authorized representative is the City's. Project Director during the entire period of construction. The OWNER (City) may change the Project Director during the term of this contract. b. inspections, Opinions, and Progress Reports. The OWNER shall be kept familiar with the progress and quality of the work by CONTRACTOR and may make periodic visits to the work site. The OWNER will not be responsible for the means of construction, or for the sequences, methods, and procedures used therein, or for the CONTRACTOR's failure to perform the work in accordance with the Contract Documents. C. Access to Worksite for Inspections. The OWNER shall be given free access to the worksite at all times during work preparation and progress. The Project Director Is not obligated to make exhaustive or continuous on site inspections to perform his duties of checking and reporting on work progress, and any such inspections shall not waive Owner's claim regarding defective work by Contractor. d. Interpretation of Contract Documents. Decisions on Disputes. The OWNER will be the initial Interpreter of the contract document requirements, and make decisions on claims and disputes between Contractor and Owner. e. Relection and Stoppage of Work. The OWNER shall have authority to reject work which in its opinion does not conform to the Contract Documents, and in this connection may stop the work or a portion thereof, when necessary. Payment Certificates. The OWNER will determine the amounts owing to CONTRACTOR as the work progresses, based on CONTRACTOR's applications and OWNER's inspections and 15 observations, and will Issue cecates for progress payments and final payments in accordance } with the terms of the Contract Documents. 9. RESPONSIBILITIES OF CONTRACTOR - CONTRACTOR's duties and rights in connection with the project herein are as follows: a. Responsibility for Supervision and Construction. CONTRACTOR shall be solely responsible for all construction under this contract, including the techniques, sequences, procedures and means, for the coordination of all work. CONTRACTOR shall supervise and direct the work, and give it all attention necessary for such proper supervision and direction. b. Discipline and Employment. CONTRACTOR shall maintain at all times strict discipline among his employees, --and he agrees not, to employ for work on the project any person unfit or without sufficient skill to perform the job for which he was employed. C. Furnishina of Labor, Materials, etc. CONTRACTOR shall provide and pay for all labor, materials and equipment, including. tools, construction equipment and machinery, utilities, Including water, transportation, and all other facilities and :services necessary for the proper completion of work on the project in accordance with the Contract Documents. r d. Payment of Taxes: Procurement of Licenses and Permits. CONTRACTOR shall secure all licenses and permits necessary for proper completion of the work, paying the fees therefor. CONTRACTOR warrants that it (and subcontractors or tradesmen, if authorized in the Contract Documents) hold or will secure all trade or professional licenses required by law for CONTRACTOR to undertake the contract work. e. CONTRACTOR will provide written guarantee for work and materials for one (1) calendar year after acceptance by OWNER. 10. BOND - CONTRACTOR shall supply a materials, performance and payment bond(s) in accordance with Florida law and to the satisfaction of OWNER, in an amount specified in the Contract Documents. 11 MEDIATIONIVENUE - The parties agree that should any dispute arise between them regarding the terms or performance of this Agreement, both parties will participate In a mediation. The parties agree to equally share the cost of the mediator. Should the parties fail to resolve their 'differences through mediation, then any cause of action filed hereunder shall be filed in the Circuit 12. NOTICES - Any notice or approval under this Contract shall be sent, postage prepaid, to the applicable party at the address shown, on the first page of this Contract. .' Signed, Sealed and Delivered In the presence of: 1717 CONTRACTOR:-j)i� C�n5-� rU�t�'�c Nam 'Oo ax.5�;)oo Address and Telephone 0 Date: 1-2_8- (bLl OWNER: i CITY OF WINTER SPRINGS By: Ronald W. McLemore City Manager Winter Springs, FL. 32708 407-327-1800 END OF SECTION 17 ACORDOF LIABILITY INSURAE /002DATE 4/2004 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE McLean Insurance Group, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 3107 Edgewater Drive, Unit 1 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Orlando FL 32804- INSURERS AFFORDING COVERAGE INSURED INSURERA: Scottsdale Insurance Company Price Construction, Inc. -INSURER BProgressive Insurance Company INSURER C: F C B I FUND P. O. BOX 590062 INSURER D: Penn America Insurance Company Orlando FL 32859-0062 INSURERE:Mount Vernon Fire Insurance Company :OVERAGES 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MM/DD/YY POLICY EXPIRATION DATE MM/DD/YY LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS MADE FRI OCCUR CLS0852766 04/05/2003 / / 04/05/2004 / / EACH OCCURRENCE $ 500,000 FIRE DAMAGE (Any one fire) $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL 8 ADV INJURY $ 500,000 GENERAL AGGREGATE $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY JE LOC PRODUCTS - COMP/OP AGG $ 1,000,000 B AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS CA 02079094-0 04/05/2003 / / / / 04/05/2004 / / / / COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ X BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO / / / / AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY. AGG $ $ E EXCESS LIABILITY X OCCUR 7 CLAIMS MADE DEDUCTIBLE X RETENTION $10,000 BUM 100903-593350098 10/09/2003 / / 04/05/2004 / / EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 $ $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY WCV 593350098 04/01/2003 04/01/2004 X TORYLIMITS OER E.L. EACH ACCIDENT $ 100,000 E.L DISEASE - EA EMPLOYEE $ 500,000 E.L. DISEASE -POLICY LIMIT $ 100,000 D OTHER Inland Marine PAC6290027 04/05/2003 04/05/2004 Limit $15,300 Dedtu 500 DESCRIPTION OF OPERATION SILOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PRt? 14bNi FEB Z 4 Luu� ......VI aumcm LC I I CK: V/11Y l..CLL:A I IVIY ".�. #✓appal rroJecta uoorainator SHOULD ANY OF THE ABOVE D1r466ED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT CITY OF WINTER SPRINGS FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. 1126 E. ST. RD 434 AUTHORIZE REP ATI�VE WINTER SPRINGS FL 32708- M li Vf\LI Lu_J t,lur / © ACORD CORPORATION 1988 INS025S (991o) of ELECTRONIC LASER FORMS, INC - (800)327-0545 Page 1 of 2