Loading...
HomeMy WebLinkAbout1999 10 11 Consent Item B COMMISSION AGENDA ITEM B CONSENT X INFORMATIONAL PUBLIC HEARING REGULAR October 11, 1999 Meeting MGR~EPT J~ . Authorization REQUEST: Utility Department Requesting Authorization to Enter into a Contractual Agreement for the Seneca BoulevardlVistawilla Drive Reclaimed Water Main Improvements PURPOSE: The purpose of this Board item is to request authorization to enter into a contractual agreement with Central Florida Environmental, Corporation for the construction of the Seneca BoulevardlVistawilla Drive Reclaimed Water Main Improvements at a cost of $261,080,00 plus a 10% contingency, CONSIDERA TIONS: This project is needed to improve low potable water pressures that occur in the Chelsea WoodslHowell Creek ReservelEagles Watch areas due to high irrigation demand. Upon completion of the project, no potable water irrigation will be allowed for residents adjacent to a reclaimed water main. The potable water system pressure should be approximately 65 psi, However, the peak AM irrigation demands and distance from the water plant causes the water pressure in these areas to drop as low as 30 psi. Bids for this project were received September 22, 1999 under Bid #ITB-016-99/TZ. The low bidder was Central Florida Environmental, Corporation with a bid $261,080.00, The project scope of work includes installing reclaimed water mains and services from near Seneca Boulevard and Owasco Street to Vistawilla Drive and S.R 434. The connections to Howell Creek Reserve and Eagles Watch will be near the entrances since they already have reclaimed water distribution systems. October 11, 1999 Consent Agenda Item B Page 2 FUNDING: The bid of$261,080.00 was below the $350,000 budgeted for this project in the Utility Construction Fund Capital Improvement line code (3630-56310). Funds will be expended within 150 days of issuance of the Notice To Proceed. RECOMMENDA TION: It is recommended that authorization be granted to enter into a contractual agreement with Central Florida Environmental, Corporation for the construction of the Seneca BoulevardlVistawilla Drive Reclaimed Water Main Improvements at a cost of $261,080.00 plus a 10% contingency payable from the Utility Construction Fund Capital Improvements line code #3630-56310, IMPLEMENTATION SCHEDULE: The scope of work will be completed within 120 days of issuance of the Notice To Proceed. Construction is tentatively planned to begin within thirty days, ATTACHMENTS: 1. City Clerk Summary - Bid #ITB-O 16-99- TZ 2. Agreement Form 3. Capital Project Coordinator Recommendation Letter COMMISSION ACTION: / ( ATTACHMENT NO.1 CITY OF WINTER SPRINGS, FLORIDA 1126 EAST STATE ROAD 434 WINTER SPRINGS. FLORIDA 32708-2799 Telephone (407) 327-1800 SENECA BOULEV ARDNIST A WILLA DIUVE RECLAIMED WATER MAIN IMPROVEMENTS BID NUMBER: ITB-OI6-99rrZ BID OPENING DATE: September 22,1999 The Bid Opening Was Called By: Ms. Nancy Vobomik Purchasing Department Bid Opened: Bid Closed: 3:05 p.m, 3:07 p.m. Five (5) Bids Received: 1. CENTRAL FLORIDA UNDERGROUND, INCORPORATED 990 MILLER DRIVE, AL T AMONTE SPRINGS, FLORIDA 3270 I BASE BID: $469,706.65 2. CENTRAL FLORIDA ENVIRONMENTAL, CORPORATION 740 FLORlDA CENTRAL PARKWAY, SUITE 2032, LONGWOOD, FLORIDA 32750 TELEPHONE: (407) 834-6115 FACSIMILE: (407) 834-6391 BASE BID: $261,080,00 3. PRIME CONSTRUCTION GROUP, INCORPORATED 5528 FORCE FOUR PARKWA Y, ORLANDO, FLORIDA 32839 TELEPHONE: (407) 856-8180 FACSIMILE: (407) 856-8182 BASE BID: $335,625.00 4. MAXWELL CONTRACTING INCORPORATED POST OFFICE BOX 1998, COCOA, FLORIDA 32923-1998 TELEPHONE: (407) 632-8810 FACSIMILE: (407) 632-8065 BASE BID: $297,000.00 SENECA( JLEVARDNISTAWILLA DRIVE RECLAIMED WATER MAIN IMPROVEMENTS BID NUMBER: ITS-016-99-TZ 810 OPENING DATE: SEPTEMBER 22, 1999 PAGE20F2 5. MASCI CORPORATION 5752 S. RIDGEWOOD AVENUE, HARBOR OAKS, FLORIDA 32127 TELEPHONE: (904) 322-4500 FACSIMILE: (904) 322-4600 BASE BID: $397,150.00 Copy: Mr. Kipton D, Lockcuff, P.E., Director, Public WorkslUtility Department Ms. Nancy Vobornik, Purchasing Department DOCSlbids/resu lts/fy9899199-O 16,doc ATTACHMENT NO.2 AGREEMENT THIS AGREEMENT MADE THIS DAY OF , 199_ 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 andL CENTRAL FLORIDA ENVIRONMENTAL CORPORATION, State of Florida, herein referred to as CONTRACTOR, a person duly licensed as a Contractor in the State of Florida, as follows: .!" DESCRIPTION OF WORK - CONTRACTOR shall perform the work, in accordance with the Contract Documents, at 1126 East S.R. 434, Winter Springs, Florida, for the City of Winter Springs Seneca Boulevard/Vistawilla Drive Reclaimed Water Main Improvements Project. 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. 3. CONTRACT TIME - The CONTRACTOR shall begin work within 10 calendar days after the issuance of a written Notice to Proceed and shall complete the work within 120 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. LIOUIDATED 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 3 for substantial completion has expired until the work is finally complete and the Substantial Completion Certificate has been issued 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 TWO HUNDRED SIXTY ONE THOUSAND EIGHTY and 00/100 DOLLARS ($261.080.00). Payments will be made to the CONTRACTOR for actual quantities installed on the basis of the Schedule of Unit Prices included as 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) Work is found defective and not remedied; (B) Contractor does not make prompt and proper payments to subcontractors; (C) Contractor does not make prompts and proper payments for labor, materials, or equipment furnished him; (D) Another Contractor is damaged by an act for which Contractor is responsible; (E) Claims or liens are filed on the job; or (F) In the opinion of the City of Winter Springs, Contractor's work is not progressing satisfactorily. 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 all liens arising out of 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, Capital Projects Coordinator, 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) Insoections, Ooinions, and ProQress Reoorts. 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 Work Site for Insoections. The OWNER shall be given free access to the works site 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) Interoretation 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) Rejection and StoooaQe 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 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) Resoonsibilitv for Suoervision 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. 2 (B) Discioline and Emolovment. 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) Furnishinq 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 or County Court for Seminole County, Florida. 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: Contractor: Name: Address and Telephone: Owner: City of Winter Springs By: Ronald W. McLemore City Manager 1126 East State Road 434 Winter Springs, FL. 32708 407-327-1800 3 A TT ACHMENT NO. 3 MEMORANDUM TO: FROM: Kip Lockcuff, P.E. M Utilities Director George F. Edwards }! Capital Projects Coordinator ~ff Bid Analysis, Bid # ITS-016-99- TZ RE: Seneca BoulevardNistawilla Drive Reclaimed Water Main Improvements DATE: 27 September, 1999 On Wednesday, September 22, 1999, the City of Winter Springs received five bids for the construction of reclaimed water main improvements on Seneca Boulevard, Vistawilla Drive and adjacent streets. The bids received were priced as follows: Company Base Bid Central Florida Environmental Maxwell Contracting Inc. Prime Construction Group Masci Corporation Central Florida Underground $261,080.00 $297,000.00 $335,625.00 $397,150.00 $469,706.65 The Engineers estimate of probable construction cost of the project was $340,664,85. The amount budgeted for the project was $350,000.00 EVALUATION OF RESPONSIVENESS The low bidder, Central Florida Environmental Corporation, provided all required documentation with their bid to establish responsibility. The bid may be considered responsive. EVALUATION OF RESPONSIBILITY The low bidder failed to provide all required documentation relative to its ability to execute the work and did not provide references. However the documents were supplied on request. A review of the documents confirmed that the bidder met the responsibility criteria established in the contract. I spoke directly with the President of the company to confirm their bid prices. They acknowledged the accuracy of the bid. In speaking with the President of the company, he is aware of the high profile nature of the project and is scheduling his operations in such a manner as to keep the area clean and clear of debris, etc. I contacted three trade references. All three gave positive reports. FUNDING The low bid of $261,080.00 is below the amount approved for this project in the Utility Enterprise Fund. The budgeted amount was $350,000.00 Utility Enterprise Fund BUDGET $350,000.00 BID $261,080.00 RECOMMENDATION: In my opinion an award of this project to the Central Florida Environmental Corporation for $261,080.00 is in the best interest of the City. IMPLEM~NTATION SCHEDULE The scope of work will be completed within 120 calendar days of the Notice to Proceed. Attachments: 1) 2) City Cler1<'s Bid Summary Draft Contract AGREEMENT THIS AGREEMENT MADE THIS DAY OF ~><~r~'~ 199J 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 ands CENTRAL FLORIDA ENVIRONMENTAL CORPORATION, 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, at 1126 East S.R. 434, Winter Springs, Florida, for the City of Winter Springs Seneca Boulevard/Vistawilla Drive Reclaimed Water Main Imarovements Proiect. 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. 3. CONTRACT TIME -The CONTRACTOR shall begin work within 10 calendar days after the issuance of a written Notice to Proceed and shall complete the work within 120 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 2$ 00.00 for each day that expires after the time specified in Paragraph 3 for substantial completion has expired until the work is finally complete and the Substantial Completion Certificate has been issued 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 TWO HUNDRED SIXTY ONE THOUSAND EIGHTY and 00/100 DOLLARS ($261,080.00). Payments will be made to the CONTRACTOR for actual quantities installed on the basis of the Schedule of Unit Prices included as part of his Bid, which shall be as fully a part of the Contract as if attached ar 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) Work is found defective and not remedied; (B) Contractor does not make prompt and proper payments to subcontractors; (C) Contractor does not make prompts and proper payments for labor, materials, or equipment furnished him; (D) Another Contractor is damaged by an act for which Contractor is responsible; (E) Claims or liens are filed on the job; or (F) In the opinion of the City of Winter Springs, Contractor's work is not progressing satisfactorily. ,` 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 OWNEi~ a complete release of all liens arising out of 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, Capital Projects Coordinator, 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) Insaections, Oainions, 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 Work Site for Insaections. The OWNER shall be given free access to the works site 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) Interaretation 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) Resection and Stoaaage 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 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) Resaonsibility 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. 2 .+ , (B) (C) (D) (E) 10. 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. Furnishing 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. Payment of Taxes: Procurement of Licenses and Permits. CONTRACTOR shall secure all licenses artd 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. CONTRACTOR will provide written guarantee for work and materials for one (1) calendar year after acceptance by OWNER. 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 or County Court for Seminole County, Florida. 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. Siyned, Sealed and Delivered In the presence of: Contractor: C. ~L-, ~ ~~ . Name: Address and Telephone: '~ ~ S'wma~ ~ ~~ 7Sro Owner City Wint r_Sprin s !~/. - By: Ronald `N. McLemore City Manage 1126 East State Road 434 . Winter Springs, FL. 3208 407-327-1800 ACORV~ C E RT I F I CA O F L I A B f L I TY I N S U R ~ C EOP ID' EB DATE (MM/°°, ~ CENT-02 10/19/99 PRODUCER THIS CERTIFICATE IS ED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Waldorff Ins . & Bonding, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P. O. Box 886 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Mary Esther FL 32569-0886 COMPANIES AFFORDING COVERAGE Benjamin H . French COMPANY A Zurich Reinsurance (Ltd) Londo PnoneNo. 850-581-4925 Fax No. 850-581-4930 INSURED COMPANY B Northern Ins Co of New York Central Florida Environmental COMPANY Corp. C 740 Florida Central Pkwy #2032 COMPANY Longwood FL 32750 p COVERAGES 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. TR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YY) POLICY EXPIRATION DATE (MM/DD/YY) LIMITS GEN ERAL LIABILITY GENERAL AGGREGATE $ 2 , OOO , OOO A X COMMERCIAL GENERAL LIABILITY CON31692933 08/05/99 O8/O5/OO PRODUCTS-COMPlOPAGG $2,000,000 CLAIMS MADE ~ OCCUR PERSONAL & ADV INJURY $ 1 , OOO , OOO OWNER'S & CONTRACTOR'S PROT EACH OCCURRENCE $ 1 , OOO , 000 X COntraCtual Llab . FIRE DAMAGE (Any one fire) $ 300 , 000 X XCU Covera e MED EXP (Anyone person) $ 5 OOD AUT OMOBILE LIABILITY COMBINED SINGLE LIMIT 000 1 000 $ , , B X ANY AUTO CON31692966 08/05/99 08/05/00 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ X HIRED AUTOS BODILY INJURY X NON-OWNED AUTOS (Peraccidant) $ PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILIN EACH OCCURRENCE $ 2 , OOO , OOO $ X UMBRELLA FORM CON31862817 08/05/99 08/05/00 AGGREGATE $ 2,000,000 OTHER THAN UMBRELLA FORM $ WORKERS COMPENSATION AND WC STATU- OTH- TORY LIMITS ER EMPLOYERS' LIABILITY EL EACH ACCIDENT $ THE PROPRIETOR/ PARTNERS/EXECUTIVE INCL EL DISEASE -POLICY LIMIT $ OFFICERS ARE: EXCL EL DISEASE - EA EMPLOYEE $ OTHER A Contractors CON31692933 08/05/99 08/05/00 1,000 Ded $100,000 Equipment DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS RE: Seneca Blve. Vista Willa Drive - Claimed Water Project Drive CERTIFICATE HOLDER CANCELLATION (~+IrjrWQ 01 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL lO DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, City of Winter Springs Florida 1126 East S. R. 434 gUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY Winter Springs FL 3270 B OF ANY KIND UPON THE COMPANY, ITS AGE OR REPRESEN VES. AUTHORIZED REPRESENTATIVE • Benjamin H. French ACORD 25-S (1/95) ~- ACORD CORPORATION 1988 cafe o uranee • TtA$ CBR'TtPtCATE tS LSSUDt> A5 A MATT6It ~ WPORt.(ATIDN ONLY AND CONPER9 NO lilGH'rS UPON Ydt1 Tt4t3 CtntTIPICA7B EIOLDI:R T'fi15 Ct3ItTII4GTE is NdT AN II~SIJRANCG POLICY AND D01a5 Ndt AIIHSATD. BX?BNp, dR ALTER THti CdVt3tUC8 APlrOttD~ t3Y THB POLICIES LISn3D H1'LOW. X118 IB t0 Ctd t1t-ai' SfA]rA L'BASDJC. L.P.,1lY 5I'APP ACQUISITION, INC.. TFtb G&AttgtAL ~~~~~ PARTNER, AND THE AI'PPILIATItD LDVIIT'6D PARTNBRSEtII'9 OF WHICH Name and srapF AcQUlsmoN, tNC~ I5 THB GBN6RAL PARTNER AND THEIR address o~ ~I~~U~ succa~oR coRPrntAnoNS ~~ 600 30l EoULfiVARD wrsT, SuirE 202 HRADBNTON, FLORIDA 3480$ is, at the Issuo date of this Certiitcate, insured by the Company under the potlcy(tes) listed below, Tht; insurance afforded by the listed pollcy(ies) is eubJect to al! their terms, exclusions and conditions and Is not altered by env requirement. form or conditlen c>f TYPE OFs POLICY ~Q CONTINUOUS I POLICY NUMBEA ^ EXTENDED woaKERS I 1.1.2000 ~ WAi -65D-004110-299 COMPENt~TtON WC1-651-0041 1 0-01 9 GENERAL LlABILIT'Y ^ CLAIMS MADE R A E ^ OCCURAt:NCE AUTOMOBILE uaaluTY ^ t7tA-NEO ^ NON-OWNED ^ HIRED i.02;1.4 :~~hIE~CA B~.VD/V:Cz;~'WW~I+LA Dl;, Wf~TER C~WT~,AI.. t=LUivIDA FWV:CkgNM~MTAI. Ct7 Tho above roreronaod Wonsan' Comportoalbn Polley provldp Natatory benofNs only to smalq+ooa or -IF THE C6NTIFlCATtE ExPIgAnON DATE Is CONTINUOUS OR ExTENDEO TEHM, sou vela 8E NanflED iP COVERA06 Is T6AttINATEb oa IaFOUCED ttExoaE 711E ct<RTIflCATE tasPIRATIDN DATE. epBgA~ NOTICE - Ot110: ANY PEI980N Wr40. WITH INTEf'R TO D6RAAtJO Op NNOW+Ne THAT NE IB PACNJTATINe A PgAtlp AOAIN67 AN MJSURBrI 6UtlMtrS AN APPLICATION oA TaL&e A CLAIM CON7AIhYNO A PALBE OII DECEPTIVE BTATb~NT LS GU4'rY Of INDUMMICE PrtAUO. Mr011TANT NOTICE TO PLDIMDA POLICY HOlOg1s AND ClRIN'IGITE HOLDEpi: IN THE EVENT Ydl HAVE ANY GYrES710A1,$ OR NEED Mrl~rtMATION ABOUT TWS CIgTIFICATE POR ANY riFA60N IK,EASE CDNTAOT YOUl1 LOCAL SALES PFIOOt~CEIl YIMOtiR NAME ANC TELEPIIOrIB NtMir8lr aPPPARi W THE LOWErr NIONr HAND COMIEq OF THb C6BTIiICI1TE. THE APPrrOPgIATE LOCAL SALES OFF+CE MAILING ADONESS MAY AI.BO 6E OBTAINED BY CALUNO TWI$ NUWEN, NOTICE DF CANt~LIATNtN: (NOT AP'LICA9LE UNLESS A NUMBEN OF DAYS IS ENTERED BELOW) eEFOAff T}iE STATED E1Q+IMTION GATE THE COMPANY VRLL NDT CANCEL oa gEOUCE TFIE INSUraWCF AffOftbtB7 UNOEA Liberty Mutual Group TIC ABOVE POLICIES UN1'E A7 Lf:ABT ~Q OAYB NOTIG~ OP SUCH CANC~l.A7tON HA8 BEEN MAILED T0: CEIITIFICATE C1TY qF' WXhi7'~R SF~I'tiIh)LiS HoLOeA ATTM t; QCgRGE EDWAhD5 11c~~ ~WST fiTAl'E RQAD 434 W1NT~:R SPkYNGB, Fi~ 3Qa07 e' d LIMIT OF UA81LtTY Cowrapa AtrordDd Undor vvC EMPLOY R5 tJ1191 1 Law or the Followlrtg smtea: ~1 0~,0~00~ Acddent E All Sttttra Endorsement Bodily tnJury E!+ Oleeese $1,000,000. ~ t?rodtiy injury BY Dleepee Eaeh $1,000,000. Pelson Oenera! ggt+egeta•Otherthen rodlComplebd atlons prodUotslCompteted OperaNOns Aggregate odlly lnlury and Property barrage bialy Per Occurrence ereonai end Advsrtleing Injury par Person/ Other. Organlttetbn Other: Each Accident -Single Llmk B.I. and P.D. Combined Fact, Person Accident or Occurrence f=aCFt Aocldent or OCCUrrent:e ~l+;CIJ BID: #Z TB-016-99/TZ EFFECTIVE DATE; 01/l~1/~3 ~c>=~ . the Hamad It~roD(o) on tho pOkOy, not io ampktyoos ar any other Dmployor. ~~ (~. TER M.SCH L AUTI•bR12ED REPRESENTATIVE 6radenttxt FL -47 •4430 1~/20/~~ OFFlC H NE DA I UEb hie ccrHflwte ie assn+~ ~« rjHERZ-v un„n r,. L ~pUp ~ ~~ t+uch lneruottcn ne la afEatded by Throe " t i i ' d E69 ' ON ~tif11r1W J,1b38I'l WdOE : b 666 t ' 0Z ' 100x21. R2 Certificate of Insurance THIS CERTIFICATE IS ISSUED AS A MATTER OF I ATION ONLY AND CONFERS NO RIGHTS UPON YOU RTIFICATE HOLDER. THIS CERTIFICATE IS NOT AN INSURANCE POLICY AND DOES NOT AMEND, XTEND, OR ALTER THE COVERAGE AFFORDED BY THE POLI IES LISTED BELOW. This is to Certif that STAFF LEASING, L.P., BY STAFF ACQUISITION, INC., THE GENERAL PARTNER, AND THE AFFILIATED LIMITED PARTNERSHIPS OF WHICH STAFF ACQUISITION, INC. IS THE GENERAL PARTNER AND THEIR SUCCESSOR CORPORATIONS 600 301 BOULEVARD WEST, SUITE 202 BRADENTON, FLORIDA 34205 Name and LIBERTY -~ address of MUTUALo Insured is, at the issue date of this certificate, insured by the Company under the policy(ies) listed below. The insurance afforded by the listed policy(ies) is subject to all their terms, exclusions and conditions and is not altered by any requirement, term or condition of anv contract or other document with respect to which this certificate may be issued. CERTIFICATE EXP. DATE TYPE OF POLICY *^ CONTINUOUS POLICY NUMBER LIMIT OF LIABILITY ^ EXTENDED ^X POLICY TERM Coverage Afforded Under WC EMPLOYERS LIABILITY Law of the Following States: Bodily Injury By Accident Each WORKERS 1 1 2 WA1-65D-004110-299 $1,000,000. Accident - - 000 COMPENSATION WC1-651-0041 1 0-01 9 All States Endorsement Bodily Injury By Disease Policy $1,000,000. Limit Bodily Injury By Disease Each $1,000,000. Person GENERAL LIABILITY General Aggregate-Other than Prod/Completed Operations ^ CLAIMS MADE Products/Completed Operations Aggregate RETRO DATE Bodily Injury and Property Damage Liability Per Occurrence Personal and Advertising Injury Per Person/ ^ OCCURRENCE Organization Other: Other: AUTOMOBILE Each Accident -Single Limit - LIABILITY B.I. and P.D. Combined ^ OWNED Each Person ^ NON-OWNED Each Accident or Occurrence ^ HIRED Each Accident or Occurrence OTHER ~il`:h~ii:: C:i~ 1'1._'.:iSi,''..'a:f ~i'tLJa:l..l...i=l 1')Ii,ijii=i"i~l-: Et !'I~~t:i;) BiD:~~I TB-016-99/TZ EMPLOYEES LEASED TO: EFFECTIVE DATE: t°: !:: i'-I I' } i; I`l ;.. 1= L.. i.) Iii a: ?::i i::t 1:~: h~I'J :C I (:i i~ l i' 11_ :1'~ i i' G'1 i.. t: l:'t I~~' 1=' ~. The above referenced Workers' Compensation policy provides statutory benefits only to employees of the Named Insureds) on the policy, not to employees of any other employer. CIF THE CERTIFICATE EXPIRATION DATE IS CONTINUOUS OR EXTENDED TERM, YOU WILL BE NOTIFIED IF COVERAGE IS TERMINATED OR REDUCED BEFORE THE CERTIFICATE EXPIRATION DATE. SPECIAL NOTICE • OHIO: ANY PERSON WHO, WITH INTENT TO DEFRAUD OR KNOWING THAT HE IS FACILITATING A FRAUD AGAINST AN INSURER, SUBMITS AN APPLICATION OR FILES A CLAIM CONTAINING A FALSE OR DECEPTIVE STATEMENT IS GUILTY OF INSURANCE FRAUD. IMPORTANT NOTICE TO FLORIDA POLICY HOLDERS AND CERTIFICATE HOLDERS: IN THE EVENT YOU HAVE ANY QUESTIONS OR NEED INFORMATION A80UT THIS CERTIFICATE FOR ANY REASON, PLEASE CONTACT YOUR LOCAL SALES PRODUCER, WHOSE NAME AND TELEPHONE NUMBER APPEARS IN THE LOWER RIGHT HAND CORNER OF THIS CERTIFICATE. THE APPROPRIATE LOCAL SALES OFFICE MAILING ADDRESS MAY ALSO BE OBTAINED BY CALLING THIS NUMBER. NOTICE OF CANCELLATION: (NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOW.) BEFORE THE STATED EXPIRATION DATE THE COMPANY WILL NOT CANCEL OR REDUCE THE INSURANCE AFFORDED UNDER Liberty Mutual Group THE ABOVE POLICIES UNTIL AT LEAST 3O DAYS NOTICE OF SUCH CANCELLATION HAS BEEN MAILED TO: ~~ CERTIFICATE (:;:I: I'(' [.I! bJ:I:i'i ! I:~:j~. `if'l~,:f:I'•I(:a. HOLDER ;:y.{'"~t i'•i,; i~+E:t::ll~~:[~;i f:°litsif'il=il~,f:i .~: :I.:I. c:: i°• F:: i'a ,;.; ..i~ ;: 7 i a -( I::. I'~ t"1 h t l.i r . ~~ '•t I,Ja:PI_'.i:::';_.' `:iI'ia:i•i1::7` f L.. ,~:;;'., t:l ~~~ ~. TERE A M. SCHELL AUTHORIZED REPRESENTATIVE Bradenton, FL 800-475-4430 'I'(:1`l~_~t~' ~'I~-} OFFICE PHONE DATE ISSUED This certificate is executed by LIBERTY MUTUAL GROUP as respects such insurance as is afforded by Those Companies BS 772E R2 MEMORANDUM TO: Andrea Lorenzo - Luaces, City Clerk ~~~ :~ j t ,~ FROM: George Edwards, Capital Projects Coordinator r RE: Documentation for Seneca Blvd/Vistawilla Drive Reclaimed Water Improvements Proiect City of Winter Springs Bid # -TB-016-991TZ DATE: November 17, 1999 Transmitted herewith are the following executed documents for your files: 1) Notice of Award 2) Agreement 3) Notice to Proceed 4) Certificate of Liability Insurance 5) Performance Bond and Labor and Materials Payment Bond