Loading...
HomeMy WebLinkAbout1999 08 23 Consent Item D COMMISSION AGENDA , ITEM D CONSENT X INFORMATIONAL PUBLIC HEARING REGULAR August 23, 1999 Meeting ~~EPT ~ Authorization REQUEST: Public Works Department Requesting Authorization to Enter into a Contractual Agreement for the Hayes Road Turn Lane Improvements PURPOSE: The purpose of this Board item is to request authorization to enter into a contractual agreement with APEC, Inc. for the construction of the Hayes Road Turn Lane Improvements at a cost of$69,250.00 plus a 10% contingency. CONSIDERA TIONS: This project is needed to widen and improve the stacking capabilities of Hayes Road at the intersection of S.R. 434. This project will lengthen the northbound left turn lane and extend the curbing of the right turn lane. Currently, northbound left turning traffic experiences delays due to the lack of stacking and eastbound traffic frequently drives off of the roadway to avoid backed up traffic. Bids for this project were received June 23, 1999 under Bid #ITB-014-99/KL. The low bidder was AP.E.C. Inc. with a bid $69,250.00. The project scope of work includes curbing, sidewalk, paving, signal loops and striping. The median will be striped double yellow in lieu of the concrete median previously considered as recommended by the Police Department which we concur with. The removal and replacement of the trees on the west side of Hayes Road adjacent to Hacienda Village is not part ofthis project. This project is included in the Traffic Circulation Element of the Comprehensive Plan. August 23, 1999 Consent Agenda Item D Page 2 FUNDING: The bid of$69,250.00 was below the $165,000 budgeted for this project in the Transportation Impact Fee Capital Improvement line code (140-56310). The bid was substantially below the budget because the original estimate included signalization improvements that are now part of the DOT grant for S.R. 434. Funds will be expended within 120 days of issuance of Notice to Proceed. RECOMMENDATION: It is recommended that authorization be granted to enter into a contractual agreement with to enter into a contractual agreement with APEC, Inc. for the construction of the Hayes Road Turn Lane Improvements at a cost of$69,250.00 plus a 10% contingency payable from the Transportation Impact Fee Capital Improvements line code #l40-563l0. IMPLEMENTATION SCHEDULE: The scope of work will be completed within 90 days of issuance of the Notice To Proceed. Hayes Road will be closed for a maximum of 30 days during this project with detours provided. Notification will be provided to the Police, Fire, School Board and residents prior to any closures. Construction is tentatively planned to October 1 st. ATTACHMENTS: 1. City Clerk Summary - Bid #ITB-014-99/KL 2. Proposal and Agreement 3. Capital Project Coordinator Recommendation COMMISSION ACTION: - ( A TT ACHMENT NO. 1 CITY OF WINTER SPRINGS, FLORIDA 1126 EAST STATE ROAD 434 WINTER SPRINGS, FLORIDA 32708-2799 Telephone (407) 327-1800 HAYES ROAD TURN LANE AT STATE ROAD 434 BID NUMBER: ITB-OI4-99/KL BID OPENING DATE: June 23,1999 The Bid Opening Was Called By: Ms. Nancy Vobomik Purchasing Department Bid Opened: Bid Closed: 3:03 p.m. 3:05 p.m. Two(2) Bids Received: 1. CATHCART CONTRACTING COMPANY 1757 WEST BROADWAY STREET, SUITE 3, OVIEDO, FLORIDA 32765 TELEPHONE: (407) 366-1022 FACSIMILE: (407) 977-8349 BASE BID: $119,509.00 2. A.P.E.C. INC. 7819 rnrCKER LANE, ORLANDO, FLORIDA 32819 TELEPHONE: (407) 522-0530 BASE BID: $ 69,250.00 One (I) No Bid Received: 1. LINEAR DYNAMICS INC. 79 MONTGOMERY STREET, MONTGOMERY, PENNSYLVANIA 17752 \ TELEPHONE: (570) 547-1621 b L FACSIMIL.; (570) 547-1629 Andrca Lorcnzo- accs, Intcrim City Clcrk City of Wintcr Springs Copy: Mr. Kipton D. Lockcurr, P.E., Dircctor, Public Works/Utility Departmcnt Ms. Nancy V obomik, Purchasing Dcpartmcnt I )OCSfhidslrcsllltslfy()~()()I()().O 1 <I.doc ATTACHMENT NO.2 SECTION 00500 AGREEMENT THIS AGREEMENT MADE THIS DAY OF 199 between the CITY OF WINTER SPRINGS of 1126 East State Road 434, Winter Springs, Florida 3'2708~ Seminole County, State of Florida, herein referred to as OWNER and A.P.E.C..Inc. of Orlando, 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 Hayes Road Turn Lanes. 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 90 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 $100.00 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 ($10.00) Dollars as consideration for this provision. 5. CONTRACT PRICE, LUMP SUM CONTRACT - The OWNER will pay the CONTRACTOR in current funds for the performance of the work, subject to additions and deductions by Change Order, the Total Contract Price of Sixty Nine Thousand Two Hundred Fifty and 00/00 Dollars ($ 69.250.00 ). Payments will be made to the CONTRACTOR based on the Lump Sum Bid amount, the Schedule of Values, and subject to completion of the work, in accordance with the Contract Documents. 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. 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. Inspections, Opinions, and ProQress 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 Inspections. 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. 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. Reiection and StoppaQe 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. 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. Furnishinq of Labor, Materials, etc. CONTRACTOR shall provide and pay for alilabor, 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 .' A TT ACHMENT NO. 3 MEMORANDUM TO: Kip Lockcuff, P.E. Utilities Director FROM: George F. Edwards Capital Projects Coordinato Bid Analysis, Bid # ITB-014-99-KL HAYES ROAD TURN LANE AT STATE ROAD 434 RE: DATE: 5 August 1999 On Wednesday, June 23,1999, the City of Winter Springs received bids for the construction of Hayes Road turn lane improvements at the intersection of Hayes Road and State Road 434. Copies of the bids were supplied to my office for review. ACQUISITION OF ADDITIONAL RIGHT-OF-WAY Although the bids were received and evaluated on this project, a recommendation to award a contract for execution of the work was withheld pending the acquisition of an eight-foot strip of land on the Westerly side of Hayes Road. This small strip of land is needed to permit the widening that is the purpose of the contract. This small parcel was deeded to the City recently and the procedures for awarding the contract to improve the Hayes Road SR 434 intersection can now proceed. EVALUATION OF RESPONSIVENESS The low bidder, APEC, Inc (American Persian Engineers and Constructors) did not provide a Florida Trench Safety Act Statement; however, this requirement may be waived as there are no trenches to be constructed or protected under this contract. Otherwise the required bid forms were complete and the bid may be considered responsive. EVALUATION OF RESPONSIBILITY The low bidder, APEC, provided the required documentation relative to its financial ability to execute the work and references after submission of its bid. An evaluation of these documents showed that the contractor met the responsibility criteria established in the contract documents; therefore a recommendation to award the contract to APEC can be made. The following is a summary of the two bids received. Both bids met the criteria for responsiveness. Contractor Base Bid Price Cathcart Construction Co. $119,509.00 AP.E.C. $ 69,250.00 The Engineer provided the City with a budget estimate of $75,000 to $100,000. Attached bid tabulation is provided for your review. FUNDING The bid of $69,250.00 is below the amount approved for this project in the Capital Improvements Transportation Fee Fund. The budgeted amount was $165,000.00. BUDGET BID $ 69,250.00 Renewal and Replacement Fund $165,000.00 IMPLEMENTATION SCHEDULE The scope of work will be completed within 90 calendar days of the Notice to Proceed. RECOMMENDATION: It is recommended that the award of this contract be made to the low bidder APEC, Inc. SECTION 00500 AGREEMENT t c' THIS AGREEMENT MADE THIS 10 ' DAY OF-.:2_C<:~~~-R-. ' 199$i'between the CITY OF WINTER SPRINGS of 1126 East State Road 434, Winter Sp ings, Florida 32708, Seminole County, State of florida, herein referred to as OWNER and A.P.E.C"Inc. of Orlando, 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 Hayes Road Turn Lanes. 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 90 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 $100.00 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 ($10.00) Dollars as consideration for this provision. 5. CONTRACT PRICE. LUMP SUM CONTRACT - The OWNER will pay the CONTRACTOR in current funds for the performance of the work, subject to additions and deductions by Change Order, the Total Contract Price of Sixty Nine Thousand Two Hundred Fifty and 00/00 Dollars ($ 69,250.00 ). Payments will be made to the CONTRACTOR based on the Lump Sum Bid amount, the Schedule of Values, and subject to completion of the work, in accordance with the Contract Documents. 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. ._----,--_..._--~-~".""'....__...,<'"'." ... _......"'......-._,.~".<>-w"""__~...---_.". .~____~.~~~~""C' . .,~..,._~..........._---_.----_.- 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. 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 Work Site for Inspections. 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. 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. Rejection and Stoppaae 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. 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 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: ~. \> -E -( . \0\. (~___ Name: mOJ'1 1'7 ":::-ovlo ~ . Address and Telepfione: ~ Owner: B : Ronald W. McLemore City Manager 1126 East State Road 434 Winter Springs, FL. 32708 407-327-1800 ""ember 17.1999 10:25 AM To: George Edward From: Thomas E. CorkhiU. 898-8813 Page: 2 of 2 ACORD. eeRtlr::ICAtrEQFLJf\alL.Ii)'INStJfflAf\JY~> .. .- . -...... :.:' <CSRJQ,f< . D" T!; (MWDOIYY) .' . .A1?l!:CI;;'1/ 09/17/99 . PROD<JCER THIS CERTIFICATE IS ISSUED AS A MAnER OF INFORMATION ThQlDas E. Corkhi,11 Ins. Agency ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 20 S. Bumby Avenue HOLDER. 11-IIS CERTIFICATE oaES NOT AMENO, EXTEND OR P.O. :Box 538891 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Orlando FL 32853 COMPANIES AFFORDING COVERAGE Scott CorJchi11 #A054965 COMPI>N'f pnone No. 407-898-8891 407-898-8813 A CRA Insurance COUlpany FilXNo INSIJRSJ COMPI>N'f B COMPI>N'f Apec, Inc. C P.O. :Box 50903 _._-~--~-- COMPI>N'f Ora1ando FL 32819 0 ...........................................: :-:......><. .....:..........<................:.................:.:. .... :<.. ................<........ .'. .. ....... ........ .....:... ..... ..... .... THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LIST EO BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INOICATED, NOTWITHSTANDING IWf REQUll'IEMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER OOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUeD OR MAY PERTAIN, THE INSURANCE AFFORDED 8'1 THE POLICIES DESCRIBE!) HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAlO CLAIMS. co TYPE OF INSURANC~ POLICY NUl>1BER POUCY EFFECllVE POUCY EXPIRATION U""TS LTR D'-TE (MIMlOlYY) Q.\TI! (MWOOlYYl ~NERAl Ll'&.rTY GENERAl. AGGREG>o T!; $ 2 , 000, 000 A ~ COMMERCIAL GENERAl. Llo\BlLITY B 1078992532 03/19/99 03/19/00 PROO\JCTS - CO",PIOP ACC S 2 , 000 , 000 ----- =:J CUMS MADE [!] OCCUR PERSON.ol. & I>DV INJURY S 1. 000 000 - OWNER'S & CON-rw-CTOR'S PROT E"CH ocCIJRRENCE S 1, 000, 000 FIRE DAMAGE (My one hre) S 100,000 M{;D eXP (My one pors<>n) S 5,000 ~OMOl3ll.!O lIABll.I1Y cOMSINED SINGLE LIMIT $ /W'( AUTO - -- - ALL OWNED AUTOS BOOll. Y INJURY $ SCHEDULED AUTOS (per person) - - HIRED AliTOS BODILY II\lJURY S NON-OWNED AUTOS (per aCCident} - - PROPERTY DAMAGE $ GAR!oGE UABIl.I1Y "UTO ONLY. EA ACCiDENT $ -- - /WV,t.JJT0 OTHER THAN AUTO ONLY: < ............................... EACH ACCIDENT S AGGREGATE $ EXCESS UABlllTY EPo.CH OCCURRENCE S ~ UMBREllA FORM "(3GREGATE S OTHER~UMBREUAFORM $ WOI'lKERS COMPENSATION AND 1v;:'~~A~S I 10~ 1....-........................................ EMPLOYERS' UABII.rTY $100,000 EL ~H ACCIDENT A THE PROPRIETOR! ~:NCL TBA 09/09/119 09/09/00 EL DISEASE. POLICY LIMIT $ 500, 000 PARTNERSlEXECUTtvE OFFICERS .-.RE X EXCL EL OISi:ASE. i:A EMPLOYEe S 100 000 OTHER DESCRIPTION OF OPERATIONSIlOCATIONSIVEHlCLESlSPECIAl ITEMS Attn: George Edward ...... .... .............................. ..<> >....> > ".><.., ......: ..... ,..... ..... -..... .. WINTE-8 SHOUlD ANY OF 1l1E ABove DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSlRNG COMPAN'Y' VVIlL ENDEAVOR TO MAlL dL DAYSWRIl"fEN NOTICE TO THE CERTIFlCAT!; HOLDER NAMED TO THE LEFT. City of Winter Springs SUCH NQTICE SfW.I.IMPQSE NO OBLlCATioN OR UNJIUTY 1126 E. SiR 434 OF I-NV I'JND UPON THE COMPANY, ITS AGEt'rTS OR REPRESENT AilYES Winter Springs FL 32708 "'-'THQRlZED REPRESENTATIVE Scott Corkhill .- ACORD2S-S(1/95) .... ...... .... .. . ..... .... ..................... .. .......... ....... ACORD CORPORATION 19B5 -----~'-~...-' ., FloRidA SURElY BONds, INC. ~ 222 S. WESTMONTE DRivE, SUiTE ~07 AhAMONTE SpRiNqS, FL ~ 2714 407,,786,,7770 FAx 407,,786,,7766 888"786,,BOND (266~) FAX 888" 718"BOND (266~) WWW.FlORidASURETyBoNds.COM September 01, 1999 City of Winter Springs 1126 East SR434 Winter Springs FL 32708-2715 Re: Authority to Date Bonds and Powers of Attorney Principal: APEC, Inc. Bond No.: 0707-17011 Project: Project #014-99, New Turn Lane, Curb & Gutter, Striping Overlay @ Hayes Road, SR434, Winter Springs FL Dear Sir or Madam: Please be advised that as Surety on the above referenced bond, executed on your behalf for this project, we hereby authorize you to date the bonds and the powers of attorney concurrent with the date of the contract agreement. Once dated, please send a copy of the dated bonds to our office. Sincerely, John Deere Insurance Company J~,/ZQ;J- Jeffrey W Reich Attorney-in-Fact and Florida Licensed Resident Agent I,fEAfQAANDU~ TO: FROM: RE: DATE: Andrea Lorenzo - Luaces, Deputy City Clerk George Edwards, Capital Projects Coordinator Documentation for Project #014-99 Have$ Road rum Lane September 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