HomeMy Public PortalAboutBullard Excavating Inc-FY 2017 Asphalt OverlayCITY OF CRESTVIEW
DEPARTMENT OF PUBLIC SERVICES
FY-2017 ASPHALT OVERLAY
Bid No. 17-0626
Brona D. Steele
Director
of
Public Services
i
SECTION 00020
ADVERTISEMENT FOR BIDS
FOR
CITY OF CRESTVIEW
FY-2017 ASPHALT OVERLAY
BID NO. 17-0626
NOTICE IS HEREBY GIVEN: That sealed bids will be received by the City of Crestview, at the
City Clerk's Office 198 N. Wilson Street, Crestview, Florida 32536; until June 26, 2017 at 2:00
p.m.
Any bids received after the above time will not be accepted under any circumstances. Any
uncertainty regarding the time a bid is received will be resolved against the bidder.
Bid opening will be promptly at 2:00 p.m. on June 26, 2017 at the City Hall Council Chambers,
198 N. Wilson Street, Crestview, Florida 32536, at which time all bids received will be publicly
opened and read aloud.
DESCRIPTION OF WORK: All work for the Project shall be awarded and constructed, if
award is made, under one Contract. Bids shall be submitted for the Work described:
This bid shall include all work incidental to the supply and laying of approximately 1,940 tons of
Type "S.P.-9.5" asphaltic concrete material or equivalent, to be paid for by the ton, a bid that
includes 10 different street locations. Contractor will be responsible for traffic management and
will provide a schedule to the city for public service announcements. The construction sites will
require complete cleanup upon completion.
Bidders are urged to make on -site inspections of streets listed. If you have any questions, contact
Danny Bowden or Allen Hallford of the Street Division at 715 N. Ferdon Blvd., Crestview,
FL or call 850-682-6132 ext. 105 or 106.
BIDDING DOCUMENTS can be obtained and reviewed at:
Department of Public Services
715 N. Ferdon Blvd.
Crestview, FL 32536
(850)682-6132
FY-2017 ASPHALT OVERLAY 00020-1 06/26/2017
Bid No. 17-0626
INSTRUCTIONS TO BIDDERS
[ General
BIDS will be received by the City of Crestview (herein called the "OWNER") as specified in the Invitation to
Bid. The BIDS will be publicly opened and read aloud at the designated time and place.
Each BID must be submitted in a sealed envelope addressed to the City of Crestview. Each sealed
envelope containing a BID must be plainly marked on the outside with the name and the number of the
project for which the BID is submitted; and the envelope should also show on the outside, the BIDDER'S name
and address.
BIDDERSmust satisfy themselves as to the accuracy of the estimated quantities in the BID schedule by
examination of the site and a review of the drawings and specifications including any addenda. After
BIDS have been submitted the BIDDER shall not assert that there has been any misunderstanding
concerning the quantities of work or of the nature of the work to be done.
All BIDS must be made on the required BID form. All blank spaces for BID prices must be filled in, in ink
or typewritten, and the BID form must be fully completed and executed when submitted. Only one copy of
the BID form is required. The Bid form is the only document to be completed and signed at the bid opening.
No BID Bond is required.
A BIDDER may not modify its BID after BID opening. Errors in the extension of unit prices stated in a BID
or in multiplication, division, addition, or subtraction in a BID may be corrected by the Director of Public
Services prior to award. In such cases, unit prices shall not be changed.
Any BID may be withdrawn prior to the above scheduled time for the opening of BIDS or authorized
postponement thereof. Any BID received after the time and date specified shall not be considered. No
BIDDER may withdraw a BID after the actual date of the opening thereof.
The OWNER may waive any informalities or minor defects or reject any and all BIDS. A conditional or qualified
BID may not be accepted.
BID tabulations will be posted for review on the city website: W, cit\,ofcrestvieNA.org
The OWNER may make such investigations as deemed necessary to determine the ability of the BIDDER to
perform the work, and the BIDDER shall fumish to the OWNER all such information and data for this purpose as
the OWNER may request. The OWNER reserves the right to reject any BID if the evidence submitted by, or
investigation of, such BIDDER fails to satisfy the OWNER that such BIDDER is properly qualified to carry out
the obligations of the AGREEMENT and to complete the work contemplated herein. The low BIDDER will be
required to perform at least fifty percent (50%) of the contract work with his/her own employees. The BIDDER
to whom the contract is being awarded shall supply the names and addresses of major material suppliers
and subcontractors when required to do so by the OWNER.
A PERFORMANCE BOND and PAYMENT BOND each in the amount of 100 percent of the contract
price, with a corporate surety approved by the OWNER, will be required for the faithful performance of the
contract, when the AGREEMENT is executed. Attorneys -in -fact who sign PAYMENT BONDS and
PERFORMANCE BONDS must file with each BOND a current certified copy of their power of attorney.
FY-2017 ASPHALT OVERLAY 17-0626
00100-1
INSTRUCTIONS TO BIDDERS
A FORMAL WRIT"1'EN PROTEST SHALL BE FILED WITHIN SEVEN (7) BUSINESS DAYS
AFTER THE FILING OF NOTICE OF PROTEST. A FORMAL WRI1"1'EN PROTEST SHALL STATE
WITH PARTICULARITY THE FACTS AND THE LAW ON WHICH THE PROTEST IS BASED.
NOTICE OF PROTEST AND FORMAL WRITTEN PROTEST OF PLANS OR SPECIFICATIONS
FOR OR THE AWARD OR INTENDED AWARD OF A CONTRACT SHALL BE FILED WITH THE
CITY CLERK OR HER DESIGNEE.
FAILURE TO FILE A NOTICE OF PROTEST OR FAILURE TO FILE A FORMAL WRITTEN
PROTEST WITHIN THE TIMES FERMI ITED SHALL CONSTITUTE A WAIVER OF
PROCEEDINGS.
FY-2017 ASPHALT OVERLAY
-end-
00100-3
17-0626
11 Orr,
-1G Ilp.•.(.)(i
S
. -
01 JO SUJUPV WWI Al`.1}1d
1"J -
11‘.
tiled Peilflun ti
Ilemod swept' woo Amid sexaL
Z ainiead 0
wnwad
yalny0 ledoosid3 AueLidici3 053
Buijesunoo a3uelliy
pue6ei
arz-.);
•
; r i0-4
. - - d,--: .ii ,,...._ ..,--
.*:..-‘.-- r
,......,r: ..5.:. . ..
,-
• ...... _ ..i
.111..... ...1 40 i
-.7.:
• ' --I- - --iv- --,,-
,
1' I
tett) snort JC4 uoviposep
dew pagRun
dew Inof..10 vow
d'ev
-060
pu3 of auid - 6uuds N
filed Pe119141 +
41ed pal�!lufl *:
pu3 0l au!d - 61-uds 'N t
Z aanieaj
ainlead qp
pua6a-1
a
-dew inoA uogdposep e ewm
dew paimun
-clew 1,110ik Jo} uogdIps
deity pe
CITY OF CRESTVIEW
Director Department of Public Services Telephone No. (850) 682-6132
Brona D. Steele 715 Ferdon Boulevard North Fax No. (850) 682-7359
E-Mail: steelrautvofcrestvlew.orq Crestview, Flonda 32536 E-Mail: oubl,cserv,ces 4cvfiara.accoxmail,com
BID FORM
BID # 17-0626
BIDDERS NAME: Bull arcl tkca.01105 ,'dyke.
ADDRESS: 132104 Eva Drive , Andab-103'Po. , Pd. 3(.4a0
PROJECT: FY-2017 ASPHALT OVERLAY Bid#17-0626 for the City of Crestview, Florida
The Bidder proposes (to furnish all labor, materials, equipment and supplies) to perform all work
incidental to the supply and laying of approximately 1,940 tons of Type "S.P.-9.5" asphaltic
concrete material or equivalent, to be paid for by the ton, a bid that includes 10 different street
locations for the following price:
Item
Description
Qty
Unit
Unit Price
Total Price
I
Texas Parkway — Adams Drive to Powell Drive 9605x24'
190
tons
%I , 99
1 /, 09 S .10
2
Butler Circle & Coleman St - 1700'x24'
375
tons
89.gq
33, i41,,.25
3
Phillips Drive & GilAva Ave. —Texas Pkwy to Adams Dr.
550'x24'
105
tons
� ct99
cl, U 4$ . 95
4
W. First Ave. — Lindberg St. to Mapoles St. — 2270504'
500
tons
Sq ,9q
414,995.0o
5
N. Spring St — Pine Ave. to End — 470'x24'
105
tons
$9 .99
9 , 4 y8.95
6
W. Pine Ave. — Savage St. to Spring St. — 565'x24'
125
tons
569.99
II, 243 , 15
7
Mirage Ave. — Crosson Dr. to Ferdon Blvd. — 520'x24'
100
tons
89,g9
g,/ 99 ,00
8
Wildhorse Drive — 1000'x24'
220
tons
g9.99
19,I9i.a0
9
Aqua Drive—465'x24'
105
tons
49, q9
9 ,44 $ ,c15
10
Upia Drive —520'x24'
115
tons
19.99
10131-18,$5
Grand Total
1,940
tons
$ I14,5$0,b0
Total Lump Sum Bid
(Numerals)S 174 , 5 $ O . tc O
Bullard Excavail
Print Name of utr76tor
Author'zed Representative or ontractor's Signature
jf0,,,,k_rb \--Q-0i--Q-
Witness
2017 ASPHALT OVERLAY
Page 1
33y-222-L1332
Phone
D(o- 2co-a 01'
Date
as-a4 -a01-7
Date
17-0626
SECTION 00500
AGREEMENT
CITY OF CRESTVIEW, FLORIDA
CONTRACT
FY-2017 ASPHALT OVERLAY
BID # 17-0626
On ) , 2017 THE CITY COUNCIL OF THE CITY OF CRESTVIEW,
FLORIDA, herein referred to as the City, accepted the bid of 1. u ltU. ,,.t r
herein referred to as the Contractor, in the amount of, ' i j `� r'r` I,•- L to lay
approximately 1,940 tons of Type "S.P.-9.5" asphaltic concrete material or equivalent, to be paid
for by the ton over 10 different city street locations.
TERMS AND CONDITIONS OF CONTRACT FOR THE
FY-2017 ASPHALT OVERLAY:
I. Entire Contract:
This Agreement represents the entire and integrated Contract between the City and Contractor and
supersedes all prior negotiations, representations or contracts, either written or oral. The
Advertisement for Bids, Instructions to Bidder, Bid Form, Insurance Requirements,
Performance Bond, Payment Bond and Notice of Award are included in the contract documents
binding the parties. Provisions of this Contract may be amended only by written instrument
approved by the Crestview City Council and signed by the City Clerk and Contractor.
2. Intent of Contract:
This Contract shall include all work incidental to the supply and laying of approximately 1,940
tons of Type "S,P.-9.5" asphaltic concrete material or equivalent, to be paid for by the ton. A bid
that includes 10 different street locations. Contractor will be responsible for traffic
management and will provide a schedule to the city for public service announcements. The
construction sites will require complete cleanup upon completion.
3. Term of Contract and Time Extensions:
3.1 The Work will be substantially completed within 60 days after the date
when the Contract Time commences to run as provided by the Notice to Proceed
date.
3.2 Liquidated Damages. OWNER and CONTRACTOR recognize that TIME IS OF
THE ESSENCE in this Agreement and that Owner will suffer financial loss if the work is not
Page 1 of
2017 ASHALT OVERLAY 17-0626
8. Performance of Work/Responsibilities:
The Contractor shall commence work in a reasonable length of time and shall complete the work
in an expeditious manner. In emergency situations, the Contractor shall endeavor to commence
work immediately. All work shall be done under the supervision of the City's Public Service
Director or designated representative. The performance of Work and responsibilities hereto are
outlined and made a part hereof as identified in "Description of Work".
9. Termination for Default:
The Contract will remain in force for the full period specified and until the City's Public Services
Director or his designee determines that all requirements and conditions have been satisfactorily
met. However, the City Public Services Director will have the right to terminate this Contract
sooner if the Contractor has failed to perform satisfactorily the work required or comply with the
other requirements of the Contract.
In the event the City Public Services Director decides to terminate this Contract for the
Contractor's failure to perform satisfactorily or meet its other responsibilities under the Contract,
the City Public Services Director will give the Contractor five (5) days' notice, whereupon the
Contract will terminate, unless during the notice period the Contractor cures the failure to
perform or meets its other responsibilities under the Contract to the satisfaction of the City Public
Services Director.
Upon Contract termination for the Contractor's failure to provide satisfactory contract
performance, the Contractor will be entitled to receive compensation for Contract services
satisfactorily performed by the Contractor and allocable to the Contract and accepted by the City
Public Services Director or his designee prior to such termination. However, an amount equal to
all additional costs required to be expended by the City to complete the Work covered by the
Contract, including costs of delay in completing the project, shall be either subtracted from any
amount due or amount charged to the Contractor in the event the City Public Services Director
terminates the Contract.
Except as otherwise directed by the City Public Services Director, or in the case of termination
for default (in which event the Contractor may be entitled to cure, at the option of the City Public
Services Director), the Contractor shall stop work on the date of receipt of the notice or other
date specified in the notice, place no further orders or subcontract for materials, services, or
facilities except as are necessary for the completion of such portion of the work not terminated,
and terminate all contractor and subcontracts and settle all outstanding liabilities and claims.
In the event that any termination for default shall he found to be improper or invalid by any
court of competent jurisdiction, then such termination shall be deemed to have been a
termination for convenience.
Plg,e 3 of 7
2017 ASHALT OVERLAY 17-0626
13.3 PUBLIC ACCESS. Contractor shall comply with the requirements of Florida's Public
Records law. In accordance with Section 119.0701, Florida Statutes Contractor shall:
a. Keep and maintain public records that ordinarily and necessarily would be required by
the City of Crestview in order to perform the service.
b. Upon request from the public agency's custodian of public records, provide the public
agency with a copy of the requested records or allow the records to be inspected or
copied within a reasonable time at a cost that does not exceed the cost provided under
Florida's Public Law or as otherwise provided by law.
c. Ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed except as authorized by law for the
duration of the contract term and following completion of this contract if Contractor
does not transfer the records to the public agency: and
d. Upon completion of the contract, transfer, at no cost, to the public agency all public
records in possession of Contractor or keep and maintain public records required by the
public agency to perform the service. If Contractor transfers all public records to the
public agency upon completion of the contract, Contractor shall destroy any duplicate
public records that are exempt or confidential and exempt from public records
disclosure requirements. If Contractor keeps and maintains public agency, upon request
from public agency's custodian of public records, in a format that is compatible with the
information technology systems of the City of Crestview.
e. If Contractor has questions regarding the application Chapter
119, Florida Statutes, to Contractor's duty to provide public
records relating to this Agreement, Contractor shall contact the
Custodian of Public Records at:
City Clerk, City of Crestview
198 North Wilson Street
P.O. Box 1209
Crestview, Florida 32536
(850) 682-1560 Extension 250
cityclerk ancityofcrestview.orq
f. In the event the City of Crestview must initiate litigation against Contractor in order to
enforce compliance with Chapter 119, Florida Statutes, or in the event of litigation filed
against the City of Crestview because Contractor failed to provide access to public
records responsive to a public record request, the City of Crestview shall be entitled to
recover all costs, including but not limited to reasonable attorneys' fees, costs of suit,
witness, fees, and expert witness fees extended as part of said litigation and any
subsequent appeals.
Pago 5 of 7
2017 ASHALT OVERLAY 17-0626
SECTION 00650
CERTIFICATE OF INSURANCE
A. INSURANCE REQUIREMENTS
1. Contractor shall purchase and maintain such comprehensive general liability and
other insurance as required by this document. Should any of the required
insurance policies be canceled before the expiration date thereof, the insuring
company shall provide written notice to each insured 30 days prior to cancellation.
B. CERTIFICATE OF INSURANCE FORM
I. The Certificate of Insurance submitted to the Owner and Engineer shall be on the
Insurance Company's form with a format similar to the popular ACORD
Corporation form.
2. The Owner's project name and project number shall be shown on the Certificate.
3. Three (3) Certificates shall be submitted along with the executed Contract
Agreement.
A. Minimum Scope of Insurance:
Coverage shall be at least as broad as:
1. Insurance Services Office Form No. CG 0001 (11/85) or CG 0002 (2/86)
Commercial General Liability; and Insurance Services Office Form No.
GL 0404 (5181) Broad Form Comprehensive General Liability;
endorsement, and
2. Insurance Services Office form No. CA 0001 (Ed. 1/87) covering
Automobile Liability, code 1 "any auto", and CA 0002 (1/87), and
3. Workers' Compensation as required by the State of Florida and Employers'
Liability insurance:
B. Minimum Limits of Insurance:
Contractor shall maintain coverage's and limits as follows:
1. General Liability:
Aggregate Limit: $1,000.000.
Products and completed operation aggregate limit: $500,000.
Personal and advertising injury limit: N/A.
Each occurrence limit: $500,000.
Fire damage limit: $50,000 any one fire.
2017 ASPHALT OVERLAY
00650-1 17-0626
such conviction.
5. Impose a sanction on, or require the satisfactory participation in, a drug abuse assistance or
rehabilitation program if such is available in the employee's community, by any employee
who is so convicted.
6. Make a good faith effort to continue to maintain a drug -free workplace through
implementation of this section.
IN WITNESS, WHEREOF, the City hereunto caused these presents to be subscribed and the
Contractor has affixed their name and seal, this day of , 20 17.
Date: 1'2.y-l7
Contractor:
I�l Euavatin
Signed by: , 1 �L•
(Authorized Representative)
Date:
By:
AT EST: ,
David Cadle Mayor
ti el 7/ 1
Elizabeth Roy, City Clerk
APPROV AS TO LEGAL FORM:
rik
Ben Holley, City Attorney
END OF SECTION
E',1 ;e / of /
2017 ASHALT OVERLAY 17-0626
PAYMENT AND
PERFORMANCE BOND
(Florida Public Works)
Travelers Casualty and Surety Company of America
Hartford, CT 06183
Bond No.: 106747992
Bond MUST be recorded in public records of County where improvement is located
Principal (Contractor) : Bullard Excavating, Inc.
Address: 13264 Eva Drive Andalusia, AL 36420
Telephone: 334-222-9223
Surety: Travelers Casualty and Surety Company of America
Address: One Tower Square Hartford, CT 06183
Telephone: 800-842-8496
Owner: City of Crestview
Address: 715 Ferdon Boulevard North Crestview, FL 32536
Telephone: 850-682-6132
Contracting Public Entity (if different from Owner): city of crestview
Address: 715 Ferdon Boulevard North Crestview, FL 32536
Telephone: 850-682-6132
Contract Number: Bid #I7-0626
Project DescriptlOn: FY-2017 Asphalt Overlay; Supply & laying of approximately 1,940 tons Type S.P.-905 Asphaltic
Concrete Material to various locations.
NOTE: Any action instituted by a claimant under this bond for payment must be in accordance with the
notice and time limitation provisions in Section 255.05(2), Florida Statutes.
KNOW ALL BY THESE PRESENTS, That we, Bullard Excavating, Inc. ,
called the Principal, and Travelers Casualty and Surety Company of America , a Connecticut corporation,
called the Surety, are held and firmly bound unto City of Crestview , called the
Obligee, In the sum Of One hundred seventy four thousand five hundred eighty dollars and sixty cents Dollars
( S174,580.60 ) for the payment whereof said Principal and Surety bind themselves firmly
by these presents.
WHEREAS, the Principal has entered into a contract with the Obligee, dated 1-2�200, as
described above ("Contract'). The Contract is referred to herein for the limited purpo of defining the work to
be performed, and its terms are not incorporated herein.
NOW, THEREFORE, the condition of this obligation is such that if the Principal performs the Contract and,
subject to the conditions and limitations set forth herein, makes payment to all Claimants, as defined in Section
713.01, Florida Statutes, whose claims derive directly or indirectly from the prosecution of the work provided for
in the Contract, then this obligation shall be null and void; otherwise to remain in full force and effect.
1. No suit or action for labor, materials, or supplies shall be instituted hereunder against the
Principal or the Surety unless both of the following notices have been given by the Claimant: A Claimant,
except a laborer, who is not in privity with the Principal and who has not received payment for his labor,
materials, or supplies shall, before commencing or not later than 45 days after commencing to furnish labor,
materials, or supplies for the prosecution of the work, furnish the Principal with a notice that he intends to look to
the bond for protection. A Claimant who is not in privity with the Principal and who has not received payment for
his or her labor, materials, or supplies shall deliver to the contractor and to the surety written notice of the
performance of the labor or delivery of the materials or supplies and of the nonpayment. The notice of
nonpayment may be served at any time during the progress of the work or thereafter but not before 45 days
after the first furnishing of labor, services, or materials by the claimant, or, with respect to rental equipment, not
later than 90 days after the date that the rental equipment was last on the job site available for use. No action
for the labor, materials or supplies may be instituted against the Principal or Surety unless both notices have
Performance and Payment Bond — Page 1 or 2
been given. An action, except for an action exclusively for recovery of retainage, must be instituted by a
Claimant against the Principal and/or the Surety under the payment provisions of this bond within 1 year after
the performance of the labor or completion of delivery of the materials or supplies. An action exclusively for
recovery of retainage must be instituted against the Principal or the Surety within 1 year after the performance of
the labor or completion of delivery of the materials or supplies, or within 90 days after the contractor's receipt of
final payment (or the payment estimate containing the owner's final reconciliation of quantities if no further
payment is earned and due as a result of deductive adjustments), whichever comes last.
2. Any claim by the Obligee under this bond shall accrue no later than the first to occur of: (a) the
date the Obligee declares the Principal to be in default under the Contract; (b) the date final payment is made
under the Contract (or the date of the payment estimate containing the owner's final reconciliation of quantities if
no further payment is earned and due as a result of deductive adjustments); or (c) the date Obligee makes claim
against this bond.
3. The amount of this bond shall be reduced by and to the extent of any payment or payments
made by Surety in good faith hereunder whether made directly to Obligee or Claimant(s) or otherwise in
discharge of Principal's obligations. The Surety's liability hereunder to the Obligee and all Claimants is limited,
singly, or in the aggregate, to the penal sum of the bond set forth herein. The Surety may, at its option,
discharge all obligations under this bond by interpleading into the registry of any court of competent jurisdiction
of the full unexonerated penal sum of this bond, or such portion thereof which will satisfy the obligations owed to
the Obligee and/or the Claimant(s). This bond shall not be liable for any liability of the Principal for tortious acts,
whether or not said liability is direct or is imposed by the Contract, and shall not serve as or be a substitute for or
supplemental to any liability or other insurance required by the Contract.
4. This bond IS CONDITIONED UPON the same being properly recorded in the Public Records of
the County where the improvement is located in accordance with Florida Statutes §255.05(1)(a). In the event
this bond is not so recorded it shall be NULL AND VOID.
5. This bond has been furnished to comply with the statutory requirements of Florida Statutes
255.05 et. seq. Any provision in this bond conflicting with or expanding the protections available under Florida
Statutes 255.05 et. seq. shall be deemed deleted herefrom and provisions conforming to such statutory or legal
requirements shall be deemed incorporated herein by this reference. The intent is that this bond shall be
construed as a statutory bond and not as a common law bond.
Signed and dated this I — day of
2017
Bullard Excavating, Inc.
(Principal)
By. ,1/Gt
Travele s asualty and Surety Comp ny of America
r
By: A ItA2X. t�—
Francis Ware , Attorney -in -Fact
Performance and Payment Bond — Page 2 or 2
WA
: THIS POWER OF ATTORNEY IS INVALID WITHOUT TI D BORDER
POWER OF ATTORNEY
TRAVELERS
Attorney -In Fact No.
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
227446
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
Certificate No. O 07160187
KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance
Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a
corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc , is a corporation duly organized under the
laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint
James Harold Barber, Jr., Debra Sanders, Lane Milam, and Francis Ware
of the City of Montgomery , State of Alabama their true and lawful Attorneys) -in -Fact.
each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and
other wntings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this
day of March 2017
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
SI. Paul Guardian Insurance Company
State of Connecticut
City of Hartford ss.
By:
22nd
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
G
Robert L Raney. Senior Vice President
On this the 22nd day of March 2017 before me personally appeared Robert L. Raney, who acknowledged himself to
be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc , St. Pau)
Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers
Casualty and Surety Company of America, and United States Fidelity and Guaranty Company. and that he, as such, being authorized so to do, executed the foregoing
instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
In Witness Whereof, I hereunto set my hand and official seal.
My Commission expires the 30th day of June, 2021.
W K/" C • V
Mane C Trreault, Notary Public
58440-5-16 Printed in U.S.A.
WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
WARNINI ; POWER OF ATTORNEY IS INVALID WITHOUT THE RE RDER
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Famungton Casualty Company, Fidelity
and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St Paul Guardian insurance
Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice
President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the
Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or wrung obligatory in the nature of a bond, recognizance, or conditional undertaking
shall be valid and binding upon the Company when (al signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President,
any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attomey or to any
certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof, and any such Power of Attomey or certificate bearing such facsimile signature or facsimile seal
shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on
the Company in the future with respect to any bond or understanding to which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwriters, Inc., St Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and
Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing
is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this I, // day of
Kevin E. Hughes, Assistant Sectary
20��.
To verify the authenticity of this Power of Attomey, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the
above -named individuals and the details of the bond to which the power is attached.
WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
1
A�!RD' CERTIFICATE OF LIABILITY INSURANCE
DATE (MMlDD/YYYY)
7125/2017
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement an
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER
Palomar Insurance Corp.
Palomar Insurance Corporation
4525 Executive Park Drive, Ste 202
Montgomery AL 36116
CONTNAME: Allison Allison Strause
PHONE 334-409-3146 FAX
Frtp (Arc.No): 334-323-0557
E-MAIL
ADDRESS: allisons@palomarins.com
INSURER(S) AFFORDING COVERAGE
NAIC #
,NSURERA:Acadia Insurance Company
31325
INSURED BULLEXCA
Bullard Excavating, Inc
13264 Eva Dnve
Andalusia AL 36420
INSURER B :Alabama Self -Insured Work Comp Fund
INSURER C : Midwest Employers Casualty Co.
23612
INSURERD:
INSURER E :
INSURER F :
898529536
EVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS,
INSR
LTR
TYPE OF INSURANCE
ADDL
INSD
SUBR
WVD
POLICY NUMBER
POLICY EFF
(MM/DONYYY)
POLICY EXP
(MWDD/YYYYI
LIMITS
A
COMMERCIAL GENERAL LIABILITY
CPA4297621
7/1/2017
7/1/2018
EACH OCCURRENCE
$1,000,000
DAMAGE TO RENTED'
PREMISES (Ea occurrence)
$100,000
CLAIMS -MADE
X
OCCUR
MED EXP (Any one person)
$5,000
PERSONAL BADVINJURY
$1,000,000
GENERAL AGGREGATE
$2,000,000
GEN'L AGGREGATE
POLICY
OTHER
X
LIMIT APPLIES
M l _
PER
LOC
PRODUCTS - COMP/OP AGG
$2,000,000
$
A
AUTOMOBILELIABILITY
x
X
ANY AUTO
OVVNED
x
X
SCHEDULED
AUTOS
NON -OWNED
AUTOS ONLY
Car
CPA4297621
7/1/2017
7/1/2018
NEDSINGLEIT
Ea BILIFI
$1,000,000
BODILY INJURY (Per person)
$
BODILY INJURY (Per accident)
$
PROPER DAMAGE
(Per accident)
$
$
A
X
UMBRELLALIAB
EXCESS LIAB
X
O
OCCUR
CLAIMS -MADE
CPA4297621
7/1/2017
7/1/2018
EACH OCCURRENCE
$1,000,000
AGGREGATE
$1,000,000
$
DED 1 RETENTIONS
B
C
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH)
If yes, descnbe under
DESCRIPTION OF OPERATIONS below
Y/N
NIA
WC10003616002017A
PNAL129001
1/1/2017
1/1/2017
1/1/2018
1/1/2018
X
SPER
TATUTE
OERH
EL EACH ACCIDENT
$1,000,000
E L DISEASE - EA EMPLOYEE
$1,000,000
E L DISEASE - POLICY LIMIT
$1,000,000
A
Leased/Rented
Equip
CPA4297621
7/1/2017
7/1/2018
Per Item 100,000
Ded 1,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
PROJECT: FY-2017 Asphalt Overlay, Bid No.0626, Crestview, FL
CERTIFICATE HOLDER
CANCELLATION
City of Crestview
715 Ferdon Blvd North
Crestview FL 32536
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHOR ED REPRESENTATIVE
"02/
ACORD 25 (2016/03)
@ 1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
BULLARD EXCAVATING, INC.
13264 Eva Drive • Andalusia, Alabama 36420 • Phone (334) 222.4332 • Fax (334) 222-8256 • E-mail: bullardexcavating@gmail.com
July 31, 2017
Ms. Elizabeth Roy
City Clerk
City of Crestview
P.O. Box 1209
Crestview, FL 32536
RE: FY-2017 Asphalt Overlay
Bid No. 17-0626
Crestview, FL
Dear Ms. Roy:
Please find enclosed the executed Contract Agreements along with the Payment and Performance Bond,
and a copy of our insurance certificate for the above -referenced project.
Please note that the bonds are undated and will need to have the correct date completed on the forms.
Please let me know if you have any questions.
Sincerely,
aren Dubose
Contract Administrator