Loading...
R17-0471 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 RESOLUTION NO. R17 -047 A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, APPROVING AN AWARD OF BID AND AUTHORIZING THE CITY MANAGER TO SIGN A CONTRACT WITH BOFAM CONSTRUCTION COMPANY, INC., IN RESPONSE TO BID NO. 019 - 2821 -17 /TP FOR FOR THE CONSTRUCTION OF THE NE 20 AVENUE STORMWATER IMPROVEMENTS IN THE AMOUNT OF $614,369.13 PLUS A 10% CONTINGENCY OF $61,436.91 FOR A TOTAL ESTIMATED AMOUNT OF $675,806.04; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, on March 21, 2017, Procurement Services opened submittals from eight (8) bidders in response to Bid No. 019- 2821 -17 /TP for the Construction of the NE 20"' Avenue Stormwater Improvements; and WHEREAS, staff reviewed the bid proposals and it was determined that Bofam Construction Company, Inc was the lowest responsive and responsible bidder; and WHEREAS, the City Commission of the City of Boynton Beach upon recommendation of staff, deems it to be in the best interest of the citizens of the City of Boynton Beach to award Bid No. 0 1 9-2821-17/TP for the Construction of the NE 20 Avenue Stormwater Improvements to Bofam Constructionj Company, Inc., and authorize the City Manager to sign a Contract with Bofam Construction Company, Inc. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT: Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption. Section 2. The City Commission of the City of Boynton Beach, Florida, hereby C:\ Users \StanzioneT\AppData \Local \Microsoft \Windows \Temporary Internet Files \Content.IE5 \52FYTE0E\Award_ Bid_ and_ Contract _to_Bofam_for_Stormwater Improvements= _Reso.doe - 1 - 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 approves the award of Bid No. 019 - 2821 -17 /TP for the Construction of the NE 20 Avenue Stormwater Improvements in the amount of $614,369.13 plus a 10% contingency of $61,436.91 for a total estimated amount of $675,806.04 and authorize the City Manager to sign a Contract with Bofam Construction Company, Inc., a copy of which is attached hereto as Exhibit "A ". Section 3. That this Resolution shall become effective immediately. PASSED AND ADOPTED this 16 day of May, 2017. CITY OF BOYNTON BEACH, FLORIDA Mayor — Steven B. Grant Vice Mayor — Justin Katz Commissioner — Mack McCray Commissioner — Christina L. Romelus Commissioner — Joe Casello VOTE (Corporate Seal) YES NO C:\ Users\ StanzioneT \AppData \Local\Microsoft \Windows \Temporary Internet Files \Content.IE5 \52FYTEOE\Award_ Bid_ and_ Contract_ to_ Bofam _for_Stormwater_Improvements = _Reso.doc -2- CONSTRUCTION CONTRACT NE 20 AVENUE STORMWATER IMPROVEMENT THIS AGREEMENT is entered into between the CITY OF BOYNTON BEACH, a municipal corporation, hereinafter referred to as "CITY ", and Bofam Construction Company, Inc. a corporation authorized to do business in the State of Florida, hereinafter referred to as the "CONTRACTOR ". WHEREAS, the CITY has to the CONTRACTOR the work of performing certain construction services. WHEREAS, at its meeting of May 16, 2017, by Resolution No. the CITY Commission authorized the proper CITY officials to execute this Contract hereinafter referred to as Contract. No.: 019 - 2821- 17 /TP, and; NOW, THEREFORE, CITY and CONTRACTOR, in consideration of the mutual covenants hereinafter: set forth, agree as follows: �. Article 1. SCOPE OF WORK CONTRACTOR shall furnish all plant, labor, materials, and equipment and perform. all the necessary WORK in the manner and form provided in the Contract Documents entitled: NE 20 AVENUE STORMWATER IMPROVEMENT Invitation to Bid No. 019 - 2821- 17/TP. Article 2. CONSULTANT AECOM ( "CONSULTANT") has designed the Project and will assume all duties and responsibilities and will have the rights and authority assigned to CONSULTANT in connection with completion of the WORK in accordance with the Contract Documents. Article 3. CONTRACT TIME; LIQUIDATED DAMAGES. 3.1 The WORK will be substantially completed within 120 calendar days from the date when the Contract Time commences to run as provided in paragraph 2.3 of the General Conditions, and completed and ready for final payment in accordance with paragraph 14.9 of the General Conditions within 30 calendar days from the date of Substantial Completion. 3.2 Liquidated Damages. The CITY and CONTRACTOR recognize and acknowledge that time is of the essence of this Contract and that the CITY will suffer financial loss if the WORK is not completed within the times specified in paragraph 3.1 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. Each of the parties acknowledges that it has attempted to quantify the damages which would be suffered by the CITY in the event of the failure of CONTRACTOR to perform in a timely manner, but neither one has been capable of ascertaining such damages with a certainty. CITY and CONTRACTOR also recognize and acknowledge the delays, expense and difficulties involved in proving in a legal preceding the actual loss suffered by the CITY if the WORK is not Boynton Beach Utilities — NE 2d' Avenue Stormwater Improvement C -1 Revised 04/26/2016, completed on time. Accordingly, instead of requiring any such proof, the CITY and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay the CITY, _Eight Hundred Dollars ($_IB00.00._j for each day that expires after the time specified in paragraphs 3.1 for substantial completion until the WORK is substantially complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse or fail to complete the remaining, WORK within the Contract Time or any proper extension thereof granted by the CITY, CONTRACTOR shall pay CITY TWO Hundred Dollars ($_200.00_) for each day that expires after the time specified in paragraph 3.1 for completion and readiness for final payment. Article 4. CONTRACT PRICE CITY shall pay CONTRACTOR, for faithful performance of the Contract, in lawful money of the United States of America, and subject to the additions and deductions as provided in the Contract Documents, a total sum as follows: Based on' the Contract prices shown in the Bid Form submitted to the CITY as subsequently revised and as stated herein, a copy of such Bid Form being a part of the Contract Documents, the aggregate amount of this Contract (obtained from either the lump sum price, the application of unit prices to the quantities shown in the Bid Form or the combination of both) not to exceed: Six Hundred Fourteen Thousand Three Sixty -Nine and Thirteen Cents $ 614,369.13 (Written) (Numerical) Article 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions.. CITY will process Applications for Payment as provided in the General Conditions. 5.1 Progress Payments. CONTRACT may submit an Application for Payment as recommended by CONSULTANT, for WORK completed during the Project at intervals-of not more than once a month. All progress payments will be on the basis of.the progress of WORK measured by the schedule of values established in Paragraph 2.9.1 of the General Conditions and in the case of Unit Price Work based on the number of units completed or, in the event there is no schedule of values, as provided in the General Requirements. 5.2 Prior to Substantial Completion progress payments will be made in an amount equal to 90% of WORK completed, but, in each case, less the aggregate of payments previously made and less such amounts as CONSULTANT shall determine, or CITY may withhold, in accordance with paragraph 14.5 of the General Conditions. 5.3 CONTRACTOR shall submit with each Application for Payment, and updated progress schedule acceptable to the CITY and a Warranty of Title /release of liens relative to the Work that is the subject of the Application. Each Application for Payment shall be submitted to the CITY for approval. The CITY shall make payment to the CONTRACTOR within thirty (30) days after approval by the CITY of CONTRACTOR'S Application for Payment and submission of an acceptable updated progress schedule. 5.4 Ten percent (10) of all monies earned by the CONTRACTOR shall be retained by CITY until fifty (50) percent completion of the construction services purchased (defined as that point at which fifty (50) percent of the construction of the work as defined in the Contract Schedule of Values has been performed under the contract by the CONTRACTOR) has been reached. 5.5 After fifty (50) percent completion of the construction work purchased under the Contract Boynton Beach Utilities— NE 20 Avenue Stormwater Improvement C -2 Revised 0412612016 has been reached, five (5) percent of all monies earned by the CONTRACTOR shall be retained by the CITY until Final Completion and acceptance by CITY. 5.6 The CITY may withhold, in whole or in part, payment to such extent as may be necessary to protect itself from loss on account of: a. Defective Work not remedied. b. Claims fled or reasonable evidence indicating probable filing of claims by other parties against CONTRACTOR. c. Failure of CONTRACTOR to make payments properly to SUBCONTRACTORS or for material or labor. d. Damage to another CONTRACTOR not remedied. e. Liquidated damages and costs incurred by the CITY for extended construction administration. When the above grounds are removed or resolved or CONTRACTOR provides a surety bond or consent of Surety, satisfactory to the CITY, which will protect the CITY in the amount withheld, payment may be made in whole or in part. 5.7 Final Payment. Upon final completion and acceptance of the WORK in accordance with paragraph 14.10 of the General Conditions, CITY shall pay the remainder of the Contract Price as recommended by CONSULTANT as provided in paragraph 14.10. Article 6. CONTRACTOR GUARANTEE CONTRACTOR warrants all work, materials and equipment shall be free from damages and /or defects owing to faulty materials or workmanship for a period of one (1) year after completion of the WORK covered by this Contract. The CONTRACTOR, free of all costs to the CITY, shall replace any part of the equipment, materials, or work included in this Contract, which proves to be defective by reason of faulty materials, damages, and /or workmanship within twelve (12) month period. Article 7. CONTRACT DOCUMENTS The Documents hereinafter listed shall form the Contract and they are as fully a part of the Contract as - if attached hereto: 7.1 Invitation to Bid 7.2 Instructions to Bidders 7.3 Bid Forms (including the Bid, Bid Schedule(s), Information Required of Bidder, Approved Bid Bond, and all required certificates, affidavits and other documentation) 7.4 Contract 7.5 Contractor's Performance and Payment Bond 7.6 General Conditions ' 7.7 Special Conditions 7.8 Technical Specifications 7.9 Drawings entitled: Cover, 7.10 Addendum No. 1 Dated Boynton Beach Utilities — NE 20 Avenue Stormwater improvement C -3 Revised 04/26/2016 ARTICLE 8. NOTICE All notices required in this Contract shall be sent by certified mail, return receipt requested and if sent to the CITY shall be mailed to: City of Boynton Beach Attn: Angela Prymas, Project Manager 124 E. Woolbright Road Boynton Beach, FL 33435 Tel (561) 742 - 6421 - Fax (561) 742 - 6298 Copy to: Procurement Services Division Attn: Director of Finance City of Boynton Beach 100 E. Boynton Beach Boulevard Boynton Beach FL 33425 Tel (561) 742 -6311 Fax (561) 742 -6322 And if sent to the CONTRACTOR shall be mailed to: CONTRACTOR: Bofam Construction Company, Inc. ADDRESS: 1600 NW 3" Avenue CITY/STATE/ZIP: Miami, FL 33136 Attn Austin Akinrin, President Tel: (754) 245 - 0102 Fax: (305) 675 - 9269 Article 9. INDEMNITY. In consideration of Twenty -Five Dollars ($25.00) in hand paid and other valuable consideration, receipt of which is hereby acknowledged, CONTRACTOR agrees to defend, indemnify and hold harmless the CITY, its agents and employees, in accordance with paragraph 6.17 of the General Conditions which is incorporated herein and made a part hereof as if fully set forth herein. It is the specific intent of the parties hereto that the foregoing indemnification complies with Florida Statutes 725.06. It is further the specific intent and agreement of said parties that all of the Contract Documents on this Project are hereby amended -to include the foregoing indemnification and the Specific Consideration. Article 10. REIMBURSEMENT OF CONSULTANT EXPENSES Should the completion • of this Contract be delayed beyond the specified or adjusted time limit, CONTRACTOR shall reimburse the CITY for all expenses of consulting and inspection incurred by the CITY during the period between said specified or adjusted time and the actual date of final completion. All such expenses for consulting and inspection incurred by the CITY will be charged to CONTRACTOR and be deducted from payments due CONTRACTOR as provided by this Contract. Said expenses shall be further defined as CONSULTANT charges associated with the construction contract administration, including resident project representative costs. Article 11. FLORIDA'S PUBLIC RECORDS LAW. The City is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: 111- Keep and maintain public records required by the CITY to perform the service; 11.2 Upon request from the CITY's custodian of public records, provide the CITY 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 in Chapter 119, Florida Statue or as otherwise provided by law; Boynton Beach Utilities — NE 2d Avenue Stormwater Improvement C-4 Revised 04126/2b16 11.3 - Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by • law for the duration of the contact term and, following completion of the contract, Contractor shall destroy all copies of such confidential and exempt records remaining in its possession once the Contractor transfers the records in its possession to the City; and, 11.4 Upon completion of the contract, Contractor shall transfer to the CITY, at no cost to the CITY, all public records in Contractor's possession. - All records stored electronically by Contractor must be provided to the CITY, upon request from the CITY's custodian of public records, in a format that is compatible with the information technology systems of the CITY. 11.5 IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119 FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: JUDY PYLE, CITY CLERK 100 E. BOYNTON BEACH BOULEVARD. BOYNTON BEACH, FLORIDA, 33435. 561- 742 -6061. PYLEJ @BBFL.US Article 12. MISCELLANEOUS. 12.1 No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the ^ extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility, under the Contract Documents. 12.2 CITY and CONTRACTOR each binds itself, their partners, successors, assigns and legal representatives to the other party hereto, their partners, successors, assigns and legal representatives in respect of all covenants, agreements -and obligation's contained in the Contract _Documents. r Boynton Beach Utilities — NE 2& Avenue Stormwater Improvement C -5 Revised 04/26/2016 IN WITNESS WHEREOF, the parties have hereunto set their hands and seals on the day and year set forth below their respective signatures. IN WITNESS WHEREOF, the parties hereto have executed this Contract in multiple copies, each of which shall be considered an original on the following dates: DATED this J /5Aay of �✓ , 2017. CITY OF BOYNTON BEACH City Manager Attest/Authenticated: City Approved as to F . Office of the City Attorney Title ``��� ► �,,,��� (Corporate 0".. O ? Got� : O'• U; SEAL -o 2002 : Z �.'C Attest /Authenticated: '���, 1 10 0 i Secretary Boynton Beach Utilities — NE 2d Avenue Stormwater improvement C -6 Revised 04/26/2016 C;rY OF.a, m O V' CITY OF BOYNTON BEACH WARRANTY OF TITLE STATE OF FLORIDA COUNTY OF PAtJ 4 , being first duly sworn, deposes and says as .follows: He is Pxis cbe�t `Ip of f.'50 9w CA( ! ArC , (Title) (Name of Corporation or Firm) a Florida Corporation a Florida General Partnership a Florida Limited Partnership a Sole Proprietor (_✓ Check One U U which is named in Construction Contract dated the day of &I , 20j , between such corporation as the CONTRACTOR and the City of Boynton Beach, Florida as the OWNER, for the construction of ��� : Er0 4TH �lVl�r2 — and Affiant is authorized to make this Affidavit as, or on behalf of, the Contractor as named above. Title to all work, materials and equipment covered by the attached Final "Application for Payment dated , passes to the Owner at the time of payment free and clear of all liens, and all laborers, material men and subcontractors have been paid for performing or furnishing the work, labor or materials upon such Contract work covered by the aforesaid Final Application for Payment. This statement under oath is given in compliance with Sectio 3.0 Florida Statutes. Affiant before me this 2017 Notary Public, StatebMorida at Large My Commission expires: AUNDRIA-M KLATCH (S EA 147 My COMMISSION # FF225336 EXPIRES April 28 2019 Honaallota „:r;,EN,p OF VVARRANTY OF TITLE Boynton Beach Utilities —NE 20 Avenue Stormwater Improvement WT -1 THIS FORM SHALL BE EXECUTED BY CONTRACTOR AND SUBMITTED WITH FINAL APPLICATION FOR PAYMENT AC � CERTIFICATE OF LIABILITY INSURANCE' DATE(MM /DD/YYYY) 5/19/2017 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 be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER SOUTH FLORIDA CASUALTY 415 North 4th Street Lantana FL, 33462 CONEACT PHONE 561 533 - 6144 F!C .(561) 533 -6170 (AIr No E-MA .Elaine @southf oridacasualty.com D INSURER AFFORDING COVERAGE NAIC# I N S U R ER •Evanston Insurance Company 35378 INSURED BO fam Construction Company Inc 5823 Sandbirch Way Lake Worth, FL 33463 754 - 245 -0102 INSURERB: Pr O gre"i Ve (CA) 24260 INSUR INSURER D: I N SU RER IN SURE R $ 1, 000 ' .060 rnv�oer±cc r` CRTICIr`ATG kit mnaGa• RFVIRInNI NI IMRFR- 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. POL E POLICY EXP IN SR LTR TYPE OF INSURANCE sR M& I B R DD (MM/DDIYYYYI LIMITS Fax 561 -742 -8357 GENERAL LIABILITY EACH OCCURRENCE $ 1, 000 ' .060 S S occurrence) $ 100 000 T COMMERCIAL GENERAL LIABILITY CLAIMS -MADE . OCCUR . - MEDEXP An one person) $ 5 000 PERSONAL& ADV INJURY $ 1, 000,000 A 3AA117890 9/2/16 9/2/17 GENERAL AGGREGATE $ 2,000, GEN'LAGGRE GATE LIMITAPPUESPER: PRODUCTS - COMP/OP AGG $ 2, 000,000 $ R POLICY 17 PRO- AUTOMOBILE LIABILITY CO 222 IdetSl GE MI $ 1,000,000 BODILY INJURY (Per person) $ B ANYAUTO ALLOWNED SCHEDULED AUTOS X AUTOS X HIRED AUTOS X NON -OWNED AUTOS 01330986 - 3 , 2/1/17 /1/18 BODILY INJURY (Per accident) $ P OPEERT DAMAGE 1Per accident) $ UM $ 300,000 UMBRELLA LIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE ET O WORKERS COMPENSATION WCSTATU- OTH- FIR AND EMPLOYERS' LIABILITY y� ANY PROPRIETOR /PARTNER/EXECUTIVE rl E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? U (Mandatory in NH) N/A E.L. DISEASE - EA EMPLOYEE $ POLICY LIMIT IS If es, describe under DESCRI DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) The certificate holder is named additional insured with respects to the General Liability. nAnrncl I ATlnkl l ©1988 -2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD City of Boynton Beach SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 100 E. Boynton Beach Blvd. THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Boynton Beach, FL '33425 ACCORDANCE WITH THE POLICY PROVISIONS. 561 -742 -6598 AUTHORIZED REP TIVE Fax 561 -742 -8357 ©1988 -2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD ACOR>D® CERTIFICATE OF LIABILITY INSURANCE 7/1/2017 DATE (MMIDDIYYYY) 1 6/29/2016 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 WANED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement (s). PRODUCER Lockton Companies 8110 E Union Avenue Suite 700 Denver CO 80237 CO NAME: PHONE FAX A!C NO) E MA1L ADDRESS: CONTRACT OR OTHER DOCUMENT (303) 414 -6000 INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: National Union Fire Ins Co Pitts. PA 19445 INSURED Labor Ready 1048419 (See Attached Named Insured Schedule) INSURER B: New Hampshire Insurance Company 23841 INSURER C: Insurance Company of the State of PA 19429 INSURER D : American Home Assurance Company 19380 1015 A Street PO Box 2910 Tacoma, WA 98401 INSURER E: PAID CLAIMS. INSURER F: INSR LTR COVERAdff RtJBL02 CERTIFICATE NUMBER: 13192178 REVISION NUMBER: XXXXXXX 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 S SUER POLICY NUMBER MINI EFF FOLIC EXP LIMBS A X COMMERCIAL GENERAL LIABILITY Y N 3796670 7/1/2016 7/1/2017 EACH OCCURRENCE S 1,000, DAMA TO RENTED RE IS S (Ea o S 1,000, CLAIMS -MADE OCCUR MED EXP (Any one person) $ XXXXXXX X SIR $1M PERSONAL &ADV INJURY $ 1, 000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 5,000, PRODUCTS - compioP AGG S 3,000, X POLICY ❑ JEC F� LOC S A OTHER: AUTOMOBILE LIABILITY N N 2935843 (AOS) 7/1/2016 7/1/2017 COMBINED SINGLE LIMB 000: 1 1 00 0000 O ILYI BODILY INJURY (Per person) $ ��C� y,) A ANY AUTO 2935845 (VA) (MA 2935844 ) 7/1/2016 7/1/2016 7/1/2017 7/1/2017 BODILY INJURY (Per accident) $ )C3CXXXXX A X OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED PROPERTY DAMAGE Per accident $ XXXXI� AUTOS ONLY AUTOS ONLY $ XXXXX A X UMBRELLA LIAB X OCCUR N N 19086989 7/1/2016 7/1/2017 EACH OCCURRENCE S 5a. 0 _ _. AGGREGATE S 5 000 000 EXCESS LIAB CLAIMS -MADE $ XXXXXXX DED RETENTION $ X STATUTE E R H WORKERS COMPENSATION N 20681899; 20681911 -AIDS 7/1/2016 7/1/2017 B AND EMPLOYERS' LIABILITY YIN 20681905 -NIA; 20681909 -OR 7/1/2016 7/112017 E.L. EACH ACCIDENT s 1 006 000 C ANY PROPRIETORIPARTNERIEXECUTIVE ❑ B OFFICER/MEMBER EXCLUDED? N N f A 20681903 -FLy 20681907 - ME 7/1/2016 7/1/2017 7/1/2016 E.L. DISEASE -EA EMPLOYEE $ 1000000 7/1/2017 D (Mandatory in NH) 20681901 - CA $ 1000000 If yes, describe under E.4 DISEASE- POLICY LIMIT DESCRIPTION OF OPERATIONS below 7/1/2016 7/1/2017 SIR $350,000 each accident A Excess Work Comp N N 6583072 -QSI DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 107, Additional Remarks Schedule, may be attached if more space is required) behalf Bofam Construction Company, Inc. Bofam Construction The above coverages apply only to temporary Labor Ready Company, Inc. is included as Additional Insured if required employees dispatched to do work on of by written contract between Labor Ready and Bofam Construction Company, Inc. as respects General Liability. CANCELLATION See Attachments CERTIFICA HO LDER ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 13192178 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN THE City of Boynton Beach ACCORDANCE WITH THE POLICY PROVISIONS. 100 E. Boynton Beach Blvd Boynton Beach, FL 32425 AUTHORIZED REPRES A E ' 1 (561) 742 -8357 Fax r�+f U T9iStS -LU75 l4GVICV a.vrcrvr�n� rv,.• ..•• ••�••�. •�-- -• - ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD