Loading...
1980 IRFQ 18/19-101 Genset Services Inc.TO: City Clerk/Mayor RE: Genset Services Inc., -Agreement IRFQ 18/19-101 Generator Maintenance & Repairs (Fire Stations) The item(s) noted below is/are attached and forwarded to your office for the following action(s): Development Order Final Plat (original mylars) Letter of Credit Maintenance Bond Ordinance Performance Bond Resolution O ce completed, please: Return originals to Purchasing- Department ❑ Return copies Special Instructions: mo-r4o-b O rdo-v"t � From SharePoint_Finance_Purchasing_Forms - 2018.doc pP Mayor's signature Recording Safe keeping (Vault Deputy City Manager Payment Bond City Manager Signature City Clerk Attest/Signature City Attorney/Signature Date 11/& // � ffta f � tITOF t SXKF+ORD FINANCE DEPARTMENT Finance Department- Purchasing Division 300 N. Park Avenue, Sanford, Florida 32771 • Telephone (407) 688-5028 Fax (407) 688-5021 - Email: purchasing@sanfordfl.gov October 22, 2018 Re: IRFQ 18/19-101 Opening and Closing of the Graves To Whom It May Concern: The City of Sanford Purchasing Division hereby provides notification of its intent to award the above referenced solicitation to the below listed firm: Genset Services, Inc. This Notice of Intent to Award is subject to final approval by the City Commission, therefore, this Notice does not constitute the formation of an agreement between the City and the apparent successful bidder. The successful bidder shall not acquire any legal or equitable rights relative to this solicitation until an agreement, and/or purchase order, containing terms and conditions acceptable to the City is duly approved and executed by the City. In the event the apparent successful bidder fails to accept, negotiate, and execute the agreement with the City, at its sole discretion, the City may revoke the award and proceed to award to the next lowest, responsive and responsible bidder, reject all bids received, cancel the solicitation, and/or re -solicit at a later time. The City further reserves the right to cancel this Notice of Intent to Award at any time prior to execution of a written agreement and/or purchase order, as applicable. Thank you for your interest in doing business with the City of Sanford, Florida. We look forward to receiving your submittals in the future. Respectfully, Aa�� i Marisol Ordonez Purchasing Manager FINANCE DEPARTMENT Contract/Agreement Name: <Sevuz Approval: m-Ynt DiPof11( Date w4 t Finance l[rector [C-11 -,)(31 1 i Y - Date City Ado ey Date AGREEMENT BETWEEN THE CITY OF SANFORD AND GENSET SERVICES, INC.1IRFQ 18/19-101- FIRE STATION GENERATOR REPAIR AND MAINTENANCE THIS AGREEMENT (hereinafter the "Agreement") is made and entered into this 3t day of a Vr) Y,)e Y- , 2018, by and between the City of Sanford, Florida, a Florida municipality, (hereinafter referred to as the "City"), whose mailing address is 300 North Park Avenue, Sanford, Florida 32771, and Genset Services, Inc., a Florida corporation, whose corporate address is 3100 Gateway Drive; Pompano Beach, Florida 33069, (hereinafter referred to as "Genset"). The City and Genset may be collectively referenced herein as the "parties". WITNESSETH: IN CONSIDERATION of the mutual covenants, promises, and representations contained herein and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the parties hereto agree as follows: Section 1. Recitals. The above statements are true and form a material part of this Agreement upon which the parties have relied. Section 2. Authority. Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement and to undertake all obligations imposed on it. The persons executing this Agreement for each party certify that they are authorized to bind the party fully to the terms of this Agreement. Section 3. Scope of Agreement; Direction of Services. (a). This Agreement is for the services set forth in the attachments hereto and Genset agrees to accomplish the provision of goods and services and actions specified in the attachments for the compensation set forth in those documents relating to the provision of fire station generator repair and maintenance. Goods and services may be ordered and directed by the City by means of City purchase orders/work orders. (b). It is recognized that Genset shall perform services as otherwise directed by the City all of such services to include all labor and materials that may be required including, but in no way limited to, the services provided by subconsultants as may be approved by the City. (c). The City's contact/project manager for all purposes under this Agreement shall be the following: Craig Radzak Fire Chief Fire Department Headquarters 1303 William Clark Avenue Sanford, Florida 32771 Telephone number: 407.688.5044. E-mail address: craig.radzak@sanfordfl.gov. ; provided, however, that all notices under this Agreement shall be copied to: Ms. Marisol Ordonez Purchasing Manager Finance -Purchasing Division City of Sanford Post Office Box 1788 Sanford, Florida 32772 Phone: 407.688.5028 Section 4. Effective Date and Term of Agreement. This Agreement shall take effect on the date that this Agreement is fully executed by the parties hereto. This Agreement shall be in effect for a term of 1 year and, upon the exercise of an option to renew by the City, for 3 additional terms of 1 year each. In any event, this Agreement shall remain in effect until the services to be provided by Genset to the City under each work order have been fully performed in accordance with the requirements of the City; provided, however, that, the indemnification provisions and insurance provisions of the standard contractual terms and conditions referenced herein shall not terminate and the protections afforded to the City shall continue in effect subsequent to such services being provided by Genset No services have commenced prior to the execution of this Agreement that would entitle Genset for any compensation therefor. Notwithstanding the foregoing, the City may unilaterally terminate this Agreement in the event that the City is not satisfied with the goods or services provided by Genset within the 6 calendar months commencing on the first day of the first month after this Agreement commences. Section 5. Compensation. The parties agree to compensation as set forth in the attachments hereto and as may be set forth in each purchase/work order issued by the City. 2 1 P a g e Section 6. Standard Contractual Terms and Conditions. All "Standard Contractual Terms and Conditions", as provided on the City's website, apply to this Agreement. Such Terms and Conditions may be found at the City's website (www.SanfordFL.gov). The parties shall also be bound by the purchasing policies and procedures of the City as well as the controlling provisions of Florida law. Work orders shall be used, in accordance therewith, in the implementation of this Agreement to the extent deemed necessary by the City in its sole and absolute discretion. Section 7. Genset's Mandatory Compliance with Chapter 119, Florida Statutes, and Public Records Requests. (a). In order to comply with Section 119.0701, Florida Statutes, public records laws, Genset must: (1). Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service. (2). Provide the public with access to public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. (3). Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (4). Meet all requirements for retaining public records and transfer, at no cost, to the City all public records in possession of Genset upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the City. (b). If Genset does not comply with a public records request, the City shall enforce the contract provisions in accordance with this Agreement. (c). Failure by Genset to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the City. Genset shall promptly provide the City with a copy of any request to inspect or copy public records in possession of Genset and shall promptly provide the City with a copy of Genset's response to each such request. 3 1 P a g e (d). IF THE CONTRACTOR/VENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S (VENDOR'S) DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (407) 688-5012, TRACI HOUCHIN, CMC, FCRM, CITY CLERK, CITY OF SANFORD, CITY HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 32771, TRACI.HOUCHIN@SANFORDFL.GOV. Section 8. Time is of the Essence. Time is hereby declared of the essence as to the lawful performance of all duties and obligations set forth in this Agreement. Section 9. Entire Agreement/Modification. This Agreement, together with all "Standard Contractual Terms and Conditions", as provided on the City's website and the attachments hereto (the documents relative to the procurement activity of the City leading to the award of this Agreement) constitute the entire integrated agreement between the City and Genset and supersedes and controls over any and all prior agreements, understandings, representations, correspondence and statements whether written or oral in connection therewith and all the terms and provisions contained herein constitute the full and complete agreement between the parties hereto to the date hereof. This Agreement may only be amended, supplemented or modified by a formal written amendment of equal dignity herewith. In the event that Genset issues a purchase order, memorandum, letter, or any other instrument addressing the services, work, and materials to be provided and performed pursuant to this Agreement, it is hereby specifically agreed and understood that any such purchase order, memorandum, letter, or other instrument shall have no effect on this Agreement unless agreed to by the City, specifically and in writing in a document of equal dignity herewith, and any and all terms, provisions, and conditions contained therein, whether printed or written or referenced on a Web site or otherwise, shall in no way modify the covenants, terms, and provisions of this Agreement and shall have no force or effect thereon. Section 10. Severability. If any term, provision or condition contained in this Agreement shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, or the application of such term, provision or condition to persons or circumstances other than those in respect of which it is invalid or unenforceable, shall not be affected thereby, and each term, provision and condition of this Agreement shall be valid and enforceable to the fullest extent permitted by law when consistent with equity and the public interest. Section 11. Waiver. The failure of the City to insist in any instance upon the strict performance of any provision of this Agreement, or to exercise any right or privilege granted to the City hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. 4 1 P a a e Section 12. Captions. The section headings and captions of this Agreement are for convenience and reference only and in no way define, limit, describe the scope or intent of this Agreement or any part thereof, or in any way affect this Agreement or construe any provision of this Agreement. Section 13. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, but all of which, taken together, shall constitute one and the same document. Section 14. Binding Effect. This Agreement shall be binding upon and inure to the benefit of the successors in interest, transferees and assigns of the parties. Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement and to undertake all obligations imposed on it. The signatories hereof represent that they have the requisite and legal authority to execute this Agreement and bind the respective parties herein. Section 15. Remedies. The rights and remedies of the parties, provided for under this Agreement, are in addition to any other rights and remedies provided by law or otherwise necessary in the public interest. Section 16. Governing law, Venue and Interpretation. This Agreement is to be governed by the laws of the State of Florida. Venue for any legal proceeding related to this Agreement shall be in the Eighteenth Judicial Circuit Court in and for Seminole County, Florida. This Agreement is the result of bona fide arms length negotiations between the City and Genset, and all parties have contributed substantially and materially to the preparation of the Agreement. Accordingly, this Agreement shall not be construed or interpreted more strictly against any one party. than against any other party and all provisions shall be applied to fulfill the public interest. IN WITNESS WHEREOF, the City and Genset have executed this instrument for the purpose herein expressed. A TTES P CITY OF SANFORD Traci Houchin, CMC, FCRM Jeff Trip111 City Clerk 4b Approved as to form and le T. I 5 1 Pa g e A TTES T. - Dale Denio Accounts Representative 9:�E BriansZuba Accounts Representative ^r-I'le'r—r 1KI^ Vice Pr6sident Dated: 6 1 P a _ge BIDDER INFORMATION: Genset Services, Inc. DUE DATE: September 20, 2018 at 2:00 P. M. Local Time Name of Firm: .............................................................................. City of Sanford Purchasing Division 578 Coo er Oaks Court Contact Person: Marisol Ordonez, Purchasing Manager Address:.. rt..........I............................. Address: 300 N. Park Avenue Suite 243A City, State, Zip: Sanford. Florida 32771 Address: ........................................................... ........................... Phone Number: 407.688.5028, or ext. 5030 Apopka, Florida 32703 Fax Number: 407.688.5021 City/State/Zip Code: Email: pttrchasing(k,. nfordtl.gtjv Dale Denio For Div./De t./Office: Shirleyrinson, Fiscal Technician ContactPerson: .................................................................I.......... P Y 407.688.5048 Phone Number: 407-532-0414 Deliver Address: 1303 S. French Ave. . .............. Y .......................................................... Snaford, FL 32771 Fax Number :................ 407-532-0415 ISSUED DATE: September 6 2018 ..................... ..................... --................. Email:. ddenio@gensetservices.com f ale enio BIDDER'S SIGNATURE:........................................................ BIDDERS PRINTED NAME:..D...a.le.D.. en.io................ I......... 09/1$/201$ Title:cco Aunts Representative Date:................................................................................................ (LEASE RETURN BY DUE DATE AND TIME VIA FAY MAIL OR EMAIL TO CONTACT PERSON STATED ABOVE 1. Intent. The intent of this solicitation is to select a successful Bidder for the provision of generator quarterly PMIS and load bank tests. 2. Deliverables and Scope of Services. The successful Bidder shall provide all necessary material, goods, labor, etcetera to provide repair and maintenance of: 1. Kohler 1500—1500REOZDC; Location #1: 1303 William Clark Ave, Sanford, FL 32771 2. Olympian 60 — D60P3; Location #2: E. Airport Blvd, Sanford, FL 32773 3. Onan 80 — 80DDFAE; Location #3: 1300 Central Blvd, Sanford, FL 32771 Preventative Maintenance Inspections and Load Bank Tests: PMIs and load bank tests shall be scheduled at the three different locations: 1. 1303 William Clark Ave, Sanford, FL 32771 2. 300 E. Airport Blvd, Sanford, FL 32773 3. 1300 Central Blvd, Sanford, FL 32771 after issuance of a Purchase Order and with coordination from the Fire Department. The successful Bidder shall be responsible for coordinating the scheduling of required PMIs and load bank tests in a timely manner. The successful Bidder shall be responsible for all risk of loss, any damage and/or stolen materials and equipment while in transit to City of Sanford Fire Department Station 31/Public Saftey Complex. Delivery and Time Performance: At approximately 10 days atter issuance of the purchase order by the City, the successful Bidder shall update the appropriate City representative providing a tentative: inspection schedule and commencement date. Permitting: The successful Bidder shall be solely responsible for all pertinent permits required as well as adhering, meeting and or exceeding all local, state, and national building codes. City Responsibility: The City shall be responsible for: a. Provide access to the work area; b. Provide additional generator information or answer questions as necessary; c. The City shall make the facility available for evaluation and inspection accompanied by a City Representative b� PUR-F-302 ' _ _ I Rev. 0312016 City of Sanford ( Finance Department I Purchasing Division 300 N. Park Avenue, Sanford, Florida 32771 CITY elf F`� Phone: 407.688.5028, or extension 5030 Fax: 407.688.5021 FO RM 9W1N{E tYCPARTM[ftT INFORMAL REQUEST FOR QUOTE - V■ le �Rxi Q IIRFQ 18/19-101 FireStation Generator Maintenance and Repair BIDDER INFORMATION: Genset Services, Inc. DUE DATE: September 20, 2018 at 2:00 P. M. Local Time Name of Firm: .............................................................................. City of Sanford Purchasing Division 578 Coo er Oaks Court Contact Person: Marisol Ordonez, Purchasing Manager Address:.. rt..........I............................. Address: 300 N. Park Avenue Suite 243A City, State, Zip: Sanford. Florida 32771 Address: ........................................................... ........................... Phone Number: 407.688.5028, or ext. 5030 Apopka, Florida 32703 Fax Number: 407.688.5021 City/State/Zip Code: Email: pttrchasing(k,. nfordtl.gtjv Dale Denio For Div./De t./Office: Shirleyrinson, Fiscal Technician ContactPerson: .................................................................I.......... P Y 407.688.5048 Phone Number: 407-532-0414 Deliver Address: 1303 S. French Ave. . .............. Y .......................................................... Snaford, FL 32771 Fax Number :................ 407-532-0415 ISSUED DATE: September 6 2018 ..................... ..................... --................. Email:. ddenio@gensetservices.com f ale enio BIDDER'S SIGNATURE:........................................................ BIDDERS PRINTED NAME:..D...a.le.D.. en.io................ I......... 09/1$/201$ Title:cco Aunts Representative Date:................................................................................................ (LEASE RETURN BY DUE DATE AND TIME VIA FAY MAIL OR EMAIL TO CONTACT PERSON STATED ABOVE 1. Intent. The intent of this solicitation is to select a successful Bidder for the provision of generator quarterly PMIS and load bank tests. 2. Deliverables and Scope of Services. The successful Bidder shall provide all necessary material, goods, labor, etcetera to provide repair and maintenance of: 1. Kohler 1500—1500REOZDC; Location #1: 1303 William Clark Ave, Sanford, FL 32771 2. Olympian 60 — D60P3; Location #2: E. Airport Blvd, Sanford, FL 32773 3. Onan 80 — 80DDFAE; Location #3: 1300 Central Blvd, Sanford, FL 32771 Preventative Maintenance Inspections and Load Bank Tests: PMIs and load bank tests shall be scheduled at the three different locations: 1. 1303 William Clark Ave, Sanford, FL 32771 2. 300 E. Airport Blvd, Sanford, FL 32773 3. 1300 Central Blvd, Sanford, FL 32771 after issuance of a Purchase Order and with coordination from the Fire Department. The successful Bidder shall be responsible for coordinating the scheduling of required PMIs and load bank tests in a timely manner. The successful Bidder shall be responsible for all risk of loss, any damage and/or stolen materials and equipment while in transit to City of Sanford Fire Department Station 31/Public Saftey Complex. Delivery and Time Performance: At approximately 10 days atter issuance of the purchase order by the City, the successful Bidder shall update the appropriate City representative providing a tentative: inspection schedule and commencement date. Permitting: The successful Bidder shall be solely responsible for all pertinent permits required as well as adhering, meeting and or exceeding all local, state, and national building codes. City Responsibility: The City shall be responsible for: a. Provide access to the work area; b. Provide additional generator information or answer questions as necessary; c. The City shall make the facility available for evaluation and inspection accompanied by a City Representative b� PUR-F-302 ' _ _ I Rev. 0312016 calling 407-688-5048 to schedule an appointment; and, d. Appointments will be given on a first come, first serve basis based on availability and will be given between the hours of 8:30 A.M. and 4:30 P.M., Monday through Thursday schedule pennitting. Obligations of the Successful Bidder: It is understood that the successful Bidder shall provide and pay for all labor, tools, materials, pennies, equipment, transportation, supervision, and any and all other items or services, of any type whatsoever, which are necessary to fully complete and deliver the goodslserviccs requested by the City, and shall not have the authority to create, or cause to be filed, any liens for labor and/or materials on, or against the City, or any property owned by the City. Such lien, attachment, or encumbrance, until it is removed, shall preclude any and all claims or demands for any payment expected by virtue of this project. The successful Bidder will ensure that all of its employees, agents, sub- contractors, representatives, volunteers, and the like, fully comply with all of the terms and conditions set herein, when providing services for the City in acconlance herewith. The successful Bidder shall be solely responsible for the means, methods, techniques, sequences, safety programs, and procedures necessary to properly and fully complete the work set forth in the Scope of Services. "Pile successful Bidder shall use appropriate totals and/or equipment which are in good repair and proper working order, so as to enable the successful Bidder to complete the services required hereby. Public Emergencies: It is hereby made a part of this bid that before, during, and after a public emergency, disaster, hurricane, tornado, flood, or other acts of God, City of Sanford shall require a "First Priority" for €foods and services. It is vital and imperative that the health, safety, and welfare of the citizens of Sanford are: protected from any emergency situation that threatens public health and safety as determined by the City. The Bidder agrees to rent/sell/lease all goods and services to the City or governmental entities on a "first priority" basis. The City expects to pay contractual prices for all products and/or services under the awarded Agreement in the event of a disaster, emergency, hurricane, tornado, flood, or other acts of God. Should the Bidder provide the City with products and/or services not under the awarded Agreement, the City expects to pay a fair and reasonable price for all products and/or services rendered or contracted in the event of a disaster, emergency, hurricane, tornado, flood, or other acts of God. The City shall select the lowest quote that is most responsive to the needs of the City as outlined herein. The bidder's price response shall be accompanied by a detailed description of the requirement service to be offered. 3. Price Submittal. In accordance with the terns, conditions and specifications, Uwe, as authorized signatory to commit the firm, do hereby accept in total all the terns and conditions stipulated and referenced in this IRFQ document and hereby submit the following prices for IRFQ 18/19-101 FireStation Generator Maintenance and Repair as follows: Item Description Unit Price Quantity Required Extended Price 1. Generator quarterly PMIs and 4 hour load bank tests for: Kohler 1500—150OREOZDC $ 2,275.82 1 $ 2,275..82 2. Generator quarterly PMIs and 2 hour load bank tests for: Olympian 60 — D60P3 $ 846.56 1 $ 846.56 3. Generator quarterly PMIs and 2 hour load bank tests for: Onan 80 — 80DDFAE $ 794.36 1 $ 794.36 4. Additional Fees: $ $ 5. 6. TOTAL QUOTE PRICE $ 3,916.74 Additionally, please respond to the following questions by placing a check mark (✓) on the appropriate answer: Keo. 2.22 21)1 N L It is noted that Professional Liability, builder's risk, garage keepers and garage liability is not required unless applicable conditions exist. If clarification is needed the CONTRACTOR must request clarification from the City of Sanford Purchasing Office. 1111. Vendor, Contractor, bidder shall provide, to the City of Sanford "City," prior to commencing any work, a Certificate of Insurance which verifies coverage in compliance with the requirements outlined below. Any work initiated without completion of this requirement shall be unauthorized and the City will not be responsible. Ill. The City reserves the right, as conditions warrant, to modify or increase insurance requirements outlined below as may be determined by the project, conditions and exposure. ➢ Certification Terms and Conditions IV. it is noted that the City has a contractual relationship with the named vendor, contractor or provider (collectively referred hereinafter as Contractor) applicable to a purchase order, work order, contract or other form of commitment by the City of Sanford, whether in writing or not and has no such contractual relationship with the Contractor's insurance carrier. Therefore, the onus is on the Contractor to insure that they have the insurance coverage specified by the City to meet all contractual obligations and expectations of the City. Further, as the Contractor's insurance coverage is a matter between the vendor and its insurance carrier, the City will turn to the Contractor for relief as a result of any damages or alleged damages for which the Contractor is responsible to indemnify and hold the City harmless. It is understood that the Contractor may satisfy relief to the City for such damages either directly or through its insurance coverage; exclusions by the insurance carrier notwithstanding, the City will expect relief from the Contractor. a. The insurance limits indicated above and otherwise referenced are minimum limits acceptable to the City. Also, all contractor policies shall to be considered primary to City coverage and shall not contain co-insurance provisions. b. All policies, except for professional liability policies and workers compensation policies shall name the City of Sanford as Additional Insured. c. Professional Liability Coverage, when applicable, will be defined on a case by case basis. d. In the event that the insurance coverage expires prior to the completion of the project, a renewal certificate shall be issued 30 days prior to said, expiration date. e. All limits are per occurrence and must include Bodily Injury and Property Damage. f. All policies must be written on occurrence form, not on claims made Form, except for Professional Liability. g. Self-insured retentions shall be allowed on � liability coverage. h. In the notification of cancellation: The City of Sanford shall be endorsed onto the policy as a cancellation notice recipient. Should any of the above described policies of Sanford in accordance with the policy provisions. I. All insurers must have an A.M. rating of at least A -V11. j. It is the responsibility of the Prime CONTRACTOR to ensure that all sub -contractors retained by the Prime CONTRACTOR shall provide coverage as defined here -in before and after and are the responsibility of said Prime CONTRACTOR in all respects. k. Any changes to the coverage requirements indicated above shall be approved by the City of Sanford, Risk Manager. 1. Address of "Certificate Holder" is City of Sanford; P O Box 1788 (300 N. Park Avenue); Sanford, Florida 32771; Attention Purchasing Manager; Phone 407.688.5028/5030 Fax 407.688.5021. m. All certificates of insurance, notices etc. must be provided to the above address. n. In the description of the certificate of insurance please also add the solicitation numberan�d project name. r 0 Jose Santos Typed Name of AFFIANT Vice President Title STATE OF Florida COUNTY OF orange The foregoing instrument was executed before me this 18 day of September 20 18, by Jose Santos as Vice President of Genset Services, Inc. _, who personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is personally known to me OR has produced as identification. ANDREW D. GLASCO�� MY COMMISSION # GG 137710 EXPIRES., August 24, 2021 Bwded Thm NOW y NbUr Utl rmitus (stamp) NOTARY PUBLIC, State of._,1'1&idm The City reserves the unilateral right to modify the insurance requirements set forth at any time. PLEASE COMPLETE AND SUBMIT cJF'Failure to submit this form may be grounds for disqualification of your submittal O ATTACHMENT "A" PRICE PROPOSAL IRFQ 18/19-101 FireStation Generator Maintenance and 1/we, the undersigned, as authorized signatory to commit the firm, do hereby accept in total all the terms and conditions stipulated and referenced in this IRrQ document and do hereby agree that if a contract is offered or negotiated it will abide by the terms and conditions presented in the IRFQ document or ns negotiated pursuant thereto. The undersigned, having familiarized hiirdherself with the terms Of the IRFQ documents, local conditions, and the cost of the work at the placc(s) where the work is to be done, hereby proposes and agrees to peribrin within the time stipulated, all work required in accordance with the requirement and technical specifications and other documents including Addenda, if any, on life at the City of Sanford Purchasing Division for the price set forth herein in Attachment "A" Offer to Purchase and Acceptance of Request for Quote Terms and Conditions. The signature(s) below are an acknowledgment of rny/our full understanding and acceptance of al I the terms and conditions set forth in this I RFQ document or as otherwise agreed to between the parties in writing. Bidder/Contractor Name: Genset,Services Mailing Address: 578 Cooper Oaks Court Apopka, Florida 32703 Telephone Number: 407-532-0414 Fax Number: 407-532-0415 Jose Santos Authoriz ignatoi- Printed Name Vice President 09/18/2018 Date STATE OF Florida COUNTY OF Orange E-mail Address: jose@gensetservices.com FEIN: 68-0537127 The foregoing instrument was executed before me this 18 day of Septrnernber 2018,_by Jose Santos ---_as -'- Vice President of Genset Services, Inc. who personally swore or affir e that he/she is authorized to execute this document and thereby bind the Corporation, and who is personally known to me OR has produced as identification. M PADREW D. UARM AIR" . 4 My COMM$SIONG# Go 11377110 F_XP I RESt Auqu s t 24, 2621 LamNOTARY PUBLIC, State Cate oT (stamp) sonw Trfm No" PLEASE COMPLETE AND SUBMIT WITH YOUR IRFQ RESPONSE `'Failure to submit this form may be grounds for disqualification of your submittal GENERAL TERMS AND CONDITIONS - READ CAREFULLY Rn Questions relating to this Request for Quotation must be directed to the City of Sanford, Purchasing Division, herein after referred to as "City", at 407.688.5028 or ext. 5030. RESERVED RiGHTS OF THE CITY The City reserves the right to unilaterally cancel this Request for Quotation, at its sole itiScr'clion. WRITTEN COMMUNICATIONS The terms and conditions of this IZ Kluest dor Quotation shall not to be modified verbally. All communication shalt be in writing. APPLICABLE LICENSING Tic Vendor, at its sole expense, shall obtain all required federal, state, unci local licenses, occupational and otherwise, required to successfully provide the g(KAS/services set forth herein. QUALITY All materials or services fumishcd on this order must be as-specitleoi and subject to ('fly irts)iezlionwithin a reasonable time after delivery at destination. Variations in materials orsetvices from those specified in this order must not be made without Prior written authority front the Procurement Administrator. Material rciccted will be returned and sliall he done so at the vendor's sole risk and expense. QUANTITY/PRICE The quantity of materials ordered or the prices specified must not be exceeded without written authority being first obtained from the Purchasing Division. INDEMNITY dile Vendor hereby agrees to indemnify and save harmless the C'fly, its officers, agents and employees from and against any and all liability, claim s,'dcrnands, damages, lines, Ices, expense, iocnalties, suits, proceedings, actions, and cost of ,talons, including atturncy's i es for trial and on appeal, of any kind rind nature arising or growing out of or in any way connected with the pe'ribrntance of this Agreement whetller by act or omission of the Vcndor, its agents, servants, employces, or otdhcrs, or because ofor title to the mere existence of this Agreement between the parties. PATENT/COPYRIGHT HOLD HARMLESS The Vendor shall fray all royaltics and assume all costs arising frim tife use ofany invention, design, process, inawrisls, cquipmetu, product or device which is the Subject of patent rights err copyrights. Vcndor shall, at it's own expense, hold harnl^Ss and defend the City against any claim, suit or itroceeding brought against tite City which is based upon claim, whether rightful or otherwise, that the goads or services, or any part thereof', furnished under this Pirn:hase Carder, constiture an. infringctneru gfany patent nr copyright oftlie United Stales. The Vendor shall pay all damages and costs awarded against the ( fly. PACKING Il` awarded a purchase order or Agreement, all invoice and package lists must clearly be marked with shipper's name, address and Purchase: Order Number. C hargos are not allowed tit,° hozxing, crating or special deliveries unless previously agreed upon in writing. DELIVERY Ail materials must be shipped 1,.0.13. Destination, 'the City will not pay freight or expense charges, except by previous agreement, !n the event of the City agreeing, to 1•.0.13. Shipping Point, tine Vendor must PREPAY SLOPPING Cl IARGES AND ADD TO INVOICE. Delivery must be cfluctcd within the time shote -d on Purchase Order. The City rescrves the right to canecl this order and purchase elsewhere if the Vendor fails to meet the delivery elate specified oilPurchase Order. Delivcrics shill be made hetwcen 7.00AM and 4:3011M art regular working days unless otherwise stated. Transpor deliveries must be unloaded and ready for inspection prior to,1 30PM. ht case; ofdefauli by lbe Vendor, the City may procure the articles or services covered by this order from outer sources and hold the Vendor responsible fur any additional cost occasioned thereby. MATERIAL SAFETY DATA SHEET As necessary, lite Vendor agrees to furnish the City will, a current Material Safety Data Sheet-(MSDS) on or• belboc delivery ofeaeh and every hazardous chernicai or subsianec purchased which is classified as toxic under Chapter 422, Florida Statutes. Appropriate labels and MSDS's shall he provided for all shipments. Send a copy of the MSDS's and other pertinent data to the ('fly Purchasing Division and include same with product delivery. OSHA REQUIREMENT The Vendor the City that all materials, supplies, and equipment as fisted on the resulting Purchusx Ordershall meet the requirements, specifications anti standards as provided under lite U.S. Department oft.ahor Occupatiomul safety and health .Act of 1970, as from time to time amended and in force at data hereof, COMPLIANCE WITH LAWS, GUIDELINES, REGULATIONS The Vendor, at its sole expense shall comply with all laws, ordinances, judicial decisions, orders, and regulations of federal, state, county and municiiral governments, as well as their respective departments, commissions, boards, and officers, which are ill effect at the time of award or are adopted at any time fallowing the award. AWARD 'll,cC'ity reserves the right to rcj1cet any or all parts of this solicitation, waive u h icatures and to award to most responsive, responsible bidder, as in the bcs_t interest of theCity, Failure of a'Vendo - that is awarded if Purchase Order to deliver according to the I'erivilas Order or to comply with any of the terns and conditions therein may disqualify the Vendor from receiving future orders. PAYMENT TERMS Payment terns are net 30 days upon delivery and acceptance. The City pays in accordance with the Prompt Payment Act — Section 218.70, Florida Statutes, APPLICABLE LAW, VENUE AND JURY TRIAL The laws of the Stoic. of FIorida shall govern till aspe cts of this order, In the event it is necesismry tot either party to initiate legal aefitm regarding this order, veanic shall lie in Seminole county, Florida. The parties hereby waive their right to trial 'by jury hr any action, proceding or claim, arising out of this order; which may he brought by either of the parties hereto. AUDITING, RECORDS AND INSPECTIONS The Vendor shall kce p books, records, and accounts ofall activities, related to this ordc-c, in compliance With generally accepted accounting prctcednYs. Ifrequircti,. books, rmords, and accounts related to the perrornance of this order shall be open to inspection during regular business hours by an authorized ryarL-cntali'vc of the ('fly and shall .he retained by the Vendor, for a period of lhrcc (3) years after termination of completion ofthe scivices or until the full City audit is complete, whichever conies first, The C'ily shall retain the right to audit the books during the once -year retention pxrio& rill books, records, and accounts related to lite Per lbrnntnce of this orclershall be subti.v:t to tile -applicable provisions of the Florida Public Records Act, chapter 119, Florida Statutes. The City also has tilt: right to. conduct an audit within sixty (60) days from tire edfeclivc date of this order to determine whether the Vendor has the ability to fulfill its contractual obligations to the satisfrelinn of the City. The City has tine right to terminate this order based up om the findings in this audit without regard to any notice requirement for termination. WARRANTY The Vendor agrees to provide a full warranty to tine City Ibr all materials and servieo:s which it provides hereunder for one: full year Ibilowing ill(: date ofdcbivcry or completion of sevvices. In lite event drat lite Vendor is caped to perform warranty wort:, the Vendor will be responsible for all costs incurred fn rcfuting the eras tundcr warranty, it"ft is deter»,inert that new pinbie;n areas itavc a}ipe�ar� which were not areas repaired by the Vendor under tic. Scope, ofSixviccs set forth herein, file City will be responsible far the costs incurred in retunring the new areas. The manuf cuirer's warranty on materials received and installed shall extend lilt the full warratuy pf dool. INSURANCE The Vendorshall have at aminimum lite insurance limits listed hereunder, however the City rescrvcs the unilaletztt and sole right to modify said limits when the type of product or services requested merit -a modification ofthe insurance limits listed herein: the Vendor shall submit a copy of their Cetvficate of Liability Insurance with their quote submittal. GENERAL LIABILITY: $1,000,000.00 PROFESSIONAL LIABILITY: S1,000,000.00 (only ifprofessional services are to bc: provided) VEHICLE INSURANCE: $1,000,000.00 Combined Property & Bodily injury WORKER'S COMPENSATION: $1,000,000,00 PRODIIC`fS LIABILITY: $1,000,000.00 (only if a product is being provided) [IExm award, the Vendor shall name City of Sanford as a Certificate Holder and/or as additional insured and shalt maintain the coverage limits set forth during the entire term of piertbnnirig services under this award. NOTE: ANY AND ALL SPECIAL CONDITIONS ATTACHED HERETO WHICH VARY FROM THESE GENERAL CONDITIONS SHALL HAVE PRECEDENCE. Issued by: Finance/Purchasing Division Sanford, Florida DATE: September 10.2018 City of Sanford ( Finance Department Purchasing Division IRFQ 18/19-101 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-50211 Email: ,nrehasingaisanfordn._ov ADDENDUM Generators -Maintenance and #1 TO: All Bidders/Proposers FROM: MarisolOrdofiez City of Sanford Purchasing Division SUBJECT: IRFQ 18/19-141 Generators -Maintenance and Repairs I ADDENDUM 41 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. QUESTIONS AND ANSWERS Q1. Does the City require load bank testing on every quarterly inspection, or just once a year? A1. The PM is performed quarterly with one 2 hour load bank test for Stations 32 and 38 annually and one 4 hour load bank test for the Public Safety Complex (PSC) annually. Q2. Also at what percentage are the generators to be load banked and the duration of time per percentile rating? A2. The generators were evaluated by the vendor any recommendations were requested at the discretion of the vendor. II. CLARIFICATIONS N/A III. ATTACHMENTS NIA FINANCE DEPARTMENT City of Sanford I Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 50301 Fax: 407-688-5021 Fmail, 1)iIrCit',ISing(a,N211ror(ifl.�ov_ Generators -Maintenance and rs IRFQ 18/19-101 ADDENDUM #1 Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Purchasing Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply nlay result in disqualification of your response. Acknowledgment is hereby made of Addendum #1 to IRFQ 18/19-101 Generators- Maintenance and Repairs - Fire Dept., Genset Services, Inc. Name of Firm/Company 578 Cooper Oaks Court Street Address 407-532-0414 Telephone Number Dale Denio Author` K1311 Printed Name Authorized Person Signature ddenio@gensetservices.com Contact Email Apopka, Florida 32703 City, State, Zip Code 407-532-0415 Fax Number Accounts Representative Authorized Person Title 09/18/2018 Date of Signature City of Sanford I Finance Department Purchasing Division I IRFQ 18/19-101 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 »mail:,a»�:»1fxrd . »v ADDENDUM Generators -Maintenance and #2 DATE: September 13, 2018 TO: All Bidders/Proposers FROM: MarisolOrdonez City of Sanford Purchasing Division SUBJECT: IRFQ 18/19-101 Generators -Maintenance and Repairs ( ADDENDUM #2 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document, I. QUESTIONS AND ANSWERS Q 1. Are you requiring four quarterly inspections or three quarterly inspections with one annual service where we change filters and oil? Al. All inspections quarterly with one of those to include the load bank test Q2. Please clarify what does "Quantity Required" on the pricing sheet refer to? A2. Quantity is really not required, unless you specify price per quarterly inspections, etc. Q3. If annual inspections where we change filters and oil are required with the three quarterly inspections can the department please provide a separate field in the pricing sheet to input these prices? A3. Not sure what to put for number 3, they should know what annual or quarterly inspections involve. II. CLARIFICATIONS Revised price sheet table III. ATTACHMENTS Price Sheet Table Item City of Sanford ( Finance Department ( Purchasing Division (3) (4) ITY Qf 300 N. Park Avenue, Sanford, Florida 32771 Phone: 407.688.5028, or extension 5030 Fax: 407.688.5021 FORM 'ArORD kINRfICe f3ff'dpTMffiT Addendum INFORMAL REQUEST FOR QUOTE #2 IRFQ 18/19-101 FireStation Generator Maintenance Generator quarterly PMIS and 4 hour load bank Quarterly PM's wit i one Annual Load and Repair 1. Item Description (3) (4) Oil's and Filter's Quarterly Annually (If required) Load Bank Load Bank Generator quarterly PMIS and 4 hour load bank Quarterly PM's wit i one Annual Load Bank and Major 1. tests for: Kohler 1500—1500REOZDC; $ $2.275.82 $ included Generator quarterly PMIs and 2 hour load bank Quarterly PM's wone Annual Load hank and Major 2. tests for: Olympian 60 — D60P3 $ 846.56 $ included Generator quarterly PMIs and 2 hour load bank Quarterly PM's wit t one Annual Load Bank and Major 3• tests for: Onan 80 — 80DDFAE $ 794.36 $ included Additional Fees: 4. $ $ 5. 6, TOTAL QUOTE PRICE $ 3,916.74 Additionally, please respond to the following questions by placing a check mark (✓) on the appropriate answer: Item Question Response Response YES NO 1. Did you include a copy of your Certificate of Liability Insurance (COI) with your note submittal? 2. Would you consider accepting paytnent for services rendered via a Purchasing Card without the addition of convenience and/or service fees of any kind? V 3. Include a copy of your Florida State License and W9 V, a. The City will not consider alternates to the items listed above. If alternates are offered, the City will have the sole and unilateral right to reject the alternate and purchase from vendor providing compliant items. Delivery time will be a factor in the evaluation of this IRFQ. b. All prices quoted shall remain firm for period of one (1) year after award of this IRFQ. The City will be awarding a one (1) year contract with four (4) one (t) year optional renewals for a potential total of a five (5) year contract. c. Unit Price Accuracy: Please check the stated unit prices before submitting your quote; as no change in prices shall be allowed atter the due date and time. All prices and notations must be in ink or typewritten. In cases of extended price irregularities, unit price shall prevail . Please note that the City reserves the right to clarify and correct extended price amount errors. d. City of Sanford is exempt from Sales Tax. Certificate No. 85-8012621681C-8. e. If you are offering pricing which is based on other entity or agency solicitation pricing, clearly state so and include a copy of the applicable solicitation with your submittal. f. Please read all terms and conditions, complete the requested information, and sign in the space provided on page 1. _. If not submitting a quotation, please indicate "NO BID" and return this form. a. Please return your quote submittal via fax, mail or email to the requesting Division/Ek-partment/Office as outlined on page 1; by no later than the due date and time outlined on page I oras rcvisLd thereof via written addenda. b. Please email questions regarding this quotation only to the requesting Division/DepartmentlOfficc. Any interpretations, clarifications, or changcs made will be in the form of written addenda issued by requesting Division/Department/Office, c. Pursuant to Section 2.2 of the City ol'Saniord Purchasing Policy, lobbying is strictly prohibited. (I. Plem note that all documents sent to the City as part of this IRFQ are considered a Public Record; as prescribed by Chapter 119, Florida Statutes. e. Bidder must submit a copy of their Certificate of Insurance with their quote, f. Any order resulting from this IRFQ shall be subject to the attached General Terms and Conditions and all applicable laws, policies and City of Sanford I Finance Department I CITY OF Purchasing Division IRFQ 18/19-101 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 SA�NFORD Email: FINANCE DEPARTMENT a8ftt!��� ADDENDUM Generators -Maintenance and #2 Respondents must acknowledge receipt of this Addendum by Signing this form below and returning it to the Purchasing Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #2 to 1RFQ 18/19-101 Generators- Maintenance and Repairs - Fire Dept., Genset Services, Inc. .....,ddenio@gensetservices.com Name of Finn/Company Contact Email 578 Cooper Oaks Court ---- _Apopka, Florida 32703 Street Address City, State, Zip Code 407-532-0414 Telephone Number Dale Denio uthoriz -A Pg4sonrin P * ted Name AuthW'Kiied Person Signature 407-532-0415 Fax Number Accounts Reprsentative Authorized Person Title 09/18/2018 Date of Signature Form W -V Request for Taxpayer Give Form to the (Rev.December heTrea) faf the Treasury Otemal Identification Number and Certification requester. Do not In4rraai Revenue Service R send to the IRS. 1 Name (as shown on your income tax return). Name is required on this kne; do not leave this line blank. Gonset Services, Inc. N 2 Business name/disregarded entity name, if different from above rn C3 o is Check appropriate box for federal tax classification; check only one of the following seven boxes: ❑ IndividuaNsole proprietor or ❑ C Corporation ✓ aP S Corporation ❑Partnership ❑ TrusVestate 4 Exemptions (codes apply only to certain entities. not individuals; see single -member LLC instructions on pagn 3): 0 ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=partnership) ► Exempt payee code (if any) o r Note. For asingle-member LLC that is disregarded, do not check LLC; check the appropriate box in the lin; above for the tax classification of the sin.0 member owner. Exemption from FATCA reporting Sgle D. ❑ Other (see instructions)► code (if any) V Ny gree roac�mrs m Irak aacufaae mo u.s� v b Address (number, street, and apL or suite no.) Requester's name and address (optlonall OL 3100 Gateway Drive ro 8 City, state. and ZIP code d Pompano Beach, FL 33069 7 List account numbers} hem (optionall ^Q...,�... • • .iur..Vc.. tr11• Enter your TIN in the appropriate box. The TIN provided must snatch the name given on line 1 to avoid Socia backup withholding. For individuals, this Is generally your social security number, (SSN). However, for a j�— resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3, For other LLentities, is your empimyer identification number (EIN). It you do not have a number, see How to get TIPi an page 3. or Note. If the account is In more than one name, see the instructions for line 1 and the chart on page 4 for EEE guidelines on whose number to enter. F6T8 Under penalties of perjury, I certify that: 1. The number,shown on this form is my correct taxpayer Identification number (or I am waiting for a number to be Issued to me); and 2. 1 am not subject to backup withholding because: (a) i am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (iRS) that I am subject to backup withholding as a result of a failure to report all Interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S, citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form Of any) indicating that i am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all Interest and dividends on your tax return. For real estate transactions, Item 2 does not apply. For mortgage Interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other h n interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions on page 3. Sign signature of �J� Here US. person ► Date ► General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments, information about developments affecting Form W-9 (such as legislation enacted after we release it) Is at wwwdrs.gow,". Purpose of Form An individual orentity (Fornt W-9 requester) who is required to We an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number(SSN), individual taxpayer identification number (iTIN), adoption taxpayer Identification number (ATIN), or employer identification number (EIN) to report on an information return the amount paid to You, or other amount reportable on an Information return, Examples of information returns include, but are not limited to, the following; • Form 1099 -INT (interest earned or paid) • Form 1099 -DIV (dividends, Including those from stocks or mutual funds) • Form 1099-MISO (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage Interest),' 1098-E (student loan Interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form w-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. fd you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What Is backup withholding? on page 2. By signing the filled -out form, you: 1. Certify that the TIN you are giving Is correct (or you are waiting for a number to be Lssuod), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding iTyou area U.S. exempt payee. it applicable, you are also certifying that as a U.S. person, your allocable share of any partnership income from a.U.S. trade or business Is not subject to the withholding tax art foreign partners' share of effectively connected income, and 4. Certify that FATCA code(s) entered on this form (if any) Indicating that you are exempt from the FATCA reporting, is correct. See What Is FATCA reporting? on page 2 for further Information. Cat. No. 10231X Form W-9 (Rev. 12-2014) GENSE-1 OP ID. SP CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDONYYY) v ••• • •,- OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO 12(1212017 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(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policles may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in /leu of such endorsement(s). PRODUCER 954-340-9551 INNOVATIVE INSURANCE TACT THOMAS J. DEFRANCO _iCo CONSULTANTS, INC. 5461 UNIVERSITY DRIVE, #103 CORAL PxoNE {A1C Nor Exl); 954-340 9551 —�-F-Az 954-340-9456 � n i (A%C. No) iO�i INN0VATIVE--INSURARCE.G0 � — - @ SPRINGS, FL 33067 THOMAS J. DEFRANCO Iti,rDr� SS;.. O _ _ INSURERLSj_AfFOR01NG COVERAGE_ NAIC #;._, _.... _ _ a, HARTFORD ACCIDENT & INDEMNITY 22357 .__..._— _._ .____ __ GENSET SERVICES, INC. INsuRED 3100 GATEWAY DRIVE -INSURER , _.._ CO. ('33'72 INSURER D INSURANCE C FCCI INSURNCE RE �BRIERFIELD POMPANO BEACH, FL 33069 C m INSUR _ INSURER„C O -FCC/ a CES OF7503 112122/2017 -- ! INSURER D NAUTILUS INSURANCE CONAL —� X BLKTA/t &WAIVER .. __ I INSURER E ; INSURER F ; THIS IS TO CERTIFY THAT THE POLICIES v ••• • •,- OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO KIwVIbIVN NUMCER: THE INSURED NAMED INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT ABOVE FOR THE POLICY PERIOD OR OTHER DOCUMENT WITH RESPECT CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES TO WHICH THIS DESCRIBED HEREIN IS SUBJECT EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY TO ALL THE TERMS, PAID CLAIMS. INSR..._..._.�._ LTRTYPE OF INSURANCE .__.__ ODL' NqD yn ? _— ^. POLICY HUMBER POLICY EFF POLICY. EXP .—... LIMITS A X I COMMERCIAL GENERAL LIABILITY r ...-- CLAIMS -MAGE X OCCUR (� a CES OF7503 112122/2017 i 1,000 ooD EACH OCCURRENCE I S t DAMAGE TO RENTED —� X BLKTA/t &WAIVER .. __ Y ( 21 12122/2018 ?RENISES LEa_acs�a fe 1c1— 340,000 b MF~o_EXPiAnyowperson_._.._ 5-------. _ 10,000 -1,000,000 PERSONAL&ADV INJURY S GEaf"L AGGREGATE LIMIT APPLIES PER: t POLICY � y p�p� ❑LOC ..l GENERAL AGGREGATE ', 2,000,000 i .. _ i JEC7 l PROD1JCtS-COPR1?IOPAGG S 2,000,000 ._.-- OTHER: j i A AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 X ANY AUTO _ OWNED SCHEDULED AUTOS ONLY �_ AUTOS 121 LIEN HF3034 12/22/2017 i 12/22/2018 _( py a S ; 00DILY INJURY Por 1- ��RRtRG{�ILYINJUprtY{Peracciyant) x... AUE3 ONLY. X AUOSVpAp FuYAGE . ..PerOPaceRiee,t} A UMBRELLA LIAB I X! OCCUR EACH OCCl1fjRENCE6,000,000 X EXCESS LIAB DED X F RETE-:NTION$ Of �21 XS ON1435IM•MADE� 12/22/2018 AGRcr6.000,000 �._--_-- -- B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY EcurlvE YIN I 5T03 112/2212017 PER I {yq-r{- X STATUTE, X I Eft 12/22/2018' pp 1ANY c R aEl IgD xciuoeo NIA I IAC D_EN?EA . --1 ._._ EUE (Mandatary in N) be under Eti.EA 1,000,000 S._.� C CRIPTcIdONOF PERATiONSbtvow PROPERTYi ( E.L.OISEASE- POLICY-LIMIT0[1 1,000,000 Y CP000512910 121221201711212212018 POL AGGRE 2,000,000 D 1POLLUTIONIPROF Y CCP2024951-10 12/22/2017 12/22/2018 OCCUR 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS f VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) CERTIFICATE HOLDER IS ALSO KNOWN AS ADDITIONAL INSURED WITH RESPECTS TO GENERAL LIABILITY,UNDER ATTACHED BLANKET FORM,WHEN REQUIRED BY CONTRACT, k,crc r / I sa r c nvLVt:M CANCELLATION 1000V-1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE r,a,%JMU AU %AV!vlvo) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD City of Sanford CITY OF Finance Department I Purchasing Division �Sk�4FORD Soo N Park Ave FINANCE DEPARTMENT Sanford, FL 32771 Telephone: (407) 688-5028 Fax: (407) 688-5021 Email: marisol.ordonez@sanfordfl.gov S Solicitation Number: Solicitation Title Solicitation Opening Solicitation Opening PUR-F-231 I `Yms�!'."*�hsF'p K`uS�4. ��y`""+?.•t{cYtievz. n,^.2.3.fi„...��"..�'k,.": �. „J? �'�i Solicitation Evaluation Category I TOTAL BID PRICE FOR EVALUATION $6,787.00 $7,210.00 $5,880.00 $3,916.74 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00�j $0.0�0[i[ $0.00 $0.00 r y TOTAL BID PRICE INCLUDING $6,787.00 $7,210.00 $5,880.00 ADDITIONAL BID ITEM Remarks: Offers from the vendors listed herein are the only offers received timely as of the above opening date and time. All other offers submitted in response to this solicitation. review before an intent to award is made. NOTE: Rules: All bids accepted by City of Sanford are subject to the City's terms and conditions and any and all additional terms and conditions submitted by the bidders are rejected ar this bid. BY: Marisol Ordo%ez P!T PUR-F-231 I