Loading...
1994 IRFQ 18/19-119, Paint & Body, Sanford PaintCITY OF 0 FORD FINANCE DEPARTMENT Wednesday, November 14, 2018 TO: City Clerl"'+ r &,�, P RF: IRFQ 18/19-119 Auto Paint and Body Repairs (3) contractors The item(s) noted below is/are attached and forwarded to your office for the following action(s): ❑ Development Order ❑ Mayor's signature ❑ Final Plat (original mylars) ❑ Recording ❑ Letter of Credit ❑ Rendering ❑ Maintenance Bond Safe keeping (Vault) ❑ Ordinance ❑ Deputy City Manager ❑ Performance Bond ❑ Payment Bond ❑ Resolution ❑ City Manager Signature ❑ ❑ City Clerk Attest/Signature ❑ City Attorney/Signature Once completed, please: ❑ Return originals to Purchasing- Department ❑ Return copies ❑ Special Instructions: The PO's are less than $50,000 does not need CC approval. 1. DBG, Ltd. Co. 2. Sanford Paint and Body Inc 3. Martins Collision Center Ma-rri� G ardo- z From SharePoint Finance_Purchasing_Forms - 2018.doc LA � 1 Date AGREEMENT BETWEEN THE CITY OF SANFORD AND SANFORD PAINT AND BODY, INC./IRFQ 18119-119 AUTO PAINT AND BODY REPAIRS THIS AGREEMENT (hereinafter the "Agreement") is made and entered into this day of yt°1 , 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 Sanford Paint and Body, Inc., a Florida corporation, whose address is 2601 County Club Road, Sanford, Florida 32771, (hereinafter referred to as "SPBI"). The City and SPBI 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 SPBI 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 auto painting and body repairs. Goods and services may be ordered and directed by the City by means of City purchase orders/work orders. (b). It is recognized that SPBI 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: Ms. Marisol Ordonez Purchasing Manager Finance -Purchasing Division 11 Page 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 3 years and, upon the exercise of an option to renew by the City, for 2 additional terms of 1 year each. In any event, this Agreement shall remain in effect until the services to be provided by SPBI 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 SPBI No services have commenced prior to the execution of this Agreement that would entitle SPBI 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 SPBI 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. 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. SPBI'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, SPBI 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. 21Pa,e (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 SPBI 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 SPBI does not comply with a public records request, the City shall enforce the contract provisions in accordance with this Agreement. (c). Failure by SPBI to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the City. SPBI shall promptly provide the City with a copy of any request to inspect or copy public records in possession of SPBI and shall promptly provide the City with a copy of SPBI's response to each such request. (d). IF THE CONTRACTORIVENDOR 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 SPBI 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 SPBI 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, 3 1 P a a e 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. 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 JudicW Circuit Court in and for Seminole County, Florida. This Agreement is the result of bona fide arms length negotiations between the City and SPBI, and all parties have contributed substantially and materially to the preparation of the Agreement. Accordingly, this Agreement shall 4 P a g e 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 SPB1 have executed this instrument for the purpose herein expressed. VfXa7 L. Colbeft, City Attorney- A ATTEST., SANFQ-RP PAINT AND BODY, INC. By: t David–Vartin' Signature V\fitn—es-s # 1 Sole Corporate Officer Printed N 0, A)vv)10 y Dated: ,aMe Witness # 5 Signture Witness # 2 ' Print Name Witness # 2 51 Page Exhibit "A" Price Sheet 61Page BIDDER INFORMATION - DUE � �! �. DUE DATE: October 11, 2018 at 2:00 P. M. Local Time Name of Firm.{.............�...✓................. Ci1y of Sanford Purchasing Division �w Contact Person: Marjsol Ordofiez, Purchasing Manager Address:.............................................................:............. Address: 300 N. Park Avenue Suite 243 Address: .......................................................... City, State, Zip: Sanford, Florida 32771 ............................. Phone Number: 407.688.5028, or ext. 5030 ��.- ��77rr-�-� JJ Fax Number: 407.688.5021 City/State/Zip Code ............................. .... � ..[...t:.1....... Email: purchasing@sanfordfl.gov J ................. For Div./Dept./Office: Bill Getman, FleetMaint Supervisor Contact Person: ..... ............................... ................ ......... Delivery Address: Public Works -Fleet Maintenance Division 800 W. Fulton Street ...�y Phone Number: ........ �..71 z..3 ..... rr�� t ...... Sanford, Florida 32771 Fax Number:......... .�..F......... c(�?.........1...'^t.... ISSUED BATE: September , 201$ Email:_t r @ 30ino-C can* �' .... BIDDER'S PRINTED NAME:Dav1a...f A6_ '�'( f:.,... BIDDER'S SIGNATURE :.................. .__.:...»...................... Title..... ..« ................................. -•-------------------------- --- - -.. Harp. t � N6 BY DUE DATE AND TIME VIA FAX MAIL OR EMAIL TO CONTACT PERSON ST. 1. Intent. The intent of this solicitation is to select a successful Bidder for the provision of auto paint and body repairs. 2. Deliverables and Scone of Services The successful Bidder shall provide all necessary material, goods, labor, etcetera to auto paint and body repairs. Existing Material Removal: The successful Bidder shall be responsible for:the safe removal, hauling and appropriate disposal of existing material removed as a result of this project. Before any removal is to take place, the successful Bidder shall coordinate with the assigned City representative to ensure this activity does not interfere with any other events or projects in progress at the facility as applicable. Delivery and Set -Up: Delivery shall be made to Fleet Division, located at: 800 W. Fulton Street, Sanford FL, 32771 between the hours of 6:30 A.M. and 5:00 P.M. Monday through Thursay. The successful Bidder shall be responsible for coordinating the delivery of all goods/services in a timely manner. Partial deliveries or deliveries on any other date and time shall not be allowed unless written authorization has been obtained from the appropriate City authorized representative. The City shall not pay for any storage charges, Cash on Delivery (C.O.D.) shipments, or packaging or drayage charges. The successful Bidder shall be responsible for all risk of loss, any damage and/or stolen materials and equipment while in transit to the Applicable Paint and Body repair facility. Delivery and Time Performance: Project completion shall be attained no later. than a reasonable timeframe from the date a purchase order has been issued by the City to the successful Bidder. At approximately within 24 hours after teardown and parts availability the city will be notified after issuance of the purchase order by the City, the successful Bidder shall update the appropriate City representative providing a tentative delivery schedule and project commencement date. This delivery schedule shall be further updated if there are any changes or delays as well as twenty-four (24) hours prior to actual delivery to ensure the facility is accessible and ready to receive delivery. Any costs associated with deliveries not properly coordinated with the appropriate City representative shall be borne by the successful Bidder. Permitting: N/A; The successful Bidder shall be solely responsible for all pertinent permits required as well as adhering, PiJft-F•302 Rev. 03/2016 City of Sanford I Finance Department j Purchasing Division CITY OF SAlDTFtJRD F€RR=4C£ OEFffi!'1.7fbIT 300 N. Park Avenue, Sanford, Florida 32771 Phone: 407.688.5028 or extension 5430 Fax: 407.688.5021 FORM jjY] Ts TQ INFORMAL REQUEST FOR QUOTE IRI'Q-18119-119 AUTO PAINT & BODY REPAIRS BIDDER INFORMATION - DUE � �! �. DUE DATE: October 11, 2018 at 2:00 P. M. Local Time Name of Firm.{.............�...✓................. Ci1y of Sanford Purchasing Division �w Contact Person: Marjsol Ordofiez, Purchasing Manager Address:.............................................................:............. Address: 300 N. Park Avenue Suite 243 Address: .......................................................... City, State, Zip: Sanford, Florida 32771 ............................. Phone Number: 407.688.5028, or ext. 5030 ��.- ��77rr-�-� JJ Fax Number: 407.688.5021 City/State/Zip Code ............................. .... � ..[...t:.1....... Email: purchasing@sanfordfl.gov J ................. For Div./Dept./Office: Bill Getman, FleetMaint Supervisor Contact Person: ..... ............................... ................ ......... Delivery Address: Public Works -Fleet Maintenance Division 800 W. Fulton Street ...�y Phone Number: ........ �..71 z..3 ..... rr�� t ...... Sanford, Florida 32771 Fax Number:......... .�..F......... c(�?.........1...'^t.... ISSUED BATE: September , 201$ Email:_t r @ 30ino-C can* �' .... BIDDER'S PRINTED NAME:Dav1a...f A6_ '�'( f:.,... BIDDER'S SIGNATURE :.................. .__.:...»...................... Title..... ..« ................................. -•-------------------------- --- - -.. Harp. t � N6 BY DUE DATE AND TIME VIA FAX MAIL OR EMAIL TO CONTACT PERSON ST. 1. Intent. The intent of this solicitation is to select a successful Bidder for the provision of auto paint and body repairs. 2. Deliverables and Scone of Services The successful Bidder shall provide all necessary material, goods, labor, etcetera to auto paint and body repairs. Existing Material Removal: The successful Bidder shall be responsible for:the safe removal, hauling and appropriate disposal of existing material removed as a result of this project. Before any removal is to take place, the successful Bidder shall coordinate with the assigned City representative to ensure this activity does not interfere with any other events or projects in progress at the facility as applicable. Delivery and Set -Up: Delivery shall be made to Fleet Division, located at: 800 W. Fulton Street, Sanford FL, 32771 between the hours of 6:30 A.M. and 5:00 P.M. Monday through Thursay. The successful Bidder shall be responsible for coordinating the delivery of all goods/services in a timely manner. Partial deliveries or deliveries on any other date and time shall not be allowed unless written authorization has been obtained from the appropriate City authorized representative. The City shall not pay for any storage charges, Cash on Delivery (C.O.D.) shipments, or packaging or drayage charges. The successful Bidder shall be responsible for all risk of loss, any damage and/or stolen materials and equipment while in transit to the Applicable Paint and Body repair facility. Delivery and Time Performance: Project completion shall be attained no later. than a reasonable timeframe from the date a purchase order has been issued by the City to the successful Bidder. At approximately within 24 hours after teardown and parts availability the city will be notified after issuance of the purchase order by the City, the successful Bidder shall update the appropriate City representative providing a tentative delivery schedule and project commencement date. This delivery schedule shall be further updated if there are any changes or delays as well as twenty-four (24) hours prior to actual delivery to ensure the facility is accessible and ready to receive delivery. Any costs associated with deliveries not properly coordinated with the appropriate City representative shall be borne by the successful Bidder. Permitting: N/A; The successful Bidder shall be solely responsible for all pertinent permits required as well as adhering, PiJft-F•302 Rev. 03/2016 meeting and or exceeding all local, state, and national building codes. City Responsibility: The City shall be responsible for: a. Provide a designated set-up area for the successful Bidder to deliver all necessary materials and equipment required for this project; b. Provide access to the work area; c. Provide towing and delivery of damaged vehicle as required; d. The City shall make the facility available for evaluation and inspection accompanied by a City Representative by calling 407.688-5000 Ext 5411 or 5412 to schedule an appointment; and, e. Appointments will be given on a first come, first serve basis based on availability and will be given between the hours of 6:30 A.M. and 5:00 P.M., Monday through Thursday. Obligations of the Successful Bidder. It is understood that the successful Bidder shall provide and pay for all labor, tools, materials, permits, equipment, transportation, supervision, and any and all other items or services, of any type whatsoever, which are necessary to fully complete and deliver the goods/services 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 ail 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 accordance 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. The successful Bidder shall use appropriate tools 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. Clean -Up: The successful Bidder shall be responsible for the removal, hauling, and legal disposal of all debris generated as a result of performing the services for this turn -key solution on a daily basis; including up to, but not be limited to all existing equipment removed, all packaging materials, crating, cardboard, protective packaging, liners, plastic, etcetera. Any dumpsters located within Public Works compound shall not be used by the successful Bidder. The successful Bidder shall broom clean the premises at the end of each day and upon completion of delivery, installation and, set-up. Punch List: The designated City representative and the successful Bidder shall perform an inspection of all items delivered and project completion by the successful Bidder. In the event any deficiencies are identified, a punch list shall be created to outline all deficiencies discovered. After the punch list is issued to the successful Bidder, the successful Bidder shall have reasonable but a timely manner timeframe to respond and correct all items listed on the punch list. In the event an item must be replaced, an expected delivery date for said item shall be given to the City. Similarly, in the event an area must be redone, an expected completion date shall be given to the City. Final acceptance and subsequent invoice processing shall not be done by the City until all items on the punch list have been completed. 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 goods and services. It is vital and imperative that the health, safety, and welfare ofthe 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 terms, conditions and specifications, I/we, as authorized signatory to commit the firm, do hereby accept in total all the terms and conditions stipulated and referenced in this IRFQ document and hereby submit the following prices for IRFQ-18119-114, Auto Paint and Body Repairs, as follows: KE4. "LGl.GV7 25 Item Description Hourly Rate 1. AUTO PAINTING S 1 9 * 00 2. BODY REPAIRS 1.1a) 1j,e 7 3. TOTAL QUOTE PRICE Additionally, please respond to the following questions by placing a cheek 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 - quote submittal? 2. Include a copy of your Florida State License and W9 3. Included a copy of the Business license 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 (D year.with a (3) year contract after award of this IRFQ. c. Unit Price Accuracy: Please check the stated unit prices before submitting your quote; as no change in prices shall be allowed after 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. CerCificateNo. 85-801262168IC-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. g. If not submitting a quotation, please indicate *NO BID" and return this form. Critical Data: a. Please return your quote submittal via fax, mail or email to the requesting Division/Department/Office as outlined on page 1; by no later than the due date and time outlined on page I or as revised thereof via written addenda. b. Please email questions regarding this quotation only fo the requesting Division/Department/Office. Any interpretations, clarifications, or changes made will be in the form of written addenda issued by requesting Division/Department/Office. c. Pursuant to Section 22 of the City of Sanford Purchasing Policy, lobbying is strictly prohibited. d. Please 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 procedures. My. d.1.Z.tV1 - ATTACHMENT "A" PRICE PROPOSAL IRFO-18119-119, AUTO PAINT & BODY REPAIRS Vwe, the undersigned, as authorized signatory to commit the firm, do hereby accept in total all the terms and conditions stipulated and referenced in this IRFQ 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 as negotiated pursuant thereto. The undersigned, having familiarized him/herself with the terms of the IRFQ documents, local conditions, and the cost of the work at the place(s) where the work is to be done, hereby proposes and agrees to perform within the time stipulated, all work required in accordance with the requirement and technical specifications and other documents including Addenda, if any, on file at the City of Sanford Purchasing Division for the price set forth herein in Attachment "A" Offer to Purchase and Acceptance of Informal Request for Quote Terms and Conditions. The signature(s) below are an acknowledgment of my/our full understanding and acceptance of all the terms and conditions set forth in this IRFQ document or as otherwise agreed to between the parties in writing. AFFIANT SIGNATURE Typed Name of AFFIANT 0 Wk ike-c Title STATE OF COUNTY OF, he faregaing instrument was executed before me this day of 20 by T _, who persanal[y swore ar affirmed that he/she �s authorized to execute this dacumen# and thereby bind the Corporation, and who is persanaEly known to me OR has produced as identification. Air,, 4" fila 1�149;4 4 NOTARY PUBLIC, State of (-Stamp) COMW . . tISSIoN #28.209 FF I MY '. Q1 _ - O9223 J'j �is 38nua'j 28.2019 99 ; 9 PLEASE COMPLETE AND SUBMIT WITH YOUR IRFQ RESPONSE 13'Failure to submit this form may be grounds for disqualification of your submittal"' R- GENERAL. TERMS AND CONDITIONS - READ CAREFULLY Questions relating to this Request for Quotation must be directed to the City of Sanford, Purchasing Division, hereinafter 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 discretion. WRITTEN COMMUNICATIONS The terms and conditions of this Request for Quotation shall not to be modified verbally. All communication shall be in writing. APPLICABLE LICENSING The Vendor, at its sole expense, shall obtain all required federal, state, and local licenses, occupational and otherwise, required to successfully provide the goods/services set forth herein. QUALITY All materials or services furnished on this order must be as specified and subject to City inspection within a reasonable time after delivery at destination. Variations in materials or services from those specified in this order must not be made without prior written authority from the Procurement Administrator, Material rejected will be returned and shalt be done so at the vendor's sole risk and expense. QUANTITYIPRICE The quantity of materials ordered or the prices specified must not be exceeded without written authority being fust obtained from the Purchasing Division. INDEMNITY The Vendor hereby agrees to indemnify and save harmless the City, its officers, agents and employees from and against any and all liability, claims, damands, damages, fines, fees, expenses, penalties, suits, proceedings, actions, and cost of actions, including attorney's fees for trial and on appeal, of any kind and nature arising or growing out of or in any way connected with the performance of this Agreement whether by act or omission. of the Vendor, its agents, servants, employees, or others, or because of or due to the mere existence of this Agreement between the parties. PATENT/COPYRIGHT HOLD HARMLESS The Vendor shalt pay all royalties and assume all costs arising from the use of any invention, design, process, materials, equipment, product or device which is the subject of patent rights or copyrights. Vendor shall, at it's own expense, hold harmless and defend the City against any claim, suit or proceeding brought against the City which is based upon claim, whether rightful or otherwise, that the goods or services, or any part thereof, furnished under this Purchase Order, constitute an infringement of any patent or copyright ofthe United States. The Vendor shall pay all damages and costs awarded against the City. PACKING If awarded a purchase order or Agreement, all invoices and package lists must dearly be marked with shipper's name, address and Purchase Order Number. Charges are not allowed for boxing, crating or special deliveries unless previously agreed upon in writing. DELIVERY All materials must be shipped F.O.B. Destination. The City will not pay freight or expense charges, except by previous agreement. In the event ofthe City agreeing to F.O.B. Shipping Point, the Vendor must PREPAY SHIPPING CHARGES AND ADD TO INVOICE. Delivery must be effected within the time stated on Purchase Order. The City reserves the right to cancel this order and purchase elsewhere if the Vendor fails to meet the delivery date specified on Purchase Order. Deliveries shall be made between 6:30AM and 5:OOPM on regular working days unless otherwise stated. Transport deliveries must be unloaded and ready for inspection prior to 4:30PM. In case of default by the Vendor, the City may procure the articles or services covered by this order from other sources and hold the Vendor responsible for any additional cost occasioned thereby. MATERIAL SAFETY DATA SHEET As necessary, the Vendor agrees to furnish the City with a current Material Safety Data Sheet (MSDS) on or before delivery of each and every hazardous chemical or substance purchased which is classified as toxic under Chapter 42% Florida Statutes. Appropriate labels and MSDS's shall be provided for all shipments_ Send a copy of the MSDS's and other pertinent data to the City Purchasing Division and include same with product delivery. OSHA REQUIREMENT The Vendor hereby guarantees the City that all materials, supplies, and equipment as listed on the resulting Purchase Order shall meet the requirements, specifications and standards as provided under the U.S. Department of Labor Occupational Safety and Health Act of 1970, as from time to time amended and in force at data hereof. COMPW,NCE 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 municipal governments, as well as their respective departments, commissions, boards, and officers, which are in effect at the time of award or are adopted at any time following the award. AWARD The City reserves the right to reject any or all parts of this solicitation, waive technicalities and to award to most responsive, responsible bidder, as in the best interest of the City. Failure of a Vendor that is awarded a Purchase Order to deliver according to the Purchase Order or to comply with any of the terms and conditions therein may disqualify the Vendor from receiving future orders. PAYMENT TERMS Payment terms are net 30 days upon delivery and acceptance. The City pays in accordance with the Prompt Payment Act— Section 219.70, Florida Statutes. APPLICABLE LAW, VENUE AND JURY TRIAL. The lavas ofthe State of Florida shall govern all aspects of this order. In the event it is necessary for either patty to initiate legal action regarding this order, venue shall lie in Seminole County, Florida. The parties hereby waive their right to trial by jury in any action, proceeding or claim, arising out of this order, which may be brought by either ofthe parties hereto. AUDTTNG, RECORDS AND -INSPECTIONS The Vendor shall keep books, records; and accounts of all activities, related to this order, in compliance with generally accepted accounting procedures. If require!, books, records, and accounts related to the performance of this order shall be open to inspection during regular business hours by an authorized representative of the City and shall be retained by the Vendor, for a period of three (3) years after termination or completion of the services or until the full City audit is complete, whichever comes first The City shall retain the right to audit the books during the three-year retention period. • All books, records, and accounts related to the performance of this order shall be subject to the applicable provisions ofthe Florida Public Records Act, chapter 119, Florida Statutes. The City also has the right to conduct an audit within sixty (60) days from the effective date of this order to determine whether the Vendor has the ability to fulfill its contractual obligations to the satisfaction of the City. The City has the right to terminate this order used upon the findings in this audit without regard to any notice requirement for termination. WARRANTY The Vendor agrees to provide a full warranty to the City for all materials and services which it provides hereunder for one full year following the date ofdelivery or completion of services_ In the event that the Vendor is called to perform warranty work, the Vendor will be responsible for all costs incurred in repairing the areas under warranty. If it is determined that new problem areas have appeared which were not areas repaired by the Vendor under the Scope of Services set forth herein, the City will be responsible for the costs incurred in repairing the new areas. The manufacturer's warranty on materials received and installed shall extend for the full warranty period. INSURANCE The Vendor shall have at a minimum the insurance limits listed hereunder, however the City reserves the unilateral and sole right to modify said limits when the type of product or services requested merit a modification of the insurance limits listed herein. The Vendor shall submit a copy of their Certificate of Liability Insurance with their quote submittal. GENERAL LIABILITY: $1,000,000.00 PROFESSIONAL LIABILITY: $1,000,000.00 (only if professional services are to be provided) VEHICLE INSURANCE: $1,000,000.00 Combined Property & Bodily Injury WORKER'S COMPENSATION: $1,000,000.00 PRODUCTS LIABILITY: $1,000,000.00 (only if a product is being provided) Upon award; the Vendor shall name City of Sanford as a Certificate holder and/or as additional insured and shall maintain the coverage limits set forth during the entire term of performing services under this award. NOTE: ANY AND ALL SPECIAL CONDITIONS ATTACHED HERETO WHICH VARY FROM THESE GENERAL CONDITIONS SHALL HAVE PRECEDENCE. Issued by: FinantetPurchasing Division Sanford, Florida IRFQ 18/19-119 AUTO PAINT & BODY REPAIRS F1 INSURANCE REQUIREMENTS INSURANCE REQUIREMENTS OUTLINED BELOW APPLICABLE TO CONTRACTS FOR SERVICES WHEN THE CONTRACTOR PERFORMS ON OR OFF CITY PREMISES Outline of Requirements: Contract Contract does Contract does Exceeds not Exceed not Exceed $500,000,180 $500,000,180 $26,000, 30 days days and MENNEN days and no and no unusual unusual hazards unusual hazards exist exist hazards exist Employers Employers Employers Liability Workers' Compensation $1,000,000 * Liability $500,000 Liability $500,000 Each Accident Each Accident Each Accident *Certificates of exemption are not acceptable in lieu of workers $1,000,000 $500,000 $500,000 compensation insurance Disease Disease Disease $1,000,000 $500,000 $500,000 Commercial General Liability shalt include- Bodily injury liability, $ 3,000,000 Per $1,000,000 $ 500,000 Per Property Damage liability, Personal Injury liability and Occurrence Per Occurrence Occurrence Advertising injury Habil Coverages shall include: Premises/ $3,000,000 $1,000,000 $500,000 Operations, Products/Completed Operations; Contractual liability- General General General Independent Contractors, Explosion; Collapse; Underground. Aggregate Aggregate Aggregate When required by the City, coverage must be provided for sexual harassment, abuse and molestation $1,000,000 $1,000,000 $ 500,000 Per Comprehensive Auto Liability, CSL, shall include "any auto" or Combined Single Limit Combined Single Limit Occurrence $500,000 shall include all of the following: owned, leased, hired, non -owned $1,000,000 $ 1,004,000 General autos, and scheduled autos. General General Aggregate Aggregate Aggre!gate $1,000,000 $1,000,000 $1,000,000 Professional Liability (when required) Minimum Minimum Minimum Builder's Risk (when required) shall include theft, sinkholes, off 100% of 100% Of 100% Of site storage, transit, installation and equipment breakdown. completed value completed completed value Permission to occupy shall be included and the policy shall be of additions and value of of additions and endorsed to cover the interest of all parties, including the City of structures additions and structures Sanford, all contractors and subcontractors structures $3,000,000 $1,000,000 $500,000 Aggregate: No per Aggregate: No Aggregate: No per Garage Keepers (when required) vehicle maximum per vehicle vehicle maximum preferred maximum preferred preferred $3,000,000 $1,000,000 $500,000 Combined Single Combined Combined Single Garage Liability (when required) Limit $3,000,000 Single Limit $1,000,000 Limit $500,000 General General General Aggregate Aggregate A re ate I 1 of 3 insurance Requirements 1. 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. II. 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_ A 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 any 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. Ali insurers must have an A.M. rating of at least A -VII. 2 of 3 Insurance Requirements 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. I. Address of "Certificate Holder" is City of Sanford; P 0 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 "' the u"6"' solicitation number and project name. AF T SI (ff /NA f /UR E ftA-. Y -V Typed Name of AFFIANT Title STATE OF COUNTY OF. 5i filaV�t� instrument was executed before me this day of ,tv,yt as OAK I rour 251011M. , who personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is _2er QnAUy Jnawn _AQ_= OR has produced as identification. JACQUELINE STALWORTH (stamp) My COMMISSION U Ff192230 L(�E EXPIRES- J-uary 26.2010. n. of f:L The City reserves the unilateral tight to modify the insurance requirements set forth at any time. PLEASE COMPLETE AND SUBMIT Failure to submit this form may be grounds for disqualification of your submittal"O 3 of 3 insurance Requirements DATEIMMMYYYY) -CERTIFICATE- OF - G-A-RAJOEINS - RANCE 0911.3120% TM, dF'fN HOLDER- THIS ISSUE "S WrAT. F ED Eft 'THE POLICIES THIS 1EE-AT1FIPAVIS)'.­.AjD.A. -bK Aj$�&%: eXtEND.011 AL-fEk.-THE --iUNERAI -AFFOM cri"s AFMM�TlVkLy -0 . cATP-. DSS UOT BELOW. THIS CERMFICATe -9f, INSURANCE 'VMS WOT C04 A CONTR2.ACT BEnNEEN THE MS RIFFRESENTAIWEVRPAO ER;A§- Impo , ION ISWD '`Wbido thwterin�.an&C06 qu to an endomemonL A--�ftom"tPri-Vis cGrwqaW1aQ" not COnf�r�qhts-dtthe In' -fibell GR. AGT Ne, FAX 407-M2-004 Tony Russi InslirWito'A 2676 S. Frstdh-Avatiija .=64 Sanford FL 327T3.. MM§j AFFORDING. t_AGF- INSUREa. dba.Sanford'kift'4---!§ady 26al counvy Club kiia& .Sanford VL g27744060 - THIS IS A"4 A AUTOS i3t1l14 X A 11 PX, LEGAL L."ILTry DIRECTPvamy .SASIS, X Exr � 0M - COMMEWM - C.ENE W4: ; LIAB03W IN Iit%GttR Grzk:&A0GRBGA 01 TELIMMAMIESPER-' POi3EX0 PRO. , JECT EOE 4 D174k X UMDREUA:LIAB: goum CLAWIV 6.14068204-f REMARKS.(AC6R0*; �.0 Cutifacte tfow-evis-M d4lt ad000..*Iagpitd. .300 N Park Ave ----------- ACORD 30 (2614164). no ACORD IiiE INSUgED UMED - Tm Foucy MUM & bTHER WCiNEffr -WM RESPECT- TO VVii]C;H THIS 'tiESG RtSED jigREII4 )S SUWEC-T fd ALL.THE TERMS, UNM AMP-ONUX(E4 8-cidetA) W 1100010 lo E� 4DODEW J.,000 000. 061 4 E.E. EACH AGCtt)EN2' S E!4jD F -ML=. Rim IN DA-W-'J"91140V On Wimi- im:bW ArMI)ANW.-WITA .iw All CERTIFICATE OF LIABILITY INSURANCE OATS(MMrrerr Y) 06128/2018 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 holier 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 poEicy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorstaman s}. N PRODUCER NAME - Stonehenge Insurance Solutions, Inc. PHONE FAX 300 Avenue of the Champions AIG No NO Ste. 222 ADDt LEbS: oerts@stonehengels com Palm Beach Gardens, FL 33418 INSURED Professional Employer Resources, Inc. Professional Employer Resources Two, Inc 500 N. Maitland Ave., Ste 201 Mailland, FL 32751 ATC AIIIaARGp -N ATPY.Ins B: 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 TYPE OF INSURANCE 0-.TUM—LTR FOUCYNUMBER MMIDDY EFF M� LIMITS COMMERCIAL GENERAL LIABILITY 1 EACH OCCURRENCE $ CLAIMS -MADE EJOCCUR PREMISES Ea acocrrrertoa $ I MED EXP (Ary one person) S PERSONALS ADV INJURY S TGEN'LGGR£GATELiMtTAPPUESPER:GENERAL AGGREGATE s ❑ LOCI PRODUCTS-COMPIOPAGG S DGY JE� ER: S3 GLE LIMIT AUTOMOBILE LIABILITY E8 8ceid� is ODILY INJURY (Per person) S. ANY AUTO OWNED SCHEDULED �BCODILYINJURY(Per accdent) $ I AUTOS ONLY AUTOS ROPE HIRED NON-0WNED r dent S AUTOS ONLY AUTOS ONLY S UMBRELLA LIAR OCCUR i EACH OCCURRENCE _ $ EXCESS LIAB CLAIMS -MADE :AGGREGATE $ DEO RETENTION$S 726383 07/01!2018 107109/2095 X$ ER O R A WORKERS COMPENSATION AND EMPLOYERS LIABILITY Y i N 1,000,000 EL EACH ACCIDENT $ ANY PROPRIETOTUPARTNERtEXECUTIVE N tA' 1,000,000 OFFICERIMEMSER DrCLUDED4 = (Mandatory in NH) L,L DISEASE - EA EMPLOYEE $ DISEASE POLICY LIMIT i S 1,000,000 !} yas, tle$rnba under j EJ_ - DESCRIPTIONOFOPERATIONSbelow . $ S 3 $ $ l I $ DESCRIPTION OF OPERATIONS ► LOCAATLONS 1 VETOCL.ES (ACORD 101, Additional Remarks Schedule, may be attached if mare spa[x i$ required} leased but not subcontractors of: Martin Collision Center dba Sanford Point & Body Coverage is extended to all employees Sanford Paint & Body 2601 Country Club Road Sanford, FL 32779 rAatr`Ci I ATWIM SHOULD ANY OFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCEWITHTHE pOUCY PROVISIONS. AUTHORIZED REPRESENTATIVE Page 1 Cr 1 (P1989-2015 AGA ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD RATION. All rights UL Request for Taxpayer Give Form to the MW Identification Number and Certification requester. Do not Reevv.. November 2017) send to the IRS. )epartment of the Treasury nternaI RZ.01 `a Service ► Go to wwwJmgoviFormW9 for instructions and the latest est information. I Name (as shown on your income tax return}. Name is required on this fine; do not leave this rine blank Martins Collision Center, inc. 2 Business namefdisregarded entity name, it different from above Sanford Paint and Body 3 Check appropriate box for federal tax ciass�cation of the person whose name is entered online 1. Check only one of the 4 Exemptions (codes apply only to rn es following seven boxes certain entities, not Individuals; see instructions on page 3): Q. e F-1 Individual/sole proprietor or ❑ C Corporation ❑✓ S Corporation ElPartnership C3Trustlestate c single -member LLG Exempt payee code (if any) cLn El Limited liability company. Enter the tax classification (C=C corporation. S=S corporation, P --Partnership) 10- p :3 Note. Check the appropriate box in the line above for the tax classificgOon of the single -member owner. Do not check Exemption from FATCA reporting 0 t LLG if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is LLG cods {if any) another LLC that Is not disregarded from the owner for U.S. federal tax purposes, Otherwise, a single -member that 0. c Is disregarded from the owner should check the appropriate box for the tax classification of its owner. d ❑ Other (see instructions) ► (Applies to aCtPlhlt manta ned a �s da the U.S! 6 Address (number, street, and apt, or suite no.) See instructions. Requester's name and address (optional) 2601 Country Club Road 6 City, state, and ZIP code Sanford, FL. 32771 7 List account number(s) here (optional) Taxpayer Identification Number (TINT) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid social security number qu - m - backup withholding. For individuals, this is generally your social security number (SSM. However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other e.,rte:m� i+! .,— r o.,,.,r,,,,a� rrioniiEra+lt n n„n,tiar (FINt_ N vnrr rin not have a number. see How to set a TIN, later, or Note: If the account's in more than one name, see the instructions for line 1. Also see What Name and I Employer identification number Number To Give the Requester for guidelines on whose number to enter. 3 2- 0 1 0 1 1 1 0 1 9 8 0 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 1 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 (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You waist 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 than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for fart II, later. Sign Here I uSignature. ppersorr. T - &t66 t f ! l a 41 `:-1 Date ► 1>V C ,l --Ib General Instru Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.lrs.gov1FomriM. An individual or entity (Form W-8 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSM, 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 10g9-MISC (various types of income, prizes, awards, or gross proceeds) - Form 1099-8 (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. ff 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, later. Cat, No. 10231X Formal -9 (Rev, 11-2017) State of Florida - . Department of Agriculture and Consumer SOP ervices Registration No.: MV�$�1� Vii... — 2005 Apalachee Pkwy Expiration Date: May 30, 2020 Tallahassee, Florida 32399-6500 Motor Vehicle Repair POST CERTIFICATE CONSPICUOUSLY Registration Certificate Chapter 559, Florida Statutes GOOD ONLY FOR THE LOCATION LISTED BELOW SANFORD PAINT & BODY 2601 COUNTRY CLUB RD SANFORD, FL 32771-4060 ADAM H. PUINI AM COMMISSIONER OF AGRICULTURE OWNED BY: MARTIN'S COLLISION CEN'T'ER, INC This is to certify that the Motor Vehicle Repair Shop whose name and address are shown above bas registered and paid the prescribed fee (based on the dechared number of mechanics, technicians, and helpers) as requited by s. 559.904 P.S- and is authorized to perform Motor Vehicle iRepain at the location shown above. 05051 10I19A3 ------ DFt-11 Certificate of Registration, R. 10113 issued Pursuant to Chapter 212, Florida Statutes DEPARTMENT OF REVENUE 69-8012207151-8 05/30/02 Certificate Number Registration Effective Date This cerKes that SANFORD PAINT & BODY MARTINS COLLISION CENTER INC 2601 COUNTRY CLUB RD SANFORD FL 32771-4060 has met the sales and use tax registration requirements for the business location stated above and is authorized to collect and remit tax as required by Florida law. This certificate is non transferable. POST THIS CERTIFICATE IN A CONSPICUOUS PLACE SEMINOLE COUNTY BUSINESS TAX RECEIPT JOEL M. GREENBERG, SEMINOLE COUNTY TAX COLLECTOR POBOX 630 I SAN FO RD, FL 32772 1 407-665-1000 WWW.SEMI N OLECOUNTY.TAX VALID THROUGH 09/30119 SANFORD PAINT & BODY 2601 COUNTRY CLUB RD SANFORD, FL 32771 DAVID MARTIN (FRES} Receipt #:104320.18081728756 Account #:117272 REGULATED License # - MV45319 Amount Paid: $ 45-00 Date Paid: 08117/2018 i WOO 0 I 0 CITY OF CITY OF SANFORD M S FORD Building Division FLORIDA PO Box 1788, Sanford, FL 32772-1788 2019 LOCAL BUSINESS TAX RECEIPT VALID THROUGH SEPTEMBER 30, 2019 SANFORD PAINT & BODY INC MARTIN COLLISION CENTER INC 2601 COUNTRY CLUB RD SANFORD FL 32771 This receipt is a local business -tax only. It does not. permit the local business taxpayer to violate any existing zoning or regulatory laws of the state or county, nor does it exempt the business taxpayer from any other license or permits required by law. Issue Date,. July 19, 2018 Control Number: 0013978 Business Location: 2601 COUNTRY CLUB RD SEMINOLE COUNTY TAX RECEIPT REQUIRED ORIGINAL TAX RECEIPT MUST BE DISPLAYED ON PREMISES 1 2018 Florida Annual Resale Certificate for Sales =Tax THIS CERTIFICATE EXPIRES ON DECEMBER 31, 2018 FLORIDA Business Name and Location Address Certificate Number MARTINS COLLISION CENTER INC 69-8012207151-8 SANFORD PAINT & BODY 2601 COUNTRY CLUB RD SANFORD, FL 32771-4060 DR -13 R. 10/17 By extending this certificate or the certificate number to a selling dealer to make eligible purchases of taxable property or services exempt from sales tax and discretionary sales surtax, the person or business named above certifies that the taxable property or services purchased or rented will be resold or re -rented for one or more of the following purposes: • Resale as tangible personal property. • Re -rental as tangible personal property. • Resale of services. • Re -rental as commercial real property. • Incorporation into tangible personal property being repaired. • Re -rental as transient rental property. • Incorporation as a material, ingredient, or component part of tangible personal property that is being produced for sale by manufacturing, compounding, or processing. Your Florida Annual Resale Certificate for Sales Tax (Annual Resale Certificate) allows you or your representatives to buy or rent property or services tax exempt when the property or service is resold or re -rented. You may not use your Annual Resale Certificate to make tax-exempt purchases or rentals of property or services that will be used by your business or for personal purposes. Florida law provides for criminal and civil penalties for fraudulent use of an Annual Resale Certificate. As a seller, you must document each tax-exempt sale for resale using one of three methods. You can use a different method each time you make a tax-exempt sale for resale. 1. Obtain a copy (paper or electronic) of your customer's current Annual Resale Certificate. 2. For each sale, obtain a transaction authorization number using your customer's Annual Resale Certificate number. 3. Each calendar year, obtain annual vendor authorization numbers for your regular customers using their Annual Resale Certificate numbers. Phone: 877-357-3725 and enter your customer's Annual Resale Certificate number Online: Visit www.floridarevenue.com, select "Businesses and Employers" and then "Verify Resale and Exemption Certificates" Mobile App: Available for !Phone, iPad, Android devices, and Windows phones Olity��,{ • October 23, 2018 Contract/Agreement Name: DBG, Ltd. Co. IRFQ 18/19-119 Auto Paint and Body Repairs (3) contractors were awarded. The PO's are less than $50,000 does not need CC approval. 2. Sanford Paint and Body Inc 3. Martins Collision Center Approval: f A, Finance Director Dale /O Date a y attorney Date