Loading...
1989 IRFQ 18/19-119 Winter Springs Collission0 XKCITY OF FO FINANCE DEPARTMENT! Wednesday, November 14> 2018 �`° b ,! �- � � � .� , � „� �:� " Cry 4•�. �"� �� ��b �. � �� � ..�._ To: City Clerk/or RE: 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): I m Development Order Final Plat (original mylars) Letter of Credit Maintenance Bond Ordinance Performance Bond Resolution Once completed, please: ❑ Return originals to Purchasing- Department ❑ Return copies ❑ Mayor's signature cn a KS?Safe ndering keeping (Vault) ut yment Bond ❑ City Manager Signature ❑ City Clerk Attest/Signature ❑ City Attorney/Signature Sial Instructions: The PO's are less than $50,000 does not need CC approval. 1 DBG, Ltd. Co. Sanford Paint and Body Inc 3. Martins Collision Center M a.rri,S-o-L O rroLo�z From SharePoint_Finance_Purchasing_Forms - 2018.doc A\rVA ate AGREEMENT BETWEEN THE CITY OF SANFORD AND DBG, LTD. CO. D/B/A WINTER SPRINGS COLLISION REPAIRIIRFQ 18119-119 AUTO PAINT AND BODY REPAIRS THIS AGREEMENT (hereinafter the "Agreement") is made and entered into this Qt day of Ne '° _, 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 DBG, Ltd. Co. d/b/a Winter Springs Collision Repair, a Florida limited liability company, whose address is 753 North Highway 17-92, C/O Winter Springs Collision Repair, Longwood, Florida 32750, (hereinafter referred to as "DBG"). The City and DBG 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 DBG 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 DBG 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 1IPaae 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 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 DBG 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 DBG No services have commenced prior to the execution of this Agreement that would entitle DBG 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 DBG 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. DBG'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, DBG 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. 21Paae (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 DBG 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 DBG does not comply with a public records request, the City shall enforce the contract provisions in accordance with this Agreement. (c). Failure by DBG to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the City. DBG shall promptly provide the City with a copy of any request to inspect or copy public records in possession of DBG and shall promptly provide the City with a copy of DBG'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. HOUCH IN@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 DBG 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 DBG 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 3 1 P a - e Ak- 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 DBG have executed this instrument for the purpose herein expressed. ATTEST. CITY OF SANFORD Traci Houchin, City Clerk Approved as to form and leaal suffidencv. A TTES T. DBG, LTD. CO. D/B/A WINTER Ac;i SPRINGS COLLISION REPAIR By: (----Alexey Kryuchko� Signature Witness # 1Sole Manager an � Member Printed Name Witness 'e� jc V) Dated: Signature Witness # 2 Printed Name Witness# 2 r C IOAA?12a r?, P 5 113 a " e (7ity of Sanford J Finance Department Purchasing Division 300 N. Park Avenue, Sanford, Florida 32771 FO Phone: 407.688.50283 or extension 5030 R Fax' 407.688.5021 I i .cMriii ' IRF INFORMAL REQUEST FOR QUOTE IIZFQ-18/19- 119 ' AUTO PAINT & BODY REPAIRS BIDDER INFORMATION: EN� DUE DATE: October 11, 2018 at 2:00 P. M. Local Time Name of Firm:..Tslr .....................................t.l................................... City of Sanford Purchasing Division t - Contact Person: Marisol Ordot3ez, Purchasing Manager Address:: `�....... �!...!';......':.1.. .... Address: 300 N. Park Avenue Suite 243 �j City, State, Zip: Sanford, Florida 32771_ Address: ....................................................................................... Phone Number: 407.688.5028, or ext. 5030 Fax Number: 407-688.5021 �v `tv Email: purchasine@sanfordfil.<aov City/State: Zip Code......... ....... ......... .4...........-1-.............. &( u+ J For Div./Dept./Office: Bill Getman, Fleet Maint Supervisor Contact Person:'.........%C............................................................ Delivery Address: Public Works -Fleet Maintenance Division O-'� 5CA- o cA©z� 800 W. Fulton Street Phone Number.........................................I.......................I..... Sanford, Florida 32771 Fax Number: a`.....�........2.. 3..... I 2� I ............... ISSUED DATE: September 27, 2018 ii t { f:mail:. `. W\ � 1�4 tt� `a `\i$tC)V1- �j�.......-....... ll BIDDER'S PRINTED NAME: t `. ..k: ^�:3ur k BIDDERS SIGNATURE: ............................................................. Title:..................................... .... Date:.©..'_ $ ..� N\.;;,,' .............................................................. PLEASE RETURN BY DUE DATE AND TIME VIA FAX, 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 auto paint and body repairs. 2. Deliverables and Scope 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 b the je 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, Rc' 0,4266, t'lR r 30' meetiizo and or exceeding all local. state. and national building codes. City Iles poltsibilrty: The City shall be responsible fin-: it. Provide a desil-'nated set-up arca R>r the suCCesslid Ridder to deli\.•cr all ncce,sar\ Materials alld equipment r-ryuined liar this project: b. Provide access to the wort: 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 Representati%e 1>� 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 i 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 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. "rhe 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. i 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 ptt11Ch 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 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. i 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 IRI Q-18/19-119, Auto Paint and Body Repairs, as follows: Rev 2.212018 Item Description Ho i rh Rate Mill 1. AUTO PAINTING .- "_ 14 ATTACHMENT "A" PRICE PROPOSAL IRFQ-18/19-119, AUTO PAINT & BODY REPAIRS I/we, the undersigned, as authorized signatory to commit the firm, do hereby accept hnf total contract isall the termsofferand or conditions stipulated and referenced in this IRFQ document and do hereby agree ditions presented in the IRFQ document or as negotiated pursuant negotiated it will abide by the terms and con 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 Na , AFFIA Title STATE OF -- COUNTY OF _,,, � T e foregoing instrument was executed, before //1me this � day of 0C-4-ph� ,- —.— 20 by who pers6natly swore or affirmed that he/she is authorized to execute this document identificatioand n.reby bind the Corporation, and who is personally known to me OR has produced NORY PUBLIC, State of"ly C i (stamp) '1•••iy\illltlt JOEL TURRA14SKY _Notary Put'(ic - 5tate of Florida Commission # FF 220124 c`. 01M �o;N' My Comm. Expires Aug 7, 2419 1 ��-'"4�4�iiis7.Y�:szr::iXc$�'^.—�,cs�c�i'l.°:"��T ''wF'^°.^�." •'� PLEASE COMPLETE AND SUBMIT WITH YOUR IRFQ RESPONSE ®'Failure to submit this form may be grounds for disqualification of ,your submittal"' FOR qUOTE Rcc 2.22.2019 �Jjvjw -A L"C) 40 z. c -A Oz t\A �4-oae-L -A/c 14,3,571 P22f -1234 �,r j —75-,3 R- '72, 327,6 -ZD -7/ct4pl Re, CENERAL TERN IS :\\I} C•O\i}1Tl()\S - READ (''k"F'I.I.IA Qtic,l:on, rclaum; h, tilt, Request for t)notatwn uut,t he directed to the (1n of S nttiml, i'u(clia,iue Divisor. hereat ntlel icicitcd to ns "C ris a! site:' 6S5. - of cct -;030 RFSI{R%1:1) RICHT S Tate Cll+ reserves the right to unilaterally cancel this Request for Quotation. at its sole discretion. �V)2ITTti,N COSIMUNICA1IONS The terms and conditions of this Request for Quotation shall ❑o to be modified yerhatly. All connnunjcatioan shall be in writing. APPI,IC'ABLF LICENSING The Vendor, at its sole expense, shall obtain till required federal, state, and local licenses. occupational and othentise, required to succcsstidly provide file Lords ,erkices set forth herein. QUALITY All materials or services iinnished nn this order must be as specified and subject to City inspection within a reasonable time after delivery at destination. Variations in materials orservices from those specified in this order must not be made without prior written authority from tlhe Procurement Administrator. Material rejected will be returned and shall be done in al 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 front the Purchasing Division. INDEMNITY 'i'Itc Vendor hereby agrees lit indemnify and save harrmlesN the City, its officers, agents and employees front and against ally and all liability. claims, deman&, damages. lints, fees, asperses, penalties, suits, proceedings. actions. and cost of actions. including anurney's tees for trial and oto appeal, of any kind and nature arising or graying out of or in any way connected with the performance of this Agreement whether by act or omission of the Vendor, its agents. servants, etuployees, or others, or because of o' date to the nacre existence of this Agreement between the parties. PATEN17C(1PYRIGHT HOLD HARMLESS The Vendor shall pav alt royalties and assume all cost. arising Boni [Ile use of any invention. design. process, materials, equipment, product or device which is the subject OI' potent rights or copyrights. Vendor shall, at it's owl] expense, hold harmless and defend the City against any claim. suit or proceeding brought against the City which is based upon churn. whether rightful or otherwise. that the goods or services. or :illy part thereof, furnishad under this Purchase Order. constitute an intri nacnnnt orally patent or copyright of the United States. 'rhe Vcndor shall pay ell do nagcs and costs awarded against the City. PACKING If awarded a purchase order or Agreement, all invoices and package lists must clearly be marked with shipper's flank, address and Purchase Order Number. Charges are not allowed for boxing. calling 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. Int the event of the 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 falls to meet the delivery date specified on Purchase Order. Deliveries shall be made between 6:30MM and 5:00pM of 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 tine 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 422, Florida Statutes. Appropriate labels and MSDS's shall be provided for all shipments. Send a copy arthe MSDS's and other pertinent data to the City Purchasing Division and include same with product delivery. OSIIA 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. nd in force at data hereof: COMPLIANCE WITH LAWS, GUIDELINES, REGULATIONS The \ cndot. at it, odd etpensc ;It:dl connpl.N '.kith all ho..ts. decision:. Order,, mul reeulatious of rederal, state. aunty anal ruts;Iiiq al oyrmm�nts, ;,s well As (111 -it rcypectiyc dep:ntocnt,, conunis>ion>. bo;,n!,.nil ullicrrs. which .ire ill circa :tri the nu of ay.ar,I or are adopted At :un\ s:c.. Colli,« ing the an. arl AWARD The City reserves the right In reject any or all pans of this solicitation. wai%c I technicalities and to award to most responsive, responsible bidder. as in the hest interest ofthe City. Failure of a Vendor that is awarded a purchase Order to deltycr according to the Purchase Order or to connply with any of the terms and conditions thereat tun) disqualify the Vendor front receiving furore orders. PAYMENT TERMS Payment terms are net 30 days upon delivery and acceptimce. The City pay, in accordance with the Prompt Payment Act - Section 21 8.70, Florida Starnes. APPLICABLE LAW, VENUE AND JURY TRIAL The laws of the State of Florida shall govern all aspects of this order, In the event it is necessary for either party 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 ran of this oder, which may be brought by either of the parties hereto. AUDITING, RECORDS AND INSPECTIONS The Vendor shall keep books, records, and accounts of all actikitics, related u) 1 i order. in compliance with generally accepted accounting procedures. If required. books, records, and accounts related to the performance of this order shall be Open to inspection during regular business hours by an authorized represenlitiye of the Citv and shall be retained by the Vendor, for a period of three (3) years atter termination or completion of the services or until tine full City audit is cut plcte. whichever comes first. Tine 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 of the Florida Public Records Act, chapter 119, Florida Statutes. The City also has the right to conduct at audit within sixty (60) days trout 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. "She City has the right to terminate this order based upon the findings in this audit without regard to ally notice requirement for termination. WARRANTY -rhe Vendor agrees to provide au lid[ warranty to the City for all material, and services which it protides hereunder for one full year following the date of deli, en or connpletion of services. ht the event that the Vendor is called to perform warranty work, the Vendor will be responsible for all costs incurred in repairi"L 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 tine insurance limits listed hereunder; however tine 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 linnits listed herein. The Vendor shall submit a copy of their Certificate of Liability Insurance with their quote submittal. GENERAL LIABILIi'Y: $1,000,000.00 PROFESSIONAL LIABILITY: S 1,000,000.00 (only if professional services are to be provided) VEHICLE INSURANCE: S1,000,000.00 Combined Property & Bodily Injury WORKER'S COMPENSATION: $1,000,000.00 PRODUCTS LIABILITY: S 1,000,000.00 (only if a product is being provided) Upon award, tine 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 perforating 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 1RFQ 18/19-119 AUTO PAINT & BODY REPAIRS Ree. 2.2L2018 S F(I)RD INSURANCE REQUIREMENTS INSURANCE REQUIREMENTS OUTLINED BELOW APPLICABLE TO CONTRACTS FOR SERVICES WHEN THE CONTRACTOR PERFORMS ON OR OFF CITY PREMISES Outline of Requirements: 1 of 3 Insurance Requirements Contract Contract does Contract does Exceeds not Exceed not Exceed $500,000,180 $500,000,180 $25,000, 30 days days and days and no and no unusual unusual hazards unusual hazards exist exist hazards exist _ Employers Liability Employers Employers 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 shall include- Bodily injury liability, $ 3,000, Per $ 1,000,000 $ 500,000 Per Property Damage liability; Personal Injury liability and Occurrence Occurrence Per Occurrence Occurrence Advertising injury liability Coverages shall include: Premises/$ 3,000,000 $ 1,000,000 $ 500,000 Operations; Products/Completed Operations; Contractual liability; General General General i Independent Contractors, Explosion; Collapse; Underground. Aggregate Aggregate Aggregate When required by the City, coverage must be provided for sexual harassment, abuse and molestation .. --­ $ 1,440,000 $ 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 $ 1,000,000 General autos, and scheduled autos. General General Aggregate Aggregate Aggregate $ 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%fl 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 referred _ $3,000,000 $1,000,000 $500,000 Combined Single Combined Combined Single Limit Single Limit Limit Garage Liability (when required) $3,000,000 $1,000,000 $500,000 General General General Aggregate A re ate I Aggregate 1 of 3 Insurance Requirements t. 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. 11. 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 shalt be unauthorized and the City will not be responsible. IiI. 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. Y 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. All insurers must have an A.M. rating of at least A -VII. 2 of 3 insurance Requirements 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. I. 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 r and project name. (FIANT SIGNA UR Typed Nam AFFIARY f }.�J %s Title �^ STATE OF 1'� LOR.XAO— COUNTY OF `.S `1 $3 r� ` The foregoing instrument wa executed before me this ( day of j u r 20 f fby e yCe�l c CVt K nJ 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 r7_4) r•t ver � as identification. L l C,e •s`�tYA�o, JOEL x— � N ARY PUBLIC, tate of _ f--1cpr i8 g; (stamp) a�r= Notary Public - State of Florida Commission # FF 220124 "tilt , My Comm. Expires Aug 7. 2019 fid`` 4 The City reserves the unilateral right 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 3 of 3 insurance Requirements Effective: 10/1/2018 DESCRIPTION OF BUSINES! AUTO COLLISION RE 1126 East State Road 43, w Expiration: 9/30/2019 PT PAIR !708 - (407) 327-1800 121 III ---------------------------------------------------------------------------------------------------- PLEASE CUT ALONG THE DOTTED LINE TO DISPLAY RECEIPT IN BUSINESS Post the above Receipt in a Conspicuous Location within your Place of Business Total Amount Paid: $269.00 4000, Note: Total Amount Paid includes the $45 Seminole County Business Tax City Manager WINTER SPRINGS COLLISION REPAIR 1126 East State Road 434 753 N US HIGHWAY 17-92 SUITE B Winter Springs, FL 32708 LONGWOOD, FL 32750 Phone: (407) 327-1800 Date: 10/10/2018 04:12 PM Estimate ID: 59-5959J8801 Estimate Version: 2 Supplement: 1 (F F) 10/10/2018 04:07:44 PM FINAL Type of Loss: Profile ID: * State Farm Excel AutoBody 753N HWY 1792, LONGWOOD, FL 32750 (407) 830-1007 ext 1102 Fax: (321) 972-3921 Damage Assessed By: Luis Vera Appraised For: Prop A T1 CS Team (855) 341-8184 Supplemented By: Luis Vera Classification: Field Type of Loss: Collision (Spec) Date of Loss: 9/28/2018 Deductible: 250.00 Claim Number: -- ---- - Insured: Owner: Address: PO BOX 916011, LONGWOOD, FL 32791-6011 Telephone: Home Phone: (407) 814-9351 Cell Phone: (407) 704-9413 Mitchell Service: 910853 Description: 2013 Volvo XC70 Vehicle Production Date: 3/13 Body Style: 4D Wgn Drive Train: 3.2L Inj 6 Cyl 6A FWD VIN: 1 License: HHWY30 FL Mileage: 42,184 OEM/ALT: O Search Code: B1013664 Color: black Options: PASSENGER AIRBAG, POWER DRIVER SEAT, POWER LOCK, POWER WINDOW, POWER STEERING REAR WINDOW DEFOGGER, AIR CONDITION, REAR WINDOW WIPER, CRUISE CONTROL TILT STEERING COLUMN, AM/FM STEREO, DRIVER AIRBAG, HEATED EXTERIOR MIRROR REAR (DUAL -ZONE) AC, LEATHER SEAT, POWER PASSENGER SEAT FRONT SIDE AIRBAG WITH HEAD PROTECTION, SKID PLATES, ANTI-LOCK BRAKE SYS. TRACTION CONTROL, FOG LIGHTS, ALUWALLOY WHEELS, REARVIEW CAMERA POWER LIFTGATEiTRUNK, TIRE INFLATION/PRESSURE MONITOR, MEMORY SEAT ANTI -THEFT SYSTEM, NAVIGATION SYSTEM, AUXILIARY INPUT BLUETOOTH WIRELESS CONNECTIVITY, HD RADIO, HIGH INTENSITY DISCHARGE HEADLIGHTS LEATHER STEERING WHEEL, SATELLITE RADIO, CD PLAYER POWER ADJUSTABLE EXTERIOR MIRROR, SUNROOF/MOONROOF, GENUINE WOOD TRIM AUTO AIR CONDITION, TRIP COMPUTER, FIRST ROW BUCKET SEAT UNIVERSAL GARAGE DOOR OPENER, REAR HEATING, VENTILATION & AIR CONDITIONING SIDE AIRBAGS, SECOND ROW SIDE AIRBAG WITH HEAD PROTECTION INTERIOR AUTOMATIC DAY/NIGHT OR ELECTROCHROMATIC MIRROR, MP3 PLAYER DAYTIME RUNNING LIGHTS, DRIVER SEAT WITH POWER LUMBAR SUPPORT ELECTRONIC PARKING AID, ELECTRONIC STABILITY CONTROL, EXTERIOR MEMORY MIRRORS KEYLESS ENTRY SYSTEM, RAIN SENSING WIPERS, REAR BENCH SEAT STEERING WHEEL AUDIO CONTROLS Line Entry Labor Line Item Part Type/ Dollar Labor Item Number Type Operation Description Part Number Amount Units Front Bumper 1 001992 REF REFINISH Frt Bumper Cover C 2.2* 2 001997 BDY OVERHAUL Frt Bumper Cover Assy 4.0 # 3 000003 BDY REPAIR Frt Bumper Cover Assy Existing 3.0*# 4 000057 BDY REMOVE/REPLACE L Frt Bumper Side Cover 31378965-3 116.40 INC # 5 BDY REMOVE/INSTALL Frt Bumper Cover INC # 6 000039 BDY REMOVEIREPLACE L Frt Otr Bumper Opening Cover 30744506-4 70.79 INC # 7 000045 BDY REMOVE/REPLACE L Frt Inr Bumper Mounting Bracket 30796387-6 15.41 INC ESTIMATE RECALL NUMBER: 10/03/2018 08:55:32 59-5959J8801 Mitchell Data Version: OEM: SEP -18_V Copyright (C) 1994 - 2018 Mitchell International Page 1 of 6 Software Version: 7.1.231 All Rights Reserved 8 000049 BOY REMOVEIREPLACE 9 003160 BDY REMOVEIREPLACE 10 2 BDY CHECK/ADJUST 11 002001 BDY REMOVEIINSTALL 12 000159 BDY ALIGN 13 002220 BDY REMOVE/INSTALL 14 002811 BDY REPAIR 15 4.0* # REF REFINISH/REPAIR 16 17 000279 BDY REMOVE/REPLACE 18 000281 BDY REMOVE/REPLACE 19 - 000292 BDY REPAIR 20 REF REFINISH/REPAIR 21 22 002171 BDY REMOVE/INSTALL 23 936014 ADD'L COST 24 REF ADD'L OPR 25 933018 REF ADD'L OPR 26 ADD'L COST 27 ADD'L COST 28 900500 BDY * REMOVE/REPLACE 29 900500 MCH * ADD'L LABOR OP S1 30 900500 MCH * ADD'L LABOR OP S1 31 900500 BDY * REMOVE/REPLACE S1 32 900500 BDY * REMOVE/REPLACE S1 33 900500 BDY * REPAIR Frt Bumper Clip 8@2.66 Front Lamps L Frt Combination Lamp Assembly Headlamps L Front Combination Lamp Hood Hood Panel Front Fender L Fender Wheel Opening Flare L Fender Panel L Fender Panel MODIFIED REFINISH WITH FULL CLEAR COAT L Fender Wheel Opening Flare L Fender Flare Clip 7@3.00 Front Inner Structure Frt Body Front Panel (HSS) Frt Body Front Panel (HSS) MODIFIED REFINISH WITH FULL CLEAR COAT Side Body L Rocker Moulding Additional Costs & Materials Flex Additive Additional Operations Clear Coat Mask For Overspray Additional Costs & Materials PaintlMateriais Hazardous Waste Disposal Special/Manual Entry CORROSION PROTECTION Pre Scan Vehicle Post Scan Vehicle Lt front headlamp clips 2@1.39 WINDSHEILD WIPER FLUID final bill * - Judgment Item # - Labor Nate Applies C - Included in Clear Coat Calc ESTIMATE RECALL NUMBER: 10/03/2018 08:55:32 59-5959-J8801 Mitchell Data Version: OEM: SEP -18_V Copyright (C)1994 - 2018 Mitchell International Software Version: 7.1.231 All Rights Reserved Date: 10/10/2018 04:12 PM Estimate ID: 59-5959-J8801 Estimate Version: 2 Supplement: 1 (F F) 10/10/2018 04:07:44 PM FINAL " QUAL REPL PART Profile ID: * State Farm 3541113-1 21.28 INC 31323064-1 553.29 INC 0.4 30698684 INC Existing 0.5* 3.00 * INC Existing 4.0* # 0.0* C 2.0* 31283104-3 55.34 INC 8659732-5 21.00 Existing 3.0*# C 0.5* 0.4 5.00 * 1.6 8.00 * 0.3* Page 2 of 6 163.80 * 4.00 * " QUAL REPL PART 10.00 * 0.3* Existing 1.0* Existing 1.0* 30698684 2.78 * 0.0* ** QUAL REPL PART 3.00 * 0.0* Existing 0.0* Page 2 of 6 Date: 10/10/2018 04:12 PM Estimate ID: 59-5959-J8801 Estimate Version: 2 Supplement: 1 (F F) 10/10/2018 04:07:44 PM FINAL Profile ID: ` State Farm Recycler Information Section: Crown Wholesale Parts Center 5237 34th St N Saint Petersburg FL +1-800-2625540; 4 L Frt Bumper Side Cover VNA 116.40 Part Number: 31378965-3 Labor Sublet Description:OEM 1. Labor Subtotals Units Rate Amount Amount 6 L Frt Otr Bumper Opening VNA 70.79 Part Number: 30744506-4 686.40 T Taxable Parts 869.29 Description:OEM 8.00 0.00 298.40 T Sales Tax @ 7 L Frt Inr Bumper Mounting VNA 15.41 Part Number: 30796387-6 Description:OEM Total Replacement Parts Amount 930.14 Taxable Labor 8 Frt Bumper Clip VNA 2.66 Part Number: 3541113-1 @ 7.000% 78.04 Description:OEM Labor Summary 24.2 1,192.84 9 L Frt Combination Lamp As VNA 553.29 Part Number: 31323064-1 IV. Adjustments Amount Taxable Costs Description:OEM 172.80 Insurance Deductible 250.00 - 17 L Fender Wheel Opening FI VNA 55.34 Part Number: 31283104-3 Description:OEM 250.00 - Total Additional Costs 18 L Fender Flare Clip VNA 3.00 Part Number: 8659732-5 Description:OEM Disclaimer: Recycled part pricing may represent either actual pricing (the price at which the recycler is willing to sell the part for in its existing condition) or undamaged pricing (the price at which the recycler would sell the part if it was in undamaged condition). If you are unsure, please contact the automotive recycler. Estimate Totals Add'I Labor Sublet 1. Labor Subtotals Units Rate Amount Amount Totals 11. Part Replacement Summary Amount Body 15.6 44.00 0.00 0.00 686.40 T Taxable Parts 869.29 Refinish 6.6 44.00 8.00 0.00 298.40 T Sales Tax @ 7.000% 60.85 Mechanical 2.0 65.00 0.00 0.00 130.00 T Total Replacement Parts Amount 930.14 Taxable Labor 1,114.80 Labor Tax @ 7.000% 78.04 Labor Summary 24.2 1,192.84 Ill. Additional Costs Amount IV. Adjustments Amount Taxable Costs 172.80 Insurance Deductible 250.00 - Sales Tax @ 7.000% 12.10 Customer Responsibility 250.00 - Total Additional Costs 184.90 Paint Material Method: Rates Init Rate = 26.00 , Init Max Hours = 99.9, Addl Rate = 0.00 ESTIMATE RECALL NUMBER: 10/03/2018 08:55:32 59-5959-J8801 Mitchell Data Version: OEM: SEP -18_V Copyright (C)1994 - 2018 Mitchell International Page 3 of 6 Software Version: 7.1.231 All Rights Reserved Date: 10/10/2018 04:12 PM Estimate ID: 59-5959-J8801 Estimate Version: 2 Supplement: 1 (F F) 10/10/2018 04:07:44 PM FINAL Profile ID: " State Farm 1. Total Labor: 1,192.84 II. Total Replacement Parts: 930.14 Ill. Total Additional Costs: 184.90 Gross Total: 2,307.88 IV. Total Adjustments: 250.00 - Net Tota 1: 2,057.88 Less Original Net Total: 1,986.43 Net Supplement Amount: 71.45 S1: Luis Vera 71.45 For more information regarding State Farm's promise of satisfaction relating to new non -original equipment manufacturer (non -OEM) and recycled parts, please visit: http://st8.fm/7X4 or QR code. 0 0 1' M` 1 Register online to check the status of your claim and stay connected with State Farm@. To register, go to www.statefarm.com and select Check the Status of a Claim. If you are already registered, thank you! Point(s) of Impact 11 Left Front Corner (P) Insurance Co: State Farm Inspection Site: RESIDENCE -WALTER RAMSEY Address: 1801 Bluss Oak St Opopka, FL 32712 (407) 704-9413 Body Shop: Excel Auto Body Address: 753 North US Highway 17/92 Longwood, FL 32750-32 Fax Phone: (321) 972-3921 Email: longwoodexcel@gmaii.com ****************Inspection Summary Information****************** Vehicle Arrival Date? Was Vehicle driven in, towed in or delivered by Road America? Inspection Date? Number of business days to repair? Was the estimate given to the owner? Send payment to facility? Is the vehicle a Partial Loss or a Total Loss? If a Total Loss, what are the total fees due to your shop? ESTIMATE RECALL NUMBER: 10/03/2018 08:55:32 59-5959-J8801 Mitchell Data Version: OEM: SEP_18_V Copyright (C) 1994 - 2018 Mitchell International Page 4 of 6 Software Version: 7.1.231 All Rights Reserved Date: 10/10/2018 04:12 PM Estimate ID: 59-5959-J8801 Estimate Version: 2 Supplement: 1 (F F) 10/10/2018 04:07:44 PM FINAL Profile ID: * State Farm ******************CARS Alternate Part Summary****************** Were Alternate Parts available? Name of Alternate Part reference source? Alternate Part reference phone number? Cycle Time Information Drop Off Date and Time: 10/ 2/2018 Promise Date: 10/11/2018 Vehicle Pick Up Date and Time: 10/10/2018 Is Vehicle Driveable (Y/N)?: Y Assisted With Rental (YIN)?: N Time: 08:00 Time: 04:00 Repair Dates: Start Date: 10/212018 Completion Date: 10/10/2018 ESTIMATE RECALL NUMBER: 10/03/2018 08:55:32 59-5959-J8801 Mitchell Data Version: OEM: SEP -18_V Copyright (C)1994 - 2018 Mitchell International Page 5 of 6 Software Version: 7.1.231 All Rights Reserved Date: 10/10/2018 04:12 PM Estimate ID: 59-5959-J8801 Estimate Version: 2 Supplement: 1 (F F) 10/10/2018 04:07:44 PM FINAL Profile ID: ' State Farm NON -ORIGINAL EQUIPMENT REPLACEMENT PARTS INFORMATION Whenever ** appears next to the description of a part which is to be replaced, this means: THIS ESTIMATE HAS BEEN PREPARED BASED ON THE USE OF CRASH PARTS SUPPLIED BY A SOURCE OTHER THAN THE MANUFACTURER OF YOUR MOTOR VEHICLE. THE AFTERMARKET CRASH PARTS USED IN THE PREPARATION OF THIS ESTIMATE ARE WARRANTED BY THE MANUFACTURER OR DISTRIBUTOR OF SUCH PARTS RATHER THAN THE MANUFACTURER OF YOUR VEHICLE. ESTIMATE RECALL NUMBER: 10/03/2018 08:55:32 59-5959-J8801 Mitchell Data Version: OEM: SEP -18_V Copyright (C)1994 - 2018 Mitchell International Page 6 of 6 Software Version: 7.1.231 All Rights Reserved Florida Department of Agriculture and Consumer Services Division of Consumer Services 2005 Apalachee Pkwy Tallahassee, Florida 32399-6500 DBG, LTD., CO. 753 N HWY 17-92 LONGWOOD, FL 32750 October 3, 2018 SUBJECT: Motor Vehicle Repair Shop Registration MV61865 Your application for registration as a motor vehicle repair shop as required by section 559.904, Florida Statutes, has been received and processed. Your registration certificate appears below. This registration certificate will expire November 13, 2018. Your registration number is required by law to be placed on your invoice forms. The registration number is also required to be included in advertisements which are placed in a newspaper, magazine or directory. If you have any questions, please do not hesitate to call the Division of Consumer Services, Bureau of Compliance, at 800-435-7352 or 850410-3800. Cut Here - ------------ -------------------- ........ State of Florida V �a Department of Agriculture and Consumer Services '. Division of Consumer Services ?: 2 2005 Apalachee Pkwy '• Ij��� Tallahassee, Florida 32399-6500 POST CERTIFICATE Motor Vehicle Repair CONSPICUOUSLY Registration Certificate Chapter 559, Florida Statutes GOOD ONLY FOR THE LOCATION LISTED BELOW DBG, LTD., CO. DBA: WINTER SPRINGS COLLISION REPAIR DBA: WINTER SPRINGS AUTO CENTER 753 N HWY 17-92 LONGWOOD, FL 32750 Registration No.: MV61865 Issue Date: October 18, 2016 Expiration Date: November 13, 2018 ADAM H. PUTNAM COMMISSIONER OF AGRICULTURE This is to certify that the Motor Vehicle Repair Shop whose name and address are shown above has registered and paid the prescribed fee (based on the declared number of mechanics, technicians, and helpers) as required by s. 559.904 F.S. and is authorized to perform Motor Vehicle Repairs at the location shown above. A� p® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 10/26/2018 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 holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER YOuZoom Insurance Services, Inc 6900 College Blvd Ste 1000 CONTACT PHONE FAX AIC No): 877-835-1833 • 888-240-8803(AIC, ADDRESS: AMServiceCenter@arrowheadgrp.com Overland Park KS 66211 INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: American Guarantee and Liability Insurance 26247 EPK1644768-02 INSURED DBGLLCO-01 INSURER B: American Zurich Insurance Company 40142 DBG LLC dba Winter Springs Auto Center 753 N US Highway 17-92 INSURER C: INSURER D: Longwood, FL 32750 INSURER E: INSURER F : COVERAGES CERTIFICATE NUMBER: 850548985 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYpE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MMIDD/YYYY POLICY EXP MM/DD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY EPK1644768-02 8/15/2018 8/15/2019 EACH OCCURRENCE $1,000,000 CLAIMS -MADE OCCUR PREMISES EaEoccurrence) $ 300,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY ❑ JECTPRO-- [7LOC PRODUCTS-COMP/OPAGG $2,000,000 $ OTHER: B AUTOMOBILE LIABILITY EAP1644769-02 8/15/2018 8/15/2019 COMBINED SINGLE LIMIT $ 1 000 000 a Ea cddent BODILY INJURY (Per person) $ AUTO IANY X OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ Per accident X HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY $ UMBRELLA LIAS OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAR CLAIMS -MADE DED I I RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N PER OTH- STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? ❑ N / A (Mandatory In NH) E.L. DISEASE - EA EMPLOYEE $ If yes, describe under DESCRIPTION OF OPERATIONS below J E.L. DISEASE - POLICY LIMIT $ B Garage Keepers EAP1644769-02 8/15/2018 8/15/2019 Limit see desc of ops DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) Garage Keepers includes On -Hook coverage. Covered Locations and Garage Keepers Limits at each Policy Location: 753 N US Highway 17-92 Longwood, FL / Limit $300,000 1010 Bunnell Rd Altamonte Springs, FL / Limit $300,000 City of Sanford is listed as an additional insured. CERTIFICATE HOLDER CANCELLATION ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Sanford 300 N Park Ave AUTHORIZED REPRESENTATIVE Sanford FL 32771 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD A14C"RO® CERTIFICATE OF LIABILITY INSURANCE DATE/201 /YYYY) CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, 1u14�zo1s THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: AP INTEGO INSURANCE GROUP - - ---- ----------- . FAz -------...---------- PHON-- AIC No): 375 Woodcliff Drive E-MAIL Suite 103 ADDRESS: MED EXP (Any one person) $ 0 ---..---7------------ Fairport, NY 14450 _______________-_,_INSURER(S AFFORDING COVERAGE NAIC#_ _ INSURERA: NorGUARD Insurance Company 31470 INSURED INSURER B: DBG, LTD. CO j Winter Springs Collision Repair, Winter Springs Auto Center & Excel INSURER C: AutOBody INSURER D: INSURER E: 753 N. HIGHWAY 17-92 INSURER F: Longwood, FL 32750 CnVFRAGtFR CFRTIFICATF NIIMRFR- REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPEOF INSURANCE ADOL SUBR POCKY NUMBER y MPOML�ICY EPF MPOMLroi p YEYXP LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE 1 $ 0 CLAIMS -MADE F� OCCUR i ] I DAMAGE TO RENTED ' PREMISES (Fa occurrence) I S 0 MED EXP (Any one person) $ 0 ---..---7------------ ------------ -- j PERSONAL & ADV INJURY S O GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE l S O 1 j PRODUCTS - COMP/OP AGG $ O ------------.....-----------._i_—.._....------..-------------. POLICY n PRO- LOC ------ JECT --- OTHER: AUTOMOBILE LIABILITYCOMBINED SINGLE LIMIT $ ---___........_...----...--- ANY AUTO BODILY INJURY (Per Person) $ OWNED SCHEDULED AUTOSONLY ! AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY I i j j j ! BODILY INJURY (Per accident) i $ ! PROPERTY DAMAGE j $ Per accident $ UMBRELLA LIAR OCCUR 1 ! EACH OCCURRENCE S _ AGGREGATE _ _ i $ EXCESS LIAB HCLAIMS-MADE DED RETENTIONS I S A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y f N ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED? ® (Mandatory in NH) N / Ai C [ DBWC979507 01/14/2018 01/14/2019 X STATUTE ERH E.L. EACH ACCIDENT ($100,000 — E.L. DISEASE- EA EMPLOYEE! $ 100,000 ' E.L. DISEASE- POLICY LIMIT 1$500,000 If yes, describe under DESCRIPTION OF OPERATIONS below i i I i I DESCRIPTION OF OPERATIONS I LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) City of Sanford 300 North Park Avenue Sanford, FL 32771 VHIVI.CLLH 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 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD