Loading...
1993 IRFQ 18/19-119 Martins Collission40$�y �V °7 FINANCE DEPARTMENT Wednesday, November 14, 2018 To: City Clerk/P�A, n W-11 ��" ' j�' 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): ❑ Development Order ❑ Mayor's signature ❑ Final Plat (original mylars) ❑ Recording ❑ Letter of Credit ❑ Rendering ❑ Maintenance BondSafe 16 keeping (Vault) F]Ordinance Deputy City Manager ❑ Performance Bond ❑ Payment Bond ❑ Resolution ❑ City Manager Signature El ❑ City Clerk Attest/Signature ❑ City Attorney/Signature Once completed, please: ❑ Return originals to Purchasing- Department ❑ Return copies El 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 Mo-rr4o-b OMoto-I;�z From SharePoint_Finance_Purchasing_Forms - 201 &.doc -2' Lj 1,3 Date WEpi • FINANCE DEPARTMENT October 23, 2018 i n lmm iMIN Contract/Agreement Name: 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. 1. DBG, Ltd. Co. 2. Sanford Paint and Body Inc 3. Martins Collision Center Approval: Purchasing Manager Finance b7irector Date W Ci ey Date AGREEMENT BETWEEN THE CITY OF SANFORD AND MARTINS COLLISION CENTER 1 INC./IRFQ 18/19-119 AUTO PAINT AND BODY REPAIRS THIS AGREEMENT (hereinafter the "Agreement") is made and entered into this day of %1�t, 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 Martins Collision Center 1, Inc., a Florida corporation, whose principal address is 2540 South Myrtle Avenue, Sanford, Florida 32773, and whose mailing address is 8190 Narrow Leaf Point, Sanford, Florida 32771 (hereinafter referred to as "Martins"). The City and Martins 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 Martins 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 Martins 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 11Page 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 Martins 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 Martins No services have commenced prior to the execution of this Agreement that would entitle Martins 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 Martins 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. Martins' 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, Martins 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 Martins 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 Martins does not comply with a public records request, the City shall enforce the contract provisions in accordance with this Agreement. (c). Failure by Martins to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the City. Martins shall promptly provide the City with a copy of any request to inspect or copy public records in possession of Martins and shall promptly provide the City with a copy of Martins' 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 Martins 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 Martins 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, 31Page memorandum, letter, or other instrument shall have no effect on this Agreement unless agreed to by the City, specifically and in writing in a document of equal dignity herewith, and any and all terms, provisions, and conditions contained therein, whether printed or written or referenced on a Web site or otherwise, shall in no way modify the covenants, terms, and provisions of this Agreement and shall have no force or effect thereon. Section 10. Severability. If any term, provision or condition contained in this Agreement shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, or the application of such term, provision or condition to persons or circumstances other than those in respect of which it is invalid or unenforceable, shall not be affected thereby, and each term, provision and condition of this Agreement shall be valid and enforceable to the fullest extent permitted by law when consistent with equity and the public interest. Section 11. Waiver. The failure of the City to insist in any instance upon the strict performance of any provision of this Agreement, or to exercise any right or privilege granted to the City hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. Section 12. Captions. The section headings and captions of this Agreement are for convenience and reference only and in no way define, limit, describe the scope or intent of this Agreement or any part thereof, or in any way affect this Agreement or construe any provision of this Agreement. Section 13. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, but all of which, taken together, shall constitute one and the same document. Section 14. Binding Effect. This Agreement shall be binding upon and inure to the benefit of the successors in interest, transferees and assigns of the parties. Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement and to undertake all obligations imposed on it. The signatories hereof represent that they have the requisite and legal authority to execute this Agreement and bind the respective parties herein. Section 15. Remedies. The rights and remedies of the parties, provided for under this Agreement, are in addition to any other rights and remedies provided by law or otherwise necessary in the public interest. Section 16. Governing law, Venue and Interpretation. This Agreement is to be governed by the laws of the State of Florida. Venue for any legal proceeding related to this Agreement shall be in the Eighteenth Judicial Circuit Court in and for Seminole County, Florida. This Agreement is the result of bona fide arms length negotiations between the City and Martins, and all parties have contributed substantially and materially to the preparation of the Agreement. Accordingly, this Agreement shall 411 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 Martins have executed this instrument for the purpose herein expressed. ATTEST.- CITY OF SANFORD i Olbert, Mert, City 'tto'ne 41 mrt 04 A) th ATTEST. Heidi Martin Vice President MARTINS COLLISION CENTER 1, INC. By: Davi artin President Dated: f- " l 5 1 P a e Exhibit "A" Price Sheet K ? i F 4I"� y M= Solicitation Evaluation Category TOTAL BID PRICE FOR EVALUATION $0.00 Auto Painting Houd $42.00 $0.00 Body Repairs (Hourly) $42.00 $0.00 TOTAL BID PRICE INCLUDING $84.00 ADDITIONAL BID ITEM 61 Pa -e 10/05/2018 03:52PM 4073238000 MARTINS COLLISION PAGE 01/13 MOD)ER XNEOP-MABON- 1 DUE DATIE. Octo�er 11, 2018 at 2.-00 P. M. Local Time Name of Firm:k ....... City o Sanford Purchasing Division Contact Person: Marisol Ordofiez, Purchasing Manager Address: 2tj9.0 /W .................. Address: 300 N. Park Avenue Suite 243 City, , State I , Zip: Sanford, Florida 32771 1 . Address: ....................................................................................... Phone Number: 407-688-5028, or ext. 5030 Pax Number: I 407.688.5021 City/State/Zip Code: Email: purchasing(@,sanfbrdfl.&_o For Div./Dept./Office Bill Getman, Fleet Maint Supervisor Contact Person:...CUYI� ...... Address- Public Works -Fleet Maintenance Division 101 W. Fulton Street P,honeNumber:..4,'.q—..3.a3—.1.0 ................................. Florida 32771 d' , Fax Number: ... If .......... 3....... ....................... ISSUED DATE; Ema (+ Ln ..... BIDDER'S SIG A� BIDDER'S PRINTED NAME: ..... �z ....... .( N URE:.. 7" i Title:............................. .. ..... .... ..................................... .......... Date: ............. . .... ! ................................................................... 1PLEASE RETURN BY DUE DATE AND TIME VIA FAX, MAIL OR EMAkW CONTACT PERSON STATED ADOV)d 1. Intent. The intent of this solicitation is to select a successful Bidder for thelprovision of auto paint and body repairs. 2. Deliverables and Scope of Serviced 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 fbi 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 FJ,, 32771 between the hours of 6:30 A.M. and 5:00 P.M. Monday through Thursay. Th� 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- Projeof completion shall be attained no lat6r than a reasonable timeframe frorn the date a purchase qKder has beep LU the ul 13 idder. At appro _Me ro imately within 24 hours after teardown and ,d by -__Qity IQ the successf parts availability the city will be notified after issuance of the purchase order, rob the City, the successful Ridder shall update :)T the appropriate City representative providing a tentative delivery schedule androject 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 deliver.. Any costs associated with deliveries not properly coordinated with the appropriate City representative shall be borne bthe successful Bidder. Permitting: N/A; The successful Bidder shall be solely responsible for all pertinent permits required as well as adhering, VUR -F-309 I I Rev. 03=16 City of Sauford I Fivance Department I ) urchasing Division My Of S,k3�_UORD FINANCE DEPARTMENT 300 N. Park Avenue, Sanford, FlorIida 32771 Phone: 407.688.5028, or extension 5030 1 FIax: 40'7.688.5021 FORM IRFQ INFORMAL REQUEST FOR QUOTE MFQ718/19- 119T AUTO PAINT& �ODY REPAIRS MOD)ER XNEOP-MABON- 1 DUE DATIE. Octo�er 11, 2018 at 2.-00 P. M. Local Time Name of Firm:k ....... City o Sanford Purchasing Division Contact Person: Marisol Ordofiez, Purchasing Manager Address: 2tj9.0 /W .................. Address: 300 N. Park Avenue Suite 243 City, , State I , Zip: Sanford, Florida 32771 1 . Address: ....................................................................................... Phone Number: 407-688-5028, or ext. 5030 Pax Number: I 407.688.5021 City/State/Zip Code: Email: purchasing(@,sanfbrdfl.&_o For Div./Dept./Office Bill Getman, Fleet Maint Supervisor Contact Person:...CUYI� ...... Address- Public Works -Fleet Maintenance Division 101 W. Fulton Street P,honeNumber:..4,'.q—..3.a3—.1.0 ................................. Florida 32771 d' , Fax Number: ... If .......... 3....... ....................... ISSUED DATE; Ema (+ Ln ..... BIDDER'S SIG A� BIDDER'S PRINTED NAME: ..... �z ....... .( N URE:.. 7" i Title:............................. .. ..... .... ..................................... .......... Date: ............. . .... ! ................................................................... 1PLEASE RETURN BY DUE DATE AND TIME VIA FAX, MAIL OR EMAkW CONTACT PERSON STATED ADOV)d 1. Intent. The intent of this solicitation is to select a successful Bidder for thelprovision of auto paint and body repairs. 2. Deliverables and Scope of Serviced 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 fbi 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 FJ,, 32771 between the hours of 6:30 A.M. and 5:00 P.M. Monday through Thursay. Th� 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- Projeof completion shall be attained no lat6r than a reasonable timeframe frorn the date a purchase qKder has beep LU the ul 13 idder. At appro _Me ro imately within 24 hours after teardown and ,d by -__Qity IQ the successf parts availability the city will be notified after issuance of the purchase order, rob the City, the successful Ridder shall update :)T the appropriate City representative providing a tentative delivery schedule androject 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 deliver.. Any costs associated with deliveries not properly coordinated with the appropriate City representative shall be borne bthe successful Bidder. Permitting: N/A; The successful Bidder shall be solely responsible for all pertinent permits required as well as adhering, VUR -F-309 I I Rev. 03=16 10/05/2018 03:52PM 4073238000 MARTINS COLLISION 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 for this project; b. Provide access to the work area; c. Provide towing and delivery of damaged vehicle as required; d. The City shall snake the facility available for evaluation and inspectio calling 407.688-5000 Ext 5411 or 5412 to schedule an appointment; as e. Appointments will be given on a first come, first serve basis based ox 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 Bid materials, permits, equipment, transportation, supervision, and any and all oth( which are necessary to fully complete and deliver the goods/services requested to create, or cause to be filed, any liens for labor and/or materials on, or agai City. Such lien, attachment, or encumbrance, until it is removed, shall precl payment expected by virtue of this project. The successful Bidder will en! contractors, representatives, volunteers, and the like, fully comply with all o� providing services for the City in accordance herewith. The successful Bidd( methods, techniques, sequences, safety programs, and procedures necessary 1 forth in the Scope of Services. The successful Bidder shall use appropriate too', and proper working order, so as to enable the successful Bidder to complete th PAGE 02/13 materials and equipment required accompanied by a City Representative by availability and will be given between the ger shall provide and pay for all labor, tools, items or services, of any type whatsoever, )y the City, and shall not have the authority st, the City, or any property owned by the de any and all claims or demands for any ire that all of its employees, agents, sub - the terms and conditions set herein, when shall be solely responsible for the means, properly and fully complete the work set and/or equipment which are in good repair services required hereby. {,Irwin -Vin Thr,.)uww;;(ul Fiirhl5r,111all br, r51lrrlrniltl5 fru 1115 r5rrirtyah haar ui�. grid Ivirid dig irml chin dnhrii grnnrnlyd as a result of performing the services for this turn -key solution on a daily bass; including up to, but not be limited to all existing equipment removed, all packaging materials, crating, cardboard, prote ive packaging, liners, plastic, etcetera. Any dumpsters located within Public Works compound shall not be used by the suc essful Bidder. The successful Bidder shall broom clean the premises at the end of each day and upon completion of delivery, installation and, set-up. Puntcb List: The designated City representative and the successful Bidder shal and project completion by the successful Bidder. In the event any deficiencie to outline all deficiencies discovered. After the punch list is issued to the su have reasonable but a timely mariner timeframe to respond and correct all ite item must be replaced, an expected delivery date for said item shall be given must be redone, an expected completion date shall be given to the City. Final a4 shall not be done by the City until all items on the punch list have been compli Public Emergencies: It is hereby made a part of this bid that before, dur: hurricane, tornado, flood, or other acts of God, City of Sanford shall require a vital and imperative that the health, safety, and welfare of the citizens of Sanfor that threatens public health and safety as determined by the C ity. The Bidder a to the City or governmental entities on a "first priority" basis. The City expt and/or services under the awarded Agreement in the event of a disaster, emerg of God. Should the Bidder provide the City with products and/or services expects to pay a fair and reasonable price for all products and/or services ren( emergency, hurricane, tornado, flood, or other acts of God. The City shall select the lowest quote that is most responsive to the needs o response shall be accompanied by a detailed description of the requirement 3. Price Submittal. in accordance with the terms, conditions and speeifica the firm, do hereby accept in total all the terms and conditions stipulated and submit the following prices for I(RIFQ-18/19-1119, Auto Paint and Body Rel perform an inspection of all items delivered are identified, a punch list shall be created cessfA Bidder, the successful Bidder shall as listed on the punch list. In the event an o the City. Similarly, in the event an area :eptance and subsequent invoice processing g, and after a public emergency, disaster, First Priority" for goods and services. It is are protected from any emergency situation tees to rent/sell/lease all goods and services s to pay contractual prices for all products acy, hurricane, tornado, flood, or other acts )t under the awarded Agreement, the City red or contracted in the event of a disaster, City as outlined herein. The bidder's price ,ce to be offered. , Uwe, as authorized signatory to commit enced in this IRFQ document and hereby , as follows: 10/05/2018 03:52PM 4073238000 MARTINS COLLISION. PAGE 03/13 Item I Description 1. 1 AUTO PAINTING 2. 1 BODY REPAIRS 3. 1 TOTAL QUOTE PRICE Rate UU ivy- kou r Additionally, please respond to the ;following questions by placing a check mark (✓) on the appropriate answer: Item Question Response Response YE NO r2. 1. Did you include a copy of your Certificate of Liability Insurance (COI) with your note submittal? Include a copy of your Florida State License and W9 3. 1 Included a copy of the Business a. The City will not consider alternates to the items listed above. If alternates are off red, 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 W year with a (3) year contractafter award of this IRFQ_ c. Unit Price Accuracy: please check the stated unit prices before submitting your uoe; 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 of extended price irregularities, unit price shall rp evail. Please note that the City reserves the right to clarify and correct extended rice amount effors. d_ City of Sanford is exempt from Sales Tax. Certificate No. 85-801262168IC-8. e. If you are offering pricing which is based on other entity or agency solicitation prici g, 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 I - If not submitting a quotation, plem indicate "NO BID" and return this form. Critical Data: a. Please return your quote submittal via fax, mail or email to the requesting Division Dcpartment/Otftce as outlined on page 1; by no later than the due date and time outlined on page I or as revised thereof via written adde�tda. b. Please email questions regarding this quotation only to the requesting Division/Department/Office. Any interpretations, clarifications, or changes made will be in the form of written addenda issued by requesting DivisionDepartment/0ffice. c. Pursuant to Section 2.2 of the City of Sanford Purchasing policy, lobbying is strictl y prohibited. d. Please note that all documents sent to the City as part of this IRFQ are considered o Public Record; as prescribed by Chapter 119, Florida Statutes. e. Bidder must subunit a copy of their Certificate of Insurance with their quote, f. Any order resulting from this IRFQ shall be subject to the attached General Term and Conditions and all applicable laws, policies and Rev. 10/05/2018 03:52PM 4073238000 MARTINS COLLISION PAGE 04/13 ATTACHMENT "A" PRICE PROP( IRFQ-1$/19-119, AUTO PAINT & BODY I/we, the undersigned, as authorized signatory to commit the firm, do t conditions stipulated and referenced in this IRFQ document and do her( negotiated it will abide by the terms and conditions presented in the IRF thereto. The undersigned, having familiarized him/herself with the conditions, and the cost of the work at the place(s) where the work is to to perform within the time stipulated, all work required in accordanc specifications and other documents including Addenda, if any, on file at for the price set forth herein in Attachment "A" Offer to Purchase and Quote Terms and Conditions. The signature(s) below are an acknorr and acceptance of all the terms and conditions set forth in this IRFQ between the parties in writi AFFIANT SIGNATURE ---- Typed Name of AFFIANT Title STATE OF ,'" L COUNTYOF The foregping instrument was executed before me this '.3 nd i C(. itis; i t t1 as (; lA i\c of who personally swore or affirmed that he/she is authorized to execute this d+ and who is personally known to me OR has produced JACQUELINE STALLWORTB (stamp) MY COMMISSION R FF192230 EXPIpES: laauasY 29, 20{9 NOTARY PUBLIC, State of PLEASE COMPLETE AND SUBMIT WITH YOUR ®'Failure to subpart this Moran may be grounds for disci RS ;reby accept in total all the terms and )y agree that if a contract is offered or document or as negotiated pursuant arms of the IRFQ documents, local ae done, hereby proposes and agrees with the requirement and technical ie City of Sanford Purchasing Division kcceptance of Informal Request for edgment of my/our full understanding document or as otherwise agreed to ment and thereby identification, 2q t ;3' by the Corporation, RESPONSE a of your submittat"10 10/05/2018 03:52PM 4073238000 MARTINS COLLISION. PAGE 05/13 Roy. 10/05/2018 03:52PM 4073238000 MARTINS COLLISION GENERAL TERMS AND CONDITIONS - READ CAREFULLY Questions relating to this Request for Quotation must be directed to the City of Sanford, Purchasing Division, herein alter 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 terns 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 shall be done so at the vendor's sole risk and expense. QUANTITY/PRICE The quantity of materials ordered or the prices specified must not be exceeded without wrincrt authority being first 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, demands, 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 were existence of this Agreement between the parties. PATENT/COPYRIGHT HOLD HARMLESS The Vendor shall 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 larder this Purchase Order, constitute an infringement of any patent or copyright of the 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 clearly 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 of the C ity 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 rate 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 4:30PK 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 422, 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 alt materials, supplies, and equipment as listed on the resulting Purchase Order shall meet the requirements, specifications and standards as provided underthe U.S. Department of Labor Occupational Safety and Health Act of 1970, as from time to time amended and in force at data hereof. COMPLIANCE WITH LAWS, GUIDELINES, REGULATIONS The Vendor, at its sc decisions, orders, ai governments, as well officers, which are t. following the award. AWARD The City reserves th technicalities and to i interest of the City. PAGE 06/13 expense shalt comply with all taws, ordinances, judicial regulations of federal, state, county and municipal s their respective departments, commissions, boards, and effect at the time of award or are adopted at any time right to reject any or all parts of this solicitation, waive vend to most responsive, responsible bidder, as in the best Failure of a Vendor flat 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 n9t 30 days upon delivery and acceptance. The City pays in accordance with the Tmpt Payment Act Section 218.70, Florida Statutes. APPLICABLE LAW, VENUE AND JURY TRIAL The laws of the State f Florida shall govern all aspects of this order. In the event it is necessary for eit r patty to initiate legal action regarding this order, venue shall lie in Seminole County, Florida. The patties 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 oft c parties hereto. AUDITING, RECO IkDS AND INSPECTIONS The Vendor shall ke books, records, and accounts of all activities, related to this order, in eompliancc 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 representative of the City and shall be tet hied by the Vendor, for a period of three (3) years after termination or compl tion 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 ratenGion trod. All books, records, and accounts related to the performance of this or shall be subject to the applicable provisions of the Florida Public Records Act, c�iapter 119, Florida Statutes. The City also has the right to conduct an audit witf, in 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 based upon the findings in this audit without regard to any notice requirement for termination i WARRANTY The Vendor agrees t4 provide a full warranty to the City for all materials and services which it prov es hereunder for one full year following the date of delivery or completion of services. In the event that the Vendor is called to yerforrn warranty work, the V ndor will be responsible for all costs incurred in repairing the areas under warrartty. 'If it is determined that new problem areas have appeared which were not areas 'epaired by the Vendor under the Scope of Services set forth herein, the City will b responsible for the costs incurred in repairing the new areas. The manufacturer's tiv�rranty on materials received and installed shall extend for the lull warranty period. INSURANCE The vendor shall hav gat a minimum the insurance limits listed hereunder; however the City reserves the nilateral and sole right to modify said limits when the type of product or services uestcd 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 LIABOY: $1,000,000.00 PROFESSIONAL LIABILITY: $1,000,000.00 (only if professional services are to be provided) I VEHICLE INSURANiCE: $1,000,000.00 Combined Property & Bodily Injury WORKER'S COMPEPSATION: $1,000,000.00 PRODUCTS L1ABIL Y: $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 fbrth during the entire term of performjng services under this award. NOTJE: ANY AND TlALL SPECIAL CONDITIONS ATTACHED HERETO WHICH VARY ERQM T14ESE GENERAL CONDITIONS SHALL HAVE PRECEDENCE. II Issued by: FinanceMbrebaslog Divislos Sanford, 4orida IRFQ 18/19-119 AUTO PAINT & BODY REPAIRS Rev. 10/05/2018 03:52PM 4073238000 MARTINS COLLISION PAGE 07/13 INSURANCE REQUIREMENTS INSURANCE REQUIREMENTS OUTLINED BELOW APPLIC SERVICES WHEN THE CONTRACTOR PERFORMS ON Outline of Requl LE TO CONTRACTS FOR OFF CITY PREMISES Contradt Contract does Contract does Exceed not Exceed not Exceed $500,000, pso $500,000,180 $25,000, 30 days days ao days and no and no unusual unusual hazards unusual hazards exist exist hazards exist Employers Li bility Employers Employers Workers' Compensation $1,000,000 Liability $500,000 Liability $500,000 Each Accide `Certificates of exemption are not -acceptable in lieu of workers $1,000,000 t Each Accident $500,000 Each Accident $ 500,000 compensation insurance Disease ( Disease Disease $ 1,000,000 I 1 $500,000 $ 500,000 Commercial General Liability shall include -Bodily injury liability' i $ 3,000,000 er $1,000,000 $ 500,000 Per Property Damage liability,, Personal Injury liability and Occurrence Per Occurrence Occurrence Advertising injury liability Coverages shall include: Premised $ ; $ 1,000,000 $ 500,000 Operations; Products/Completed Operations; Contractual liability e000 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 Siegle Limit Combined Single Limit Occurrence $ 0 shall include all of the following: owned, leased, hied, non -owned $1,000,000 $1,000,000 Gennera! eral autos, and scheduled autos. General i 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°l0 of 100% of site storage, transit, installation and equipment breakdown. completed v lue et completed completed value Permission to occupy shall be included and the policy shall be of additions and value of additions and endorsed to cover the interest of all parties, including the City of structures additions and structures Sanford, all contractors and subcontractors i structures $3,000,000 i $1,000,000 $500,000 Aggregate: No per Aggregate: No Aggregate: No per Garage Keepers (when required) vehicle maxi um per vehicle vehicle maximum preferred maximum preferred referred $3,000,000 j $1,000,000 $500,000 Combined Si gle Combined Combined Single Garage Liability (when required) Limit $3,000,000 I Single Limit $1,000,000 Limit $500,000 General General General - Aggregate Aggregate Aggre ate 1 of 3 Insurance Requirements 10/05/2018 03:52PM 4073238000 MARTINS COLLISION I. It is noted that Professional Liability, builder's risk, liability is not required unless applicable conditions E the CONTRACTOR must request clarification Purchasing Office. II. Vendor, Contractor, bidder shall provide, to the Ci commencing any work, a Certificate of Insuranc compliance with the requirements outlined below. completion of this requirement shall be unauth be responsible. III. The City reserves the right, as conditions war insurance requirements outlined below as may b conditions and exposure. ➢ Certification Terms and Con IV. It is noted that the City has a contractual retationr contractor or provider (collectively referred hereina to a purchase order, work order, contract or other fo of Sanford, whether in writing or not and has no with the Contractor's insurance carrier. Therefore, �I to insure that they have the insurance coverage sp44 contractual obligations and expectations of the Cityll insurance coverage is a matter between the vendor) City will turn to the Contractor for relief as a rest l damages for which the Contractor is responsible tc harmless. It is understood that the Contractor mai such damages either directly or through its insural the insurance carrier notwithstanding, the City j Contractor. a. The insurance limits indicated above and i minimum limits acceptable to the City. . shall to be considered primary to City S contain co-insurance provisions. b. All policies, except for professional liability' compensation policies shalt name the Citi Insured. c. Professional Liability Coverage, when a a case by case basis. d. In the event that the insurance coverage E completion of the project, a renewal cern days prior to said, expiration date. e. All limits are per occurrence and must i Property Damage. f. All policies must be written on occurre, made Form, except for Professional Liabil g. Self -Insured retentions shall be allowed h. In the notification of cancellation: The endorsed onto the policy as a cancella Should any of the above described pol accordance with the policy provisions. i. All insurers must have an A.M. rating of 2 of 3 Insurance Requirements PAGE 08/13 garage keepers and garage xist. If clarification is needed from the City of Sanford y of Sanford "City," prior to which verifies coverage in Any work initiated without )rized and the City will not nt, to modify or increase determined by the project, ons hip with the named vendor, :er as Contractor) applicable m of commitment by the City >uch contractual relationship ie onus is on the Contractor :cified by the City to meet all Further, as the Contractor's and its insurance carrier, the of any damages or alleged indemnify and hold the City r satisfy relief to the City for ice coverage; exclusions by will expect relief from the rwise referenced are , all contractor policies ,rase and shall not policies and workers of Sanford as Additional le, will be defined on prior to the shall be issued 30 Bodily Injury and form, not on claims ,n any liability coverage. ity of Sanford shall be on notice recipient. :ies of Sanford in least A -VII. 10/05/2018 03:52PM 4073238000 MARTINS COLLISION PAGE 09/13 j, It is the responsibility of the Prime CONTI sub -contractors retained by the Prime CC coverage as defined here -in before and a of said Prime CONTRACTOR in all respe k. Any changes to the coverage requiremen approved by the City of Sanford, Risk Ma 1. Address of "Certificate Molder" is City of N_ Park Avenue); Sanford, Florida 32771; Manager; Phone 407.688.5028/5030 Fax m. All certificates of insurance, notices etc. n address. n. In the description of the certificate of insu. solid tiqh number and project name. AFFIAN NATUR Typed Name of AFFIANT Title STATE OF COUNTY OF ,TOR to ensure that all RACTOR shall provide and are the responsibility > indicated above shall be ager. anford; P O Box 1788 (300 Mtention Purchasing 1.07.688.5021. .ist be provided to the above nce please also add the instrumgnt was executed before me this '3 day; of l�1X1n N . I r , who personally swore or affirmed that he/she is and thereby bind the Corporation, and who is personally as identification. nw N�JT R1rPU (stamp) JACQUELINE STALLWORTH My COMMISSION # PF192230 EXPIRES: January 28.2019 The City reserves the unilateral right to modify the insurance �V'Fallure to submit this form may be grounds for 3 of 3 Insurance Requirements ed to execute this document to me OR has produced of set forth at any time. of your submittal '910 10/05/2018 03:52PM 4073238000 MARTINS COLLISION, PAGE 10/13 -9 Request for Taxpayer Give Form to the Identification number and Ceriffication requesteir. Do not Rev. November Q017) ,epamnent of the Treasury sand to the IRS. Memel Revenue Service i Go to vww Jrs.gov/FormW9 for instructions and the latest information. 1 Name (as shown on your Income tax return). Name is required on this One; do not leave this line bunk. Martin's Collision Center 1 Inc. 2 Business name/disregarded entity name, If different from above Martin's Collision Center i c° 3 Check appropriate box for federal tax classification of the person whose name Is entered on line 1. Chack only one of the 4 Exemptions (oodes apply onlyto �+ following seven boxes, certain entities, not Individuals; sae Ch. o ❑ tnd'rvidual/sole proprietor or ❑ C Corporation Q S Corporation ❑ Partnership ❑ TrusVestats instructions on page 3); o singia-member LLC Exempt payee code (d any) CL CL 0 ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=P srship)1► U o NotLe Check the appropriate box in the line above for the tax ciassification of the singis-member owner. Do not check Exemption from FATCA reporting LLC if the LLC is classified as a stngle-member LLC that is disregarded from the owner unless $ the owner of the LLC Is LLC code '� d o another LLC that is not disregarded from the owe for U.S. federal t8x purposes. Otherwise, is disregarded from the owner should check the appropriate box for the tax classification of its single -member that owner. ❑ Other (sae instructions) ► CAW%s W aoam r n2hWn2d0urskre me us! rn 5 Address (number. street. arks apt. or suite no.) See instructions. I Requester's name and address (optional 2540 S. Myrtle Ave. d®mn 6 City, state, and ZIP code Sanford, Fl. 32773 I 7 List accwnt number(s) here (optional • Taxpayer Identification Number MN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid Social severity number backup withholding. For individuals, or ds, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part 1, later. For other entities. it is vour emolover identification number (EIN). if you do not have a number, see How 6 qet a TIN, later. or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Employer identification number Number To Give the Requester for guidelines on whose number to enter. i i 4 6 -141 1 1 3 1 9 1 5 1 9 1 5 Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or) am waitinil for a number to be issued to me); and 2. 1 am not subject to backup withholding because. (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am.. no longer subject to backup withholding; and i 3. 1 am a U.S. citizen or other U.S. person (defined below); and i 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification insvuctiona You must erose out ftem.2 above if you have been nQtined by the ifi5 ttjat 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 ata property, cancellation of debt, contributions to an individual retirement arrangement ORA), and generally, payments other than interest and dlvtdands, you are not required o sign t e certification, but you must provide your correct TIN. See the instructions for Part 11, later. Sign 8i9n7tii+rct of i Here U.S. person P � ('U ki I Oste ► 3 General Instructions • Form 1099 -up (dividends, including those from stocks or mutual funds) . Section references are to the Internal Revenue Code unless otherwise - Form 1099-M`sc (various types of Income, prizes, awards, or gross noted' proceeds) Future developments. For the latest Information about developments • Form 1099-8 stock or mutual fund sales and certain other related to Form W-9 and Its Instructions, such as legislation enacted transactions by brokers) after they were published, go to www.Jrs.gov1FormW9• . Form 1099-S (proceeds from real estate transactions) Purpose of Forret • Form 1099-K merchant card and third party network transactions) An individual or entity (Form W-9 requester) who is required to file an ' Form 1098 (hme mortgage interest), 1098-E (student loan interest), Information return with the IRS must obtain your correct taxpayer 1098-T (tuition) identification number (TIN) which may be your social security number • Form 1099-C (canceled debt) (SSN), individual taxpayer identification number OTIN), adoptlon - Form 1099-A acquisition or abandonment of secured property) taxpayer Identification number (ATIN), or employer identification number Use Form W--� only M you are a U.S. parson (including a resident (EIN), to report on an information return the amount paid to you, or other alien), to provide your correct Tia. amount reportable on an information return. Examples of Information returns include, but are not limited to, the following. It you do not Jetum Form W-8 to the requester with a TIN, you might • Form 1099 -INT (interest earned or paid) be subject to bickup withholding. See What is backup withholding, later. i Cat. No. 10231X I FWm W -g (Rev. 114017) 10/05/2018 03:52PM 4073238000MARTINS COLLISION PAGE 11/13 ... ........ . ...... State of Florida Department of Agriculture and Consumer �ervices Registration No.: MV89880 Division of Consumer Services, .. I 1 1. . .. — Division . ...... ---, — Issue Date: December 27, 2017 2005 Apalachee Pkwy I Expiration Date: December 17, 2019 Tallahassee, Florida 32399-6500 POST CERTIFICATE Motor Vehicle Repair CONSPICUOUSLY Registration Certificat Chapter 559, Florida Statutes GOOD ONLY FOR THE LOCATION LISTEI MARTINS COLLISION CENTER 2540 S MYRTLE AVE SANFORD, FL 32773-5160 This is to certify that die Motor Vehicle Repair Shop whose name and address are shown above has re rrtechaoics, l=btucians. and helpers) as requited by s, 559.904 F.S. and is authorized to perform Motc MARTINS COLLISION CENTER 2540 S MYRTLE AVE SANFORD, FL 32773 DAVID MARTIN (OFFICER) HEIDI MARTIN (OFFICER) BELOW ADAM H. PUTNAM COMMISSIONER OF AGRICULTURE and paid the prescribed fee (based on the declared number of : Repairs at the location shown above. "i C ;-I A —A VALID THROUGH 09130/19 Receipt #:10432018081528634 Amount Paid: $ 49.50 Account #:187796 REGULATED License # - MV89880 SANFORD CITY LICENSE REQUIRED" Date Paid, 08/15/2018 .......... ........ 10/05/2018 03:52PM 4073238000 A& CITY OF 11 ORD FLORIDA LOCAL MARTINS COLLISION PAGE 12/13 CITY OF SANFORD Building Division P0 Box 1788 Sanford, EL 32772-1788 11 — • -194 4:11 VALID THROUGH SEPTEMBER 30, tax only, ,It does not pery MARTINS COLLISION CENTER 2540 MYRTLE AVE Receipt classification SANFORD Fl. 32773 Number IM "2 :. This receipt is a local business violate any existing zoning 'or regulatory laws of the state the local business taxpayer to county, nor does it exempt the Pr4 0026569 -Y Total it .00 80.00 .00 100.00 D business taxpayer from any other license or permits required by law. Issue Date: August gr 2018 Control Number: Business Location: 2540 MYRTLE AVE ORIGINAL TAX RECEIPT MUST BE DISPLA ON PREMISES Receipt Receipt classification Number Amount �i� 1Z3006 0003828$ REPAIRSHOP/AUTO 6-10 80.00 EMPLOYEES 00038289 FIRFINS 100.00 FFlakINSPECTIONS 0 SEMINOLE COUNTY TAX RECEIPT R ORIGINAL TAX RECEIPT MUST BE DISPLA ON PREMISES 10/05/2018 03:52PM 4073238000 MARTINS COLLISION PAGE 13/13 CERTIFICATE OF GARAGE INSURANCE bATEIM)A7DDMYYj 10/05f2018 THIS CERTIFICATE IS ISSUE13 AS A MATTER OF INFORMATION ONLY AND CONFERS NO OGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER TIME COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT SME'EN T14E ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPOR ANT: If the certificate holder ie an ADDITIONAL INSURED, the polley(ies) must have l 001710 NAL INSURED provisions or be endorsed. It SUBROGATION IS WAIVED, subject to the wrms and conditions of the policy, cartain gotic may require an endorsement. A ststament on this certincafn does not confer rights to the certificate, holder In lieu of such sndorsemant s . PROOLICER ACT Tony Russi Insurance Agency, Inc. PTTD E EXIJ407J322.9206 fAx 2576 S. French Avenue ItIfO ion russ'sitTsurance-corn _ Sanford FL 32773 INSURER S F co PRArp NAIC d Southern wn®rs Insurance Company^_ INSURED B : _ Martina Collision Center 1, Inc. INSUWR C.- 2640 •2540 S. Myrtle Ave. SURER o - Sanford FL 32773 1N&VRFR E -INSURER ---- IoCU14tf1A1 li. --v s a.,, •�+vr-v THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO TH INDICATED. NOTTMTHSTANOING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OROTHER CERTIFICA'T'E MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED 8Y THE POLICIES D EXCLUSIONS AND CONDITIONS QF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID INSURED NAMED ABOVE FOR THE POLICY PERIOD DOCUMENT WITH RESPECT TO WHtCH THIS ISCRIFIED HEREIN IS SUBJECT TO ALL THE TERMS, tAIMS. "ML TYPE OF INSURANCE DO B Vn POLICY POU ICY EFF P LiOY EXP UMI S A GARAGE LIABILITY HIRED AUTOS ANY AUTOX NON VAItED ovweo IN GARAGED AUTOS ONLY BUSINESS X Broadened Cove a x 49.683-642-01 42(2312017 1 3/2418OTWR AUTO ONLY (E& essJgeni) EAACCIDENT a 000.090 A O L aGATs 32 000 000 A GARAGE I(EEPERS UAWLITY X LEGAL LIA9SLITY DIRECT BASIS X i 49-683.642-01 12123/2017 I 1212312018 ;( OTIC P� LOC SPECT IED LOC 1 S00 QOa X COLLISION Loc 1 500 000. PRIMARY EXCESS LOC COMMERCIAL GENE"t. LUW[LniY EACR O RENCE S 1,000,000 oaMAgE TO RRt= D - 300x000 P An one Lwn s 10 000 A X iaAWS•MA F L.^ j OCCUR X Hired & Non -Owned Auto X 134782-72107185 12/23(2017 12(23/2018 I Liability PERBOwv- A U WJL Y 11,000-000 PLIES PER: GEN L AGGREGATE LIMIT APPLIES GENERAL AGGREGATE 2 000 000 I O YS . COh9PlOP AGO 5 2,000 000 X POLICY D PR 1— I LOC i OTHERS e UMBRELLA LtAa OCCUR EACti OCCURRENCE S AGGREGATE S _ EXCES$ LEAN CLAIMS, tYAaE R NT $ I MJORE(EI* COMPENSAVON P R I FR M E.L. EAC>3 AGC E T S AND EMPLOYEM51 UASSI.ITY ANY PROPRif TORPPAR7N£R/EXBCUTIVE OFFTCEPjMEM8ER EXCLUDED? y (_y tMandalM In NIA) N t A i tS� SL • EA EMPLOYE E.L.DISEAS -POS ,Y LIMIT S IR, os. descl 6a \ c,der CSL $1,000,000. A Business Auto i 49-683.642-00 12/23/2017 1 23/2018 Cornp/Collision Dad. S500.0ed, PIF' $40,000 no dad. REMARKS (ACORD 181, Additional Rodma}kS Sched\vlo,"be grNehod M mote ¢pace le rOquUad) Certificate Holder is named as additional Insured i I 5;`f ACORD 30 (2016/03) The ACORD name and logo are registered AC D City of Sanford Building Department SHOULD ANY OF 4 THE EXPIRATION ABOVE DESCRIBED POLICIES Be CANCELLED BEFORE PATE THEREOF, NOTICE V A L BE DELlIVERED IN 300 N Park Ave ACCORDANCE IMT1111HE PWCY PROVISIONS. Sanford, FL 32771 AUTMORMD RAPRESeNT 5;`f ACORD 30 (2016/03) The ACORD name and logo are registered AC D All October 23, 2018 Contract/Agreement Name: 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. 1. DBG, Ltd. Co. 2. Sanford Paint and Body Inc 3. Martins Collision Center Approval: ilid" Finan&4 Director Date Date 12< Attorney / Date