Loading...
2197 IRFQ 19/20-124 Fire Extinguishers Tri CountyY a � I #,.. V ' 'h y !*!IF ' Ny1, TO: City Clerk/Mayor E: IRFQ 19/20-124Repairs and Maintenance Services for the City's Fire Extinguishers- Tri -County The item(s) noted below is/are attached and forwarded to your office for the following action(s): ❑ Development Order ❑ Mayor's signature ❑ Final Plat (original mylars) ❑ Recording ❑ Letter of Credit ❑ Rendering ❑ Maintenance Bond ® Safe keeping (Vault) ❑ Ordinance ❑ Deputy City Manager ❑ Performance Bond ❑ Payment Bond ❑ Resolution ❑ City Manager Signature ❑ ❑ City Clerk Attest/Signature ❑ City Attorney/Signature Once completed, please: ❑ Return originals to Purchasing- Department ❑ Return copies El Special Instructions: Li,vtol�yQ.y 13oja oUzi je , From SharePoint_Finance_Purchasing_Forms - 2018.doc 2/z6/z0 Date February 24, 2020 Contract/Agreement Name Approval: APu4rcLasingg Manager IRFQ 19/20-124 Repairs and Maintenance Services for the City's Fire Extinguishers Primary Award - Tri -County Pk Atf 41 Financ Director 1;�n, n A P IC 6ATto-5-rrey-x--�-/ Date Date Date AGREEMENT BETWEEN CITY OF SANFORD AND TRI COUNTY FIRE EQUIPMENT, INC./IRFQ NUMBER 19/20-124; REPAIRS AND MAINTENANCE SERVICES FOR FIRE EXTINGUISHERS THIS AGREEMENT (hereinafter the "Agreement") is made and entered into this 01A day of February 2020, 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 Tri County Fire Equipment, Inc., a Florida corporation, whose principal address is 2514 South Laurel Avenue, Sanford, Florida 32773, (hereinafter referred to as "Tri County"). The City and Tri County 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 the Provision of Services. (a). This Agreement is for the provision of services set forth in the attachments hereto and Tri County agrees to accomplish the provision of services specified in the attachments for the compensation set forth in those documents relating to repairs and maintenance services for fire extinguishers, and for such other services as may be agreed upon by the parties as set forth in issued work/purchase orders. (b). It is recognized that Tri County shall provide services as directed by the City. (c). The City's contact/project manager for all purposes under this Agreement shall be the following: Marisol Ordohez Purchasing Manager Finance -Purchasing Division City of Sanford Post Office Box 1788 Sanford, Florida 32772-1788 Phone: 407-688- 5028 Email: Marisol.ordonez@sanfordfl.gov Section 4. Effective Date and Term of Agreement. This Agreement shall take effect on the date that this Agreement is fully executed by the parties hereto. This Agreement shall be in effect for a term of 1 year with the opportunity for additional 1 -year renewal periods when in the best interest of the City in its sole discretion. However, the total length of this Agreement, including all renewals, shall not exceed 5 years. The decision to renew or extend this Agreement shall be at the discretion of the City. Tri County shall review the quality and status of the services pertaining to the performance of repairs and maintenance services for fire extinguishers, etc. with the City on an annual basis at which time(s) the City may terminate this Agreement is its sole and absolute discretion. In any event, this Agreement shall remain in effect until the services to be provided by Tri County to the City under each work order have been fully provided 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 Tri County. No goods, services or actions have been provided prior to the execution of this Agreement that would entitle Tri County for any compensation therefor. Section 5. Compensation. The parties agree to compensation as set forth in the attachments hereto, with the initial purchase of services being in the amounts set forth in the attachments hereto and, subsequently, as may be agreed upon by the parties as set forth in issued work/purchase orders. 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; which can be reached at: (hftps://www.sanfordfl.gov/departments/finance/purchasing/contract- terms-and conditions or www. Sanford F L.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. Tri County'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, Tri County must: (1). Keep and maintain public records that ordinarily and necessarily would be required by the City in order to provide goods or perform services. (2). Provide the public with access to public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. (3). Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (4). Meet all requirements for retaining public records and transfer, at no cost, to the City all public records in possession of Tri County 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 Tri County does not comply with a public records request, the City shall enforce the contract provisions in accordance with this Agreement. (c). Failure by Tri County to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the City. TO County shall promptly provide the City with a copy of any request to inspect or copy public records in possession of Tri County and shall promptly provide the City with a copy of Tri County'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, FORM, CITY CLERK, CITY OF SANFORD, CITY HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 32771, TRACI.HOUCHIN a@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 Tri County 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 TO County issues a purchase order, memorandum, letter, or any other instrument addressing the goods or services, work, and materials to be provided and performed pursuant to this Agreement, it is hereby specifically agreed and understood that any such purchase order, memorandum, letter, or other instrument shall have no effect on this Agreement unless agreed to by the City, specifically and in writing in a document of equal dignity herewith, and any and all terms, provisions, and conditions contained therein, whether printed or written or referenced on a Web site or otherwise, shall in no way modify the covenants, terms, and provisions of this Agreement and shall have no force or effect thereon. Section 10. Severability. If any term, provision or condition contained in this Agreement shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, or the application of such term, provision or condition to persons or circumstances other than those in respect of which it is invalid or unenforceable, shall not be affected thereby, and each term, provision and condition of this Agreement shall be valid and enforceable to the fullest extent permitted by law when consistent with equity and the public interest. Section 11. Waiver. The failure of the City to insist in any instance upon the strict performance of any provision of this Agreement, or to exercise any right or privilege granted to the City hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. 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 Tri County, and all parties have contributed substantially and materially to the preparation of the Agreement. Accordingly, this Agreement shall not be construed or interpreted more strictly against any one party. than against any other party and all provisions shall be applied to fulfill the public interest. IN WITNESS WHEREOF, the City and Tri County have executed this instrument for the purpose herein expressed and Tri County represents and ams that the signatories below have full and lawful authority to bind Tri County in eveq r spect. ATTEST. onw .c kni tMo I HIOM. Traci Houchin, CMC, FCRM City Clerk Approved as to form and legal sufficiency. m L. Colbert ity tt r�y� �.JaJ is / v ATTEST/WITN SS By: Jeff Triplett O. yq,r TRI COUNTY FIRE EQUIPMENT, INC., a Florida corporation. / "By: C_'- w J ffery b Barnes. Cheryl L. Shav Vice President President Dated: - - WIN. \ \ �� \Es y/ . , :-» � y m mw / � + � fgag i , . - . - m .m y � ? . «m : y � ' \ P � � . � a 0/ , � 'r « - ,� . \ %\ r � 7d - - 'u / - - � � - � w\ � + , \ e j.. • _ -� - %'- -� � _ d �/ � /.� ' 02/26/2016 15:27 4073226799 TRICOUNTY PAGE 02/29 City of Sanford I Finance Department 7 -T-�� 0, P ent Urchasing Dlvisio—n 'N 3 0 0 'N - Pa I - k Avenue, tue�,� Sanford, Florida 32771 Phone. 40-7,6,3&502$ 1 Fax: 407.688.5021 N -EQUES S-Ii� FORD INFORMAL 'R FORIM I IQ T FOR QUOTE IRFQ 19/2 REPAIRS AND MAINTFN-ANCE IRFQ SERVICES FOR TRE CITY'S Vfn OIDDER IN --rORNI 8noN%. ))UP DATE: Tuesday, January 21) 2020 Name of Firm:.G. 1,00 P. M. Local Titn;, Address:" of SanfOld Purchasing Division Contact Person: Lindsey BoiadzijcN--,Purchasing ,Anaivst Address: ...... .................... ................ ................................ Address; -700N. Park Avenue Suite 243 cicy� stare, zip; Sanford- Florida 32771 Ciql,'StateiZip CodeSq.1".p" Phone Number: 407.6$8.Sp30, or ext S02$ Fax Niurnber: 407.688,5021 CalltactElnaW I ­­ For Div.iDepljoffice: Jim. Beard, Field Supervisor ......... 407.6883049 Fax Nfu n I b 800 W. Fulton St. . ....... - ............... Sanford, Fl, 32771 ISSCED DATE: Tuf!SdAY, January 7, 2020 ti24A71 ....... 'NIANT.VATORY PRF—Ell) MEETI!-4C.- PRINTtD ... TuesdaY, January J4,2020 at 9:00 AM, Local -nh ,e Title: 4Vrez9,,&&4.t 1311)DERI-S SIGN-ATURE.:.. lip Date; . ETbR;v 13Y M .rpIIMP, ......... v1A FA 1(, N11AIL OR I. Ment. The intent of this Solicitation is to 5ele� STA ED ABONIF, .1 a successful fui Bidder to inspect, revertifN and repair. as well as the provision of new replacen-jeni fire eNtinguishers of existing fire 2: Its aild Scope of Set—lice-S. The successful Bidder shall Provide all necessary material. --goods I , labor, and etcetera to; a- Monthly refills (estimated 100 exEinguishej-s-1 and vis jai 13, b, AnnL1aJ inspection, L inspect Dortable extirj� uisl certification, ttsting, and rnaRte-Fjain f lers and hoses monthly. and parks, Get o all portable fire extinguishers in vehicles, buildings, C- Option to buy ne-W fire exTingLi5her,,; (about 2100 ayea. I- d- Preform hydra -test. Must comply with any State of Florida R!ile5 and regulations f Provide alternate equivalent Protection when pp: rat fre for fire extinguishers certification. And recharging. tXtingpishers are removed from set-17ice fornrjaintenanc-, .3, Certification R �11111CP�e �,Jirerne�nts- i. Florida Department of Financial Services Division of Slate Fire Marshal a. Fire Equipment Dealer License b. Fire Extinguisher Permit Only Brands Accepted a. Buckeye ABC b- Arnerex ABC c. Badger ABC Delivery and Set-tjp: Services Shall be Pt2rfeorrned at The appropriare addre6scs V,,hC,1 ISSuance Of a Puli-J(dse, Order and tvith coordinadoi-i ti-t)n, the are required t�fter Fire Department, The �,uc,�e�stsful Bidder shall be responsible for coordinating the 'nsPec[iO'ls/re-cel-tificat-otis of all equipment in a timal-v manner. The successfuj Bidder shall be 02/26/2016 15:27 4073226799 TRICOUNTY PAGE 03/29 responsible for all risk of loss, any damage and/or stolen materials and equipment while in transit to the City of Sanford locations, DeUvery and Time Performance: At approximately 10 days after issuance of the purchase order by the City, the successful Bidder shall update the appropriate City representative providing a tentative inspection/recertification scheduled commencement date. Permitting: The successful 'Bidder shat l be solely responsible for all pertinent permits required as well as adhering, meeting and or exceeding all local, state, and national building codes. City Responsibility: The City shall be responsible for, a. Provide a designated set-up area for the successful Bidder to inspect the equipment for this project; b. Provide access to the work area; c. Contact the following Field Supervisor, Jim Beard at 407-688-5049 to access building locations. Maudatory.Pre-Bid Meeting: There will be a mandatory pre-bid meeting held on Tuesday, January 14, 2024, at 9 A.M. the meeting will be held at 300 N. Park Ave Sanford, FL 32771 in the Utility Training Room I" Floor (near customer service department). Obligations of the Successful Bidder; It is understood that the successful 'Bidder shall provide and pay for all labor, took, 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 goodsJservices,requestcd by the City, and shall not have the authority to create, or cause to be filed, any liens for labor and/or materials on, or against, the City, or any property owned by the City- Such lien, attachment, or encumbrance, until it is removed, shall preclude any and all claims or demands for any payment expected by virtue of this project. The successful Bidder will ensure that ail of its employees, agents, sub- contractors, representatives, volunteers, and the like, fully co'niply-with all of the terms and conditions set herein, when providing services for the City in. accordance herewith. The successful Bidder shall be solely responsible for the means, methods, techniques, sequences, safety programs, and procedures necessary to properly and fully complete the work set forth in the Scope of Services. The successful Bidder shall use appropriate tools and/or equipment whicti are in good repair and proper working order, so as to enable the successful Bidder to complete the services required hereby, Clean -Up. The successful Bidder shall be responsible for the removal, hauling, and legal disposal of all debris generat;!d 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 packagingomaterials, crating, cardboard, protective packaging, liners, Plastic, etcetera. Any dumpsters located within the City of Sanford shall not be used by the successful Bidder. The successful Bidder shall broom clean the premises at the end of each day. 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 reat/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 service5_,not under the awarded Agreement, the City expects to pay afair and reasonable price for all products and/or services rendered or contracted in the event of a disaster', emergency, hurricane, tornado, flood, or other acts of God. The City shall select the lowest quote that is most responsive to the needs of the City as outlined herein. The bidder's price response shall be accompanied by a detailed description of the required service to be offered. 3. price Submittal. In accordance with the terms, conditions, and specifications, than, 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 TRYQ 19120-124 Repairs and MAntenance Services for City's J�ire Exting fol low$ uishers as 02/26/2016 15:27 4873226799 TRICOUNTY PAGE 04/29 02/26/2016 15:27 4073226799 TRICOUNTY PAGE 05/29 City of Sanford, Florida INSURANCE REQUIREMENTS OUTLINED BELOW APPLICABLE TO C0NTR,4CTS FOR SERVICES WHEN THE CONTRACTOR PERFORMS ON OR OFF CITY PREMISES Employers Empltiyers Workers' compensation Employers Liability $1,000,000, Liability $600,000 Liability 'Certificates of exemption are not acceptable in lieu of workers Each Accident $ 1,000,000 Each Accident $600,000 Each Accident compensation insurance Disease Disease $ 500,0 00 $11000,000 $500,000 Disease $50000r) Commercial General Liability .5hall include- Bodily injuty liability, $1,000,000 $500,000 Property Damage Liability; Personal Injury liability and 3,000,000 Per Per Per Advertising injuty liability Coverages shall include: Premix Operations, es/ ProdUctsIr—orrypleted Operations,, Contractual liability; Occurrence $ 000 Occurrence Occurrence Independent Contractors, Explosion, Collapse, Underground, General $1,000,000 $500,000 When required by the City, coverage must be provided r or sexual Aggregate General Aggregate General Aggregate harassment abuse, and molestation $1,006,000 __$-1,000,000 500,000 Comprehensive Auto Liability, CSL, shall include 'any auto" or Combined Single Combined per shall include all of the following.- owned, leased, hired, non -owned Limit Single Limit Occurrence autos, and scheduled autos. $1,000,000 $1,000,000 $500,000 General General General Aggregate Aaarenate Professional Liability (when required) 1,000,000 l $1,000,000 $1,000,000 Minimum Minimum Minimum Builder's Risk (when required) shall include theft, sinkholes, off- site storage, transit, installation and equipment breakdown. 100%of the 100% of the 100% h the Permission to occupy shall be included and the policy shall be completed value completed pof completed endorsed to cover the interest of -all parties, including the City of of additions and value of value of Sanford, all contractors, and subcontractors structures additions and additions and structures structures $1.000.006--- -i5-00,000 "Y' Garage Keepers (when required) $3,000,000 Aggregate: No per Aggregate: No per vehicle Aggregate: No per vehicle maximum maximum vehicle preferred preferred 1 maximum 2referred $3,000,000 n $'1,000,000 1$500,000 Combined Single Combined Combined Garage Liability (when required) Limit Single Limit Single Limit 1 $3,000,000 $1,000,000 $5001000 I General Genesi General gate 02/26/2016 15:27 4073226799 TRICOUNTY PAGE 06/29 I. 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 muss. request clarification from the City of Sanford Purchasing Office. III. Vendor, Contractor, the bidder shall proyide, to the City of Sanford "City," prior to commencing any work, a Certificate of Insurance which verifies coverage in compliance with the requirements outlined below. Any work initiated without completion of this requirement shall be unauthorized and the City will not be responsible. Ill. The City reserves the right, as conditions warrant, to modify or increase insurance requirements outlined below as may be determined by the project, conditions, and exposure. .> Certification Terms and Conditions IV, It is noted that the City has a contractual relationship with the named vendor, contractor or provider (collectively referred hereinafter as Contractor) applicable to a purchase order, work order, contract or other forms 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 ensure 11 -sat they have the insurance coverage speffted by the City to meet all contractual obligations and expectations of the City. Further, as the -Contractors 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 policie's 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 36 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 an occurrence form, not on claims made Form, except for Professional Liability. 9. 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. L All insurers must have an A.M. rating of at least A-Vil, 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. 02/26/2016 15:27 4073226799 TRICOUNTY PAGE 07/29 k. Any nhanne.-, to thp noymae EP raments indi ed ahnve shall,be anproved hy the City of Sanford, Risk Manager. 1. Address of "Certificate Holder" is the City of Sanford: P 0 Box 1788 (300 N. Park Avenue); Sanford, Florida 32771; Attention Purchasing Manager, Phone 407,688-5028/5030 Fax 407.688,5021. m. All certificates of insurance, notices, etc. must be provided to the above address. n, In the description of the certificate of insurance please also add the solicitation number and project name. dl,� A cl AFFIANT SI(3NATRE P1 or, I VILL&A. Typed-- Name oJAFFIANT Title r - STATE OF Q001 I V16 I -e/ f C� M cc,,, COUNTY aF i5 , ��3,A f V) T.� fore 'ng . t nt was executed -7b I (�, I? ,,)befor f Z 511 2QX !r 1� X I -MI fl r 14e -L 12 eA 14- T�- hmotl� MM -r a r'�f I "t m Of I �O who poMonally swore or affirmed that h uthortzed to exsrute this document and then by bind the Coto ion, and who is personally known to me OR ha - as iden ica 0.0 , �L,7� ANNE17E 0, COLON Notary Public - State of Florida Commission * FF 975524 Comm. Expires May 20,2020 "re My INOTARY PUBLIC, State of T L 0 the City reserves the unilateral right to modify the Insurance requirements set forth at any time, PLEASE COMPLETE AND SUBMIT �'Fallure to subruit this form may he grounds for clisqualifloadon of your sulornittal�' 02/26/2016 15:27 4073226799 TRICOUNTY PAGE 08/29 ATTACHMENT "A" PRICJE PROPOSAL TRF'Q 19120-124 Repairs Bud M21intenance Services for City's Fire Extinguishers I/we, the undersigned, as authorized signatory to commit the firm, do hereby eccopt itt total all the terms and conditions stipulated and referenced in this IRFQ document and do hereby agree that if a contract is offered or negotiated it will abide by the terms and conditions presented in the IRFQ document or as negotiated pursuant thereto, The undersigned, having familiarized him/herself with the terms of the IRFQ documents, local conditions, and the cost of the work at the place(s) where the work is to be done, hereby proposes and agree) 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 Nrchasing Division for the price set fottb herein in Attachment "A" Offer to Purchase and Acceptance of Informal Request for Quote Terms and Conditions. The signaturc(:;) belowis an acknowledgment of my/our hill understanding and acceptance of all the terms and conditions set forth in this MFQ document or as otherwise agreed to beta=ecn the parties in writing. Bidder/Contractor Name; Mailing Address:��2��J�}t Telephone Number` f L , 3^Glf.�f ax Nunibei; o /- s2 ) -�naiI Address: �t �If>✓ t ' Authorized S' atom � `e.r FEIN: Primcd Narne Tiiic Date STATE OF&Vtr! I V'1? 6 -Majo( COUNTY OF MOW, rLUX'5E COMPLETE AND SUBMIT WITH YOUR IRFQ RESPONSE `2"Failure to submit this forth may be grounds for disqualfficatiou of your submittal.' GENERAL TERIMS ANO 1CQN n1T10iN5- READ CARF,Ft,1t,1,y Ctuestions relating ro this Rcquest for Quotation must be directed to the City of 02/26/2016 15:27 4073226799 TRICOUNTV PAGE 09/29 Sanford, Purchasing Division, hereinafter referred to as "City" at 407.688,5C'28 or ext. 5030. RESERWI) RIGHTS OF THE CITY The City reserves the right to unilatcralty cancel this Request for Quotation, at its sole discretion. WRITTEN CO1dMUNJCATION*S lite terms and conditions of this Request for Quotation shall not be modified Verbally. All communication shall be in tayiting 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 set'.'ices from those specified in this order must not be made without prior written authorization from the Procurement Administrator. h4aterial reiected wilt be returned and Shalt be. done so at the vendor's sole risk and expense. QUANTUYIPRTC£ The number of materials ordered or the priccs specified must not be excerded withoutwriaen authority being first obtained from the Purchasing Division. INDEINISITIi The Vendor bertby agrees to indemnify and sw.•c harmless the. City, ns 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 urn- kind and neture arising or growing out of or in any wa': connected with the performanec of this Agreement whether by act or omission of the Vendor, its agents, servants, employees, Or others, Or because of or duo to the rncre existence of this Agreement between the parties. PATIENT1COPYRIGHT 1401..9HARMLESS The Wridor shall pay all royalties and assume aU costs arising from the use ofany invention, design, process, materials, equipment, product or device which is the subject of patent rights or copyrights. Vendor shall, at its own expense, hold harmless and defend" the City against any claim, shit or proceeding brought against the City which iS based upon claim, whether righiiuf or otherwise, that the goods or services, Or any part thereof, fbmishcd under this Purchase Order, constitute all infringement pf eny patent or copyright of the United States 11re Vendor 5ball pav all damages and costs awarded against the Cit-. PACKINCr if awarded a purchase order or Agreetmeht, all invoices and package lista must clearly be marked with shipper's name, address and Purchase Order Number, Charges arc not allOtved for boxing, crating or special deliveries unless previously agreed upon in writing. DELTVERV All materials must be shipped F.O.B, Destination, The City will not pay freight or ei Dense charges, except by previous agreernEntt In the event of the City 4t6rccing to FO.B, Shipping Point, dhe Vendor must PREPAY $)NIPPING CHARGE$ ANp ADD TO INVOICE. Delivery must be effected within due time stated on Purchase Order. The City reserves the right to cancel ;his order and purchase eisetvhcrc if the Vendor fails to meet the deli-ty date specified on Purchase Order. Deliveries shalt be made between 7:00 AM and 4:80 PM on regular riot#ting dans unless otherwise stated. Transport deliveries must be unloaded and ready for inspection prior to 4:30 PM. In rase ofdefault by the Vendor. rite City may procure the articles or services covered by this order from other sources and hold the 'Vendor responsible fOr any additional cost occasioned tberebv. MATERTAL SAFETY DATA SHEET As necessary, the Vendor agrees to Ibmish the City with a current hiaterial Safcn• Data Sheet WSW on or before delivery of each and every hazardous chemical Or Substance purchased which is classified as toxic under Chapter 322, Florida Statutes, Appropriate lapels and MSDS's shall be provided for a)1 shipments. Send a copy ofthe WDS'S and other pertinent data to the City Purchasing Division acid include the same with product delivery. OSHA REQUIREMENT The "Vendor hereby guarantees the City that elf materials, supplies, and equiprnent as listed on frac resulting Purchase; Order shalt meet the' requirements, specitications, and standards as provided uhdcr the U.S. Department of Labor GCcupatiensl Safety and Health Act of 1970, as froth time to time amended and in force at data hereof: lite Vendor, at its sole txperise shall comply with allaws, ardmsncev judicial dcr,sfons, orders, and regulations of federal, awe, county and municipal gOVcnintcmts, as well as their respective departments, eommissirms, boards.•nd officers, which art in effect at the time of avrsrd or are adopted at any time to) lowing the ward. AWARD The City reserves the right to reject any Or all parts of this -,elicitation, waive tachtticalities and to aviard to mast responsive, responsible bidder, as in the best interest of the City. Failure of a Vendor that is awarded a Purchase Order to deliver according to the Purchase Order or to comply with any of the terms and conditions therein may disqualify the Vendor from receiving future orders. P AViNIFNT TERMS Payment terms are not 30 days upon delivery and acceptance, The City pays in accordance with the Prompt Payment Act – Section 216.70, MoridaStatutes. APPLICABLE LAW, WN1,1F, AND JURY TRIAL, The lawS Of the State of Florida shalt govern all aspects of thin order, In the event it is ne0CS3aPi for either patte-ro Miti-fe least wA;un maedi 6 iris uld 'venue' shall lie in Seminole County, Florida The parties hereby waive their right to trial b;' jury in art action, proceodine or claim, arising out of this order, which may be brought by either of the parties, hereto. AUDITING, RECORDS AND INSPECTIONS The Vendor shall keep books, record,$, and accounts ofall activities, related to this order, in compliance with generally accepted accoulitina procedures. If required, books, records, and account" related to 111tPerformance of this order shall be open to inspection during regular business hours by an authorized representative of the City and shall be retained by the Vendor, for a period of three (3) years after termination or completion of the services or until the full City audit i3 complete, whichever comes first, The City shall rerAin the right to audit the books daring 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 Plot 'do Public Records Act, chapter i I4. Florida Statutes. The City titso has the right to conduct an audit within sixty (60) days from the effeotive date of this order to determine -Atiether the Vendor has the abiliq, to fulfill its contractual obligations to the 3zrhsfaclion cif 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. WARRANTY The Verirlor agrccs to provide a full warranty to the City for all materials and Services which it provides hereunder for one full yctr following die date ofdelivery or completion of 3ervi;es. In the event that the Vendor is Galled to perform warranty work, the Vendor wilt be responsible for all casts incurred in repairing the areas undeewarnmiy, 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 Cily, will be responsible for the costs incurred in repairing the ne•v areas. The manufacturcr`S wrrranrr on materials received aril installed shall extend for the full vrarranty period iNSURANCE Tha Vendor shalt have at a minimum the insurance limns listed hereunder; howcvor the City reserves the unilateral and sole right to modify Said limits when the type of product or services requested merit a inodification oftht imairaner limits listed herein. The Vendor shall submit a copy of their Certificate of Liability Insurance with their quote submittal. GENERAL LIABILITY: $1,000,00Q,00 PROFESSIONAL LIABILITY: $1,1hW,1100,0o (only ff profesgiOnal services are to be provided) VE141CLE INSURANCE: $1,000,000.00 Combined Property & Bodily Tnjury WORKER'S COMPENSATION, $1,000.000.00 PRODUCTS LI,AWLIT'V: S 1,00+0,000-00 (only if a product is being provided) Upon award, the Vendor shall name City of 5anford as a Certificate Holder ander as additional insumd and shall maintain the Coverage limits set forth during the entire term of performing services under this sward. NOTfi: ANY AND ALL SPECIAL CONDITIONS ATTACHED HERETO WHICH VARY FROM THESE GENERAL CONDITIONS 814ALL HAVE PRECEDENCE. Issued by: ?+inaneclParehasing Division Sanford, Florida IRFQ l4l20-124 Repairs and 1412interisoce Services for Clty's hire Extinguishers Doc: Tuesday, January 21. 2020 at 2:00 P.M. Local Time 02/26/2016 15:27 4073226799 TRICOUNTY Fri Request for-laxpayer Ide'"tification Number anis Cortification 11-.4'etw ftevnlw. 8w" ,_s OP'00 tri WWV,1jrS.joVJPOrMW9 for jm&tMCtjQM *M,jftt (Stelli ulflo"166q, car 1eX owtion tA tii* n(6ww r.-i1.XGdcn time I Ch4* Otis of tAll t.`Kjstr "lorntw Ur, (Mata 4itttkttt6x'ivaf<.r�riatsnoti�tntfaf�ar•�srurttt�ta�c;a��iflr„ht;�a»otnf�gsngte,naohrtera�nur.'Cunc:#ci�ai fs dwo*&A fMM lite ilww..1h01,0 Checl, thc ODWO0410 0OX Wtft IWv68&ft*Mrat Its qww, "WNWTit` in thawproorfatetlox. The TIN mvidod Must Tirv, later. OOC 14 the tlC;=f1Us in Mora treats one name, 3efo the irleituk%orlsJor fine i. Also see ftat Norrexiof 14umbw To Gita: UW R4P)7Ufflstor'lor guirfegneg twl who -,e rwrnber , to Linter,. of pe ")7 1 certify that: PAGE 10/29 Give Form to the requester. CK, not. send to the IP��' 4 F.tientpI" icados Appy only to Wahl O"Wit*, fKAiljcjjVoa 15r. VO flattu*MN" PAP V Exetr,*M hw(FATCA 1. Tba MmkYff shows on thk3 itlor, it my (xvrcl�t izXPAW M1116tr (Or I wn W009 fOr a o0mbe to be issued to me t and vAthWdiag, or (b) I have not new notified by tiro Internn] Re vat-." .$Ondw (M) flat I um wbiact 16 tWOMP VVitiftidt'19 03 4re; Lilt. of o fmluro to ropor(.011 i?ilweyt or diviOg", or (c) tW IRS I= r"d-rrie thgI opi Am-a,LW, Otizen or crther QS. pawn'(defino 4. The FATS A codecs) entered on this fern jiforly? that t Arn PAOM.0i. from, PATCA report.V,is 'Cofteation inslbuctiolm, yokisnu% otos out item 2 zbo, ifyou stare 1)"n noralodby, 0* iS5*RMfyq*oJ:f1rO tlW6um. Y04 t*'JQ Wbd to WWrAll iFiterestand dM;Wm;fs or; yppr i x Tei erne For mss *9106ctwactWrw Retn.2 tnot KWOrl OrBbdr4MWMt&ger LffOO WOOAY, WCQWiQn 0 debt, M*0WbtAWM10 an lodivIdual Qftr 4W, 6tWM Oil cliVICiOndS, YCKlafe1pt ttqwmd tomontho Otmfizatitm, W yrnt."twit providb your slamm Of UA. poft" t•' GOFI'06f -instruction$. i*WiOrl MletefWOS are to the 146tmii Fieverwe Coft-pNess %he4vAt;o noted, 'Futiina. developments, For this West Info-liltiori oth)ut d0vetopinwls rGatelcS to J%ttt4tjons, 3urh as wgt Jxt#orr erg(Ottv aft$r OW go tri W1AV/.jTS.goV!AorM Purpose v(Form An-40vidula) or entity jFw1ji W,,q (equost4irl ltiqju ja.jVqWvOd to fife p(l ,informatimi.WWrn OAVI tfle JF4$ r.jLAt Ot4;h'yzur rorwa taxpwjw WgRWOM nurnL)er g(N) y.fO.ch may M your rcWjt4 saWr*, MIMj,)er (SSf J), Jr4tidual txp ayer Wentilicilion Mrnberf[`VN,' adoption t&Pa* W8M"00on 1wrtiter (ATIM. or 6mPk),yor idenitficalion-pvc.qbgr (Fjm� to rop*r-, t41 w Htrmufion talu. n :he i4!(Jw1I r).Wd to yfx!, or ottioi wtiount faPOUL413 on all Infoungwnmto'n, om r f inio-1611on lot 1, he to, J.fje taltal"a tele FMI i0l,444 T (interest earl ed or 13aiQ Cal, I -R7002311. RVM (dMderlds, inclUding lhow1iQ stocks or wnAs) rnvtu�- dwimizG fvarioi is types Of itcV awards, or gross .Prowos) r<ltm 1091&•S (SIC%t: 0? YVIUN91 fund sn*,:srA a6riairl Pt" transaction* by "kers, * Fvm 109M (proceeds. frotri real "gae trwlsacuols) *:FO m I (J9S-Kirnerchanl carts and third Party fleftofk tmnsarli,30) *.Form 1698 #iAnse Morig".intoresij, Im-iE (.1,Wdent tD4n trderew), Fk)rM 1099-0 (Conceled dl?bt3 FOM MR -A (IN0.15ftion ur4bar#Jonmwt of secured Owwy) We r-MIn-W-P 00t{It you'are a U.& Wson Vnr Iuoincf :zt mident G gerl}. to PrWde -1w =M�Ct 'nN. i," you do hot renjin Fou?) W-9 10- Me irqlJe;;W ivith at TYIV; yov Oot ba vibloct to wiftft.Aft. Ikos wirer #s lator. 82/26/2016 15:27 4073226799 TRICOUNTY PAGE 11/29 ' t Reply `/ @ Delete (D Junk Block — RE: Renewal of Dealer and Permit ' Davidson, Deanna D^,..~~...~~.=.'._ ��� ' hdachz.c0m> Mon Vl3i-28206:35AN/1 YOU ` Cheryl, yourienewa|was received onDecember 9,2019and vveare currently working on December 2, 2019. From, CHERYL SHAVER /td-cnvnqWne@hntmaU.com> Sent: Friday, ]uouury1U,202O2-59Pk4 To: Davidson, Deanna <Deaonm.Davidson@myOoridacfn.com> ' Subject: Renewal ofDealer and Permit � Hi Deanna, � I need a copy of the new Fire Eq. Dealer and permit for this year. Have not received in the mail as of 01-10-2020. We are in the process of submitting a bid and need the new one for 2O%0/2O21' Thank you for your attention to this matter. Tri -County Fire Eq. Inc. Cheryl Shaver 407-322-0015 * " 02/26/2016 15:27 4073226799 TRICOUNTY PAGE 12/29 1/2112020 License—Permit (i).htm Jimmy Patronis CHIEF FINANCIAL OFFICER Julius .Hales DIVISION DIRECTOR Casia Sirteo BURL, AU CHIEF Keith McCarthy SAFETY PROGRAM MANAGER FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF STATE FIRE MARSHAL 200 Vast GO= Street - Tallabasste, Florida 32399-0342 Tel. 850-433-3644 Fax. 850-410-2467 FIRE EQUIP MINT DEALER LICENSE OFFICIAL COPY THIS CERTIFIES THAT: TRI -County FIRE EQUIPMENT Inc. 2514 Laurel Avenue Sanford FL 32773 QUALIFIER: Jeff D Bames Has Complied with Florida statutes and has qualified for the type and class shown here on ter service, recharge, repair, install, or inspect all types Fire Extinguishers except recharging carbon dioxide units and to conduct hydrostatic tests on water, water chemical, and dn, chemical types of extinguishers only. Excludes any service, recharge, repair, installation or inspection of any type of Halon Extinguisher. Issue Date: Type: Class: County: License/Permit #: Expiration Date: Chief Financial Officer 01,101/2018 07 03 Seminole 920572-0001-2007 12/31/2019 ffle://fC-/Us@rsfTr1 County Fire/Downloads/License—Permit (1).htrn V-1 02/26/2016 15:27 4073226799 TRICOUNTY PAGE 13/29 1/2112020 License—pernilt (2).htm Jimmy Patronla CkIMF FINANCIAL, OFFICER Julius fialas DIVISION WRECTOR Casia Sinco BUREAU CHIEF Keith McCarthy SAFETY PROC�RAM MANAGER wa FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF STATE FIRE MARSHAL 200 East Gaines Street - Tallahassee, Florida 32399-0342 Tel. 850-413-3644 Fax. 850-410-2467 FIRE EXTINGUISHER PERMIT OFFICIAL COPY THIS CERTTFTES THAT: Jeff D Barnes EMPLOYER: TRI -County FIRE EQUIPMENT Inc. 2514 Laurel Avenue Samford FL 32773 LICENSE NUMBER: 920572-0001-2007 Has Complied with Florida statutes and has qualified for the type and class shown herein to seTvice, recharge, repair, install, or inspect all types of portable Fire Extinguishers, as applicable- The person named in this permit shall not perform work any more extensive than the Employer named herein. Issue Date: Type: Class: County: LicenseiPermit Expiration Date: Chief Financial Officer 01/010018 09 01 Seminole 920572-0002-2007 12/31/201.9 file:///C:/User-.[Tri County Fire/Downl0ads/License—pormit (2)-htm 1/1 02/26/2016 15:27 4073226799 TRICOUNTY PAGE 14/29 W0:3-02-2M ALEX SJW STATC- Of FLORIDA OPPICEP, DEPARTMENT OF f INANCIAL SERVICES DIVISION OF WO 191W OMP51NISATION CERTIFICATE OF ELECTION TO BE EXEMPT FROM FLON10A WOKERV COWENSATION LAW NOWCONSTRUCTION INDUSTRY. EXEMPTION This Caftifieo. that fhO iftdivid(141 listed below W e.levtod to be exempt .from Florida W*Aers' Compausban law. EFFECTIVE DATE, 03118t2004 PERSON: SHAVER FEIN: 593010322 BUSINESS NAME AND A00fWSS: TRI WWY FIRE EQUXPMEW 1W 2S14 LAWSL AVE �AWFOAD FL Z271t3 SCOPE$ OF OUSINESS 08 TRADE - #TRE TNWX"ER SER/ RIECHARG EXPIRATION DATE: NIA CHERYL L hPlIsAt to Wptet 40 . 05114j, M., as o3fecer o1 a rutpoml(m ve-0 o3tcl; pxfimfilian Ifaci 1414 4*4V141 lip Iijing 4 csrsfitenta of Itewch 096t tbk 3,P09P MNY W f*4#01, .4wiWits or eMPNUU*A tinder thin th6pur. Pvr;4'&4j JS MoNaf 440.6W2t, f-t., CstttFlydtes c4 f4,0Cjjb0 40 b* .#Xe"_ 4fl%jy ottly"WfIbift tut stupe of the bufam m*40t 1440 an 34t '"tIct d k1l2cf1so tt he 41NOmpt. Pto-wint to Chapter 444).MJ31, tS, Nqtj;As of 41clJoR to Wexefnpt gal cuffillrolvt of AtIntipp to b6 enmot shoo be lubjert IP trvilrmltp Ii, 4 Goy vms� Otor the of Me. qDlivr or Me Issotgco of tot,. "(111futt. the p9trion A*AT.l 04 INg OWLI $14MIA 40 tOftlei fo*e4 the f*4444M44 for it.$w0git of 2 rvnif1pon-4, 'r).4, 909,Mnl*11f 541t rqoka i at0j)SICtni 'A, ",!4jtMf I#f ftilbrg"lf or, the renificate to "at lhv rd404*mfl11 A 1W4 40th -ft, OUESIMW 450) 413- DWC-.25Z CERTIFICATE OP EUCTION TO BE E)CtMP7 flEvj$EV 02-06 Ir 02/26/2016 15:27 4073226799 TRICOUNTY PAGE 15/29 CERTIFICATE OF LIABILITY INSURANCE -THIS OE RVLOW, Tm ODWRAGE AFFOPMED-sy 111E POLIMS PEP Ex N tqs itt Ul �Q; 14 sukk S), �A UT"* ROF42% D the to temboma do'";mt C.JDRNt tiqto� to ft 'Wm farleatu3 07) $U7*34*45 498's cxxxsuxcro FL 32e xvt. taor4l Avanuu FL 32773 UHRIRIPATE MW k,5-fQGFRnFY THAT THE POLICIES C BON WuED'To THP fmsk)RED tw'JED INUItATED. HQTMTHSTANDINC- ANY PEQUIPEVE-Art . TERM, 0x Mt46triQ4 9 ANY CQRT�Ar 09 CERTIFICATE 4AAY BE 1$5UED OR MAY PtA14N. THt� I&SUVANX;F." EXCI,USIMAND CONUTIUNS OF $VQW P0jjC-fES. iJ AJ S5 914LYM MA f HAVE SeEN RCONXED nY PAID OWMS. TYPE *0,"U$ZAVM WN C01AWA*Ak GrAKRAL A QlAWr x o4ap TV J, AxIi'A'so At L n^,W Abi Aif bmS#fPLuuma ------- WA of St'Rto iriro Marshall �reau 'of tire Provent'jqr" 200 V-4-st Gwineia street Zt 32 99 AV�-IVRAZED lifflitRNW10, ThO AOLORD notric and logy amr4gisfared marke WIAOORO ACORD 28 (2014101) INS625 aoxol, ' "p ".kt#vt'W 11'0ngi APB;* I* fjq�?)' 5pp-OT To mfCN'Tj TOALVWTERMS. 4 ow ".#m z 000 2,A45ti, 0100 2,000,000: TKEAji6VR P9SC12M POLK�E;j M.CA"LLED 86PORE 7149 EYAROON 6ATE ViWiEC$; NMIcrt WILL g� DE"JV'rWW W i 02/26/2016 15:27 4073226799 TRICOUNTY PAGE 16/29 CUSTOMER NUMBER: 16"16805 JAMES CALDtIELL 4240 V HWY 17-42 5ANFORnD, FL 3277$ TRI COUNTY FIRE EQUIPMENT, INC 703 E t1kTTIE STI S.ANFORD, FI 32773-5235 RUN DATE; 01-14-20 Go green. Go paperless. Switch to Poperlesis Delivery* and help reduce your carbon footprint. View your policy and billing documents, notifications and confirmations of payments online. Register now through Commercial My Account. on Allstate.com *State exceptions may apply 1heUted FUH copy 02/26/2016 15:27 4073226799 TRICOUNTY PAGE 17/29 Policy Number 648797764 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. COMMON POLICY CHANGE ENDORSEMENT Endorsement No. 001 Allstate Insurance Company Named Insured TRI COUNTY FIRE EOUTPMENT , 7i1C Effective Date: 01-14-20 12:01 A.M., Standard Time Agent Name. JAMES CALDWELL This endorsement will not be used to decrease coverages, increase rates or deductibles or alter any terms or conditions of coverage unless at the sole request of the insured. COVERAGE PART INFORMATION -Coverage parts affected by this change as indicated by FxJ below. HCornmercial Property FICommercial General Liability FICommercial Crime nCommercial Inland Marine r7_1 I- I COMIMEIRCIAL AUTOMOBILE El The following item(s)- DInsured's Name F-1 Policy Number El Effective/Expiration Date 17 Payment Plan 17 Additional Interested Parties FILimits/Exposures 1:1 Covered Property/ Location Description 171 Rates is (are) changed to read {See Additional Paae(s) I 256.00 Insured's Mailing Address ❑ Company ElInsured's Legal Status/Business of Insured F-1 Premium Determination 0 Coverage Forms and Endorserrmts F7 Deductibles 7 Classification/ Class Codes F7 Underlying Exposure/Insurance The above amendments result in a change in the premium as follows: This prerrium does not include taxes and surcharges. ❑ No Changes 0 To be Adjusted at Audit Additional $ 256-00 Return Tax and Surcharge Changes Additional Return Countersigned By: JA_NJES CALDWELL AUTHORIZED AGENT DM CW 30 0110 Allstate Insurance Company JnKw,�'o Fall appy 02/26/2016 15:27 4073226799 TRICOUNTY PAGE 18/29 COMMON POLICY CHANGE ENDORSEMENT Policy Number 648797764 Endorsement No. 001 Allstate Insurance Company Insured TRI COUqUTY FIRE EQUIPMENT, INC Effective Date: 01-14-20 12:011 A.M., Standard Time (Agent Name ,TAMS CALDWELL I I POLICY CHANGES ENDORSEMENT DESCf;U"ON (CONT'D) I THE BI LIABILITY LIJITT FOR EACH PERSON HAS BEEN CHANGED FROM $100,000 w $500' -Qu. THE BI LIABILITY LIMIT FOp. EACH ACCIDENT HJAS BEEN CHANGED FROM $300,000 TO $500,000. THE FOLLOWING FORM (S) HAS BEEN ADDED; CA 22 10 02-18 FL PERSONAL INJURY PROTECTION THE FOLLOWING FORM (S) HAS BEEN DELETED: CA 22 10 06-17 FL PERSONAL INJURY PROTECTION ALL OTHER TER1,1S A.1-41) CONDITIONS REMAIN THE SAME REMOVAL PERMIT If tvh6 CC4-t1i-,7i&TL"6; i—i'CIP6—Cy L; It; U;UwIlly ajjp:;qJ ";; I I ';0Pr'6 Iv 't; IV cvVU109V Pcui. If Covered Property Is removed to a new location that is described on this Policy Change, you may extend this insurance to include that Covered Property at each location during the removal. Coverage at each location will apply in the proportion that the value at each location bears to the value of all Covered Property being removed. This permit applies up to 10 days after the effective date of this Policy Change; after that, this insurance does not apply at the previous location, I LIM UVV Ju U1 lu Allstate Insurance Company has ,4 FVU Copy 02/26/2016 15:27 4073226799 TRICOUNTY PAGE 19/29 DM CW 12 01 10 Policy Number 64797764 SCHEDULE OF FORMS AND ENDORSEMENTS Allstate Insurance Company Insured T -R! COUNTY FIRE FQUIPMENT, INC Effective Date: 01-14-20 12'01 A.M, Standard Time Name JAPIES CALDWELL COI,DIQN POLICY FORMS AND ENDORSEMENTS DM CW 30 01-10 COMMON POLICY CHINGE ENDORSEMENT D1q CW 12 01-10 SCREDULE OF FORMS AND ENDORSEMENTS AUTOMOBILE FORMS AND ENDORSEMENTS DA CW 31 10-13 SCHEDULE OF AUTO CHANGES CA 22 10 02-18 FL PERSONAL INJURY PROTECTION, DM CW 12 0110 Allstate Insuranoe Company Invited I'VII (.',joy 02/26/2016 15:27 4073226799 TRICOUNTY PAGE 20/29 Poky N amber 601797764 Endorsement No. 0 0 1 Allstate Insurance Company SCHEDULE OF AUTO CHANCES Namedinsured TRI COT-NTY FIRE E-QUIPMENT, INC Effective Date: 01-14-20 12:01 A.M., Standard Time Agent Name JAMES CA-LiDWELlu Agent No. 42998 Coverage affected by this change is Added, Deleted or Changed as indicated below: DESCRIPTION TERRITORY Covered Auto No. Veh. Cov. is Year, Model, Trade Name, Body Type Serial Number (S) Vehide Identification Number(VIN) Town & State Where The Covered Auto PrIndellyGars ged Original Cost New FTA CW'1FC7r Tr"T —FV523,735 F1 CLASSIFICATION Covered Auto No. Radius Of Operation I Business Use s�service ru retail c= commercial Size GVW' GCWOr Vehicle Seating Catv Age C4oup I Seconds tyRatingClassification Code EXCEPT For Towing, All Physical Damage Loss Is Payable To You And The Loss Payee Named Below According To Their Interests In The Auto At The Time Of The Loss; ELI 51 rill others 031990 See Schedule of Loss Payees, if applicable. COVERAGES — PREMIUMS, LIMITS AND DEDUCTI�$ (Absence of a deductible or limit entry in any column below means that the limit or deductible entry in the conrosponding ITEM TWO colunan applies instead. COVERED AUTOS LIABILITY PERSONAL INJURY PROTECTION ADDED FJ.P PROPERTY PROTECTION (Michig n Only) Covered Auto No. Limit Premium Limit Stated In Each P.I.P. Endt Minus Dedw;Uble Shownenciew- Premium For Limit Stated In Each Added Limit Stated In P.P.I. Endt. Minus Deductible FLS See Dec Itere. 2 S Total Prem. DA CW 31 10 13 Allstate Insurance Company Page 1 11rimd FU11 CDPY 02/26/2016 15:27 4073226799 TRICOUNTY PAGE 21/29 Policy Number 648797764 Endorsement.No, On Allstate Insurance Company SCHEDULE OF AUTO CHANGES NamedihsUred TRI COrJ!-,TTY FIRE EQUIPMENT, INC Effective Date: 01-14-20 12:01 AM., Standard Time Agent Name JAMES CALDWELL Agent No. 42998 COVERAGES - PREMIUMS, LIMITS AND DEDUCTIBLES (Absence of a deductible or limit entry In any column below meansthat the limit or deductible enoyin the ooftitswWon ITEM TWO column applies Instead.) AUTO MEDICAL MEDICAL EXPENSE AND INCOME I -M BENEFITS inti Only) UNINSURED MOTORISTS UNDERINSURED MOTORISTS Covered Auto No- Limit Each Insund Premium Limit Stated Each Medical Expense and Income Low Benefits Endorsement For Each Person Premium Limit Premium Premium Total Prem, Covered COMPREHENSIVE SPECIFIED CAUSES OF LOSS Auto No. Limit Stated In IMM 1VVO Minus Deductible Shown Below Premium Limit Stated In ITEM TWO Minus Deductible Shown Below Premium Totalil Prem. ; NM TOWING & LABOR Covared COLLISION Auto No. Limit Stated In ITEM TWO Minus Deductible Shown Below— Premium Limit Par Disa0ement Premium Total Prom. DA CW 31 10 13 Allstate insurance. Company Page 2 InWrO VIA copj Fiscal Year 2020 Department: Community Developer Division: Planning Date: 9/23/2020 CHANGES IN REVENUES tKlzVtNUlz ACCPUNT NUMM:RCurrent Current ;:Amount of Adjusted Fund Revenue Act Cd Ele Project # Revenue Account Title Budget Unrealized (Budget) Change '' Unrealized Florida • • of Div. of 1 1111 334 70 I7 etY20" Historical Resourcesit $ 31,700 TOTAL CHANGES IN REVENUES $ 31,700 CHANGES IN EXPENDITURES lzXPbNt71 I1.111t AUUMNT NUMULR r , .Current .:Current Amount of Remaining Fund DPt/Div Activity Obj ` Ele Project Expenditure Account Title =Budget Balance - Change Balance 001 1103II 402-444j- Professionalfl $ 31,700 TOTALi31,700 DIRECTOR APPROVAL: DATE: FINANCE APPROVAL: �) l DATE: CITY COMMISSION AGENDA DATE: —t O� r0'j� APPROVED? 7 FINANCE USE' -'-- Entry Date: Batch Number: 9/16/2020 Document#: (2--(L,)(-)