Loading...
2196 IRFQ 19/20-124 Pye Baker City's Fire Extinguishers• i ,Will, ' FINANCE RIM T: City Clerk/Mayor (8— RF-: IRFQ 19/20-124Repairs and Maintenance Services for the City's Fire Extinguishers- Pye Baker Fire and Safety The item(s) noted below is/are attached and forwarded to your office for the following action(s): ❑ Development Order ❑ Mayor's signature ❑ Final Plat (original mylars) ❑ Recording ❑ Letter of Credit ❑ Rendering ❑ Maintenance Bond ® Safe keeping (Vault) ❑ Ordinance ❑ Deputy City Manager ❑ Performance Bond ❑ Payment Bond ❑ Resolution ❑ City Manager Signature ❑ ❑ City Clerk Attest/Signature ❑ City Attorney/Signature Once completed, please: ❑ Return originals to Purchasing- Department ❑ Return copies Special Instructions: Li,v� (3o jaol zq&j - From SharePoint Finance_Purchasing_Forms - 2018.doc 2/26/20 Date FINANCE DEPARTMENT February 24, 2020 Contract/Agreement Name: IRFQ 19/20-124 Repairs and Maintenance Services for the City's Fire Extinguishers Secondary Award — Pye-Baker Fire and Safety LLC Approval: Pu hasing Manag t kk Finan4e Director torney Date 3 -C�(0 Date 0 • , AGREEMENT BETWEEN CITY OF SANFORD AND PYE-BARKER FIRE & SAFETY, LLC/IRFQ NUMBER 19/20-124; NEWFIREEXTINGUISHERS ryTHiS AGREEMENT (hereinafter the "Agreement") is made and entered into this day of February 2020, by and between the Citv of Sanford- Florida ;% Flnririn municipality, (hereinafter referred to as the "City"), who -se mailing address is 300 'North Park Avenue, Sanford, Florida 32771, and Pye-Barker Fire & Safety, LLC, a South Carolina limited liability company, whose principal address is 11605 Haynes Bridge Road, Suite 350, Alpharetta, Georgia 30009, (hereinafter referred to as "Pye-Barker"). The City and Pye-Barker 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 Goods. (a). This Agreement is for the provision of goods set forth in the attachments hereto and Pye-Barker agrees to accomplish the provision of goods specified in the attachments for the compensation set forth in those documents relating the provision of fire extinguishers as may be agreed upon by the parties as set forth in issued purchase orders. City. (b). It is recognized that Pye-Barker shall provide goods as directed by the (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. Pye-Barker shall review the quality and status of the goods pertaining to the provision of fire extinguishers 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 goods to be provided by Pye-Barker to the City under each purchase 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 goods being provided by Pye-Barker. No goods, services or actions have been provided prior to the execution of this Agreement that would entitle Pye- Barker for any compensation therefor. Section 5. Compensation. The parties agree to compensation as set forth in the attachments hereto, with the initial purchase of goods 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 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: (https://www.sanfordfl.gov/departments/finance/purchasing/contract- terms-and conditions or 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. Purchase 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. Pye-Barker'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, Pye-Barker must: (1). Keep and maintain public records that ordinarily and necessarily would be required by the City in order to provide goods. 2 11: 1, - �, (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 Pye-Barker 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 Pye-Barker does not comply with a public records request, the City shall enforce the contract provisions in accordance with this Agreement. (c). Failure by Pye-Barker to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the City. Pye-Barker shall promptly provide the City with a copy of any request to inspect or copy public records in possession of Pye-Barker and shall promptly provide the City with a copy of Pye-Barker'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@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 Pye-Barker 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 3 1 i, , �: - written amendment of equal dignity herewith. In the event that Pve-Barker issues a purchase order, nl�[D�r�nd�rn k�1� ~' . . r.�ranyotherinmtu�rnenimddr�s8/DgtheQondsand materials to be provided and performed pursuant to this AoneemneOt` it is hereby specifically agreed and understood that any such purchase order, rnanlorandVOl !�er, orother inmtrun�entghgUhave noeffect onthis Agpaarnentunless agreed hobyt'^e�"(�hy' specifically and in writing in a document of equal dignity herewith, and anyand all ' terms, p[oviaions, and conditions contained thenein, whether printed or written or referenced on a Web site orotherwise, shall in no way modify the covenoOts and provisions ofthis Agnaernent and shall have noforce oreffect thereon. ' `~rrna` Section 10, Severability. >fany term, provision or condition contained in this Agreement shall, toany extent, be held invalid or unenforceable, the remainder of this Agreenment. or the application of such berrn, 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 C|b/ hereunder shall not constitute or be construed as a waiver of any such provision orright and the same shall continue inforce. Section 12' Captions. The section headings and captions of this Aonoonnent are for convenience and reference only and in noxvaydefine, limit, describe '~'e scope or intent of this Agreement or any part thereof, or in any �y affect this Agreement or oonstrueanypvuvieionofthieAgn$ernanL ~ Section 13. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall be deemed an odQ{no|, but all of which, taken together, shall constitute one and the same document. Section 14. Binding Effect. This Agreement shall be binding upon and inure to the benefit of the successors in intenast, transferees and assigns of the parties. Each party hereto napneeenim to the other that d has undertaken all necessary actions -' to execute this Agreement, and that it has the legal authority �o enter into this A�-~qeerne'' and to undertake all obligations imposed on it. The signatories hereof represent that they have the requisite and legal authority to execute this Agreement un'- bind � m$apenUvepa�ieoherein. ~ ��- Section 15' Remedies. The rights and remedies of the part|es, provided for under this Agreement, are in addition to any other rights and remedies provided by |ev* orotherwise necessary inthe public interest, Section iG' Governing law, Venue and Interpretation. This Agreement is to be governed by the |ewo of the State of Florida. Venue for any legal proceeding 4!''';' 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 Pye-Barker, 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 Pye-Barker have executed this instrument for the purpose herein expressed and Pye-Barker represents and ffirms that the signatories below have full and lawful authority to bind Pye-Barker in ev respect. ATTEST. _&30mr ,j_j/,jj yft'li Traci Houchin, CIVIC, FCRM City Clerk Approved as to form and legal sufficiency. X4 0- or y ATTESTIWITNESS: CITY OF SANFORD By: Leff Triplett PYE-BARKER FIRE a South 'Carolina compa By: v Mess Uinatov, --r 'Baton A Proc or, W n'h I — �)i _14d� e rJ Date—d:' itne—sDn Witness # 2 Signature Witness # 2 Printed Name;"p-OMA oc _qL," ",son & SAFETY, LLC, limited liaNity Manager S I i,,, �­ " 2 � .� � y � m . _ � 2 _ ƒ � y . : _ ; � . 7 �/- � ƒ : .� - � « , �\. y <� � y§ 0 \ 2� . y .� . � y _ ƒ� ��. 00 �y. 00 . � �« i �2 <3 � • � .y :/ - _ - � d . BIDDER INFORMATION: Name of Firm: `ti�.�.. .. Q. f'...... �...C. ................... r �.�..p Address:`"I..A1.....4.1.t.f .......................... Address:..S.l,.2 4 e ....... y ...../.......................... .... I......... City/State/Zip Code t�l;:'�:'....Dto "Q6_7 ContactPerson:........................................................................ Phone Number::$?U(S..:..1(90_7..1. �CPLR.0....................... LiqFax Number:..5a �w..':..., ....2........." {`?�. ............ Email ��' .. . F .'.QA. ,E'- "........ ...... ...................... . . BIDDER'S PRINTED NAME:":.!:(A'_o .7 Title:.. .h!:. !.....!."...................................... DUE DATE: Tuesday, January 21, 2020 2:00 P. M. Local Time City of Sanford Purchasing Division Contact Person: City of Sanford I Finance Department I Purchasing Division Address: 300 N. Park Avenue Suite 243 300 N. Park Avenue, Sanford, Florida 32771 Sanford, Florida 32771 urs r°n Phone: 407.688.5028 1 Fax: 407.688.5021 Fa�nli/i FORM 407.688.5021 Email: INFORMAL REQUEST FOR QUOTE �1 - f.kV 1f 1AQ 1A j IRFQ 407.688.5049 REPAIRS AND MAINTENANCE 800 W. Fulton St. IRFQ 19/20-124 SERVICES FOR THE CITY'S FIRE ISSUED DATE: Tuesday, January 7, 2020 EXTINGUISHERS BIDDER INFORMATION: Name of Firm: `ti�.�.. .. Q. f'...... �...C. ................... r �.�..p Address:`"I..A1.....4.1.t.f .......................... Address:..S.l,.2 4 e ....... y ...../.......................... .... I......... City/State/Zip Code t�l;:'�:'....Dto "Q6_7 ContactPerson:........................................................................ Phone Number::$?U(S..:..1(90_7..1. �CPLR.0....................... LiqFax Number:..5a �w..':..., ....2........." {`?�. ............ Email ��' .. . F .'.QA. ,E'- "........ ...... ...................... . . BIDDER'S PRINTED NAME:":.!:(A'_o .7 Title:.. .h!:. !.....!."...................................... DUE DATE: Tuesday, January 21, 2020 2:00 P. M. Local Time City of Sanford Purchasing Division Contact Person: Lindsey Bojadzijev, Purchasing Analyst Address: 300 N. Park Avenue Suite 243 City, State, Zip: Sanford, Florida 32771 Phone Number: 407.688.5030, or ext. 5028 Fax Number: 407.688.5021 Email: purchasing(a7sanfordfl.gov For Div./Dept./Office: Jim Beard, Field Supervisor 407.688.5049 800 W. Fulton St. Sanford, FL 32771 ISSUED DATE: Tuesday, January 7, 2020 MANDATORY PRE-BID MEETING: Tuesday, January 14, 2020 0 A.M. Local Time BIDDER'S SIGNATURE:. ...... ��...... ...................... Date:.... ............. ....... ...... .......I ............. ................. PLEASE RETURN BY DUE DATE AND TIME VIA FAX MAIL OR EMAIL TO CONTACT PERSON STATED ABOVE. 1. Intent. The intent of this solicitation is to select a successful Bidder to inspect, recertify and repair of existing fire extinguishers, as well as the provision of new replacement fire extinguishers 2.. Deliverables and Scope of Services. The successful Bidder shall provide all necessary material, goods, labor, and etcetera to: a. Monthly refills (estimated 100 extinguishers) and visually inspect portable extinguishers and hoses monthly. b. Annual inspection, certification, testing and maintenance of all portable fire extinguishers in vehicles, buildings, and parks. c. Option to buy new fire extinguishers (about 200 a year). d. Preform hydro -test. e. Must comply with any State of Florida rules and regulations for fire extinguishers certification. £ Provide alternate equivalent protection when portable fire extinguishers are removed from service for maintenance and recharging. 3. Certification Requirements. i. Florida Department of Financial Services Division of State Fire Marshal a. Fire Equipment Dealer License b. Fire Extinguisher Permit ii. Only Brands Accepted a. Buckeye ABC b. Amerex ABC c. Badger ABC Delivery and Set -Up: Services shall be perfonned at the appropriate addresses when re -certifications are required after issuance of a Purchase Order and with coordination from the Fire Department. The successful Bidder shall be responsible for coordinating the inspections/re-certifications of all equipment in a timely manner. The successful Bidder shall be PUR•F•302 1 Rev. 0312016 responsible for all risk of loss, any damage and/or stolen materials and equipment while in transit to the City of Sanford locations. Delivery 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 shall be solely responsible for all pertinent permits required as well as adhering, meeting and or exceeding all local, state, and national building codes. City Responsibility: The City shall be responsible for: a. Provide 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. Mandatory Pre -Bid Meeting: There will be a mandatory pre-bid meeting held on Tuesday, January 14, 2020, at 9 A.M. the meeting will be held at 300 N. Parte Ave Sanford, FL 32771 in the Utility Training Room 1$t Floor (near customer service department). Obligations of the Successful Bidder: It is understood that the successful Bidder shall provide and pay for all labor, tools, materials, permits, equipment, transportation, supervision, and any and all other items or services, of any type whatsoever, which are necessary to fully complete and deliver the goods/services requested by the City, and shall not have the authority to create, or cause to be filed, any liens for labor and/or materials on, or against, the City, or any property owned by the City. Such lien, attachment, or encumbrance, until it is removed, shall preclude any and all claims or demands for any payment expected by virtue of this project. The successful Bidder will ensure that all of its employees, agents, sub- contractors, representatives, volunteers, and the like, fully comply with all of the terms and conditions set herein, when providing services for the City in accordance herewith. The successful Bidder shall be solely responsible for the means, methods, techniques, sequences, safety programs, and procedures necessary to properly and fully complete the work set forth in the Scope of Services. The successful Bidder shall use appropriate tools and/or equipment which are in good repair and proper working order, so as to enable the successful Bidder to complete the services required hereby. Clean -Up: The successful Bidder shall be responsible for the removal, hauling, and legal disposal of all debris generated as a result of performing the services for this turn -key solution on a daily basis; including up to, but not be limited to all existing equipment removed, all packaging materials, crating, cardboard, protective packaging, liners, plastic, etcetera. Any dumpsters located within 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 rent/sell/lease all goods and services to the City or governmental entities on a "first priority" basis. The City expects to pay contractual prices for all products and/or services under the awarded Agreement in the event of a disaster, emergency, hurricane, tornado, flood, or other acts of God. Should the Bidder provide the City with products and/or services, not under the awarded Agreement, the City expects to pay a fair and reasonable price for all products and/or services rendered or contracted in the event of a disaster, emergency, hurricane, tornado, flood, or other acts of God. The City shall select the lowest quote that is most responsive to the needs of the City as outlined herein. The bidder's price response shall be accompanied by a detailed description of the required service to be offered. 3. Price Submittal. In accordance with the terms, conditions, and specifications, I/we, as authorized signatory to commit the firm, do hereby accept in total all the terms and conditions stipulated and referenced in this IR.FQ document and hereby submit the following prices for IRBQ 19/20-124 Repairs and Maintenance Services for City's Fire Extinguishers as follows: City of Sanford, Florida INSURANCE REQUIREMENTS OUTLINED BELOW APPLICABLE TO CONTRACTS FOR SERVICES WHEN THE CONTRACTOR PERFORMS ON OR OFF CITY PREMISES Employers Employers Workers' Compensation Employers Liability $1,000,000 Liability $500,000 Liability $500,000 *Certificates of exemption are not acceptable in lieu of workers Each Accident $1,000,000 Each Accident $500,000 Each Accident compensation insurance Disease Disease $500,000 $1,000,000 $500,000 Disease $500,000 Commercial General Liability shall include- Bodily injury liability, Property $ 3,000,000 Per $1,000,000 $500,000 Damage Liability; Personal Injury liability and Per Per Advertising injury liability Coverages shall include: Premises/ Occurrence Occurrence Occurrence Operations; Products/Completed Operations; Contractual liability; $3 '000,000 $1,000,000 $500,000 Independent Contractors, Explosion; Collapse; Underground General General General When required by the City, coverage must be provided for sexual Aggregate Aggregate Aggregate harassment, abuse, and molestation $1,000,000 $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 Aggreqate Professional Liability (when required) $1,000,000 $1,000,000 -Aggregate $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% of the Permission to occupy shall be included and the policy shall be completed value completed completed endorsed to cover the interest of all parties, including the City of ofadditions and value of value of Sanford, all contractors, and subcontractors structures additions and additions and structures structures $1,000,000 $500,000 $3,000,000 Aggregate: No Aggregate: Garage Keepers (when required) Aggregate: No per per vehicle No per vehicle maximum maximum vehicle preferred preferred maximum referred $3,000,000 $1,000,000 $500,000 Combined Single Combined Combined Garage Liability (when required) Limit Single Limit Single Limit $3,000,000 $1,000,000 $500,000 General General General Aire ate A re ate A re ate 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 must request clarification from the City of Sanford Purchasing Office. If. Vendor, Contractor, the bidder shall provide, to the City of Sanford "City," prior to commencing any work, a Certificate of Insurance which verifies coverage in compliance with the requirements outlined below. Any work initiated without completion of this requirement shall be unauthorized and the City will not be responsible. 111111. 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 that they have the insurance coverage specified 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 policies shall to be considered primary to City coverage and shall not contain co-insurance provisions. b. All policies, except for professional liability policies and workers compensation policies shall name the City of Sanford as Additional Insured. c. Professional Liability Coverage, when applicable, will be defined on a case by case basis. d. In the event that the insurance coverage expires prior to the completion of the project, a renewal certificate shall be issued 30 days prior to said, expiration date. e. All limits are per occurrence and must include Bodily Injury and Property Damage. f. All policies must be written on an occurrence form, not on claims made Form, except for Professional Liability. g. Self-insured retentions shall be allowed on any liability coverage. h. In the notification of cancellation: The City of Sanford shall be endorsed onto the policy as a cancellation notice recipient. Should any of the above- described policies of Sanford in accordance with the policy provisions. L All insurers must have an A.M. rating of at least A -VII. 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. the City of Sanford, Risk Manager. I. 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. S(Lo-nc�l Akou,�q!t� Title( 113 STATE OF I o v'I I Co. COUNTY OF VnJL>s'10_ The foregoing instrument was executed before me this -, who personally sUvore or affirmed that he/she is autlhadz—edto and who is personally known to me OR has produced Qeday of 3 , 206%, by e- � ute this document and thereby bind the Corporation as identification, (stamp) eyd; 0"- Notary Public Stat of Flodda NOTARY PUBLIC, State of. Vb6&9 '% Heather D. Hutchinson NMy Commission GG 280313 Expires 01/2212023 A A A A 04 M The City reserves the unilateral right to modify the insurance requirements set forth at any time. PLEASE COMPLETE AND SUBMIT `Failure to submit this form may be grounds for disqualification of your submittal ATTACHMENT "A" PRICE PROPOSAL IRFQ 19/20-124 Repairs and Maintenance Services for City's Fire Extinguishers I/we, the undersigned, as authorized signatory to commit the firm, do hereby accept in total all the terms and conditions stipulated and referenced in this IRFQ document and do hereby agree that if a contract is offered or negotiated it will abide by the terms and conditions presented in the IRFQ document or as negotiated pursuant thereto. The undersigned, having familiarized him/herself with the terms of the IRFQ documents, local conditions, and the cost of the work at the place(s) where the work is to be done, hereby proposes and agrees to perform within the time stipulated, all work required in accordance with the requirement and technical specifications and other documents including Addenda, if any, on file at the City of Sanford Purchasing Division for the price set forth herein in Attachment "A" Offer to Purchase and Acceptance of Informal Request for Quote Terms and Conditions. The signature(s) below is an acknowledgment of my/our full understanding and acceptance of all the terms and conditions set forth in this IRFQ document or as otherwise agreed to between the parties in writing. Bidder/Contractor Name: --R/1, ,-\ as �-'l r Mailing Address: H I S Telephone Number:*.: 3%(91 (00 -76( t Fax Number: STATE OF I cA 0,,.. COUNTY OF ..% � ,'t cL I 9 3PD 1tg4E-mail Address: L4 U. Printed'aI� me ^',' o—a0 Date The foregoing instrument was executed before me this �N day ofU oo.V 208.0, by as c r `u� of c% ice a who personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is personally known to me OR has produced as identification. ✓ v ZEgRE State of Florida utchinsonn GG 280313 /2023 (stamp) NOTARY PUBLIC, State of I kair i6c& PLEASE COMPLETE AND SUBMIT WITH YOUR IRFQ RESPONSE 'V'Failure to submit this form may be grounds for disqualification of your submittal"' GENERAL TERMS AND CONDITIONS - READ CAREFULLY Questions relating to this Request for Quotation must be directed to the City of Sanford, Purchasing Division, hereinafter referred to as "City", at 407.688.5028 or ext. 5030. RESERVED RIGHTS OF THE CITY The City reserves the right to unilaterally cancel this Request for Quotation, at its sole discretion. WRITTEN COMMUNICATIONS The terms and conditions of this Request for Quotation shall not 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 he made without prior written authorization 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 number of materials ordered or the prices specified must not be exceeded without written 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 mere existence of this Agreement between the parties. PATENT/COPYRIGHT HOLD HAR.VILESS 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 its own expense, hold harmless and defend the City against any claim, suit or proceeding brought against the City which is based upon claim, whether rightful or otherwise, that the goods or services, or any part thereof, furnished under this Purchase Order, constitute an infringement of any patent or copyright 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 City agreeing to F.O.B. Shipping Point, the Vendor must PREPAY SHIPPING CHARGES AND ADD TO INVOICE. Delivery must be effected within the time stated on Purchase Order. The City reserves the right to cancel this order and purchase elsewhere if the Vendor fails to meet the delivery date specified on Purchase Order. Deliveries shall he made between 7:00 AM and 4:30 PM on regular working days unless otherwise stated. Transport deliveries must be unloaded and ready for inspection prior to 430 PM. 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 the same with product delivery. OSHA REQUIREMENT The Vendor hereby guarantees the City that all materials, supplies, and equipment as listed on the resulting Purchase Order shall meet the requirements, specifications, and standards as provided under the U.S. Department of Labor Occupational Safety and Health Act of 1970, as from time to time amended and in force at data hereof COMPLIANCE WITH LAWS, GUIDELINES, REGULATIONS The Vendor, at its sole expense shall comply with all laws, ordinances, judicial decisions, orders, and regulations of federal, state, county and municipal governments, as well as their respective departments, commissions, boards, and officers, which are in effect at the time of award or are adopted at any time following the award. AWARD The City reserves the right to reject any or all parts of this solicitation, waive technicalities and to award to most responsive, responsible bidder, as in the best interest of the City. Failure of a Vendor that is awarded a Purchase Order to deliver according to the Purchase Order or to comply with any of the terms and conditions therein may disqualify the Vendor from receiving future orders. PAYMENT TERMS Payment terns are net 30 days upon delivery and acceptance. The City pays in accordance with the Prompt Payment Act — Section 218.70, Florida Statutes. APPLICABLE LAW, VENUE AND JURY TRIAL The laws of the State of Florida shall govern all aspects of this order. In the event it is necessary for either party to initiate legal action regarding this order, venue shall lie in Seminole County, Florida. The parties hereby waive their tight to trial by jury in any action, proceeding 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, records, and accounts of all activities, related to this order, in compliance with generally accepted accounting procedures. If required, books, records, and accounts related to the performance of this order shall be open to inspection during regular business hours by an authorized representative of the City and shall be retained by the Vendor, for a period of three (3) years after tentunation or completion of the services or until the full City audit is complete, whichever comes first. The City shall retain the right to audit the books during the three-year retention period. All books, records, and accounts related to the performance of this order shall be subject to the applicable provisions of the Florida Public Records Act, chapter 119, Florida Statutes. The City also has the right to conduct an audit within sixty (60) days from the effective date of this order to determine whether the Vendor has the ability to fulfill its contractual obligations to the satisfaction of the City. The City has the right to terminate this order based upon the findings in this audit without regard to any notice requirement for tennination. WARRANTY The Vendor agrees to provide a full warranty to tate City for all materials and services which it provides hereunder for one full year following the date of delivery or completion of services. In the event that the Vendor is called to perform warranty work, the Vendor will be responsible for all costs incurred in repairing the areas under warranty. If it is determined that new problem areas have appeared which were not areas repaired by the Vendor under the Scope of Services set forth herein, the City will be responsible for the costs incurred in repairing the new areas. The manufacturer's warranty on materials received and installed shall extend for the full warranty period. INSURANCE The Vendor shall have at a minimum the insurance limits listed hereunder; however the City reserves the unilateral and sole right to modify said limits when the type of product or services requested merit a modification of the insurance limits listed herein. The Vendor shall submit a copy of their Certificate of Liability Insurance with their quote submittal. GENERAL LIABILITY: $1,000,000.00 PROFESSIONAL LIABILITY: S 1,000,000.00 (only if professional services are to be provided) VEHICLE INSURANCE: 51,000,000.00 Combined Property & Bodily Injury WORKER'S COMPENSATION: $1,000,000.00 PRODUCTS LIABILITY: 51,000,000.00 (only if a product is being provided) Upon award, the Vendor shall name City of Sanford as a Certificate Holder and/or as additional insured and shall maintain the coverage limits set forth during the entire term of performing services under this award. NOTE: ANY AND ALL SPECIAL CONDITIONS ATTACHED HERETO WHICH VARY FROM THESE GENERAL CONDITIONS SHALL HAVE PRECEDENCE. Issued by: Finance/Purchasing Division Sanford, Florida IRFQ 19/20-124 Repairs and Maintenance Services for City's Fire Extinguishers Due: Tuesday, January 21, 2020 at 2:00 P.M. Local Time Jimmy Patronis CHIEF FINANCIAL OFFICER AA& Julius Halas DIVISION DIRECTOR THIS CERTIFIES THAT: QUALIFIER: Casia Sinco BUREAU CHIEF Keith McCarthy SAFETY PROGRAM MANAGER FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF STATE FIRE MARSHAL 200 East Gaines Street - Tallahassee, Florida 32399-0342 Tel. 850413-3644 Fax. 850410-2467 FIRE EQUIPMENT DEALER LICENSE OFFICIAL COPY Pye-Barker Fire & Safety, LLC 4189 Dairy Court, Suite F Port Orange FL 32127 Corey Wiles Has Complied with Florida statutes and has qualified for the type and class shown here on to service, recharge, repair, install, or inspect all types of Fire Extinguishers including recharging carbon dioxide units, and to conduct hydrostatic tests on all types of fire extinguishers including carbon Dioxide Units. Excludes any service, recharge, repair, installation or inspection of any type of Halon Extinguisher. Issue Date: Type: Class: 01/16/2018 07 01 County -t,,, Volusia License/ rmit FED 17-000051 -E-k-p-iiation Date: 12/31/2019 d pvv", Chief Financial Officer .,(rimy_ Patronts —rd EF FINXiYCIAY OFVICER, Julius Halas DIVISION DIRECTOR Casia Sinco BUREAU CHIEF Keith McCarthy SAFETY PROGRAM MANAGER FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF STATE FIRE MARSHAL 200 East Gaines Street - Tallahassee, Florida 32399-0342 Tel. 850413-3644 Fax. 850-410-2467 FIRE EXTINGUISHER PERMIT OFFICIAL COPY THIS CERTIFIES THAT: Corey Wiles EMPLOYER: Pye-Barker Fire & Safety, LLC 4189 Dairy Court, Suite F Port Orange FL 32127 LICENSE NUMBER: FED 17-000051 Has Complied with Florida statutes and has qualified for the type and class shown herein to service, 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: 01/16/2018 Type: 09 Class: 01 County: Volusia License/Permit #: FEP17-000454 Expiration Date: 12/31/2019 01W �6'14 Chief Financial Officer T OlYYYY) A� I?� CERTIFICATE OF LIABILITY INSURANCE 701/15/20 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. if SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the.certificate holder in lieu of such endorsement(s). PRODUCER Aon Risk Services, Inc of Florida CONTACT Aon Risk Services, Inc of Florida NAME: FRi5NT_ FAX AIC No Ext): 800-743-8130 IAIC, No): 800-522-7514 1001 Brickell Bay Drive, Suite #1100 Miami, FL 331314937 L ADDRESS: ADP.COI.Center@Aon.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Illinois National Insurance Co 23817 EACH OCCURRENCE $ INSURED ADP TotalSource FL XVIII, Inc. INSURER B : INSURER C : 10200 Sunset Drive Miami, FL 33173 ALTERNATE EMPLOYER INSURER D: INSURER E Pye-Barker Fire & Safety, LLC 11505 Haynes Bridge Road Suite 350 INSURER F: Alpharetta, GA 30009 COVERAGES CERTIFICATE NUMBER: 2698167 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LIMITS SHOWN ARE AS REQUESTED. INSR LTR TYPE OF INSURANCE ADDL INSR SUER WVD POLICY NUMBER POLICY EFF MMIDD POLICY EXP MMIDDIYYYY LIMITS a '(;Floaida COMMERCIAL GENERAL LIABILITY CLAIMS -MADE ❑ OCCUR EACH OCCURRENCE $ DAM PREM SES Ea oNcwrranea $ MED EXP An one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: POLICY ❑ PROJECT 7 LOC OTHER GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $ AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY LIMITCOMBINED MINGLE Ea accident $ BODILY INJURY Per person)$ BODILY INJURY Per accident $ PROPERTY DAMAGE Per accident $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DEC I I RETENTION $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETORIPARTNERIEXECUTIVE ❑ OFFICER/MEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below N I A WC 080371933 FL 07/01/19 07/01120 X PER 0TH - STATUTE ER E.L, EACH ACCIDENT $ 2,000,000 E.L. DISEASE - EA EMPLOYEE $ 2,000,000 E.L. DISEASE - POLICY LIMIT $ 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more apace In required) All worksite employees working for PYE-BARKER FIRE & SAFETY, LLC, paid under ADP TOTALSOURCE, INC.'s payroll, are covered under the above stated policy. PYE-BARKER FIRE & SAFETY, LLC Is an alternate employer under this policy. CERTIFICATE HOLDER CANCELLATION City of Sanford 300 N. Park Avenue Sanford, FL 32771 �iCle 1tJ `t .--- �ej e. ya-- . rz049 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. QQ ® AUTHORIZED REPRESENTATIVE '� 1g ,�Cy-1oncslC'e�c1e��,dnc a '(;Floaida w iuuts-'LUT* AiiRNKLJ %,Lumr tjmAI IVIY. Au ngnis reserves. ACORD 26 (2016103) The ACORD name and logo are registered marks of ACORD A� D' CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, 1/15/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER Marsh & McLennan Agency LLC 2301 Sugar Bush Road Suite 600 Raleigh NC 27612 CONTACT PHONEFAX • 919-510-7580 Arc No): 212-607-1139 C. E-MAIL Certificates MarshMMA.com INSURER S AFFORDINGCOVERAGE NAIC# INsuRERA: Everest IndemnityInsurance Company 10851 A INSURED * Pye-Barker Fire &Safety, LLC INSURER B: Evanston Insurance Company 35378 INSURER C: Cincinnati Insurance Company 10677 PO Box 69 Roswell, GA, 30077 11605 Haynes Bridge Rd, Ste 350 Alpharetta GA 30077 INSURER D - Tokio Marine Specialty Insurance Co. 23850 INSURER E: Aspen American Insurance Company 43460 EACH OCCURRENCE $1,000,000 INSURER F THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 'NSR LTR I TYPEOFINSURANCEINSD ADDL SUBR POLICY NUMBER POLICY EFFPOLICY (MMIDDfYYYYI EXP IMMIDDIYYYYJLIMITS A X COMMERCIAL GENERAL LIABILITY 51GL003490201 1/1/2020 1/1/2021 EACH OCCURRENCE $1,000,000 DAMAGE TO RE PREMISES Ea occurrence $ 50,000 CLAIMS -MADE r_X] OCCUR X Contractual Tort MED EXP (Any one person) $ 5,000 X XCU Included PERSONAL& ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: � GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMPlOP AGG $ 2,000,000 POLICY JEC - LOC $ OTHER: C AUTOMOBILE LIABILITY EBA0560840 1/1/2020 1/1/2021 (CEO,MBI$1,000,000 X ANY AUTO BODILY INJURY (Per person) $ IAUTOS OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ X HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY PROPERTY DAMAGE Per accident $ A D X UMBRELLALIABX OCCUR 51CC001000201 1/1/2020 1/1/2021 EACH OCCURRENCE $10,000,000 X EXCESS LIAB CLAIMS -MADE PU B705931 1/1/2020 1/1/2021 AGGREGATE $10,000,000 DED I I RETENTION $ 10,000,000/Occ 0,000,000/Agg WORKERS COMPENSATIONPER OTH- AND EMPLOYERS' LIABILITY Y / N STATUTE ER E.L. EACH ACCIDENT $ ANYPROPRIETORIPARTNERIEXECUTIVE OFFICER/MEMBER EXCLUDED? NIA _ E.L. DISEASE - EA EMPLOYEE $ (Mandatory in NH) Ifdesuibe under E.L. DISEASE - POLICY LIMIT $ les DESCRIPTION OF OPERATIONS below B C Professional/Pollution LeasedlRented Equipment MMAENVO01704 1/1/2020 1/1/2021 $3,000,000Limit E Excess Liability EPP0560840 1/1/2020 1/1/2021 $25,000 per item CXOOAD620 1/1/2020 1/1/2021 10,000,000/Occ 10,000,000/Agg DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) Fidelity: Policy Number: 0398225522 Limit: $3,000,000 per loss National Union Fire Insurance Company NAIC: 19445 **DBA's: PB Parent; LLC, Lanstar, LLC; Pye-Barker Holdco, LLC; DBA A.A.C. United Fire & Safety Equipment, Inc.; DBA Accurate Fire Protection, Inc.; DBA Ace Fire Equipment; DBA Advanced Fire Extinguishers & Safety Equipment; DBA Allstate Fire Protection, Inc.; DBA American Fire & Safety; DBA BRS Holdings LLC; DBA Commercial Fire Equipment Company; DBA DSC Fire Protection; DBA Dekaib Fire Protection Services, Inc. dba Georgia Fire; DBA East Coast Fire Equipment, Inc.; DBA Fire Boss, Inc. d/b/a Dragon Fire Systems; DBA Fire Inspections Plus; DBA Fire Pro, Inc.; DBA Fire X Services, LLC; DBA Innovative Electronic Control Systems Inc.; DBA Integrity Fire & Safety; DBA Lester King Fire and Safety Equipment, Inc.; DBA Metro Fire & Safety, Inc.; DBA Myrtle Beach Fire Safety Group; DBA Pro Fire Extinguishment, Inc.; DBA Pyre Barker Industrial Cleaning, LLC: DBA Reliable Alarm Technology and Equipment, Inc.; DBA Reliable Fire & Safety Equipment Company, Inc.; DBA Sentry Fire & Safety; DBA South Carolina Safety Co.; DBA Suncoast Fire Safety; See Attached... ASIS, Ivricc� t►01�t SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Sanford ` e. L" i an _ �� , ®r r , ACCORDANCE WITH THE POLICY PROVISIONS. .JV �M 300 N. Park Avenue. t �(�`t - �- �jQ' AUTHORIZED REPRESENTATIVE Sanford FL 32771 P. � . � � �, ��,- ►��. (��a©� � ail ;�--� �=�-_�� . ACORD 25 (2016/03) U 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: LOC #: ACOOR" ADDITIONAL REMARKS SCHEDULE 46� Page i of I AGENCY NAMED INSURED Marsh & McLennan Agency LLC Pye-Barker Fire & Safety, LLC* PO Box 69 Roswell, GA, 30077 11605 Haynes Bridge Rd, Ste 350 Alpharetta GA 30077 POLICY NUMBER CARRIER NAIC CODE EFFECTIVE DATE: THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE DBA Tampa Bay Fire Equipment; DBA Tanner Fire & Safety Equipment, Inc.; DBA Hernando Fire & Safety Equipment Co., Utah Fire Equipment Company, Inc.; Hernando Equipment Co.; Sea Coast Fire Inc. Tri County Fire Protection Inc.; Triangle Fire, Inc.; Universal Fire Equipment; Ace Fire Sprinklers Inc.; A Fire Protection Plus, Inc.; Kansas Fire Equipment Co.; Interstate Fire Systems, Inc.; AAA Fire & Safety Equipment Co. Inc.; Empire Fire & Safety dba Pyr�tech, Inc, dba Red Comet Fire Protection, dba AD -X Fire Protection; Gulf Coast Fire & Safety Equipment ACORD 101 (2008101) @ 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD