Loading...
2217 PBA 18/19-52 In Rem Solutions - piggyback contractThe 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 Z 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: LA*t.o(yey 13ojadzi4eAr From SharePoint—Finance—Purchasingjorms - 2018.doc 5-1712-020 Date In Rem Solutions, Inc. Pianyback Contract (PBA 18/19-52) (Grant Writing Services) The City of Sanford ("City") enters this "Piggyback" Contract with In Rem Solutions, Inc., a Florida corporation (hereinafter referred to as the "Vendor"), whose principal and mailing address is 875 Aurelia Street; Boca Raton Florida 33486, under the terms and conditions hereinafter provided. The City and the Vendor agree as follows: (1). The Purchasing Policy for the City of Sanford allows for "piggybacking" contracts. Pursuant to this procedure, the City is allowed to piggyback an existing government contract, and there is no need to obtain formal or informal quotations, proposals or bids. The parties agree that the Vendor has entered a contract with the City of Cape Coral, Florida, said contract being identified as "City of Cape Coral - GRANT WRITING SERVICES - Contract CON -CM 19-59/CV-D", as may have been amended, in order for the Vendor to provide grant writing services relating to the City's various projects (said original contract being referred to as the "original government contract"). (2). The original government contract documents are incorporated herein by reference and is attached as Exhibit "A" to this contract. All of the terms and conditions set out in the original government contract are fully binding on the parties and said terms and conditions are incorporated herein; provided, however, that the City will negotiate and enter work orders/purchase orders with the Vendor in accordance with City policies and procedures for particular goods and services. (3). Notwithstanding the requirement that the original government contract is fully binding on the parties, the parties have agreed to modify certain technical provisions of the original government contract as applied to this Contract between the Vendor and the City, as follows: 1 (a). Time Period ("Term") of this Contract: (state N/A if this is not applicable). N/A. Notwithstanding any provisions, however, this Contract shall not be operative for a period of time exceeding 5 years. (b). Insurance Requirements of this Contract: (state N/A if this is not applicable). N/A. (c). Any other provisions of the original government contract that will be modified: (state N/A if this is not applicable). N/A. (d). Address change for the City: Notwithstanding the address and contact information for the government entity as set out in the original government contract, the Vendor agrees that he/she/it shall send notices, invoices and shall conduct all business with the City to the attention of City Manager, at: City of Sanford, 300 North Park Avenue; Sanford, Florida 32771. The City Manager's designated representative for this Contract is: Ms. Marisol Ordofiez Purchasing Manager Finance -Purchasing Division City of Sanford Post Office Box 1788 Sanford, Florida 32772 Phone: 407.688.5028 E-mail address: Marisol.Ordonez@Sanfordfl.gov (e). Notwithstanding anything in the original government contract to the contrary, the venue of any dispute will be in Seminole County, Florida. Litigation between the parties arising out of this Contract shall be in Seminole County, Florida in the Court of appropriate jurisdiction. The law of Florida shall control any dispute between the parties arising out of or related to this Contract, the performance thereof or any products or services delivered pursuant to such Contract. 2 (f). Notwithstanding any other provision in the original government contract to the contrary, there shall be no arbitration with respect to any dispute between the parties arising out of this Contract. Dispute resolution shall be through voluntary and non-binding mediation, negotiation or litigation in the court of appropriate jurisdiction in Seminole County, Florida, with the parties bearing the costs of their own legal fees with respect to any dispute resolution, including litigation. (g). All the services to be provided or performed shall be in conformance with commonly accepted industry and professional codes and standards, standards of the City, and the laws of any Federal, State or local regulatory agency. (h). (I). IF THE CONTRACTORIVENDOR HAS QUESTIONS 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, CITY CLERK, CITY OF SANFORD, CITY HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 327711 TRACI.HOUCHIN@SANFORDFL.GOV. (II). In order to comply with Section 119.0701, Florida Statutes, public records laws, the Vendor must: (A). Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service. 3 (B). 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. (C). Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (D). Meet all requirements for retaining public records and transfer, at no cost, to the City all public records in possession of the Vendor 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. (111). If the Vendor does not comply with a public records request, the City shall enforce the contract provisions in accordance with this Agreement. (IV). Failure by the Vendor to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the City. The Vendor shall promptly provide the City with a copy of any request to inspect or copy public records in possession of the Vendor and shall promptly provide the City with a copy of the Vendor's response to each such request. (i). All other provisions in the original government contract are fully binding on the parties and will represent the agreement between the City and the Vendor. Entered this I -day of 24D-10 4 Attest: Aignature %of Witness # 1 Printed name of Witness # 1: &L d 7&&aft Signature of Witness # 2 In Rem Solytions, Inc. K 5 A MAM, AMMUN, Li -s .'Mulhall Printed name of Witness# 2 MIdIM"I RVILItj) U11M I 0A Traci Houchin, City Clerk, CIVIC, FCRM Approved as to form and legal sufficiency William L. Colbert City Attorney City Of Sanford By: _ Jeff Trip W Exhibit "A" [Attach original government contract] City DfCape Coral COPY GRANT WRITING SERVICES CDOt[8Ct CON-CM19-59/CV-D 4:1THIS CONTRACT \emade thio2U^d . 2019 by and between the CITY OF CAPE CORAL, FLORIDA, hereinafter called "CftY~. and IN REM SOLUTIONS, INC` doing business as a corporation, located at875Aurelia Street, Bone Reton, FL 33486 hereinafter ooUod''CONTRACTOR" WITNESSETH: For and inconsideration ofthe payments and agreements mentioned hereinafter: 1The CONTRACTOR will provide Grant Writing Services in accordance with the Contract Documents and the Scope and Specifications outlined in the Request for Proposal RFP-CM1 9-591CV. 2. The CONTRACTOR will furnish all of the material, eupp/iao, tuo|o. equipment' labor and other services necessary for the completion of the services described in the Contract Documents. Time in of the essence inthe performance ofthis Contract. 3. The CONTRACTOR will commence work as required by the Contract Documents in accordance with the scope of services outlined in the Proposal submitted. The City oQnaee to compensate CONTRACTOR for services at the hourly rates as submitted for this project and attached esEXHIBIT A. 4. Term: The initial term of this contract shall be for one (1) year and may be renewed for one (1) additional two-year period under the same henns and conditions and upon mutual consent ofboth parties. 5 Scope of Services: The services tobeperformed will include but not belimited tothe following: o. Human/Social Services/Poverty Eradication b Economic Development o. BrownMe|dm/Environmenta| d. Resiliency (Sooia|.Infrastructure and Environmental) e. Sustainability [ The Arts g. Parks and Recreation h. Infrastructure Development i Public Safety Police/Fire j. Housing k. FEMA (Federal EmergemoyMonogememdAdmhnietroUon) |. Choice Neighborhood & Promise Zone (HUD'uHousing and Urban Development) m. Historic Preservation n. Healthy Cities n. Health and Wellness p. Transportation Page xofe City of Cape Coral GRANT WRITING SERVICES Contract CON-CM19-59/CV-D 6. Termination: This Contract may be terminated by the CITY for its convenience upon thirty (30) days prior written notice to the CONTRACTOR_ In the event of termination, the CONTRACTOR shall be paid as compensation in full for work performed to the day of such termination, an amount prorated in accordance with the work substantially performed under this Contract. Such amount shall be paid by the CITY after inspection of the work to determine the extent of performance under this Contract, whether completed or in progress. Contract Documents: The Term "Contract Documents" shall include this Contract, addenda, Contractor's Bid except when it conflicts with any other contractual provision, the Notice to Proceed, the Bonds, the Bid Package prepared and issued by the CITY, the General Conditions, the Specifications and Drawings, any Special Conditions, together with all Written Amendments, Change Orders, Work Change Directives or Field Orders. in the event of conflict between any provision of any other document referenced herein as part of the contract and this agreement, the terms of this agreement shat! control. 8. Assignment: This Contract may not be assigned except with the written consent of the CITY, and if so assigned, shall extend and be binding upon the successors and assigns of the CONTRACTOR. Disclosure: The CONTRACTOR warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR to solicit or secure this Contract and that it has not paid or agreed to pay any person, company, corporation, individual or CONTRACTOR, other than a bona fide employee working solely for the CONTRACTOR, any fee, commission, percentage, gift, or other compensation contingent upon or resulting from the award or making of the Contract. 10. Administration of Contract: The City Manager, or his representative, shall administer this Contract for the CITY. 11. Governing Law: The validity, construction and effect of this Contract shall be governed by the laws of the State of Florida. All claim and/or dispute resolution under this Agreement, whether by mediation, arbitration, litigation, or other method of dispute resolution, shall take place in Lee County, Florida. More specifically, any litigation between the parties to this Agreement shall be conducted in the Twentieth Judicial Circuit, in and for Lee County, Florida. In the event of any litigation arising out of this Contract, the prevailing party shall be entitled to recover from the non -prevailing party reasonable costs and attorney's fees. 12. Amendments: No Amendments or variation of the terms or conditions of this Contract shall be valid unless in writing and signed by both parties. 13. Payments: City shall pay CONTRACTOR as outlined in the Cost Proposal, more specifically Exhibit A. Page 2 of 6 City of Cape Coral GRANT WRITING SERVICES Contract CON-CNI19-59/CV-D 14. Contractor's Representations: to order to induce CITY to enter into the Contract CONTRACTOR makes the following representations: CONTRACTOR has demonstrated knowledge and experiences in performing grant writing services for local governments. COMRACTOR has been familiarized with the Ctmtrart Documents and the nature and extent of dile work required to be performed, locality, local conditions, and Federal, State, and Local laws, ordinances, rules and regulations that in any manner may affect costs, progress or performance of the work. CONTRACTOR has given CITY written notice of all conflicts, errors or discrepancies that have been discovered in the CONTRACT DOCUMENTS and the written resolution thereof by CiTY is acceptable to CONTRACTOR 15. indemnity: The. CONTRACTOR shall indemnify and hold harmless the CiTY, its officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of the CONTRACTOR and any persons employed or utilized by CONTRACTOR in the performance of this Contract. 16. Invalid Provision: The invalidity or unenforceability of any particular provision of this Contract shall not affect the other provisions hereof, and the Contract shall be construed in all respects as if such invalid or unenforceable provisions were omitted. 17. Record Keeping: The awarded Consultant shall maintain auditable records concerning the procurement adequate to account for all receipts and expenditures, and to document compliance with the specifications. These records shall be kept in accordance with generally accepted accounting principles, and the City of Cape Coral reserves the right to determine the record-keeping method in the event of non -conformity. If a Public Construction Bond *is required records shall be maintained for ten (10) years, after final payment has been made and shall be readily available to City personnel with reasonable notice, and to other persons in accordance with the Florida Public Disclosure Statutes. Records of the Consultant's personnel, sub -consultants, and the costs pertaining to the Project shall be kept in accordance with generally accepted accounting practices. Consultant shall keep full and detailed accounts and financial records pertaining to the provision of services for the City. Prior to commencing work, Consultant shall review with and obtain the City's approval of the accounting procedures and records to be utilized by the Consultant on the Project. Consultant shall preserve the aforementioned Project records for a period of ten (10) years after final payment, or for such longer period as may be required by law. 18. Public Records: Pursuant to Florida Statute §287.058 (1) (c), this contract may be unilaterally cancelled by the City if the Consultant, refuses to allow public access to all documents, papers, letters, or other material made or received by the Consultant in conjunction with this contract, unless the records are exempt from disclosure. Page 3 of 6 19. City of Cape Coral GRANT WRITING SERVICES Contract CON-CM1 9-59/CV-D Insurance: Unless otherwise specified, CONTRACTOR shall, at its own expense, carry and maintain the following minimum insurance coverage, as well as any insurance coverage required by law: a. These insurance requirements shall not limit the liability of the CONTRACTOR. The City does not represent these types or amounts of insurance to be sufficient or adequate to protect the CONTRACTOR's interests or liabilities but are merely minimums. b. Except for workers' compensation and professional liability, the CONTRACTOR's insurance policies shall be endorsed to name the City as an additional insured to the extent of the City's interests arising from this Contract. C. Broad Form Commercial General Liability Insurance (on an occurrence basis), with a minimum combined single limit for Bodily Injury, including Death of $1,000,000 per occurrence and for Property Damage of at least $1,000,000 per occurrence. d. Prior to commencing any Work under this Agreement, CONTRACTOR shall submit a CITY certificate or certificates of insurance evidencing that such benefits have been provided, and that -jxh msurance %s beteg carmd and mawwWA. Such certiftates shalt stiputake that the insurance will not be cancelled or materially changed without thirty (30) days prior written notice by certified mail to CITY and shall also specify the date such benefits and insurance expire. CONTRACTOR agrees that such benefits shall be provided, and such insurance carried and maintained until the Work has been completed and accepted by CITY. e. Such benefits and such coverage as are required herein, or in any other document to be considered a part hereof, shall not be deemed to limit CONTRACTOR's liability under this Agreement. f. Professional Liability: (errors and omissions) coverage shall have minimum limits of $1,000,000 per occurrence with respect to negligent acts, errors or omissions in connection with the professional services to be provided and any deductible not to exceed $50,000 each claim, and policies should be written on a "claims Madeo basis, with a retroactive date that is acceptable to the City. g. The City shall be listed as an Additional Insured on the General Liability policy 20. Unauthorized Aliens: The employment of unauthorized aliens by any Contractor is considered a violation of Section 274A(e) of the Immigration and Nationality Act. If the Contractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of any contract resulting from this solicitation. This applies to any sub -contractors used by the Contractor as well. 21. Annual Appropriation Contingency: Pursuant to FL Statute §166.241, the City's performance and obligation to pay under this Contract is contingent upon an annual appropriation by the City Council. This Contract is not a commitment of future appropriations. Authorization for continuation and completion of work and any associated payments may be rescinded, with proper notice, at the discretion of the City if the City Council reduces or eliminates appropriations. 21. Entire Aareement: This Contract constitutes the entire and exclusive agreement between the parties and supersedes any and all prior communications, discussions, negotiations, understandings, or agreements, whether written or verbal. Page 4 of 6 City of Cape Coral GRANT WRITING SERVICES Contract CON-CM19-59/CV-0 IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed, by their duly authorized officials this Contract which shall be deemed an original on the date last signed as below written.- WITNESS ritten: WITNESS CITY: CITY: City of Cave Coral Florida SiL;nature Qj - Signature:, ' id� At�- 2�� Typed Name: Kimbeny Bruns. 0 -MC 'Typed Name. .A. John Szerlag Title: City Clerk _ _ . _.__. -'tie'` Manager VWj Date. +lr{A"'` CITY LEGAL REVIEW. Dolores Menendez Date * ty Attorney CONTRACTOR: Iry MCcvi out_ i vtma Urti. Signature:__,,L��'� [�fi Typed N Title. ! 1 -L4 1 LAW 9210 _ Gate: ✓ a`�, e,r' Pap 5 01'6 City of Cape Coral GRANT WRITING SERVICES Contract CON -CM 1 9-59/CV-D Hourly basis, Out tiny he Is $160/hour. Page 6 of 6 CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YM) 04/08/2020 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(les) must be endorsed. if SUBROGATIONIS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT USI INSURANCE SERVICES LLC/PHS 41716650 : PHONE (866)467-8730 (A/C, No, Ext): FAX (888)443-6112 (A/C, No): The Hartford Business Service Center E-MAIL 3600 Wiseman Blvd San Antonio, TX 78251 ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC# CLAIMS -MADE -1OCCUR INSURED INSURER A: Sentinel Insurance Company Ltd. 11000 IN REM SOLUTIONS INC INSURER B: 875 AURELIA ST INSURER C: BOCA RATON FL 33486-3531 INSURER D : X General Liability INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF M POLICY EXP D LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $1,000,000 CLAIMS -MADE -1OCCUR DAMAGE TORENTEDREMISES (Ean $1,000,000 MED EXP (Any one person) $10,000 X General Liability A X 41 SBM TZ8591 12/04/2019 12/04/2020 PERSONAL &ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY ❑ PRO- LOC JECT Ed PRODUCTS - COMP/OP AGG $2,000,000 OTHER: AUTOMOBILE LIABILITY $1,000,000 c i ent) LE LIMIT (Ea accident) ANY AUTO _ BODILY INJURY (Per person) A ALL OWNEDSCHEDULED AUTOS AUTOS 41 SBM TZ8591 12/04/2019 12/04/2020 BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) X HIRED NON -OWNED AUTOS X AUTOS UMBRELLA LIAR OCCUR EACH OCCURRENCE AGGREGATE EXCESS LIAR CLAIMS- MADE DEC) RETENTION $ WORKERS COMPENSATION JY/N PER OTH- AND EMPLOYERS' LIABILITY STATUTE R E.L. EACH ACCIDENT ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERWEMBER EXCLUDED? N/ A --•••••-••-•-----•— E.L. DISEASE -EA EMPLOYEE (Mandatory in NH) If yes, describe under E.L. DISEASE - POLICY LIMIT DESCRIPTION OF OPERATIONS below A EMPLOYMENT PRACTICES LIABILITY I 41 SBM TZ8591 I 12/04/2019 I 12/04/2020 I Each Claim Limit $10,000 Aggregate Limit $10,000 DESCRIPTION OF OPERATIONS /LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Those usual to the Insured's Operations. Certificate holder is an additional insured per the Business Liability Coverage Form SS0008 attached to this policy. CFRTIFICATF HOI nFR CANCFI 1 ATION City of Sanford SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED P.O. Box 1788 BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED Sanford FL 32771 IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD THE HARTFORD BUSINESS SERVICE CENTER THE sad" 3600 WISEMAN BLVD HARTFORD SAN ANTONIO TX 78251 City of Sanford P.O. Box 1788 Sanford FL 32771 Account Information: Policy Holder Details: IN REM SOLUTIONS INC April 8, 2020 %P Contact Us Business Service Center Business Hours: Monday - Friday (7AM - 7PM Central Standard Time) Phone: (866) 467-8730 Fax: (888) 443-6112 Email: agency.services(D.thehartford.com Website: https:/Ibusiness.thehartford.com Enclosed please find a Certificate Of Insurance for the above referenced Policyholder. Please contact us if you have any questions or concerns. Sincerely, Your Hartford Service Team WLTRO05 Ordonez, Marisoll From: GEORGE, THOMAS Gent Thursday, April 9\28Z81:30PK4 To: Ordmnez,k4ahso| Cc: Lindsay, Cynthia; Bqjadzijev,Lindsey Subject: Re: City Of Sanford; Contract Terms And Conditions I will approve waiver. From: "Ordouez,Madool" <MadyoL .gov> Date: Thursday, 4nrU 9,2020at 10:43 AM To: Tom George <TBI]MAS. GEORGE@S oufbrdR.gnv> Cm: "L l. .gov>,"B judzijcv,[.indxov" <Lindsey.Bojadzijev@Sanfordfl.c,ov> Subject: FW: City Of Sanford; Contract T0000 And Conditions Tom, can we waive the Workman Comp policy for a vendor who is going to be working on FEMA Grants for the Finance department? |nRem Solution (vendnr)will bepreparing and processing grants (renoote) for the City. However, In Rem Solution is own by only two employees per State of Florida 3 or less employees are exempt from having Workman Comp policy, the vendor is requesting a waiver. The City does not accept the Workman Comp Exemption Form unless the City Manager or Deputy City Manager waives the exemption. Please advise, thank you. Hope you are staying safe. Mahso|Onjohez,Purchasing Manager City ofSanford Finance -Purchasing Division Tel 407.688.5028 Email Marisol.ord'onezSsarifo�rdfl.gov CITY OF S,�NFORD FLORIDA &m0 Sent Thursday, April 9,20209:08AM To:'UsaK8u|haU'<nevvck@aoicom> Cc: Boaddje4Lindsey <UndseyBoadzijev@Sanfordf.gov>;Lindsay, Cynthia <Cynthb.Undsay@3anfo/df.gov> Subject: RE: City Of Sanford; Contract Terms And Conditions Hello and good morning, I received the Certificate of Insurance the city will accept the 2 million policy on your policy). Furthermore, the city cannot waive the Professional Liability this is a requirement. Please also note the city is utilizing the City of Cape Coral contract and on page (4) Professional Liability is a requirement. If you have any additional questions, please feel free tocontact me. Stay safe! Mahsu|Ordo0ez,Purchasing Manager City ofSanford Finance -Purchasing Division Tel 407.688.5028 CITY OF 11 SkN fill FLORIDA rilr:: YOM From: Lisa Mulhall Sent: Wednesday, April 8,Z8JO6:02PM To: Onjonez,W1ahso| Subject: Re: City Of Sanford; Contract Terms And Conditions Insurance cert attached. In a message dated 4/8/2020 5:03:32 PM Eastern Standard Time, Mari so I.Qrclonezrc�t dfl.grov writes: No problem. Can you please also send Ol8@Certificate OfInsurance (C[>I)per City insurance requirements (see attachment) and execute the attachment. Thank you! Marisol Ordohez, Purchasing Manager City ofSanford Finance -Purchasing Division Tel 407.688.5028 Client#: 1610380 .i9TXu' ACORD. CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) F4/13/2020 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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER USI Insurance Services, LLC 8331 Norman Center Dr, Suite 500 CONTACT Jennifer Cioma NAME: PHONE - FAX A/C, No, Ext): AIC, No): E-MAIL ADDRESS: jennifer.cioma@usi.com Bloomington, MN 55437 INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: United States Liability Insurance Co. 25895 INSURED In Rem Solutions INSURER B: EACH OCCURRENCE S _ 875 Aurelia St INSURER C Boca Raton, FL 33486-3531 INSURER D: INSURER E INSURER F: PREMISES (EaEocccurrence S COVERAGES CERTIFICATE NUMBER: 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 CONTRACTOR 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. TYPE OF INSURANCE ADDLTRR NSRL WVD POLICY NUMBER MML/DDY<YEYYY MM/DDYP LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S _ CLAIMS -MADE El OCCUR PREMISES (EaEocccurrence S MED EXP (Any one person) $ PERSONAL & ADV INJURY S GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S PROJECT- LOC POLICY _ PRODUCTS-COMP/OPAGG $ $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ BODILY INJURY (Per person) $ ANY AUTO BODILY INJURY (Per accident) S OWNED SCHEDULED AUTOS ONLY AUTOS PROPERTY DAMAGE S Per accident HIRED NON -OWNED AUTOS ONLY AUTOS ONLY $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ AGGREGATE S EXCESS LIAB CLAIMS -MADE DED I I RETENTION S $ WORKERS COMPENSATIONPER E I OTH- STATUT ER AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVEE.L. OFFICER/MEMBER EXCLUDED? ❑ N / A EACH ACCIDENT $ - E.L. DISEASE - EA EMPLOYEE S (Mandatory in NH) E.L. DISEASE - POLICY LIMIT S If yes, describe under DESCRIPTION OF OPERATIONS below A Prof. Liability SP1554478F 11/18/2019 11/18/202 $1,000,000 Claim $1,000,000 Agg Retro Date 02/18/2003 $5,000 Ded/Claim DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Cit of Sanford SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN P.O. Box 1788 ACCORDANCE WITH THE POLICY PROVISIONS. Sanford, FL 32771 PBA 18/19-52 Grant Writing AUTHORIZED REPRESENTATIVE Services !. — _ ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S28493675/M27784283 JXCZP