BID NO. 12-01 TIRE SERVICES
CONTRACT
This CONTRACT made and entered into this 4th day of April. 20Qi, by
and between the City of Clearwater, Florida, a municipal corporation,
hereinafter designated as "City" and Superior Auto Centers
, Inc., of the City of Clearwater, County of Pinellas, and State of Florida,
Hereinafter designated as "Contractor".
WITNESSETH:
That the parties to this contract each in consideration of the undertakings,
promises and agreements on the part of the other herein contained, do hereby
undertake, promise and agree as follows:
The Contractor, and his or its executors or administrators, in consideration
of the sums of money as herein after set forth to be paid by the City to the
Contractor, shall and will at its own cost and expense perform all labor, furnish all
materials, tools and equipment as detailed in:
Bid No.
12-01
Tire Services
In accordance with the City's attached technical specifications and the
Contractor's bid response, together with any instructions to bidders,
general conditions, and proposal, which may be hereto attached, are
hereby made a part of this contract, and all of said work to be performed
and completed by the Contractor and its successors and assigns shall be
fully completed in a good and workmanlike manner to the satisfaction of
the City.
If the Contractor shall fail to comply with any of the terms, conditions,
provisions or stipulations as contained herein within the time specified for
completion of the work to be performed by the Contractor, then the City may, at
its option, avail itself of any or all remedies provided on its behalf and shall have
the right to proceed to complete such work as Contractor is obligated to perform
in accordance with the provisions as contained herein.
g)
THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS
DOES HEREBY AGREE TO ASSUME THE DEFENSE OF ANY LEGAL
ACTION WHICH MAY BE BROUGHT AGAINST THE CITY AS A RESULT OF
THE CONTRACTOR'S ACTIVITIES ARISING OUT OF THIS CONTRACT, AND
FURTHERMORE, IN CONSIDERATION OF THE TERMS, STIPULATIONS
AND CONDITIONS AS CONTAINED HEREIN, THE CONTRACTOR AGREES
TO HOLD THE CITY FREE AND HARLESS FROM ANY AND ALL CLAIMS
FOR DAMAGES, COSTS OR SUITS, JUDGMENTS OR DECREES
RESULTING FROM ANY CLAIMS MADE UNDER THIS CONTRACT AGAINST
THE CITY OR THE CONTRACTOR OR THE CONTRACTOR'S SUB-
CONTRACTORS, AGENTS, SERVANTS OR EMLOYEES RESULTING FROM
ACTIVITIES BY THE AFOREMENTIONED CONTRACTOR, SUB-
CONTRACTOR, AGENTS, SERVANTS OR EMPLOYEES.
In addition to the foregoing provisions, the Contractor agrees to conform to
the following requirements:
In connection with the performance of work under this contract, the
Contractor agrees not to discriminate against any employee or applicant for
employment because of race, sex, religion, color, or natural original. The
aforesaid provision shall include, but not be limited to, the following: employment,
upgrading, demotion, or transfer; recruitment or recruitment advertising; lay-off or
termination; rates of payor other forms of compensation; and selection for
training, including apprenticeship. The Contractor agrees to post hereafter in
conspicuous places, available for employees or applicants for employment,
notices to be provided by the contracting officer setting forth the provisions of the
non-discrimination clause.
The Contractor further agrees to insert the foregoing provisions in all contracts
hereunder, including contractors or agreements with labor unions and/or worker's
representatives, except sub-contractors for standard commercial supplies or raw
materials.
It is mutually agreed between the parties hereto that time is of the essence
of this contract, and in the event that the work to be performed by the Contractor
is not completed within the time stipulated herein, it is then further agreed that
the City may deduct from such sums or compensation as may be due to the
Contractor the alternative cost as beared by the City per event for each service
call that the work to be performed by the Contractor remains incomplete beyond
the time limit specified herein. Said alternative cost per event shall only and
solely represent damages which the City has sustained by reason of the failure of
the Contractor to complete the work within the time stipulated, it being further
agreed that this sum is not to be construed as a penalty but is only to be
construed as liquidated damages for the Contractor's failure to complete and
(.iJ
perform all work within the time period as specified in this contract. This non-
compliance to the required performance will be considered a breach of contract
and cause for cancellation of the Contract as per procedure outlined in Sect. 6 of
Contract.
IN WITNESS WHEREOF, the parties to the agreement have hereunto set
their hands and seals and have executed this Agreement, in duplicate the day
and year first above written.
Countersigned:
.~j-AL~
Bnan J. Aungst!
Mayor-Commissioner
Approved as to form:
(Contractor must indicate whether
Corporation, Partnership, Company
Or Individual.)
(The person signing shall, in
his own handwriting, sign the
Principal's name, his own
Name, and his title; where the
Person is signing for a Corporation,
He must, by Affidavit, show his
Authority to bind the Corporation).
It)
CITY OF CLEARWATER, FLORIDA
By: ~":B.~"1t
William B. Horne, II
Interim City Manager
Attest:
Cynthia.J;.- Goudeau
City Clerk
~MDte~/~~ .
Y21~?!!rt/W
~
~
-e-~ '
-"
~. .......-
" :: ","- -::..-
(SEAL)
----. :-'.1' <_"
- -
~ - - - '-
"-'.... '-
.::
MAIL TWO COPIES OF INVOICE TO:
CITY OF CLEARWATER
FINANCE DEPARTMENT
P.O. BOX 4748
CLEARWATER, FLORIDA 33758-4748
PURCHASE ORDER:
No.699 0000027840 000
VENDOR NAME:
PURCHASING DIVISION
P.O. BOX 4748
CLEARWATER. FLORIDA 33758-4748
FLORIDA SALES TAX EXEMPTION CERT. NO. 62'()2-134859-54C
FEDERAL EXCISE 7MPTION NO. 59-78'()105K
P.O. DATE
02/05/01
REQD DATE 2/5/01
SHIP TO:
RECEIVED
~ E B 0 6 2001
f ~~ET MAlN1.
FLEET MAINTENANCE
CITY OF CLEARWATER
1900 GRAND AVENUE
CLEARWATER FL 33765
SUPERIOR AUTO CBNTERS
235 S BELCHER RD
CLEARWATER
DEPARTMENT
FLBBT MAINTBNANCE
ITEM
001
FL
33765
ATTENTION: 24 HOUR ADVANCE NOTIFICATION REQUIRED
ON ALL SHIPMENTS TO CITY OF CLEARWATER LOCATIONS.
DIRECT ALL COMMUNICATIONS ON THIS ORDER TO:
J ARRIEN
727/562-4891
EO,B,
PAYMENT TERMS
CLEARWATER
NET 30
UNIT DESCRIPTION
UNIT PRICE TOTAL PRICE
Doll BPO FOR TIRE SBRVICES AS PER
CITY OF CLEARWATER SPECS FOR
BID '1201
1. 00 4 0000.00
CONTRACT PIRIOD:
2/5/01 - 1/31/03
APPROVBD BY THE CITY COMMISSION
ON 2/1/01.
DISCOUNTS: On any discount. time will be computed
from date 01 satisfactory delivery of all items or from
date correct invoice is received, whichever is the later date.
THE CITY OF CLEARWATER MAY CANCEL THIS ORDER, EITHER ORALLY
OR IN WRITING, AT NO COST TO THE CITY, IF ANY ITEMS DO NOT ARRIVE
BY THE DATE REQUIRED AND/OR IF ANY DO NOT CONFORM TO SPECIFI-
CATIONS. NON-CONFORMING ITEMS WILL BE HELD FOR THIRTY (30) DAYS,
PENDING RECEIPT OF DISPOSITION INSTRUCTIONS FROM VENDOR, AFTER
WHICH TIME THEY WILL BE DISPOSED OF AS SURPLUS CITY-OWNED PROPERTY.
T.________.___._
TOTAL AMOUlfT',
,/ -
/
400000.00
.-
/
. >
/....'. ~. .,r....-"',.-'. ./~;-;'" /0/'
. ~/.'/.J' /' ," /.
f:' ,(.-",' /".... ~--,.,__:-:...,..~:.....-~---.-t::-,-.--n.-.ot.:.----..~~
APPROVING OFFICIAL --"-"-
i
TITLE
/
\~
\"
......--
REQUISITIONERS COpy
---- -.--- -------~---_...~._--,------ ---- -.----.-.-- ---- ----- ---- -.-,--- ,-..-_-
CITY OF CLEARWATER
POST OFfICE Box 4748, CuAnAmt, FI.ORIDA 33758-4748
MUN1CIPAl. SElMCf.S BL"DING, 100 SolrrH M\'RlU Ave-'UE, ClEARWATER, FlORIDA 33756
TELEPHONE [127) 562-463U fAX (727) 562-4635
PuIJcHAsING
SUBJECf:
IDvltatio. To Bid 11-01
Tire Services
ISSUE DATE:
December os, 2000
PRE-BID CONFERENCE:
None
MAIL PROPOSALS TO:
CIty of Oearwater
P.O. Box 4748
Cearwater, FL 33758-4748
DELIVER PROPOSAL TO:
City of Clearwater
Parchuinl DMsJo.
100 Soadl Myrtle AVelllIe
. Clearwater, n... n756-~20
BID MUST BE RECEIVED
NOT LATER THAN:
Juuary os, 2001 - 11:00 AM
(AlE COY. U:I.'ll'l!I'URI!.
RRLUl J AlINC~"". MA\'OIl-Col.lMI..sIONFR
Eo HOOPD, VIcE MAYOIt-CONNI5.5IONEJ
Ro H.uT. COMMlSSlONn
Boll ClARK, COMMISSIONER
J B. JOHNSON, COWWlS!ilOI\o'U
(!)
"EQuAL ENPummn' AND MFIIlMAl1VE AcnoH EMPlDYER"
-
.
. .
BID RlSPONSE FORM (IUI)
Item
1.
Descriptio.
TIre ServIas
(per IperUkatiolls)
See ,.,_ , aad I for COlla ..........
wm you accept a oay of Cleanrater r.n:huiDI Card (Visa) lor ,.ymcat? Yes lL No
Co.tad Joe Antell, at en7) 56Z-4891 En 2866, for uy t~..1pI qaesdoaa reprdiq.... bid.
Please remra two (~\ ~ oIB.. RapoDse
F.O.B. CLEARWATER
Start Date: January 8, 2001
hymeat Terms: Net 30
BIDDER REPRESENTATION
I ...,......t daat dais bid Is ...mItted .. eo.pOanee wItII .. ..... coMitio.. ad spedfiatIoBs of ale
IDvitatloa lor Biel aDd tIaat I .. a.tllorbed by the owaen/prblclpall to eueate ud ..blDit tills bid 011
bellaIf oldie h..... IdBtIIIed ....
BUSINESS NAMEI Superior Auto Centers, Inc. dba Goodyear
STREET ADDRESS: 235 S. Belcher Road
CITY, STATE, ZIP CODE: Clearwater, FL 33765
PR1NTflYPE NAME OF AVlBORIZED UP: Margaret "Peggy' Novak
TITLFJPOSmON OJ' AtmlORIZED UP:
SlGNATUU OF AurBORIZED UP:
secretaryrr~"?J.
,1Jl/I,lfZ~ - /u,;f
DATE SUBMI1TED:
January 8, 2001
PHONE NO: 727-799-4800
"AX NO: 727-723-9688
-3-
.
..r
Pg. 1 of
CITY OF CLEARWATER
1900 Grand AvClluc
Clearwater. FL 33765
Tire Services
Specifications
It is the inteDt of the City of Clearwater to secure consistent and UDifonn fees for prompt aod adequate tire
services. The following specifications aDd requiremenls are to be considered as minimum. If it is uecessary
to take ~~s) to the specification let forth. this DlUSt be SO seated in your bid. These exceptioDs should
be listed aod expIaiDcd on a separate SIthIfolamPD1 to the bid response.
Bidder must use the following form to 8DIWeI' All bid items by iDdividua11ine item. THIS MUST BE
DONE IN ORDER TO BE CONSIDERED A V AlJD BID; FAILURE TO COMPLY MAY CAUSE YOUR
BID TO BE REJECTED. Use of this form is for tile purpose ofidentifyiDg tile most responsible bidder and
U8URS your quotalioa a fair evaluation. Abcmarc bicb sba1l be dearly ind~tcd 88 such and deviation from
the applicable specifications plaiDly noted. A formal contract will be executed on award of this CODtnCt
between the Contractor and The City of Clearwater. A sample Contract is iDcludc:d with bid pacbge. for
relermce 0DIy.
The CODtaCt person at General Suppon Services for tec.bnical questions cooceming the bid specificatioqs is
Joe Arrien (727) S62-4891 x2866.
ProsnettJye V moor Wnnnation
VeDdor D8Jl1e:
Superior Auto Centers. Inc. dba Goodyear
235 S. Belcher Road
Clearwater, FL 33765
Address:
Location aud oamc of Nc:arcst Scrvic:c Facilily to fleet ~Jrintt-"'OC if dift'~c.4 &om above:
~ Comv;eri~ Tir, & ~r.A ('.~nt~r
year rue se Ire n er
4190 114th Terrace N
Telephone I:
FAXI:
Clearwater, FL 33762
727-299-0722 (24 Hr)
727-299-0712
Authorized vendor representative (PriDt): Sherleen Madden
1
L
."
~......... - ........ ....
.I~
x
<..
TblIIIIdIt ....__ 011 ~~.. ""tw (Z) JIm, ........ -. -. -- ....bene (3)
MdId....... _ (l),.. ....... "..... - r It. pz ..''V lL . -.- n.~ ...;- A........ ... .,.......
....... lie o~ ,~ fIb....- .... ..... ...... .. tIIe...l'tIIlw (l2)..... pcdad
.., be ftlqII uH r ., die (\~- 4111' .......cIf ---...Iet"_ JiL
'lbc ~ .~ J 'l 11"'-. ... .. .. .. lIB. 1M .. -. r I .....,..., . --".. ~ .-... die
or 01 a..~UI .., .... III...... . (1) _ ,-...... ..,.. -- -. . r I Ia.,
.., ... --- . 01.... .....
"I'IIe CiIr ..111..... .. _ .. tile fIadIl.. O..-.Wlt.... r 41. .. ..... tit.... .. .. r' .,
x G..4-. 'lllea..... ......_ . ....... tt.t # III -[ .. .1Iiddcr ~ _-1IWlJ
......._~ .~ 11...[ r.....-=-..o...._........~.II-
,~... II ~..... .. .. die ..~ . If" die ....,vbI ".... JJ r ... WVNf II" tie ClJ',
f(!r:lJ~IO..._O".~ ...,__...~Ial....aIII.... --- ....- ."'dined
........ .. die _ ..- ....--4 III.... II .... A. 1. L U .... . A._ .- III .. ~ Pi'O..... ·
CIIJ Iv- '"'~ _..... CIIIt........ ......- -- f of Iv .J II........ "JIlt"" ~fId..
0...... III f ........... III .... . 1 fI6.... at-~ - - ........._41 _.doeI.......I&:IIp8....
<<-'.......~~
~1f~MlI Nca^,~ ~ MI. .....l>.. ......Il4JjI....,..... h.... .-...... 'lJ....... - ~~.
n. CIlJ 1 ~ .. ..... .... - . dill O........dI .. ~ .. d_ .. o. fII... 0,.....""'. &.cd1 -
MA"'.lIll1- ....It ."......., ..lrlf......tleCl~-...I.......
~na ~_ Jf"'___aftlle~...V"~. tlleClJ ~J .. "".- ~- ............--
RIJ. l~ -. ifill ~-~.. It (tie CIlJ). ~.. lie diJII tit '" · ~ ".1 ~ will..., (JG)'"
...... ......a.~....~~..
.>
.,.... _.a._ ",--ftCB--::JI- !A.w.B
A.
1. o.~ ..... ,..........~...........w 1If" 0,. ................ ,...........
Mo..... ~ _ (I) ... .. .. _ tile cd .. -..... " .. {l>'" ... 0 '11II - .. dill
....................... ~ .If ~...A.
2. C~ .to. .Ill.. ..,....... ~fJ6S.dIJ _ .~ ........ lit tie CIlJ.
3. ap.. _ . 1.... willie cmW It .. jib ... .. ..... .... ~_ 0 ~ ............. lie
.1- .1>.' TI........af..~.~..IIe- 1 If...._......a,...V...
2
. .
'. ~
'Ore Semc:es (coatd.)
4. Coutrador will replace tires on City equipment tbat will mad1 in size aDd tread dcaip as close as
possible.
S. AU tires removed from City eql1ipllledl will be brought to Fleet Maint~11M for iDspection. The City
will then determine the status of the tire.
6. All City~ tires DOt on Cq~ will be stored at City sites. 1be exceptioD beiD& tires dill are on
the c:ontracror's service vehicle. The service penon will Jive a daily 8CCOUIIt of die tires on bD vehicle and
the tires used to the Fleet AdmiDistrator or desipu:e.
7. Contractor's replest: ,mtiye will bring invoices of the tires lDdIor services to Reel MSlintel~ on a
daily
basis.
8. Contractor to provide, on each invoice, or Pttached to the invoice:
8. Date aDd times (24 hour clock) of service to indn~ ~nni"g aDd oompIetioD.
b. SigJIsnvle of CiIy employee at service sire.
c. Locatioo. of service call.
d. Desa1pdon of rcprdrs performed (also posidoa of tR RlDUvaJ).
e. BraDd DIIDe, size, aDd ID nmnlvY of new tires iMmlW.
f. City equ~ ..n..1J,er (liceDse tag and saial nunber if eqll~ nnmber cannot be
cmtmiDed).
g. ~ or bour-meter reading or ~meb:r.
9. The Contractor must have a least (2) two fullyoutfiUal tire service trucks that wiD be prepared to respond
to multiple caDs beiDa received from the City at the same time.
10. The 1nr.sItjnn of the Coutractor's servk:e facility to Fleet ~AintP.nta~ at 1900 Graad AveDDe, will be a
factor in the award of tbis bid. Tbe Fleet ~gintlWllnce facility is CODSidered to be camlly located within the
City of Oearwater'. The distance personnel must drive to oI:1Iain services and pick up and drop off equipment at
the Coutractor's service facility is ~ aDd will be CODSidered in order to m;.....~.e service caDs by the
Comractor and mD'imin! service done at the Contractor's facility.
3
."
.'
New 11n:s aad Tire Sa,ka (coatd.)
B
Additiooal R~!rihilitie!&
The CoDI::ractor. sbaIl insure compJ..iaoce wiIh the following:
1. Tires iMbUed sbaIl match in diJllNlff!r mI tread design. clo8dy IS possible to
diose removed.
2 All tires removed shall be delivered m a ceutraI poD at Fleet M--intflo.nAn(lP. for
No
the Fleet
iDspecboa aod diaposidon iJ:Istruc:tioI8 fnm the Fleet Administrator or desigDCC.
scnp lUes aJJIJJoc casiDp will be ctisposed of witbout eIplicit approval from
Ad .. dcsi
mln~ or ~,
3. An 0IKaIl1iat of pc:nooocl aad pbooc ta-.1IIcn available after oormal workiog
hwrs will be supplied to tile Fleet AdminiIcraIor. This lilt must be kept cmrent
daily. . ,
4. The City agrees to supply a space for secure tire storage. IDd air supply, aod a
space to repair tires.
S. CoDI::ractor must mammin a Dell, safe (m compliaDce wi1h OSHA). aDd orderly
work site, wbdber at Fled ),faimP.nltnr:e or otbcr City location. This sball be
adhered to reprdkss of ~~ pcnoIl pedonniDg die work.
6. A weekly ~ of tbc 1iIa OIl Solid Waste CCl'J~~"" will be concJI~.
The service required from tile ~ is to be j)CIfurmed each WedDesday, at
tile Solid Wasce sia, by Culadli pc:nooocl aod equtpnwm
7. The CODtlactor will be responsi)le for reporting m Fleet t.fainmmnr:e
irnnIMi.....y, ;my broken studs or missipg DIll dIal1bey feel tbcy c:annot repair
ftnnWIi-..ly. Coab:actul is RqUired to replace DUll and ibis that do not require
pat llV'dlallieaJ IbiJity or ~1HIf
8. The COdta~ is required to comply widl aIlllpplicable Fedenl, Slate, Local aDd
Safety ReguIadoDs aodIor procedUres governing service, tires, recaps, materials,
etc.
4
9. The COObactw will c:ouract aDd CODSUlt with the FIeet~. or hisIber
dcsipatcd reprQC.>.IAtWe, prior to the iD..nlt.rion of my DeW/recap tire aad the
c.oocuu~ swlppiDa of any u.scd tire wbcocva' pouible. When su&.:b piur'
MnIlIllfatioo is DOt possibIe/pradicaI, &be com~ will retain any used
or ~ tires or materials to allow _coosultation to bave effect afterwards.
tire SeniceI (COIdd.)
10.
Comractor will provide a fleet tire ~ dl"haili"l die c.olldidon of all
within 60 days of award of this <:or&~ to include Public Safety
depaltmcoIs as diRcIed. Estb~~ volume of units for
A semi-ammal iDIIperoon of the CDDpIete
mndition aDd projected tires
pIaeatcd to Ibc City.
city tires
8Dd otber City
i~ is 500.
systan, ~ a ........n..'Y of tire
expe:ose OYer die oat six-mondl period, will be
11. Tbc CO"-.1Or will supply all RqUin:d iDsunDce aod coveraae n:quiraI by law.
Thia iDIunmce will also apply to tnmsportation of City-owned equTment.
ConInctor will comply with all OSHA Rules aDd Regulations.
12. New tires abID be ilHbll1M wbco occeasary IIId approved by tbc Fleet
AdmiDisIraIor, or his ~ Rp~ve. New tires sbaII be onIeted from
die Florida Slate COIItnct unless odH:r supplier(s) are approval by die City.
13. The ~ wiD lD8D8Ie the City's tire iIMmrDry at DO lIdditioaaJ cost to the
City, wbecbcr tires are purchased from the JIl'e Service Vc:odor or DOt.
14. The City may at its sole discretion opt to acquire iIs own iDveatory of tires. The
~d. will have tbI1 respoasibiJity for City 0WDed tires that it bas access to
for
tire services.
c. TestPmpm
From time to time, die FJert AdministnIor may require the OOiWactm to 00Dd0ct tests
and evaluatioDs on DeW lIIdIor recapped tires. 1bese requiremeuts may include. but are
limit~ to, maintsa~ RaJrds aDd lblhmitring reports on tbc foI1owiog:
1. Dare(s) tUe(s) inmlled.
2. City vehicle lD nwk~S and tag 1DII11bers.
s
.'
3. Wbeel8Dd axle posidoD(s) ofdra f1lldJt11ecJ.
4, Odometer J'f"JIdil'lp at time of iMba11ation aad removal.
S. Tire serial nurnhPn.
-
6. Tire IInIIIf'nrJJdnre.
7. TradeIBraod DIIDe and tire maml&t1un:r.
Tire Senice& (CODtd.)
8. If~ tire. type of process used and wIae manufactured.
9. Tread depdl(s). tread design(s). wear ,patte.li(s) IDd any other observatious or
sigPificaqf data.
10. Tire failures aDd failure analysis.
KMDGENCY CONDmON PRIORITY
The Cootraaor agrees to put die City's supply and service Deeds duriDg any official emergeucy COIIdition.
<iDcIudiDa. but DOt limited to. bwIu..... tol'Dldoes, floods. etc.). on a first 8Dd h~ priority basis.
Included in dIis Mnditioo is 1IIlt~ available sufficiatt stock of tires, sqppIft* IDd scrvke to allow adequate
ft.mctioumg of1he City's Emerpacy Services. e.g. Police, Fue Depaa~ Ssm~ Utility Services. etc.
In die evem dill such dfasra- oondftfcD occur 10 IS to prev_1be Comractor's peI'SODDel ft'om mam,g sud1
services aDd suppfics avaiJab1c imnvdiAfely. cbe CouIractor agrees to aDow 1he City (employees) to have access
to cbe Coatad.-'S praujIea to oIDia -wIb .. equipmeat -wi to .......in City F..me:rpI)C) Servics. Tn
IUCh an eveat, die Qy &peel 10 keep a ~ invemory of III supplies aDd equipneat D8ed 8Dd 10 pay
CouIractor for SlIDe It 00ldk1d IIteI if JlppIies. 8Dd to odIel.;.e illite tbc Coak~ whole for such activay.
6
j
!
,
i
I
. .
. .
TIr8 Services (contd.)
Bid Response Fonn
SarvIat bit.: 1;1dIm:dad eu-lIIItIty - Total Cest
Local Day Calla (7am-5pm) 780 S 28080.00
L..oc:el Night C8II8 (~7am) 100 S 5400.00
Per hour-portal to poI1aI
Minni Boom Cella (20.5 a larger) 50 & 2000.00
(7am -6pm) 1500.00
Minni Boom CallI (5pm-7em) 25 S
also Halld. and Sundays
Dismount and ~
P~ 1000 -
Ught Truck (lingle piece) 1000
Medium Truck 1000 ~ .00
Super Single 300 6600.00
OTRIAGRI 300 S 10500 00
~ SWIteII~
Ught Truck 250 S Nle
MecJum Truck 760 S Nle
Super SilgIe 250 S NIL;
~D~l....
Passenger 1000 S 5000.00
Ught Truck (single piece wheel) 1000 s100oo.00
MedUn Truck 500 S 1:xJU.UO
Super Slr9e-dup1ex 250 ~
Skid Steer Loeder 80
Front Farm 100 S . 0
Rear Tractor
8.3-12.4
13.8-17.6124
18.4-24.5
Fork lift
100
100
100
10
: ~;:~
~ . 0
150.00
. .
. .
Earthmover
13.00x24-17.5x25
20.5-23.5
26.5X25-29.5X25
29.5x29
repair with tube. additional
WeAet Service, eclcfrtianel
TIre Balancl,.:
Passenger
light Truck
Medium Truck
TIre ServIces (contd.)
BId Response Form
15
15
15
15
15
30
50
25
25
.
s 375.00
s 187.50
S 375 00
8
-I
Ol/Q8/01 MON 15:48 FAX 4078873390
.
VUIC ASK FL
iii 001
--
CERTIFICATE OF INSURANCE
UNIVERSAL UNDERWRITERS INSURANCE COMPANY
1900 SUlQmlt Tower Blvd., Suite 220, Or~lIdo FL 31810
ToU Free 800-64~2 Telepholle <407-660-2444 Fax 407-6Ci7-339O
t1UJ]()8 (9.82)
hereby certifies that the following insurlJ1cc policies have ~n issued on behalf of :
Name of Insured'
Addrcu of Insured
Superior Auto Centers, lnl:.
401 North Lemon Avenue. Sarasota, Florida 34236
KIND OF INSURANCE POUCYNUMBER POllcY PERIOD OUR LIMITS
Bldg (235 South Belcher, Qeanvatcr, FI 33768)
Bid #82...00
AUTO INVENTORY PHYSICAL DAMAGE 166321 3/1100 - 3/1101 S6OO,OOO
-Garage Keepers Legal Liability I CUl!ltorners Auw
GARAGE (GENERAL) LlABIUTY Same Same S500,OOO
.tncludes Premise Hazard
HIRED NON-OWNED AUTOS Same Same $500,000
COMMERCIAL UMBRELLA Same Same $1,000.000
-In Excess of Underlying
30 day written notice of cancellation except for non-pay
This Certtlkare of Insurance nelmer afl'irmarivdy nor negatively amends, extends Of altm Ihe COYetIF Ifforded by me poJk:ie.s lim:d
above which have been issued by this COIDpaDy.
In tbe event of any material chaDge m, or canceJlation ot, .aid policies, tbc undenigDed will endeavor to Jive wria.cn DOtice 10 the p8rty
10 whom tbJs oertificarc i. issued. but failure to give 5uch DOrice shall impo&e no obliption nor- liabillly IIpOIlIbe company.
Certificate of Insurance prepared for:
Natne: City of Clearwater
Address: ~ax: 727-573-3735
Thia certificate is not valid unless coumersiped by an authorized representative of the company.
Date January 8, 2001
$8326-00 J66 cvs
Countersigned by
./tfr,{",,/, 7! 7I};'~h
Aurhorized Represemarive
.
, 01/01/01 TUB 11:1' PAl 'Of ""'"
UUIC .. JIL
iii 001
..
UUIM tN2J
aurnnCATE 0' INIUJU.)IIt'E
1JNJYI!:ItMI, lJIlCDERwarras INBtJIWICI COMPANY
I....... 1'..-..... ....m.0rtIIIlII n. ...
.....w.._ '..a TtI Jf ........ _ _ JUj ... .,..,....
........ lilt.. ....... b.... ..;"-......... ~ __ _...... fIl:
N.. of.....,
AddNII 01......
I.- 'l1n A ,.., SeI9tce c...
.1 Noa Mal.. -. 'I'ImDe. F1adda 33SD
KIND OF JNSOaANCB POIJCY' NUMIIR POLICY JlBIUOD OUR LDm'S
AlIIU "' 171591 "110O -7/lA)1 S1~.OOO
. au-. JC'...... LepI LWIiIIlY I c.._1lI' AIIIGI
OARAQB LIABIU1'Y UMIT .... SIme S5OO,ooo
-,............. u-d
HnlEDNON-OWm AtmJS S- ... $500.000
-~: Oap/Cob: SSOO
OOMMBRCW. UMlItIILL.A SIIae .... S2.OOO,ooo
-In...... of~
Bid # 12-01
30 .,.....DllIIiDI ot~.. f1w-..,.y
TIliI e........ at..... __ AI ....,........ .... --.................. 11)''' ,......
..... wIdab..... ....... lit ... t.~.
Ill...... of..,.-iIl..... .. T .....--.01.... JQIk:iII. .. . h J" - , 1M" -Po"-'" ...
~ -......... ..-=-11..... .. ..... p.e" __.... ..... f..~. -....., .... 1IJI-.
~... Gf.......IJI.... fDr.
*-= Qy ora.......
MilL.: Pa: 727-SlJ..373S
TIdI-............. [l ..u'~ ~ ..,.~.. I -:..,e.,.. ~ f ,1.
DIIIl JIIIlWY 2. 2001
S8'798000 167 CM
01 ~~ ~k./g~
,. 11II ....... ......
J
'j