Loading...
1967 RFQ 17/18-110 Turn Key VFDs�*:rokry 1`10 TO: City Clerk RF7: Request for Services The item(s) noted below is/are attached and forwarded to your office for the following action(s): ❑ Development Order ❑ Final Plat (original mylars) ❑ Letter of Credit ❑ Maintenance Bond ❑ Ordinance ❑ Payment and Performance Bond ❑ Resolution ® IRFQ 17/18-110 for Turn Key VFDs Once completed, please: Return originals Return copy V—e4Apz) Special Instructions: Attached copy is for City Clerk Records Thank you! From T:\Dept_forms\City Clerk Transmittal Memo - 2009.doc ❑ City Mayor's Signature ® City Clerk Record Keeping ❑ Safe Keeping ❑ City Attorney's Signature ❑ City Clerk's Signature � 'Date AGREEMENT BETWEEN THE CITY OF SANFORD AND FLANDERS ELECTRIC MOTOR SERVICE, INC./IRFQ-1 7/18- 110 FOR TURN KEY VFDIS THIS AGREEMENT (hereinafter the "Agreement") is made and entered into this Ala� day of Akrill5i , 2018, by and between the City of Sanford, Florida, a Florida municipalify, (hereinafter referred to as the "City"), whose mailing address is 300 North Park Avenue, Sanford, Florida 32771, and Flanders Electric Motor Service, Inc... an Indiana corporation, authorized to do business in the State of Florida, whose contact/mailing address is 8101 Baumgart Road, Evansville, Indiana 47725 and whose principal address is 2701 South Combee Road, Lakeland, Florida 33803, (hereinafter referred to as the "FLANDERS"). The City and FLANDERS may be collectively referenced herein as the "parties". WITNESSETH: IN CONSIDERATION of the mutual covenants, promises, and representations contained herein and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the parties hereto agree as follows: Section 1. Recitals. The above statements are true and form a material part of this Agreement upon which the parties have relied. Section 2. Authority. Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement and to undertake all obligations imposed on it. The persons executing this Agreement for each party certify that they are authorized to bind the party fully to the terms of this Agreement. Section 3. Scope of Agreement; Direction of Services. (a). This Agreement is for the services set forth in the attachments hereto and FLANDERS agrees to accomplish the actions specified in the attachments for the compensation set forth in those documents relating to replacement of the VFD (1) 200HP 3 phase 480VAC water pump motor at the City's main plant (3701 H. E. Thomas Parkway) and the VFD for 150 HP 3 phase 480VAC water pump motor at the City's auxiliary plant (3100 Orlando Drive which shall include all necessary mobilization, materials, goods, labor, etcetera to perform the replacements as stated above.. (b). It is recognized that FLANDERS shall perform services as otherwise directed by the City all of such services to include all labor and materials that may be required including, but in no way limited to, the services provided by subconsultants, as may be approved by the City and that the City may procure the services of a secondary service provider. (c). The City's contact/project manager for all purposes under this Agreement shall be the following: 1 JPage Richard Casella Utility Plants Manager Utility Administration Public Works and Utilities Department 300 North Park Avenue Sanford, Florida 32771-1244 Phone: 407-688-5095 casellar@sanfordfl.gov ; provided, however, that all notices under this Agreement shall be copied to: Ms. Marisol Ordonez Purchasing Manager Finance -Purchasing Division City of Sanford Post Office Box 1788 Sanford, Florida 32772 Phone: 407.688.5028 Section 4. Effective Date and Term of Agreement. This Agreement shall take effect on the date that this Agreement is fully executed by the parties hereto. This Agreement shall be in effect for a term of 1 year and, upon the exercise of an option to renew by the City, for 2 additional terms of 1 year each. In any event, this Agreement shall remain in effect until the services to be provided by FLANDERS to the City under each work order have been fully performed in accordance with the requirements of the City; provided, however, that, the indemnification provisions and insurance provisions of the standard contractual terms and conditions referenced herein shall not terminate and the protections afforded to the City shall continue in effect subsequent to such services being provided by FLANDERS No services have commenced prior to the execution of this Agreement that would entitle FLANDERS for any compensation therefor. Section 5. Compensation. The parties agree to compensation as set forth in the attachments hereto and as may be set forth in each purchase/work order issued by the City. Section 6. Standard Contractual Terms and Conditions. All "Standard Contractual Terms and Conditions", as provided on the City's website, apply to this Agreement. Such Terms and Conditions may be found at the City's website (www. SanfordFL.gov). The parties shall also be bound by the purchasing policies and procedures of the City as well as the controlling provisions of Florida law. Work orders shall be used, in accordance therewith, in the implementation of this Agreement to the extent deemed necessary by the City in its sole and absolute discretion. 2 1 P a g e Section 7. FLANDERS' 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, FLANDERS must: (1). Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service. (2). Provide the public with access to public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. (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 FLANDERS 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 FLANDERS does not comply with a public records request, the City shall enforce the contract provisions in accordance with this Agreement. (c). Failure by FLANDERS to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the City. FLANDERS shall promptly provide the City with a copy of any request to inspect or copy public records in possession of FLANDERS and shall promptly provide the City with a copy of FLANDERS' response to each such request. (d). IF THE CONTRACTOR/VENDOR 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, CITY CLERK, CITY OF SANFORD, CITY HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 32771, TRACI.HOUCHIN a@SANFORDFL.GOV. Section 8. Time is of the Essence. Time is hereby declared of the essence as to the lawful performance of all duties and obligations set forth in this Agreement. 3 1 P a g e 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 FLANDERS and supersedes and controls over any and all prior agreements, understandings, representations, correspondence and statements whether written or oral in connection therewith and all the terms and provisions contained herein constitute the full and complete agreement between the parties hereto to the date hereof. This Agreement may only be amended, supplemented or modified by a formal written amendment of equal dignity herewith. In the event that FLANDERS issues a purchase order, memorandum, letter, or any other instrument addressing the services, work, and materials to be provided and performed pursuant to this Agreement, it is hereby specifically agreed and understood that any such purchase order, memorandum, letter, or other instrument shall have no effect on this Agreement unless agreed to by the City, specifically and in writing in a document of equal dignity herewith, and any and all terms, provisions, and conditions contained therein, whether printed or written or referenced on a Web site or otherwise, shall in no way modify the covenants, terms, and provisions of this Agreement and shall have no force or effect thereon. Section 10. Severability. If any term, provision or condition contained in this Agreement shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, or the application of such term, provision or condition to persons or circumstances other than those in respect of which it is invalid or unenforceable, shall not be affected thereby, and each term, provision and condition of this Agreement shall be valid and enforceable to the fullest extent permitted by law when consistent with equity and the public interest. Section 11. Waiver. The failure of the City to insist in any instance upon the strict performance of any provision of this Agreement, or to exercise any right or privilege granted to the City hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. Section 12. Captions. The section headings and captions of this Agreement are for convenience and reference only and in no way define, limit, describe the scope or intent of this Agreement or any part thereof, or in any way affect this Agreement or construe any provision of this Agreement. Section 13. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, but all of which, taken together, shall constitute one and the same document. Section 14. Binding Effect. This Agreement shall be binding upon and inure to the benefit of the successors in interest, transferees and assigns of the parties. Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement 4 1 P a g e and to undertake all obligations imposed on it. The signatories hereof represent that they have the requisite and legal authority to execute this Agreement and bind the respective parties herein. Section 15. Remedies. The rights and remedies of the parties, provided for under this Agreement, are in addition to any other rights and remedies provided by law or otherwise necessary in the public interest. Section 16. Governing law, Venue and Interpretation. This Agreement is to be governed by the laws of the State of Florida. Venue for any legal proceeding related to this Agreement shall be in the Eighteenth Judicial Circuit Court in and for Seminole County, Florida. This Agreement is the result of bona fide arms length negotiations between the City and FLANDERS, 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 FLANDERS have executed this instrument for the purpose herein expressed. ATTEST. CITY OF SANFO Traci Houchin By: Jeff Triplett Approved as to form and legal sufficiency. City Attorney ATTEST. VENDOR/FLANDERS ELECTRIC MOTOR SERVICE, INC. By:-- ak 4A�� David R. Patterson Allen D. Patterson, Chairman _., CEO Dated -- 5 1 P a g e ated: 5IPage 3. Priec Submittal. In accordance with the terms, conditions and specifications, Uwe, as authorized signatory to commit the firm, do hereby accept in total all the terms and conditions stipulated and referenced in this RFQ document and hereby submit the following prices for IRFQ-17/18-114, Replace Return Key VFD's, as follows: [7Replace Description Unit Price Quantity Extended Price Required Water Pump VFD's 200 HP at Main Plant 701 H.E. Thomas Park Way) $ $ $18,283.24 $18283.24 Replace Water Pump VFD's at 150 HP Auxiliary $ $ 2. Plant (3100 Oralndo Drive) $15,37-4 71 $15374.71 3, 1 TOTAL QUOTE PRICE $ 33,657.95 [31 onally, please respond to the following questions by placing a check mark (V) on the appropriate answer: Question Response Response YES NO Did you include a copy of your Certificate of Liability insurance (COI) with your note submitral? Would you consider accepting payment for services rendered via a Purchasing Card without the addition of convenience and/or service fees of an kind? Did you complete and include Attachment "A", Price Proposal? Requirements: Include W9, and State of Florida Business License Conflict of Interest Form Attachment "B" tt�/ a. The City will not consider alternates to the items listed above. If alternates are offered, the City will have the sole and unilateral right to reject the alternate and purchase from vendor providing compliant items. Delivery time will be a factor in the evaluation of this IRFQ. b. All prices quoted shall remain firm for period of one LU year with an option for an additional two (2) one (1) year contract not to exceed three (3) years after award of this IRFQ. c. Unit Price Accuracy: Please check the stated unit prices before submitting your quote; as no change in pries shall be allowed after the due date and time. All prices and notations must be in ink or typewritten. In cases of extended price irregularities, unit price shall Prevail Please note that the City reserves the right to clarify and correct extended price amount errors. d. City of Sanford is exempt fi^om Sales Tax. Certificate No. 85-8012621681C-8. e. If you are offering pricing which is based on other entity or agency solicitation pricing, clearly state so and include a copy of the applicable solicitation with your submittal. f. Please read all terms and conditions, complete the requested information, and sign in the space provided on page 1. g: lfnot submitting a quotation, please indicate ` 40 BID" and return this form. itical Data a Please return your quote submittal via fax, mail or email to the requesting Division/Department/Office as outlined on page 1; by no later than the due date and time outlined on page 1 or as revised thereof via written addenda. b. Please email questions regarding this quotation only to the requesting Division/Departmeat/O&ce. Any interpretations, clarifications, or changes made will be in the form of written addenda issued by nequesting Division/Department/Office. c. Pursuant to the City of Sanford Purchasing Policy, lobbying is strictly prohibited d Please note that all documents sent to the City as part of this IRFQ are considered a Public Record; as prescribed by Chapter 119, Florida Statutes. e. Bidder must submit a copy of their Certificate of Insurance with their quote. f Any order resulting from this IRFQ shall be subject to the attached General Terms and Conditions and all applicable laws, policies and procedures. BIDDER INFORMATION: DUE DATE: Tuesday, April 24, 2018 at 2:00 P M Local I Name of City of Sanford Purchasing Division .................... . Contact Person: Marisol Ordoilez, Purchasing Manager .................. ........1'f. Address: 300 N. Park Avenue Suite 243 City, State, Zip: Sanford, Florida 32771 Address: ....................................................................................... Phone Number: 407.688.5028, or ext 5030 r' Fax Number: 407.688.5021 City/State/Zip Code: �-� .,od ..a......., 9o, Email: prehasin�r a sanfordfi.aov / For DivJDept./Office: Richie Casella, Utility Plant Manager Contact Person ' .................' 11 ._. Delivery Address: City Hall 300 N Park Ave Phone Number:??.A" 1... ...................... Sanford, Florida 32771 Fax Number:.�?tC!..y" .J�•t®.`.T''� ............ ISSUED DATE: Monday, April 09, 2418 Email:.4100 i BIDDER'S PRINTED NAME:.... �.......n........ •fd � (..Fu�q�.................. BIDDER'S SIGNATURE:..... ............... .............................. Title:..5c!l,.... ».f:. �7 Date: p 1 1 .. (PLEASE RETURN BY DUE DATE AND TIME VIA FAX, MAIL OR EMAIL TO CONTACT PERSON STATE 1. Intent. The intent of this solicitation is to select a successful Bidder for the provision to replace VFD (1) 200HP 3 phase 480VAC water pump motor at the main plant (3701 H. E. Thomas Parkway) and one (1) VFD for 150 HP 3 phase 480VAC water pump motor at the auxiliary plant (3 100 Orlando Drive). 2. Deliverables and Scone of Services. The successful Bidder shall provide all necessary mobilization, materials, goods, labor, etcetera to perform (2) Replace Turn Key VFD's water pumps as stated above. Existing Material Removal: The successful Bidder shall be responsible for the safe removal, hauling and appropriate disposal of existing material removed as a result of this project. Before any removal is to take place, the successful Bidder shall coordinate with the assigned City representative to ensure this activity does not interfere with any other events or projects in progress at the facility as applicable. Delivery and Set -Up: Delivery shall be made to, located at Utilities Plant Division between the hours of 7:00 A.M. and 4:00 P.M. Monday through Thursday. The successful Bidder shall be responsible for coordinating the delivery of all goods/services in a timely manner. Partial deliveries or deliveries on any other date and time shall not be allowed unless written authorization has been obtained from the appropriate City authorized representative. The City shall not pay for any storage charges, Cash on Delivery (C.O.D.) shipments, or packaging or drayage charges. The successful Bidder shall be responsible for all risk of loss, any damage and/or stolen materials and equipment while in transit to the Utility Plants Division. Delivery and Time Performance: Project completion shall be attained upon no later than a minimum of thirty (30) days from the date a purchase order has been issued by the City to the successful Bidder. At approximately fifteen (l 5) days after issuance of the purchase order by the City, the successful Bidder shall update the appropriate City representative providing a tentative delivery schedule and project commencement date. Rev. 0312a] 6 ATTACHMENT "A" PRICE PROPOSAL IRFQ-17/18-110, REPLACE RETURN KEY VFD's I/we, the undersigned, as authorized signatory to commit the fires, 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 IRI'Q 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 Request for Quote Terms and Conditions. The signature(s) below are an acknowledgment of my/our full understanding and acceptance of all the terms and conditions set forth in this 1RFQ document or as otherwise agreed to between the parties in writing. Bidder/Contractor Name: !" f ea?cX2/'S 1, tC c?i^; C ^//r` Stls.. ces d Mailing Address: 901 `S` Co -*i 4e>~ Rd Telephone Number: 5"4-3 S/o -© SSr Fax Number: b43 —S10 - PSSO E-mail Address: s > r ���cQ %-✓olid =cam, t FEIN: ,3-'5"-jo 17Z/3- r 4100edSignatory /Printed Name Q 1 gcro'/W7 Inge Title Date STATE OF - COUNTY OF 0 (� The foregoing '' s®trume t was ex uteri before me this day of �` l t 20 by �S L t.CJ� t as t K -P Mqr of t e- ✓ T e u, who personally swore or affiant el a ig autho'?ed to execute' is document an thereby bin the Corporation, and who is personally known to me OR has produced dVW L40'02x- as identification. ........... iR" TOSHIKOTHREATTMONROE Notary Public- State of FkbrWa Commission4f GG 172824 NOTARY PUBLIC, State of (stamp) , .,'� ar N�3. My Comm. Expires Jan 7, 2022 PLEASE COMPLETE AND SUBMIT WITH YOUR IRFQ RESPONSE 'W*Failure to submit this form may be grounds for disqualification of your submittal`$' CITY of FORD City of Sanford j Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 � g jj ' INFORMAL REQUEST FOR QUOTE (IRFQ) ONE TIME CONTRACT , TITLE: REPLACE RETURN KEY VFD's ATTACHMENT "B" Conflict of Interest Statement A. I am the _Are, �- was of �1� •Jc�C/S /e°tT.^.� OAP^-S4with a local office in 1 [insert Title] [Lls-t Company Name] �4Kebn:✓W, )rt, and principal office in EVIIs'n'/% X -A4 B. The entity h6reby submits an offer to IRFQ 17/18-110, Replace Return Key VFD,s. C. The AFFIANT has made diligent inquiry and provided the information in this statement affidavit based upon its full knowledge. D. The AFFIANT states that only one submittal for this solicitation has been submitted and tendered by the appropriate date and time and that said above stated entity has no financial interest in other entities submitting a proposal for the work contemplated hereby. E. Neither the AFFIANT nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion or collusive activity, or otherwise taken any action which in any way restricts or restraints the competitive nature of this solicitation, including but not limited to the prior discussion of terms, conditions, pricing, or other offer parameters required by this solicitation. F. Neither the entity nor its affiliates, nor anyone associated with them, is presently suspended or otherwise prohibited from participation in this solicitation or any contract to follow thereafter by any government entity. G. Neither the entity nor its affiliates, nor anyone associated with them, have any potential conflict of interest because and due to any other clients, contracts, or property interests in this solicitation or the resulting project. H. I hereby also certify that no member of the entity's ownership or management or staff has a vested interest in any City Division/Department/Office. I. 1 certify that no member of the entity's ownership or management is presently applying, actively seeking, or has been selected for an elected position within City of Sanford government. J. In the event that a conflict of interest is identified in the provision of services, i, the undersigned will immediately notify the City in writing. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachmen "B", Conflict o nt t Statement, is truthful and correct at the time of submission. T 0�/ AFFIANT GN 1`tJRE Typed Name of AFFANT A.- .; ff 4701e Title STATE OF -.0 Y1 - COUNTY OF Pe I C T e foregoing strument was ex uted before me this da of 1/d, 20?, by est. h L d it as 6 of 6m �6.r 'z o S` who personafly swore or affiradd thate/ he is autjiQrized to exe a this document and thereby bind the Corporation, and who is personally known to me OR has produced I Vf / (,1 *01$A— as identification. TOSHIKO THREATT MONROE b F Notary Commission - State of 824 NOTARY PUBLIC State of t Commission # GG 172824 � ---. (stamp) , r My Comm. Expires Jan 7, 2022 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE Failure to submit this form may be grounds for disqualification of your submittal '6) revised 3.14.2018 1. Address of "Certificate Holder' is City of Sanford; P O Box 9788 (300 N. Park Avenue); Sanford, Florida 32771; Attention Purchasing Manager, Phone 407.688.502815030 Fax 407.688.5029. 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. A-FFVff SIGNATURE L. Ifo" Typed Name of AFFIAN Title STATE OF COUNTY OF AFL ._ was executed befofe ,pie this day of ?Y 1 1 �, 20 by _;who personally swore(br affirmed that helshe is auth e'to�x acute is document and thereby bind the Corporation, and who is personally known to me OR has produced 0rrd& t?Yt�tV, lempas identification. o' TOSHIKO THREATT•MONROE Notary Public - State of Florkia , Commission # GG 172824 NOTARY PUBLIC State of d� _ *•:,, MY Comm. ExOres Jan 7, 2022 = (stamp ` 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 maybe grounds for disqualification of your submittal"O 110'sa a I a =Z:=' (Oro , lo Mg atorfrrlo d � Q araprirforor fl C ommadan ltsrr hailed an am 1. Chakadyeaseaft* 4 taaaeanrnrYaNp Olealfl MslNa, Not (adrMtrek: aso erMruom�anpaie$ emmoommawalvard- ❑ tkatosdtstiev* fpr* awAwvwtaa dmdwwim PcmPmd^ &4 ' " 1- Ndmobuklhe bmthttaatea tloriwera die aaaer.l�ratahate ecomplronaamFATl9Anpixan0 uJoyowunk alalt�:ib�dbdtrs�rdedhaeirawPNrutesuaawtwatttrilOb aedrwsntl r.nrr r..... - - -�r�..os....�.��.n. l�tr,r t..r �r�wm`o�r�a■ LLC -- - -- EMW Yanr 111'1 h tht appropdd* bW. ihe'fiN pfW4d d nWO tratcn its twrat QWW on WW 7 W arena �4 aflltldi�e6. Par hIf/U{deYts. Moa i tiarsre0}/ YgRir toilet eaotsiey+raarirsr �. fw • lseldald aleft« fete propiMor, a< atity, am the kwkudomw Ax Part 1, bear. For adw W*%w61tMyuLwwnpkW II& a numb rQftyyoudonatMmantlltw.mHowbiata t— 7w W. utter 2 the a000tsrt bis note then ane raps, fee to kattuadmae for lira 1. Abs eat tARratNmm fad as Nm7dw7b Qua, #w R@qusmhw fnr ot*Whet an *host nuadwr to udw. 1. the rwri ar dwm an"foam b uW comaad WpedjsP n m bw Or i Mn wdthp for a nulisor to ba tam*, and Z i on not skjaatlo *iitrddrrg becamm i on km 6"iup a� t have riot ban by fist kdwW PAwww SWAM brat i a� 14 ber<ttrp as a at a ham to report all Mutest or dkddards. or 0 to IFIS tits natlifd ms lhm 1 am rmtoayer tobsolatp%*#wWWwW & I am a U.6, tittran aroMrer U.Fn peeaon qd drwd bdo* and 4.MwFXt't;ilcod6WanI r'tnttiefMn$1`01lkrdkwtkgM1atiatnmtemFtiwomfMrAmpwftbaamedt. ewdkwft knbmd=LYou mukamwA tMa2:sasMysuhaw.b..nnditladbythsiR3firtytwasan+frilly tsbeoir�p eaosme yoo frets bbd braporta1 k+ieewt and *Aft ds an year tea NIUM Par tad eddetarrse AML AMM 2 daft trot WM. Fartndrtpepe hMtad pstd, aogrdr"ion+x ahgnridrilMerK of asoaeadprapsety,aero*lsYott of ddrt, odrrkibuiarn a en ktdNduel redaaerarrR + and 9a Nr odwthaa k Fmtw d d%*bncK you argent *grind b d0t► txkyae "* pmx tkydu Gwad7K ase** krbw*m liar Fat . hist. emerw Instvctlom Secihn tderam w are to tin krMr W peen* Clods urdew ottrwebe tnteQ. Fdm Far lire hAaat MatrrtBan atlaet mitlad b Fium W40 aero its hebvdlotw. ouch se► bion atteattrl alter they ware prdtidwdr go to www.ta gW#bttre6 & Propose of FOM An ktdukkrd ar aft (Form V" rsgwst r) who Is nvf*sd la Itis an ktortrodiaet twkim wdtiha atB ttsMt atrlab f am kwo lactim wader tiM4 *Bois nW be yorr amm a ifs raatdw CMKks-idtattestpnyarldsrrMlf, H, tKneeradapMan P, b repast an an bftmebt ebmNorm tta�emo�rartM ppdd b yyaar or c4wr ernourt le an an '[fate" reaan. 0 , n- - i I of trtrrnrbew" tfFarrrr k> ;lbutamnatikNbdtd.art*4wAkra • 0RG4NT*dwm t arpdd) • taotm it>0Ef dN @Ciitidertde« isoitrdtrp Mrdea t4orn a Farm itl0ti4= t4wimn types of hoala, pftm mwtds. ar gloss a Farm 100-8 043ak or mudat MW sates and aslekr altwr s Fawn 10008 Oroo Kk *am rad eaMe a Firm 1006-K onwd ant card w4 t" pwiy,wbm c a f=orm 1066 Qum malf{ap+hMla4 i00a-E budmt lntn Mmol , IOWTMA " o Pmen 1004 (aaaodad do" a Farm 1066,^ p oriubban ar obodancaut of sealed prnpwm Ua famW 6 afar Ifydu aro a UAL pown 0whi r0 a resIdwA aN�ad, to provideyaureroe:eet'fii�i. A«yau doM teCm Fern kbjb� ft Who b bukup wthhoMkip, bt aret>�+dCt b badagp Aar. CeLUmim iX Faan "w 11, 17) HUDSON Frodwor Rhk Piaoealat sawlog, lee. gN We" Van mores some "Go Obleego,IL hiss! Mtead Ietett:t !mean swans motor servitey, lie. Hiit.sHI R7M us � DESCRIBD Neu COIITAINM4 IN THE POLICY. TI INSURED "OVIt FOR THIN POMC INERTS ANY RoQuIRMARNTS OF INSURED AND ANY OTHER PAR' catswo of insurenm IM Ch?MMIN OP NEMAHM 13 PIWVIM FM HHAOMMMAL PIS ONLY. R D= WT' P1t*M THE GERNIOM HOLOR WM ANY HMM M PMw Gomm= • Tw P41.1tYY 01W CHAM MOD► OR AMWW IN ANY WAY ByTw09HMvMvL Imamate cowamy w Usves op«r =Nye 9 A4 aY) E RIWLRCTE THAT THE POLICY WAS ISSUED TO THE NAURO AT'ED. TWA CERTIFICATE 10 NOT EVIDENCL THAT THE POLICY OR OTHER DOCUMENT THAT "V MUST DETMtERN THH NAMED I OF LII"IUTY SHOM DBLOW KAY HAVE BEER (OR IN THE { PAW CLAIMS. i X 123 47 6 buct UMN Lo"Jun W WACTIOCAL !rile-�YPIImPi QetHftoote Holder Gaz GUY of #salol P. 4. Smins iii N. Pork Avenue saafard, PL 2074 Altat PumbseeE Ifteager 7/112097 CERTIFICATE HOLDER. THE CERTIFICATE HOLDER IS NOT AN 14141180, AN ENDORSEMENT TO THE POLICYN TO EFFECT all" COV OR +0 THE ORRTIPICATS HOLDER SATlsi0lEB ALL OF THII REQUIREMENT* IN TU POLICY TO QUALURY AS AM ADDITIONAL UIiURED AS 0184RIBBD IN THE POLIC & DEFINITION OF "YOU.• 71112018 KITTEN NOTION OR 1s lila FIRST NUTITY OR FICATE HOLDER WM Y, ITE ASENTa AND I LIABLE IN ANY WAY ICE. lb -ml WON O I ANY WAY TIRE PROVIDED BY THE IRDND HERNIN. TUB DOES NOT A CONTRACT It HOLDER AND ANY f. F*8 Florida Annual Resale Certificate for Sales Tax] THIS CERTIFICATE EXPIRES ON DECEMBER 31, 2018 Business Name and Location Address Certificate Number 63-8012400297-2 FLANDERS ELECTRIC MOTOR SERVICE INC 2701 S COMBEE RD LAKELAND, FL 33803-7385 DR -13 R. 10/17 By extending this certificate or the certificate number to a selling dealer to make eligible purchases of taxable property or services exempt from sales tax and discretionary sales surtax, the person or business named above certifies that the taxable property or services purchased or rented will be resold or re -rented for one or more of the following purposes: • Resale as tangible personal property. • Re -rental as tangible personal property. • Resale of services. • Re -rental as commercial real property. • Incorporation into tangible personal property being repaired. • Re -rental as transient rental property. • Incorporation as a material, ingredient, or component part of tangible personal property that is being produced for sale by manufacturing, compounding, or processing. Your Florida Annual Resale Certificate for Sales Tax (Annual Resale Certificate) allows you or your representatives to buy or rent property or services tax exempt when the property or service is resold or re -rented. You may not use your Annual Resale Certificate to make tax-exempt purchases or rentals of property or services that will be used by your business or for personal purposes. Florida law provides for criminal and civil penalties for fraudulent use of an Annual Resale Certificate. As a seller, you must document each tax-exempt sale for resale using one of three methods. You can use a different method each time you make a tax-exempt sale for resale. 1. Obtain a copy (paper or electronic) of your customer's current Annual Resale Certificate. 2. For each sale, obtain a transaction authorization number using your customer's Annual Resale Certificate number. 3. Each calendar year, obtain annual vendor authorization numbers for your regular customers using their Annual Resale Certificate numbers. Phone: 877-357-3725 and enter your customer's Annual Resale Certificate number Online: Visit www.floridarevenue.com, select "Businesses and Employers" and then "Verify Resale and Exemption Certificates" Mobile App: Available for iPhone, iPad, Android devices, and Windows phones S1111111111 EMM Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #1 to IRFQ 17/18-110 FLANDERS ELECTRIC MOTOR Name of Finn/Company 2701 S. COMBEE ROAD Street Address 407-301-4318 Telephone Number 061_06Z*11FirLelm Authorized Person P 'nteal, Authorize son Signa Kev. I MU16 JCOWGILL@FLANDERS INC.COM Contact Email LAKELAND, FLORIDA,33803 City, State, Zip Code 863-510-0550 Fax Number ACCOUNT MANAGER Authorized Person Title 4/23/2018 Date of Signature City of Sanford I Finance Department ( Purchasing CITY OF �n h S S ORD ORD ' F@IANCE DEPARTMENT Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 I Email: archs�ai a cru aaNfardfl.�a,t ADDENDUM #1 Turn Key VFDs Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #1 to IRFQ 17/18-110 FLANDERS ELECTRIC MOTOR Name of Finn/Company 2701 S. COMBEE ROAD Street Address 407-301-4318 Telephone Number 061_06Z*11FirLelm Authorized Person P 'nteal, Authorize son Signa Kev. I MU16 JCOWGILL@FLANDERS INC.COM Contact Email LAKELAND, FLORIDA,33803 City, State, Zip Code 863-510-0550 Fax Number ACCOUNT MANAGER Authorized Person Title 4/23/2018 Date of Signature