Loading...
2171 IRFQ 18/19-166 Air Conditioning Goods & ServicesJC�ITY OF (� � FINANCE AXi4F O PURCHASING DEP ME UJ, TRANSMITTAL k TO: City Clerk/Mayor RE: IRFQ 18/19-166 Air Conditioning Goods and Services The item(s) noted below is/are attached and forwarded to your office for the following action(s): ❑ Development Order ❑ Mayor's signature ❑ Final Plat (original mylars) ❑ Recording ❑ Letter of Credit ❑ Rendering ❑ Maintenance Bond ® Safe keeping (Vault) ❑ Ordinance ❑ Deputy City Manager ❑ Performance Bond ❑ Payment Bond ❑ Resolution ❑ City Manager Signature ❑ ❑ City Clerk Attest/Signature ❑ City Attorney/Signature Once completed, please: ❑ Return originals to Purchasing- Department ❑ Return copies El Special Instructions: Li,c� (3o7aaGzi jev- From SharePoint_Finance_Purchasing_Porms - 2018.doc 1/31/2020 Date (RESTATED) AGREEMENT BETWEEN THE CITY OF SANFORD AND MORGAN COMMERCIAL AIR CONDITIONING, L.L.C./IRFQ NUMBER: 18/19-166/AIR CONDITIONING GOODS AND SERVICES THIS AGREEMENT (hereinafter the "Agreement") is made and entered into this day of January 2020, by and between the City of Sanford, Florida, a Florida municipality, (hereinafter referred to as the "City"), whose mailing address is 300 North Park Avenue, Sanford, Florida 32771, and Morgan Commercial Air Conditioning, L.L.C., a Florida limited liability company, whose principal address is 9115 Lazy Lane, Tampa, Florida 33614, (hereinafter referred to as "Morgan"). The City and Morgan 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 and Services. (a). This Agreement is for the provision of goods and services set forth in the attachments hereto and Morgan agrees to accomplish the provision of goods and services specified in the attachments for the compensation set forth in those documents relating to the replacement of air conditioning units and for such other services as may be agreed upon by the parties as set forth in issued work/purchase orders.. (b). It is recognized that Morgan shall provide goods and services as directed by the City. (c). The City's contact/project manager for all purposes under this Agreement shall be the following: Ms. Marisol Ordonez Purchasing Manager Finance -Purchasing Division 1IPa`-e 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 with the opportunity for additional 1 year renewal periods when in the best interest of the City. However, the total Agreement length, including all renewals, shall not exceed 5 years. The decision to renew or extend this Agreement shall be at the discretion of the City. Morgan shall review the quality and status of the of air conditioning related goods services delivered to the City with the City on a semi-annual basis. In any event, this Agreement shall remain in effect until the goods and services to be provided by Morgan to the City under each work order have been fully provided in accordance with the requirements of the City; provided, however, that, the indemnification provisions and insurance provisions of the standard contractual terms and conditions referenced herein shall not terminate and the protections afforded to the City shall continue in effect subsequent to such goods and services being provided by Morgan. No goods, services or actions have been provided prior to the execution of this Agreement that would entitle Morgan for any compensation therefor other than those provided under the initial stated agreement between the parties. Section 5. Compensation. The parties agree to compensation as set forth in the attachments hereto, with the initial purchase of goods and services being in the amounts set forth in the attachments hereto and, subsequently, as may be agreed upon by the parties as set forth in issued work/purchase orders. Section 6. Standard Contractual Terms and Conditions. All "Standard Contractual Terms and Conditions", as provided on the City's website, apply to this Agreement. Such Terms and Conditions may be found at the City's website; which can be reached at: (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. Work orders shall be used, in accordance therewith, in the implementation of this Agreement to the extent deemed necessary by the City in its sole and absolute discretion. Section 7. Morgan'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, Morgan must: (1). Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the services. 2 1 P a g c, (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 Morgan 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 Morgan does not comply with a public records request, the City shall enforce the contract provisions in accordance with this Agreement. (c). Failure by Morgan to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the City. Morgan shall promptly provide the City with a copy of any request to inspect or copy public records in possession of Morgan and shall promptly provide the City with a copy of Morgan'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, T HOUCHIN, CMC, FCRM, 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 Morgan 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 Morgan issues a purchase order, memorandum, letter, or any other instrument addressing the goods or services, work, and materials to be provided and performed pursuant to this Agreement, it is hereby specifically agreed and understood that any such purchase order, memorandum, letter, or other instrument shall have no effect on this Agreement unless agreed to by the City, specifically and in writing in a document of equal dignity herewith, and any and all terms, provisions, and conditions contained therein, whether printed or written or referenced on a Web site or otherwise, shall in no way modify the covenants, terms, and provisions of this Agreement and shall have no force or effect thereon. Section 10. Severability. If any term, provision or condition contained in this Agreement shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, or the application of such term, provision or condition to persons or circumstances other than those in respect of which it is invalid or unenforceable, shall not be affected thereby, and each term, provision and condition of this Agreement shall be valid and enforceable to the fullest extent permitted by law when consistent with equity and the public interest. Section 11. Waiver. The failure of the City to insist in any instance upon the strict performance of any provision of this Agreement, or to exercise any right or privilege granted to the City hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. Section 12. Captions. The section headings and captions of this Agreement are for convenience and reference only and in no way define, limit, describe the scope or intent of this Agreement or any part thereof, or in any way affect this Agreement or construe any provision of this Agreement. Section 13. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, but all of which, taken together, shall constitute one and the same document. Section 14. Binding Effect. This Agreement shall be binding upon and inure to the benefit of the successors in interest, transferees and assigns of the parties. Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement and to undertake all obligations imposed on it. The signatories hereof represent that they have the requisite and legal authority to execute this Agreement and bind the respective parties herein. Section 15. Remedies. The rights and remedies of the parties, provided for under this Agreement, are in addition to any other rights and remedies provided by law or otherwise necessary in the public interest. 4 1 P g :-- 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 Morgan, 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 Morgan have executed this instrument for the purpose herein expressed and Morgan represents and affirms that the signatories below have full and lawful authority to bind Morgan in every respect. A A TTES T.- i iam L. Colbert, City AttoK6y- 4CA ATTESTMITNESS: Printed, Name: rill -V- WE ON CITY OF SALFORD By: Jeff Triplett Mayor Date: 116 MORGAN COMMERCIAL AIR CONDITIONING, L.L.C., a Florida limited liability company. By: j Brainara-gorg'an,,-' " Authorized Signatory 4, Dated:' 5 1 P a g e AGREEMENT BETWEEN THE CITY OF SANFORD AND MORGAN COMMERCIAL AIR CONDITIONING, L.L.C./IRFQ NUMBER: 18/19-166/AIR CONDITIONING GOODS AND SERVICES 96THIS AGREEMENT (hereinafter the "Agreement") is made and entered into this day of October 2019, by and between the City of Sanford, Florida, a Florida municipality, (hereinafter referred to as the "City"), whose mailing address is 300 North Park Avenue, Sanford, Florida 32771, and Morgan Commercial Air Conditioning, L.L.C., a Florida limited liability company, whose principal address is 9115 Lazy Lane, Tampa, Florida 33614, (hereinafter referred to as "Morgan"). The City and Morgan 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 Services. I (a). This Agreement is for the provision of goods and services set forth in the attachments hereto and Morgan agrees to accomplish the provision of goods and services specified in the attachments for the compensation set forth in those documents relating to the replacement of air conditioning units and for such other services as may be agreed upon by the parties as set forth in issued work/purchase orders.. (b). It is recognized that Morgan shall provide goods and services as directed by the City. (c). The City's contact/project manager for all purposes under this Agreement shall be the following: Ms. Marisol Ordofiez 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 with the opportunity for additional 1 year renewal periods when in the best interest of the City. However, the total Agreement length, including all renewals, shall not exceed 5 years. The decision to renew or extend this Agreement shall be at the discretion of the City. Morgan shall review the quality and status of the of water meter testing, calibration and repairs services delivered to the City with the City on a semi-annual basis. In any event, this Agreement shall remain in effect until the goods and services to be provided by Morgan to the City under each work order have been fully provided in accordance with the requirements of the City; provided, however, that, the indemnification provisions and insurance provisions of the standard contractual terms and conditions referenced'herein shall not terminate and the protections afforded to the City shall continue in effect subsequent to such goods and services being provided by Morgan. No goods, services or actions have been provided prior to the execution of this Agreement that would entitle Morgan for any compensation therefor. Section 6. Compensation. The parties agree to compensation as set forth in the attachments hereto, with the initial purchase of goods and services being in the amounts set forth in the attachments hereto and, subsequently, as may be agreed upon by the parties as set forth in issued work/purchase orders. Section 6. Standard Contractual Terms and Conditions. All "Standard Contractual Terms and Conditions", as provided on the City's website, apply to this Agreement. Such Terms and Conditions may be found at the City's website; which can be reached at: (hftps://www.sanfordfl.gov/departments/flinance/purchasing/contract- terms-and conditions or www. Sanford FL.gov). The parties shall also be bound by the purchasing policies and procedures of the City as well as the controlling provisions of Florida law. Work orders shall be used, in accordance therewith, in the implementation of this Agreement to the extent deemed necessary by the City in its sole and absolute discretion. Section 7. Morgan'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, Morgan must: .(1). Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the services. (2). Provide the public with access to public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. (3). Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (4). Meet all requirements for retaining public records and transfer, at no cost, to the City all public records in possession of Morgan 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 Morgan does not comply with a public records request, the City shall enforce the contract provisions in accordance with this Agreement. (c). Failure by Morgan to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the City. Morgan shall promptly provide the City with a copy of any request to inspect or copy public records in possession of Morgan and shall promptly provide the City with a copy of Morgan's response to each such request. it s. � �, ''. �Y: • � • I • � .; ! • 1 • !''� 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 Morgan 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 Morgan issues a purchase order, memorandum, letter, or any other instrument addressing the goods or services, work, and materials to be provided and performed pursuant to this Agreement, it is hereby specifically agreed and understood that any such purchase order, memorandum, letter, or other instrument shall have no effect on this Agreement unless agreed to by the City, specifically and in writing in a document of equal dignity herewith, and any and all terms, provisions, and conditions contained therein, whether printed or written or referenced on a Web site or otherwise, shall in no way modify the covenants, terms, and provisions of this Agreement and shall have no force or effect thereon. Section 10. Severability. If any term, provision or condition contained in this Agreement shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, or the application of such term, provision or condition to persons or circumstances other than those in respect of which it is invalid or unenforceable, shall not be affected thereby, and each term, provision and condition of this Agreement shall be valid and enforceable to the fullest extent permitted by law when consistent with equity and the public interest. Section 11. Waiver. The failure of the City to insist in any instance upon the strict performance of any provision of this Agreement, or to exercise any right or privilege granted to the City hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. Section 12. Captions. The section headings and captions of this Agreement are for convenience and reference only and in no way define, limit, describe the scope or intent of this Agreement or any part thereof, or in any way affect this Agreement or construe any provision of this Agreement. Section 13. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, but all of which, taken together, shall constitute one and the same document. Section 14. Binding Effect. This Agreement shall be binding upon and inure to the benefit of the successors in interest, transferees and assigns of the parties. Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement and to undertake all obligations imposed on it. The signatories hereof represent that they have the requisite and legal authority to execute this Agreement and bind the respective parties herein. Section 15. Remedies. The rights and remedies of the parties, provided for under this Agreement, are in addition to any other rights and remedies provided by law or otherwise necessary in the public interest. Section 16. Governing law, Venue and Interpretation. This Agreement is to be governed by the laws of the State of Florida. Venue for any legal proceeding 4 111 a g) e 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 Morgan, 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 Morgan have executed this instrument for the purpose herein expressed and Morgan represents and affirms that the signatories below have full and lawful authority to bind Morgan in every respect. ATTEST. C`401 PRK Traci Houchin, CIVIC, FCRM City Clerk Approved as to form and legal sufficiency. William L. Colbert, City Attorney ATTESTMITNESS: Printed Name: MORGAN COMMERCIAL AIR CONDITIONING, L.L.C., a Florida limited liability company. By: 'V Brainard Morgan Authorized Signatory Dated: 16 5 113 a (Y e ��/// ae / p 2� ��g i' DUE DATE: August 29, 2019 at 2:00 P. M. Local Time Name of Firm: ? . f9tf.I.�t(Cti..�\r1ti1?Y(il •-• • • •• ••• •Gifu of Sanford Purchasing Division Address:..L- �- Contact Person: Marisol Ordonez, Purchasing Manager ' • ................................................ddress: 300 N. Park Avenue Suite 243 City, State, Zip: Sanford. Florida 32771 Address: .................................................................................. ... Phone Number: 407.688.5028, or ext. 5030 Fax Number: 407.688.5021 City/State/Zip Code: � �, ..f' /.................. ........ Email: nurchasingfisanfordfl.aov f For Div./Dept./Office: Jim Beard, Maintenance Supervisor Contact Person:.itt?C'...!? .. x �V Delivery Address: Facility Maintenance- Public Works '�", 800 Fulton Avenue Phone Numben ........�J `.. .:. � . ................ Sanford, Florida 32772 Fax Number: ........................................ ................................. ISSUED DATE: August I5, 2019 Email :............ �.........1 �:.�-�. �':.:�.�.�.1.1�81�.��, •�ti���7'1 � _ (,..�? f �'i BIDDER'S PRINTED NAMEZl: CWfi.A...P4. . 1I)DER'S SIGNATURE:.. ... ..................... TitIe:........................................................... ...... ........................................................ ..Bate:� ..................................................................................... LEASE 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 for the provision of Replace four (4) A/C Units at 1211 Mellonville Avenue, Sanford, Florida 32772 (2-10 ton heat pumps (208-240 (3)phase)); 1-10 ton dual circuit(straight cool with electric hear (208-240 (3) phase)); and 1-5 ton heat pump (208-240 (1) phase)); a total of 4 units warranty included parts, and units. 2. Deliverables and Scope of Services. The successful Bidder shall provide all necessary material, goods, labor, etcetera to 1211 Mellonville Avenue, Sanford, Florida 32772 (Mellonville Annex). 1. First Floor Mechanical Room a. Remove the air handlers and the 2 condensing units and install new air handler and 10 ton dual circuit condensing unit. II. First Floor Gym a. Remove existing 5 -ton system and install a new 5 -ton system, lower main supply truck line to better cool the space in the gym. b. Also, lower the return to the same elevation as the supply line. III. Second Floor System a. Remove and replace the two (2) 10 -ton condensing units outside and remove and replace the two (2) 10 - ton air handlers in the attic mezzanine. The ceiling tiles and grip will need to be removed to remove and replace the air handlers in the mezzanine and reinstall when completed. b. Install to include all new equipment, permits, pads, thermostats, disconnecting and reconnecting the electric to the new air condition system, flush and nitro test the copper, and condensate lines. c. New secondary condensate pans, and reattach the supply and return plenums and removal of the old equipment and debris, including labor. d. Contractor responsible for checking the site before bidding on the job; complete Attachment "B" Statement of Inspection Form must be submitted with the Informal Request for Quote (IRFQ). Rev. 03�2016 City of Sanford j Finance Department ( Purchasing Division 300 N. Park Avenue, Sanford, Florida 32771 o Phggo�tne: 407.688.5025, or extension 5030 Fax: 407.688.5021$g� iCITY �� FORM FLORIDA R.' ■'1 INORMAL REQUEST FOR QUOT gq % RFQ I:R E (�-18/19-166 REPLACE (4) A/C UNITS AT 1211 MELLONVILLE AVENUE ��/// ae / p 2� ��g i' DUE DATE: August 29, 2019 at 2:00 P. M. Local Time Name of Firm: ? . f9tf.I.�t(Cti..�\r1ti1?Y(il •-• • • •• ••• •Gifu of Sanford Purchasing Division Address:..L- �- Contact Person: Marisol Ordonez, Purchasing Manager ' • ................................................ddress: 300 N. Park Avenue Suite 243 City, State, Zip: Sanford. Florida 32771 Address: .................................................................................. ... Phone Number: 407.688.5028, or ext. 5030 Fax Number: 407.688.5021 City/State/Zip Code: � �, ..f' /.................. ........ Email: nurchasingfisanfordfl.aov f For Div./Dept./Office: Jim Beard, Maintenance Supervisor Contact Person:.itt?C'...!? .. x �V Delivery Address: Facility Maintenance- Public Works '�", 800 Fulton Avenue Phone Numben ........�J `.. .:. � . ................ Sanford, Florida 32772 Fax Number: ........................................ ................................. ISSUED DATE: August I5, 2019 Email :............ �.........1 �:.�-�. �':.:�.�.�.1.1�81�.��, •�ti���7'1 � _ (,..�? f �'i BIDDER'S PRINTED NAMEZl: CWfi.A...P4. . 1I)DER'S SIGNATURE:.. ... ..................... TitIe:........................................................... ...... ........................................................ ..Bate:� ..................................................................................... LEASE 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 for the provision of Replace four (4) A/C Units at 1211 Mellonville Avenue, Sanford, Florida 32772 (2-10 ton heat pumps (208-240 (3)phase)); 1-10 ton dual circuit(straight cool with electric hear (208-240 (3) phase)); and 1-5 ton heat pump (208-240 (1) phase)); a total of 4 units warranty included parts, and units. 2. Deliverables and Scope of Services. The successful Bidder shall provide all necessary material, goods, labor, etcetera to 1211 Mellonville Avenue, Sanford, Florida 32772 (Mellonville Annex). 1. First Floor Mechanical Room a. Remove the air handlers and the 2 condensing units and install new air handler and 10 ton dual circuit condensing unit. II. First Floor Gym a. Remove existing 5 -ton system and install a new 5 -ton system, lower main supply truck line to better cool the space in the gym. b. Also, lower the return to the same elevation as the supply line. III. Second Floor System a. Remove and replace the two (2) 10 -ton condensing units outside and remove and replace the two (2) 10 - ton air handlers in the attic mezzanine. The ceiling tiles and grip will need to be removed to remove and replace the air handlers in the mezzanine and reinstall when completed. b. Install to include all new equipment, permits, pads, thermostats, disconnecting and reconnecting the electric to the new air condition system, flush and nitro test the copper, and condensate lines. c. New secondary condensate pans, and reattach the supply and return plenums and removal of the old equipment and debris, including labor. d. Contractor responsible for checking the site before bidding on the job; complete Attachment "B" Statement of Inspection Form must be submitted with the Informal Request for Quote (IRFQ). Rev. 03�2016 Statement of Inspection: All bidders are hereby required to conduct a site inspection to familiarize them with 121.1 Mellonville Avenue, Sanford, Florida 32772 (4) A/C units to personally inspect the various areas and conditions associated with this project. All bidders must include with their submittal Attachment "B", Statement of Inspection with your bid submittal. 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 Facility Maintenance —Public Works Division, located at 1211 Mellonville Avenue, Sanford, Florida 32772 between the hours of 7:00 A.M. and 4:30 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 Facility Maintenance —Public Works Division. Delivery and Time Performance: Project completion shall be attained no later than 45 days from the date a purchase order has been issued by the City to the successful Bidder. At approximately 30 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. This delivery schedule shall be further updated five (5) business day as well as twenty-four (24) hours prior to actual delivery to ensure the facility is accessible and ready to receive delivery. Any costs associated with deliveries not properly coordinated with the appropriate City representative shall be borne by the successful Bidder. 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 deliver all necessary materials and equipment required for this project; b. Provide access to the work area; c. The City shall make the facility available for evaluation and inspection accompanied by a City Representative by calling Jim Beard, Maintenance Supervisor 407.688.5080 Ext 5409 to schedule an appointment; and, d. Appointments will be given on a first come, first serve basis based on availability and will be given between the hours of 7:00 A.M. and 4:30 P.M., Monday through Thursday. 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 Facility Maintenance —Public Works Division shall not be used by the successful Bidder. The successful Bidder shall broom clean the premises at the end of each day and upon completion of delivery, installation and, set-up. Punch List: The designated City representative and the successful Bidder shall perform an inspection of all items delivered and project completion by the successful Bidder. In the event any deficiencies are identified, a punch list shall be created to outline all deficiencies discovered. After the punch list is issued to the successful Bidder, the successful Bidder shall have 14 days to respond and correct all items listed on the list. In punch the event an item must be replaced, an expected delivery date for said item shall be given to the City. Similarly, in the event an area must be redone, an expected completion date shall be given to the City. Final acceptance and subsequent invoice processing shall not be done by the City until all items on the punch list have been completed. 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 "First Priority" a for goods and sei vices. 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 in contracted 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 requirement service to be offered. Requirements: General Contractor license required with five (5) years' experience include a copy of the GC license with the Informal Request for quote must be a register GC in the State of Florida. 3. Price 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 in and referenced this IRFQ document and i hereby submit the following prices for IRFQ-1.8/19-166, Replace four (4) AJC Units at 1211 Melionviile Avenue, Sanford FL 32772 as follows: Item Description Unit Price Quantity Extended Price Re aired 1. 2-10 ton heat pumps 208403 3 Phase S �� � ` 2 $ Z g t j g 2. 1-10 ton dual circuit (straight cool with $ 1 $ 2- - electric heat) 208-240 3 Phase f 3. 1-5 ton heat $ � j �`� <f5 0 1 $co pump 208-2401 Phase 4. Freight/Shipping Charge (if applicable) S N/A 4 S 5. TOTAL QUOTE PRICE S Additionally, please read the below instructions; submit the required forms with the Informal Request For Quote ( ); L1.l=Provideaficate of Liability Insurance (COI) with your quote submittal. 2. Complete Statement of Inspection Attachment "B". 3. Complete Attachments "A through G", 4. Include a copy of your Florida State License and W9 5. Provide a copy of the General Contractor license. 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 LIJ year contract after award of this IRFQ. c. Unit Price Accuracy: Please check the stated unit prices before submitting your quote; as no change in prices 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 from Sales Tax- Certificate No. 85-8012621681 C-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. If not submitting a quotation, please indicate "NO BID" and return this form. Critical 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/Department/Office. Any interpretations, clarifications, or changes made will be in the form of written addenda issued by requesting Division/Department/Off ce. c. Pursuant to Section 2.2 of 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 Terns and Conditions and all applicable laws, policies and rocedures. 1111 1111 11711 1 iiii! ill 113 UZI NIL*] :I Nizxel 0 Itim-141,224 Employers Employers Employers Workers' Compensation Liability Liability Liability $1,000,000 $500,000 $500,000 *Certificates of exemption are not acceptable in lieu of workers Each Accident Each Accident Each Accident compensation insurance $1,000,000 $500,000 $500,000 Disease Disease Disease $1,000,000 $500,000 $500,000 Commercial General Liability shall include- Bodily injury liability, $ 3,000,000 Per $1,000,000 $ 500,000 Per Property Damage liability, Personal In Injury liability and Occurrence Per Occurrence Occurrence Advertising injury liability Coverages shall include: Premises/ $3,000,000 $1,000,000 $500,000 Operations; Products/Completed Operations; Contractual liability,,- General General Independent Contractors, Explosion; Collapse; Underground. General Aggregate Aggregate When required by the City, coverage must be provided for sexual Aggregate harassment, abuse and molestation $ immoo $1,000,000 $ 500,000 Per Comprehensive Auto Liability, CSL, shall include any auto"or Combined Single Combined Occurrence shall include all of the following: owned, leased, hired, non -owned Limit Single Limit $500,000 autos, and scheduled autos. $1,000,000 $1,000,000 General General General Aggregate Aggregate Aggregate Professional Liability (when required) $1,000,000 $1,000,000 $1,000,000 Minimum Minimum Minimum Builder's Risk (when required) shall include theft, sinkholes, off site storage, transit, installation and equipment breakdown, 100% Of 100% of 100% of 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 of additions and value of value of Sanford, all contractors and subcontractors structures additions and additions and structures structures $3,000,000 $1,000,000 $500,000 Aggregate: No Aggregate: No Aggregate: No Garage Keepers (when required) per vehicle per vehicle per vehicle maximum maximum maximum _preferred preferred $3,000,000 $1,000,000 _.preferred $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 Ann --- - A re ate A re ate yuldyt- namity is noi required unless applicable conditions -exis.-t­ ��l u!d%' F%c;uP1c;1 ,--) al lu . If clarification is needed the CONTRACTOR must request clarification from the City of Sanford Purchasing Office. 111. Vendor, Contractor, 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 form 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 insure that they have the insurance coverage specified by the City to meet all contractual obligations and expectations of the City. Further, as the Contractor's 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 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. 1. All insurers must have an A.M. rating of at least A_ 1I. 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. k. Any changes to the coverage requirements indicated above shall be approved by the City of Sanford, Risk Manager. 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. AFFIANT $"A-rTJRE- Typed Name of AFFIANT Title STATE OF —�11 COUNTY OF Hu!6-6WL-,�7 The foregoing instrument was executed before me this day of &ga's �' 20_,q, by as of V who personally swore or affirmed that he/she is authorized to executethisdocument and thereby bind the Corporation, and who is personally known to me OR has produced as identification. REBECCA WURTZ Notary Public - State of Florida (stamp) "I F 11F10% My Commission # FF 970398 Comm- E% lies Mar 10, 2020 NOTA Y PUB State of The City reserves the unilateral right to modify the insurance requirements set forth at any time. PLEASE COMPLETE AND SUBMIT cV'Failure to submit this form may be grounds for disqualification of your submittal-6�' 1211 HELLO LE AVENUE 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 are 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: Bt Broiyjara (1 DR(-, _ %�,I` 0 Ml Mailing Address:4� Telephone Number: gjJ -Z Ztj Fax Number: E-mail Address: b c ' Ef"ig,,114.1 " Ci d-�i"4Sfz CC E 1 lZ f 1 f) 1 FEIN: Au orized , ge atory Printed Name 'q2- g/2 C) Title to STATE OF COUNTY OF j The foregoing instrument was executed before me this day of �? 2011, by as of 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 in OR has produced as identification. ------ ----- REBECCAMLT TZ ofFlorida NOTARYPLIC, to of (stamp) 910398r 10,.2020T WITH YOUR IRFQ RESPONSE r3'Eailure to submit this form may be grounds for disqualification of your submittal`w IRFQ-18/19-166 , REPLACE (4) A/C TWITS AT 121.1 MELLONVILLE AVENUE Bidder's signature on this page indicates that the bidder has inspected the facility specified in the Request for Quote Facility Maintenance Public Works Division building located at Replace four (4) A/C Units at 1211 Mellonville Avenue, Sanford, Florida 32772 and has fully reviewed and understands all work requirements at said location(s): ral rtta t'`l (}6 jA 6Z Printed Name of Authorized Person Signature ofAiAorized Nrs Date fiitere u( tAtk ' c4 1/ Name o Firm [t1S- zyG/w Street Address - P, A �FL-- City, State, Zip Code GENERAL TERMS AND CONDITIONS - READ CAREFULLY Questions relating to this Request for Quotation must be directed to the City of Sanford, Purchasing Division, herein after 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 to 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 goodstservices 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 be made without prior written authority 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 quantity 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 HARMLESS 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 it's 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 be made between 7:OOAM and 4:30PM on regular working days unless otherwise stated. Transport deliveries must be unloaded and ready for inspection prior to 4:30PM. 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 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 ofthe 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 terms 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 ofthe State of Florida shall govern all aspects ofthis 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 right to trial by jury in any action, proceeding or claim, arising out of this order, which may be brought by either ofthe 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 termination or completion ofthe 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 termination. WARRANTY The Vendor agrees to provide a full warranty to the 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: S1,000,000.00 PROFESSIONAL LIABILITY: $1,000,000.00 (only if professional services are to be provided) VEHICLE INSURANCE: $1,000,000.00 Combined Property & Bodily Injury WORKER'S COMPENSATION: $1,000.000.00 PRODUCTS LIABILITY: $1,000,000.00 (only ifa 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 18/19-166 REPLACE (4) A/C UNI'T'S AT 1211 MELLONVILLE AVENUE (Mellonville Annex) Due Date: August 29, 2019 at 2:00 PM City of Sanford I Finance Department I Purchasing .Division CITY or 300 N. Park Avenue 2°d Floor Suite 236 Sanford, Florida 32771 FINANCEDEPARTMENT Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INFORMAL REQUEST FOR QUOTE (I Q) TERM CONTRACT Exhibit l; Solicitation Number: IRFQ 18/19-166 Due Date: August 29, 2019 If you do not intend to submit on this requirement, please complete and return this form prior to date shown for receipt of proposals to: City of Sanford, Purchasing Division, 300 N. Park Avenue 2nd Floor Suite 236, Sanford, Florida 32771, UWE HAVE DECLINED TO SUBMIT A BID FOR IRFQ 18119-166 titled Replace (4) A/C Units at 1211 Mellonville Avenue for the following reason(s): [Please place a check mark (✓) next to the reason(s) as applicable] Reason Bid re uirements too "restrictive". Insufficient time to res and to the Invitation for Bid. We do not offer this service. Our schedule would not permit us to perform. Unable to meet requirements. Unable to meet insurance or bond requirements. Scope of Services unclear (please ex lain below). Other lease s ecify below). REMARKS: Company Name: Mailing Address: Telephone Number: Authorized Signatory I itle Fax Number: Printed Name Date E-mail Address: FEIN: CITY of ORD FINANCE DEPARTMENT City of Sanford I Finance Department j Purchasing Division 300 N. Park Avenue 2" Floor Suite 236 Sanford, Florida 32771S Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 Solicitation Number. Q 18/19-166 INFORMAL REQUEST FOR QUOTE (IRFQ) Due Date: TERM CONTRACT August 29, 2019 TITLE: REPLACE (4) A/C FITS AT 1211 MELLONVILLE AVE Aftachment "C" A. I am the of (")L0A)67A,. with a local office in Q . ' I 'Y3ii 1W t [Insert Title] [Insert Company Name] and principal office in .r,4n1PA 147-o'l.9il-A B. The entity hereby submits an offer to IRFQ 18/19-166 titled Replace (4) A/C Units at 1211 Mellonville Avenue. 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. I 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 Attachment "Cl -Conflict of Interest Statement, is truthful and correct at the time of submission. Typed Name of AFFIANT Title gg � COUNTY OF +-A STATE OF FLORIDA On this day of "Of 20 1d) before me, the undersigned Notary Public of the State of Florida, personally appeared '�— whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/She is personally known to me or has produced as identification. REBECCA WURTZ Notary Public - State of Florida ota Public in a d f the County and State Aforementioned) Commission, ;# FF 970398 / &�m. Expirits Mar 10, 2020 VIy commission expires: ! 6/ a, C) LEASE COMPLETE AND SUBiN IT WITH YOUR IRFQ RESPONSE "Failure to submit this form may be grounds for disqualification of your submittal's Attachment "D" COMPLIANCE WITH THE PUBLIC RECORDS LAW AFFIDAVIT I. If and when the City of Sanford transmits records to the Contractor/Vendor which are exempt from public disclosure, the Contractor/Vendor shall execute an "Acknowledgement of Receipt of Exempt Public Records and Agreement to Safeguard" which will be provided with the exempt records. A sample form is attached for the bidder/proposer's information. 11. Upon award recommendation or 30 days after opening, it is understood that all submittals shall become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes, and Section 24(a), Article 1 of the Constitution of the State of Florida, and other controlling law (collectively the "Public Records Laws"). If the City of Sanford (City) rejects all replies submitted in response to a competitive solicitation and provides notice of its intent to reissue the solicitation, the replies remain exempt from disclosure until the City provides a notice of intent to award or withdraws the reissued solicitation. If no award is made, responses are not exempt for longer than 12 months after the initial notice rejecting all responses. Proposers/Bidders must invoke the exemptions to disclosure provided by law as applicable to the response to the solicitation, must identify the data or other materials to be protected, and must state the reasons why such exclusion from public disclosure is necessary. The submission of a proposal authorizes release of your firm's credit data to the City. i If a Proposer/Bidder submits information exempt from public disclosure, the Proposer/Bidder must specifically and in detail identify with specificity which pages/paragraphs of their bid/proposal package are exempt from the Public Records Laws, identifying the specific exemption under the Public Records Laws that applies to each. The protected information must be submitted to the City in a separate envelope marked accordingly. By submitting a response to this solicitation, the Proposer/Bidder agrees to defend, indemnify and hold the City harmless in the event the City litigates the public records status of the Proposer's/Bidder's documents this provision including the obligation to pay the full legal costs of the City including, but not limited to, attorney's fees, court costs, and any and all other charges, regardless of what level of trial or appeal. Proposer/Bid _6�%WIW a u Signature of A orized Re' esentative (Affiant) Date Printed or Typed Name and Title of Authorized Representative (Affiant) a City of Sanford (Finance Department � Purchasing Solicitation Division Number: S ORD CITY OF 300 N. Park Avenue 2"a Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 Fax: 407.688.5021 � 18/19-166 FINANCE l7£PARTA+cENT INFORMAL QUEST FOR QUOTE {I f,,�} Due Date: TERM CONTRACT August 29, 2019 T'I'TLE: REPLACE {4) A/C ITS AT 1211 NIELI�4�l��II,LE � Attachment "D" COMPLIANCE WITH THE PUBLIC RECORDS LAW AFFIDAVIT I. If and when the City of Sanford transmits records to the Contractor/Vendor which are exempt from public disclosure, the Contractor/Vendor shall execute an "Acknowledgement of Receipt of Exempt Public Records and Agreement to Safeguard" which will be provided with the exempt records. A sample form is attached for the bidder/proposer's information. 11. Upon award recommendation or 30 days after opening, it is understood that all submittals shall become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes, and Section 24(a), Article 1 of the Constitution of the State of Florida, and other controlling law (collectively the "Public Records Laws"). If the City of Sanford (City) rejects all replies submitted in response to a competitive solicitation and provides notice of its intent to reissue the solicitation, the replies remain exempt from disclosure until the City provides a notice of intent to award or withdraws the reissued solicitation. If no award is made, responses are not exempt for longer than 12 months after the initial notice rejecting all responses. Proposers/Bidders must invoke the exemptions to disclosure provided by law as applicable to the response to the solicitation, must identify the data or other materials to be protected, and must state the reasons why such exclusion from public disclosure is necessary. The submission of a proposal authorizes release of your firm's credit data to the City. i If a Proposer/Bidder submits information exempt from public disclosure, the Proposer/Bidder must specifically and in detail identify with specificity which pages/paragraphs of their bid/proposal package are exempt from the Public Records Laws, identifying the specific exemption under the Public Records Laws that applies to each. The protected information must be submitted to the City in a separate envelope marked accordingly. By submitting a response to this solicitation, the Proposer/Bidder agrees to defend, indemnify and hold the City harmless in the event the City litigates the public records status of the Proposer's/Bidder's documents this provision including the obligation to pay the full legal costs of the City including, but not limited to, attorney's fees, court costs, and any and all other charges, regardless of what level of trial or appeal. Proposer/Bid _6�%WIW a u Signature of A orized Re' esentative (Affiant) Date Printed or Typed Name and Title of Authorized Representative (Affiant) a City of Sanford (Finance Department � Purchasing Solicitation Division Number: S ORD CITY OF 300 N. Park Avenue 2"a Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 Fax: 407.688.5021 � 18/19-166 FINANCE l7£PARTA+cENT INFORMAL QUEST FOR QUOTE {I f,,�} Due Date: TERM CONTRACT August 29, 2019 T'I'TLE: REPLACE {4) A/C -jj6b6ah COUNTY of N I QQ STATE OF FLORIDA On this day of P&At41-.,!t& 20 before me, the undersigned Notary Public of the State of Florida, personally appeared V whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/She is personally known to me or has produced as identification. SEAL the County and State Aforementioned) My commission expires: REBECCA WURTZ Notary Public - State of Florida Commission # FF 970398 MY Comm. Expires Mar 10, 2020 PLEASE COMPLETE AND SUBMIT WITH YOUR IRFQ RESPONSE m'Failure to submit this form may he grounds for disqualification of your submittal— M City of Sanford I Finance Department I Purchasing Solicitation SCITY OF rul Division 300 N. Park Avenue 2 Floor Suite 236 Sanford, Florida 32771 Number: WQ 18/19-166 ORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 FINANCE DEPARTMENT INFORMAL REQUEST FOR QUOTE (I Q) Due Date: TERM CONTRACT August 29, 2019 TITLE: REPLACE (4) A/C UNITS AT 1211 MELD NVILLE AVE -jj6b6ah COUNTY of N I QQ STATE OF FLORIDA On this day of P&At41-.,!t& 20 before me, the undersigned Notary Public of the State of Florida, personally appeared V whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/She is personally known to me or has produced as identification. SEAL the County and State Aforementioned) My commission expires: REBECCA WURTZ Notary Public - State of Florida Commission # FF 970398 MY Comm. Expires Mar 10, 2020 PLEASE COMPLETE AND SUBMIT WITH YOUR IRFQ RESPONSE m'Failure to submit this form may he grounds for disqualification of your submittal— M City of Sanford I Finance Department I Purchasing Solicitation Division CITY OF 300 N. Park Avenue 2" Floor Suite 236 Sanford, Florida 32771S ORD Number. Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 IRFQ 18/19-166 ' FINANCE DEPARTMENT INFORMAL REQUEST FOR QUOTE (I Q) Due Date: TERM CONTRACT August 29, 2019 TITLE: REPLACE (4) A/C UNITS AT 1211 MELLONVILLE AVE Attachment "Ell E -VERIFY COMPLIANCE AFFIDAVIT Project Dame: Replace (4) Units at 1211 Mellonville Avenue Bid No.: IRFQ 18/19-166 The Affiant identified below attests to the following: That the Contractor is currently in compliance with and throughout the term of the above identified project and will remain in compliance with Executive Order 11-02, issued by the Office of the Governor, State of Florida, requiring the use of the Department of Homeland Security's Status Verification ("E -Verify") System to ensure that all employees of the Contract and the Contractor's subcontractors performing work under the above -listed Contract are legally permitted to work in the United States. 2. Each Contractor that perforins work under the Project referenced above shall provide the City of Sanford, Florida, a copy of the "Edit Company Profile" screen indicating enrollment in the E -Verify Program. 3. The Contractor will register and participate in the work status verification for all newly hired employees of the contractor and for all subcontractors performing work on the above -listed Contract. 4. The Contractor agrees to maintain records of its compliance with the verification requirements as outlined in this Affidavit and, upon request of the any Authority having jurisdiction over the Project, including, but not limited to, the State of Florida, agrees to provide a copy of each such verification to that Authority. 5. That all persons assigned by the Contractor or its subcontractors to perform work under the above identified project will meet the employment eligibility requirements as established by the Federal Government and the government of the State of Florida. 6. That the Contractor understands and agrees that its failure to comply with the verification requirements as set forth herein or its failure to ensure that all employees and subcontracts performing work under the above identified project are legally authorized to work in the United States and the State of Florida constitute a breach of contract for which the City of Sanford may immediately terminate the Contract without notice and without penalty. Contractor further understands and agrees that in the event of such termination, the Contractor shall be liable to the City for any costs incurred by the City as a result of the Contractor's breach. 7. That for the purposes of this Affidavit, the following definitions apply: "Employee" — Any person who is hired to perform work in the State of Florida. "Status Verification System" — the procedures developed under the Illegal Immigration Reform and Immigration Responsibility Act of 1996, operated by the Department of Homeland Security and known as the "E -Verify Program", or any successor electronic verification system that may replace the E -Verify Program. CITY OF FINANCE ORD DEPARTMEW City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.68&5021 Solicitation Number: WQ 18/19-166 INFORMAL REQUEST FOR QUOTE (I Q) Due Date: TERM CONTRACT August 29, 2019 TITLE: REPLACE (4) A/C UNITS AT 1211 MELLONVILLE AVE (fir-W,V-W( MM6A-X-L. Printed or Typed Name and Title of Authorized Representative (Affiant) On this day ofL4�� 1^. GAIA &, 20. before me, the undersigned Notary Public of the State of Florida, personally appeared IJ whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/She is personally known to me or has produced as identification. SEAL (Notary Public in My commission expires: County and State Aforementioned) REBECCA WURTZ Notary Public - State of Florida Commission # FF 970398 My Comm. Expires Mar 10, 2020 PLEASE COMPLETE AND SUBMIT WITH YOUR IRFQ RESPONSE 0'Failure to submit this form may be grounds for disqualification of your submittal'O r1l City of Sanford Finance Department Purchasing Division Solicitation CITY OF 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 Number: S Phone: 407.689 501278 ar 5030 Fax: 407.688.5021 IRF Q 18/19-166 FINANCE DEPARTMENT ~J INFORMAL REQUEST FOR QUOTE (I Q) Due Date: TERM CONTRACT August 29, 2019 TITLE: REPLACE (4) A/C UNITS AT 1211 MELLONVILLE A VE Attachment Americans With Disabilities Act Affidavit By executing this Certification, the undersigned CONTRACTOR certifies that the information herein contained is true and correct and that none of the information supplied was for the purpose of defrauding the City of Sanford (CITY). The CONTRACTOR will not discriminate against any employee or applicant for employment because of physical or mental handicap in regard to any position for which the employee or applicant for employment is qualified. The CONTRACTOR agrees to comply with the rules, regulations and relevant orders issued pursuant to the Americans with Disabilities Act (AFA), 42 USC s. 12101 et seq. It is understood that in no event shall the CITY be held liable for the actions or omissions of the CONTRACTOR or any other party or parties to the Agreement for failure to comply with the ADA. The CONTRACTOR agrees to hold harmless and indemnify the CITY, its agents, officersor employees from any and all claims, demands, debts, liabilities or causes of action of every kind or character, whether in law or equity, resulting from the CONTRACTOR's acts or omissions in connection with the ADA. Signature (Affiant) Date Printed or Typed Name and Title of Authorized Representative (Affiant) M On this -. j day o f O , 20 14, before me, the undersigned Notary Public of the State of Florida, personally appeared whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/She is personally known t� r�egr�as-vrQdt�_r>ed , as identification. 'pg'. REBECCAWURTZ Notary Public - State of Florida Commission # FF 970398 My Comm. Expires Mar 10, 2020 otary Public ir%�ii r the County and State Aforementioned SEAL My commission expires: PLEASE COMPLETE AND SUBMIT WITH YOUR RESPONSE t'submit this form may y- grounds t disqualification of your 7 City of Sanford I Finance Department I Purchasing Division Solicitation CITY OF 300 N. Park Avenue 2" Floor Suite 236 Sanford, Florida 32771 Number: ZANF ORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 YRFQ 18/19-166 FINANCE DEPARTMENT - INFORMAL REQUEST FOR QUOTE (I t2) Due Date: TERM CONTRACT August 29, 2019 TITLE: REPLACE (4) A/C UNITS AT 1211 MELLONVILLE AVE Attachment "G" Addendum Receipt Acknowledgement Certification The undersigned acknowledges receipt of the following addenda to the solicitation document(s) (Give number and date of each): Addendum No. Dated: Addendum No. Dated: Addendum No. Dated: Addendum No. Dated: Addendum No. Dated: By the signature(s) below, Uwe, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment 11G", Addendum Receipt Acknowledgement Certification, is truthful and correct at the time of submission. Bidder/Contractor Name: __8rv_(,-jcc 17'10 tr. l Mailing Address: 4z44ZZ5_ 7�;�t.p A.. 4�1 33<- t q P Telephone Number: S/_3--V_51-2q2q Fax Number: E-mail Address: 8"o -A,82 Pp—cF bLti Lt a�!ge;tkL+,5yj5 GQ I trA frA 'FEIN:Authorized S*gnatory Prin d Name Title Da e PLEASE COMPLETE AND SUBMIT WITH YOUR IRFQ RESPOrT NSE Failure to submit this form mav be grnuTids . . . . . . . . . Ate; " CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 08/28/2019 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 HaMaA T Devin Heinrich -Langford Brown &Brown of Florida, Inc. PHONE (800) 755-7297 F P.O. Box 173086 A: a„ e ° . (A/C. No): Tam FL 33672 INSURER(S) AFFORDING COVERAGE NAIC # Ohio Security Insurance Company 24082 INSURED Old Dominion Insurance Com an P y 40231 Morgan Commercial Air Conditioning MINSURERE: dba Preferred Building Solutions 9115 Lazy Ln Tampa FL 33614 COVERAGES CERTIFICATE NUMBER: 18-19 Master THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW REVISION NUMBER: HAVE BEEN ISSUED TO THE INSURED NAMEDABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, SHOWN MAY HAVE BEEN N REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER LI Y tC MMIDD MM/DO LIMITS COMMERCIAL GENERAL LIABILITY OC CURRENCE S 1,000,000 CLAIMS -MADE ®OCCUR IQ RENTED PREMISES Ea occurrence $ 300,000 /j 6!559218412 MED EXP (Any one person) 10!1712018 10117/2019 S 15,000 GEN'LAGGREGATE LIMITAPPLIES PER: PERSONAL&ADV INJURY § 1,000,000 POLICY ❑ JECOT -] LOC GENERAL AGGREGATE S 2,000,000 PRODUCTS - COMP/OP AGG S 2,000,000 OTHER: Expense Mod Factor 1 $ AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT Ea accident $ 1,000,000 B OWNED AUTOS ONLY AUTOS 61P0459K BODILY INJURY (Per Derson) 10117/2018 10/17/2018 10/17/2019 S x HIRED NON -OWNED /� BODILY INJURY (Per accident) $ AUTOS ONLY AUTOS ONLY PROPERTY DAMAGE Peraccident $ Bus Owns Expd Plus g UMBRELLA LIAB OCCUR EXCESS LIAR CIMS- LAMADE EACH OCCURRENCE S --^ DED I I RETENTION 5 AGGREGATE g —•----- WORKERS COMPENSATION N 5 ANDEMPLOYERS'NSATI Y/N PER OTH- STATUTE ER A ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ NIA XWS59424053 OFFICER/MEMBER (Mandatory inNH)EXCLUDED? (Mandatory in NH) 12/28(2018 12/28/2019 E.L. EACH ACCIDENT S 1,000,000 _ If yes, describe Under E.L. DISEASE - EA EMPLOYEEg 1,000,000 DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMB S 1,000,000 DESCRIPTION OF OPERATIONS! LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER f AAiPCI r All - City of Sanford PO Box 1788 300 N. Park Avenue Sanford ACORD 25 (2016103) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE FL 32771 i ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Form W11111119 Bequest for 'Taxpayer (Rev. October 2018) Identification Number and Certification Give Form to the Department of the Treasury requester. Do not Internal Revenue Service ® Go to www,frs.9ov1FormW9 for instructions and the latest information. send to the IRS. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. Morgan Commercial Air Conditioning 2 Business name/disregarded entity name, if different from above Preferred Building Solutions Vi 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the following seven boxes. 4 Exemptions (codes apply only to o o IndividuaUsole proprietor or ElC Corporation ❑ S Corporation El Partnership ElTrust/estate certain entities, not individuals; see instructions on page 3): ai = single -member LLC c ❑✓ Limned liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) s Exempt payee code (if any) O` Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner the Exemption from FATCA reporting a of LLC is another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that is disregarded from the owner should check the code (f any) appropriate box for the tax classification of its owner. ❑ Other (see instructions) P U) 5 Address (number, street, and apt. or suite no.) See instructions.%ss to accam s mgr ed outside me v.s.1 n Requester's name and address (optional) 9115 Lary Ln 6 City, state, and ZIP coda Tampa, FL 33614 7 List account number{sj here fopticnall Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding, For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a 77N, later. Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. :,otter security number or Employer identification number jj�� 4 5 — 4_ 5 9 1 6 1 4 Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2.1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part 11, later. _"J..I Signature of Here U.S. person General Instructions �,, Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov1FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (rIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099 -INT (interest earned or paid) Date Y • Form 1099 -DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-5 (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) rY C. flt 0 0 :3 (D 0 rP (D LU (D (D (D (D 0 (D V) CL 0 3 I 9 -r Di m Ln Ln > > 0 0 z 0 0 < C) 0 < (D -I. U) CD (:nl 0 ID to rn Z Z MO c > 2K > U-1 — CD > 5; > Z > -N < C -n a Z Z r- C) m m 0 > o M 0 =. CK C CA: -m z Z 0 cu m rn rD C) to O _4 > r rmm -.q m M --q m Fn- > 0 M c z 0 m m -r Di CITY OF ce FINANCE DEPARTMENT 300 N. Park Avenue, Sanford, Florida 32771 • Telephone (407) 688-5028 Fax (407) 688-5021 • Email: purchasing@sanfordfl.gov September 24, 2019 Re: IRFQ 18/19-166 Replace (4) A/C Units at 1211 Mellonville Ave To Whom It May Concern: The City of Sanford Purchasing Division hereby provides notification of its intent to award the above referenced solicitation to the below listed firm: Morgan Commercial Air Conditioning This Notice of Intent to Award is subject to final approval by the City Commission therefore, this Notice does not constitute the formation of an agreement between the City and the apparent successful bidder. The successful bidder shall not acquire any legal or equitable rights relative to this solicitation until an agreement, and/or purchase order, containing terms and conditions acceptable to the City is duly approved and executed by the City. In the event the apparent successful bidder fails to accept, negotiate, and execute the agreement with the City, at its sole discretion, the City may revoke the award and proceed to award to the next lowest, responsive and responsible bidder, reject all bids received, cancel the solicitation, and/or re -solicit at a later time. The City further reserves the right to cancel this Notice of Intent to Award at any time prior to execution of a written agreement and/or purchase order, as applicable. Thank you for your interest in doing business with the City of Sanford, Florida. We look forward to receiving your submittals in the future. Respectfully, Lindsey Bojadzijev Purchasing Analyst