Loading...
Contract 2023-092ADocuSign Envelope ID: 51D3AD36-8CD8-4B16-8AE1-28651624943F 2023-092A AGREEMENT No. 2023-092 OVERHEAD/ROLLUP DOOR MAINTENANCE AND REPAIR SERVICES THIS AGREEMENT, is made and entered into this Friday, September 8, 2023, by and between the CITY OF CLERMONT, FLORIDA, a municipal corporation under the laws of the State of Florida whose address is: 685 W. Montrose Street, Clermont, Florida, (hereinafter referred to as "CITY"), and C & D INDUSTRIAL MAINTENANCE, LLC., whose address is: 2208 58th Avenue East, Bradenton, FL 34203, (hereinafter referred to as "CONTRACTOR"). WHEREAS, the City of Clermont issued RFB 23-093 titled Overhead/Rollup Doors Maintenance and Repair Services; WHEREAS, CONTRACTOR submitted its response dated August 17, 2023, to RFB 23-093; WHEREAS, CITY desired to award a contract to CONTRACTOR in accordance with the terms and conditions of RFB 23-093 and CONTRACTOR's response thereto; WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: 1. SCOPE OF WORK The CONTRACTOR shall furnish overhead/rollup doors maintenance and repair services as described in CITY's RFB 23-093 and CONTRACTOR's August 17, 2023 response thereto, which are expressly incorporated herein and made a part of the Agreement Documents hereto and shall do everything required by this Agreement and the Agreement Documents. Provided, however, that nothing herein shall require CITY to purchase or acquire any items or services from CONTRACTOR. 2. THE CONTRACT SUM CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set forth in the Agreement Documents and the Unit Price Schedule an amount in accordance with the compensation schedule set forth in Exhibit "A", attached hereto and incorporated herein. 3. PROVISION OF SERVICES AND COMPLETION OF WORK A. The CONTRACTOR shall only provide the CITY with overhead/rollup door maintenance and repair services upon receipt of an authorized order from CITY and shall provide the requested items in the timeframe and as set forth in RFB 23-093 or in the specific purchase order submitted by CITY. Nothing herein shall obligate CITY to purchase any specific amount of product from CONTRACTOR or create an exclusive purchase agreement between CITY and CONTRACTOR. CITY shall not be obligated or required to pay for any items received until such time as CITY has accepted the items in accordance with the order provided to CONTRACTOR. DocuSign Envelope ID: 51D3AD36-8CD8-4B16-8AE1-28651624943F Term Agreement RFB 23-093 Overhead/Rollup Doors Maintenance and Repair Services B. CONTRACTOR, upon receipt of a purchase order hereunder, shall immediately notify CITY if it has an issue or question related to the fulfillment of the order or whether there will be any delay in providing the items requested. Failure of CONTRACTOR to so notify CITY will preclude CONTRACTOR from seeking payment of any kind for any items that were delayed in delivery. Upon receipt of notification of the delay, CITY may at its sole option cancel the order and seek the items from any available source. C. It is expressly understood and agreed that the passing, approval, and/or acceptance of any services herein by CITY or by any agent or representative as in compliance with the terms of this Contract shall not operate as a waiver by the CITY of strict compliance with the terms of this Contract and the CITY may require the CONTRACTOR replace the accepted services so as to comply with the warranties and specifications hereof. D. COMPANY specifically acknowledges that this Contract does not bind or obligate CITY to purchase any minimum quantity of product during the term hereof. 4. TERM AND TERMINATION A. This Agreement is to become effective upon execution by both parties and shall remain in effect for a period of three (3) years thereafter, unless terminated or renewed as provided for herein. B. Notwithstanding any other provision of this Agreement, CITY may, upon written notice to CONTRACTOR, terminate this Agreement: a) without cause and for CITY's convenience upon thirty (30) days written notice to CONTRACTOR; b) if CONTRACTOR is adjudged to be bankrupt; c) if CONTRACTOR makes a general assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with any of the conditions of provisions of this Agreement; or e) CONTRACTOR is experiencing a labor dispute, which threatens to have a substantial, adverse impact upon the performance of this Agreement, without prejudice to any other right or remedy CITY may have under this Agreement. In the event of such termination, CITY shall be liable only for the payment of all unpaid charges, determined in accordance with the provisions of this Agreement, for work, properly performed and accepted prior to the effective date of termination. C. Upon mutual Agreement of the parties, this Agreement may be renewed for three (3) additional one-year terms. Sixty (60) days prior to completion of each extended term of this Agreement, CONTRACTOR may request and the City may consider an adjustment to price based on changes in the Producer Price Index (PPI). 1 DocuSign Envelope ID: 51D3AD36-8CD8-4B16-8AE1-28651624943F Term Agreement RFB 23-093 Overhead/Rollup Doors Maintenance and Repair Services 5. PAYMENTS In accordance with the provisions fully set forth in the Contract Documents, the CONTRACTOR shall submit an invoice to CITY upon completion of the services and delivery of products to CITY as set forth in the applicable purchase order. CITY shall make payment to the CONTRACTOR for all accepted deliveries and undisputed products delivered and services provided, within thirty (30) calendar days of receipt of the invoice. 6. DISPUTE RESOLUTION - MEDIATION A. Any claim, dispute, or other matter in question arising out of or related to this Agreement shall be subject to mediation as a condition precedent to voluntary arbitration or the institution of legal or equitable proceedings by either party. B. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes, and other matters in question between them by mediation. C. The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in Clermont, Lake County, Florida unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement Agreements in any court having jurisdiction thereof. 7. INSURANCE AND INDEMNIFICATION RIDER 7.1. Worker's Compensation Insurance The CONTRACTOR shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all its employees connected with the work of this Project and, in case any work is sublet, the CONTRACTOR shall require the subCONTRACTOR similarly to provide Worker's Compensation Insurance for all of the subCONTRACTOR employees unless such employees are covered by the protection afforded by the CONTRACTOR. Such insurance shall comply with the Florida Worker's Compensation Law. In case any class of employees engaged in hazardous work under this Agreement at the site of the Project is not protected under the Worker's Compensation statute, the CONTRACTOR shall provide adequate insurance, satisfactory to the CITY, for the protection of employees not otherwise protected. 7.2. CONTRACTOR's Commercial General Liabilitv Insurance The CONTRACTOR shall take out and maintain during the life of this Agreement, Commercial General Liability and Business Automobile Liability Insurance as shall protect it from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operating under this Agreement whether such operations are by itself or by anyone directly or indirectly employed by it, and the amount of such insurance shall be as follows: A. CONTRACTOR's Commercial General Liability, $1,000,000 Each, ($2,000,000 aggregate). Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit 2 DocuSign Envelope ID: 51D3AD36-8CD8-4B16-8AE1-28651624943F Term Agreement RFB 23-093 Overhead/Rollup Doors Maintenance and Repair Services B. Automobile Liability Coverages, $500,000 Each, Bodily Injury & Property Damage Occurrence, Combined Single Limit The insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an occurrence basis. 7.3. CITY's and CONTRACTOR's Protective Liabilitv Insurance The CITY shall procure and furnish a CITY's and CONTRACTOR's Protective Liability Insurance Policy with the following minimum limits: A. Bodily Injury Liability & $1,000,000 Each ($2,000,000 aggregate) Property Damage Liability Occurrence Combined Single Limit. 7.4. Indemnification Rider A. To the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold harmless the CITY and its employees from and against all claims, damages, losses and expenses, including but not limited to reasonable attorney's fees, arising out of or resulting from its performance of the Work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) , and (2) is caused in whole or in part by any negligent act or omission of the CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not such acts are caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right to obligation of indemnity which would otherwise exist as to any party or person described in this Article; however, this indemnification does not include the sole acts of negligence, damage or losses caused by the CITY and its other contractors. B. In any and all claims against the CITY or any of its agents or employees by any employee of the CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligations under this Paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the CONTRACTOR or any subcontractor under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. C. The CONTRACTOR hereby acknowledges receipt of ten dollars and other good and valuable consideration from the CITY for the indemnification provided herein. DocuSign Envelope ID: 51D3AD36-8CD8-4B16-8AE1-28651624943F Term Agreement RFB 23-093 Overhead/Rollup Doors Maintenance and Repair Services 8. NOTICES All notices shall be in writing and sent by United States mail, certified or registered, with return receipt requested and postage prepaid, or by nationally recognized overnight courier service to the address of the party set forth below. Any such notice shall be deemed given when received by the party to whom it is intended. CONTRACTOR: C&D Industrial Maintenance, LLC. Attn: Thomas Lee Hendon, CEO 2208 58th Avenue East, Bradenton, FL 34203 OWNER: City of Clermont Attn: Brian Bulthuis, City Manager 685 W. Montrose Street, Clermont, FL 34711 9. MISCELLANEOUS 9.1. Attornevs' Fees In the event a suit or action is instituted to enforce or interpret any provision of this Agreement, the prevailing party shall be entitled to recover such sum as the Court may adjudge reasonable as attorneys' fees at trial or on any appeal, in addition to all other sums provided by law. 9.2. Waiver The waiver by the city of breach of any provision of this Agreement shall not be construed or operate as a waiver of any subsequent breach of such provision or of such provision itself and shall in no way affect the enforcement of any other provisions of this Agreement. 9.3. Severability If any provision of this Agreement or the application thereof to any person or circumstance is to any extent invalid or unenforceable, such provision, or part thereof, shall be deleted or modified in such a manner as to make the Agreement valid and enforceable under applicable law, the remainder of this Agreement and the application of such a provision to other persons or circumstances shall be unaffected, and this Agreement shall be valid and enforceable to the fullest extent permitted by applicable law. 9.4. Amendment Except for as otherwise provided herein, this Agreement may not be modified or amended except by an Agreement in writing signed by both parties. 4 DocuSign Envelope ID: 51D3AD36-8CD8-4B16-8AE1-28651624943F Term Agreement RFB 23-093 Overhead/Rollup Doors Maintenance and Repair Services 9.5. Entire Aucement This Agreement including the documents incorporated by reference contains the entire understanding of the parties hereto and supersedes all prior and contemporaneous Agreements between the parties with respect to the performance of services by CONTRACTOR. 9.6. Assiatiment Except in the event of a merger, consolidation, or other change of control pursuant to the sale of all or substantially all of either party's assets, this Agreement is personal to the parties hereto and may not be assigned by CONTRACTOR, in whole or in part, without the prior written consent of the CITY. 9.7. Venue The parties agree that the sole and exclusive venue for any cause of action arising out of this Agreement shall be Lake County, Florida. 9.8. Applicable Law This Agreement and any amendments hereto are executed and delivered in the State of Florida and shall be governed, interpreted, construed, and enforced in accordance with the laws of the State of Florida. 9.9. Public Records The CONTRACTOR expressly understands records associated with this project are public records and agrees to comply with Florida's Public Records law, to include, to: A. Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the services contemplated herein. B. Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and at a cost that does not exceed the cost provided in this Florida's Public Records law or as otherwise provided by law. C. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. D. Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of CONTRACTOR upon the termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. CONTRACTOR shall use reasonable efforts to provide all records stored electronically to the CITY in a format that is compatible with the information technology systems of the CITY. E. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, THE DocuSign Envelope ID: 51D3AD36-8CD8-4B16-8AE1-28651624943F Term Agreement RFB 23-093 Overhead/Rollup Doors Maintenance and Repair Services CONTRACTOR SHALL CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT THE CITY CLERK'S OFFICE, (352) 241-7331. 10. CONTRACT DOCUMENTS The Contract Documents, as listed below are herein made fully a part of this Contract as if herein repeated. Document Precedence: A. This Agreement B. Purchase Order / Notice To Proceed C. An applicable Contractor Quote or Statement of Work D. All documents contained in RFB 23-093 titled Overhead/Rollup Doors Maintenance and Repair Services and CONTRACTOR's response thereto. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this 8th day of September, 2023. CITY OF CLERMONT DocuSigned by: bvial& s DS 534781168A394C8... Brian Bulthuis, City Manager ATTEST: DocuSigned by: Tay Ad,-.,d Haws 3AD7F34905B344A... Tracy Ackroyd Howe, City Clerk 0 DocuSign Envelope ID: 51D3AD36-8CD8-4B16-8AE1-28651624943F C & D INDUSTRIAL MAINTENANCE, LLC. DocuSiigLned by: By: B040D97187C145F... Print Name: Tom Hendon Title: CEO\General Contractor Date: 9/8/2023 DocuSign Envelope ID: 51D3AD36-8CD8-4B16-8AE1-28651624943F d" CLER ONT Choice of Champions SELECTED VENDOR TOTALS EXHIBIT "A" City of Clermont Procurement Services Freddy Suarez, Procurement Services Director 685 W. Montrose Street, Clermont, FL 34711 EVALUATION TABULATION RFB No. RFB 23-093 Overhead/Rollup Doors Maintenance and Repair Services RESPONSE DEADLINE: August 17, 2023 at 2:00 pm Report Generated: Friday, September 1, 2023 C&D Industrial $9,745.00 Maintenance PRICE SECTION 1- ANNUAL INSPECTION COST 1 Fire Station 1— Four (4) panel doors with motorized 4 Quarterly $180.00 $720.00 door openers. 2 Fire Station 2 — Six (6) panel doors with motorized 4 Quarterly $270.00 $1,080.00 openers. 3 Fire Station 3 —Three (3) panel doors with motorized 4 Quarterly $135.00 $540.00 openers. 4 Fire Station 4 — Four (4) roll -up doors with motorized 4 Quarterly $180.00 $720.00 openers. DocuSign Envelope ID: 51D3AD36-8CD8-4B16-8AE1-28651624943F EVALUATION TABULATION RFB No. RFB 23-093 Overhead/Rollup Doors Maintenance and Repair Services 5 Public Works Fleet —Thirteen (13) manual roll up 4 Quarterly $585.00 $2,340.00 doors. 6 Public Works Storage — Eight (8) manual roll up doors. 4 Quarterly $360.00 $1,440.00 7 Public Services Operations Facility - Eighteen (18) 1 Annually $810.00 $810.00 motorized garage doors. 8 Police Department — Four (4) large grille doors. 4 Quarterly $180.00 $720.00 9 Police Department —Three (3) small roll up doors. 1 Annually $135.00 $135.00 10 City Center - Two (2) small counter manual roll up 1 Annually $90.00 $90.00 doors. 11 Rowing Boat House - Three (3) manual roll up doors. 1 Annually $135.00 $135.00 Total $8,730.00 EVALUATION TABULATION Request For Bid - Overhead/Rollup Doors Maintenance and Repair Services Page 2 DocuSign Envelope ID: 51D3AD36-8CD8-4B16-8AE1-28651624943F EVALUATION TABULATION RFB No. RFB 23-093 Overhead/Rollup Doors Maintenance and Repair Services PRICE SECTION 2 - ESTIMATED SERVICE HOURS 12 Regular Hours One Man Crew: Monday— Friday, 7:00 a.m. to 2 Hours $125.00 $250.00 3:00 p.m. 13 After Work Hours One Man Crew: Monday— Friday, 3:01 p.m. 2 Hours $160.00 $320.00 to 6:59 a.m. 14 Weekends / Holidays One Man Crew: 12:00 a.m. to 11:59 p.m. 2 Hours $160.00 $320.00 15 Flat Rate Trip Charge (If any) (Not applicable to additional 1 Hours $125.00 $125.00 responses following the initial response) Total $1,015.00 PERCENT MARKUP EVALUATION TABULATION Request For Bid - Overhead/Rollup Doors Maintenance and Repair Services Page 3 DocuSign Envelope ID: 51D3AD36-8CD8-4B16-8AE1-28651624943F Request For Bid #RFB 23-093 Title: Overhead/Rollup Doors Maintenance and Repair Services 3. SCOPE OF WORK 3.1. Statement of Work Successful respondent shall provide all labor, equipment and tools required to service, repair, or replace as needed mechanical or electrically operated overhead/rollup doors in order to keep doors operating as per manufacturer specifications. All work performed must return mechanical equipment to original manufacturer specifications and performance. Respondents must be capable of repairing all types and sizes of doors listed below to be considered for award. FIRE DEPARTMENT Fire Station 1 — 439 W. Hwy. 50, Clermont, FL • Four (4) panel doors with motorized openers Fire Station 2 — 2200 Hartwood Marsh Road, Clermont, FL • Six (6) panel doors with motorized openers Fire Station 3 — 2155 Legends Way, Clermont, FL Three (3) panel doors with motorized openers Fire Station 4 — 2150 Ray Goodgame, Clermont, FL • Four (4) roll -up doors with motorized openers PUBLIC SERVICES DEPARTMENT Public Works Fleet — 400 12th Street, Clermont, FL Thirteen (13) manual roll up doors Public Works Storage — 400 12th Street, Clermont, FL • Eight (8) manual roll up doors Public Services Operations Facility — 12838 Hancock Road, Clermont, FL • Eighteen (18) motorized garage doors 12 DocuSign Envelope ID: 51D3AD36-8CD8-4B16-8AE1-28651624943F Request For Bid #RFB 23-093 Title: Overhead/Rollup Doors Maintenance and Repair Services POLICE DEPARTMENT Police Department — 3600 S. Highway 27, Clermont, FL • Four (4) large grille doors • Three (3) small roll up doors CITY CENTER City Center - 620 W. Montrose Street, Clermont, FL • Two (2) small counter manual roll up doors ROWING BOAT HOUSE Rowing Boat House - 1050 W. Lake Minneola Street, Clermont, FL • Three (3) manual roll up doors 3.2. Quarterly Preventative Maintenance A. Inspect rollers, hinges, cables, door panels, operator drive chain/belt, electrical connections, reversing switches/relays, counter. B. Lubricate hinges, rollers, operator, operator chain, gear boxes, springs. C. Adjust counterbalance springs, operator limit switches, operator brakes, operator belts, operator clutch, reversing devices. 3.3. Respondent Responsibilities Prior to arrival at each site, the successful respondent shall contact Facilities Management to verify access requirements and escort availability. Upon arrival at each site, the successful respondent shall: A. Check -in with the designated contact person on site or assigned Facilities escort. B. Evaluate the specific materials and labor required to complete the repair. 1. Develop an estimate of the expected cost. 2. Develop an estimate time of completion if parts are not readily available and need to be ordered. 3. Develop potential alternatives, with costs, in case of repair vs. replacements. 13 DocuSign Envelope ID: 51D3AD36-8CD8-4B16-8AE1-28651624943F Request For Bid #RFB 23-093 Title: Overhead/Rollup Doors Maintenance and Repair Services C. Advise Facilities management of the work to be performed and estimated cost of repairs, or obtain approval for additional work. Proceed with work only after receiving authorization. D. Prepare a service call report detailing the work performed and leave copy of report on site. The report shall include time of arrival; time of departure; brief summary of the request; detailed summary of the work performed; summary of any additional work required or recommended. 3.4. Response Time and Work Hours If notified prior to 11:00 A.M., successful respondent shall respond the same day, if possible, and complete the work within normal working hours; OR shall respond by 7:00 A.M. the next working day and complete the work within normal working hours. All work shall be performed during working hours considered Monday through Friday, from 7:00 A.M. to 3:00 P.M. excluding holidays (except emergencies). If notified the work is an emergency, respondent shall respond immediately and continue the work until completed. If repairs cannot be completed during normal work hours, the door or gate shall be secured in the full -open of full -closed position at the direction of the Department. No after work hours work shall be performed without the express authorization of Facilities Management. Any after work hours performed without said express will be paid only regular hourly rates. Successful respondent shall provide and maintain a telephone answering system with twenty- four (24) hour, seven (7) day per week, capable of contacting and dispatching service personnel. A telephone answering machine will not be acceptable. Successful respondent shall provide trained and experienced mechanics. Each mechanic shall be knowledgeable and capable of diagnosing and repairing problems with both electrical and mechanical portions of overhead/rollup doors and automatic gates. 3.5. Contractor Personnel The City shall be provided with a list of all personnel (including supervisory personnel) assigned to the contract. The list shall include the names, emergency telephone numbers. The successful respondent shall be responsible for keeping the list up to date. If requested, resumes and background information will also be provided. The City reserves the right to review for acceptance prior to assignment of personnel to the contract. Any employee responding to a call for service shall be required to be conversant in the English language. All proposed employees shall present a professional appearance, be neat, clean and well groomed; courteous, properly uniformed and conduct themselves in a respectable manner in the performance of the duties and while on City property. In the event the successful respondent wishes to substitute personnel, such personnel shall meet of exceed the qualifications in accordance with the RFB specifications. All personnel will be subject to prior approval by the City. 3.6. Service Charge Labor hours shall be charged on the basis of actual time spent on each job, not on a portal-to- portal basis, and shall be computed to the nearest one -quarter (1/4) hour. The hourly rate 14 DocuSign Envelope ID: 51D3AD36-8CD8-4B16-8AE1-28651624943F Request For Bid #RFB 23-093 Title: Overhead/Rollup Doors Maintenance and Repair Services and/or per call rate shall represent all-inclusive, fixed pricing for any service provided, including direct and indirect labor charges, truck, all necessary equipment, tools, overhead, travel, other expenses, and all applicable to services. All new, replacement, rebuilt, remanufactured parts purchased for repair shall be charged at the actual cost of the parts plus percentage stated in Section C. All parts shall be F.O.B. Destination. All applicable taxes on materials shall be applied after the markup has been added. No additional cost or mark-up shall be applied to the sales tax amount. A copy of the supplier's invoice shall be provided with every invoice for any part costing $50.00 or more. All replacement parts shall be new except when rebuilt or remanufactured parts are the most cost effective and pre -authorized by Facilities Management. Successful respondent shall warrant all labor and materials used in the work for a period of one (1) year after completion of repairs. Service vehicles must be fully stocked with basic materials and standard parts so that response to normal repair call can be accomplished without returning to the shop. 15 DocuSign Envelope ID: 51D3AD36-8CD8-4B16-8AE1-28651624943F S_ CLER _.ONT Choice of Champions -. — City of Clermont Procurement Services Department 685 W. Montrose Street Clermont, FL 34711 VENDOR INFORMATION The following information along with a current W-9 form must be provided to the Procurement Services Department for all new vendors and when current vendors remit information changes. Name of Individual or Business: C&D Industrial Maintenance Contact Person and Title: Tom Hendon CEO Vendor Street Address: 2208 58'th Ave E Vendor City, State, ZIP: Bradenton, Fl, 34203 Vendor Mailing Address (if different from above): Vendor Email Address. Tom@cdindmaint.com Vendor Email Address for Purchase Order (if different from above): Service aecdindmaint.com Phone Number: 833-776-5833 / 256-804-8626 Fax Number: NA Taxpayer Identification Number (include a copy of your W9 form): 83-2737095 Remit to Information (if different from above): Payment Remit to Name: C&D Industrial Maintenance Payment Remit to Address: 2208 58'th Ave E Payment Remit to City, State, ZIP: Bradenton, Fl, 34203 Please return the completed Vendor Information along with the required W-9 form by email to: procurementservices(d).clermontfl.orq For any questions, please call the Procurement Services Department at (352) 241-7350.