HomeMy WebLinkAboutItem 04 Approval of Change Order # 1, Contract B05-15, General Mowing & Landscaping Contract
AGENDA ITEM COVER SHEET
Meeting Date: December 6, 2005
Item # ~
Contact Name:
Contact Number:
Tonya Elliott
6003
Reviewed By:
Department Director:
City Manager:
~Mu
--.....
S
Background Summary:
Change Order #1 to Contract B05-15, General Mowing & Landscaping Contract is for the addition of the Ocoee Crown
Point Parkway right-of-way, to the existing contract. The contract includes mowing, edging, blowing, weed control,
trimming, and pruning of the area as well as a once a year application of mulch for Ocoee Crown Point Parkway (from
Ocoee-Apopka Rd, south side and medians to the end; and on the north side from the canal west to the end). The cost
of Change Order #1 is $350.00 per cycle, plus $2,000 annually for mulching applications. The total estimated annual
cost for this change order is $15,300 ($1,275.00 per month). All other terms of the contract will remain unchanged. A
list of the new location is provided in Exhibit A-I.
Issue:
Approve Change Order #1 to Contract B05-l5, General Mowing & Landscaping Contract?
Recommendations
Staff is requesting City Commission to approve Change Order #1 to contract B05-15, General Mowing &
Landscaping with Markham Woods Landscaping, Inc.
Attachments:
Original Contract B05-l5, Change Order Document for signature and execution, and Exhibit A-I
Financial Impact:
Funds are available from the Department's Contractual Services account.
Type of Item:
D Public Hearing
D Ordinance First Reading
D Ordinance First Reading
D Resolution
D Commission Approval
D Discussion & Direction
For Clerk's Deaf Use:
o Consent Agenda
D Public Hearing
D Regular Agenda
o Original Document/Contract Attached for Execution by City Clerk
o Original Document/Contract Held by Department for Execution
Reviewed by City Attorney
Reviewed by Finance Dept.
Reviewed by ( )
[gI N/A
o N/A
o N/A
City Manager
Robert Frank
Commi!3sioners
i::lllr..Y..lI.ood,J)istrictl
Scott Anderson, Distri,ct 2
Rustv Johnson. District 3
Nancy J. Parker. District 4
l\JnYQr
S..s<;;Qtt..YqnQ~Igrift
STAFF REPORT
TO:
The Honorable Mayor and City Commissioners
FROM:
Tonya Elliott, Assistant Director of Public Works
DATE:
November 17, 2005
RE:
Change Order # 1, Contract B05-15, General Mowing & Landscaping Contract
ISSUE
Should the Honorable Mayor and City Commission approve Change Order #1 to Contract B05-15, General
Mowing & Landscaping Contract?
BACKGROUND/DISCUSSION
Change Order #1 to Contract B05-15, General Mowing & Landscaping Contract is for the addition of the Ocoee
Crown Point Parkway right-of-way, (from Ocoee-Apopka Rd, south side and medians to the end; and on the
north side from the canal west to the end) to the existing contract. The contract includes mowing, edging,
blowing, weed control, trimming, and pruning of the area as well as a once a year application of mulch for
Ocoee Crown Point Parkway. The cost of Change Order #1 is $350.00 per cycle, plus $2,000 annually for
mulching applications. The total estimated annual cost for this change order is $15,300 ($1,275.00 per month).
All other terms of the contract will remain unchanged. A list of the new location is provided in Exhibit A-I.
Funds are available from the Department's Contractual Services account.
RECOMMENDATION
Staff respectfully request City Commission approve Change Order #1 to Contract B05-15 and authorize the
Mayor and City Clerk to execute the Change Order.
CHANGE ORDER #1, CONTRACT B05-15
GENERAL MOWING & LANDSCAPING TERM CONTRACT
This Change Order # 1 is for the purpose of the addition of Ocoee Crown Point Parkway to the existing contract.
This includes mowing, edging, blowing, weed control, trimming, and pruning of the area as well as a once a
year mulch application (from Ocoee-Apopka Rd, south side and medians to the end; and on the north side from
the canal west to the end). The cost of Change Order #1 is $350.00 per cycle, plus $2,000 annually for
mulching applications. The total estimated annual cost for this change order is $15,300 ($1,275.00 per month).
All other terms of the contract will remain unchanged. A list of the new location is provided in Exhibit A-I.
ATTEST:
CITY OF OCOEE, FLORIDA
By:
S. Scott Vandergrift, Mayor
Beth Eikenberry, City Clerk
(SEAL)
FOR USE AND RELIANCE ONLY BY THE
CITY OF OCOEE, FLORIDA;
APPROVED AS TO FORM AND LEGALITY
This day of , 2005
APPROVED BY THE OCOEE CITY
COMMISSION AT A MEETING
HELD ON , 2005
UNDER AGENDA ITEM NO.
FOLEY & LARDNER LLP
By:
City Attorney
EXHIBIT A-1
CHANGE ORDER #1, ~ONTRACT B05-15
GENERAL MOWING & LANDSCAPING TERM CONTRACT
Location Location Limits Acreage
No.
1 Ocoee Crown Point Parkway From Ocoee-Apopka Rd, south side and N/A
medians to the end; and on the north side from
the canal west to the end
FROM :
FAX NO. :407 3021158
Nov. 03 2005 09:29AM P1
.~
I1i
,- 'f
"Ii)
CO/", ~
Markham Woods Landscaping, Inc.
COMMERCIAL - HOA - RESIDENTIAL - DESIGN -INSTALLATION
28748 CR 46A
Sorrento, FL 32176
407-302.0059
Fa.x407-3Q2-11S8
November 3, 2005
VIA FAX
1 Pages
407-905-3176
PROPOSAL
Mr. R. Dartel Dees
Sanitation Supervisor
City of Ocoee
301 Maguire Road
Ococc, FL 34761
Re: Ocoee Crown Point Parkway (Canal west to Dead End)
Dear Dacrel,
The following is our proposal for the above area:
Mow. edge. blow. weed control, trim lit. pnme:
$ 350.00 per cycle/cut
. $2,000.00 per application
Mulch: 50 cubic yards @ $40.00 per cu yd:
With this area being floratamlst. augustine we recommend servicing on the following basis:
March - October: Every week
October - February: Every other week
{fyou have any questions. please call Dave Mason or myself.
Sincerely.
Q
Darrell D. J
Mavor
S. Scott Vandergrift
center of Good L' .
<\.~e It>l~
Commissioners
Gary Hood, District 1
Scott Anderson, District 2
Rusty Johnson, District 3
Nancy J. Parker, District 4
Citv Manager
Robert Frank
NOTICE TO PROCEED
Dated: November 16. 2005
MARKHAM WOODS LANDSCAPING. INC. is hereby directed to proceed with work on
( Contractor)
B05-15 GENERAL MOWING & LANDSCAPING TERM CONTRACT
(project)
for the City of Ocoee.
(Owner)
The date of commencement is established as of December 1. 2005.
THE CITY OF OCOEE
By:
Attachments: Contract
Cashier's Check
cc: Bob Zaitooni, Public Works Director
City ofOcoee. 150 N Lakeshore Drive. Ocoee, Florida 34761
phone: (407) 905-3100. fax: (407) 656-8504. www.ci.ocoee.fl.us
AGREEMENT FOR
GENERAL MOWING & LANDSCAPING TERM CONTRACT
THIS AGREEMENT FOR GENERAL MOWING &. LANDSCAPING TERM
CONTRACT (this "Agreement") is made this lSni. day of ~ 2005, by and between
the CITY OF OCOEE, a Florida municipal corporation, whose mailing address is 150 North
Lakeshore Drive, Ocoee, Florida 34761 (hereinafter referred to as the "City") and Markham
Woods Landscaping, Inc. , a Florida corporation, whose ma.iling address is 28748 CR 46A,
Sorrento, FL 32776 (hereinafter referred to as the "Contractor").
WIT N E SSE T H:
WHEREAS, the City desires to enter into an Agreement with the Contractor to perform the
work set forth in that certain Invitation to Bid #B05-15 (the "Work"), and any amendments
thereto being attached hereto as Exhibit "A"; and
WHEREAS, the Contractor is capable of performing the Work and agrees to perform the Work
pursuant to the terms of this Agreement, and for the amounts specified in the Contractor's Bid,
the Contractor's Bid and any amendments thereto being attached hereto as Exhibit "B".
NOW THEREFORE, in consideration of the premises and other good and valuable
considerations exchanged between the parties hereto, the receipt and sufficiency of which is
hereby acknowledged, the parties hereto agree as follows:
Section 1. Scope of Agreement. The terms and conditions of Exhibit "A attached hereto as well
as the terms and conditions of Exhibit "B" attached hereto are incorporated by reference herein
as fully as if herein set forth. Unless otherwise specified herein, the Contractor is to furnish all
materials, tools, equipment, labor, supervision, and consumables to complete the Work.
Section 2. Term of Agreement. This Agreement shall consist of three (3) consecutive one (1)
year terms, with the first one (1) year term beginning on December 1. 2005 (the "Effective
Date").
Section 3. Compensation. Contractor agrees to provide the services and materials as specified
in Exhibit "A" for the amount specified in Exhibit "B". The amount as specified in Exhibit "B"
may be increased or decreased by the City under the Extra Work provision of this Agreement,
through the issuance of an Addendum, if applicable. Any prices specified in this Agreement,
will remain firm for the initial one (1) year term of this Agreement. After the initial one (I) year
term of this Agreement, price adjustments will be allowed pursuant to the Price Adjustment
provision of this Agreement.
Section 4. Payment. All invoices received by the City are payable within (30) days from
receipt, provided they have first been approved by the City, and the City has accepted the Work
for which payment is sought. The City reserves the right, with justification, to partially pay any
invoice submitted by the Contractor. All invoices shall be in duplicate and directed to: City of
Ocoee, Accounts Payable, 150 North Lakeshore Drive, Ocoee, Florida 34761-2258. All invoices
must be clearly marked: City Agreement #B05-15, General Mowing & Landscaping Term
Contract.
BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT
34
Section 5.
General Conditions.
A. Patents and Copyrights. The Contractor shall pay all royalties and assume all costs
arising from the use of any invention, design, process, materials, equipment, product or
device in performance of the Work, which is the subject of patent rights or copyrights.
Contractor shall, at its own expense, hold harmless and defend the City against any claim,
suit or proceeding brought against the City which is based upon a claim, whether rightful
or otherwise, that the Work, or any part thereof, furnished under this Agreement,
constitutes an infringement of any patent or copyright of the United States. The
Contractor shall pay all damages and costs awarded against the City.
B. Termination for Default.
1) The performance of Work under this Agreement may be terminated by the City, in whole
or in part, in writing, whenever the City shall determine that the Contractor has failed to
meet the performance requirements of this Agreement.
2) The City has a right to terminate for default if the Contractor fails to perform the Work,
or if the Contractor fails to perform the Work within the time specified in the Agreement,
or if the Contractor fails to perform any other provisions of the Agreement. .
3) Failure of a Contractor to perform the required Work within the time specified, or within
a reasonable time as determined by the City or failure to redo the Work when so
requested, immediately or as directed by the City, shall constitute authority for the City to
hire another contractor to perform the Work. In all such cases, the Contractor or his
surety, shall reimburse the City, within a reasonable time specified by the City, for any
expense incurred in excess of the Agreement prices.
4) Should public necessity demand it, the City reserves the right to utilize services which are
substandard in quality, subject to an adjustment in price to be determined by the City.
The Contractor shall not be liable for any excess costs if acceptable evidence has been
submitted to the City that failure to perform the Work was due to causes beyond the
control and without the fault or negligence of the Contractor.
5) Termination for Convenience. The City may terminate this Agreement at its convenience
with thirty (30) days advance written notice to the Contractor. In the event of such a
termination by the City, the City shall be liable for the payment of all Work properly
performed prior to the effective date of termination and for all portions of materials,
supplies, services, and facility orders which cannot be cancelled and were placed prior to
the effective date of termination and other reasonable costs associated with the
termination.
c. Warranty. The Contractor warrants that the Work including equipment and materials
provided shall conform to professional standards of care and practice in-effect at the time
the Work is performed, be of the highest quality, and be free from all faults, defects or
errors. If the Contractor is notified in writing of a fault, deficiency or error in the Work
provided within one (1) year from completion of the Work, the Contractor shall, at the
City's option, either redo such portions of the Work to correct such fault, defect or error,
at no additional cost to the City or refund to the City the charge paid by the City which is
attributable to such portions of the faulty, defective or erroneous Work, including the
costs for obtaining another Contractor to redo the Work.
BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT
35
ALL MATERIALS PROVIDED BY THE CONTRACTOR, SHALL BE
MERCHANTABLE AND BE FIT FOR THE PURPOSE INTENDED.
THE CONTRACTOR SHALL BE
INCIDENTAL OR CONSEQUENTIAL
RESULTING FROM ANY WORK
AGREEMENT.
LIABLE FOR SECONDARY,
DAMAGES OF ANY NATURE
PERFORMED UNDER THIS
D. Time of Completion. The parties understand and agree that time is of the essence in the
performance of this Agreement. The Contractor agrees that all Work shall be performed
regularly, diligently, and uninterrupted within the time specified. The Contractor or City,
respectively, shall not be liable for any loss or damage, resulting from any delay or
failure to perform its contractual obligations within the time specified, due to acts of God,
actions or regulations by any governmental entity or representative, strikes or other labor
trouble, fire, embargoes, or other transportation delays, damage to or destruction in whole
or in part, of equipment or manufacturing plant, lack of or ability to obtain raw materials,
labor, fuel or supplies for any reason including default of suppliers, or any other causes,
contingencies or circumstances not subject to the Contractor's or City's control,
respectively, whether of a similar or dissimilar nature, which prevent or hinder the
performance of the Contractor's or City's contractual obligations, respectively. Any such
causes of delay shall extend the time of the Contractor's or City's performance
respectively, by the length of the delays occasioned thereby, including delays reasonably
incident to the resumption of normal Work schedules. However, under such
circumstances as described herein, the City may at its discretion, cancel this Agreement
for the convenience of the City.
E. Indemnification. To the fullest extent provided by law, Contractor shall indemnify,
defend and hold harmless the City and all of its officers, agents and employees from all
claims, loss, damage, cost, charges or expense including, but not limited to reasonable
attorneys' fees, to the extent caused by the negligence, recklessness or intentional
wrongful misconduct of Contractor, its agents, employees, or subcontractors during the
performance of the Agreement. The City shall use its best efforts to promptly notify the
Contractor in writing of any Claims and shall provide the Contractor with information
regarding the Claims as the Contractor may reasonably request, but the failure to give
such notice or provide such information shall not diminish the obligations of the
Contractor under this Section. No Claims whatsoever shall be made or asserted against
the City by the Contractor for or on account of anything done or as a result of anything
done or omitted to be done in connection with this Agreement.
BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT
36
F. Correction of Work. The Contractor shall promptly correct all Work rej ected by the City
as faulty, defective, or failing to conform to this Agreement whether observed before or
after substantial completion of the Work. The Contractor shall bear all costs of correcting
such rejected Work. In the event that Contractor fails to timely mow or otherwise
maintain a portion of the work, then the City, at its sole discretion and without waiving
any other rights or remedies under this Agreement, may deduct from any amounts due
under this Agreement, the actual cost paid by the City to a third party to perform the
work. If the City performs such work with its own personnel then the City may deduct
from any amounts due under this Agreement such amount equal to what the Contractor
would have charged for doing the work, plus 15% of such amount.
G. Right to Audit Records. The City shall be entitled to audit the books and records of the
Contractor or any sub-contractor to the extent that such books and records relate to the
performance of this Agreement or any sub-contract to this Agreement. Such books and
records shall be maintained by the Contractor for a period of three (3) years from the date
of final payment under this Agreement and by the sub-contractor for a period of three (3)
years from the date of final payment under the sub-contract unless a shorter period is
otherwise authorized in writing.
H. Information. All information, data, designs, plans, drawings, and specifications furnished
to or developed for the City by the Contractor or its employees, pursuant to this
Agreement, shall be the sole property of the City and all rights therein are reserved by the
City, except that the Contractor may disclose any such information to its corporate
affiliates and their agents.
1. Safety Measures. The Contractor shall take all necessary precautions for the safety of the
City's and Contractor's employees and the general public and shall erect and properly
maintain at all times all necessary vehicular and facility safeguards for the protection of
the workers and public. If necessary, the Contractor shall post signs warning against
hazards in and around the work site.
J. Extra Work. The City, without invalidating this Agreement, may order changes in the
Work within the general scope of this Agreement consisting of additions, deletions, or
other revisions, the Agreement price and time being adjusted accordingly. All such
changes in the Work shall be authorized by a written Addendum to this Agreement, and
shall be executed under the applicable conditions of the Agreement.
K. Price Adjustments. For the second and third one (1) year terms of this Agreement, the
contract prices will be automatically adjusted up 3% upon each renewal. If the
Contractor proposes to make a price adjustment higher than 3%, the Contractor shall first
give the City written notice thereof, with explanations stated for the price adjustment, and
such notice shall be given at least one hundred-twenty (120) calendar days prior to the
one (1) year term for which the price adjustment is sought. Nothing contained herein
shall affect the City's right to terminate this Agreement for Convenience as provided
herein.
1. Familiarity With The Work. The Contractor by executing this Agreement, acknowledges
full understanding of the extent and character of the Work required and the conditions
surrounding the performance thereof. The City will not be responsible for any alleged
misunderstanding of the Work to be furnished or completed, or any misunderstanding of
conditions surrounding the performance thereof. It is understood that the execution of
BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 37
this Agreement by the Contractor serves as the Contractor's stated commitment to fulfill
all the conditions referred to in this Agreement.
Section 6. Miscellaneous Provisions.
A. The Contractor shall not employ subcontractors without the advance written permission of
the City.
B. Assignment of this Agreement shall not be made without the advance written consent of the
City.
C. The Contractor shall comply with all applicable federal, state and local laws, ordinances,
rules and regulations pertaining to the performance of Work under this Agreement.
D. No waiver, alterations, consent or modification of any of the provisions of this Agreement
shall be binding unless in writing and signed by the City.
E. The Contractor is to procure all permits, licenses, and certificates, or any such approvals of
plans or specifications as may be required by federal, state and local laws, ordinances, rules, and
regulations, for the proper execution and completion of the Work under this Agreement.
F. The Contractor shall at all times, keep the Work area free from accumulation of waste
materials or rubbish caused by its operations, and promptly remove any such materials to an
approved disposal location.
G. The Contractor is responsible for all damage or loss by fire, theft or otherwise, to materials,
tools, equipment, and consumables, left on City property by the Contractor.
H. This Agreement is considered a non-exclusive Agreement between the parties.
1. This Agreement is deemed to be under and shall be governed by, and construed according to,
the laws of the State of Florida.
J. Any litigation arising out of this Agreement shall be had in the Courts of Orange County,
Florida.
K. The undersigned hereby certify that this Agreement is made without prior understanding,
agreement or connection with any corporation, firm or person who submitted bids for the Work
covered by this Agreement and is in all respects fair and without collusion or fraud. As to
Contractor, the undersigned hereby warrants and certifies that it is authorized to enter into this
Agreement and to execute same on behalf of the Contractor as the act of the said Contractor.
L. This Agreement, including Exhibit "A" and Exhibit "B", contains all the terms and conditions
agreed upon by the parties. No other agreements, oral or otherwise, regarding the subject matter
of this Agreement shall be deemed to exist or to bind either party hereto.
BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT
38
IN WITNESS WHEREOF, Contractor and the City have caused this Agreement to be executed
by their duly authorized officers as of the day and year first above written.
;{/tYV
Print Name: tJ,....~"tfll- rn e'lt.~
CONTRACTOR:
Markham Woods Landscaping, Inc.,
a Florida c~o)Jrn
By: ~
Name: O~,,'1;f' (t1 ic.(""'-
Title: ' pJ /'ej';.tP'e,./f-
,
(SEAL)
STATE OF FLORIDA .
COUNTYOF~I()~\C
~_ Th~ fo~g instrument was acknowledged before me this It.f' day ofrJl~5
by J.X,lU l c\ .~ as of...... , a
Florida corporation, on behalf of the corporation. @/she [g1S personally known to me, or 0 has
produced as identification.
9'-y ~CI.o.
~~"<f.
~oFf..i
Notary Public Slale of Florida
Cindy Miller
My Commission DD409959
Expires 03/22/2009
BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT
39
CITY:
CITY OF OCOEE,
a Florida municipal corpor tion
-.:>
"(
By:
.~
Attest:
, (SEAL)
FOR USE AND RELIANCE ONLY BY
THE CITY OF OCOEE, FLORIDA;
APPROVED AS TO FO..B1'1 AND
LEGALITY this ~ day of
{\J JJ4.t\ btr , 2005.
APPROVED BY THE OCOEE CITY
COMMISSION AT A MEETING
HELD ON J\}J\fVnbr lSi005
UNDER AGENDA ITEM NO. A-
FOLEY;9 LARDN;c;::JiJ
By: l!~
City Attorney
STATE OF FLORIDA
COUNTY OF ORANGE
I HEREBY CERTIFY that on this day, before me, an officer duly authorized in the State and
County aforesaid to take acknowledgments, personally appeared S. Scott Vandergrift and Beth
Eikenberry well known to me to be the Mayor and City Clerk, respectively, of the CITY OF OCOEE, a
Florida municipal corporation, and that they severally acknowledged executing the same in the presence
of two subscribing witnesses freely and voluntarily under authority duly vested in them by said
municipality. They are personally known to me.
WITNESS my hand and official seal in the County and State last aforesaid this ~ day of
N 6 v'eMW' ,2005.
Signature :k~~
HO~Lock
Name of Notary ( ype , Pnnted or Stamped)
Commission Number (if not legible on seal):
My Commission Expires (if not legible on seal):
BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT
40
.~
.ai
Markham Woods Landscaping, Inc.
COMMERCIAL - HOA - RESIDENTIAL - DESIGN - INSTALLATION
28748 CR 46A
Sorrento. FL 32776
407-302-0059
Fa'{ 407-302-1158
October 18, 2005
City of Ocoee
Finance Department
Attention: Purchasing Agent
150 N. Lakeshore Drive
Ocoee, FL 34761
Re: Bid #: B05-15
General Mowing & Landscaping Term Contract
Bid Opening: 10/18/05,2:00 PM
To Whom It May Concern:
Weare please to present the attached bid for the City of Ocoee. Markham Woods
Landscaping, Inc. is a corporation and therefore we are providing the following
information regarding officers, directors and anyone holding 10% or more of stock in the
corporation:
David C. Mason, President & Treasurer (Co-Owner)
28748 CR 46A
Sorrento, FL 32776
Kenneth S. Munitz, Vice President & Secretary (Co-Owner)
28748 CR 46A
Sorrento, FL 32776
If successful in this bid opportunity, we will strive to provide the services required in a
professional manner with results being equal to or greater than expected.
S~'.. cerely, .
if
V
David C. Mason
President
Bid #B05-15 COMPANY INFORMATION/SIGNATURE SHEET
FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION
OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND
ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORKIBID
FORM" ARE ACCURATE AND WITHOUT COLLUSION.
Markham woorls LandR~~ping, Inc.
COMPANY NAME
407-832-3760
TELEPHONE (INCLUDE AREA CODE)
352-383-0694
FAX (INCLUDE AREA CODE)
mwlin~orpor~rpd@~nl ~nm
E-MAIL ADDRESS
IF REMITTANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
David C. Mason t President
NAMEITITLE (pLEASE PRINT)
28748 CR 46A
STREET ADDRESS
Sorrento, FL 32776
CITY STATE ZIP
FEDERAL ill # 59 - 3 5 3 6 3 9 6
_Individual ~ Corporation _Partnership _Other (Specify)
Sworn to and subscnbed befure me this ~f ~n
,2005.
~' or
d Identification
-
Notary Public - Stat~
coun~of~ ~~
Signature of Notary Public .
l '-"'"'''' KAREN SUE SEAL
""m~'Rr Put//,., ......an.t PubIlc. State of FIoridlI
, ,,~. ..:!'~ ._,
· r · . E My Commission Expires Oct 7. 2009
· ~~. 7s1..i CommisSiOn' DO 474541
"'~:~ OF f\JJlJl
,'........' Bonded By National NoIary Alan.
.....
Printed, typed or stamped
Commissioned name of Notary Public
-
BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT
27
T~~~~heck h~~Mll'UAckQroun~;9~ whl~8~~el~some 01 the secu~~ leatwn,on this Idocumep~8~l\<lr~~t~r ark. MlcroP~'ilUI~e line. and.a hOI?~'8eW&lIJlIJlamD: absence o~\!JEt"J~'lWes,willlfldlcate aJ3~'i;<ikAM
, Fort STRIP FOIL SJRrp FOIL STRIP 'If. FOIL sTR' "! IL STRIP , FO&;STRIP . FOIL STRIP FOIL STRIP
,hp HQ OGRAM FOIL ~T IP HOLOG,(fAM ~OIL STRIP HOLOI~RAM llSTRIP HOL.OG" II" ~OIL STRI~ I \LOGRAM FO-;L STRIP HO OGR~ FOIL STRIP HOLOGRAM 1=0lL MRIP HOLOGRAM FOIL STRIP
\III~ SUNTRusr-
64-79/611
Official Check
2139017454
Purchaser
. - . .
.- . ..
Markham Woods
Date
, '. .'1 ~0609
InitialS type
2q~opo
en er
Oct. 18,2005
$ **1,000.00**
PAY
':.~~
..
"
,... ('1 ^ to", ..t<, ~v .~"', .~"
~J. r~ ,,\ :~ ~. ! ~,Ji :;!'~+. .~,~, .>~, ~.
"~ . l\;,tt' Ii'Ji ",.jI "".
I
City of Ocoee
I
$unTrust Banks, Inc. by its Authorized Agen:tD
nTrust Ba,(lk
$nCU'I(y
Fc,!!'~r~'~
DAlalls 0"
8a~".
To the
Order
of
L
-1
U \.1~Ai'
"~-- -"------~---~.._-- .~- ----- ------ -- -
Payable at SunTrust Bank
III 2 1. j g 0 ~ ? La 5 La 1\1 I: 0 b 1. 1. DO? 11 0 I: ? 0 1. 11 0 1. g 1111 b 1\1
BID FORM
BID B05-15-GENERAL MOWING & LANDSCAPING TERM CONTRACT
Location Responsible Operation Monthly Annual
m Location Denartment Reauired Price Price
1 Fire Station 1 Fire Landscape
Maintenance $ 172 $2,064
2 Fire Station 2 Fire Landscape
Maintenance $ 172 $2.064
3 Fire Station 3 Fire Landscape
Maintenance $ 172 $2,064
4 Pond 1 Public Works Mowing
$ 114 $1 ,368
5 Pond 2 Public Works Mowing
$ 57 $ 684
6 Pond 3 Public Works Mowing
$ 29 1$ 348
7 Pond 4 Public Works Mowing
$ 86 S,1 032
8 Pond 5 Public Works Mowing
~ 57 !I: h8lt
9 Pond 6 Public Works Mowing
$ 114 ~1,368
10 Pond 7 and area between pond & lake, Public Works Mowing
area between pond and homes let 8h II: 1 n1?
11 Pond 8 Public Works Mowing
1$ 57 It 684
12 Pond 9 Public Works Mowing
1$ 57 h8lt
13 Pond 10 Public Works Mowing
$ 57 ~ 684
14 Pond 11 Public Works Mowing
$ 86 $1,032
15 Pond 12 Public Works Mowing
$ 57 $ 684
16 Pond 13 Public Works Mowing
~ 29 1$ 148
17 Pond 14 Public Works Mowing
~ 8h 1<1:1 n~?
18 Pond 15 Public Works Mowing
-..- -- --. - -- ------------ --- --- - "-- - . ..- . ~ -- -- . - _.. - u. _ _. _ __ _ . . ..- - --.. .cr- .. -~.o-.kt. ~_AO_
19 Pond 16 Public Works Mowing
$ 29 $ 338
20 Pond 17 Public Works Mowing
$ 57 S 684
21 Pond 18 Public Works Mowing
$ 86 ~1.032
22 Pond 19 Public Works Mowing
$ 29 !l' 148
23 Pond 20 Public Works Mowing
let ?Q ~ ~LlA
24 Pond 21 Public Works Mowing
$ 57 a; 684
25 Pond 22 Public Works Mowing II -ill
$1 ,368
!)
9l
23
BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT
Location Location Responsible Operation Monthly Annual
ID Department Required Price Price
26 Pond 23 Public Works Mowing
ct. ?Q ct. ":tL1.~
27 Pond 24 Public Works Mowing
<<I: 29 $ 348
28 Pond 25 Public Works Mowing
$ 86 $1,032
29 Pond 26 Public Works Mowing
$ 29 $ 348
30 Pond 27 Public Works Mowing
$ 29 $ 348
31 Pond 28 Public Works Mowing
<<I: r:,7 <<I: flRA.
32 Pond 29 Public Works Mowing
$ 29 $ 348
33 Pond 30 Public Works Mowing
$ 29 $ 348
34 Pond 31 Public Works Mowing
$ 29 $ 348
35 Pond 32 Public Works Mowing
$ S7 $ fiR4
36 Pond 35 Public Works Mowing
$ 29 $ 348
37 Pond 36 Public Works Mowing
ct. r:,7 <<I: hRLt
38 Pond 37 Public Works Mowing
$ 57 $ 684
39 Pond 38 Public Works Mowing
$ 29 $ 348
40 Pond 39 Public Works Mowing
<<I: ?q 1<<1: ~A.R
41 Pond 40 Public Works Mowing
$ 57 1$ 684
42 Pond 41 Public Works Mowing
$ 29 1$ 348
43 Pond 42 Public Works Mowing
$ 29 $ 348
44 Pond 43 Public Works Mowing
- - --- _.'. - - -- - - ...-. - -."- _._-- ... -- - -- - -- - - - - - --- --- ---.. . ------- ---.-- --.--.--- -- -.------ !l;-/q- I!l: ----'-LtR--
45 Pond 44 Public Works Mowing
$ 114 $1 032
46 Pond 45 Public Works Mowing
$ 57 $ 684
47 Pond 46 Public Works Mowing
$ 57 $ 684
48 Pond 47 Public Works Mowing
$ 57 $ 684
49 Pond 48 Public Works Mowing
$ 29 $ 348
50 Pond 49 Public Works Mowing
$ 29 $ 348
51 Pond 50 Public Works Mowing
<<I: ?q <<I: 1A.R
BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT
24
Location Location Responsible Operation Monthly Annual
ill Deoartment Reauired Price Price
52 Pond 51 Public Works Mowing
$ 29 $ 348
53 Pond 52 Public Works Mowing
$ 29 $ 348
54 Pond 53A Public Works Mowing
!t 29 !t 348
55 Pond 53B Public Works Mowing
C\: r:.7 I C\: hR4
56 Pond 54 Public Works Mowing
<l: ')0 <l: ~4R
57 Pond 56 Public Works Mowing
C\: 57 !t 684
58 Pond 57 Public Works Mowing
!t 114 !t1-032
59 Pond 58 Public Works Mowing
!t 57 et 684
60 Pond 59 Public Works Mowing
<l: 1:;'7 <l: &;RA
61 Pond 60 Public Works Mowing
C\: 29 C\: 348
62 Pond 61 Public Works Mowing
C\: r::,7 et fi84
63 Pond 62 Public Works Mowing
<l: 1:;'7 <l: &;RA
64 Pond 63 Public Works Mowing
et 57 C\: 684
65 Pond - Fire Station #1 Public Works Mowing
cr ')0 <l: ~4R
66 Pond - Thornebrooke Public Works Mowing
et 57 et fi84
67 FDOT l-SR 438 at Silver Bend Blvd. Public Works Mowing
et 29 let 348
68 FDOT 2-SR 438 at Silver Bend Blvd. Public Works Mowing
<l: ?O <l: ':l.4R
69 FDOT 3-SR 438 at Johio Shores Public Works Mowing
et 29 et 348
70 Goodman-Kane Pond on Clarke Road Public Works Mowing
C\: ?Cl C\: ~4R
.. 7T - r:ot~ 2Ul N:131iifora - .. - --. - ... . Vti6f1c W 000 . Mowmg-. - . ._-c-_ . ._ . - -- . -- ~ - -"-" _.- .
<l: ')0 <l: ":lAR
72 Lot-2 E. McKey Public Works Mowing
C\: ?Cl C\: ~4R
73 Lots-20&28 E. McKey Public Works Mowing
!t 29 !t 348
74 Lot-13 1 N. Cumberland Public Works Mowing
<l: ')0 <l: ~ll.R
75 Public Works Complex at 301 Maguire Public Works Mowing
<l: r::,7 C\: hR4
76 Lake Lily Drain Well on Old Winter Public Works Mowing
Garden Road C\: r:.7 <l: hR4
77 City Hall Complex-City Hall, Police Parks Landscape
station, Community Center, Maguire Maintenance $2,577 30,924
House, Water Park, Starke Lake Park
BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT
25
Location Location Responsible Operation Monthly Annual
ill Department Reouired Price Price
78 Ocoee Cemetery Parks Landscape
Maintenance It 71n IltA t;'Jn
79 Woman's Club Parks Mowing
<t 17? l<t? ()f;4
80 Clarke Road Medians, SR 50 to SR 438 Parks Landscape
Maintenance It t;R1 I Itf; 07')
81 Maguire Road Medians, from Turnpike to Parks Landscape
City Limit Maintenance g; 729 19;8.748
82 Silver Star Road Medians, Clarke Road Parks Landscape
east to City limit Maintenance <t 440 19;5 .280
83 Little League Field Parking Lot Parks - Mowing
<t 114 jG;1,3fiR
84 Forest Oaks Water Plant Public Utilities Mowing
<t r::,7 Ig; fiR4
85 Wastewater Treatment Plant Public Utilities Mowing
$ 29 $ 348
86 Jamela Water Treatment Plant Public Utilities Mowing
g; r::,7 g; fiR4
87 South Water Plant- Maguire Road Public Utilities Mowing
<t ~7 <t f;R4
88 Lot-40 1 Kissimmee Avenue Public Utilities Mowing
It ?O <t ~4R
89 Lot-Old Wastewater Plant on Sleepy Public Utilities Mowing
Harbour ct ')0 It -::t4R
90 Spray Field on Montgomery Avenue Public Utilities Mowing
It ~7 <t fiR4
91 Reclaim Water Plant- 932 Maguire Road Public Utilities Mowing
<t 57 g; fiR4
92 Ponds A & B at Wastewater Plant Public Utilities Mowing
g; 57 $ 684
93 Areas outside wastewater plant Public Utilities Mowing
<t 79 <t ~4R
94 Rib Site (2 ponds) at Golf Course Public Utilities Mowing
<I: r::,7 g; fiR4
95 Utility Easements (various locations) Public Utilities Mowing
approximately 2.75 acres total (10' x ~ 325
12,000') on an as-needed basis a; 007 cu t 19; 3 900
96 Pump Station at 2687 S. Maguire Road Public Utilities Mowing
<t 29 IG; 34R
--.-.-- - - - _______._____..______ _____. _______.___..__._ ______n___.__.___ ____.__.._ ___ .. - - . - ..---.. - - - -- - T ota1- AnItU:al--Bid - --$--- ------
(Items 1 - 96) 121 1 flR
Company Name: Markham Woods Landscaping, Inc
fruvl C-, lul ~--
'JJ
," ~t'
Signature:
Print Name:
David C_ M<'lson
Title:
President
Date: 10/18/05
.x
BID B05-15, GENERAL MOWING & LANDSCAPING TElU
20. LIST OF SUBCONTRACTORS:
SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY
NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE #:
FF.R'l'TT.T7.A'l'TON
Heron Pest ~ontrol,' Tnc
17.7.1:) RArnAt nrivA, ~llitA 141:)
T.nnCj1oJoo(l, FT. 32750
Federal 1D No_" 01 0613095
Cont3.ct ParDon: st{ipTQrl OkrolEi
407-331-6001
(Attach additional sheets if necessary)
The respondent certifies that the respondent has investigated each
subcontractor/temporary worker agency listed and has received and has in the
respondent's files evidence that each subcontractor/temporary worker agency maintains a
fully-equipped organization capable, technically and financially, of performing the
pertinent work and that the subcontractor/temporary agency has done similar work in a
satisfactory manner. It is further acknowledged by the contractor that any CHANGE
or OMISSIONS in the subcontractors listed above shall require the City of Ocoee's
approval before any work shall commence by the additional subcontractor on this
project.
21. EQUIPMENT LISTING:
Please list year, make & model of all equipment that will be used on City of Ocoee
properties, including whether owned or leased. If leased please provide name of lessor.
~AA nttnr.hAn l~iting
BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT
17
MARKHAM WOODS LANDSCAPING, INC.
EQUIPMENT LISTING
Equipment Year Make Model leased or
Owned
Truck 2001 Ford F-150 Owned
Trailer 2000 Weld-Rite 181 Duel Axel Owned
Mower 2000 Taro 52" 0 Turn Owned
Mower 36" Walk Behind Owned
Edger 2004 Echo Owned
Edger 2003 Echo Owned
String Trimmer 2004 Echo Owned
String Trimmer 2004 Echo Owned
Blower 2004 Echo Owned
Blower 2003 Echo Owned
Hedge Trimmer 2003 Echo Owned
Hwdge Trimmer 2003 Echo Owned
Spray Tank 2003 Lasco 15 Gal. Owned
22. REFERENCES/EXPERIENCE OF RESPONDENT WITH
SIMILAR WORK
The Respondent shall complete the following blanks regarding experience with similar
type of work, INCLUDE AT LEAST THREE (3) MUNICIPAL GOVERNMENT
REFERENCES. Respondent must demonstrate ability to perform services of similar
complexity, nature, and size of this project within past three years.
DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS/
TELPHONE NUMBER/EMAIL ADDRESS/NAME 'OF CONTACT
See attached reference lsit and contract explanation
Have you any similar work in progress at this time? Yes....x... No _' Length of time in
business 7 years (1/1/98)
Bank or other financial references: SunTrust Bank. Lake Marv. FL Branch
(Attach additional sheets if necessary)
23. SUMMARY OF LITIGATION:
Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or
against the respondent in the past five (5) years which is related to the services that the
respondent provides in the regular course of business. The summary shall state the nature
of the litigation, claim, or contact dispute, a brief description of the case, the outcome or
projected outcome, and the monetary amounts involved. If none, please so state.
None
24. ACKNOWLEDGEMENT OF ADDENDA:
Bidder acknowledges receipt of the following addenda:
NO.ONE (1)
No. TWO (2)
No.
No.
No.
Dated Octobert 7. 2005
Dated October 10, 2005
Dated
Dated
Dated
BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT
18
MARKHAM WOODS LANDSCAPING, INC.
REFERENCE LIST
Date of Amount Client Telephone # E-Mail Address Contact
Contract
4/1/05 to $69,303/yr City of Ocoee 407-905-3170 ddees@ci.ocoee.fl.us R. Darrel Dees
present 301 Maguire Rd
Ocoee, FL 34761
1 0/9/03 $10,000 City of Lake Mary 407-324-3053 Iqehr@lakemarvfl,com Bill Carrico
& 3/30/04 $34,000 100 N. Country Club Rd
Lake Mary, FL 32746
2/1/04 to $140,OOO/yr City of Longwood 407-260-3449 c. renfro@ci.lonqwood.fl.us Debra Renfro
2/7/05 180 E. Warren
Longwood, FL 32750
7/1/02 to $51,OOO/yr Chase Townhomes HOA 407-493-8247 bforbis@sentrvmqtcom Beverly Forbis
present 200 Brightview Ave
Sanford, MI 32772
1/1/01 to $41,500/yr Woodbridge Lakes HOA 407-647-2622 abrackin@smcocf.com Andrea Brackin
present Rinehart Rd
Lake Mary, FL 32746
1/1/99 to $30,500/yr Manderley HOA 407 -64 7-2622 avandervliet@smcocf.com Amanda Vander
present 100 Manderley Run Vliet
Lake Mary, FL 32746
* Note: See attached explanation of each of the above contracts
MARKHAM WOODS LANDSCAPING, INC.
REFERENCE LIST - EXPLANATION
City of Ocoee:
City wide right of way maintenance on State and City streets
City of Lake Marv:
Two separate contracts for installing landscape material and building rest stations
along the Rinehart Road trail.
City of Lonewood:
Landscape maintenance of roadways and storm-water areas. Same services as the
City of Ocoee has outlined in the Invitation to Bid.
Chase Townhomes HOA:
Landscape maintenance of all common areas to include the front entrance.
Mowing, trimming, edging, trash pick up, blowing, and weed control services are
performed along the streets within the community.
W oodbridl!:e Lakes HOA:
Same services that are provided to Chase Townhomes.
Manderlev HOA:
Same services as Chase and Woodbridge.
October 7, 2005
ADDENDUM NO: ONE (1)
CITY OF OCOEE
BID #B05-15
GENERAL MOWING & LANDSCAPING TERM CONTRACT
This addendum shall modify and become a part of the original Bid Documents for the general
mowing and landscaping term contract bid. This addendum is a result of questions received from
Servello & Son, Inc. and Florida Outdoor Impressions. Clarifications and/or Changes to the bid
documents are as follows:
Servello & Son. Inc.:
Question(s):
Page 21 Item 8 Standards:
(h) Pruning - this statement may be interpreted to include all tree pruning, without regard to
height or type of tree. Typical bids will place a height limitation on tree pruning within the scope
of services.
(1) Fertilization - does not include turf areas, is this omission intentional?
(1) Insecticide & Fungicide - does not specify if this is for trees & shrubs only or includes turf. If
turf is not included, how are fire ants addressed?
Irrigation Inspection and Servicing - is this supposed to be included in the scope of service for
specific areas?
The bid date remains the same, October 18,2005, as the last day for questions is October 11,
2005.
Answer(s):
Page 21, Item 8 -Standards
(h) Pruning - Selective pruning limited to 6' to 8' high for mature trees to maintain a clear view.
All waste shall be removed and disposed of accordingly.
(I) Yes, limited to trees, shrubs, plantings, and flowers no less than 4 times per year. Fertilizing
turf areas are not included.
I
(1) Insecticide & Fungicide shall be limited to trees, shrubs, plants, and flowers, and flower bed
areas. Turf area not included. Fire ant treatment is not required.
Florida Outdoor Imoressions:
Question( s):
What are the acres and size ofthe ponds?
Answer(s):
Acres of retention ponds was intentionally left out. Contractor to visit ponds to verify.
Joyce Tolbert, CPPB
Purchasing Agent
All respondents shall acknowledge this addendum by completing Section 24 Acknowledgment of Addenda, p. 18
of the bid package.
Respondent: Markham Woods Landscaping, Inc.
Signature: (jA,l~
Name and Title: David C. Mason / President
2
Mayor
S. Scott Vandergrift
cen.ter of Good L .
~~e IP~
Commissioners
Danny Howell, District 1
Scott Anderson, District 2
Rusty Johnson, District 3
Nancy J. Parker, District 4
City Manager
Robert Frank
October 10, 2005
ADDENDUM NO: TWO (2)
CITY OF OCOEE .
BID #B05-15
GENERAL MOWING & LANDSCAPING TERM CONTRACT
This addendum shall modify and become a part of the original Bid Documents for the general
mowing and landscaping term contract bid. This addendum is clarification of Addendum No. 1
question not answered. Clarifications and/or Changes to the bid documents are as follows:
Irrigation Inspection and Servicing - is this supposed to be included in the scope of service for
specific areas?
Answer(s):
No, City is responsible.
Joyce Tolbert, CPPB
Purchasing Agent
AD respondents shall acknowledge this addendum by completing Section 24 Acknowledgment of Addenda, p. 18
of the bid package.
Respondent: Markham Woods Landscaping, Inc.
Signature:
FJtkc,([.L--
Name and Title: David C_ Mason / Pn~sinpnt-
City of Ocoee . ] 50 N Lakeshore Drive. Ocoee, Florida 34761
phone: (407) 905-3100 . fax: (407) 656-8504 . www.ci.ocoee.t1.us
ACORDru CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY)
06VRXGUD 10/13/2005
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Risk Transfer Holdings ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
301 E. pine Street HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR
Suite 350 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Orlando, FL 32801
INSURERS AFFORDING COVERAGE NAIC#
INSURED INSURER A: First Commercial Insurance Company
Southeastern Companies, Inc. INSURER B:
3350 Bushwood Park Drive
Suite 200 INSURER C:
Tampa, FL 33618 INSURER D:
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR ~~: POLICY NUMBER PR.k+~1ri~f~~E Pgi!fl/~:'~~N LIMITS
LTR
~NERAL LIABILITY EACH OCCURRENCE $
COMMERCIAL GENERAL LIABILITY PREMISES lEa occurencel $
I CLAIMS MADE D OCCUR MED EXP (Anyone person) $
PERSONAL &ADV INJURY $
-
GENERAL AGGREGATE $
~
GEN'L AGGREn LIMIT APn PER: PRODUCTS-COM~OPAGG $
n POLICY ~~RT LOC
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT
f-- (Ea accident) $
ANY AUTO
f--
- ALL OWNED AUTOS BODILY INJURY
(Per person) $
SCHEDULED AUTOS
-
HIRED AUTOS BODILY INJURY
- (Per accident) $
- NON-OWNED AUTOS
- PROPERTY DAMAGE $
(Per accident)
~RAGE LIABILITY AUTO ONLY - EA ACCIDENT $
ANY AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG $
~ESS/UMBRELLA LIABILITY EACH OCCURRENCE $
OCCUR D CLAIMS MADE AGGREGATE $
$
R DEDUCTIBLE $
RETENTION $ $
A WORKERS COMPENSATION AND 15834-3 01/01/2005 01/01/2006 X I Tvy,9.~T f: T,~;.. I IO~-
EMPLOYERS' LIABILITY E.L. EACH ACCIDENT $ 1,000,000
ANY PROPRIETORlPARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $ 1,000,000
~~E(;~~R~~tS~~NS below E.L. DISEASE - POLICY LIMIT $ 1,000,000
OTHER
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
Coverage is extended to the leased employees of alternate employer (Florida Operations Only): Markham Woods
Landscaping, Inc. # 0208084 (Effective 02-01-05)
Coverage is not extended to sub-contractors
DISCLAIMER: This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized
representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter
the coverage afforded by the policies listed thereon.
This certificate only applies to Markham Woods Landscaping, Inc.
CERTIFICATE HOLDER
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
Markham Woods Landscaping, Inc. REPRESENTATIVES.
Attn: Darrell AUTHORIZED REPRESENTATIVE
28748 CR-46A _..~~
.r__..". _ ~....
Sorrento FL 32776 ' -
ACORD 25 (2001/08)
@ACORDCORPORATION 1988
OC1-14-2005 03:03PM
FROU-Casualt~ Iniurance ServicIs
40m77178
1-866 P.001/COl F-TOl
...~ . ..
ACORD CERTIFICATE OF LIABILITY INSURANCE I DATE (IolMIDDIYYYTJ
"" 1011412005
1'1Q;l1.lC~ THIS CI:RTlFICATE IS ISSUED AS A MATTER OF INFORMATION
CI5ualty lniurante Services. Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. n..us CERTIFICATE COES NOT AMEND. EXTEND OR
1206 N. Mills Ave ALTER THE COVERAGE AFFORDED BY THE POUCrES BELOW.
Orllndo, FL 32803
407.19&-8300 I INSURERS AFFORDING COV!RAG! NAlC #
. - . - .---- '\ '".. ..... --..-
INSURED Markham Woods Lands~ping, Inc.. IIIIlSURI;R 11.: North Pointe Ins. Co J Amelia
28748 CR 4GA 111II~lJR"R!I Proare$llivc Inllul'llnce 9.!1.~~
Sorrento. FL 32776 !INSURBR c. --. '--'
I INSURER O. - --.... .
INSUFlER E:
COVERAGES
THE Il'OLICIE$ O~ IN$UileANca LI$'I'aO I!l!LOW HAvE eEEN ISSuEO TO THE IN$\J~SO IIlAMiC AIICVi FOR TMEi POUCY PERIOC INDICATED. NOrWlrHSTANOING
/ANY REQUIi'lEMENT, rERM OR CONOITION OF ANY CONTFlACT OR OTHER DOCUMENT WITt-. PlESPECT TO WfoilCH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE Te:~MS, I!XCl.U510NS A.ND CONDITIONS OF SUCH
POUCI55 AGGREGATE LIMITS 5HOWN MAl' HAVE Bi>!iN RiiCUCECl 8'1' PAle CLAIMS.
I~.p: ~?;~ .-'. ,..'. ......r . POLj-..'- I! POLlcY IiXPRATION
POUCY '"UMBER LIMm5
qEtlERAI. LIABILIlY EACH OCCUll.ll.I!NCI! S 1.000,000
A ~_ .. q.<LMMERCIAL GENERAL LIABiliTY 3094083106 09125/2005 09/2512006 DAAlAI;IIi TO ~1ii~TIiiO .s.,ll!J.,~'L_
"~""'"'''' cal.-.
_ .." . : CLAIMS MADE [!] OCCUR I J@.O I!XP (An" one oersonl $ 5.000
L I ..E!8.~&MN I~URY $ 1.000 000
.- I $ 2,000,000
(. ... .--...-.---- GEN~RALAGGRIliGATIIi
: Gcl'fL AGGREG~:T.E LlhtlIT I?'U~S PER: PROOUCYS - COMPIOP ~ 5 2.000 000
: x ,POUCy i ''1 ~r,Q,: I I t'lt'.
r'."'" ""'U~ COM81NED SINGLE LIMn- s 1,000,000
B . ~ ^N'f /lUTO 08653197.0 0411212005 04112/2006 (~. :U:~almll
..
I /I"L OWlllEiD Al,JTOS I BOOIL Y INJURY I
I x : SCNEDuLED AUTOS (P&(~)
...~
-... . : I~]R[;D /\VTOS I BOO I L Y INJURY
S
I /IION-O\I\INED AU'I'OS ! (I"er IlCCillolr1l'
- ....--- . - .. ..._...~. ....- .
, I
.. -- i flROfll!RTY DAMAGE .
(p.,. _i..nI)
rQARAGE LIABILITY I ~_!l~;'X:.EA ACCIDENT ,
AIIIY AuTO OTHER THAN ;AACC $
I I I AI.ITOON~V; AGe> $
eXC~:S5lUMlll\l!l.L.A UA$llI1"i I I!ACH OeCUl\l\eNCe s
. . r---"1
, C)(;C::U~ LI CLAIMS MADE AGGREGI\T1!. 5
I , s
I
I DeOuCTlBLE - -.- s
I ' ~I'.T!;NTION 5 S
,
WORKERS COMPE"'SATION NiP ~~~-_I.~& -.
BlIPI.OY~F<S' LIA81lrtY
ANf Plllcrll]ETCR/PARTNERlEXECUTlVE Iii.~. .,o,CH ACCIDEN'r $
OFFICCRtllltlvlDtA eXCLlIDEO? F' L. DISEASE. EA EMPLOYEE !
:~. Or,tllc:.: I!)'~ ~1"Qtf I
. !':I'" r-f'lOVI"!t~N5 ",,]n.. ~L. DllleMe - PC1ICY LIMIT S
0'T'H1:I'l I
I
DESCRIPTION OF OPlaRATIONS I LOCATIONS I \IEHlCI.ES I EXCLUSION$ ADDED BY ENDOR$EMENT J lSl'ECW.. PROVISIONS
Florida Operations Only /I Landscape / Gardening. NO Trees 1 NO Dust 11
CI!RTI~ICA TE HOI.OER
City of Ocoee
150 N. Lakcsl10re Drive
Ocoee. FL 34701
CANCELLAT'ION
BHOtlLIl ANY OF l'HEAIlO'.IE llESCAIIlSO powelES BE DANOIOI.UD IilIiFOIIE TIlE EXPIRATION
DATE THEIlEOl'". T~E ISSUING INSURSR WILL EHbEAVOR 10 MAL .JL DAYS WRlTTTiN
NOTICI! TQ TlII! CIl"T1F1CATI HQI.O/Oft NAMW TO THe LeFl.I3UT FAlLURI! TO DO SO SHA/...L
]MPOSIi NO U TV OF NolV KINIl UPON THE lNSURIlA. ITS AGEIITI5 OR
ACORD CORPORATION 1988
T~ls check h~~M~.tl'Ack~r,o~nd on whlt~8f~e~~some ofJhe seCY~~~l.'l!'Iln.on this documeni.'~~~'l:~aler'J'ark. MicroP~'8UII!i'JlW.e Ime. and a hololl\3~lI'r.lilMlamD' absence o~\!lt'il'J~es will Indicate a.f3~'t;"kANi
, ,:Jgl~~T.llltt :f8MT.llltt ; :gt~~T~ > :g~~TRI \,. Jgt~~T:1t, ~ ::&i~T.llltt . Jgt~~~ ' , :gt~~T..'\lM ".,', [ "
;, ~' FOIL nRIP ," I FOIL ,tRIP) ',~OIL STRIP FOIL STRIP FOlL STRIP , FOIL STRIP ,.. FOIL MRIP'. I fOlt STRI..'
\lllq~ SUNTRUST-
Official Check
64-79/611
2139017454
. . ...'......
u .. '"..
.. " '-,' '....",
.. . ......
IJiti~@~~~e19
To the
Order
of
City Qf Ocoee
Oct. 18,2005
000.00**** $ **1,000.00**
I
L
~.J
Security
Features
Dstails 011
Back..
Payable at SunTrust Bank
III 2 . :l gO. ? It 5 It III I: 0 b . . DO? gO I: ? 0 . gO. g g g b III