Loading...
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