2079 IRFQ 18/19-103R, Ground Maintenance Fire Dept.CITY OF
S ORD
FINANCE DEPARTMENT
Thursday, December 20, 2018
PURCHASING DEPARTMENT
TRAmsMIWAL MEMORANDUM
TO: City Clerk/Mayor
The item(s) noted below is/are attached and forwarded to your office for the following action(s):
F]
Development Order
❑
Mayor's signature
F]
Final Plat (original mylars)
Recording
F]
Letter of Credit
❑
Rendering
F]
Maintenance Bond
Safe keeping (Vault)
F]
Ordinance
F]
Deputy City Manager
F]
Performance Bond
F]
Payment Bond
n
Resolution
F]
City Manager Signature
❑
F]
City Clerk Attest/Signature
El
City Attorney/Signature
Once completed, please:
F] Return originals to Purchasing- Department
F] Return copies
El
Special Instructions:
U,(u r3oja4tzqw
From
SharePoint FinancePurchasingForms - 2018.doc
Date
AGREEMENT BETWEEN THE CITY OF SANFORD OTT LANDSCAPE
MAINTENANCE, INC./IRFQ NUMBER: 18119-103R GROUND
MAINTENANCE SERVICES FOR CITY FIRE DEPARTMENT
HIS AGREEMENT (hereinafter the "Agreement") is made and entered into this
a.Nday of June, 2019, by and between the City of Sanford, Florida, a Florida
municipality, (hereinafter referred to as the "City"), whose mailing address is 300 North
Park Avenue, Sanford, Florida 32771, and Ott Landscape Maintenance, Inc., a Florida
corporation, whose principal and mailing address is 1413 Hontoon Road; Deland,
Florida 32720, (hereinafter referred to as "Ott"). The City and Oft may be collectively
referenced herein as the "parties".
IN CONSIDERATION of the mutual covenants, promises, and representations
contained herein and other good and valuable consideration, the receipt and sufficiency
of which is hereby acknowledged, the parties hereto agree as follows:
Section 1. Recitals. The above statements are true and form a material
part of this Agreement upon which the parties have relied.
Section 2. Authority. Each party hereto represents to the other that it has
undertaken all necessary actions to execute this Agreement, and that it has the legal
authority to enter into this Agreement and to undertake all obligations imposed on it.
The persons executing this Agreement for each party certify that they are authorized to
bind the party fully to the terms of this Agreement.
Section 3. Scope of Agreement; Direction of Goods.
(a). This Agreement is for the goods set forth in the attachments hereto and
Oft agrees to accomplish the provision of services specified in the attachments for the
compensation set forth in those documents relating to the provision of ground
maintenance services for the City's Fire Department.
(b). It is recognized that Ott shall provide services as directed by the City.
(c). The City's contact/project manager for all purposes under this Agreement
shall be the following:
Ms. Marisol Ordonez
Purchasing Manager
Finance -Purchasing Division
City of Sanford
Post Office Box 1788
Sanford, Florida 32772
Phone: 407.688.5028
Section 4. Effective Date and Term of Agreement. This Agreement
shall take effect on the date that this Agreement is fully executed by the parties hereto.
This Agreement shall be in effect for a term of 1 year with the opportunity for additional
1 year renewal periods when in the best interest of the City. However, the total
Agreement length, including all renewals, shall not exceed 5 years. The decision to
renew or extend this Agreement shall be at the discretion of the City. Oft shall review
the quality and status of the of ground maintenance services delivered to the City with
the City on a semi-annual basis. In any event, this Agreement shall remain in effect until
the services to be provided by Oft to the City under each work order have been fully
provided in accordance with the requirements of the City; provided, however, that, the
indemnification provisions and insurance provisions of the standard contractual terms
and conditions referenced herein shall not terminate and the protections afforded to the
City shall continue in effect subsequent to such goods being provided by Ott. No goods,
services or actions have been provided prior to the execution of this Agreement that
would entitle Oft for any compensation therefor. Notwithstanding the foregoing, the City
may unilaterally terminate this Agreement in the event that the City is not satisfied with
the goods, services or actions provided by Ott within the 6 calendar months
commencing on the first day of the first month after this Agreement commences.
Section 5. Compensation. The parties agree to compensation as set forth
in the attachments hereto, with the initial purchase of goods being in the amounts set
forth in the attachments hereto and as may be set forth in each purchase/work order
issued by the City.
Section 6. Standard Contractual Terms and Conditions. All "Standard
Contractual Terms and Conditions", as provided on the City's website, apply to this
Agreement. Such Terms and Conditions may be found at the City's website; which can
be reached at: (hftps://www.sanfordfl.gov/departments/finance/purchasing/contract-
terms-and conditions or www. Sanford FL.gov). The parties shall also be bound by the
purchasing policies and procedures of the City as well as the controlling provisions of
Florida law. Work orders shall be used, in accordance therewith, in the implementation
of this Agreement to the extent deemed necessary by the City in its sole and absolute
discretion.
Section 7. Oft's Mandatory Compliance with Chapter 119, Florida
Statutes, and Public Records Requests.
(a). In order to comply with Section 119.0701, Florida Statutes, public records
laws, Oft must:
(1). Keep and maintain public records that ordinarily and necessarily would be
required by the City in order to perform the service.
2 1 P a e
(2). Provide the public with access to public records on the same terms and
conditions that the City would provide the records and at a cost that does not exceed
the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law.
(3). Ensure that public records that are exempt or confidential and exempt
from public records disclosure requirements are not disclosed except as authorized by
law.
(4). Meet all requirements for retaining public records and transfer, at no cost,
to the City all public records in possession of Ott upon termination of the contract and
destroy any duplicate public records that are exempt or confidential and exempt from
public records disclosure requirements. All records stored electronically must be
provided to the City in a format that is compatible with the information technology
systems of the City.
(b). If Ott does not comply with a public records request, the City shall enforce
the contract provisions in accordance with this Agreement.
(c). Failure by Ott to grant such public access and comply with public records
requests shall be grounds for immediate unilateral cancellation of this Agreement by the
City. Ott shall promptly provide the City with a copy of any request to inspect or copy
public records in possession of Ott and shall promptly provide the City with a copy of
Ott's response to each such request.
(d). IF THE CONTRACTORIVENDOR HAS QUESTIONS
REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA
STATUTES, TO THE CONTRACTOR'S (VENDOR'S) DUTY TO
PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT,
CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (407) 688-5012,
TRACI HOUCHIN, CMC, FCRM, CITY CLERK, CITY OF SANFORD, CITY
HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 32771,
TRACI.HOUCHIN@SANFORDFL.GOV.
Section 8. Time is of the Essence. Time is hereby declared of the essence
as to the lawful performance of all duties and obligations set forth in this Agreement.
Section 9. Entire Agreement/Modification. This Agreement, together
with all "Standard Contractual Terms and Conditions", as provided on the City's website
and the attachments hereto (the documents relative to the procurement activity of the
City leading to the award of this Agreement) constitute the entire integrated agreement
between the City and Ott and supersedes and controls over any and all prior
agreements, understandings, representations, correspondence and statements whether
written or oral in connection therewith and all the terms and provisions contained herein
constitute the full and complete agreement between the parties hereto to the date
hereof. This Agreement may only be amended, supplemented or modified by a formal
3 1 P ag,
written amendment of equal dignity herewith. In the event that Ott issues a purchase
order, memorandum, letter, or any other instrument addressing the goods or services,
work, and materials to be provided and performed pursuant to this Agreement, it is
hereby specifically agreed and understood that any such purchase order,
memorandum, letter, or other instrument shall have no effect on this Agreement unless
agreed to by the City, specifically and in writing in a document of equal dignity herewith,
and any and all terms, provisions, and conditions contained therein, whether printed or
written or referenced on a Web site or otherwise, shall in no way modify the covenants,
terms, and provisions of this Agreement and shall have no force or effect thereon.
Section 10. Severability. If any term, provision or condition contained in
this Agreement shall, to any extent, be held invalid or unenforceable, the remainder of
this Agreement, or the application of such term, provision or condition to persons or
circumstances other than those in respect of which it is invalid or unenforceable, shall
not be affected thereby, and each term, provision and condition of this Agreement shall
be valid and enforceable to the fullest extent permitted by law when consistent with
equity and the public interest.
Section 11. Waiver. The failure of the City to insist in any instance upon
the strict performance of any provision of this Agreement, or to exercise any right or
privilege granted to the City hereunder shall not constitute or be construed as a waiver
of any such provision or right and the same shall continue in force.
Section 12. Captions. The section headings and captions of this Agreement
are for convenience and reference only and in no way define, limit, describe the scope
or intent of this Agreement or any part thereof, or in any way affect this Agreement or
construe any provision of this Agreement.
Section 13. Counterparts. This Agreement may be executed in any
number of counterparts, each of which shall be deemed an original, but all of which,
taken together, shall constitute one and the same document.
Section 14. Binding Effect. This Agreement shall be binding upon and
inure to the benefit of the successors in interest, transferees and assigns of the parties.
Each party hereto represents to the other that it has undertaken all necessary actions to
execute this Agreement, and that it has the legal authority to enter into this Agreement
and to undertake all obligations imposed on it. The signatories hereof represent that
they have the requisite and legal authority to execute this Agreement and bind the
respective parties herein.
Section 15. Remedies. The rights and remedies of the parties, provided for
under this Agreement, are in addition to any other rights and remedies provided by law
or otherwise necessary in the public interest.
Section 16. Governing law, Venue and Interpretation. This Agreement is
to be governed by the laws of the State of Florida. Venue for any legal proceeding
4 1 P a C
related to this Agreement shall be in the Eighteenth Judicial Circuit Court in and for
Seminole County, Florida. This Agreement is the result of bona fide arms length
negotiations between the City and Ott, and all parties have contributed substantially and
materially to the preparation of the Agreement. Accordingly, this Agreement shall not be
construed or interpreted more strictly against any one party. than against any other
party and all provisions shall be applied to fulfill the public interest.
IN WITNESS WHEREOF, the City and Ott have executed this instrument for the
purpose herein expressed.
ATTEST.
CITY OF SANFORD
I --� -
A tr 1pa, ew By: Arf
C6 tot I EN —
Traci Houchin, CMC, FCRM Jeff Triplett
City Clerk ayor
e:
Approved as to form and
legal sufficiency.
William L. Colbert, City Attorney
ATTEST.'
OTT LANDSCAPE MAINTENANCE,
INC., A FLORIDA CORPORATION.
BY.
J
a n3 PsC. �Ott
y v Oft 0, President/Vice President
Secretary/Treasurer Dated:
5 1 P a (,
Z-4
BIDDER INFORMATION•
'4,,� . ,,,5. ' �,,A DUE DATE: May 28, 2019 at 2:00 P. M. Local Time
Name of Firm:...�..5�. fil t.i �!.11� k�City of Sanford Purchasing Division
t Contact Person: Marisol Orodonez, Purchasing Manager
.................. Address: 300 N. Park Avenue
City, State, Zip: Sanford Florida 32771
Address: ....................................................................................... Phone Number: 407.688.5028, or ext. 5020
2!'��^"y�.FFax Number: 407.688.5021
City/State/Zip Code: .}. ....caSrZk..D.. Email: purchasingAsanfordfl.gov
For Div./Dept./Office: Shirley Brinson, Fiscal Specialist
Contact Person:.... ................... 407.688.5048
Delivery Address: 1303 William Clark Ave.
Phone Number;�.4? $x'"I,'�, ..t�.1 i1'1. Snaford, FL 32771
i� ISSUED DATE: Tuesday, May i4, 2019
Fax Number... W..15 t...0.r�7.c................�....`....................
��yy�� BIDDER'S SIGNATURE• ..... .. ...
BIDDER'S PRINTED NAME: »Qs`'s`� )C..k..7hl........ .. :. L� RE-
. - Date:...... a t. .......................................................
[PLEASE RETURN BY DUE DATE AND`TiME VIA FAX. MAIL OR EMAIL TO CONTACT PERSON STATED ABOVE.[
1. Intent. The intent of this solicitation is to select a successful Bidder for the provision of lawn maintenance services for
City of Sanford Fire Stations 32 and 38.
2. Deliverables and Scone of Services. The successful Bidder shall provide all necessary material, goods, labor, etcetera
to:
1. Station 32: 300 E Airport Blvd, Sanford, FL 32773
2. Station 38: 1300 Central Park Dr, Sanford, FL 32771
3. Service to include general maintenance, weed and ant control, tree trimming, and irrigation inspection once a
month.
Delivery and Set -Up: Services shall be made to 300 E Airport Blvd., Sanford, FL 32773 and 1300 Central Park Dr, Sanford,
FL 32771 after issuance of a Purchase Order and with coordination from the Fire Department. The successful Bidder shall
be responsible for coordinating the delivery of all goods/services in a timely manner. Partial deliveries or deliveries on any
other date and time shall not be allowed unless written authorization has been obtained from the appropriate City authorized
representative. The successful Bidder shall be responsible for all risk of loss, any damage and/or stolen materials and
equipment while in transit to City of Sanford Fire Department Stations 32 and 38.
Delivery and Time Performance: At approximately 10 days after issuance of the purchase order by the City, the successful
Bidder shall update the appropriate City representative providing a tentative service schedule and commencement date.
Permitting: The successful Bidder shall be solely responsible for all pertinent permits required as well as adhering, meeting
and or exceeding all local, state, and national building codes.
City Responsibility: The City shall be responsible for:
a. Provide access to the work area;
b. Provide additional information or answer any questions as necessary;
c. The City shall make the facility available for evaluation and inspection accompanied by a City Representative by
calling 407-688-5048 to schedule an appointment; and,
d. Appointments will be given on a first come, first serve basis based on availability and will be given between the
PUR-F-302 t Kcv. u3 .010
City of Sanford j Finance Department I Purchasing Division
300 N. Park Avenue, Sanford, Florida 32771
CITY OF
_
Phone: 407.688.5028 or extension 5030 Fax: 407.688.5021
FORM
IRFQ
O REQUEST FOR. QUOTE
IRFQ 18/19-103RT
Grounds Maintenance for Fire
Department
BIDDER INFORMATION•
'4,,� . ,,,5. ' �,,A DUE DATE: May 28, 2019 at 2:00 P. M. Local Time
Name of Firm:...�..5�. fil t.i �!.11� k�City of Sanford Purchasing Division
t Contact Person: Marisol Orodonez, Purchasing Manager
.................. Address: 300 N. Park Avenue
City, State, Zip: Sanford Florida 32771
Address: ....................................................................................... Phone Number: 407.688.5028, or ext. 5020
2!'��^"y�.FFax Number: 407.688.5021
City/State/Zip Code: .}. ....caSrZk..D.. Email: purchasingAsanfordfl.gov
For Div./Dept./Office: Shirley Brinson, Fiscal Specialist
Contact Person:.... ................... 407.688.5048
Delivery Address: 1303 William Clark Ave.
Phone Number;�.4? $x'"I,'�, ..t�.1 i1'1. Snaford, FL 32771
i� ISSUED DATE: Tuesday, May i4, 2019
Fax Number... W..15 t...0.r�7.c................�....`....................
��yy�� BIDDER'S SIGNATURE• ..... .. ...
BIDDER'S PRINTED NAME: »Qs`'s`� )C..k..7hl........ .. :. L� RE-
. - Date:...... a t. .......................................................
[PLEASE RETURN BY DUE DATE AND`TiME VIA FAX. MAIL OR EMAIL TO CONTACT PERSON STATED ABOVE.[
1. Intent. The intent of this solicitation is to select a successful Bidder for the provision of lawn maintenance services for
City of Sanford Fire Stations 32 and 38.
2. Deliverables and Scone of Services. The successful Bidder shall provide all necessary material, goods, labor, etcetera
to:
1. Station 32: 300 E Airport Blvd, Sanford, FL 32773
2. Station 38: 1300 Central Park Dr, Sanford, FL 32771
3. Service to include general maintenance, weed and ant control, tree trimming, and irrigation inspection once a
month.
Delivery and Set -Up: Services shall be made to 300 E Airport Blvd., Sanford, FL 32773 and 1300 Central Park Dr, Sanford,
FL 32771 after issuance of a Purchase Order and with coordination from the Fire Department. The successful Bidder shall
be responsible for coordinating the delivery of all goods/services in a timely manner. Partial deliveries or deliveries on any
other date and time shall not be allowed unless written authorization has been obtained from the appropriate City authorized
representative. The successful Bidder shall be responsible for all risk of loss, any damage and/or stolen materials and
equipment while in transit to City of Sanford Fire Department Stations 32 and 38.
Delivery and Time Performance: At approximately 10 days after issuance of the purchase order by the City, the successful
Bidder shall update the appropriate City representative providing a tentative service schedule and commencement date.
Permitting: The successful Bidder shall be solely responsible for all pertinent permits required as well as adhering, meeting
and or exceeding all local, state, and national building codes.
City Responsibility: The City shall be responsible for:
a. Provide access to the work area;
b. Provide additional information or answer any questions as necessary;
c. The City shall make the facility available for evaluation and inspection accompanied by a City Representative by
calling 407-688-5048 to schedule an appointment; and,
d. Appointments will be given on a first come, first serve basis based on availability and will be given between the
PUR-F-302 t Kcv. u3 .010
hours of 9:00 A.M. and 5:00 P.M., Monday through Thursday schedule permitting.
Obligations of the Successful Bidder: It is understood that the successful Bidder shall provide and pay for all labor, tools,
materials, permits, equipment, transportation, supervision, and any and all other items or services, of any type whatsoever,
which are necessary to fully complete and deliver the goods/services requested by the City, and shall not have the authority
to create, or cause to be filed, any liens for labor and/or materials on, or against, the City, or any property owned by the
City. Such lien, attachment, or encumbrance, until it is removed, shall preclude any and all claims or demands for any
payment expected by virtue of this project. The successful Bidder will ensure that all of its employees, agents, sub-
contractors, representatives, volunteers, and the like, fully comply with all of the terms and conditions set herein, when
providing services for the City in accordance herewith. The successful Bidder shall be solely responsible for the means,
methods, techniques, sequences, safety programs, and procedures necessary to properly and fully complete the work set
forth in the Scope of Services. ` The successful Bidder shall use appropriate tools and/or equipment which are in good repair
and proper working order, so as to enable the successful Bidder to complete the services required hereby.
Clean -Up: The successful Bidder shall be responsible for the removal, hauling, and legal disposal of all debris generated
as a result of performing the services for this turn -key solution on a daily basis; including up to, but not be limited to all
existing equipment removed, all packaging materials, crating, cardboard, protective packaging, liners, plastic, etcetera. Any
dumpsters located within the Sanford Fire Department Stations 32 and 38 shall not be used by the successful Bidder. The
successful Bidder shall clean the premises at the end of each day.
Public Emergencies: It is hereby made a part of this bid that before, during, and after a public emergency, disaster,
hurricane, tornado, flood, or other acts of God, City of Sanford shall require a "First Priority" for goods and services. It is
vital and imperative that the health, safety, and welfare of the citizens of Sanford are protected from any emergency situation
that threatens public health and safety as determined by the City. The Bidder agrees to rent/sell/lease all goods and services
to the City or governmental entities on a "first priority" basis. The City expects to pay contractual prices for all products
and/or services under the awarded Agreement in the event of a disaster, emergency, hurricane, tornado, flood, or other acts
of God. Should the Bidder provide the City with products and/or services not under the awarded Agreement, the City
expects to pay a fair and reasonable price for all products and/or services rendered or contracted in the event of a disaster,
emergency, hurricane, tornado, flood, or other acts of God.
The City shall select the lowest quote that is most responsive to the needs of the City as outlined herein. The bidder's price
response shall be accompanied by a detailed description of the requirement service to be offered.
3. Price Submittal. In accordance with the terms, conditions and specifications, I/we, as authorized signatory to commit
the firm, do hereby accept in total all the terms and conditions stipulated and referenced in this IRFQ document and hereby
submit the following prices for IRFQ 18/19-103 Grounds Maintenance for Fire Department as follows:
Item
Description
General Lawn Sprinkler
Total Monthly
Maintenance Inspection
Costs
Costs Costs
1.
Monthly Service for Station 32: 300 E Airport
Ave, Sanford, FL 32773
$ � LOQ - lac) • �
$ iip
DD
C�
1 O�.
2.
Monthly Service for Station 38: 1300 Central
Park Dr, Sanford, FL 32771
$ c�t�.p Q •
$ .
3.
$
$
4.
TOTAL QUOTE PRICE
$• �.
Additionally, please respond to the following questions by placing a check mark on the appropriate answer:
Item Question Response Response
YES NO
Rev, 212.2018
1.
Did you include a copy of your Certificate of Liability Insurance (COI) with your
cote submittal?
2.
Would you consider accepting payment for services rendered via a Purchasing Card
r
without the addition of convenience and/or service fees of any kind?
3.
Include a copy of your Florida State License and W9
a.
The City will not consider alternates to the items listed above. If alternates are offered, the City will have the sole and unilateral right to
reject the alternate and purchase from vendor providing compliant items. Delivery time will be a factor in the evaluation of this IRFQ.
b.
All prices quoted shall remain firm for period of one (1) year after award of this IRFQ. The City will be awarding a one (1) year contract
with four (4) one (1) year optional renewals for a potential total of a five (5) year contract.
c.
Unit Price Accuracy: Please check the stated unit prices before submitting your quote; as no change in prices shall be allowed after the
due date and time. All prices and notations must be in ink or typewritten. In cases of extended price irregularities, unit price shall
prevail. Please note that the City reserves the right to clarify and correct extended price amount errors.
d.
City of Sanford is exempt from Sales Tax. Certificate No. 85-8012621681 C-8.
e.
If you are offering pricing which is based on other entity or agency solicitation pricing, clearly state so and include a copy of the applicable
solicitation with your submittal.
f.
Please read all terms and conditions, complete the requested information, and sign in the space provided on page 1.
g.
If not submitting a quotation, please indicate "NO BID" and return this form.
Critical Data:
a.
Please return your quote submittal via fax, mail or email to the requesting Division/Department/Office as outlined on page l; by no later
than the due date and time outlined on page 1 or as revised thereof via written addenda.
b.
Please email questions regarding this quotation only to the requesting Division/Department/Office. Any interpretations, clarifications, or
changes made will be in the form of written addenda issued by requesting Division/Department/Officc.
c.
Pursuant to Section 2.2 of the City of Sanford Purchasing Policy, lobbying is strictly prohibited.
d.
Please note that all documents sent to the City as part of this IRFQ are considered a Public Record; as prescribed by Chapter 119, Florida
Statutes.
e.
Bidder must submit a,copy-of their Certificate of insurance with their quote.
E
Any order resulting from this IRFQ shall be subject to the attached General Terms and Conditions and all applicable laws, policies and
rocedures.
Rev. 222.:018
SECTION 00618 Insurance Requirements
City of Sanford, Florida
INSURANCE REQUIREMENTS OUTLINED BELOW APPLICABLE TO CONTRACTS FOR SERVICES
WHEN THE CONTRACTOR PERFORMS ON OR OFF CITY PREMISES
Rev. 2,22.201 &
Contract
Contract
Contract does
Exceeds
does not
not Exceed
$500,000,180
Exceed
$25,000,30
COVERAGE REQUIRED
days and
$500,000,180
days and no
unusual hazards
days and no
unusual
exist
unusual
hazards exist
hazards exist
Employers Liability
Employers
Employers
Workers' Compensation
$1,000,000
Liability
$500,000
Liability
$500,000
*Certificates of exemption are not acceptable in lieu of workers
Each Accident
$1,000,000
Each Accident
$500,000
Each Accident
$500,000
compensation insurance
Disease
Disease
Disease
$1,000,000
$500,000
$500,000
Commercial General Liability shall include- Bodily injury liability,
$ 3,000,000 Per
$1,000,000
$ 500,000 Per
Property Damage liability, Personal Injury liability and
Occurrence
Per
Occurrence
Advertising injury liability Coverages shall include: Premises/
$3,000,000
Occurrence
$500,000
Operations, ProductslCompleted Operations; Contractual liability, .
General
$1,000,000
General
Independent Contractors, Explosion; Collapse; Underground.
Aggregate
General
Aggregate
When required by the City, coverage must be provided for sexual
Aggregate
harassment, abuse and molestation
$1,000,000
$1,000,000
$ 500,000 Per
Comprehensive Auto Liability, CSL, shag include "any auto" or
Combined Single
Limit
Combined
Single Limit
Occurrence
$500,000
shall include all of the following: owned, leased, hired, non -owned
$1,000,000
$1,000,000
General
autos, and scheduled autos.
General
General
Aggregate
Aggregate
Aggregate
$1,000,000
$1,000,000
$1,000,000
Professional Liability (when required)
Minimum
Minimum
Minimum
Builder's Risk (when required) shall include theft, sinkholes, off
100% Of
100% of
100% Of
site storage, transit, installation and equipment breakdown.
completed value
completed
completed
Permission to occupy shall be included and the policy shall be
of additions and
value of
value of
endorsed to cover the interest of all parties, including the City of
structures
additions and
additions and
Sanford, all contractors and subcontractors
structures
structures
$3,000,000
$1,000,000
$500,000
Aggregate: No per
Aggregate: No
Aggregate: No
Garage Keepers (when required)
vehicle maximum
per vehicle
per vehicle
preferred
maximum
maximum
preferred
preferred
$3,000,000
$1,000,000
$500,000
Combined Single
Combined
Combined
Garage Liability (when required)
Limit
Single Limit
Single Limit
$3,000,000
$1,000,000
$500,000
General
General
General
Aggregate
Aggregate
I Aggregate I
Rev. 2,22.201 &
I. It is noted that Professional Liability, builders risk, garage keepers and garage liability is not
required unless applicable conditions exist. If clarification is needed the CONTRACTOR must
request clarification from the City of Sanford Purchasing Office.
If. Vendor, Contractor, bidder shall provide, to the City of Sanford "City," prior to commencing
any work, a Certificate of Insurance which verifies coverage in compliance with the
requirements outlined below. Any work Initiated without completion of this requirement
shall be unauthorized and the City will not be responsible.
111. The City reserves the right, as conditions warrant, to modify or increase insurance requirements
outlined below as may be determined by the project, conditions and exposure.
➢ Certification Terms and Conditions
IV. It is noted that the City has a contractual relationship with the named vendor, contractor or
provider (collectively referred hereinafter as Contractor) applicable to a purchase order, work
order, contract or other form of commitment by the City of Sanford, whether in writing or not and
has no such contractual relationship with the Contractor's insurance carrier. Therefore, the onus
is on the Contractor to insure that they have the insurance coverage specified by the City to
meet all contractual obligations and expectations of the City. Further, as the Contractor's
insurance coverage is a matter between the vendor and its insurance carrier, the City will turn
to the Contractor for relief as a result of any damages or alleged damages for which the
Contractor is responsible to indemnify and hold the City harmless. It is understood that the
Contractor may satisfy relief to the City for such damages either directly or through its insurance
coverage; exclusions by the insurance carrier notwithstanding, the City will expect relief from
the Contractor.
a. The insurance limits indicated above and otherwise referenced are minimum limits
acceptable to the City. Also, all contractor policies shall to be considered
primary to City coverage and shall not contain co-insurance provisions.
b. All policies, except for professional liability policies and workers compensation
policies shall name the City of Sanford as Additional Insured.
c. Professional Liability Coverage, when applicable, will be defined on a case by
case basis.
d. In the event that the insurance coverage expires prior to the completion of the
project, a renewal certificate shall be issued 30 days prior to said, expiration
date.
e. All limits are per occurrence and must include Bodily Injury and Property
Damage.
f. All policies must be written on occurrence form, not on claims made Form,
except for Professional Liability.
9. Self -Insured retentions shall be allowed on any liability coverage.
h. In the notification of cancellation: The City of Sanford shall be endorsed onto
the policy as a cancellation notice recipient. Should any of the above
described policies of Sanford in accordance with the policy provisions.
1. All insurers must have an A.M. rating of at least A-Vil.
j. It is the responsibility of the Prime CONTRACTOR to ensure that all sub -contractors
retained by the Prime CONTRACTOR shall provide coverage as defined here -in
before and after and are the responsibility of said Prime CONTRACTOR in all
respects.
k. Any changes to the coverage requirements indicated above shall be approved by
the City of Sanford, Risk Manager.
Avenue); Sanford, Florida 32771; Attention Purchasing Manager•, Phone
407.688.5028/5030 Fax 407.688.5021.
m. All certificates of insurance, notices etc. must be provided to the above address.
n. In the description of the certificate of insurance please also add the solicitation
number and project name.
7W . win,1
X,
.-• Name of AFFIAN'r
STATE OF ACW`l aG
COUNTY OF Svc lg.
foreg�ing instrument was executed before me this �_'-t day of l'i1- ck- 201 b
1, cvew ,I n -VV as_ -AV ca!WVCX of C1��- I s-� C. oftk&kJAA&S41
who personally swore or affirmed that he/she is authorized to execute this document and thereby Hind the Corporation,
and who is personally known to me OR has produced L _ as ' entification.
11'o W 111111,
0 -TAR
omm.
'► r+,rrrrrr,r O ,•�
•ix r NOTARY PUBLIC State of L—
(stamp)Feb 2p� 2021
No. GG 286756 �'
PUBO
qr� LQ���
The
ON
� unilateral right to modify the insurance requirements set forth at any time.
PLEASE COMPLETE AND SUBMIT
'�V"1=ailurs to submit this form may be grounds for disqualification of your submittal ow
ATTACHMENT "A" PRICE PROPOSAL
IRFQ 18/19-103 Grounds Maintenance for Fire Department
Uwe, the undersigned, as authorized signatory to commit the firm, do hereby accept in total all the terms and conditions stipulated and
referenced in this IRFQ document and do hereby agree that if a contract is offered or negotiated it will abide by the terms and conditions
presented in the IRFQ document or as negotiated pursuant thereto. The undersigned, having familiarized him/herself with the terms
of the IRFQ documents, local conditions, and the cost of the work at the place(s) where the work is to be done, hereby proposes and
agrees to perform within the time stipulated, all work required in accordance with the requirement and technical specifications and
other documents including Addenda, if any, on file at the City of Sanford Purchasing Division for the price set forth herein in
Attachment "A" Offer to Purchase and Acceptance of Request for Quote Terms and Conditions. The signature(s) below are an
acknowledgment of my/our full understanding and acceptance of all the terms and conditions set forth in this IRFQ document or as
otherwise agreed to between the parties in writing.
. �at�vii�`►arm.} M -1fV����"Z�i
Telephone Number:ntp—l'JA 1;N1,% Fax Number: � � �i + :�o�, E-mail Address:
STATE OF r � 0y, t � l
COUNTY OF�V�0
ca.z—C� J
Date
The �fo�regoin instrument was executed before me this day day of
A-V as of
personally swore or affirmed that he/ he is authorized to execute this document and thereby bind the
known to me OR has produced as identification.
0�-iJA
o Q
crlri
��,,.
(stamp).. ..
OMM. A . ...
Kdt: .i�YO�ruaN
IMA to 81*4
.� ts�, ..•,pts8,,. O
by
W"Xv —41'l,who who
and who is personally
State of
form may be grounds for disqualification of your submittal -10
Rev. 2.22.2018
GENERAL TERMS AND CONDITIONS - READ CAREFULLY
Questions relating to this Request for Quotation must be directed to the City of
Sanford, Purchasing Division, herein after referred to as "City", at 407.688.5028
or ext. 5030.
RESERVED RIGHTS OF THE CITY
The City reserves the right to unilaterally cancel this Request for Quotation, at its
sole discretion.
WRITTEN COMMUNICATIONS
The terms and conditions of this Request for Quotation shall not to be modified
verbally. All communication shall be in writing.
APPLICABLE LICENSING
The Vendor, at its sole expense, shall obtain all required federal, state, and local
licenses, occupational and otherwise, required to successfully provide the
goods/services set forth herein.
QUALITY
All materials or services furnished on this order must be as specified and subject to
City inspection within a reasonable time after delivery at destination. Variations
in materials or services from those specified in this order must not be made without
prior written authority from the Procurement Administrator. Material rejected will
be returned and shall be done so at the vendor's sole risk and expense.
QUANTITY/PRICE
The quantity of materials ordered or the prices specified must not be exceeded
without written authority being fust obtained from the Purchasing Division.
INDEMNITY
The Vendor hereby agrees to indemnify and save harmless the City, its officers,
agents and employees from and against any and all liability, claims, demands,
damages, fines, fees, expenses, penalties, suits, proceedings, actions, and cost of
actions, including attorney's fees for trial and on appeal, of any kind and nature
arising or growing out of or in any way connected with the performance of this
Agreement whether by act or omission of the Vendor, its agents, servants,
employees, or others, or because of or due to the mere existence of this Agreement
between the parties.
PATENT/COPYRIGHT HOLD HARMLESS
The Vendor shall pay all royalties and assume all costs arising from the use of any
invention, design, process, materials, equipment, product or device which is the
subject of patent rights or copyrights. Vendor shall, at it's own expense, hold
harmless and defend the City against any claim, suit or proceeding brought against
the City which is based upon claim, whether rightful or otherwise, that the goods
or services, or any part thereof, furnished under this Purchase Order, constitute an
infringement of any patent or copyright of the United States. The Vendor shall pay
all damages and costs awarded against the City.
PACKING
If awarded a purchase order or Agreement, all invoices and package lists must
clearly be marked with shipper's name, address and Purchase Order Number.
Charges are not allowed for boxing, crating or special deliveries unless previously
agreed upon in writing.
DELIVERY
All materials must be shipped F.O.B. Destination. The City will not pay freight or
expense charges, except by previous agreement. In the event of the City agreeing
to F.O.B. Shipping Point, the Vendor must PREPAY SHIPPING CHARGES AND
ADD TO INVOICE. Delivery must be effected within the time stated on Purchase
Order. The City reserves the right to cancel this order and purchase elsewhere if
the Vendor fails to meet the delivery date specified on Purchase Order. Deliveries
shall be made between 7:OOAM and 4:30PM on regular working days unless
otherwise stated. Transport deliveries must be unloaded and ready for inspection
prior to 4:30PM. In case of default by the Vendor, the City may procure the articles
or services covered by this order from other sources and hold the Vendor
responsible for any additional cost occasioned thereby.
MATERIAL SAFETY DATA SHEET
As necessary, the Vendor agrees to furnish the City with a current Material Safety
Data Sheet (MSDS) on or before delivery of each and every hazardous chemical or
substance purchased which is classified as toxic under Chapter 422, Florida
Statutes. Appropriate labels and MSDS's shall be provided forall shipments. Send
a copy of the MSDS's and other pertinent data to the City Purchasing Division and
include same with product delivery.
OSHA REQUIREMENT
The Vendor hereby guarantees the City that all materials, supplies, and equipment
as listed on the resulting Purchase Order shall meet the requirements, specifications
and standards as provided under the U.S. Department of Labor Occupational Safety
and Health Act of 1970, as from time to time amended and in force at data hereof.
COMPLIANCE WITH LAWS, GUIDELINES, REGULATIONS
The Vendor, at its sole expense shall comply with all laws, ordinances, judicial
decisions, orders, and regulations of federal, state, county and municipal
governments, as well as their respective departments, commissions, boards, and
officers, which are in effect at the time of award or are adopted at any time
following the award.
AWARD
The City reserves the right to reject any or all parts of this solicitation, waive
technicalities and to award to most responsive, responsible bidder, as in the best
interest of the City.
Failure of a Vendor that is awarded a Purchase Order to deliver according to the
Purchase Order or to comply with any of the terns and conditions therein may
disqualify the Vendor from receiving future orders.
PAYMENT TERMS
Payment terms are net 30 days upon delivery and acceptance. The City pays in
accordance with the Prompt Payment Act — Section 218.70, Florida Statutes.
APPLICABLE LAW, VENUE AND JURY TRIAL
The laws of the State of Florida shall govern all aspects of this order. In the event
it is necessary for either party to initiate legal action regarding this order, venue
shall Lie in Seminole County, Florida. The parties hereby waive their right to trial
by jury in any action, proceeding or claim, arising out of this order, which may be
brought by either of the parties hereto.
AUDITING, RECORDS AND INSPECTIONS
The Vendor shall keep books, records, and accounts of all activities, related to this
order, in compliance with generally accepted accounting procedures. If required,
books, records, and accounts related to the performance of this order shall he open
to inspection during regular business hours by an authorized representative of the
City and shall be retained by the Vendor, for a period of three (3) years after
termination or completion of the services or until the full City audit is complete,
whichever comes first. The City shall retain the right to audit the books during the
three-year retention period. All books, records, and accounts related to the
performance of this order shalt be subject to the applicable provisions ofthe Florida
Public Records Act, chapter 119, Florida Statutes. The City also has the right to
conduct an audit within sixty (60) days from the effective date of this order to
determine whether the Vendor has the ability to fulfill its contractual obligations to
the satisfaction of the City. The City has the right to terminate this order based
upon the findings in this audit without regard to any notice requirement for
termination.
WARRANTY
The Vendor agrees to provide a full warranty to the City for all materials and
services which it provides hereunder for one full year following the date of delivery
or completion of services. In the event that the Vendor is called to perform
warranty work, the Vendor will be responsible for all costs incurred in repairing
the areas under warranty. If it is determined that new problem areas have appeared
which were not areas repaired by the Vendor under the Scope of Services set forth
herein, the City will be responsible for the costs incurred in repairing the new areas.
The manufacturer's warranty on materials received and installed shall extend for
the full warranty period
INSURANCE
The Vendor shall have at a minimum the insurance limits listed hereunder, however
the City reserves the unilateral and sole right to modify said limits when the type
of product or services requested merit a modification of the insurance limits listed
herein. The Vendor shall submit a copy of their Certificate of Liability Insurance
with their quote submittal.
GENERAL LIABILITY: $1,000,000.00
PROFESSIONAL LIABILITY: 51,000,000.00 (only if professional services are to
be provided)
VEHICLE INSURANCE: $1,000,000.00 Combined Property & Bodily Injury
WORKER'S COMPENSATION: 51,000,000.00
PRODUCTS LIABILITY: $1,000,000.00 (only if a product is being provided)
Upon award, the Vendor shall name City of Sanford as a Certificate Holder and/or
as additional insured and shall maintain the coverage limits set forth during the
entire term of performing services under this award.
NOTE: ANY AND ALL SPECIAL CONDITIONS ATTACHED HERETO
WHICH VARY FROM THESE GENERAL CONDITIONS SHALL HAVE
Rev.2.2210I8
PRECEDENCE.
Issued by: Finance/Purchasing Division
Sanford, Florida
KM G".Zulb
OTT
LANDSCAPE MAINTENANCE, INC.
1413 I3ontoon Road
Deland, Florida 32720
Detailed Description of Grounds Maintenance Services offered to the City of
Sanford, Florida for Fire Department IRFQ 18/19-103
Provide all labor, materials, and equipment necessary to provide
grounds/landscape maintenance services to Fire Station 32 and 38.
Grounds/landscape maintenance services to include complete care of lawn areas,
landscaped areas including shrubs and ground cover, pruning trees and palm trees
and removing trash and debris through out the entire site. Each service visit will
include mowing, edging, line trimming, shrub pruning (as needed), spraying
Roundup to control weeds, trash and debris removal, and blowing off all concrete
and paved areas. Trees will be pruned as needed to ensure that branches do not
interfere with sidewalks, traffic, lighting etc. Palm Trees will be pruned once per
year.
Weed and feed fertilizer will be applied twice per year to the grassed areas.
Insecticide will be applied as needed to control ants.
Irrigation inspection will occur monthly.
OTT
LANDSCAPE MAINTENANCE, INC.
1413 Hontoon Road
DeLand, Florida 32720
Jim Ott Landscape Maintenance was established in January 1988. August 2003 the
business was incorporated and renamed Ott Landscape Maintenance, Inc.
Since June 1991this business has been under contract with Seminole County,
Florida providing landscape maintenance services. Currently Ott Landscape
Maintenance, Inc. is providing landscape maintenance services to Seminole
County under contract RFP-4265-06/GGM (Water and Wastewater Treatment
Plants) and contract RFP600006-06/GMG (Roadside right-of-way mowing).
Additional references are available upon request.
Form
(Rev. October 2018)
Department of the Treasury
Internal Revenue Service
y
0
9
CL
m
m
on your
Request for Taxpayer
Identification Number and Certification
► Go to www.1rs.gov1FormW9 for instructions and the latest information.
this line blank.
3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the
following seven boxes.
❑ Individuailsole proprietor or ❑ C Corporation 9 S Corporation ❑ Partnership ❑ Trust/estate
single -member LLC
❑ Urnited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) 10 -
Note:
Note: Check the appropriate box In the fine above for the tax classification of the single -member owner. Do not check
LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is
another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC tha
is disregarded from the owner should check the appropriate box for the tax class'ification of its owner.
Other (see instructions) ►
7 List account numberts) here
or suite no.) See instructions.
Give Farm to the
requester. Do not
send to the IRS.
4 Exemptions (codes apply only to
certain entities, not individuals; see
instructions on page 3):
Exempt payee code (if any)
Exemption from FATCA reporting
code (if any)
AppMs to &cc=-& mainMhVd outsrda me u.S.J
name and address (optional)
Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid Social security number
backup withholding. For individuals, this is generally your social security number (SSN). However, for a w
resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other
entities, it is your employer identification number (EIN). If you do not have a number, see How to get a PT
[T
TIN, later. or
Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Employer identiflaatbon
Number To Give the Requester for guidelines on whose number to enter. —1 1 F--T--T—
Under penalties of perjury, I certify that:
1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be Issued to me); and
2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue
Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that 1 am
no longer subject to backup withholding; and
3. 1 am a U.S. citizen or other U.S. person (defined below); and
4. The FATCA code(s) entered on this form (if any) Indicating that I am exempt from FATCA reporting is correct.
Certification instruct€ons. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because
you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid,
acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments
other than interest and divig9vdsr-you are not required to sign the certifigaUon, but you must provide your correct TIN. See the instructions for Part Il, later.
aryrr Signatxurf of
Here I U.S. person ►
General instri
Section references are to the interna( Revenue Code unless otherwise
noted.
Future developments. For the latest information about developments
related to Form W-9 and its Instructions, such as legislation enacted
after they were published, go to www.1rs.gov1FormM.
Purpose of Form
An individual or entity (Form W-9 requester) who is required to file an
information return with the IRS must obtain your correct taxpayer
identification number (iIN) which may be your social security number
(SSN), individual taxpayer Identification number (RIN), adoption
taxpayer identification number (ATIN), or employer identification number
PN), to report on an information return the amount paid to you, or other
amount reportable on an information return. Examples of information
returns include, but are not limited to, the following.
• Form 1099 -INT (interest earned or paid)
Date ►
• Form 1099 -DIY (dividends, including those from stocks or mutual
funds)
• Form 1099-MISC (various types of income, prizes, awards, or gross
proceeds)
• Form 1099-B (stock or mutual fund sales and certain other
transactions by brokers)
• Form 1099-5 (proceeds from real estate transactions)
• Form 1099-K (merchant card and third party network transactions)
• Form 1098 (home mortgage interest), 1098-E (student loan interest),
1098-T (tuition)
• Fort 1099-C (canceled debt)
• Form 1099-A (acquisition or abandonment of secured property)
Use Form W-9 only if you are a U.S. person (including a resident
alien), to provide your correct TIN.
If you do not return Form W-9 to the requester with a TIN, you might
be subject to backup withholding. See What is backup withholding,
later.
Cat. No. 10231X Form tat -9 (Rev. 10-2018)
2017/2018
/Volusia County Business Tax Receipt
Issued pursuant to F.S. 205 and Vofusia County Code of Ordinances Chapter 114-1 by:
Vofusia County Revenue Division -123 W Indiana Ave, Room 103, Deland, FL 32720 — (386) 736-5938
Account # 199005140020 Expires: September 30, 2018
Business Location: 1413 HONTOON RD
_ Business Name: OTT LANDSCAPE MAINTENANCE INC
Owner Name: OTT LANDSCAPE MAINTENANCE INC
olusi . Coun Mailing Address: 1413 HONTOON RD
FLORIDA DELAND, FL 32720
BUSINESS TYPE CODE COUNT TAX
Business Service 471 5 $22.00
■ This receipt indicates payment of a tax, which Is levied for the privilege of doing the type(s) of business listed
above within Volusia County. This receipt is non -regulatory in nature and is not meant to be a certification of
the holder's ability to perform the service for which he is registered. This receipt also does not indicate that
the business is legal or that it is in compliance with State or local laws and regulations.
■ The business must meet all County and/or Municipality planning and zoning requirements or this Business
Tax Receipt may be revoked and all taxes paid would be forfeited.
■ The information contained on this Business Tax Receipt must be kept up to date. Contact the Volusia County
Revenue Division for instructions on making changes to your account.
THIS PORTION OF THE BUSINESS TAX RECEIPT MUST BE
POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS
* -
\�_�� �
> \
/ a , ,FLORIDAa. . Coottintr beftto\
®BUREAU OF ' ENFORCEMENT%
}Date File Expires
/
/ , ,. \
/THE COMN[ERCL4,L• , ., HOLDER NAMIED BELOW\
jHAS REGISTERED UNDER THE PROVISIONSOF CHAPTER 482FOR
PERIODTHE ri 29 ,2020 \
\ /
\ \
}
3 �\
BEVERLY .}
3 ~
' FL ' k
\
\ z )
\STATE OF FLORIDA \
\IDepartmid of 9ffictiftat anb Carigma. )
BUREAUOF LICENSING AND ENFORCEMENT
Date File No. Expires
}
/April 4,2019 LC91498 February 29,2020 �
\THE CONMIERCIALLANDSCAPE , , . NANED BELOW
REGISTEREDHAS UNDER THE PROVISIONS OF CHAPTER 482,R \
) PERIOD MIRING: 29 ,2020 \
}
\ ; O \
\ '%
'O '0
) ƒ
NICOLE
\ Z \
(' ), �
} k
OTTLAND-01
I Ti3`I'V41T
'- CERTIFICATE OF LIABILITY INSURANCE
° 201=OfYYYY)
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder In lieu of such endorsement s .
PRODUCER
C ACT
Lane -Lennon Commercial insurance, LLCPHONE
PO Box 11
DeLand, FL 32721
FAX
(386) 734-0800 W�(ArG, No):(386) 738-3221
E . dont anelennon.com
INSURER(S) AFFORDING COVERAGE
NAIL Ir
6/14!201$
INSURER A -Old Dominion Insurance Co. -
40231
DAMAGE TO RENTED 500,000
INSURED
INSURER a: Technology Insurance Company
GEN'L AGGREGATE LIMIT APPLIES PER:
X POLICY El J i 0 LOC
OTHER:
INSURER C :
PRODUCTS - COMP/OP AGG _ V 2,0001000
Ott Landscape Maintenance, Inc.
INSURER D:
AUTOMOBILE
_
1413 Hontoon Rd.
Deland, FL 32720
------_ _
INSURER E
INSURER F:
COVERAGES CERTIFICATE NUMBER: REVISION NtIMBFRf
THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
-
MR
TYPE OF INSURANCE
i6'
P O Box 1788 (300 N Park Avenue)
POLICY NUMBER
POLICY EFF
POLICY EXPLIM
LIMITS
A
X GOMMERCIALGENERALLIABRJiY1,000,000
CLAIMS naAOE OCCUR
MPG5529F
6/14!201$
6114/2019
EACH OCCURRENCE
DAMAGE TO RENTED 500,000
MED W1 0,000 ; 10,000
PERSONAL & ADV INJURY 1,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
X POLICY El J i 0 LOC
OTHER:
GENERAL AGGREGATE_ 2,000,000
PRODUCTS - COMP/OP AGG _ V 2,0001000
AUTOMOBILE
_
LIABILITY
ANY AUTO
AUTOS ONLY ASUUHTS
ATOS ONLY AUTOS yy ONi �p Y
COMBINED SINGLE LIMIT
BODILY INJURY Pot
INJURY Peracckjent
BODILY
Fot M AMA?7
UMBRELLA UAB
E=ESS I"
OCCUR
I CLAIMS -MADE
I EACH OCCURRENCE IS
AGGREGATE
DED RETEMION S
B
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIE ORIPARTNNEE VE ECURVE Y�
riEnR)
yy"oos�s a u
Kt-
DESCR1PTtON OPERATIONS bakes
N i A
WC1112680
911312018
9/13/2019
PER aTH
500,000
E.L. EACH ACCIDENT 3
_
E.L. DISEASE- EA EMPLOYE 500,000
E.L. DISEASE • POLICY LIMIT 5000000
DESCRIPTION OF OPERATIONS t LOCATIONS I VEWLIES (ACORD 101, Addiffonal Remarks Schedule. maybe attached N mora apace Is required)
CERTIFICATE HOLDER t'_ANN^_m 1 ATInN
ACORD 25 (2016103) ®1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
City of Sanford
Attn: Purchasing Manager
THE EXPIRATION DATE
ACCORDANCE WITH THE POLICYRPROVISIONS NOTICE WILL BE DELIVERED IN
P O Box 1788 (300 N Park Avenue)
AUTHORIZED REPRESENTATIVE
Sanford, FL 32771
ACORD 25 (2016103) ®1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
CERTIFICATE OF LIABILITY INSURANCE
DATE (IMWDgFNM
05/2312019
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RiGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED 13Y THE POLICiES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S). AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. er is an ADDITIONAL INSURED, the poiicy(Iss) � ust have ADDITIONAL INSURED provisions or be endorsed.
IMPORTANT: It the certN(cate hold
If SUBROGATION IS WAIVED, subject to the terms and conditions of the peifcy, certain policies rrisy raqulre an ertdorsamertt. A statement on
.wr ..awxr...r.. 4n— Net eanfer rinhta to the certificate holder in lieu of such endorsement(s) —
PROWLER Laura e
,S�tatlelibW Sonia Mori State Farm Agent . 386-738.4
975 W Wisconsin Ave laum staphe
�wl
' Deland, FL 32720-3963 iNSURI
A . State Farm
INSURM Ix$Lq Ra
Ott Landscape Maintenance Inc 04sufmc:
1413 Hontoon Rd INS D :
Cleland. FL 32720-3012 u atfim e
REVISION NUMBER:
COVERAGES CERTWtcATE NUMtsr:t:
HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW
CONDITION OF ANY CONTRACT OR OTHER DOCUMENT W'IH RESPECT TO WHICH THIS
INDICATED. NOTWITHSTANDING ANY REQUIREMENT- TERM OR
BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED
CLAIMS.
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAiD
LIWTS
TYPE OF INSURANCE N
CON AL GENERAL LIAOMM EACH OCCURRENCE t
CLAIMS -MADE ❑ OCCUR PREM °0C ;
R1EDE%P ane S
PERSONALSADYiNJURY t
GENERAL AGGREGATES
GENT AGGREGATE LIMIT APPLIES PER.
POUC1 n n L� PRODUCTS-COi41PtOPAGG =
L�!
OT 3
AUTOIA001SLNtMny
ANY AUTO 042 5223 -F20 -59E 12/20/2018 061=019 t#=Y INJURY (Par pwz-0 t 260.000
OMEo SCHEDULED Boov tNAW (Pu *=W&M t 500,000
A AUTOS ONLY AUTOS 984 8137-E23-698 05123J2019 11t23t2019 S 100,000
HIRED
AMOS ONLY RAUTOS QMY
s
tAlEeREttJtLWeH-C—LA-,-,,,,ADE
OCCUR
EACH OCCURRENCE s
AGGREGATE S
EXCESS LU1a
S
[WIA
WORKERS CONA*NEATM
A R
,
EL EACH ACCIDENT E
AND EM/PLOYERW tIARIL Y YON
ANY PROPMETORIPARTNE WEXECUTNE
El..DISEASE -FA EMPL 3
7 r�EXCLUDED'+
IT tlatrrCt under
E L DISEASE -POLICY LIMITf
N
DESCRPMON OFOPERATIONS► LACATMS I YEHICLEa IACORD 101, l WC#imtsi Rac�rrha 6ested++iti �mY ba Nssehad N enoee speta is rogu3rMl
8HOULD ANY OF THE ABOVE DEBCRtBED POLIGt£8 BE CANCELLED BEFORE
THE EXPIRATION DATE 'THEREOF, NOTICE WILL BE DELIVERED iN
City of Samford ACCORDANCE WITH THE POLICY PROVISIONS.
P() Box 1788 (300 N Pant Ave) AuntopjzED Re EWATNE
Sanford, FL 32771
Attention Purchasing Mgr IRFQ IN19-1038 (/L�rtJ " d 3—
G 1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016103) The ACORD Turn and logo are registered marks of ACORD
i00i48g 133819.12 0316201&