Loading...
HomeMy Public PortalAboutCadenhead Pest ControlCITY OF C R E S T V I E W Department of Public Services DIRECTOR - WAYNE STEELE ASSISTANT DIRECTOR — CARLOS JONES The Public Services Department's mission is to develop and maintain the optimum public infrastructure system, secure adequate resources and foster planned quality growth, to promote the welfare of the community. CONTRACT DOCUMENTS for "PEST CONTROL SERVICE" Bid # 12-0223 City of Crestview P.O. BOX 1209 CRESTVIEW, FL 32536 LICENSE NO. 12-00002711 LICENSE YEAR: 2011-2012 BUSINESS CLASSIFICATION: PEST CONTROL LOCATION DOING BUSINESS IN ISSUE CADENHEAD SERVICES, INC. TO 2748 HUGO LANE CRESTVIEW FL 32536 SUBJECT TO FLORIDA STATUES FOR LOCAL BUSINESS TAX RECEIPTS DATE ISSUED: April 02, 2012 LICENSE VALID THROUGH: September 30, 2012 AMOUNT PAID: 0.00 LOCAL BUSINESS TAX RECEIPT CITY CLERK THIS MUST BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS. PENALTY FOR FAILURE TO DO SO. CITY OF CRESTVIEW Director Department of Public Services Telephone No. (850) 682-6132 Brona D. Steele 715 Ferdon Boulevard North Fax No. (850) 682-7359 E-Mail: steeleacitvofcrestview.orq Crestview, Florida 32536 E-Mail: oublicservicesecvflora.accoxmail.com January 25, 2012 INVITATION TO BID The Department of Public Services is soliciting competitive sealed proposals for PEST CONTROL SERVICE Bid # 12-0223 for the City of Crestview. Bid documents are available at our office on 715 Ferdon Boulevard North, Crestview, FL between the hours of 6:30 AM to 5:00 PM, Monday — Thursday. Bids will be publicly opened and read in the Council Chambers at City Hall, 198 N. Wilson Street, Crestview, Florida 32536, at 2:00 P.M. local time, February 23, 2012. Bids received after 2:00 P.M. will not be accepted. Bids should be submitted on the bid documents provided by the City in a sealed envelope with the following clearly typed or printed on the outside: Project Name and Submitting Company Name, address, and license number. Bid can be mailed to: Betsy Roy, City Clerk P.O. Box 1209, 198 N. Wilson Street, Crestview, FL 32536. The scope of work includes the Pest Control Services for various City locations detailed in the bid form. The term of the contract will be a two (2) year contract; with a renewable clause of a one (1) year period; upon such terms and conditions as both parties may agree. The successful bidder will be required to sign a standard City Contract, furnish a Certificate of Insurance and be licensed with the city. If you have any questions, contact Carlos Jones / Asst. Director, City of Crestview Department of Public Services, 715 Ferdon Boulevard North, Crestview, Florida, at (850) 682-6132. Award will be made to the lowest responsible and responsive bidder. The City of Crestview reserves the right to reject any or all bids, to waive technicalities, and to make an award as deemed in its best interest. Either party may terminate the Contract resulting from this bid by giving the other party hereto sixty (60) days written notice of termination. The City shall not be required to give Contractor such written notice if in the opinion of the City, the Contractor is unable to perform its obligations hereunder, or if in the City's opinion, the services being provided are not satisfactory. In such case, the City may immediately terminate the Contract by mailing a notice of termination to the Contractor. The City of Crestview will in no way be liable for any costs incurred by any bidder in the preparation of its Bid in response to this Invitation to Bid. The CITY OF CRESTVIEW, FLORIDA does not discriminate on the basis of race, color, national origin, sex, religion, age, and handicapped status in employment or provision of service. Department of Public Services Brona D. Steele, Director PEST CONTROL SERVICE I. GENERAL CONDITIONS A. The purpose of this bid is to establish a firm fixed price for Pest Control Service at various City locations in accordance with the Department of Public Services for the City of Crestview, FL. B. The City reserves the right to reject any one or all bids, or any part of any bid, to waive any informality in any bid and to award a contract deemed to be in the best interest of the City. C. Bidders are urged to make on -site inspections of facilities; call Linda Rogers or Stephanie Raybon at (682-6132) to make arrangements. Specifications are open to public inspection and may be obtained from the Department of Public Services 715 N. Ferdon Blvd, Crestview, FL. D. All specifications described herein shall be strictly adhered to and under no circumstances will any alternate bids be accepted except where requested herein. Bids shall be sealed and the envelope plainly marked with requested bid identification. Bids must be plainly marked "Bid for: PEST CONTROL SERVICES Bid #12-0223 — Contractor's Name, Address, License Number and bid date — Feb. 23, 2012. Only bids submitted on the City bid sheet will be considered responsive. E. The successful bidder shall provide with the contract, a list of not less than three (3) current references for which comparable services have been provided, including name, address, telephone, and contact person. F. Bidder shall be deemed an independent contractor as to all work required and not an agent or servant in the employ of the City. G. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity. Cadenhead Services. Inc. P.O. Box 97 Crestview, FL 32536 (850) 6824333 Office (850) 689-1765 Fax February 20, 2012 PROPOSAL BIDDERS NAME: CADENHEAD SERVICES, INC. PROJECT: PEST CONTROL SERVICE Bids 12-0223 for the City of Crestview, Florida The Bidder proposes (to furnish all material and equipment and perform all Work for the lowing price: Item No. Description Monthly I Yearly I 2 3 6 9 10 11 12 13 14 15 Council on Ageing (198 S. Wilson Street) City Ilall (198 N. Wilson Street) Public Services (715 N. Ferdon Blvd) Public Services Maintenance Bldg. (Industrial Blvd.) George H. Whitehurst Building (201 Stillwell Blvd.) S22.00 S264.00 $22.00 S264.00 $22.00 S264.00 $22.00 Fire Station VI (321 I.V. Woodruff) $22.00 S264.00 $264.00 $22.00 Fire Station 1,,i2 (2106 P.J. Adams Parkway) Fire Station 43 (585 Brookmeade Drive) $22.00 $264.00 $22.00 $264.00 $264.00 Environmental Center (Butler Circle) S22.00 Twin Hills Park Recreation Center (100 S. Hathaway) S22.00 Communi�Center (144.6 Commerce Drive) OST Park & Senior Center (205 Stillwell) $22.00 $264.00 $264.00 $22.00 Fairview Recreation Center (649 McClelland) $22.00 911 Call Center (P.J. Adams Parkway) City Library. (1445 Commerce Drive) $264.00 S264.00 S264.00 $22.00 $22.00 S264.00 Yearly Total TOTAL BASE BID $(Numerals) $3,960.00 (Written) Three Thousand Nine Ilundred Sixty and No Cants P-1 $264.00 $3,960.00 Provides pricing for all required labor, equipment and materials to complete all the work indicated for the city as indicated in these specifications. If there is a difference between the numerical or written values, the written will take presidence or whichever is in the best interest of the City of Crestview, Florida. Ao€,,,4r14ncl e�4 rZv cG � =r EL , Print game of;ontractor f / /,1 / l / i rTY_f Phone Reofesentatt�ive of Contractor Signature Date x I:x-r1l�FL Cf1J�JIh�F1Q P-2 CITY OF CRESTVIEW Director Department of Public Services Telephone No. (850) 682-6132 Brona D. Steele 715 Ferdon Boulevard North Fax No. (850) 682-7359 E-Mail: steeleOcitvofcrestview.orq Crestview, Florida 32536 E-Mail: oublicservicesecvflora.accoxmail com March 13, 2012 CADENHEAD SERVICES P.O. Box 97 Crestview, FL 32536 Re: NOTICE OF AWARD - "Pest Control Contract #12-0223" Dear Mr. Cadenhead, Bids were received on Feb. 23, 2012 in the Council Chambers, and publicly opened and read. Your firm has been determined to be the low and responsive bidder for the subject project. At the City Council meeting on Mar. 12, 2012 the Council approved your bid in the amount of the unit prices in your bid proposal. The City is ready to structure and execute a "Contractual Agreement' with your firm. We are supplying you with four (4) sets of contract documents in which we have inserted copies of your bid proposal and a copy of this Notice of Award. Please return these documents within ten (10) days of your receipt of the contract documents. Will you please: 1. Sign all four sets in the required spaces. 2. Please insert a copy of your Certificate of Insurance in each of the four contract documents. 3. Please insert a copy of your city license in each of the four contract documents 4. Return all four sets to us for signature of the Mayor and the Clerk. Once the contract has been executed and signed by the City of Crestview, we will issue a Notice to Proceed. Regards, Wayne Steele Director Department of Public Services STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR (This document has important legal consequences; consultation with an attorney is encouraged with respect to its completion or modification). THIS AGREEMENT made as of the 01 day of April in the year 2012 by and between, the CITY OF CRESTVIEW, FLORIDA, (hereinafter called OWNER) and CADENHEAD SERVICES, INC. (hereinafter called CONTRACTOR), WITNESSETH THAT OWNER and CONTRACTOR in consideration of the mutual covenants hereinafter set forth, agree as follows: 1. WORK. The CONTRACTOR shall perform all Work as specified or indicated in the Contract Documents for the completion of the Project generally described as follows: PEST CONTROL SERVICES CONTRACT Bid # 12-0208 2. The CONTRACTOR will furnish the materials, supplies, tools, equipment, labor, and other services necessary to perform the PROJECT described herein. 3. CONTRACT TIME. The contract will be a two (2) year contract; with a renewable clause of a one (1) year period, upon such terms and conditions as both parties may agree. 4. The CONTRACTOR agrees to perform all of the work described in the CONTRACT DOCUMENTS as reflected in the Bid form and to comply with the terms and conditions thereof, for the total of $3,960.00 a year as shown in the BID PROPOSAL FORM. 5. The OWNER shall make progress payments on account of the Contract Price upon receiving an invoice monthly for each building listed on the BID PROPOSAL FORM and priced by the monthly bid price. 6. CONTRACT DOCUMENTS. The Contract Documents which comprise the Contract between Owner and Contractor are attached hereto and made a part hereof and consist of the following: 7.1 Invitation to Bid 7.2 General Conditions 7.3 Contractor's Bid Proposal 7.4 Notice of Award, (dated March 13, 2012) 7.5 Standard Form of Agreement 7.6 Insurance Requirements 7.7 Public Entity Crimes Pest Control Service -1- CERTIFICATE OF INSURANCE Issue Date: 03/16/12 Producer GREAT SCOT! INSURANCE, INC. 12155 Metro Parkway, Ste. 28A Fort Myers, FL 33966-8302 Phone: 239-561-3900 / 800-927-0918 Fax: 239-561-0996 www.gsiinsurance.com THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW Insured CADENHEAD SERVICES, INC. P.O. Box 97 Crestview, FL 32536-0097 2798 Hugo Lane Crestview, FL 32539-6369 Insurer A: Insurer B: Insurer C: Insurer D: Insurer E: Insurers Affording Coverage StarNet Insurance Company Nautilus Insurance Company Coverages THE POLICIES OR 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 Co Ltr Type of Insurance Policy Number Pol. Eff. Date Pol. Exp. Date Limits of Liability A General Liability DB Commercial General Liability O Claims Made an Occurrence 0 PSP0003119-07 01/01/12 01/01/13 General Aggregate $2,000,000 Products-Comp/Ops Agg $2,000,000 Personal & Adv Injury $1,000,000 Each Occurrence $1,000,000 Fire Damage (Any One Fire) $100,000 Medical Expense (Any One Person) $5,000 0 Automobile Liability O Comprehensive Ded. $0 O Collision Ded. $0 O Hired Autos O Non -Owned Autos O Autos Specified on Schedule Combined Single Limit $0 Bodily Injury (per person) S0 Bodily Injury (per accident $0 Property Damage $0 Excess Liability O Umbrella Form O Other Than Umbrella Form Each Occurrence $0 Aggregate $0 Worker's Compensation And Employer's Liability Statutory Each Accident $0 Disease -Policy Limit $0 Disease -Each Employee $0 A Property (Wind & Hail Excluded) PSP0003119-07 01/01/12 01/01/13 Contents Limit $3,000 BI & EE $3,000 B Property (Wind & Hail Included) NN203627 01/01/12 01/01/13 Building Limit $50,000 Contents Limit $15,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS PEST CONTROL OPERATION WDO Inspection Professional Liability $1,000,000 Limit Included Certificate Holder City of Crestview 715 Ferdon Blvd North Crestview, FL 32536 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. Authorized Representative 421... 541)L V9` 14csc Form 25-S (7/97) ACORD CERTIFICATE OF LIABILITY INSURANCE DATE 03/16/2012 PRODUCER Larry White & Assoc. Insurance Agency 196 East Nine Mile Road Suite A Pensacola FL 32534 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURED Cadenhead Service Inc Po Box 97 Crestview FL 32536-0097 INSURER Auto Owners Insurance Company INSURER B. SUmmlt INSURER C INSURER D: INSURER E: COVERAGES THEPOLICIES OF INSURANCE LISTEDBELOW HAVE BEEN ISSUED TOTHE INSURED NAMEDABOVE FORTHE 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. INS NTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE nATE IMM/nomn POLICY EXPIRATION nATE(MWnn/YY) LIMITS GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ FIRE DAMAGE (Any one fire) $ CLAIMS MADE OCCUR MED EXP (Any one person) $ PERSONAL 6 ADV INJURY $ GENERAL AGGREGATE $ . GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ POLICY PRO- IFC.T LOC A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS 95-506-058-00 06/28/2011 06/28/2012 COMBINED (a accident)INGLE LIMIT S500,000 BODILY INJURY (Per person) $ X BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY AGG $ EXCESS LIABILITY OCCUR CLAIMS MADE DEDUCTIBLE RETENTION $ EACH OCCURRENCE $ AGGREGATE $ $ $ $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY 0520-39676 2/1/2012 2/1/2013 WC STATU- OTH- TORY I NITS FR E.L EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $1,000,000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS ADDITIONAL INSURED' INSURER LETTER: City of Crestview 715 Ferdon Blvd North Crestview, FL 32536 ACORD 25-S (7/97) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 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 REPRESENTATIVES. AUTHORIZED REPRESENTATN © AC a RD CORPORATION 1988  ssaulsnq Apo Ann si animas Jawolsn0 luon" xelesoolello" iwa ausgaM ono I!sln o3 la6Jo; Luna " ssaoald oluwloala ay;;o uonenslululpe NI JO; OW aoualuanuoo a Red wasn peen mai0 :uonuany sluaLuAed Ile JO; spien main ssaidx3 ueopatuy q Janoasla ` ueOJaiseyy `esiA;donne am 178lL-L99 (098) # �� 0809-689 (098) / 0811-1-99 (098) luawa6eueiN ylMaO }o lualupedea Alunoo esoole>10 :nnolaq uMoys sJagwnu auo Ilan aseald `eouenssl pep Aoueledwoo uo suopsenb Jo3 SZ� ld `u!Isaa ZZ L Pun " JO suowwo0 ZLO�� ZbSZE ld `9dV 463 `any anew uen O LE `O LZ 6P19 f& 8L9ZE ld 'ell!nao!N N 98 AMH 909 f& 9ESZE ld `Artevueio LOL ai!nS `1094s uosl!M " N ZOE " 9179ZE ld 'pees uolleM 'ld LLL el!nS 3N Aenoped u1163 EL 00EL-1.99 (098) ao 00L9-689 (099) :enoleq uMoys snob;o ay;;o auo pewoo 04 eleusay iou op aseald spp 6uluJa3u00 suopsenb Aue eney nog( ��l aoloelio3 xel Aluno3 esoolemp S3HJAH SIEIHO TONINOZ ONIOf110NI '3ONVNIO1.101V001 0148 31V1S HIIM A1d1100 1Sf1164 NOIIVOI1ddV 3H11331:I803 ONV 3nu SI ONV N031i311 031VOIONI NO SS3d01ld HO - ISna 3141 HOd 30tl11 SI 1413331:1 XVI SS r7 = IYOOI SI .. 1111/3MS I 1'ZZ  0' 0 00' 0 00' 0 00' ZZ 00'0 9�SZ� 1d 'M3IA1S311O L6 X09 Od ONI S3OIA113S aV3HN3aVO 100 S3OIAN3S aV3HN34110 AllVN3d 00'ZZ Pled 1NnoWV T TOZ/SZ/80 8139Z� 13 'e1I1Ae9!N 'LSE 4 x08 'Od 1d143X3NON 9�17�00TT-L6 Joloalio3 xel Aluno3 esoomo :01318VAVd Sx33110 3xYW XVI IVNIJIaO 6�SZ� 1d 1M3IALS3110 ss3aaav a33SNval N1 09f1H 8bLZ ss3Nls11e SS3NISf18 M3N papa loo Xel SS3NISf18 1VM3N3a A1Nnoo vsoo-n to 10211NOO IS3d LS09Z 3O 3dAl 1V1N3W31ddf1S T S33A01dW3 S1V3S SWOOa W S3NIHOV /S3111110V3 ZTOZ 'OE 11381.431d3S SnIdX3 9L6S000LS09Z ON td13031:1 Valaold do 31V1S Id13031i XVISSMISO91V00'1 AINn00 VS0011/310 ZTOZ - TTOZ 1101031100 XVIAINf100 VS001VHO S3HJAH SUMO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR 7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. OWNER: CITY OF CRESTVIEW By David Cadle, Mayor Attest Elizabeth M. Roy, City Clerk Attest Pest Control Service CONTRACTOR: C 'Sties N f eh.) SSN �S I n•L li4 0(4-11-e_/ By Op‘ s Print!Type KI) -O S 14,1(A42-1-- S� r_ er -C. ti se,jRcesidertt) % �v Attest 464„ 4-- 73"1, e(4. GoL -2- sl ik. "°.. BRENDA M. CADENHEAD 4 Commission DD 792010 4,5 Expires July 5, 2012 RP Borgad Nu Troy Fun Insurance 800-3e5-761 i Insurance Requirements Contractor shall procure and maintain, for the duration of the contract, insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the contractor, his/her agents, representatives, employees, or subcontractors. The cost of such insurance shall be borne by the contractor. A. Minimum Scope of Insurance: Coverage shall be at least as broad as: 1. Insurance Services Office Form No. CG 0001 (11/85) or CG 0002 (2/86) Commercial General Liability; and Insurance Services Office Form No. GL 0404 (5181) Broad Form Comprehensive General Liability ; endorsement, and 2. Insurance Services Office form No. CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 "any auto", and CA 0002 (1/87), and 3. Workers' Compensation as required by the State of Florida and Employers' Liability insurance: B. Minimum Limits of Insurance: Contractor shall maintain coverage's and limits as follows: 1, General Liability: Aggregate Limit: $1,000,000. Products and completed operation aggregate limit: $500,000. Personal and advertisin injury limit: N/A. Each occurrence limit: 500 000. Fire damage limit: $50,000 any one fire. Medical expense limit: $5.000 per person. Owner's and contractor's protective: yam. Pollution - limited form: N/A. Pollution: N/A. Premises and Operations: N/A. Contractual: y . Blanket: no. (1) Designated contractors (specify): City of Crestview 2. Automobile Liability: (a) Business auto with symbol(s): one (1) (b) Limit per accident: 1,000,000. 3. Workers' Compensation as required by Florida laws, and Employer's Liability with the following minimum limits: (a) Each accident: $100,000. Appendix 18-1 c (b) Per employee disease: $100,000. (c) All claims disease: $500,000. C. Deductibles and Self -Insured Retentions: Any deductible or self -insured retention must be declared to and approved by the City. At the option of the City, either the insurer shall reduce or eliminate such deductibles or self insured retentions as respects the City, its officials and employees, or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. D. Other Insurance Provisions: The policies are to contain or be endorsed to contain the following provisions: 1. General Liability and Automobile Liability Coverage's: (a) The City, its officials, employees and volunteers are to be covered as additional insured's as respects: liability arising out of activities performed by or on behalf of the contractor; products and completed operations of the contractor; or automobiles owned, leased, hired, or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. (b) The contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be excess of contractor's insurance and shall not contributed with it. (c) Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees and volunteers. (d) Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 2. Workers' Compensation and Employer's Liability Coverage: The insurer shall agree to waive all rights of subrogation against the City, its officials, employees and volunteers for losses arising from work performed by the contractor for the City. 3. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided cancelled, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. E. Acceptability of Insurers: Insurance should be placed with insurers having a Bests' rating of A -Excellent and Xiii Financial Size. F. Verification of Coverage: Contractor shall furnish the City with certificates of insurance and with original endorsements affecting coverage's required by this appendix. The certificates and endorsement for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificate and endorsement are to be on forms provided or approved by the City and are to be received and approved in final form by the City before work commences. Appendix 18-2c G. Subcontractors: Contractor shall include all subcontractors as insured's under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverage's for subcontractors shall be subject to all of the requirements stated herein. H. Bidder's Qualifications: If insurance is required pursuant to an invitation for bid or request for proposal (RPP), bidder shall submit with his/her bid or proposal evidence that he/she can meet the requirements of this appendix. Such evidence may be in the form of an insurance binder; however, prior to work commencing, bidder must comply with paragraph F above. ALL QUESTIONS REGARDING INSURANCE MUST BE DIRECTED TO THE CITY CLERK, TELEPHONE 850-682-6131 OR FAX 850-689-4575. Appendix 18-3c Bid or Contract No. 12-0208 SWORN STATEMENT UNDER SECTION 287.133(3)(A) FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES. (To be signed in the presence of a notary public or other officer authorized to administer oaths.) STATE OF 7E7id/1 COUNTY OF etalLAZSA Before me, the undersigned authority, personally appeared RPO-PA- S who, being by me first duly sworn, made the following statement: 1. The business address of a--)`E 1C 1\u (r-p (Name of bidder or contractor) is C A49 S 5-ES ►P- c- (statement). 2. My relationship to CM)( N ("-A, S� ltv I Cf ) I (" c— (contractor) is S'`1\,`11 t S._ (n NV O CS r` (relationship such as sole Proprietor, partner, president, vice president, etc.) 3. I understand that a public entity crime as defined in Section 287.133 of the Florida Statutes includes a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity in Florida or with an agency or political subdivision of any other state or with the United States, including but not limited to, any bid or contract for goods or services to be provided to any public entity or such an agency or political subdivision and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 4. I understand that "convicted" or "conviction" is defined by the statute to mean a finding of guilt or a conviction of public entity crime, with or without an adjudication of guilt, in any federal or state trial court or record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. 5. I understand that "affiliate" is defined by the statute to mean (1) a predecessor or successor of a person or a corporation convicted of a public entity crime, or (2) an entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime, or (3) those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an ' r affiliate, or (4) a person or corporation who knowingly entered into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months. 6. Neither the bidder or the contractor nor any officer, director, executive, partner, shareholder, employee, member or agent who is active in the management of the bidder or contractor nor any affiliate of the bidder or contractor has been convicted of a public entity crime subsequent to July 1, 1989. (Draw a line through paragraph 6 if paragraph 7 below applies). 7. There has been a conviction of a public entity crime by the bidder or contractor, or an officer, director, executive, partner, shareholder, employee, member or agent of the bidder or contractor who is active in the management of the bidder or contractor or an affiliate of the bidder or contractor. A determination has been made pursuant to Section 287.133(3) by order of the Division of Administrative Hearings that it is not in the public interest for the name of the convicted person or affiliate to appear on the convicted vendor list. The name of the convicted person or affiliate is - . A copy of the order of the Division of Administrative Hearings is attached to this statement. (Draw a line through paragraph 7 if paragraph 6 above applies) As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Date 3 12m 1 Iti Sign � (Contr tor) Print/Type gA-k...(' « St v tj < < . C lrr" Sworn to and subscribed before me in the state and county first mentioned above on the Q2L.)day of /i"t�f(.. , 20 1a' m Notary Public My Commi ion expires AFFIX SEAL IIM i $0-11, BRENDA M. CADENHEAD Commission DD 792010 ' Expires July 5, 2012 Bond•d Tlxu Troy Faun Insurance 800.385.7019 S Cadenhead Services, Inc. P.O. Box 97 Crestview, Fl. 32536 (850) 682-4333 Office (850)689-1765 Fax February 20, 2012 City of Crestview 715 Ferdon Blvd North Crestview, FL 32536 Re: Pest Control Service Bid# 12-0223 Bidder References 1) Ken l lair Children in Crisis, Inc. P.O. Box 613 Shalimar, FL 32579 (850) 8644242 2) Steve Bolton Okaloosa County School District Progratn Director, Maintenance 202A North Highway 85 Niceville, FL 32578 (850) 833-3534 3) Jason Driver Lewis School 281 Mississippi Ave. Valparaiso, FL 32580 (850) 8334130 V CES (iPlou 4 o i?x About Cadenhead Services, inc. Cadenhead Services, inc. is a multi -generational company, family owned and operated with over 75 years of experience in the pest control industry. Cadenhead Services is currently has 4 Certified Pest Control Operators Licensed in Florida. one of which is an Associate Certified Entomologist. Batted pit out of Crestview we provide essential pest control services and protection against termite damage, rodents and insects to Okaloosa, Walton. I lohnes, Santa Rosa, and Escambia County. Cadenhead Services is also proud to hold the QualllyPro designation. like the Good Housekeeping Seal of Approval achieved by fewer than 10 percent of pest control companies in the U.S. This designation offers ctmsumers solid proof of the thoroughness and quality of services offered by Cadenhead Services, Inc. No matter what we service, "WC believe that quality service is our most important job." Sincerely, Michael Cadenhead CEO .Iw mars nl rsse'H.s m xs.: manayrmrr, www.DoutBugMe.com