Loading...
Item J2BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date:March 16, 2011 Division: Growth Management Bulk Item: Yes X No _ Department: Planning and Environmental Resources Staff Contact Person/Phone #: Jane Tallman, ph. 509-0998 AGENDA ITEM WORDING: Approval of the selected contractor, Krent-Paffett-Carney Inc. (dba Experience Design), and contract for Interpretive Planning and Design Contracting Firms to Design, Fabricate, and Install Interpretive Panels for the Florida Keys Scenic Highway. ITEM BACKGROUND: The Florida Keys Scenic Corridor Alliance and Monroe County as the Local Agency Program (LAP) Agent were awarded a National Scenic Byways Grant for its proposed Interpretive Panels Project which will provide $45,000 for the design, fabrication and installation of Interpretive Panels at four (4) indoor visitor center locations on the Florida Keys Scenic Highway corridor from Key West to Key Largo. Monroe County entered into a LAP Agreement with the FDOT in July 2010 which provides the funding from this grant. A Request for Proposals (RFP-GMD-349-16-2010-PUR/CV) was advertised with a closing date of December 15, 2010. A selection committee met in a publicly advertised meeting on January 18, 2011, to evaluate the proposals. Based on review of six (6) proposals, Synergy Design Group ranked #1 but has since filed for bankruptcy. Therefore, the selection committee recommends the #2 ranked firm, Krent-Paffett-Carney Inc. (dba Experience Design). Work will commence under the contract on approximately July 1, 2011, pending the execution of LAP Agreement Supplemental Agreement #1, which extends the LAP Agreement expiration date to June 30, 2012. PREVIOUS RELEVANT BOCC ACTION: On April 21, 2010, the BOCC approved the execution of the LAP Agreement with FDOT which provides funding from the National Scenic Byways Grant Award for the Florida Keys Scenic Highway Interpretive Panels Project. On October 20, 2010, the BOCC approved advertising the Request for Proposals (RFP-GMD-349-16- 2010-PUR/CV) for this project. CONTRACT/AGREEMENT CHANGES: N/A STAFF RECOMMENDATIONS: Approval TOTAL COST: $45,000 INDIRECT COST: BUDGETED: Yes X No DIFFERENTIAL OF LOCAL PREFERENCE: COST TO COUNTY: $0 SOURCE OF FUNDS: _S0518-GW1002 (grant funded through LAP Agreement with FDOT) REVENUE PRODUCING: Yes _ No X AMOUNT PER MONTH Year APPROVED BY: County Atty OMB/Purchasing Risk Management DOCUMENTATION: Included X Not Required DISPOSITION: AGENDA ITEM # Revised 7/09 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: Krent-Paffett-Carney Inc. Contract # dba Experience Design Effective Date: March 16, 2011 Expiration Date: October 31, 2011 Contract Purpose/Description: Contract to Design, Fabricate, and Install Interpretive Panels for the Florida Keys Scenic Highway. The project is grant funded through LAP Agreement with FDOT. Contract Manager: Jane Tallman 2521 Planning and Environmental Resources (Name) (Ext.) (Department/Stop #) for BOCC meeting on March 16, 2011 Agenda Deadline: March 1, 2011 CONTRACT COSTS Total Dollar Value of Contract: $ 45,000 Current Year Portion: $ 45,000 Budgeted? Yes® No ❑ Account Codes: Grant: $ 45,000 County Match: $ 0 Estimated Ongoing Costs: $0/yr (Not included in dollar value above) Date In Division Director Lf-11 Risk Management O.M.B./Purchasing County Attorney Comments: r_ 125-50518-530490-GW1002-530340 ADDITIONAL COSTS For: CONTRACT REVIEW Changes Date Out Needed Yes❑ No Reviewer Yes❑ No a 11 Yes❑ No `-24q ---j- .....f l Yes❑ No r- fa umb r orm xevisea 212 /f u l mup #1 a d N d, Q M 0 a LL K O r W W W x 0 Ln it Z O :J lit O Z O O LA. ZW a W W Z Q 0 Z e W a U c9 W W 0 �{ b� QIM�rH 00 N i tA H �1i �IoO 0a0 N E Y `"' `° in d--- g 1 1 ,A » 1 1 wrIn N a to f K1 N ,� e C H Ll g o i l u`itN $ 1 f ai 07 4► «+ r a a`ci a Gl Gi a r a a a mzi 010 0 010 f zlz z zi ®� is B ;a 1.0 �iQa f0 cc i 10 t c It _W6 P� j RFP-GMD-349-16-2010-PUR/CV Design, Fabricate, and Install Interpretive Panels for the Florida Keys Scenic Highway January 18, 2011 Selection Committee Ranking Meeting Meeting Minutes The Selection Committee (Committee) for RFP-GMD-349-16-2010-PUR/CV met on Tuesday, January 18, 2011 at 2 p.m. at 2798 Overseas Highway, Marathon, FL. The following members were present: Townsley Schwab, Director of Planning and Environmental Resources; "Trish Smith, Transportation Planner; and Jane Tallman, Scenic Highway Coordinator. There were no members of the public in attendance. The Committee began reviewing the proposed project, the score sheet, and the required submittal forms. Each of the seven responses was evaluated to determine if they met the minimum qualifications. One responder, Tidewater Graphics, did not submit the necessary submittal forms and, therefore, was not included in the ranking process. The remaining six responses included the necessary submittal forms. The Committee then reviewed and discussed the response packages and the information provided. After thorough discussion, each committee member, working independently, scored each of the six respondents. Committee member scores were individually summed and ranked. The final ranking was determined by averaging the individual rankings (see page 2). The final ranking was as follows: Firm Rankin Synergy Design Group l Mactec Experience Design 2 Conservation by Design 4 Calvin Giordano 4 Aecom 6 The selection committee unanimously agreed that Synergy Design Group was the top ranked firm and would be recommended to the Monroe County Board of County Commissioners as the qualified contractor for this project. There being no further business, the meeting was adjourned at 2:45 p.m.. rl Minutes prepared byrr Jand Tallman, P.E., Scenic Highway Coordinator CONTRACT FOR PROFESSIONAL SERVICES BETWEEN OWNER AND CONTRACTOR THIS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN OWNER AND CONTRACTOR (the "Contract" or "Agreement") is made and entered into by Monroe County ("Owner" or "County"), a political subdivision of the State of Florida, whose address is 1100 Simonton Street, Key West, Florida 33040, its successors and assigns through the Monroe County Board of County Commissioners (`BOCC"), and Krent- Paffett-Carney Inc. dba Experience Design, the ("Contractor"), incorporated in the state of Massachusetts, whose address is 355 Congress Street, Boston, MA, 02210, its successors and assigns on the 16th day of March, 2011. NOW, THEREFORE, in consideration of the mutual promises, covenants and agreements stated herein, and for other good and valuable consideration, the sufficiency of which hereby acknowledged, the Owner and the Contractor agree: ARTICLE 1 REPRESENTATIONS AND WARRANTIES By executing this Contract, Contractor makes the following express representations and warranties to the Owner: 1.1 The Contractor is a professional qualified to act as the Contractor for the assignment and is licensed to practice by all public entities having jurisdiction over the Contractor and the assignment; 1.2 The Contractor shall maintain all necessary licenses, permits or other authorizations necessary to act as Contractor for the assignment until the Contractor's duties hereunder have been fully satisfied; 1.3 The Contractor shall prepare all documents that may be developed under this Contract including, but not limited to, all contract plans and specifications, in such a manner that they shall be in conformity and comply with all applicable law, codes and regulations. The Contractor warrants that any documents prepared as a part of this Contract will be adequate and sufficient to accomplish the purposes of the task order, therefore, eliminating any additional construction cost due to missing or incorrect design elements in the contract documents; 1.4 The Contractor assumes full responsibility to the extent allowed by law with regards to his performance and those directly under his employ as Contractor of Record. 1.5 The Contractor's services shall be performed as expeditiously as is consistent with professional skill and care and the orderly progress of the Work. The Contractor shall submit, for the Owner's and Monroe County Growth Management Division's information, a schedule for the performance of the Contractor's services which may be adjusted by task order as the work proceeds if approved by the Owner, and shall include allowances for periods of time required for the Owner's and Monroe County Growth Management Division's review, and for approval of submission by authorities having jurisdiction over the services. These adjustments shall not be considered modifications of the contract and may be approved by the Monroe County Growth Management Division Director. Time limits established by this schedule and approved by the Owner may not be exceeded by the Contractor except for delay caused by events not within the control of the Contractor or foreseeable by him. 1.6 In providing all services pursuant to this agreement, the Contractor shall abide by all statutes, ordinances, rules and regulations pertaining to, or regulating such services, including those now in effect and hereinafter adopted. Any violation of said statutes, ordinances, rules and regulations shall constitute a material breach of this agreement and shall entitle the County to terminate this agreement immediately upon delivery of written notice of termination to the Contractor. ARTICLE II SCOPE OF CONTRACTOR'S BASIC SERVICE 2.1 DEFINITION Contractor's Scope of Basic Services consists of those described in Attachment A: Scope of Work and Schedule of Deliverables. The Contractor shall commence work on the services provided for in this Agreement promptly upon his receipt of a written notice to proceed from the County. 2.2 CORRECTION OF ERRORS, ONUSSIONS, DEFICIENCIES The Contractor shall, without additional compensation, promptly correct any errors, omissions, deficiencies, or conflicts in the work product of the Contractor or its subcontractors, or both. 2.3 NOTICE REQUIREMENT All written correspondence to the County shall be dated and signed by an authorized representative of the Contractor. Any notice required or permitted under this agreement shall be in writing and hand delivered or mailed, postage pre -paid, to the County by certified mail, return receipt requested, to the following: To the County: Christine Hurley, Division Director Monroe County Growth Management Director 2798 Overseas Highway, Suite 410 Marathon, Florida 33050 Roman Gastesi, County Administrator 1100 Simonton Street, Suite 205 Key West, FL 33040 To the Contractor: Larissa Hallgren, COO & Principal Experience Design 355 Congress Street Boston, MA 02210 ARTICLE III OWNER'S RESPONSIBILITIES 3.1 The Owner shall designate Monroe County Growth Management Division to act on the Owner's behalf with respect to the task orders. The Owner or Monroe County Growth Management Division shall render decisions in a timely manner pertaining to documents submitted by the Contractor in order to avoid unreasonable delay in the orderly and sequential progress of the Contractor's services. However, the parties acknowledge that due to Monroe County Policy, Ordinances or State or Federal Statute there may be times when a decision must be made by the BOCC, in which case any delay shall not be attributed to Monroe County or its representative. 3.2 The Owner shall furnish the required information and services and shall render approvals and decisions as expeditiously as necessary for the orderly progress of the Contractor's services and work of the contractors. 3.3 The Owner's review of any documents prepared by the Contractor or its consultants shall be solely for the purpose of determining whether such documents are generally consistent with the Owner's criteria, as and if, modified. No review of such documents shall relieve the Contractor of responsibility for the accuracy, adequacy, fitness, suitability or coordination of its work product. ARTICLE IV INDEMNIFICATION AND HOLD HARMLESS Notwithstanding any minimum insurance requirements prescribed elsewhere in this agreement, the Contractor covenants and agrees that it shall defend, indemnify and hold the County and the County's elected and appointed officers and employees harmless from and against (i) any claims, actions or causes of action, (ii) any litigation, administrative proceedings, appellate proceedings, or other proceedings relating to any type of injury (including death), loss, damage, fine, penalty or business interruption, and (iii) any costs or expenses that may be asserted against, initiated with respect to, or sustained by, any indemnified party by reason of, or in connection with, (A) any activity of Contractor or any of its employees, agents, contractors in any tier or other invitees during the term of this Agreement, (B) the negligence or willful misconduct of Contractor or any of its employees, agents, contractors in any tier or other invitees, or (C) Contractor's default in respect of any of the obligations that it undertakes under the terms of this Agreement, except to the extent the claims, actions, causes of action, litigation, proceedings, costs or expenses arise from the intentional or sole negligent acts or negligent acts in part or omissions of the County or any of its employees, agents, contractors or invitees (other than Contractor). Insofar as the claims, actions, causes of action, litigation, proceedings, costs or expenses relate to events or circumstances that occur during the term of this Agreement, this section will survive the expiration of the term of this Agreement or any earlier termination of this Agreement. In the event the completion of the project (including the work of others) is delayed or suspended as a result of the Contractor's failure to purchase or maintain the required insurance, the Contractor shall indemnify the County from any and all increased expenses resulting from such delay. In the event the completion of the project (including the work of others) is delayed or suspended as a result of the Contractor's failure to purchase or maintain the required insurance, the Contractor shall indemnify the County from any and all increased expenses resulting from such delay. The first ten dollars ($10.00) of remuneration paid to the Contractor is for the indemnification provided for above. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this agreement. ARTICLE V 5.1 PERSONNEL The Contractor shall assign only qualified personnel to perform any service concerning the project. ARTICLE VI 6.1 TIME OF COMMENCEMENT AND COMPLETION The services to be rendered by the Contractor shall commence on approximately July 1, 2011, upon written notice from the County and the work shall be completed by October 31, 2011, in accordance with the Scope of Work and Schedule of Deliverables, Attachment A, unless it shall be modified in a signed document, by the mutual consent of the County and Contractor. ARTICLE VII 7.1 COMPENSATION The maximum compensation available to the Contractor under this agreement is $45,000.00. The Contractor shall submit invoices with progress reports of activities according to the Scope of Work and Schedule of Deliverables, Attachment A. The County agrees to pay the Contractor upon completion of said deliverables until the work under this agreement is completed. 7.2 PAYMENT TO CONTRACTOR 7.2.1 Payment will be made according to the Local Government Prompt Payment Act. Any request for payment must be in a form satisfactory to the County Clerk (Clerk), and shall be considered received by the County when received by the Clerk. Requests for payment must describe in detail the services performed and the payment amount requested. The Contractor must submit to the County Project Manager, who will review the request. The Project Manager shall note his/her approval on the request and forward it to the Clerk for payment. If request for payment is not approved, the Project Manager must inform the Contractor in writing that must include an explanation of the deficiency that caused the disapproval of the request. 7.2.2 The Contractor shall submit invoices with progress reports of activities according to the Scope of Work and Schedule of Deliverables, Attachment A, until the work under this agreement is completed. 7.2.3 Contractor shall not assign, sublet or transfer any rights under or interest in (including, but not without limitations, moneys that may become due or moneys that are due) this agreement or subsequent Work Assignment without the written consent of the County, except to the extent that any assignment, subletting, or transfer is mandated by law or the effect of this limitation may be restricted by law. Unless specifically stated to the contrary in any written consent to any assignment, no assignment will release or discharge the assignor from any duty or responsibility under this agreement. 7.3 REIMBURSABLE EXPENSES Reimbursable expenses (travel, mileage, meals, lodging etc.) are not allowed as part of this contract. 7.4 BUDGET 7.4.1 The Contractor may not be entitled to receive, and the County is not obligated to pay, any fees or expenses in excess of the amount budgeted for this Agreement by County's Board of County Commissioners. The budgeted amount may only be modified by an affirmative act of the County's Board of County Commissioners. 7.5 AVAILABILITY OF FUNDS 7.5.1 If funding cannot be obtained or cannot be continued at a level sufficient to allow for continued reimbursement of expenditures for services specified in this Contract or in the separate contracts for individual projects, the agreement may be terminated immediately at the option of the County by written notice of termination delivered to the Contractor. The County shall not be obligated to pay for any services provided by the Contractor after the Contractor has received written notice of termination, unless otherwise required by law. 7.5.2 Monroe County's performance and obligation to pay under this contract is contingent upon the appropriation by the Florida Department of Transportation for Fiscal Year 2012 and contingent upon the appropriation of funds by the Board of County Commissioners and the approval of the Board members at the time of contract initiation. ARTICLE VIII 8.1 OWNERSHIP Monroe County, as owner, shall receive and retain all rights to copyright, trademark, or other intellectual property rights to the work product created pursuant to this contract. All rights to reproduction belong to Owner. Contractor shall not be entitled or allowed to use any portion of the design or copy produced for this project for any purpose without the express permission of Owner. ARTICLE IX 9.1 SUCCESSORS AND ASSIGNS The Contractor shall not assign its right hereunder, excepting its right to payment, nor shall it delegate any of its duties hereunder without the written consent of the Owner. The Owner and Contractor, respectively, bind themselves, their partners, successors, assigns and legal representatives to the other party to this Agreement and to the partners, successors, assigns and legal representatives of such other party with respect to all covenants of this Agreement. ARTICLE X NO THIRD PARTY BENEFICIARIES AND INDEPENDENT CONTRACTOR RELATIONSHIP 10.1 NO THIRD PARTY BENEFICIARIES Nothing contained herein shall create any relationship, contractual or otherwise, between the parties which creates or gives rise to any rights in favor of, any third party. 10.2 INDEPENDENT CONTRACTOR RELATIONSHIP The Contractor is and shall be an independent contractor in the performance of all work, services, and activities under this Agreement and is not an employee, agent or servant of the County. The Contractor shall exercise control over the means and manner in which it and its employees perform the work and in all respects the Contractor's relationship and the relationship of its employees to the County shall be that of an independent contractor and not as employees or agents of the County. The Contractor does not have the power or authority to bind the County in any promise, agreement or representation other than such power and authority that is specifically provided for in this Agreement. ARTICLE XI INSURANCE POLICIES 11.1 GENERAL INSURANCE REQUIREMENTS FOR CONTRACTORS AND SUBCONTRACTORS As a pre -requisite of the work governed, or the goods supplied under this contract (including the pre -staging of personnel and material), the Contractor shall obtain, at his/her own expense, insurance as specified in any attached schedules, which are made part of this contract. The Contractor will ensure that the insurance obtained will extend protection to all Subcontractors engaged by the Contractor. As an alternative, the Contractor may require all Subcontractors to obtain insurance consistent with the attached schedules. The Contractor will not be permitted to commence work governed by this contract (including pre -staging of personnel and material) until satisfactory evidence of the required insurance has been furnished to the County as specified below. Delays in the commencement of work, resulting from the failure of the Contractor to provide satisfactory evidence of the required insurance, shall not extend deadlines specified in this contract and any penalties and failure to perform assessments shall be imposed as if the work commenced on the specified date and time, except for the Contractor's failure to provide satisfactory evidence. The Contractor shall maintain the required insurance throughout the entire term of this contract and any extensions specified in the attached schedules. Failure to comply with this provision may result in the immediate suspension of all work until the required insurance has been reinstated or replaced. Delays in the completion of work resulting from the failure of the Contractor to maintain the required insurance shall not extend deadlines specified in this contract and any penalties and failure to perform assessments shall be imposed as if the work had not been suspended, except for the Contractor's failure to maintain the required insurance. The Contractor shall provide, to the County, as satisfactory evidence of the required insurance, either: • Certificate of Insurance or • A Certified copy of the actual insurance policy. The County, at its sole option, has the right to request a certified copy of any or all insurance policies required by this contract. All insurance policies must specify that they are not subject to cancellation, non -renewal, material change, or reduction in coverage unless a minimum of thirty (30) days prior notification is given to the County by the insurer. The acceptance and/or approval of the Contractor's insurance shall not be construed as relieving the Contractor from any liability or obligation assumed under this contract or imposed by law. The Monroe County Board of County Commissioners, its employees and officials will be included as "Additional Insured" on all policies, except for Workers' Compensation. 7 11.2 INSURANCE REQUIREMENTS FOR CONTRACT BETWEEN COUNTY AND CONTRACTOR Prior to the commencement of work governed by this contract, the Contractor shall obtain General Liability Insurance. Coverage shall be maintained throughout the life of the contract and include, as a minimum: • Premises Operations • Bodily Injury Liability • Expanded Definition of Property Damage The minimum limits acceptable shall be: $300,000 Combined Single Limit (CSL) If split limits are provided, the minimum limits acceptable shall be: $100,000 per Person $300,000 per Occurrence $ 50,000 Property Damage An Occurrence Form policy is preferred. If coverage is provided on a Claims Made policy, its provisions should include coverage for claims filed on or after the effective date of this contract. In addition, the period for which claims may be reported should extend for a minimum of twelve (12) months following the acceptance of work by the County. The Monroe County Board of County Commissioners shall be named as Additional Insured on all policies issued to satisfy the above requirements. 11.3 VEHICLE LIABILITY INSURANCE REQUIREMENTS Recognizing that the work governed by this contract requires the use of vehicles, the Contractor, prior to the commencement of work, shall obtain Vehicle Liability Insurance. Coverage shall be maintained throughout the life of the contract and include, as a minimum, liability coverage for: • Owned, Non -Owned, and Hired Vehicles The minimum limits acceptable shall be: $300,000 Combined Single Limit (CSL) If split limits are provided, the minimum limits acceptable shall be: $100,000 per Person $300,000 per Occurrence $ 50,000 Property Damage 8 The Monroe County Board of County Commissioners shall be named as Additional Insured on all policies issued to satisfy the above requirements. 11.4 WORKERS' COMPENSATION INSURANCE REQUIREMENTS Prior to commencement of work governed by this contract, the Contractor shall have proof of Workers' Compensation Insurance with limits sufficient to respond to the applicable state statutes. In addition, the Contractor shall obtain Employers' Liability Insurance with limits of not less than: $100,000 Bodily Injury by Accident $500,000 Bodily Injury by Disease, policy limits $100,000 Bodily Injury by Disease, each employee Coverage shall be maintained throughout the entire term of the contract. Coverage shall be provided by a company or companies authorized to transact business in the state of Florida. If the Contractor has been approved by the Florida's Department of Labor as an authorized self -insurer, the County shall recognize and honor the Contractor's status. The Contractor may be required to submit a Letter of Authorization issued by the Department of Labor and a Certificate of Insurance, providing details on the Contractor's Excess Insurance Program. If the Contractor participates in a self-insurance fund, a Certificate of Insurance will be required. In addition, the Contractor may be required to submit updated financial statements from the fund upon request from the County. ARTICLE XII TERMINATION 12.1 Either party hereto may terminate this contract prior to expiration upon giving fifteen (15) days written notice to the other in the event that such other party negligently or for any reason substantially fails to perform its material obligations set forth herein. No termination expenses shall be paid by the Owner after the date of notice of termination. 12.2 The Owner may terminate this Contract without cause by giving the other party fifteen (15) days written notice of its intention to do so. Termination expenses shall include expenses under the contract through the date on the notice of termination and shall not include any additional services required in order to stop performance of services, unless agreed to in writing by the County and subject to audit for the purpose of verification. ARTICLE XIII ENTIRE AGREEMENT 13.1 This contract consists of the form of agreement, the exhibits that are attached and made a part of the contract, the response document, and the documents referred to in this form of agreement as a part of this contract. In the event any conflict between any of those contract documents, the one imposing the greater burden on the Contractor will control. 13.2 A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on 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 property to 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 in excess of the threshold amount provided in Section 287.017 of the Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. ARTICLE XIV DISPUTE RESOLUTION 14.1 County and Contractor agree that all disputes and disagreements shall first be attempted to be resolved by meet and confer sessions between representatives of each of the parties. If no resolution can be agreed upon within 30 days after the first meet and confer session, the issue or issues shall be submitted to mediation before a mediator mutually agreed to by the parties. The cost of mediation shall be shared equally. The parties agree that mediation is a condition precedent to the institution of legal or equitable proceedings by either party. Request for mediation shall be in writing and sent to the other party. The parties shall agree on a mediator to hear the dispute. 14.2 Mediation shall be held in Monroe County, Florida in a location in Key West; the location may be moved only by mutual agreement of the parties. 14.3 Agreements reached in mediation shall be reduced to writing and signed by the representative of each party; however agreements must be approved by the Board of County Commissioners to be enforceable. Agreements reached in mediation shall be enforceable as settlement agreements in any court having jurisdiction in Monroe County. 14.4 Nothing in this Agreement shall be construed to interfere with a subsequent order from any court of competent jurisdiction ordering the parties to enter into mediation after institution of legal or equitable proceedings. 14.5 Arbitration is specifically rejected by the parties as a method of settling disputes which arise under this agreement; neither of the parties shall be compelled by the other to arbitrate a dispute which may arise under this Agreement. ARTICLE XV Additional Requirements m 15.1 The following items are part of this contract: a) Contractor shall maintain all books, records, and documents directly pertinent to performance under this Agreement in accordance with generally accepted accounting principles consistently applied. Each party to this Agreement or their authorized representatives shall have reasonable and timely access to such records of each other party to this Agreement for public records purposes during the term of the Agreement and for four years following the termination of this Agreement. If an auditor employed by the County or Clerk determines that monies paid to Contractor pursuant to this Agreement were spent for purposes not authorized by this Agreement, the Contractor shall repay the monies together with interest calculated pursuant to F.S. Sec. 55.03, running from the date the monies were paid to County. b) Governing Law, Venue, Interpretation, Costs, and Fees: This Agreement shall be governed by and construed in accordance with the laws of the State of Florida applicable to contracts made and to be performed entirely in the State. In the event that any cause of action or administrative proceeding is instituted for the enforcement or interpretation of this Agreement, the County and Contractor agree that venue will lie in the appropriate court or before the appropriate administrative body in Monroe County, Florida. The Parties waive their rights to a trial by jury. The County and Contractor agree that, in the event of conflicting interpretations of the terms or a term of this Agreement by or between any of them the issue shall be submitted to mediation prior to the institution of any other administrative or legal proceeding, pursuant to this agreement. c) Severability. If any term, covenant, condition or provision of this Agreement (or the application thereof to any circumstance or person) shall be declared invalid or unenforceable to any extent by a court of competent jurisdiction, the remaining terms, covenants, conditions and provisions of this Agreement, shall not be affected thereby; and each remaining term, covenant, condition and provision of this Agreement shall be valid and shall be enforceable to the fullest extent permitted by law unless the enforcement of the remaining terms, covenants, conditions and provisions of this Agreement would prevent the accomplishment of the original intent of this Agreement. The County and Contractor agree to reform the Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. d) Attorney's Fees and Costs. The County and Contractor agree that in the event any cause of action or administrative proceeding is initiated or defended by any party relative to the enforcement or interpretation of this Agreement, the prevailing party shall be entitled to reasonable attorney's fees and court costs expenses, as an award against the non -prevailing party, and shall include attorney's fees and courts costs expenses in appellate proceedings. e) Binding Effect. The terms, covenants, conditions, and provisions of this Agreement shall bind and inure to the benefit of the County and Contractor and their respective legal representatives, successors, and assigns. f) Authority. Each party represents and warrants to the other that the execution, delivery and performance of this Agreement have been duly authorized by all necessary County and corporate action, as required by law. Each party agrees that it has had ample opportunity to submit this Contract to legal counsel of its choice and enters into this agreement freely, voluntarily and with advice of counsel. g) Claims for Federal or State Aid. Contractor and County agree that each shall be, and is, empowered to apply for, seek, and obtain federal and state funds to further the purpose of this Agreement; provided that all applications, requests, grant proposals, and funding solicitations shall be approved by each party prior to submission. h) Adjudication of Disputes or Disagreements. County and Contractor agree that all disputes and disagreements shall be attempted to be resolved under Article XIV of this agreement. If no resolution can be agreed upon within 30 days after mediation, then any party shall have the right to seek such relief or remedy as may be provided by this Agreement or by Florida law. i) Cooperation. In the event any administrative or legal proceeding is instituted against either party relating to the formation, execution, performance, or breach of this Agreement, County and Contractor agree to participate, to the extent required by the other party, in all proceedings, hearings, processes, meetings, and other activities related to the substance of this Agreement or provision of the services under this Agreement. County and Contractor specifically agree that no party to this Agreement shall be required to enter into any arbitration proceedings related to this Agreement. j) Nondiscrimination. Contractor and County agree that there will be no discrimination against any person, and it is expressly understood that upon a determination by a court of competent jurisdiction that discrimination has occurred, this Agreement automatically terminates without any further action on the part of any party, effective the date of the court order. Contractor or County agree to comply with all Federal and Florida statutes, and all local ordinances, as applicable, relating to nondiscrimination. These include but are not limited to: 1) Title VI of the Civil Rights Act of 1964 (PL 88-352) which prohibits discrimination on the basis of race, color or national origin; 2) Title IX of the Education Amendment of 1972, as amended (20 USC ss. 1681-1683, and 1685-1686), which prohibits discrimination on the basis of sex; 3) Section 504 of the Rehabilitation Act of 1973, as amended (20 USC s. 794), which prohibits discrimination on the basis of handicaps; 4) The Age Discrimination Act of 1975, as amended (42 USC ss. 6101-6107) which prohibits discrimination on the basis of age; 5) The Drug Abuse Office and Treatment Act of 1972 (PL 92-255), as amended, relating to nondiscrimination on the basis of drug abuse; 6) The Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (PL 91- 616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; 7) The Public Health Service Act of 1912, ss. 523 and 527 (42 USC ss. 690dd-3 and 290ee-3), as amended, relating to confidentiality of alcohol and drug abuse patent records; 8) Title VIII of the Civil Rights Act of 1968 (42 USC s. et seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; 9) The Americans with Disabilities Act of 1990 (42 USC s. 1201 Note), as maybe amended from time to time, relating to nondiscrimination on the basis of disability; 10) Any other nondiscrimination provisions in any Federal or state statutes which may apply to the parties to, or the subject matter of, this Agreement. 12 k) Covenant of No Interest. Contractor and County covenant that neither presently has any interest, and shall not acquire any interest, which would conflict in any manner or degree with its performance under this Agreement, and that only interest of each is to perform and receive benefits as recited in this Agreement. 1) Code of Ethics. County agrees that officers and employees of the County recognize and will be required to comply with the standards of conduct for public officers and employees as delineated in Section 112.313, Florida Statutes, regarding, but not limited to, solicitation or acceptance of gifts; doing business with one's agency; unauthorized compensation; misuse of public position, conflicting employment or contractual relationship; and disclosure or use of certain information. m) No Solicitation/Payment. The Contractor and County warrant that, in respect to itself, it has neither employed nor retained any company or person, other than a bona fide employee working solely for it, to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for it, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of the provision, the Contractor, agrees that the County shall have the right to terminate this Agreement without liability and, at its discretion, to offset from monies owed, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. n) Public Access. The Contractor and County shall allow and permit reasonable access to, and inspection of, all documents, papers, letters or other materials in its possession or under its control subject to the provisions of Chapter 119, Florida Statutes, and made or received by the Contractor and County in conjunction with this Agreement; and the Contractor shall have the right to unilaterally cancel this Agreement upon violation of this provision by County. o) Non -Waiver of Immunity. Notwithstanding the provisions of Sec. 768.28, Florida Statutes, the participation of the Contractor and the County in this Agreement and the acquisition of any commercial liability insurance coverage, self-insurance coverage, or local government liability insurance pool coverage shall not be deemed a waiver of immunity to the extent of liability coverage, nor shall any contract entered into by the County be required to contain any provision for waiver. p) Privileges and Immunities. All of the privileges and immunities from liability, exemptions from laws, ordinances, and rules and pensions and relief, disability, workers' compensation, and other benefits which apply to the activity of officers, agents, or employees of any public agents or employees of the County, when performing their respective functions under this Agreement within the territorial limits of the County shall apply to the same degree and extent to the performance of such functions and duties of such officers, agents, volunteers, or employees outside the territorial limits of the County. q) Legal Obligations and Responsibilities: Non -Delegation of Constitutional or Statutory Duties. This Agreement is not intended to, nor shall it be construed as, relieving any participating entity from any obligation or responsibility imposed upon the entity by law except to the extent of actual and timely performance thereof by any I 13 participating entity, in which case the performance may be offered in satisfaction of the obligation or responsibility. Further, this Agreement is not intended to, nor shall it be construed as, authorizing the delegation of the constitutional or statutory duties of the County, except to the extent permitted by the Florida constitution, state statute, and case law. r) Non -Reliance by Non -Parties. No person or entity shall be entitled to rely upon the terms, or any of them, of this Agreement to enforce or attempt to enforce any third -party claim or entitlement to or benefit of any service or program contemplated hereunder, and the Contractor and the County agree that neither the Contractor nor the County or any agent, officer, or employee of either shall have the authority to inform, counsel, or otherwise indicate that any particular individual or group of individuals, entity or entities, have entitlements or benefits under this Agreement separate and apart, inferior to, or superior to the community in general or for the purposes contemplated in this Agreement. s) Attestations. Contractor agrees to execute such documents as the County may reasonably require including a Public Entity Crime Statement, an Ethics Statement, and a Drug -Free Workplace Statement. t) No Personal Liability. No covenant or agreement contained herein shall be deemed to be a covenant or agreement of any member, officer, agent or employee of Monroe County in his or her individual capacity, and no member, officer, agent or employee of Monroe County shall be liable personally on this Agreement or be subject to any personal liability or accountability by reason of the execution of this Agreement. u) Americans with Disabilities Act of 1990 (ADA). The Contractor will comply with all the requirements as imposed by the ADA, the regulations of the Federal government issued thereunder, and the assurance by the Contractor pursuant thereto. v) Disadvantaged Business Enterprise (DBE) Policy And Obligation. It is the policy of the County that DBE's, as defined in C.F.R. Part 26, as amended, shall have the opportunity to participate in the performance of contracts financed in whole or in part with County funds under this Agreement. The DBE requirements of applicable federal and state laws and regulations apply to this Agreement. The County and its Contractor agree to ensure that DBE's have the opportunity to participate in the performance of the Agreement. In this regard, all recipients and contractors shall take all necessary and reasonable steps in accordance with applicable federal and state laws and regulations to ensure that DBE's have the opportunity to compete and perform contracts. The County and the Contractor and subcontractors shall not discriminate on the basis of race, color, national origin or sex in the award and performance of contracts, entered pursuant to this Agreement. w) Execution in Counterparts. This Agreement may be executed in any number of counterparts, each of which shall be regarded as an original, all of which taken together shall constitute one and the same instrument and any of the parties hereto may execute this Agreement by singing any such counterpart. x) Section Headings. Section headings have been inserted in this Agreement as a matter of convenience of reference only, and it is agreed that such section headings are not a part of this Agreement and will not be used in the interpretation of any provision of this Agreement. IN WITNESS WHEREOF, each party caused this Agreement to be executed by its duly authorized representative on the day and year first above written. (SEAL) Attest: DANNY L. KOLHAGE, Clerk By: Deputy Clerk 1) WITNESS TO Contractor's Signature: WITNESS Signature Print Witness Name 2) WITNESS TO Contractor's Signature: M. WITNESS Signature Print Witness Name BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA Mayor/Chairman EXPERIENCE DESIGN By: Signature and Title Print Name Date: MONROE COUNTYATTORNEY AP r AS TO FORM: RI IINC91 WaOKO c I0 :1 COUNTY OF The foregoing instrument was acknowledged before me this day of , 2011 by as President of and for Experience Design who is [ ] personally known to me, or who [ ] has produced a drivers license as identification. Notary Public SEAL My commission expires r" ATTACHMENT A SCOPE OF WORK AND SCHEDULE OF DELIVERABLES 17 SCOPE OF WORK The Contractor is to design, fabricate, and install four unique interpretive panels at specified visitor centers along the Florida Keys Scenic Highway. They are to be installed inside the buildings so as to be protected from severe weather events and the natural elements. The interpretive panels shall be consistent with the scenic highway vision outlined in the Florida Keys Scenic Highway (FKSH) Corridor Management Plan and Interpretive Master Plan, links to which can be found at www.scenichighwayflkeys.com. The intention is for the interpretive panels to enhance the travelers overall corridor experience by providing maps, points of interest and activities for each area in a multi- lingual format. The funding for this project is through a Local Agency Program (LAP) Agreement with the Florida Department of Transportation (FDOT). The total project cost is not to exceed $45,000, and the Contractor shall submit invoices with progress reports of activities according to the Schedule of Deliverables below until the work under this agreement is completed. Reimbursable expenses (travel, mileage, meals, lodging etc.) are not allowed as part of this contract. Schedule of Deliverables Task Effbrt Jul2 11 Aug2011 Sep 2011 Oct 2011 1) kidc off 1d # 2) schernific design 2W 1d - ip 3) final esign/DD 2w 2d e 4) pFuduction 4w 2d - * 5) fabdcabon &w 3d - 4 6) shipping 4d is n install 1w lh OEM The Contractor will conceptualize the interpretive message and draft the interpretive text in coordination with the FKSCA project subcommittee, the Monroe County Scenic Highway Coordinator, and subject -matter experts. The Contractor will conduct at least one meeting in person in the Florida Keys with the FKSCA project subcommittee and the Monroe County Scenic Highway Coordinator after the contract is awarded. The Contractor will also conduct site visits to the visitor centers to assess the general area and the specific panel locations. Using agreed upon elements, brand identity and style vocabulary will be established. These design elements should highlight the FKSH's character and intrinsic qualities. Digital audio repeaters will be installed with each interpretive panel to incorporate multiple languages as audio elements. The Contractor will produce and record four scripts for each visitor center for a total of sixteen unique scripts. The four scripts for each center include language translations and an English recording. The Contractor will propose the panel materials to use and method of installation. The County must approve all panel specifications, design, and text prior to fabrication. In addition to fabrication and installation of the four panels, all designs must be provided to the County and FKSCA in PDF format and the graphics formats appropriate to the manufacturing of the signs. The County shall exclusively own all rights to reproduce all text and graphics and audio created under this contract. The 8 Contractor will not have the right to reproduce the panels, text, graphics, or audio created under this contract. SCOPE/FEE/PRODUCTS Phase I/ Site Meeting & Project Kick Off Site Survey $2,000.00 Meetings $2,000.00 Documentation/Summary of Understanding $500.00 Content Research; preliminary Phase II/Schematic Design Content; interpretive plan $1,500.00 Design concepts; relationships, adjacencies $3,100.00 Phase III/ DD Final copy; interpretive plan $2,500.00 Final Design; materials, cost estimate $3,000.00 Final translations $2,000.00 Phase IV/ Production Image Acquisition $1,500.00 Final Layout $1,500.00 Final Digital Files $1 900.00 Samples $1,500.00 Commence Fabrication $6,105.00 Phase V/ Fabrication Fabrication $12,395.00 Fabrication, shipping, Phase VI/ Shipping and installation will Shipping be invoiced after $1,500.00 installation is complete. Phase VII/ Installation Installation $2,000.00 $45,000.00 9 02-16-'11 14:09 FROM -Poole Professional 781-245-5463 T-315 P0002/0003 F-865 C VP LI/HDILI 1 if 11V0 J1'[A111frG V11lu Jw THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONKER$ }I 02 16 11 CERTIFICATE DOES NOT AFFIRMATSSUIVELY OR NEGATIVELY AMEXTEND CEIMFICATEEND, OR ALTER THE COVERAGE AFFORDED Y THE LOLIC ER BELOW. THIS CERTIFICATE OF INSURANCE DOE$ NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSUR POLICIES REPRESENTATIVE OR PRODUCER, AND THE CERTIFCATE HOLDER. �(s), AUTHORIZED the terms and Coriditiolls of the - - ••Q••"`•,, "'® Pit) must pe endorea . policy, certain policies may require an endoresment. A a get to A oestatement on this aertfficate dope not Confer rights to the �r[ifGBts holder in feu of such ®ndonggm®nt(s). Poole Professional Ltd. 107 Audubon Rd. 42, Ste, 305 waft, a): Wakefield MA 01880 MERIDiN Phone:781-245-5400 Fax;781-245-5463RER F�iENT�l INSURED (1151rRER(5�AFFORDING COVERAGE NAIL tr Itrent[Paffet:t(Csrneyy, ;no. I"m'A° Beaxl VSA Serve Ina. dba C E er:Lerx 1?eaign IHSURERB: 37540 355 Congre lRreet INSUReRc: Boston DV�►1 55 INSURER D : INSURER E I COVERAGES INSURER F CERTIFICATED R 18 TO CERTIFY THAT THE PpLIC1ES OF fNSURANCIt LISTED BELOW HAVE BEEN IS8UED TO THE INSU BELOW REVISION NUMBER: D ABOVE R THE POLICY PERIOD INDICATED. NOYWM48TANDING ANY REQU1RWENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFOROED BY THE POLICIES DESCRIBED HEREIN EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAIO CLAIMS. IS SUBJECT TO ALL THE TERMS. TV TYPE OF INSURANCE INSR POLICYNUMBEREw IIYI GENERAL LIABILITY LIMITS COMMERCIAL GENERAL LLUIUTY EACH OCCURRENCE $ CLARIIB NWDE OCCUR PREMI En 000unenge $ MED EXP (Any one person) S PERSONAL & ADV INJURY $ GENI. ACORFOATE LIMIT APPLIES PetGENERALA004EGATE $ POLICY PRO LOC PRODUCTS -COMRIOPAGG 8 AUTOMOBILE LIABILITY ffi ANYAUTO COMBINED iNGLE LIMB (Ea amdenU $ ALL OWNEO AUTO$ BODILY INJURY (Per peran) $ SCHEDULED AUTOS BODILY INJURY (Per aociderlt) $ AIRED AUTOS PROPERTY DAMAGE NON-0YlHEO AUT08 5 $ UMBRELLA LIAB OCCUR ffi EXCESS UAB CLAIMS-AdApE EACH OCCURRENCE $ DEDUCTIBLE AGGREGATE $ RETENTION $ $ AND EMPLOYERS' LIABILITY YIN �ffP�/PREXHC /A6HRRXMEOW RY LI I EL EACH ACCIDENT g tFea, deeerlba uMel DESCRIPTION OF OPERATIONS below EL. DISEASE - EA EMPLO $ A Arab . /Nn r g Prof. Liab. VISNOI100401 02/28/10 E.L DISEASE - POLICY LBJIT 02/28/11 Aggregate S $1, 000, 000 DESCRIPTIONOFOPERATIONSILOCAT10N8L11lBCLEe(ARachACORD 181,ABdiBahalRema�ks9Chedul6ylrmOmSpa�efe For professional liability covers the aggregate Ya.m}t deduatibl to $20,000 la insurance avai181?1e fg all cover claims pre ent*d within The 71mzt t.�heW th period. wal be reduce by payments of Indemnity o1i a� 8xpenffe. CERTIFICATE HOLDER �A—.....-..._.. MONR021 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRAM" DATE THEREOF, NOTICE WILL BE DELIVERED IN Monroe County ACCORDANCE WITHTHBPOLICY PROVISIONS. state of Florida 1100 Simonton Street AUTHORI1mDR NTA KeY 7?Peet FL 33040 ACORD 25 (Z0C I reserved. 09109) The ACORD nine and logo are registered marks of ACORD 02-16-'11 14:09 FROM -Poole Professional 781-245-5463 T-315 P0003/0003 F-865 irii % 1 C wr L.moiL1 1 i jjM0umj''UY%,rC Urlu dw !RTIFICATF rC ISCI On &Z s uerrcn rw muci,n. I 02 / 6/11 CERTIFICATE DOES NOT APFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE ......' "". - AFFORDED BY THE POLICIES THIS BELOW. THIS CERTIFtCAir9 OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETiMEEN THE ISSUING INSURER(S), AUTHORIZED ff the diiWcate holder is an ADDYMONALIMFffla, 0 p es m en orse . V.Subject the terns and conditions of the poky. certain policies may require an endorsement. A statement on this certificate does not confer rights to the wtifiaate holder in lieu of such endorsement(s). P0010, Professional Ltd. 107 Audubon Rd. 12, Ste. 305 Wakefield )M& 01880 Phone:781-245-5400 Fax:781-245-5463 INSURBRA: Charter Oak Fire Ina. Co. 25 �dba Spaff® x1ence I Ina . INSURER 8 : Travelers Indemnity Co. 25 3a CKPC sL=3 ri®ncehr"t sign 8o8tCn b�l l & INSLNtBR G : 25 INSURER D : INSURER E : INSURER F 3 L^�Tlort•_era MI ruQes. ---- -- :ccvlalVPl rMumigrM THIS 18 TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUPA TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WRH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POUCIeS. LIMITS SHOWN MAY HAVE SEEN REDUCED BY PAID CLAIMS, TYPE OF INSURANCE GENERAL LIABILITY AW44 INSR bum WVC POLICYNIWBER MAm —AMNYWOM01 LIMITS X COMMERCIAL GfiN>:RAL LIABILITY CLAIMS MADE DX OCCUR EACH OCCURRENCE a 1 000,000 PREMISES ( germ) $ 1 000 000 MED EXP (Fury one w8m) $10 000 PERSONAL&ADVINJURY i 1 000 000 A 680294OL098 07/01/10 07/01/11 GEN'L AGLsitEOATEP O- APPLEE6 PER: POLICY rZ JECT Loa GENERALAGGReGATE PRODUCTS - COMPRiP AGG $2 000,000 $,2 , 000 , 00 0 S AUTOMOBILE LIABILITY ANY AM COMBINED SINGLE LIMIT (120 wd) S110001000 ALL OWNED AUTOS BODILY INJURY (Per person) S SCHEDULED AUTOS BODILY INJURY (Per saddrmg S A X HIRED AUTOS X NON -OWNED AUTOS BA29�48LO19 07/01/10 07/01/11 PROPERTY DAMAGE tPeraoowsnq $ S s B UMBRELIALIAB ' EXCM LIAR X OCCUR CLAIMS MADE TJP6930Y990 07/01/10 07/01/11 EACH OCCURRENCE $3, 000, 000 AGGREGATE 0 3 , 000 000 DEDUCTIBLE S C RETENTION = WO SAT[ AND RI ILOvERS' UA9WTY OFFIPCRE�RPART MF CUTIVy� ED?IA (man5,datoryin ) DESCRIPTION OFOPFRATIONS below UB--5922Y272 05/01/10 05/Ol/11 X ER S E.L.EACHACCI ENT i 1�000,000 E.L. DISEASE , FA EMPLOYE f 1 , 0()(),000 E.L.D)SEASE- POLICY LIMIT s1 000,000 DESCRIPTION OF OPERATIONS I LOCATIONS 1 VRHICLES (Aeach ACORD 101, Addidonal Rernarke Schedule it more spans is regairad) CFRTIGIt`Avv tint nnQ v�.�vGLLlI I Mon MONRo21 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANcRULEED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Monroe County ACCORDANCE WITH THE POLICY PROVISIONS. State of Florida AUTHORIZED REPRESENTATIVE 1100 Simonton Street Key West FL 33040 C RA _reserved. ACORD 25 (2009/09) The ACORD name and Ingo am registered marks ofACORD A7j1,rM-AAPTk P.,.f i 1MV-5'" Fabricate, and Install Interpretive Panels for the Florida Keys Scenic Highway Submitted by 355 Congress St. _VW4A.., • EXP designed interpretive wayfinding for the Crane Point Nature Center. TABLE OF CONTENTS GENERAL INFORMATION S INTRODUCTION 7 EXPERIENCE 9 PROJECT TEAM 15 WORK PLAN 23 LITIGATION 61 COUNTY FORMS AND LICENSES 63 eoperience design3 4 Design, Fabricate, and Install Interpretive Panels for the Florida Keys Scenic Highway Firm History EXPcreates exceptional experiences. VYedraw from a3O-yea/history �m�� ��� innovating and creating experiences that capture guests' attention, engage their exploration, and spark their discovery Z �� ��� ABoston-based firm, originally incorporated in 1981 asKnent/Paffett/ Carney, vveare led bvinternationally recognized museum and nature center designer, John Carney, sole owner ofEXP. Heleads astaff rich -�w�. �� in skill, ' ' � �- 3Odesigners, interpretive planners, educators, teachers, writers, digital m media designers, film makers, master craftsmen, sculptures, painters, M»ERM and model makers— wehave itall, all under one roof! Tbcomplement Z John's design leadership, Larissa Ha||gnen'his co||aboradvepartner for nearly 28years, brings background in environmental education' outdoor education, and science interpretive planning. Together � � �� they have led numerous projects focused on conveying themes of =�� environmental educational, conservation, and stewardship. Z AtEXPour projects are asdiverse asour staf�-from history museums tonature centers, zoos toaquariums, websitestointeractive digital media theaters, branding, place maNng'and vvayfinding., �weane �- multitalented, inventive, and broadly experienced. EXPtoday surpasses � Now== this history bvcontinuing togrow bvleaps and bounds. With more amazing projects than we have ever had and more diversity to our 0 staffs skill set than ever before, each ofthe past five years have been Z our best! Wehave asingle mission: to create beautiful, compelling, educationally rich experiences —both virtual and real —that spark the curiosftyof EMESMMEMILOM Larissa Hallgren, COO & Principal ' ^ �ence design 5 Monroe County Purchasing Office 1100 Simonton Street, Room 1-213 Key West, FL 33040 December 15, 2010 Dear Evaluating Committee, *f four unique interpretive panels to be located along US1, National Scenic Byway. We are pleased — to present on a project that will educate visitors about the globally unique scenic and recreational elements • the Florida Keys along this picturesque All -American Road. elements for ♦ centers and museums for nearly 30 years. We are a full service interpretive design, fabrication, and installation firm that offers the guidance and leadership of three talented and dedicated • with over 75 years of cumulative interpretive design experience. Sole owner, John Carney, is an internationally recognized exhibit designer. He is joined by Larissa Hallgren, COO/Principal and Lead Interpretive Developer, and Michael Roper, Media Director/ Principal. )I-rw- WCTrW=-e I C ul I Lr=Vre' brle'ans though interactive multimedia and interpretive exhibits —"Living With Hurricanes: Katrina and Beyond"for the Louisiana State Museum. Unique to your center is the desire to offer a multi -faceted interpretation— one that blends stories of ecology, • hydrography, weather, climate, heritage, culture, and resources into an engaging ♦ We feel our firm is uniquely suited to your project. Our vast and varied experience with • ecology, heritage, mar'ne, and culture based projects allows us to bring to the table a wealth of knowledge and an imaginatlon to create an extraordinary interpretive experience. We firmly believe that each region has a story to tell and it is our job to create an exhii that is exciting, • and educational. Larissa Hallgren COO/Principal .......... . . . . . . . . . . . . . . . Some of Experience Design's relevant projects include: Port St. Lucie, FL Experience Design recently developed interpretive exhibits and multimedia for the Oxbow Eco-Cente/inPort St. Lucie, Florida. The focus ofthese exhibits isonthe environment, highlighting biodiversitKand the "human footphnt."Through simple interactivesaswell ashigh-tech opportunities, visitors make connections between their impact onthe local St. Lucie River and the broader community ofwaterways across the Contact: Sandra Bougen 540ON.ESt. James Drive Pt. St. Lucie, FL34983 t:772-785-5833 ecoxbovv@st|ucieco.o/g Design Cost: $30'000 Fabrication Cost: $gO'OOO Year ofCompletion: 2009 SPECTACLE ISLAND VISITOR CENTER Boston Harbor Islands National Park, Boston, Massachusetts Spectacle Island features a marina, visitor center, sandy beaches, and five miles of walking trails that lead visitors to the crest of a the city are enhanced by clean graphics and interpretive signage. Interpretive exhibits in the visitors'center and a series of wayside its intriguing history. In addition to the storied past of the island, the exhibits celebrate the island's future as a new center for recreation and sustainable -practice, learning. Boston Harbor has become a model for sustainable architecture and operations. Size: 2,50sq. ft. Project cost: $300,000 period of performance: 2006-2007 I P0MOTH PLAN TATION Plymouth, Massachusetts |nclose collaboration with the staff and stakeholders atP|imoth Plantation, Experience Design's interpretive planners and exhibition designers developed animproved and enchanting arrival tothe historic PUrnothPlantation Homesite.Experience Design redesigned the footpath, enhanced the surrounding landscape bvplanting native wildlife and offered minimal interpretive signage. EXP'sdesign effort was in tandem with anorientation media experience, produced bythe History Channel. The collaborative effort successfully connected the entire region through acommon interpretive voice, astory about environmental history, and offered minimalist branding through graphic elements. P|imothP|antation Ellie Donovan, Executive Director 137Warren Avenue Plymouth, MAO236O t:5O8-746-l622 e:edonovan@p|imoth.o/g JOHN BALL ZOO Experience Design developed multimedia and hands-on interactive exhibits tobring the "Lions ofLake Manye/a^habitat tolife for visitors. A"jaw interactive" allows visitors totest their strength against that ofalion and live -feed video gives them a chance toobserve the lions closely. Interpretive graphic elements educate visitors about the complex culture and ecological conditions ofthe Lake K4enyanaRegion. Contact: Bert Vesco|eni'Director l3OOVVFulton St. Grand Rapids, M|4g5Ol t:6l6-33G-43Ol e:info@johnbeUz000/g Budget: $185,000 Period ofPerformance: 2007-2008 NORTHERN FOREST CENTER New Hampshire, Maine, Vermont Ways ofthe Woods, a mobile educational exhibition ofthe negiona|cu|tuneandheritageoftheNorthernFonest——an expanse of3Omillion acres offorest and inhabitants that stretch from northern New York toMaine—brings the museum experience directly toits communities. Through hands-on exhibits and interactive media, Ways ofthe Woods engages school groups and the general public inexploring the changing relationships between the people and the land. Northern Forest Center Mike Wilson, Senior Program Director POBox 21O Concord, NHO83O2-O2lO t: 608'229-0070 e:mwi|son@northernforestorg LOU0SIANA STATE MUSEUM: KATRINA AND BEYOND New Orleans, Louisiana Experience Design was chosen tnwork with the staff ofthe Louisiana State Museum tndesign this important and emotional 7,OOOsquare foot exhibition, opened inOctober nf2Ol(\that focuses on Hurricane Katrina. Located in the heart of French Quarter, the exhibition combines contemporary stories, history, powerful political issues' in-depth science, and oral histories to tell authentic stories about individual experiences. Exhibits use blend ofmedia and exhibits, along with reclaimed materials from the area, tnurge visitors tnboldly look atwhat went wrong here inAmerica, and reflect onopportunities toconsfderwhat we've learned from this heartfelt American tragedy. Contact: Sam Rvke|s, Museum Director 751 Charles Street New Orleans, LA7Dll6 t:SO4- 68-6967 e:sryke|s@crt.state]a.us Budget: $9O0,OOO(Design Only) "7&perience design FUNDY GEOLOGICAL MUSEUM Parrsboro, Nova Scotia This museum was renovated bvExperience Design with state -of- the-ortexhibitsincorporating multimedia and tactile interacbves. With a story|inededicated to interpreting geology, paleontology, natural history, science, and culture, vvecreated anexperience rich in hands-on discovery. |t'sa place to"meet sciendsts^and explore paleontology, the science ofcontinental drift, fossil formation and tidal fluctuation. |nthis amazing place, surrounded bythe vvor|d's highest tides, visitors can learn how the geology ofthe region has shaped its history and contemporary culture, This dynamic new museum encourages guests tohave fun and feel inspired to explore the natural world around them! Contact: Ken Adams, Director l62Two Islands Road Paxsbono,NS8OM lSO t:9O2-254-38l4 e:adannskd@goxnsza Budget: $1,000,000 Period of Performance: 2009-2010 V IMF! MINOR MINIMUM !Ill III I «<:� �� � � \� � � � � � ©«� � � � � . � � �� : � � �� � \}� � � � � �` »� � �©�� � � � \�� � - ��^ ��� ����� ������������/� ���y� � � � Jim Booth Installation Manager -10 1 ""0' 1111'14�� Arthur Stevens FabricatorlShop Manager The people atEXPare truly the talent. While the projects we have mo���� done speak toour past performance, the people are who you will toideas for work with generate and solutions your project. �a�� Tothat end we ' compelling. VVeare very driven todevelop projects that have a M goal ofincreasing the public's understanding ofconservation and the environment. VVewould offer our most experienced and senior team toyour � project. Jointly lead bvtwo firm Principals, John Carney (CEO/ owner) Lead Creative Director and Designer and, Larissa Ha||gnen � (Z}[)Lead Exhibit Planner and Interpretive Developer. ��Johnand � m � Larissa have created projects with similar content for nearly 2O years and are able toconnbineJohn's exceptional design aesthetic with Larissa's innovative approach toexhibit planning and �- interpretive content development. John's training atRhode Island School ofDesiqn'sindustrial desiqnproqram and Larissa's academic background at Smith and masters work in science education, make their collective vision one that targets both learning, -ducation, and the creation of memorable and impactful interpretive displays. University's workshop on the Future of History Museums (30 invited guests from around the world joined them). They have presented papers at ASTC and AZA, and are also both active of Museums), and NAI (National Association of Interpretation). In addition, Larissa is a licensed science teacher, and has a special focus in developing exhibit spaces for young learners. A stratigraphy interpretive of the landforms surrounding the Makoshika Visitor Center, designed by EXP. ~ence design ����Ngn |S BIOGRAPHY With nearly twenty years of experience, Ms. Hallgren began her training at Smith College. From there she moved to the Boston Museum of Science where she developed content and exhibits before joining Joseph Wetzel Associates, an internationally recognized exhibit design firm in Boston. At Wetzel for ten years, Larissa led the interpretive planning/educational development of all projects, integrating her knowledge of learning theory and practice.Taking a short sabbatical from museum exhibit planning and design, she became a licensed Massachusetts teacher and worked in the public school classroom, conducted graduate studies in gifted and talented education and gender inequity in classrooms, and developed content and curriculum. Re -joining John Camey, her colleague of ten years at Wetzel Associates, she came o- board at Experience Design as a Principal and Lead Content Developer, as well as Project Manager. EXPERlIII NCE • Design, Inc. Boston, MA, June 2007—present Responsible for the development of a wide variety of exhibits, project management and client relations,Works • with designers to blend exhibit design with educational •o and obJectives to create a holistic visitor exPerience Cnndt irtz hArL,_rnt rtri ;;nel meeting with experts and working with stakeholders to create a common vision. Present projects include: Hurricane Katrina exhibition for the Louisiana State Museum, Archaeology Exhibits at the Bell County Museum, Makoshika State Park,The State Museum of Pennsylvania's Memorial Hall, Oxbow Eco Center, The National Constitution Center, The Holocaust Museum, and Schenectady Science Museum. Science Teacher, Middleborough Public Schools Middleborough, MA, 2003-2007 Tenured appointment as Grade 8 Science Teacher and curriculum coordinator. Implemented and designed programs for Gifted and Talented students accelerated in math and scie•�ce. Principal, Hallgren Exhibit Planning and Development Plymouth, MA, 1998-2002 Responsibilities included exhibit content development, storyline research, art direction, exhibit coordination, and project management. Clients included London Aquarium, Planet Ocean, Plimouth Plantation, Lyons/Zaremba Inc., and Joseph Wetzel. =7 f.TAFp-V7T1T Boston, MA, 1991-1998 UCaU 1 1911 1 W11 L11C I al.111U. Ll IC �11114U[ P �W'*. I 11C Jc�LIIC �yf'�f 14111 FIA11. I tic I Aquarium, Shedd Aquarium Master Plan, California Museum of Science and Industry's Worlds Beyond and World of the Pocific. Boston, MA, 1989-1991 Supervised staff as well as developed training programs for volunteer educators. Devised . . . . . . . . . . t University ofTexas, El Paso, desert ecology studies Graduate Course Work, University of Connecticut and Bridgewater State College, education and gifted and talented teaching strategies Member of the National Association for Interpretation #26189 John Carney CEO/PRESIDENT BIOGRAPHY Recognized as an industry leader, Mr. Carney has twenty years of experience developing the design of museum experiences both in the US and abroad. John Carney EXP's CEO/President/Art Director brings his passion for design to each project. He weaves together innovative solutions and strategies for imbedding content and education within museum exhibitions to develop highly experiential visitor attractions. An industrial designer and graphic designer by training at Rhode Island School of Design and the Basel School of Design in Switzerland, he is able to spark creativity in his design team and produce highly -acclaimed and award winning solutions. Recently invited to lecture at Brown University, he is also an active teacher of design studies. EXPERIENCE Experience Design, I Boston, MA, 1998-present I Led !!!!!! TTC7--T ; C L, eU(T) 0 diTHISTTania, fie 1 11 n - - Institute, Makoshika State Parkor Center, Oxbow Eco Center, The Virginia Air and Space Center, The Northern Forest Center, Crane Point Museum and Nature CenterThe New MetLife Brand History exhibits, Smithsonian's National Air and Space Museum, and Archaeology Exhibits at Bell County Museum. Design Consultant, New England Aquarium Boston, MA, 1998 Designed and developed Lake Victoria, a temporary exhibition that featured stories of animals and people of Lake Victoria through animal exhibits, interactives, and cultural artifacts of Africa. 0=- W-TW110 -A Boston, MA, 1986-1998 Responsible for all phases of exhibition planning of zoos, aquariums, museums and corporate visitor centers, Served as Lead Designer on projects such as El Portal Tropical Forest Center the North Carolina Zoo The Birminaharn Civil Riahts Institutel.The National �azz Museum.Th Natio-al Aquarium in Taiwan, and the Hasbro Toy Museum. Experience conducting formative evaluations of visitor behavior and coordinating the in egration of media with exhibits. RELATED EXPERIENU Exploratoriurn 1991 Collaborated with the staff in workshops that investigated interactive learning through art and science phenomena. Developed interactive gaming kiosks, and was involved in concept development, prototyping, vesting, and design for manufacture. AWARDS Art Directors Gjild, 82nd Annual 2003 Distinctive Merit Award. Mary Baker Eddy Library, Hall of ideas, Industrial Design Excellence Award. Birmingham Civil Rights Institute, Best Museum Environment. EDUCATION Rhode Island School of Design, Bachelor of Fine Art, focus on Art, Architecture, and Industrial Desig-, Studied Art and Design at Switzerla-id's Schule f6r Gestaltung Basel Cynthia Nolan SENIOR GRAPHIC DESIGNER where she gained her Bachelor of Arts in graphic design. With fifteen years of design of subject matter and close collaboration with clients has enabled Ms. Nolan to create compelling graphics for large corporate clients as well as for small nonprofit institutions. EXPERIENCE Experience Design, Ing—r— Boston, MA, May 2008;-pres'l Cond,,jcts visual reference research to identify key concepts and a 2D look, feel, and identity. desig-,er on projects including Federal Reserve Bank of Boston, New Englond Economic Adventure, John Ball Zoo, Bessel Lions of Loke Monyoro, National Convention Center, Heoded to the White House. Denver Art Museum, Americon Indion Art Exhibit, Louisiana State Museum, Living with Hurricones: Kotrino ond beyond, and Montana Fish Wildlife & Parks, Mokoshiko, design standards, creating status reports, trouble -shooting, and establishing new processes to respond quickly and efficiently to client needs. Lexington, MA, 2000-2002 Created graphics for science -based projects including student curriculum and informational 'i,rochures, and presentations aimed at business owners. London, England, 1994-1998 Worked with art directors, content developers, and clients. Designed quarterly magazine, business collateral, corporate identities, travel bnzc»ures,book covers, promotional packaging, and advertisements for avariety ofclients including aprivate bank, t-ave|companies, and book publishers. Graphic DesignerThames Community Foundation London, snglan*/pe7—/99m Created corporate branding toraise community awareness. Designed and iUvstratedaseries of posters that increased the charity's visibility and donations. Natalie Zanecchia GRAPHIC DESIGNER BIOGRAPHY Ms. Zanecchia specializes in brand identity, wayfincling and environmental graphics, Her experience developing wayMndingprograms for corporate, retail and institutional clients transfers easily into the museum and exhibit design world. She is experienced in collaborating with both 3D designers and spatial planners to create a cohesive environmental experience. Her understanding ofweb programming allows her to conceptualize media and web site interfaces, communicating with web developers to create acohesive media -based experience, Anavid hiker, Ms. Zanecchia is fond of the outdoors and translates this love to her environmental graphics, particularly when collaborating with nature centers. 'EXPENENCE Experience Design, Inc. Boston, MA, 20 1 0—present Responsible for all elements of graphic environmental design. Develops 2D look and feel of exhibits, ensuring ZDdesign works inconcert with 3Ddesign and interpretive content. Creates and identifies wayfindinQsystems, deve|ops|argefhrmat environmental graphics. Assists in development of graphic user interface for media interactives and websites. Recent projects include the environmental graphics for the EB Lyons Interpretive Center at the Mines of Spain State Recreation Area in Dubuque, IA and the development of media interfaces for the Fundy Geological Museum, New York, NY 2009-20 10 Designed jacket covers and developed interior typographic treatments for children's books and novels for young readers. Other responsibilities included scouting new illustrators, manipulating stock photography, and art direction of noted children's book illustrators such as PeterSis. Barbara McClintock, and Claire Nivo|a. Designer, Communication Arts, I Boulder, CO 2007-2008 1 Concentrated on developing 3D wayfinding systems and signage programs, incorporating them into large -format environmental graphics. Collaborated with Alclar Architects to develop wayfinding systems for Abu Dhabi's Yas Island, Alberta Developers' Southglenn Shopping Center, and GGP's Surnmerlin project in Las Vegas. Other major clients included EDAW, a large international planning, design and environmental firm. Also developed marketing collateral, including advertisments and mailers, for clients such as Colorado Chautauqua. Monigle Associates Denver, CO 2007 Developed and produced brand standard manuals for clients. Collaborated with medical, financial and educational institutes todevelop design and brand identity systems aswell as high-levelwebs�tez EDUCATION Rhode Island School of Design, BFA Graphic Design, 2007 Rhode Island School of Design, European Honors Program, Rome, Italy SKILLS Proficient inAdobe PhotoshupIllustrator, and |nDe ign.VVorkingkmowledgenfFLAH. HTML, [SSand )avascrptAdept at freehand drawing inpencil and ink, Intermediate digital Shawn G. Parker SENIOR INTERPRETIVE DEVELOPER and EDUCYt0_10NAL PLANNER BIOGRAPHY With an extensive background in museum management and educational programming, Mr. Parker brings ahigh level ofinterpretive planning and development to the EXP team. His knowledge of project planning and operations management rounds out his exceptional skills as an interpretive developer, content researcher, and copy writer. Mr. Parker collaborates effectively with a wide variety of stakeholders, having worked side -by -side with staff and board members on previous museum projects in-house. A personal interest in geology and a natural understanding of Native American culture add to Mr. Parker's innate ability to interpret the natural world mnavariety ofcultural levels. Boston, MA, 2009—present Responsible for the overall interpretive planning and storyline development of exhibitions. Collaborates with client to understand and communicate the flow of the exhibit narrative. Through content research and dewe|opmext, identifies and maintains main ideas and sub -themes throughout all aspects ofthe design process and ensures that ashared vision is being presented in the exhibit experience. Considers educational standards for each individual project. Currently writing final copy for the permanent exhibits at the Fundy Geological Museum and developing the interpretive outline for two tiers mfexhibits for the E8Lyons Interpretive Center at the Mines of Spain Recreation Area inDubuque, Iowa, Prowdence.R1 2009and 2002-2007 Managed and directed project planning and implementation for a new 65,000 sf history and cuhond museum, Integrated exhibit, collections and construction teams. Managed relationships with contractors, administered project budgets, and maintained project schedules. Developed community -based exhibits, programs and educational initiatives, incorporating educational best practices, Head mfEducation Division, Old Sturbridge Village Sturbridge, MA 2007-2009 Directed division of48educators and managers. Expanded grant -funded outreach programs and field trips byover 380%.Worked across departments for integrated programs, effective fundraising and stronger customer focus. Research Center mashanmcket.[T|9p8-208l Developed exhibit interpretation program for new tribal museum. Hired, trained and managed staff and volunteers. Managed program budget and participated in planning and development ofexhibits. EDUCATION Bryant University Executive Development Center, Project Management Professional certification, 2009 Binghamton University, State University ofNew York, M8inArt History, 1993 University of Connecticut, BA in Art History, 1990 (mogno cum Ioude) SKILLS and INTERESTS Conversational andreading/writing proficiency inSpanish. Vice President, Board of Directors, Pawtucket History Research Center. The Pangaea 111LO-KOVe de 22 Design, Fabricate, and Install Interpretive Panels for the Florida Keys Scenic Highway Project Approach Experience Design would approach the Florida Keys Scenic Highway Project much like vvedoall ofour jobs and that isbvfirst getting immersed inthe content. VVetake great pride inour ability tobring our Lead Interpretive Planner, Larissa Ha||gnen'tothe table, with her extensive background ~ tospeed with the content. It's our philosophy that the content, and , therefore the educational goals and oL�ectivesofanexhi�it'spa/ks ' the design —It's what gets the ideas generated about the interpretive experience! Unique tothe Florida Keys Scenic Highway Project, aninterpretive plan has already been provided. VVewill use this asastarting point for the Z design of the interpretive panels. Together, wewill outline each interpretive panel, making itunique to the visitor center's community. Each community has its own story to tell within the overall Florida Keys Landscape. John Carney, our Lead Designer, will work inconcert with Larissa todevelop ideas and adesign direction, asthe content isdefined, understood and shaped. To initiate this process we propose a face- to-face initial kick off meeting, followed by conference call reviews. VVeare rigorous project managers and produce meeting notes and update schedules, cost estimates, and all interpretive documents regularly and share them with you, the client, via awikisite (mini web site).VVeenjoy regular sharing ofdata and feel itmakes for amore seamless system. VVeenjoy your opinions and insight onthe project, after all you know your project better than anyone! VVework collaboratively and feel that doing so, makes for acomplete, educational and engaging exhibit. VVesee ourselves asyour partners, working alongside you torealize your expectations. VVetruly appreciate discussion and review. [}nthe following page, please find atimeline and description ofthe project phases. . . ���nce design 2.3 Task * 1) Kick Off Meeting le 2) Content Planning le 3) Design Concept Generation le 4) Final 2D and 3D Design; Copy Production e 5) Fabrication le 6) Installation OR HIM !I i iiiii ill I , i 11111 11 11 11 a Effort Jan 201 4w 3d 3w 3d 4w ld �R ivm Fl 25 Irlsom Wel Scope Content Planning 1600 Design Generation 3000 Fino/deaign/oopy/prmduction 2080 Fabrication 33000 Shipping 1500 Installation 2000 Tmta|Fam 43000 These interpretive kiosks tell the story ofthe Holocaust through the eyes ofthe survivors, designed byEXP .ence design es|~ �gn 27 28 Design, Fabricate, and Install Interpretive Panels for the Florida Keys Scenic Highway On the following pages, please find examples of our work that we feel are relevant to your project. To the left and below: EXP designed these interpretive panels for the John Ball Zoo, that allow visitors to learn more about the Lake Manyara region and the zoo's conservation commitment. �9 OXBOWECO-CEN77ER Port St. Lucie, FL Experience Design recently developed interpretive exhibits and multimedia for the Oxbow Eno-Ce^terinPort St. Lucie, Florida. The focus ofthese exhibits isonthe environment, highlighting biodiwrrshyand the "human footprint'Through simple imeractvesaswell ashigh-tech opportunities, visitors make connections between their impact mnthe local St. Lucie River and the broader community mfwaterways across the CRANE P01PIT MUSE$k,,JM Marathon Key, FL s part oT n Experience Wesign cieveloped the interpretive and wayfincling signage included in the first F.hase.The Museum as a cohesive graphic identity. Experience Design's graphic designers developed a tropical -resistant graphics program that sourced a local and durable wood species.We incorporated over 50 botanically accurate original illustrations of plant and vvww.expdesign.com e6perience desigs it 1.500 acre'site, 6,000 scIuarc foot gallery, opened in 1996 • Highlights 111CILIdO d wheelchau-- accessible splash fOUntalll for children and a five -level observation; tower InGe pretiuC exhibit exploi c the mangrove ecosystem i i Hollywood, FL The West Lake Park/Anne Kolb Nature Center is a 1,500 acre coastal mangrove wetland that is the habitat for diverse plants and animals. Picnic shelters draw families, and the marina allows visitors to rent kayaks and canoes.There is also a children's wheelchair - accessible playground with a splash fountain. ohn Carney prepared the master plan for the Anne Kolb Nature Center, which opened in |996and includes afive-level observation tower, afishing pier two nature trails, and an outdooramphitheaiecThe exhibit hall features nature displays, a 3,500-gallon aquarium, and a I 0-minute ecological- therned video.The 6,000-square-foot mangrove hall hosts events, and '2L supports the economic viability ofthe center and the city are enhanced by clean graphics and interpretive wayside graphics assist guests as they navigate the island and contemplate its intriguing history In addition to the storied past of the island, the exhibits celebrate the island's future as a new = � =1 � www.expdesign.com eA-MM= At this State Recreation Area, part of the Iowa Department of mined for lead in the hills, alongside the native Meskwaki tribe. on his gentleman's farm. Now, visitors come from far and wide to bird watch, hike, kayak, and explore everything this beautiful the human history of the land, but also the natural history, through the use of elegant interpretive displays, multimedia interactives, and immersive experiences such as the recreated lead mine where voices of miners echo through the walls! vvww.expdesign.com e(Operience desic-2, THE NORTHERN FOREST CENTER New Hampshire, Maine, Vermont Ways of the Woods, a mobile educational exhibition of the regional culture and heritage of the Northern Forest — an stretch from northern NewYork to Maine —brings the museum experience directly to its communities.Th rough hands-on exhibits and interactive media, ways or the Woods engages school groups and the general public in exploring the changing relationships between the people and the land. www.expdesign.com ej&perience desiciS ��� bi .� s , 9iy6a 1 ' iye„_J} F $ 4 Yt�`_ tit$ J It s t � 9 d•� tr 3 d fJ, 41t H 4 t li t 7 "'I r,, si � to t"'.:a t, a40, _ S, .. .., u , .rr;U,e a, PUMOTH PLANTATION Plymoth, Massachusetts KEY PHASE rwo Parkins} Lot and Introductory Signage PHASEGNE Prlmal'y Entry Sig., Secondary EnRy Signs Infor nxional Rail info;rr atonal Rail Midi additional standoff? Directional Wayfrnding In close collaboration with the staff and stakeholders at Plimoth Plantation, Experience Design's interpretive planners and exhibition designers developed an improved and enchanting arrival to the historic Plimoth Plantation Homesite. Experience Design redesigned the footpath, enhanced the surrounding landscape by planting native wildlife and offered minimal interpretive signage. EXP's design effort was in tandem with an orientation media experience, produced by the History Channel. The collaborative effort successfully connected the entire region through a common interpretive voice, a story about environmental history, and offered minimalist branding through graphic elements. i�s, • - M ! t ■ StsA{,( IV CO.mple. Membc Affticlli LZ�J_rLAZX I 3AL. Providence, R.I. Experience Design has joined the Heritage Harbor Museum i .e f6 Ii v the design and development of a 60,000 squar irig state history museum, Utilizing innovative exhibit technologies visitors not only learn about Rhode Island's vibrant and multi- cultural past, but are also encouraged to take an active role in JM+ - voarf4i­., over 30,000 square feet of interactive interpretive exhibits, including a lively medley of traditional and multimedia interactives.The Heritage Harbor "useum has been in the Plan is considered a definitive starting point for the "useum! www.expdesign.com 13,000 years of cooking, cleaning and life at Gault are explored through archaeological exhibits at the Bell County Museum. Experience Design was hired to effectively communicate the L&A "--aAce multimedia, hands-on "archaeological digs" and a paleontologist's www.expdesign.com ejDperience desics www.expdesign.com 001232= MAKOSHIKA STATE PARKVISITOR CENTER Glendive, Montano d IIU JVUIIU.9 EXP recently completed the design and installation of a permanen -xhibition at the Holocaust Resource Center at Queensborough Cngutijig College Desi *ed to e*rnijr;iqe aw�;rg�*L—r nf rnr T -k 9�. U 1. 1 1�— I�al *0 present moving stories of individuals who lived during that era- 'v Multidimensional kiosks display various narratives, using interactive such as media photo albums to relate the personal histories of 4ifferent individuals. EXP collaborated with the architects in the course of exhibit design, using elements of the building in our own exhibits to create a cohesive experience that acts as a moving and powerful introduction to the new Holocaust Resource Center www.expdesign.com e0SMS= K-14 " iv �., t y are r'�)� 1" 'C S • t } �� � �r•S tqi qm,� i�t��jst ,anti "�l�t, �1 �; r s� 'r�`���. �i�``��,tt..•"h" "� 9 �1�1kSI-1�1«ti1 a: e `�V tt ��r �a�{iytt?�� 4 �fk}�+uffi,t i 4` 4' I ` YY PUGET SOUND N"Y MUSEUM Puget Sound, WA Experience Design collaborated with the Puget Sound Navy Museum oocreate two engaging exhibitions, one onthe Naval Shipyard and another onSpecial Operations Submarines. For more than one hundred years, through the hard work and great pride ofits command leadership and civilian workforce, the Puget Sound Naval Shipyard (PSNS) has utilized its industrial strength in support ofthe U.S.NavyTho historic Shipyard exhibition utilizes |arge-sca|e.immersiveenvironments juxtaposed with oral history listening stations toprovide arich and layered *xperienoeTheSpecial Operations Submarines exhibition features evocative, scenic recreations and interactive media.Vishnrsexplore the covert nature ofSpec Ops.through atrailing mission and sonar signals game. _OGYI narine ecosystems that are found off the coast ofTaiwan. Experience Design worked with the Aquarium, a team of translators and a I 07W'T C grF �g� I IT IMM 1771 1111 labs. Cultural differences, geographic distance and a language Ex�erience team, lead b. ohn Carne-,; and Larissa Hallgren, was successfully able to bridge the gap and produce world -class exhibitory for 65,000 square feet of exhibit space. vvww.expdesign.com *,fperience desigl 60 Design, Fabricate, and Install Interpretive Panels for the Florida Keys Scenic Highway L Has the respondent ever failed to complete work or provide goods for which it has contracted? No ///. Has the respondent, within the lost 5 years, been a party to any lawsuit or arbitration with regard to contract to services, goods or construction services similar to those requested in the RFP? No /V Has the respondent ever initiated litigation against the County or been sued by the County in connection with a contract to provide services, goods, or construction services? No V. Whether, within the lost 5years, an officer, general partner, controlling shareholder or major creditor of any other entity that foiled to perform services or furnish goods similar to those sought in the request for proposals. No the new wa�,,ftndknq-5�,.,stern at Plimoth Plantation. e(Dperience design 6! 62 Design' Fabricate, and Install Interpretive Panels for the Florida Keys Scenic Highway I for Interpretive Panels Project SECTION THREE: COUNTY FORMS Please follow the complete instructions to respondents specified in Section I "Contractor Selection and Evaluation Process" RESPOND TO: MONROE COUNTY BOARD OF COUNTY COMMISSIONERS c/o PURCHASING DEPARTMENT GATO BUILDING, ROOM 1-213 1100 SIMONTON STREET KEY WEST, FLORIDA 33040 • Lobbying and Conflict of Interest Clause I',/- • Non -Collusion Affidavit JM • Drug Free Workplace Form vl� • Public Entity Crime Statement • Insurance Requirements • Local Preference Form (if applicable) (Check mark items above, as reminder that they are included) In addition, I have included a current copy of the following professional and occupationa�, !icenses: no reimbursable expense items). Task Cost -Design -1 (Z'553 -Fabrication Aa2!.- G15D Installation I 3,5UD Mailing Address: EXperi-enee Des- (CI r7 Telephone: W7 9151 030 Date: 12-15 -2.0 10 SignedV:�,L Witness: A0, P., v P C� (Seal) (Name) t N C- L PAL_ (Title) CIR� C(AMPOLILL0 N,mlari i Public C0111nionwasith C-1 Massachusetts May 27,2016 29 n 0 c M 3 0 RFP for Interpretive Panels Project ETHICS CLAUSE SWORN STATEMENT UNDER ORDINANCE NO. 010-1990 ONROE COUNTY, FLORIDA LC AP-tj t t�iqwr (Company) "...warrents that he/it has not employed, retained or otherwise had act on his/her behalf any former County officer or employee in violation of Section 2 of Ordinance No. 010-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 010-1990. For breach or violation of this provision the County may, in its discretion, terminate this Agreement without liability and may also, in its discretion, deduct from the Agreement or purchase price, or otherwise recover, the full amount of any fee, commission, percentage, gift, or consideration paid to the former County officer or employee." (Signature) Date: l 3 ~ l STATE OF: _ COUNTY OF: Subscribed and sworn to (or affirmed) before me on J (date) by f 16 (name of affiant). He/She is personally known to me or has produced (type of identification) as identification. W r� NOTAPY PUBLIC My Commissi8PIN IROBL1 tto Notary Public Commonwe311'.ft cot Massachuse s (9my Cominissi.:on May 27, 2016 RFP for Interpretive Panels Project NON -COLLUSION AFFIDAVIT I, Mt C R L tZ.� PC-,2 of the city of �S'f'o rJ according to law on my oath, and under penalty of perjury, depose and say that 1. lam �A t G V h L-A- k 9 P C-a, of the firm of r—X P (- (R ( E.0 Cts 0 *&S l 16 the bidder making the Proposal for the project described in the Request for Proposals for Wi eel il�>� and that I executed the said proposal with full authority to do so, 2. the prices in this bid have been arrived at independently without collusion, consultation, communication or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; 3. unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to bid opening, directly or indirectly, to any other bidder or to any competitor; and 4. no attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit, or not to submit, a bid for the purpose of restricting competition; 5. the statements contained in this affidavit are true and correct, and made with full knowledge that Monroe County relies upon the truth of the statements contained in this affidavit in awarding contracts for said project. (Signature) Date: —y 3 ^ l O STATE OF: � f COUNTY OF: Subscribed and sworn to (or affirmed) before me on I ', (date) by t' r' _' a >%3 �%'-�`f (name of affiant). He/She is personally P known to me or has produced I ,.'�_-`; !, ( ,;.:y$ (type of identification) as identification. OTA PUBLIC a V My Commission Exppires: GINA Cl . Notary Public Commonwealth of Massachusetts 31 Commission E,,qj. May 27, 201 RFP for Interpretive Panels Project DRUG -FREE WORKPLACE FORM The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that: (Name of Business) 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be impaosed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contenderre to, any violation of Chapter 893 (Florida Statutes) or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community , or any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm c lies fully with the above requirements. (Signature) Date: \ a — t 3 ` L c-> , STATE OF: ,r ° 1,I 1�_ COUNTY OF: (; Subscribed and sworn to (or affirmed) before me on ;� ` S,'. (date) �,,L, by �} tt<< ,� (name of affiant). He/She is personally known to me or has produced (type of identification) as identification. I NOT Y PUBLIC 1 ommistiiw &OR&A Notary Public Commonwaatth of Massachusetts My C0frj iiSsiun EXP May 27, 2 1 & RFP for Interpretive Panels Project "A person or affiliate who has been placed on the convicted vendor list following a conviction for 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 public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or CONTRACTOR under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months fro the date of being placed on the convicted vendor list." I have read the above and state that neither (Respondent's name) nor any Affiliate has been placed on the convicted vendor list within the last 36 months. �, i-�) (Signature) Date: ( - — l3 ~ 1 �0 STATE OF: f� COUNTY OF:+- r Subscribed and sworn to (or affirmed) before me on%li` .rv'1;' > (date) b L� •'� y -/!, i U. r'' (name of affiant). He/She is personally R $ known to me or has produced -%; (type of identification) as identification. % f NOTARY UBLIC My Commission Expires: Notary Public commonwealth of Massactsusetts *Mmy Gon3mission Exp. May 27, 2016 33 RFP for Interpretive Panels Project RESPONDENT'S INSURANCE AND INDEMNIFICATION STATEMENT Insurance Requirement Reguired Limits Worker's Compensation and $100,000 Bodily Injury by Accident Employers Liability $500,000 Bodily Injury by Disease, policy limits $100,000 Bodily Injury by Disease, each employee General Liability $300,000 Combined Single Limit If split limits are provided, the minimum limits acceptable shall be: $100,000 per person $300,000 per occurrence $50,000 property damage Vehicle Liability $300,000 Combined Single Limit If split limits are provided, the minimum limits acceptable shall be: $100,000 per person $300,000 per occurrence $50,000 property damage INDEMNIFICATION AND HOLD HARMLESS FOR CONSULTANTS AND SUBCONSULTANTS Notwithstanding any minimum insurance requirements prescribed elsewhere in this agreement, the Respondent covenants and agrees that he shall defend, indemnify and hold the COUNTY and the COUNTY's elected and appointed officers and employees harmless from and against (i) any claims, actions or causes of action, (ii) any litigation, administrative proceedings, appellate proceedings, or other proceedings relating to any type of injury (including death), loss, damage, fine, penalty or business interruption, and (iii) any costs or expenses that may be asserted against, initiated with respect to, or sustained by, any indemnified party by reason of, or in connection with, (A) any activity of Respondent or any of its employees, agents, contractors in any tier or other invitees during the term of this Agreement, (B) the negligence or willful misconduct of Respondent or any of its employees, agents, respondents in any tier or other invitees, or (C) Respondent's default in respect of any of the obligations that it undertakes under the terms of this Agreement, except to the extent the claims, actions, causes of action, litigation, proceedings, costs or expenses arise from the intentional or sole negligent acts or negligent acts in part or omissions of the COUNTY or any of its employees, agents, contractors or invitees (other than RESPONDENT). Insofar as the claims, actions, causes of action, litigation, proceedings, costs or expenses relate to events or circumstances that occur during the term of this Agreement, this section will survive the expiration of the term of this Agreement or any earlier termination of this Agreement. In the event the completion of the project (including the work of others) is delayed or suspended as a result of the Respondent's failure to purchase or maintain the required insurance, the Respondent shall indemnify the County from any and all increased expenses resulting from such delay. In the event the completion of the project (including the work of others) is delayed or suspended as a result of the Respondent's failure to purchase or maintain the required insurance, the Respondent shall indemnify the County from any and all increased expenses resulting from such delay. The first ten dollars ($10.00) of remuneration paid to the Respondent is for the indemnification provided for above. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this agreement. RESPONDENT'S STATEMENT I understand the insurance that will be mandatory if awarded the contract and will comply in full with all the requirements. �-- l2-/1 Respondence i re Da �- �vienc.��esi9►�Cc�� 40 RFP for Interpretive Panels Project REQUEST FOR WAIVER OF INSURANCE REQUIREMENTS It is requested that the insurance requirements, as specified in the County's Schedule of Insurance Requirements, be waived or modified on the following contract: Contractor: �';�T l ���CrA'�.1�� �i� W, Contract for: Address of Contractor: Phone: Scope of Work: Reason for Waiver: Policies Waiver will apply to: Signature of Contractor: ild , NA LWI IIL►//LAa�Si �Iu Approved Risk Management: Date: County Administrator appeal: Approved Not Approved Not Approved Date: Board of County Commissioners appeal: Approved Not Approved 11 - 3. 02-16-'11 14:09 FROM -Poole Professional 781-245-5463 �.cR si siriit,,r� si c yr iLuyosit� fi � r n -5463 vst.tc Tur15 AP0002/0003 F-865 THIS CrRnF(CATE N ISSUED AS a MnrrER of INFORIYWTIf7N ONLY AND CONFERS a 02 6 1_ DN THE C A HOLDER. CERTIFICATE DOES NOTAFrF1RMATWELY OR NEGATIVELY AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THg ISSUING INSUR REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. �ISD� AUTHORIZED ANOPW: the certi Ipte D an the terms and conditions Of the OINALI a nt en orse Certificate holder in Neu of such Bred certain POLICIES MW require an endorsement. A statcmeld On , au IBemone(e). CerNNcAte does not Confer rights to the ' D Boole Profeasional Ltd, 107 Audubon Rd. #2, Ste. 305 Wakefield MA 018e0 Phone:781-245-5400 Fax:781-245-5463 -- -- '^mom+ 8)AFFOROIN®cOwRmv NAIL Ie Yxen affettjCarrllas , =no, INSURERA: 8eax]. USA Serve Inc, Rk E eri®nce ee1gn INSURER ®c 37540 355 Congre$lgtreet Boston 1M Z 1155 INSURER c : INSURER D : INe11RERE: 'OVERAGES CERTIFICATE NUMBER:.. INSURER P THIS IS TO cnFlr 7 HAT THfi PoL�cl�s of raSURANC6c USTEo BELOW HAVE BEES ISSUED ro THE INSu o REVISION NUMBER: INDICATED. NOM ISTANOING ANY REQUME MCNT, TERM OR CONDITION OF ANY CONTRACTOR A80VE R THE PERIOD - CERTIPICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED lTY THE OTHER DOCUMENT W17H RESPECT TO WHICH THIS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMIT'S SHOWN MAY HAtlE BCFN REDUCED BY PAID CLAIMS. POLICIES DESCRIBED EIN IS SUBJECT TO ALL THE TERMS, TYPE OF INBURANCa INS R POLICY NULIS)Et GENERAL LIABILITY LlLrrrB 1COMM6RCIA GENERAL UA131UTV EACH OCCURRENCE' OLAIMB MADE OCCUR PR A 8 Em omrranee 8 MGO ID (An V crime Denson) S PERSONAL A ADV INJURY S HL AGGREGATE LBdIT APPLIES Pe R GENERAL AGGREGATE _ PAC' P LOC PROD UCTS-COMP)OPAGG s TOMOBILE LIABILITY $ ANYAUTO COMBINED IN LELIMrr ALL OWNED AUTOS (Ea aociaeno S BODILY INJURY (Per person) 8 SCHEDULED RUT08 BODILY INJURY (Per wddm) $ HIRED AUTOS P RO�sLenITYDAMAGE NON-OWNEO AUTO8 ) E UMBRELLA LIAR OCCUR Is EXCESS LIAR CLAIMS-MAOe EACH OCCURRENCE s DEDUCTIBLE AGGREGATE - - i AND EN(PLAYHRB' LUMiry ; qANNy� P RIPARTNERIEXEC YIN T I OFPI�R EXCLUDED? UTWrn /A (MyandYtoryn 1 EL EACH ACCIDENT $ 06SCRIPTION OF OP6RATIONg below L. DISEASE -EA pMPLO j A `rc&./fir' VISNO1100401 E.LDISEASE -POLICY LIMIT a Prof. Liab. oz/ze/io o2/2a/li Aggregate $1, 000, 000 DESCRIPTION OFOPBAATTONSILOCA J deduCt;ibl $20,000 For rofe88iona1 lla�bil "tc aoveeir8 �to�Q ON RRWU*fiseneawe,Nmor*rpa"Irftqul,aep insT}anc® Oval ail® fg $1 cover ��claiaegPr�d within the toliey Perzod. The 1fmzt tail reduce by paym®nts en zndwitii a X Expens®. CERTIFICATE HOLDER CANCELLATION MONROZ 1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EKMRATB)R DATE THEREOF, NOTICE WILL BE DELIVERED IN Monroe County ACCORDANCE WITH TMS POLICY PROVISIONS. State of Florida 1100 Simonton street AUTHOR REPRMEN T Key W08t, FL 33040 WORD 25 (2000109) The ACORD name and logo are registered marks of ACORD C reserved, 02-16-'11 14:09 FROM -Poole Professional 781-245-5463 "UI`'' �.rCl[ 1 Ir14rI► 1 C Vr LImolL1 1 11 11vioumm,94II rC T-315 P0003/0003 F-865 yr fu e+u - - _ _... � MLF %luNr ZIN0 NU KIGTH F3 UPON THE CERTIFICATE HO 02 16/ 11 CERTIFICATE DOGS NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICE gE BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSUiiER4SRED). AUTHO REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. ff heutiffeate holder is an , 011notbeiendl WWWOthe terns and conditions of the policy. certain policies may require an endorsement. A statement on the CertiHaate does not confiv 1ahts 0ertiftcate holder in lieu of such endorsomm:nat to tho Poole Prof"Sionall Ltd. P 107 Audubon Rd. tit, Ste. 305 No : Wakefield MA 01880 Ph*":781-245-5400 Fax:781-245-5463 = liQtEl!1T-1 INSURED INSURE S APFOROING COVERAGE NAIL q FCrant /Paffett/Calm ey INaURIIRA: Chart®r Oak Fire, Ina. Co. 25615 db - 3 Deg s n 35a Congre r�9 at iga 8oeto>a INSURER B : Travelers tndea►ni t Co. I G` 25658 Doi 1 2566E INSURER D INSURER S : COVERAGES CERTIFICATE NUMBER: INSURER F: THIS 18 TO CERTIFY THAT TN6 POLICIES OF INSURANCE UBTIiD B&LOyY NREVISION NUMBER: AVIa BFa=N ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY INDICATED. NOTWITH$TANOM PERIOD ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER 00CUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERM EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OP INSURANC@ IN POLICY NUMBER GINERAL LIABILITY ( UMW X COMMSI GENERAL LIABILITY EACH OCCIRI;occurre S 1 000 000 CLAIMS- WDE ® OCCUR P1e""I I'm 41 000 000 MEDEXP onePeraon) $10 000 A 680294OL098 PERSONAL & ADV INJURY 07/01/10 07/01/11 cENERALAWREGATE $ 1 000 000 GENT AGGREGATE LIMITAPPL IES PER: a2 000,000 POLICY $ P LOC PRODUCTS -COMAGG PIGP 0 2 , 000 , 000 AUTDMOBTLE LIABILITY $ COMBINED SINGLE LINT ANY AUTO (Fa +U S110001000 ALL OWNED AUTOS BODILY INJURY (Per person) 8 SCHEDULEDAUTOS BODILY INJURY (Per aoWwt) i X HIRED AUTOS PROPERTY DAMAGE X NON -OWNED AUTOS (Foraoome" = A HA2948L919 B UMBRELIALIAB X 07/01/10 07/01/11 s a OCCUR UP6930Y990 I1XCNB UAB CWMS•MADE I 07/01/10 07/01/11 EACH OCCURRENCE 9 3, 000 000 DEDUCTIBLE AGGREGATE 83,000,000 ...,RneKw uun.en*l S AND UMPLOYM LIABILITY YIN x C O FlC� R ARTND� CUTKTD 1A UB--5922Y272 05/01/10 05/01/11 TO YU li (MaoAttory n ►7 u E.L.EACH ACCIDENT s1,000 000 M yo dw=r6e uder E.L. DISEASE . FA EMPLOYE f 1, 0 00 000 DEB�GRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT i 1 000, 000 DESCRIPTION OF ACORD CERTIFICATE HOLDER CANCELLATION MONROZ 1 SHOULD ANY OF TNB ABOVE DESCRIBED POLICIES 09 CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Morro® County ACCORDANCE WITH THE POLICY PROVISIONS. State Of Florida 1100 SimOnton Street 1AUTHORIZEDREPRESENTATWE Kerr West FL 33040 ACORD 25 (2009109) The ACORD name and logo are registered marks of ACORD C RA t - reservetl.