Loading...
Item C12 BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: July 15, 2009 Division: Project Management Bulk Item: Yes -.lL No - Staff Contact Person: Jerry Barnett Telephone# 292-4416 AGENDA ITEM WORDING: Approval for RFQ for a continuing contract for Architectural/Engineering services as authorized by F.S. 287.055(2)(g). The statute allows the County to secure standing architects/engineers who will be available to complete the design portion of a project without going out for bid. It applies only to projects in which the construction costs do not exceed $2 million dollars. ITEM BACKGROUND: Continuing contracts for certain professional services are authorized under Florida Statute. The statute allows construction projects in which costs do not exceed $2 million to proceed without RFQ. The statute was recently amended by the legislature to increase the amount from $1 million to $2 million and is effective for contracts entered into as of July 1,2009. The individual contract for each proiect will come to the BOCC for approval. This is simply a method, which enables the County to move forward on construction projects without the formality of going out for bid for professional services. PREVIOUS RELEVANT BOCC ACTION: BOCC has authorized continuing contracts in the past. This allows the County to proceed under the newly amended statute. CONTRACT/AGREEMENT CHANGES: NONE ST AFF RECOMMENDATIONS: APPROVAL TOTAL COST: $900.00 Adv BUDGETED: Yes X No - (This RFQ will not cost the County money; any contracts approved under the RFQ for future construction will have to come before the BOCC for approval of the contract/cost.) COST TO COUNTY: -0- SOURCE OF FUNDS: Proiect Management administrative account #304 22004 REVENUE PRODUCING: Yes _ No _ AMOUNT PER MONTH_ Year poJ{.. ~ APPROVED BY: County Atty ~ Purchasing _Risk Management DOCUMENTATION: Included ~ NotRequired_ DISPOSITION: AGENDA ITEM # Revised MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: NA Contract #_ Effective Date: Expiration Date: Contract Purpose/Description: RFQ for continuing contract for Professional services Contract Manager: Ann Riger 4439 Project Management #1 (Name) (Ext. ) (Department/Stop #) for BOCC meeting on Agenda Deadline: CONTRACT COSTS Total Dollar Value of Contract: $ Current Year Portion: $ app.$900 Advertise Budgeted? Y es~ NoD Account Codes: 304-22004-53498-_-_ Grant: $ - - - - ----- County Match: $ - - - - ----- - - - - ----- ADDITIONAL COSTS Estimated Ongoing Costs: $Q/yr For: (Not included in dollar value above) (eg. maintenance, utilities, janitorial, salaries, etc.) CONTRACT REVIEW Changes Date Out Needed Division Director YesD No County Attorney t -31J-cJf Comments: OMB Form Revised 2/27/01 Mep #2 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR QUALIFICATIONS FOR CONTINUING CONTRACT FOR PROFESSIONAL SERVICES BY ARCHITECTURAL/ENGINEERING FIRMS OR INDIVIDUALS MONROE COUNTY, FLORIDA ";1'-".0, 'i;~i .i~~~~~~~7J~Ji'I. ~;ii\ ~~'(;<I :~5;:o:~, ,;:,~~~ ':~c, \i )~I!~)(; \'"~1 .>. I 'c;.. ";~z.C;:V~~;1~'/ BOARD OF COUNTY COMMISSIONERS Mayor, George Neugent, District 2 Mayor Pro tern, Sylvia Murphy, District 5 Kim Wigington, District 1 Heather Carruthers, District 3 Mario DiGennaro, District 4 COUNTY ADMINISTRATOR CLERK OF THE CIRCUIT COURT Roman Gastesi Danny L. Kolhage JUL Y 2009 PREPARED BY: Monroe County Project Management Department NOTICE OF CALLING FOR QUALIFICATIONS Request for Professional Services from Architectural/Engineering Firms and Individuals for Annual Continuing Contract for Architectural/Engineering Services for Small Projects Monroe County Florida Introduction The Board of County Commissioners of Monroe County, Florida, hereby requests, pursuant to Sec. 287.055(2)(g), Florida Statutes, sealed letters of interest and statements of qualifications from Architectural/Engineering firms and specialized consulting firms or individuals experienced in design, contract documents, and project administration of small projects consisting of re-modeling, roofing, ADA compliance, or renovations of buildings and other capital improvements, in which construction costs do not exceed $2,000,000.00. Interested firms or individuals are requested to indicate their interest by submitting a total of seven (7), two (2) signed originals and five (5) complete copies of their statement of qualifications in a sealed envelope clearly marked on the outside, with the Respondents name and "Statement of Qualifications - ANNUAL CONTINUING CONTRACT FOR ARCHITECTURAL/ENGINEERING SERVICES, MONROE COUNTY, FLORIDA, addressed to Monroe County Purchasing Department, 1100 Simonton Street, Room 1- 213, Key West, FL 33040, on or before 3:00 P.M. local time on _day of _,2009. If sent by mail or by courier, the above-mentioned envelope shall be enclosed in another envelope addressed to the entity and address stated above. No statements of qualifications will be accepted after 3:00 P.M. Faxed or e-mailed statements of qualifications will be automatically rejected. Qualified respondents should have appropriate State and/or licensure in place. Requirements for submission and the selection criteria may be requested from DemandStar by Onvia by calling 1-800-711-1712 or by going to the website www.demandstar.com or http://www.monroecountv- f1.2ov/pa2es/msd/bids.htm The Public Record is available at the Purchasing Office, 1100 Simonton Street, Key West, Florida. Technical questions are to be directed, in writing, to the Director of Project Management, 1100 Simonton Street, Key West, FL 33040, fax to (305) 295-4321, or email: Barnett-Jerry@monroecounty-fl.gov. The BOCC reserves the right to reject any or all proposals, to waive informalities in the proposals and to re- advertise for proposals. The BOCC also reserves the right to award and/or negotiate a contract in the best interest of Monroe County. Interested firms or individuals will be evaluated and selected under the competitive selection procedure of Florida Statute 287.055. In accordance with Florida Statute 287.055(4) (b), please do not submit proposals for compensation. Dated at Key West, this _day of. ,2009 Monroe County Purchasing Department REQUEST FOR PROFESSIONAL SERVICES REQUIREMENTS FOR SUBMISSION Pursuant to Section 287.055(2)(g), Florida Statutes, notice is hereby given that the Board of County Commissioners of Monroe County is accepting statements of qualifications from Architectural/Engineering firms or individuals experienced in design, contract documents, and project administration of government office facilities. The submittal must be accompanied by the firm's detailed statement of qualifications and current USGSA Standard Form 330, which can be downloaded from the General Services Administration website at www.GSA.gov, and any additional information which addresses the presentation of the firm's qualifications. Qualified firms should have the appropriate licensure from the State and/or County in place. The areas of consideration for selecting the most qualified firm for the project include but are not limited to: . Recent experience of individuals and firm on similar scope and size projects, projects will be limited to construction costs which do not exceed $1 Million . Organization . Schedule and availability . Past performance record . Office location . Monroe County experience . Project approach and methodology Only those firms or individuals submitting statements of qualifications that meet the requirements herein specified will be considered regardless of past contacts with Monroe County, or other agencies. Following the receipt of the RFQs, a committee will meet in a noticed public meeting to review the RFQs The committee will rank the submittals in order of preference and make a recommendation to the County Commission to negotiate a contract with the preferred person/firm. Should the County Commission so direct, and a mutually satisfactory agreement cannot be reached between staff and the first recommended person/firm, then staff will negotiate with the next preferred person/firm and so forth. When staff has agreed with the person/firm upon a mutually satisfactory contract, the contract will be brought before the County Commission for final approval. No binding contract is created between any person/firm and the County until a contract is approved by the County Commission. Monroe County reserves the right in its sole discretion to reject any or all proposals, to waive irregularities and informalities in any or all proposals, and to re-advertise for qualifications. Interested firms or individuals will be evaluated and selected under the competitive selection procedure of Florida Statute 287.055. In accordance with Florida Statute 287.055(4) (b), please do not submit proposals for compensation. Requirements for submission may be requested from DemandStar by Onvia by calling 1-800-711-1712 or by going to the website www.demandstar.com or httv://www.monroecounty-fl.2.ov/pa2.es/msd/bids.htm. Technical questions should be directed, in writing, to Director of Project Management, 1100 Simonton Street, Key West, FL 33040, fax to (305) 295-4321, or email: Bamett-Jerrv@monroecounty-fl.gov. . All answers will be by written addenda. Interested firms or individuals are requested to indicate their interest by submitting a total of seven (7), two (2) signed originals and five (5) complete copies of their statement of qualifications in a sealed envelope clearly marked on the outside, with the Respondents name and "Statement of Qualifications - ANNUAL CONTINUING CONTRACT FOR ARCHITECTURAL/ENGINEERING SERVICES, MONROE COUNTY, FLORIDA" addressed to Monroe County Purchasing Department, 1100 Simonton Street, Room 1-213, Key West, FL 33040, on or before 3:00 P.M. local time on day of _, 2009. If forwarded by mail or by courier, the above-mentioned envelope shall be enclosed in another envelope addressed to the entity and address stated above. No statements of qualifications will be accepted after 3:00 P.M. Faxed or e-mailed statements of qualifications will also be automatically rejected. Monroe County's performance and obligation to pay under this contract is contingent upon an annual appropriation by the Board of County Commissioners. All submissions must remain valid for a period of ninety (90) days from the date of the deadline for submission stated above. The Board will automatically reject the response of any person or affiliate who appears on the convicted vendor list prepared by the Department of General Services, State of Florida, under Sec. 287. 133(3)(d), Florida Statute (1989). Monroe County declares that all or portions of the documents and work papers and other forms of deliverables pursuant to this request shall be subject to reuse by the County. The Respondent shall obtain insurance as specified in these Requirements for Submission and maintain the required insurance at all times that this Contract is in effect. Professional Services Liability Insurance shall also be maintained for a period to cover all statutes of limitations. In the event the completion of the work (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. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a proposal on a contract to provide any goods or services to a public entity, may not submit on a contract with a public entity for the construction or repair of a public building or public work, may not submit proposals on leases of real 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 place on the convicted vendor list. Dated at Key West, this day of _, 2009 Monroe County Purchasing Department TABLE OF CONTENTS NOTICE OF CALLING FOR PROPOSALS SECTION ONE - Instruction to Respondents SECTION TWO - General Terms and Conditions SECTION THREE - Terms and Conditions Specific to Request for Professional Services by Architectural/Engineering Firms or Individuals SECTION FOUR - Draft Contract SECTION FIVE - Insurance Requirements SECTION SIX - County Response Forms SECTION ONE INSTRUCTION TO RESPONDENTS 1.01 DESCRIPTION The Respondent awarded a contract shall provide Architectural Services for the Annual Continuing Contract For Architectural/Engineering Services, for Monroe County. The contract will provide for the planning, design, contract documents, project administration and coordination. Professional services shall include, but not be limited to: Preparation and completion of the design program for space requirements and relationships, schematic design, design development, preparation of contract documents for bidding, scope of work, tabulations and review of bids, recommendation of contract award, cost estimating during design and document preparation, administration of contract documents, consultation and on site inspections during construction, process shop drawings, recommend approval of contractor invoices, preparation and submittal of permit applications, zoning applications and presentations to the County Commission. All projects shall have construction costs, which do not exceed $2 million. 1.02 COPIES OF RFQ DOCUMENTS A. Only complete sets of RFQ Documents will be issued and shall be used in preparing responses. The County does not assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets. B. Complete sets of RFQ Documents may be obtained in the manner and at the location stated in the Notice of Calling for Qualifications. 1.03 STATEMENT OF QUALIFICATIONS REQUIREMENTS Two (2) original response, marked "Original" and five (5) copies marked "Copy" [seven (7) complete packages] of the proposal setting forth qualifications must be received. 1.04 DISQUALIFICATION OF RESPONDENT The following forms shall be submitted along with the response to RFQ, and signatures shall be current and all forms shall be dated within thirty (30) days of the date of submission as described in Section 1.09B herein. A. NON-COLLUSION AFFIDAVIT: Any person submitting a Statement of Qualification in response to this invitation must execute the enclosed NON-COLLUSION AFFIDAVIT. If it is discovered that collusion exists among the Respondents, the proposals of all participants in such collusion 1 shall be rejected, and no participants in such collusion will be considered in future proposals for the same work. B. PUBLIC ENTITY CRIME: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid or proposal on a contract to provide any goods or services to a public entity, may not submit a bid or proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids or proposals on leases 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, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. Category Two: $25,000.00 C. DRUG-FREE WORKPLACE FORM: Any person submitting a Statement of Qualification in response to this invitation must execute the enclosed DRUG-FREE WORKPLACE FORM and submit it with his Statement of Qualification Failure to complete this form in every detail and submit it with your bid or proposal may result in immediate disqualification of your bid or proposal. D. LOBBYING AND CONFLICT OF INTEREST CLAUSE: Any person submitting a Statement of Qualification in response to this invitation must execute the enclosed LOBBYING AND CONFLICT OF INTEREST CLAUSE and submit it with his Statement of Qualification. Failure to complete this form in every detail and submit it with the Statement of Qualification may result in immediate disqualification of the bid or proposal. 1.05 EXAMINATION OF RFQ DOCUMENTS A. Each Respondent shall carefully examine the RFQ and other contract documents, and inform himself thoroughly regarding any and all conditions and requirements that may in any manner affect cost, progress, or performance of the work to be performed under the contract. Ignorance on the part of the Respondent will in no way relieve him of the obligations and responsibilities assumed under the contract. B. Should a Respondent find discrepancies or ambiguities in, or omissions from, the specifications, or should he be in doubt as to their meaning, he shall at once notify the COUNTY. 2 1.06 INTERPRET A TIONS, CLARIFICATIONS, AND ADDENDA No oral interpretations will be made to any RespondenUBidder as to the meaning of the contract documents. Any written inquiry or request for interpretation received ten (10) or more days prior to the date fixed for opening of responses will be given consideration. All such changes or interpretation will be made in writing in the form of an addendum and, if issued, will be furnished to all known prospective Respondents prior to the established proposal opening date on the website www.demandstar.com or http://www.monroecountv-fl.2ov/pa2es/msd/bids.htm. Each Respondent shall acknowledge receipt of such addenda in the space provided therefore in the bid form. In case any Respondent fails to acknowledge receipt of such addenda or addendum, his response will nevertheless be construed as though it had been received and acknowledged and the submission of his response will constitute acknowledgment of the receipt of same. All addenda are a part of the contract documents and each Respondent will be bound by such addenda, whether or not received by him. It is the responsibility of each Respondent to verify that he has received all addenda issued before responses are opened. 1.07 GOVERNING LAWS AND REGULATIONS The Respondent is required to be familiar with and shall be responsible for complying with all federal, state, and local laws, ordinances, rules, and regulations that in any manner affect the work. Knowledge of occupational license requirements and obtaining such licenses for Monroe County and municipalities within Monroe County are the responsibility of the Respondent. Respondent will not be compensated under the contract for changes necessitated by noncompliance with all federal, state, and local laws, ordinances, rules, and regulations that in any manner affect the work. 1.08 PREPARATION OF RESPONSES Signature of the Respondent: The Respondent must sign the response forms in the space provided for the signature, signatures shall be current and all forms shall be dated within thirty (30) days of the date of submission as described in Section 1.09B herein. If the Respondent is an individual, the words "doing business as ", or "Sole Owner" must appear beneath such signature. In the case of a partnership, the signature of at least one of the partners must follow the firm name and the words "Member of the Firm" should be written beneath such signature. If the Respondent is a corporation, the title of the officer signing the Response on behalf of the corporation must be stated along with the Corporation Seal Stamp and evidence of his authority to sign the Response must be submitted. The Respondent shall state in the response the name and address of each person having an interest in the submitting entity. 1.09 SUBMISSION OF RESPONSES A. Two (2) signed originals and five (5) copies of each response shall be submitted. 3 B. The response shall be submitted in a sealed envelope clearly marked on the outside, with the Respondents name and" "Request for Qualifications for Continuing Contract for Professional Services by Architectural/Engineering Firms or Individuals", addressed to the entity and address stated in the Notice of Request for Qualifications, on or before 3:00 P.M. local time on_day of , 2009. If forwarded by mail or courier, the above-mentioned envelope shall be enclosed in another envelope addressed to the entity and address stated in the Notice of Calling for Qualifications. Faxed or e-mailed statements of qualifications shall be automatically rejected. Responses will be received until the date and hour stated in the Notice of Calling for Qualifications. C. Each Respondent shall submit with his Response the required evidence of his qualifications and experience. 1.10 CONTENT OF SUBMISSION The proposal submitted in response to this Request for Qualifications (RFQ) shall be typed on 8-112" x 11" white paper and bound; shall be clear and concise and provide the information requested herein. Statements submitted without the required information will not be considered. Responses shall be organized and sections tabbed. The Respondent should not withhold any information from the written response in anticipation of presenting the information orally or in a demonstration, since oral presentations or demonstrations may not be solicited. Each Respondent must submit adequate documentation to certify the Respondent's compliance with the County's requirements. Respondent should focus specifically on the information requested. Additional information, unless specifically relevant, may distract rather than add to the Respondent's overall evaluation. The following information, at a minimum, shall be included in the Submittal: A. Cover Pa2e A cover page that states "Statement of Qualifications - Request for Qualifications for Continuing Contract for Professional Services by Architectural/Engineering Firms or Individuals." The cover page should contain Respondent's name, address, telephone number, and the name of the Respondent's contact person. B. Tabbed Sections Tab 1. Executive Summary The Respondent shall provide a history of the firm or organization, and particularly include projects that are similar in nature to the "Request for Qualifications for 4 Continuing Contract for Professional Services by Architectural/Engineering Firms or Individuals.. Tab 2. Relevant Experience The Respondent shall provide a project history of the firm or organization demonstrating experience with projects that are similar in scope and size to the proposed Project. Tab 3. References and Past Performance on Similar Projects Each Respondent shall provide a list of past projects and at least two (2) written references of a Florida local government or other governmental entities for which the Respondent has provided the same or similar services during the past three (3) years. Each reference shall include, at a minimum: Name and full address of referenced project and organization Name and telephone number of Contact person for contract Telephone number(s) Date of initiation and completion of contract for referenced project Brief summary of the project and services comparing the referenced services to these proposed services List of ongoing and pending projects and anticipated date of completion Tab 4. Services Respondent shall provide a listing of the architectural services, with specific descriptions that will be offered under the agreement. Tab 5. Technology Respondent shall describe its use of technology in the office, in the field. List any specific hardware and software currently in use or planned for this contract. Tab 6. Staffing for this Project & Qualifications of Key Personnel The Respondent shall describe the composition and structure of the firm (sole proprietorship, corporation, partnership, joint venture) and include names of persons with an interest in the firm. The Respondent shall include a list of the proposed staff that will perform the work required if awarded this contract. An organizational chart and management plan should be included in this section. The Respondent shall also include a resume for each member of the project team identifying hislher role on the team and any qualifications relevant to the assigned position. Include in this section the location of the main office and the location of the office proposed to work on this project. 5 Tab 7. Pending Litigation The Respondent shall describe any past or pending litigation in which the Respondent/Bidder is involved as a result of provision of any services which are described herein and indicate whether a plaintiff or defendant. In all cases Respondent shall give the name, current address, telephone number of the other party, the venue of the litigation and the full case number, with any other information which would enable the County to verify the litigation. Tab 8. County forms Respondent shall complete and execute the forms specified below and found at the designated pages in this RFQ, signatures shall be current on all forms, dated within thirty (30) days of the date of submission as described in Section 1.09B herein, and Respondent shall include them in the section tabbed 8: Form Pa2;e Response Form 45 Lobbying and Conflict of Interest Clause 46 Drug Free Workplace Form 47 Non-Collusion Affidavit 48 Respondent's Insurance and Indemnification Statement 49 Insurance Agent's Statement 50 Respondent shall produce evidence of proper licensing to perform the services described herein. Copies of all professional and occupational licenses shall be included in this section. Tab 9. Other Information Provide any additional information, which will present evaluators with insight about the qualifications, fitness and abilities of Respondent. 1.11 MODIFICATION OF RESPONSES Written modification will be accepted from Respondent if addressed to the entity and address indicated in the Notice of Calling for Qualifications and received prior to bid due date and time. A Respondent may modify his response by written communication at any time prior to the scheduled closing time for receipt of responses, provided such communication is received prior to the closing time, and provided further, the COUNTY is satisfied that a written confirmation of the modification over the signature of the Respondent was mailed prior to the closing time. The communication should provide the 6 addition or subtraction or other modification. If written confirmation is not received within two (2) days from the closing time, no consideration will be given to the modification. 1.12 RESPONSIBILITY FOR RESPONSE The Respondent is solely responsible for all costs of preparing and submitting the response, regardless of whether a contract award is made by the County. 1.13 RECEIPT AND OPENING OF RESPONSES Responses will be received until the designated time and will be publicly opened and read aloud at the appointed time and place stated in the Notice of Calling for Qualifications. Monroe County's representative authorized to open the responses will decide when the specified time has arrived and no responses received thereafter will be considered. No responsibility will be attached to anyone for the premature opening of a response not properly addressed and identified. Respondent or their authorized agents are invited to be present. 1.14 DETERMINATION OF SUCCESSFUL RESPONDENT The COUNTY reserves the right to reject any and all responses and to waive technical errors and irregularities as may be deemed best for the interests of the COUNTY. Responses which contain modifications are incomplete, unbalanced, conditional, obscure, or which contain additions not requested or irregularities of any kind, or which do not comply in every respect with the Instructions to Respondent and the contract documents, may be rejected at the option of the COUNTY. A. Areas of consideration for selecting the most qualified firm or individual include but are not limited to: 1. Recent experience on similar projects 2. Organization 3. Schedule and availability 4. Past Performance record 5. Office location 6. Monroe County experience 7. Project approach. B. Each TAB section will be given points used to score and evaluate firms and individuals. The point structure is as follows: CRITERIA MAXIMUM POINTS TAB 1 15 TAB 2 20 7 TAB 3 10 TAB 4 5 TAB 5 15 TAB 6 10 TAB 7 10 TAB 8 10 TAB 9 5 TOTAL 100 1.14 AWARD OF CONTRACT A. The COUNTY reserves the right to award separate contracts for each service area and to waive any informality in any response, or to re- advertise for all or part of the work contemplated. If responses are found to be acceptable by the COUNTY, written notice will be given to the selected_Respondent(s) ofthe award of the contract(s). B. If the award of a contract is annulled, the COUNTY may award the contract to another Respondent or the work may be re-advertised or may be performed by other qualified personnel as the COUNTY decides. C. A contract will be awarded to the Respondent deemed to provide the services, which are in the best interest of the COUNTY. D. The COUNTY also reserves the right to reject the response of a Respondent who has previously failed to perform properly or to complete contracts of a similar nature on time. E. All responses, including the recommendations of the County Administrator, will be presented to the Board of County Commissioners of Monroe County, Florida, for final awarding or otherwise. 1.15 EXECUTION OF CONTRACT The RESPONDENT to whom a contract is awarded will be required to return to the County four (4) executed counterparts of the prescribed contract together with the required certificates of insurance. 1.16 CERTIFICATE OF INSURANCE AND INSURANCE REQUIREMENTS The Respondent shall be responsible for all necessary insurance coverage as indicated below. Certificates of Insurance must be provided to Monroe County fifteen (15) days prior to the submission of the contract to the Board Of County Commissioners for the award of contract, with the Monroe County Board Of County Commissioners listed as additional insured as indicated. No contract shall be awarded until Monroe County has 8 received proof of insurance and that Monroe County Board of County Commissioners is listed as the additional insured. If the proper insurance forms are not received within the fifteen (15) day period, the contract may be awarded to the next selected Respondent. Policies shall be written by companies licensed to do business in the State of Florida and having an agent for service of process in the State of Florida. Companies shall have an A.M. Best rating of VI or better. Worker's Compensation Statutory Limits Employers' Liability Insurance $1,000,000 Accident $1,000,000 Disease, policy limits $1,000,000 Disease each employee General Liability, including $5,000,000 Combined Single Limit Premises Operation Products and Completed Operations Blanket Contractual Liability Personal Injury Liability Expanded Definition of Property Damage Vehicle Liability $1,000,000 per Occurrence (Owned, non-owned and hired vehicles) $1,000,000 Combined Single Limit Professional Liability $1,000,000 per Occurrence $2,000,000 Aggregate Monroe County shall be named as an Additional Insured on the General Liability and Vehicle Liability policies. Changes to insurance may be required depending on the project for which a professional is selected. 1.17 INDEMNIFICATION The Architect/Engineer and any its agents or anyone for whose act or acts any of them may be liable in the performance of the services under this Agreement shall indemnify and hold harmless Monroe County, its agents, employees, elected officials and representatives from liabilities, damages, losses and costs, including, but not limited to reasonable attorney fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of the indemnifying party and persons employed or utilized by the indemnifying party in the performance of this Agreement. The Architect/Engineer further shall indemnify and hold the county, its successors and assigns harmless from and against any and all claims, actions, causes of action, and judgments made or filed against the county for all losses, penalties, damages or professional fees arising out of Architect/Engineer's negligent performance of the work (including obtainment of all license fees and royalties) or the negligent performance of work by the Architect/Engineer Professionals, Sub consultants, Subcontractors, agents or employees, or by any of the respective officers, agents or employees of Architect/Engineer Professionals, Subconsultants, Subcontractors or anyone directly employed by any of 9 them. The Architect/Engineer's obligation under this provision shall not be limited in any way by the contract price, or by Architect/Engineer Professionals', Subconsultants', Subcontractors' limit of, or lack of, sufficient insurance.. The first ten dollars ($10.00) of remuneration paid to the Architect/Engineer is for the indemnification provided for above. This Article shall survive termination of this Agreement and shall continue in full force and effect so long as the possibility of any liability, claim or loss exists, unless otherwise prohibited by law. In the event that the completion of the project (to include the work of others) is delayed or suspended as a result of the Architect's failure to purchase or maintain the required insurance, the Architect shall indemnify the County from any and all increased expenses resulting from such delay. Should any claims be asserted against the County by virtue of any deficiency or ambiguity in the plans and specifications provided by the Architect, the / Architect agrees and warrants that Architect shall hold the County harmless and shall indemnify it from all losses occurring thereby and shall further defend any claim or action on the County's behalf. The extent ofliability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this agreement. This indemnification shall survive the expiration or earlier termination of the contract. 10 SECTION TWO GENERAL TERMS AND CONDITIONS 2.01 DEFINITIONS Wherever used in these General Conditions or in the other contract documents the terms below have the meanings indicated which are applicable to both the singular and plural thereof. The use of the terms "he," "him," "himself," or "his" shall refer to male and female persons alike and should not be construed as derogatory or discriminatory to female persons. Addenda - Written or graphic instruments issued prior to the opening of submissions-which clarifY, correct, or change the bidding documents or the contract documents. Architect -The person, firm, or corporation with whom the County has entered into the agreement. Bidding Documents - The advertisement or invitation calling for qualifications, instructions, and forms contained in this Request for Qualifications JResponse Form, Non-Collusion Affidavit, Lobbying and Conflict of Interest Clause, Drug Free Workplace, Respondent's Insurance and Indemnification Statement, and Insurance Agent's Statement) and the proposed contract documents (including all addenda issued prior to receipt of responses). Contract Documents - The bid documents, agreement, addenda (which pertain to the contract documents), the Architect's proposal or response (including documentation accompanying the response and any post-response documentation submitted prior to the notice of award) when attached as an exhibit to the agreement, these General Conditions, together with all amendments, modifications, and supplements. Contract Price - The moneys payable by the County to the Architect under the contract documents as stated in the agreement. Effective Date of the Agreement - The date indicated in the agreement on which it becomes effective, but if no such date is indicated, it means the date on which the agreement is signed and delivered by the last of the two parties to sign and deliver. Laws or Regulations - Laws, rules, regulations, ordinances, codes and/or orders. Notice of Award - The written notice to the apparent successful Respondent stating that upon compliance by the apparent successful Respondent with the 11 conditions precedent enumerated therein, within the time specified, the County will sign and deliver the agreement. Owner - The Monroe County Board of Commissioners with whom the Architect has entered into the agreement and for whom the work is to be provided. Specifications - Those portions of the contract documents consisting of written technical descriptions of materials and services required under the contract. Written Amendment - A written amendment of the contract documents, signed by the County and the Architect on or after the effective date of the agreement. 2.02 Architect's Responsibilities 2.02.1 Supervision and Personnel The Architect shall supervise and direct the work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the work in accordance with the contract documents. 2.02.2 Parts, Materials, and Equipment Unless otherwise specified in the contract, the Architect shall furnish and assume full responsibility for all services, materials, equipment, labor, transportation, machinery, tools, and all other incidentals necessary for the completion of the work. 2.02.3 Records Architect shall be required to maintain records pertaining to the contract for five (5) years after the termination of the contract. 2.02.4 Taxes The Architect shall pay all sales, consumer, use, and other similar taxes required to be paid by the Architect in accordance with the laws and regulations of the place of the project which are applicable during the performance of the work. 2.02.5 Compliance with Laws The Architect shall comply with all applicable laws and regulations of federal, state and local governments. 12 SECTION THREE SPECIFIC CONDITIONS RE: CONTRACT FOR ARCHITECTURAL/ENGINEERING SERVICES Professional services shall include, but not be limited to: Preparation and completion of the design program for space requirements and relationships, schematic design, design development, preparation of contract documents for bidding, scope of work, tabulations and review of bids, recommendation of contract award, cost estimating during design and document preparation, administration of contract documents, consultation and on site inspections during construction, process shop drawings, recommend approval of contractor invoices, preparation and submittal of permit applications, zoning applications and presentations to the County Commission. The contract awarded under this RFQ will be a continuing contract under F.S.287.055(2)(g). 13 SECTION FOUR DRAFT CONTRACT A sample contract is included for information of the bidders. The contract may be ch reflect the needs of the County for a particular project under the continuing contract. Contract For Professional Services Between Owner and ArchitectJE ese services shall it lu e. bu not be limited to: Preparation and completion of the des! program or sp e 'eqm ments and relationships, schematic design, design develop n , prepa tion f ract documents for bids, preparation and advertisement for Request 'l! , tabu ation and review of bids, recommendation of contract awards, cost esti! . Hug during esign and document preparation, administration of contract documents, !~. on and on-site inspections during construction, review and recommend approval of contractor invoices, preparation and submittal of permit applications, zoning applications, public presentations and presentations to the County Commission. Architect shall arrange his schedule in order to be available to perform the listed services for one or for several projects if requested by Monroe County and with the understanding that for any individual project the construction costs will not the limits under F.S. 287.055 (2)(g). 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 Architect/Engineer agree: 14 FORM OF AGREEMENT ARTICLE 1 1.1 .1.5 Th Architect/Engineer assumes full responsibility to the extent allowed by law WI ards to his performance and those directly under his employ as ArchitecUEngineer of Record. 1.1.6 The Architect/Engineer's services shall be performed as expeditiously as is consistent with professional skill and care and the orderly progress of the Work. The Architect/Engineer shall submit, for the Owner's and Monroe County's Project Management Department r's information, a schedule for the performance of the ArchitecUEngineer's services which may be adjusted as the Project proceeds if approved by the Owner, and shall include allowances for periods of time required for the Owner's and Monroe County's Project Management Department's review, and for approval of submission by authorities having jurisdiction over the Project. Time limits established by this schedule and approved by the Owner may not be exceeded by the ArchitecUEngineer except for delay caused by events not within the control of the Architect/Engineer or foreseeable by him. In the event the ArchitecUEngineer does not conform to the schedule, then the Architect/Engineer may be assessed a charge up to one percent (1 %) of the fee per week until the work product is produced in an acceptable manner. The 15 penalty shall apply only to the completion of documents required for bidding, said date being met with the delivery of one final set to the Owner. The Owner shall assess the charge only after it is determined that the work is solely the fault ofthe Architect/Engineer and his subconsultants and is not the fault of the owner or other parties not under the control of the Architect/Engineer. ARTICLE II SCOPE OF ARCHITECT/ENGINEER'S BASIC SERVICE 2.1 DEFINITION 2.1.1 Architect/Engineer's Basic Services consist of those described in agrap through 2.8, and other services identified as part of Basic Services, and incl civil, structural, mechanical, and electrical engineering services. 2.2 nee shall review with the Owner and Monroe County's ent alternative approaches to design and construction of the 2.2.4 00 on mutually agreed-upon program, schedule and construction budget requirements, the Architect/Engineer shall prepare, for approval by the Owner, Schematic Design Documents consisting of drawings and other documents illustrating the scale and relationship of Project components. 16 2.2.5 At levels of completion of25%, 50% and 75% of the Schematic Design Phase, the Architect/Engineer shall provide schematic design studies for the Owner's review and the Monroe County's Project Management Department's information. 2.2.6 Upon completion of the Schematic Design Phase, the Architect/Engineer shall provide drawings, outline specifications, estimate of anticipated cost in accordance with the schematic designs, and other documents for the Owner's approval and the Monroe County's Project Management Department's information. 2.2.7 The Schematic Design must be approved in writing, by the Owner prio Architect/Engineer continuing to the Design Development Phase. 2.3 SCHEMATIC DESIGN PHASE REQUIREMENTS The Architect/Engineer shall per a. Desi Documentation services during the Schematic Design isting of consideration of alternate systems, recommendations r a Hn asic electrical materials, systems and equipment, analyses, and d el pment of conceptual design solutions for: power service and d" stribution, lighting, telephones, fire detection and alarms, security ystems, electronic communications, special electrical systems, and general space requirements. d. Civil Design/Documentation services during the Schematic Design Phase consisting of consideration of alternate materials and systems and 17 development of conceptual d off-site utilities work, fire pr treatment, and paving. Upon ompletion of the Design Development Phase, the Architect/Engineer shall e rawi gs, outline specifications and other documents for the Owner's approval nd t oe County's Project Management Department's information. The Archi ect/Engineer shall provide an estimate of anticipated costs in accordance with the desi development phase. 2.4.4 The Design Development Documents must be approved in writing, by the Owner prior to Architect/Engineer continuing to the Construction Documents Phase. 2.5 DESIGN DEVELOPMENT PHASE REQUIREMENTS To satisfactorily perform the design development phase requirement, the Architect/Engineer must complete the tasks set forth in paragraphs 2.5.1 - 2.5.13. 2.5.1 Floor Plans - This consists of general plans, overall coordinating plans, and plan enlargements for important and special areas. Data required: a. Building perimeter (footprint) and exterior wall type, thickness and composition fixed b. Structural grid or system c. Major mechanical/electrical systems determined and their requirements reflected and indicated on plans d. Indicate buildings core - elevators, stairs, etc. e. All internal partitions of appropriate thickness indicated f. Floor, slab, and level elevations 18 g. Typical door types h. Typical partition types 1. Built-in furniture items - special furniture and equipment (early clarification of what is "NIC" and "by owner") J. Larger scale (e.g., ~ "). Key areas, lobby, entries, public plaza, major corridors, special spaces, etc. Required: All surfaces (floor, wall, and ceiling treatments), furniture indication, and layout. k. Evacuation routes identified (to include locating necessary posting of evacuation route plans). 2.5.2 General Elevations a. Total full-height facades including roof structures b. All fenestration c. Overall vertical building and floor heights d. Indicate cross-reference points with sections e. Indicate setbacks, building profiles, expansion joints, f. Indicate treatment of visible mechanical equipment g. System impact (precast concrete, stone, panel systems, mal/glass cu wall, etc.) properly selected by adequate eh ical investigaf n. 2.5.3 Sections a. b. c. d. Ired. Indicate key conditions. 19 2.5.5 Interior Elevations - Typical and special spaces, interfaced with, and cross- referenced to, floor and reflected ceiling plans. Indicate: a. Breaks b. Level changes c. Pertinent vertical dimensions. 2.5.6 Reflected Ceiling Plans - Typical and special space. Integrated plans reflecting structural, mechanical, and electrical impacts. Plans to indicate: a. Lighting layouts b. Soffits, coves, furrings c. Skylight locations d. Ceiling materials e. Acoustic treatments f. Heating and ventilating register, diffuser locations g. Sprinklers h. Access panels 2.5.7 Schedules - Schedules to be non-repetitive an keying to floor plans and elevations. a. Interior finishes b. Doors and frames c. Preliminary har a d. Windows/gla mg 2.5.8 lobby, floors at grade, and 20 f. Final column schedule g. Preliminary details and sections to adequately indicate st dural s stem h. Preliminary details of major unique conditions that i act on s determined by the Architect/Engineer) 1. Details indicating accommodation with mechanicalle major interface J. Design development specifications k. Any necessary recommended adjust construction cost. a. b. 1. Integrated diagrammatic lighting plans indicating all overhead mechanical and electrical equipment for typical floor and special spaces 2. Cuts and explanatory information for interior visual items such as: louvers, registers, heating/cooling units, and cabinets. 3. Exterior louver requirements and proposed locations. 2.5.12 Site Design Development Set a. Building location plan--building tied down dimensionally with pertinent adjacencies, street lines and grades, property lines, required setbacks, easements, rights of way, manholes, sewers, hydrants, light standards, etc., interfaced with survey. 21 V b. c. d. e. f. g. h. he above list of drawings represents, in general, the requirements CO STRUCTION DOCUMENTS PHASE 2.6.1 Based on the approved Design Development Documents and any further adjustments authorized by the Owner in the scope or quality of the Project or in the construction budget, the Architect/Engineer shall prepare, for approval by the Owner and Monroe County's Project Management Department, Construction Documents consisting of Drawings and Specifications setting forth in detail the requirements for the construction of the project. 2.6.2 The Architect/Engineer shall provide Drawings and Specifications for the Owner's and the Monroe County's Project Management Department's review. 2.6.3 Upon completion of the Construction Documents Phase, the Architect/Engineer shall provide Construction Documents for the Owner's and Monroe County's Project Management Department's approval. Once approved the Architect/Engineer shall provide the Owner with seven (7) complete signed and sealed sets of construction drawings and four (4) hard copies of the technical specifications and one copy of the drawings and the technical specifications saved electronically in Adobe Acrobat file (.PDF) format. Any and all files used to create the technical specifications need to be submitted saved as an Adobe Acrobat file (.PDF) format, including but not limited to; technical sections, reports such as, asbestos, geotechnical, soils, paint, and photographs. 22 The Architect/Engineer shall provide an estimate of anticipated costs in accordance with the construction development phase. 2.6.4 The Architect/Engineer shall assist the Owner and Monroe County's Project Management Department in the preparation of the necessary bidding information, bidding forms, the Conditions of Contracts, and the forms of Agreement between the Owner and the Contractors. 2.6.5 The Architect/Engineer's construction documents (plans, specifications, etc.) will conform to all written codes and regulations of the federal government, county, state, municipalities, agencies and state departments, in effect at the date of this Agreement, and shall be of such completion as to receive all permits when applied for. If permits are denied, then the Architect/Engineer will conform the construction documents in such manner to receive permits upon such plans. Work required from the Architect/Engineer to conform the documents to federal, state, city, county, or agency specifications and permit requirements to allow them to be approved shall be completed at no charge or cost to the Owner. 2.7 BIDDING OR NEGOTIATION PHASE 2.7.1 The Architect/Engineer, following the Owner's approval of the Construction Documents and the Architect/Engineer's latest estimate of Construction Cost, shall assist the Monroe County's Project Management Department in obtaining bids or negotiated proposals and assist in preparing contracts for construction. 2.7.2 The Architect/Engineer shall assist the Monroe County's Project Management Department in issuing bidding documents to bidders and conducting pre-bid conferences with prospective bidders. The Architect/Engineer, with the assistance of the Monroe County's Project Management Department, shall respond to questions from bidders, and shall issue addenda. 2.7.3 The Architect/Engineer shall, on behalf of the Owner, file all necessary documents required to secure all permits. Assistance with securing a development approval will be in the form of providing schematic drawings. 2.8 CONSTRUCTION PHASE - ADMINISTRATION OF THE CONSTRUCTION CONTRACT 2.8.1. The Architect/Engineer's responsibility to provide Basic Services for the Construction Phase under this Agreement commences with the award of the Contract for construction and terminates with the issuance to the Owner of the final Project Certificate for Payment including the submission of all project close-out documents by the Architect/Engineer and Contractor. The Architect/Engineer will administer the Owner/Contractor contract as provided for in that document. The Architect/Engineer agrees to perform a project check prior to the end of the warranty period as a part of the 23 contract. The check shall not exceed one working day unless addition by the Owner. 2.8.2 The Architect/Engineer shall at all times have access in preparation or progress. 2. . The Arch' ect/Engineer shall carefully inspect the work of the Contractor and shall, a . . um, inspect work at the Project site once every week. The purpose of such inspections shall be to determine the quality and quantity of the work in comparison with the requirements of the Construction Contract. In making such inspections, the Architect/Engineer shall protect the Owner from continuing deficient or defective work, from continuing unexcused delays in the schedule and from overpayment to the Contractor. Following each inspection, the Architect/Engineer shall submit a written report of such inspection, together with any appropriate comments or recommendations to the Owner. 2.8.6 The Architect/Engineer shall initially approve periodic and final payments owed to the Contractor under the Construction Contract predicated upon inspections of the work and evaluations of the Contractor's rate of progress in light of the remaining contract time and shall issue to the Owner Approvals of Payment in such amounts. By issuing an Approval of Payment to the Owner, the Architect/Engineer reliably informs the Owner that the Architect/Engineer has made the inspection of the work required, and that the work for which payment is approved has reached the quantities or percentages of 24 completion shown, or both, that the quality of the Contractor's work meets or exceeds the requirements of the Construction Contract, and that under the terms and conditions of the Construction Contract, the Owner is obligated to make payment to the Contractor of the amount approved. 2.8.7 The issuance of a Certificate for Payment shall not be a representation that the Architect/Engineer has (1) made exhaustive or continuous on-site inspections to check the quality or quantity of the Work; (2) reviewed construction means, methods, techniques, sequences or procedures; (3) reviewed copies of requisitions received from Subcontractors and material suppliers and other data requested by the Owner to substantiate the Contractor's right to payment or; (4) ascertained how or for what purpose the Contractor has used money previously paid on account of the Contract Sum. 2.8.8 The Architect/Engineer shall have authority, after notification to the Monroe County's Project Management Department to reject Work, which does not conform to the Contract Documents. Whenever the Architect/Engineer considers it necessary or advisable for implementation of the intent of the Contract Documents the Architect/Engineer will have authority, upon written authorization from the Owner, to require additional inspection or testing ofthe Work in accordance with the provisions the Contract Documents, whether or not such Work is fabricated, installed or camp' ed. 25 2.8.10 The Architect/Engineer shall review and sign or take other appropriate action on Change Orders and Construction Change Directives prepared by the Monroe County's Project Management Department for the Owner's approval and execution in accordance with the Contract Documents. Architect/Engineer to take appropriate action within 7 calendar days. 2.8.11 The Architect/Engineer shall promptly provide appropriate interpretations as necessary for the proper execution of the work as long as there is no change in Contract pnce. 2.8.12 The Architect/Engineer shall require inspection or re-inspection and testing or retesting of the work, to include architectural/engineering, structural, mechanical and electrical engineering portions of the work, in accordance with the provisions of the Construction Contract whenever appropriate. 2.8.14 The Architect/Engineer sh I in Te Ar hit t/Engineer shall be a representative of and shall advise and consult Own (1) during construction until final payment to the Contractor is due and 26 (2) as a Basic Service at the Owner's direction from time to time during the correction period described in the Contract for Construction. This advice and consultation shall be limited to verbal comment on actions of the Owner and shall not necessitate filing of records, forms, or revisions to drawings, without additional compensation. 2.8.19 The Architect/Engineer shall transmit to the Owner all manuals, operating instructions, as-built plans, warranties, guarantees and other documents d things required by the Construction Contract and submitted by the Contract sh review any as-built drawings furnished by the e Owner that same are adequate and complete. 2.8.23 The Archi . eer shall, without additional compensation, promptly correct any errors, omissions, deficiencies, or conflicts in the work product of the Architect/Engineer or its consultants, or both. 2.8.24 The Architect/Engineer must reimburse the Owner for any added costs paid by the Owner during construction that were incurred as the result of any omission, deficiency, or conflict in the work product of the Architect/Engineer, its consultants, or both. This added expense is defined as the difference in cost from that which the Owner would have paid if the work was included in the bid, and the actual cost presented by the Contractor. 27 ARTICLE III 3.1 GENERAL 3.1.1 The services described in this Article III are not included in Basic Services. shall be paid for by the Owner as provided in this agreement as an add' tion to the compensation paid for the Basic Services but only if approved by t . 0\ ner before commencement. 3.2 PROJECT REPRESENTATION BEYOND B 3.4 3.4.1 3.4.2 equired for or in connection umishings and related 3.4.5 , site evaluations or comparative studies of prospective sites. 3.4.6 Providi s ec surveys or environmental studies required for approvals of governmental authorities or others having jurisdiction over the project. 3.4.7 Providing service relative to future facilities, systems and equipment. 3.4.8 Providing detailed estimates of the construction cost (an item by item enumeration and analysis of all the costs that go to make up the Architect/Engineer's final estimate described in paragraph 5.1). 3.4.9 Making investigations, inventories of materials or equipment, or valuations and detailed appraisals of existing facilities. 28 3.4.10 Prtlviding services of consultants for other than architectural/engineering, civil, structural, mechanical and electrical engineering portions of the Project provided as a p of Basic Services. 3.4.11 Providing any other services not otherwise included in this Agree < customarily furnished in accordance with generally accepted architectural practice. 3.4.13 Providing representation before public bo project, upon approval by owner. 3.5 CONTINGENT ADDITIONA 3.5.1 Making revisions in reViSIOns are: a. b. codes, laws or regulations documents and not reasonably c. esult of the Owner's failure to render 3.5.2 . . because of significant changes in the Project Ices requlf including, but not limi 0 . e, quality, complexity, the Owner's schedule, or the method of bidding or negotiating and contracting for construction. 3.5.3 Providing consultation concerning replacement of work damaged by fire or other cause during construction, and furnishing services required in connection with the replacement of such work. 3.5.4 Providing services in connection with public hearings. 29 ARTICLE IV OWNER'S RESPONSIBILITIES 4.1 The Owner shall establish and update an overall budget for the Project based on consultation with the Construction Manager and the Architect/Engineer, which shall include the Construction Cost, the Owner's other costs and reasonable contingencies related to all of these costs. 4.2 The Owner shall designate Monroe County's Project Management act on the Owner's behalf with respects to the Project. The Owner or M oeeo Project Management Department shall render decisions in a timely m mer pe documents submitted by the Architect/Engineer in order to avoid unreas able the orderly and sequential progress of the Architect/Engineer's services. 4.7 Prompt written notice shall be given by the Owner and Monroe County's Project Management Department to the Architect/Engineer if they become aware of any fault or defect in the Project or non-conformance with the Contract Documents. 30 4.8 The proposed language of certificate or certificates requested of the Architect/Engineer or Architect/Engineer's consultants shall be submitted to the Owner for review and approval at least 14 days prior to execution. The Owner shall not request certifications that would require knowledge or services beyond the scope of this Agreement. 4.9 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 Architect/Engineer's services and work of the contractors. 4.10 The Owner shall furnish the Architect/Engineer copies of written communications. 4.11 The Owner's review of any documents prepared by the Architect!Engin or its consultants shall be solely for the purpose of determining whether such doc lents ar generally consistent with the Owner's criteria, as and if, modified. No revi w of s documents shall relieve the Architect/Engineer of responsibility for the accur y, adequacy, fitness, suitability or coordination of its work product. 4.12 The Owner shall furnish air and water pollution tests, materials, and inspections and reports required by law. 5.1 Contemporaneously with the estimate shall be adjusted the anticipated price result! t to the Owner of all Engineer. 5.5 e teet! ngineer agrees that, should the bid for construction of the project exceed Ot's estimate b ten percent (10%) or more, it will redesign, redraw and/or rebid, at no additio ore ense to the Owner, until the bids are within the stated limits. 31 ARTICLE VI 6.1 INDEMNIFICATION AND HOLD ARTICLE VII Arch - ect/Engineer shall assign only qualified personnel to perform any service ncemmg project. At the time of execution of this contract, the parties anticipate tha e owing named individuals will perform those functions as indicated: NAME FUNCTION So long as the individuals named above remain actively employed or retained by the Architect/Engineer, they shall perform the functions indicated next to their names. 32 \/ ARTICLE VIII 8.1 PAYMENTS (A) 1 percent o percent 30 percent 5 percent 20 percent (B) the performance of the optional additional services and contingent additional services described in Article III of this contract, provided same are first authorized in writing by the Owner, the Architect/Engineer shall be paid hourly at the rates identified in Exhibit B, or as negotiated. (C) If the Architect/Engineer's duties, obligations and responsibilities are materially changed through no fault of the Architect/Engineer after execution of this contract, compensation due to the Architect/Engineer shall be equitably adjusted by mutual agreement of the parties, either upward or downward; (D) As a condition precedent for any payment due under this contract, the Architect/Engineer shall submit monthly, unless otherwise agreed in writing by the Owner, an invoice to the Owner requesting payment for services properly rendered and reimbursable expenses due hereunder. The Architect/Engineer's invoice shall describe with reasonable particularity the service rendered. The Architect/Engineer's invoice shall be accompanied by such documentation or data in support of expenses for which payment is sought at the Owner may require. 8.2 REIMBURSABLE EXPENSES Shall be negotiated and agreed to prior to award of contract, but only to the extent and the amounts authorized by Section 112.061, Florida Statutes. 33 ARTICLE I 9.1 APPLICABLE LAW 10.1 D THE DESIGN 1 .2 Sub1 ion or distribution of documents to meet official regulatory requirements or for . . ar purposes in connection with the project is not to be construed as publication in derogation of the Architect/Engineer's reserved rights. 10.1.3 The As-Built drawings and specifications may be furnished by the Architect/Engineer to the Owner in electronic format in addition to the original As-Built documents. 10.1.4 The Owner may utilize the construction documents, As-Built documents, etc. as required for reference on any necessary future work on the site, and for constructing, using and maintaining the Project. ARTICLE XI 11.1 SUCCESSORS AND ASSIGNS 11.1.1 The Architect/Engineer 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 Architect/Engineer, respectively, bind themselves, their 34 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 XII NO THIRD PARTY BENEFICIARIES AND INDEPENDENT CONTRACTOR RELATIONSHIP 12.1 NO THIRD PARTY BENEFICIARIES 12.1.1 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. 12.2 INDEPENDENT CONTRACTOR RELATIONSHIP 12.2.1 The Architect/Engineer 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 Architect/Engineer shall exercise control over the means and manner in which it and its employees perform the work and in all respects the Architect/Engineer'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 Architect/Engineer 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. 12.1 NO THIRD PARTY BENEFICIARIES 12.1.1 Nothing contained herein shall create any relationship, contractual with or any rights in favor of, any third party. 13.1 INSURANCE 13.1.1 35 certificate shall contain an endorsement providing thirty (30) days notice to the COUNTY prior to any cancellation of said coverage. Said coverage shall be written by an insurer acceptable to the COUNTY and shall be in a form acceptable to the COUNTY. 13.1.3 Architect shall obtain and maintain the following policies: A. Workers' Compensation insurance as required by the State of Florida. B. Employers Liability Insurance with limits of $1,000,000 per Accident, $1,000,000 Disease, policy limits, $1,000,000 Disease each employee. C. Comprehensive business automobile and vehicle liability insurance covering claims for injuries to members of the public and/or damages to property of others arising from use of motor vehicles, including onsite and offsite operations, and owned, hired or non-owned vehicles, with One Million Dollars ($1,000,000.00) combined single limit and One Million Dollars ($1,000,000.00) annual aggregate. D. Commercial general liability covering claims for injuries to members of the public or damage to property of others arising out of any covered act or omission of the CONSULTANT or any of its employees, agents or subcontractors or sub cons ultants, including Premises and/or Operations, Independent Contractors; Broad Form Property Damage and a Contractual Liability Endorsement with Five Million Dollars ($5,000,000) per occurrence and annual aggregate. E. Professional liability insurance of One Million Dollars ($1,000,000.00) per claim and Two Million Dollars ($2,000,000.00) annual aggregate. If the policy is a "claims made" policy, ARCHITECT shall maintain coverage or purchase a "tail" to cover claims made after completion of the project to cover the statutory time limits in Chapter 95 of the Florida Statutes. F. COUNTY shall be named as an additional insured with respect to ARCHITECT'S liabilities hereunder in insurance coverage identified in Paragraphs C and D. G. ARCHITECT shall require its sub consultants to be adequately insured at least to the limits prescribed above, and to any increased limits of CONSULTANT if so required by COUNTY during the term of this Agreement. COUNTY will not pay for increased limits of insurance for subconsultants. H. ARCHITECT shall provide to the COUNTY certificates of insurance or a copy of all insurance policies including those naming the COUNTY as an additional insured by including any subsection thereunder. The COUNTY reserves the right to require a certified copy of such policies upon request. 36 ARTICLE XIV TERMINA TION 14.1 Either party hereto may terminate this contract upon giving seven (7) days written notice to the other in the event that such other party substantially fails to perform its material obligations set forth herein. Termination expenses shall include all expenses ( date of termination and shall not include any additional services required in order to op performance of services, unless agreed to in writing by the County and subject to audl. for verification. < 14.1.1 Monroe County's performance and obligation to pay under thi contr ct is contingent upon an annual appropriation by the Board of County Comm' sion and the approval of the Board members at the time of contract initiatio n du tion. 15.1 those contract documents, the one i will control. ARTICLE XVI ISPUTE RESOLUTION 16.1 County and Architect/Engineer 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. 16.2 Any claim, dispute or other matter in question arising out of or related to this Agreement not resolved by meet and confer sessions shall be subject to non-binding mediation as a condition precedent to the institution of legal or equitable proceedings by 37 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. 16.3 Mediation shall be held in Monroe County Florida in a location in the Middle Keys; the location may be moved only by mutual agreement of the parties. 16.4 Mediation shall take place within sixty (60) working days of receipt of notice of mediation to the other party. The parties shall share the mediator's fee equally. 16.5 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. 16.6 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 oflegal or equitable proceedings. 16.7 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 XVII Additional ReQuirements 17.1 38 mediation prior to the institution of any other administrative or legal proceeding, pursuant to Section XVI of this agreement. b) 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 Architect/Engineer 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. c) Attorney's Fees and Costs. The County and Architect/Engineer 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. Mediation proceedings initiated and conducted pursuant to this Agreement shall be in accordance with the Florida Rules of Civil Procedure and usual and customary procedures required by the circuit court of Monroe County. d) Binding Effect. The terms, covenants, conditions, and provisions of this Agreement shall bind and inure to the benefit of the County and Architect/Engineer and their respective legal representatives, successors, and assigns. e) 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. . . - - f) Claims for Federal or State Aid. Architect/Engineetand 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... Co Architect/Engineer agree that all disputes anddisagreemeIlts shall be att Ipted resolved under Section XVI of this agreement. Ifrio resolutto.ncanbe a cd upo ithin 30 days after mediation, then any party shall have the right to seek s relief r rem as may be provided by this Agreement or by Florida I~w. (\ of this Agreement, County and Architect/Engineer 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 Architect/Engineer specifically agree that no party to this Agreement shall be required to enter into any arbitration proceedings related to this Agreement. h) Nondiscrimination. Architect/Engineer 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. Architect/Engineer 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. i) Covenant of No Interest. Architect/Engineer 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. j) 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. 40 k) No Solicitation/Payment. The Architect/Engineer 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 Architect/Engineer 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. 1) Public Access. The Architect/Engineer 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 Architect/Engineer and County in conjunctio ith this Agreement; and the Architect/Engineer shall have the right to unilaterally c cel Agreement upon violation of this provision by County. m) Non-Waiver of Immunity. Notwithstanding he provision Florida Statutes, the participation of the Architect/Engineer and the Agreement and the acquisition of any commercial liability 'nsurance cov age, self- insurance coverage, or local government liability insuran po coverage sh not deemed a waiver of immunity to the extent of liability co rage, or shall any c entered into by the County be required to contain an ISlO for w . ver. 0) on- e gation of Constitutional or Statutory nor shall it be construed as, relieving an obligat" on r sponsibility imposed upon the and imely performance thereof by any a may be offered in satisfaction of the sA eement is not intended to, nor shall it be the constitutional or statutory duties of the the Florida constitution, state statute, and case 41 third-party claim or entitlement to or benefit of any service or program contemplated hereunder, and the Architect/Engineer and the County agree that neither the Architect/Engineer 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. q) Attestations. Architect/Engineer 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. r) No Personal Liability. No covenant or agreement contained herein shall be deemed to be a covenant or agreement of any member, <lfficer, 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 Qrbesubject to any personal liability or accountability by reason of the executiotl.ofthis Agreement. s) Execution in Counterparts. This Agreement may be executed in any number of counterparts, each of which shall be regarded as an original, an of which taken together shall constitute one and the same instrument anduany oftheuparties hereto may execute this Agreement by singing any such counterpart. .. t) Section Headings. Section.headings.have been illSerted in this Agreement as a matter of convenience of reference oilly, and itls agreed that such section headings are not a part of this Agreement and will notoeusedin the interpretation of any provision of this Agreement. 42 SECTION FIVE INSURANCE REQUIREMENTS AND INDEMNIFICATION STATEMENT Insurance Requirement Required Limits Worker's Compensation Statutory Limits Employer's Liability $1,000,000/$1,000,000/$1,000,000 General Liability $5,000,000 Combined Single Limit Vehicle Liability $1,000,000 Combined Single Limit per Occurrence/$1 ,000,000 Aggregate Professional Liability $1,000,000 per occurrence/ $2,000,000 Aggregate IDEMNIFICATION AND HOLD HARMLESS FOR CONSULTANTS AND SUBCONSULTANTS The Architect/Engineer/Consultant covenants and agrees to indemnify, hold harmless and defend Monroe County, its commissioners, officers, employees, agents and servants from any and all claims for bodily injury, including death, personal injury, and property damage, including property owned by Monroe County, and any other losses, damages, and expenses of any kind, including attorney's fees, court costs and expenses, which arise out of, in connection with, or by reason of services provided by the Architect/Engineer or Consultant or any of its Subcontractor(s) in any tier, occasioned by the negligence, errors, or other wrongful act or omission of the Architect/Engineer/Consultant, including its Subcontractor(s) in any tier, their officers, employees, servants or agents. In the event that the completion of the project (to include the work of others) is delayed or suspended as a result ofthe Architect/Engineer/Consultant's failure to purchase or maintain the required insurance, the Architect/Engineer/Consultant shall indemnify the County from any and all increased expenses resulting from such delay. Should any claims be asserted against the COUNTY by virtue of any deficiency or ambiguity in the plans and specifications provided by the Architect/Engineer/Consultant, the Architect/Engineer/Consultant agrees and warrants that Architect/Engineer/Consultant shall hold the County harmless and shall indemnify it from all losses occurring thereby and shall further defend any claim or action on the County's behalf. The first ten dollars ($10.00) of remuneration paid to the Architect/Engineer/Consultant is consideration for the indemnification provided for above. 43 The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this agreement. This indemnification shall survive the expiration or earlier termination of the 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. Respondent Signature INSURANCE AGENT'S STATEMENT I have reviewed the above requirements with the bidder named below. The following deductibles apply to the corresponding policy. POLICY DEDUCTIBLES Liability policies are _Occurrence Claims Made Insurance Agency Signature Print Name: 44 SECTION SIX COUNTY RESPONSE FORMS RESPOND TO: MONROE COUNTY BOARD OF COUNTY COMMISSIONERS c/o PURCHASING DEPARTMENT GATO BUILDING, ROOM 1-213 1100 SIMONTON STREET KEY WEST, FLORIDA 33040 I acknowledge receipt of Addenda No.(s) I have included: 0 The Response Form_ 0 Lobbying and Conflict of Interest Clause _ 0 Non-Collusion Affidavit - 0 Drug Free Workplace Form_ 0 Respondent's Insurance and Indemnification Statement_ 0 Insurance Agent's Statement_ 0 Professional and Occupational Licenses I have included a current copy of the following professional and occupational licenses: (Check mark items above. as a reminder that they are included.) Mailing Address: Telephone: Fax: Date: Signed: Witness: (Seal) (Name) (Title) 45 LOBBYING AND CONFLICT OF INTEREST CLAUSE SWORN STATEMENT UNDER ORDINANCE NO. 010-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE " " (Company) " warrants that he/it has not employed, retained or otherwise had act on his/its ... 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: STATE OF: COUNTY OF: Subscribed and sworn to (or affirmed) before me on (date) by (name of affiant). He/She is personally known to me or has produced as identification. (type of identification) NOTARY PUBLIC My commission expires: 46 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's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed 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 contendere 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 complies fully with the above requirements. Respondent's Signature Date 47 NON-COLLUSION AFFIDAVIT l, of the city of according to law on my oath, and under penalty of perjury, depose and say that: 1. lam of the firm of the bidder making the Proposal for the project described in the Request for Qualifications for: 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 of Respondent) (Date) STATE OF: COUNTY OF: PERSONALL Y APPEARED BEFORE ME, the undersigned authority, who, after first being sworn by me, (name of individual signing) affixed his/her signature in the space provided above on this _ day of 20 NOTARY PUBLIC My Commission Expires: 48 IDEMNIFICATION AND HOLD HARMLESS FOR CONSULTANTS AND SUB CONSULTANTS The Architect/Engineer/Consultant covenants and agrees to indemnify, hold harmless and defend Monroe County, its commissioners, officers, employees, agents and servants from any and all claims for bodily injury, including death, personal injury, and property damage, including property owned by Monroe County, and any other losses, damages, and expenses of any kind, including attorney's fees, court costs and expenses, which arise out of, in connection with, or by reason of services provided by the Architect/Engineer or Consultant or any of its Subcontractor(s) in any tier, occasioned by the negligence, errors, or other wrongful act or omission of the Architect/Engineer/Consultant, including its Subcontractor(s) in any tier, their officers, employees, servants or agents. In the event that the completion ofthe project (to include the work of others) is delayed or suspended as a result of the Architect/Engineer/Consultant's failure to purchase or maintain the required insurance, the Architect/Engineer/Consultant shall indemnify the County from any and all increased expenses resulting from such delay. Should any claims be asserted against the COUNTY by virtue of any deficiency or ambiguity in the plans and specifications provided by the Architect/Engineer/Consultant, the Architect/Engineer/Consultant agrees and warrants that Architect/Engineer/Consultant shall hold the County harmless and shall indemnify it from all losses occurring thereby and shall further defend any claim or action on the County's behalf. The first ten dollars ($10.00) of remuneration paid to the Architect/Engineer/Consultant is consideration 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. This indemnification shall survive the expiration or earlier termination of the 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. Respondent Signature 49 INSURANCE AGENT'S STATEMENT 1 have reviewed the above requirements with the bidder named below. The following deductibles apply to the corresponding policy. POLICY DEDUCTIBLES Liability policies are _ Occurrence Claims Made Insurance Agency Signature Print Name: 50