Loading...
HomeMy WebLinkAboutBack-Up DocumentACCESSING COMPETED CO-OP and GOVERNMENTAL CONTRACTS CHECK LIST CONTRACT NO.: RFP #12067-585 PROCUREMENT CONTRACTING OFFICER: Charles Johnson DATE SUBMITTED: 12/17/18 TITLE: Property & Casualty Insurance Brokerage & Consulting Services Accessing Co-ops and Governmental Contracts Package All Accessing of contacts must be reviewed and approved by the Department Director with signature below. Procurement Documents — to be included in Approval Package ® Award Summary Form for Director or City Manager (if applicable) Agenda Item Summary Form (for Commission Approval — if applicable) • Resolution (for Commission Approval — if applicable) ® Copy of this checklist signed by the Director Co-op/Governmental Agency Documents — to be included in Approval Package ® Copy of Tally/Evaluation Results (score sheets, ranking or summary) ® Copy of Contract's Advertisement & Distribution information Copy of Contract/Solicitation Being Accessed ® Copy of Award Sheet/Approval Documents Copy of Proposal/Bid NOTES: APPROVED as a contract which was entered into pursuant to a competitive process in compliance with City laws, policies and procedures. ❑ NOT APPROVED as a contract which was entered into pursuant to a competitive process in compliance with City laws, p i ics and procedures. A nieP`O Dire or, Department of Procurement 10/8/14 CITY OF FORT LAUDERDALE RFP EVALUATION COMMITTEE TABULATION RFP# 12067-585 TITLE: Property & Casualty Insurance Brokerage & Consulting Services DATE: 11/28/2017 Rater #1- G. Hine Experience Qualifications & Approach to Scope of Work Total Cost PROPOSING FIRM Weight Factor Ranking o 0 N c 'o a Weight Factor Ranking Point Subtotal Weight Factor no a m cc To 0 VI c 0 a Total Points (Awarded Risk Mgt Assoc/dba Public Risk Ins Agency 0.40 1 0.40 0.30 1 0.30 0.30 2 0.60 1.30 First Florida Insurance Brokers 0.40 2 0,80 0.30 2 0.60 0.30 1 0.30 1.70 PROPOSING FIRM Rater #2 - J. Piechura Experlence & Qualifications Approach to Scope of Work Total Cost Weight Factor Point Subtotal t, m LL d0 00 aC cc Point Subtotal t1 LL 60 0) Point Subtotal Risk Mgt Assoc/dba Public Risk Ins Agency 0.4 1 0,40 0.3 1 0.30 0.3 2 0.60 1.30 First Florida Insurance Brokers 0.4 2 0.80 0.3 2 0.60 0.3 1 0.30 1.70 PROPOSING FIRM Rater #3 - E. Beecher Experience & Qualifications Approach to Scope of Work Total Cost Point Subtotal Weight Factor Point Subtotal Weight Factor 00 0 0 K Point Subtotal Total Combined Points Awarded Local Vendor Preference Local Preference Deduction Total Final Score FINAL RANKING Risk Mgt Assoc/dba Public Risk Ins Agency 0.4 1 0.40 0.3 1 0.30 0,3 2 0.60 1.30 3.90 0% 0.00 3.90 1 First Florida Insurance Brokers 0.4 2 0.80 0.3 2 0.60 0,3 1 0.30 1.70 5.10 0% 0.00 5.10 2 6/7/2018 BidSync: Bld Notification Report*, BidSynb' PortScopra Welcome cjohnson@mlamigov.com I logait Need assistance? Contact us 0, EA 800-9901139 Home My Account Search Orders Bids Admin CRM Agency List Go to Bid Information Vendors that have viewed Bid 12067-585 - Property & Casualty Insurance Brokerage & Consulting Services This report Cached on Jun 7, 2018 10:23:06 AM EDT. Click here to refresh, Vendors Viewed ORG NAME Onyla RFx Analyst Ballard Partners GreMark Consultancy, Inc. The Construction Journal Public Risk Insurance Agency FedSources FFIB ITSoL LLC The Beacon Group, Inc. Advanced starlight International USI fIcke&assodates The Segal Company Coastal Wealth customersupport ConstructConnen. Clairsol, Inc North America Procurement Council CoCoMoConstruction &MT Risk Management Associate DBA Pubic Risk insurance Agency auto glass wizards Mobius Flor'da Bld Reporting First Florida Insurance Broker Barry Simms Inc. Della Cookidge Inc. Satsollnc Phoenix Promotional Products LLC V. H. Jr. & Assodates, Inc. CONEMCO ENGINEERING, INC. Brown & Brown of Florida, Inc. Cynanotary LLC Aon Ros Management Oscarlz Insurance Group Corp Reyes Real Estate LLC Cabrera Consulting Group, Inc. Panzica Construction Company T&R Waste 11-IE CAYEMITTE GROUP Marsh & McLennan Panzica Construction Company AXA Advisors, LLC ST WA 05 FL Cr FL FL VA FL FL FL TX FL NJ DC FL DE OH NJ CO FL FL FL FL AL FL FL WI NJ TX FL AZ FL FL FL FL CA FL FL FL FL OH Tx NJ FL OH FL https://www.bidsync.com/DPX?ac=aucnotifrpt&auctionld=2019209 1/2 6/7/2018 The Blue Book All Over Communications -Satellite Phones & Communications Becker Sc Pollakoff cuvox BidSync: Bid Notification Report } NY CA FL AL https://www.bidsync.com/DPX?ac=aucnotifrpt&auctionid=2019209 2/2 City of Fort Lauderdale Bid 12067-585 Solicitation 12067-585 Property & Casualty Insurance Brokerage & Consulting Services Bid Designation: Public OITY OP FORT tALIOAROALR City of Fort Lauderdale 11/28/20172:14 PM p. 1 City of Fort Lauderdale Bid 12067-585 Bid 12067-585 Property & Casualty Insurance Brokerage & Consulting Services Bid Number 12067-585 Bid Title Property & Casualty Insurance Brokerage & Consulting Services Bid Start Date Oct 19, 2017 4:12:08 PM EDT Bid End Date Nov 28, 2017 2:00:00 PM EST Question & Answer End Date Bid Contact Nov 2, 2017 5:00:00 PM EDT AnnDebra Diaz Procurement Specialist II Procurement 954-828-5949 adiaz@fortlauderdale.gov Description The City of Fort Lauderdale, Florida (City) is seeking qualified, experienced and licensed firm(s) to provide Property and Casualty Insurance Brokerage and Consulting Services for the City's Risk Management Division of the Human Resources Department, in accordance with the terms, conditions, and specifications contained in this Request for Proposals (RFP). For further information, go to www.bidsync.com Added on Nov 14, 2017: The opening date has been changed. The new opening date is November 28, 2017, 2:OOPM EST. All other terms, conditions and specifications remain unchanged. 11/28/2017 2:14 PM p. 2 City of Fort Lauderdale Bid 12067-585 City of Fort Lauderdale Property & Casualty Insurance Brokerage & Consulting Services RFP # 12067-585 SECTION 1— INTRODUCTION AND INFORMATION 1.1 Purpose The City of Fort Lauderdale, Florida (City) is seeking qualified, experienced and licensed firm(s) to provide Property and Casualty Insurance Brokerage and Consulting Services for the City's Risk Management Division of the Human Resources Department, in accordance with the terms, conditions, and specifications -contained -in -this -Request- for-P-reposals-(RFP). 1.2 Submission Deadline Sealed proposals shall be delivered during the City's normal business hours in a sealed envelope and addressed to the City of Fort Lauderdale Procurement Services Division, 100 N. Andrews Avenue, #619, Fort Lauderdale, FL 33301 (City Hall) no later than the date and time specified, at which time and place the proposals will be publicly opened and the names of the firms will be read. After the deadline, proposals will not be accepted. Firms are responsible for making certain that their proposal is received at the location specified by the due date and time. The City of Fort Lauderdale is not responsible for delays caused by any mail, package or courier service, including the U.S. mail, or caused by any other occurrence or condition. The City's normal business hours are Monday through Friday, 8:00 a.m. through 5:00 p.m. excluding holidays observed by the City. 1.3 Pre -proposal Conference and Site Visit There will not be a pre -bid conference or site visit for this Request for Proposal. It will be the sole responsibility of the Contractor to become familiar with the scope of the City's requirements and systems prior to submitting a proposal. No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a proposal will be considered evidence that the proposer has familiarized themselves with the nature and extent of the work, equipment, materials, and labor required. 1.4 BidSync The City of Fort Lauderdale uses BidSync (www.bidsync.com) to administer the competitive solicitation process, including but not limited to soliciting proposals, issuing addenda, posting results and issuing notification of an intended decision. There is no charge to register and download the RFP from BidSync. Proposers are strongly encouraged to read the various vendor Guides and Tutorials available in BidSync well in advance of their intention of submitting a proposal to ensure familiarity with the use of BidSync. The City shall not be responsible for a Proposers inability to submit a Proposal by the end date and time for any reason, including issues arising from the use of BidSync. 1.5 Point of Contact For information concerning procedures for responding to this solicitation, contact Senior Procurement Specialist AnnDebra Diaz at (954) 828-5949 or email at ADiazAfortlauderdale.gov, Such contact shall be for clarification purposes only. For information concerning technical specifications, please utilize the question / answer feature provided by BidSync at www.bidsync.com. Questions of a material nature must be received prior to the cut-off date specified in the RFP Schedule. Material changes, if any, to the scope of services or bidding procedures will only be transmitted by written addendum, (See addendum section of BidSync Site). Contractors please note: Proposals shall be 11/28/2017 2:14 PM P. 3 City of Fort Lauderdale Bid 12067-585 submitted as stated in PART IV — Submittal Requirements. No part of your proposal can be submitted via FAX. No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a proposal will be considered evidence that the Contractor has familiarized themselves with the nature and extent of the work, and the equipment, materials, and labor required. The entire proposal must be submitted in accordance with all specifications contained in this solicitation. The questions and answers submitted in BidSync shall become part of any contract that is created from this RFP. END OF SECTION 11/28/20172:14 PM p. 4 City of Fort Lauderdale Bid 12067-585 SECTION II - SPECIAL TERMS AND CONDITIONS 2.1 General Conditions RFP General Conditions (Form G-107, Rev. 02/15) are included and made a part of this RFP. 2.2 Addenda, Changes, and Interpretations It is the sole responsibility of each firm to notify the Buyer utilizing the question / answer feature provided by BidSync and request modification or clarification of any ambiguity, conflict, discrepancy, omission or other error discovered in this competitive solicitation. Requests for clarification, modification, interpretation, or changes must be received prior to the Question and Answer (Q & A) Deadline. Requests received after this date may not be addressed. Questions and requests for information that would not materially affect the scope of services to be performed or the solicitation process will be answered within the question / answer feature provided by BidSync and shall be for clarification purposes only. Material changes, if any, to the scope of services or the solicitation process will only be transmitted by official written addendum issued by the City and uploaded to BidSync as a separate addendum to the RFP. Under no circumstances shall an oral explanation given by any City official, officer, staff, or agent be binding upon the City and should be disregarded. All addenda are a part of the competitive solicitation documents and each firm will be bound by such addenda. It is the responsibility of each to read and comprehend all addenda issued. 2.3 Changes and Alterations Proposer may change or withdraw a Proposal at any time prior to Proposal submission deadline; however, no oral modifications will be allowed. Modifications shall not be allowed following the Proposal deadline. 2.4 Proposer's Costs The City shall not be liable for any costs incurred by proposers in responding to this RFP. 2.5 Pricing/Delivery All pricing should be identified on the Cost Proposal page provided in this RFP. No additional costs may be accepted, other than the costs stated on the Cost Proposal page. Failure to use the City's Cost Proposal page and provide costs as requested in this RFP may deem your proposal non -responsive. Contractor shall quote a firm, fixed price for all services stated in the RFP. All costs including travel shall be included in your proposal. The City shall not accept any additional costs including any travel associated with coming to the City of Fort Lauderdale. The annual fee paid to the selected Contractor is to be the only remuneration accepted by the Contractor for services related to this Agreement. Prices proposed shall be valid for at least One -Hundred and Twenty (120) days from time of RFP opening unless otherwise extended and agreed upon by the City and proposer. 2.6 Invoices/Payment The City will accept a lump sum invoice payment at the inception of each contract year. Payment will be made within forty-five (45) days after receipt of an invoice acceptable to the City, in accordance with the Florida Local Government Prompt Payment Act. If, at any time during the contract, the City shall not approve or accept the Contractor's work product, and an agreement cannot be reached between the City and the Contractor to resolve the problem to the City's satisfaction, the City shall negotiate with the Contractor on a payment for the work 11 /28/2017 2:14 PM P. 5 City of Fort Lauderdale Sid 12067-585 2.7 Related Expenses/Travel Expenses All costs including travel are to be included in your proposal. The City will not accept any additional costs. 2.8 Payment Method The City of Fort Lauderdale has implemented a Procurement Card (P-CardLprogram which changes how payments are remitted to its vendors. The City has transitioned from traditional paper checks to payment by credit card via MasterCard or Visa. This allows you as a vendor of the City of Fort Lauderdale to receive your payment fast and safely. No more waiting for checks to be printed and mailed. Payments will be made utilizing the City's P-Card (MasterCard or Visa). Accordingly, firms must presently have the ability to accept credit card payment or take whatever steps necessary to implement acceptance of a credit card before the commencement of a contract. See Contract Payment Method form attached. 2.9 Mistakes The consultant shall examine this RFP carefully. The submission of a Proposal shall be prima facie evidence that the consultant has full knowledge of the scope, nature, and quality of the work to be performed; the detailed requirements of the specifications; and the conditions under which the work is to be performed. Ignorance of the requirements will not relieve the consultant from liability and obligations under the Contract. 2.10 Acceptance of Proposals / Minor irregularities 2.10.1 The City reserves the right to accept or reject any or all proposals, part of proposals, and to waive minor irregularities or variances to specifications contained in proposals which do not make the proposal conditional in nature and minor irregularities in the solicitation process. A minor irregularity shall be a variation from the solicitation that does not affect the price of the contract or does not give a respondent an advantage or benefit not enjoyed by other respondents, does not adversely impact the interests of other firms or, does not affect the fundamental fairness of the solicitation process. The City also reserves the right to reissue a Request for Proposal. 2.10.2 The City reserves the right to disqualify Proposer during any phase of the competitive solicitation process and terminate for cause any resulting contract upon evidence of collusion with intent to defraud or other illegal practices on the part of the Proposer. 2.11 Modification of Services 2.11.1 While this contract is for services provided to the department referenced in this Request for Proposals, the City may require similar work for other City departments. Successful Proposer agrees to take on such work unless such work would not be considered reasonable or become an undue burden to the Successful Proposer. 2.11.2 The City reserves the right to delete any portion of the work at any time without cause, and if such right is exercised by the City, the total fee shall be reduced in the same ratio as the estimated cost of the work deleted bears to the estimated cost of the work originally planned. If work has already been accomplished and approved by the City on any portion of a contract resulting from this RFP, the Successful Proposer shall be paid for the work completed on the basis of the estimated percentage of completion of such portion to the total project cost. 11/28/2017 2:14 PM P. 6 City of Fort Lauderdale Bld 12067-585 2.11.3 The City may require additional items or services of a similar nature, but not specifically listed in the contract. The Successful Proposer agrees to provide such items or services, and shall provide the City prices on such additional items or services. If the price(s) offered are not acceptable to the City, and the situation cannot be resolved to the satisfaction of the City, the City reserves the right to procure those items or services from other vendors, or to cancel the contract upon giving the Successful Proposer thirty (30) days written notice. 2.11.4 If the SuccessfurProposer and the City agree on modifications or revisions to the task elements, after the City has approved work to begin on a particular task or project, and a budget has been established for that task or project, the Successful Proposer will submit a revised budget to the City for approval prior to proceeding with the work. 2.12 No Exclusive Contract Proposer agrees and understands that the contract shall not be construed as an exclusive arrangement and further agrees that the City may, at any time, secure similar or identical services from another vendor at the City's sole option. 2.13 Sample Contract Agreement A sample of the formal agreement template, which may be required to be executed by the awarded vendor can be found at our website; http;l/fortlauderdale.gov/purchasinq/general/contractsampIo021412 pdf 2.14 Responsiveness In order to be considered responsive to the solicitation, the firm's proposal shall fully conform in all material respects to the solicitation and all of its requirements, including all form and substance. 2.15 Responsibility In order to be considered as a responsible firm, firm shall be fully capable to meet all of the requirements of the solicitation and subsequent contract, must possess the full capability, including financial and technical, to perform as contractually required, and must be able to fully document the ability to provide good faith performance. 2.16 Minimum Qualifications Proposers shall be in the business of property and casualty insurance brokerage and consulting services and must possess sufficient financial support, equipment and organization to ensure that it can satisfactorily perform the services if awarded a Contract. Proposers must demonstrate that they, or the key staff assigned to the project, have successfully provided services with similar magnitude to those specified in the scope of services to at least one entity similar in size and complexity to the City of Fort Lauderdale or can demonstrate they have the experience with large scale private sector clients and the managerial and financial ability to successfully perform the work. Proposers shall satisfy each of the following requirements cited below. Failure to do so may result in the proposal being deemed non -responsive. 2.16.1 Proposer or principals shall have relevant experience in property and casualty insurance brokerage and consulting services. Project manager assigned to the work must have experience in property and casualty insurance brokerage and consulting 11 /28/2017 2:14 PM p. 7 City of Fort Lauderdale Bid 12067-585 services, possess an active Florida General Lines Property and Casualty Insurance License, and have served as project manager on similar projects. 2.16.2 Before awarding a contract, the City reserves the right to require that a Proposer submit such evidence of qualifications as the City may deem necessary. Further, the City may consider any evidence of the financial, technical, and other qualifications and abilities of a firm or principals, including previous experiences of same with the City and performance evaluation for services, in making the award in the best interest of the City. 2.16.3 Firm or principals shall have no record of judgments, pending lawsuits against the City or criminal activities involving moral turpitude and not have any conflicts of interest that have not been waived by the City Commission. 2.16.4 Neither firm nor any principal, officer, or stockholder shall be in arrears or in default of any debt or contract involving the City, (as a party to a contract, or otherwise); nor have failed to perform faithfully on any previous contract with the City. 2.17 Lobbying Activities ALL CONTRACTORS PLEASE NOTE: Any contractor submitting a response to this solicitation must comply, if applicable, with City of Fort Lauderdale Ordinance No, C-11-42 & Resolution No. 07-101, Lobbying Activities. Copies of Ordinance No. C-11-42 and Resolution No. 07-101 may be obtained from the City Clerk's Office on the 7th Floor of City Hall, 100 N. Andrews Avenue, Fort Lauderdale, Florida. The ordinance may also be viewed on the City's website at http://www.fortlauderdale.gov/home/showdocument?id=6036. 2.18 Local Business Preference 2.18.1 Section 2-186, Code of Ordinances of the City of Fort Lauderdale, provides for a local business preference. In order to be considered for a local business preference, a proposer must include the Local Business Preference Certification Statement of this RFP, as applicable to the local business preference class claimed at the time of Proposal submittal: 2.18.2 Upon formal request of the City, based on the application of a Local Business Preference the Proposer shall within ten (10) calendar days submit the following documentation to the Local Business Preference Class claimed: a. Copy of City of Fort Lauderdale current year business tax receipt, or Broward County current year business tax receipt, and b. List of the names of all employees of the proposer and evidence of employees' residence within the geographic bounds of the City of Fort Lauderdale or Broward County, as the case may be, such as current Florida driver license, residential utility bill (water, electric, telephone, cable television), or other type of similar documentation acceptable to the City. 2.18.3 Failure to comply at time of Proposal submittal shall result in the Proposer being found ineligible for the local business preference. 2.18.4 The complete local business preference ordinance may be found on the City's web site at the following link: http://fortlauderdale.gov/home/showdocument?id=6422 11/28/2017 2:14 PM p. 8 City of Fort Lauderdale Bid 12067-585 2.18.5 Definitions The term "Business" shall mean a person, firm, corporation or other business entity which is duly licensed and authorized to engage in a particular work in the State of Florida. Business shall be broken down into four (4) types of classes: 1. Class A Business — shall mean any Business that has established and agrees to maintain a permanent place of business located in a non-residential zone and staffed with full-time employees within the limits of the City and shall maintain a staffing level of the prime contractor for the proposed work of at least fifty percent (50%) who are residents of the City. 2, Class B Business - shall mean any Business that has established and agrees to maintain a permanent place of business located in a non-residential zone and staffed with full-time employees within the limits of the City or shall maintain a staffing level of the prime contractor for the proposed work of at least fifty percent (50%) who are residents of the City. 3. Class C Business - shall mean any Business that has established and agrees to maintain a permanent place of business located in a non-residential zone and staffed with full-time employees within the limits of Broward County. 4. Class D Business — shall mean any Business that does not qualify as either a Class A, Class B, or Class C business. 2.19 Protest Procedure 2.19.1 Any Proposer or Bidder who is not recommended for award of a contract and who alleges a failure by the city to follow the city's procurement ordinance or any applicable law may protest to the director of procurement services division (director), by delivering a letter of protest to the director within five (5) days after a notice of intent to award is posted on the city's web site at the following link: http://www.fortlauderdale.gov/departments/finance/procurement-services/notices-of- intent-to-award. 2.19.2 The complete protest ordinance may be found on the city's web site at the following Zink: http://www,fortlauderdale.qov/purchasinq/protestordinance.pdf 2.20 Public Entity Crimes Contractor, by submitting a proposal attests she/he/it has not been placed on the convicted vendor list. 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 proposal on a contract to provide any goods or services to a public entity, may not submit a proposal 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 a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. 2.21 Subcontractors 2.21.1 If the Contractor proposes to use subcontractors in the course of providing these services to the City, this information shall be a part of the bid response. Such information shall be subject to review, acceptance and approval of the City, prior to any contract award. The City reserves the right to approve or disapprove of any 11/28/2017 2:14 PM P. 9 City of Fort Lauderdale Bid 12067-585 subcontractor candidate in its best interest and to require Contractor to replace subcontractor with one that meets City approval. 2.21.2 Contractor shall ensure that all of Contractor's subcontractors perform in accordance with the terms and conditions of this Contract. Contractor shall be fully responsible for all of Contractor's subcontractors' performance, and liable for any of Contractor's subcontractors' non-performance and all of Contractor's subcontractors' acts and omissions. Contractor shall defend, at Contractor's expense, counsel being subject to the City's approval or disapproval, and indemnify and hold harmless the City and the City's officers, employees, and agents from and against any claim, lawsuit, third -party action, or judgment, including any award of attorney fees and any award of costs, by or in favor of any Contractor's subcontractors for payment for work performed for the City. 2.21.3 Contractor shall require all of its subcontractors to provide the required insurance coverage as well as any other coverage that the contractor may consider necessary, and any deficiency in the coverage or policy limits of said subcontractors will be the sole responsibility of the contractor. 2.22 Insurance Requirements 2.22.1 During the term of this Agreement, Applicant at its sole expense, shall provide insurance of such a type and with such terms and limits as noted below. Providing and maintaining adequate insurance coverage is a material obligation of Applicant. Applicant shall provide the City a certificate of insurance evidencing such coverage. Applicant's insurance coverage shall be primary insurance as respects to the City for all applicable policies. The limits of coverage under each policy maintained by Applicant shall not be interpreted as limiting Applicant's liability and obligations under this Agreement. All insurance policies shall be through insurers authorized or eligible to write policies in Florida and possess an A.M. Best rating of A-, VII or better, subject to the approval of the City's Risk Manager. 2.22.2 The coverages, limits and/or endorsements required herein protect the primary interests of the City, and these coverages, limits and/or endorsements shall in no way be required to be relied upon when assessing the extent or determining appropriate types and limits of coverage to protect the Applicant against any loss exposures, whether as a result of this Agreement or otherwise. The requirements contained herein, as well as the City's review or acknowledgement, is not intended to and shall not in any manner limit or qualify the liabilities and obligations assumed by the Applicant under this Agreement. The following insurance policies/coverages are required: Commercial General Liability Coverage must be afforded under a Commercial General Liability policy with limits not less than: a $1,000,000 each occurrence and $2,000,000 aggregate for Bodily Injury, Property Damage, and Personal and Advertising Injury $1,000,000 each occurrence and $2,000,000 aggregate for Products and Completed Operations Policy must include coverage for Contractual Liability and Independent Contractors. 11/28/201 7 2:14 PM p. 10 City of Fort Lauderdale Bid 12067-585 The City, a political subdivision of the State of Florida, its officials, employees, and volunteers are to be covered as an additional insured with a CG 20 26 04 13 Additional Insured — Designated Person or Organization Endorsement or similar endorsement providing equal or broader Additional Insured Coverage with respect to liability arising out of activities performed by or on behalf of the Applicant. The coverage shall contain no special limitation on the scope of protection afforded to the City, its officials, employees, or volunteers. Business Automobile Liability Coverage must be afforded for all Owned, Hired, Scheduled, and Non -Owned vehicles for Bodily Injury and Property Damage in an amount not less than $1,000,000 combined single limit each accident. If the Applicant does not own vehicles, the Applicant shall maintain coverage for Hired and Non -Owned Auto Liability, which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Business Auto Liability policy. Workers' Compensation and Employer's Liability Coverage must be afforded per Chapter 440, Florida Statutes. Any firm performing work on behalf of the City must provide Workers' Compensation insurance. Exceptions and exemptions will be allowed by the City's Risk Manager, if they are in accordance with Florida Statute. The Applicant and its insurance carrier waives all subrogation rights against the City, a political subdivision of the State of Florida, its officials, employees, and volunteers for all losses or damages. The City requires the policy to be endorsed with WC00 03 13 Waiver of our Right to Recover from Others or equivalent. Applicant must be in compliance with all applicable State and federal workers' compensation Taws. Professional Liability and/or Errors and Omissions Coverage must be afforded for Wrongful Acts in an amount not Tess than $5,000,000 each claim and $5,000,000 aggregate. Applicant must keep insurance in force until the third anniversary of expiration of this Agreement or the third anniversary of acceptance of work by the City. Insurance Certificate Requirements a. The Applicant shall provide the City with valid Certificates of Insurance (binders are unacceptable) no later than thirty (30) days prior to the start of work contemplated in this Agreement. b. The Applicant shall provide a Certificate of Insurance to the City with a thirty (30) day notice of cancellation; ten (10) days' notice if cancellation is for nonpayment of premium. c. In the event that the insurer is unable to accommodate the cancellation notice requirement, it shall be the responsibility of the Applicant to provide the proper notice. Such notification will be in writing by registered mail, return receipt requested, and addressed to the certificate holder. d. In the event the Agreement term goes beyond the expiration date of the insurance policy, the Applicant shall provide the City with an updated Certificate of Insurance no 11/28/2017 2:14 PM p, 11 City of Fort Lauderdale Bid 12067-585 later than ten (10) days prior to the expiration of the insurance currently in effect. The City reserves the right to suspend the Agreement until this requirement is met. e. The certificate shall indicate if coverage is provided under a claims -made or occurrence form. If any coverage is provided on a claims -made form, the certificate will show a retroactive date, which should be the same date of the initial contract or prior. f. The City shall be named as an Additional Insured on all liability policies, with the exception of Workers' Compensation. g. The City shall be granted a Waiver of Subrogation on the Applicant's Workers' Compensation insurance policy. h. The Agreement, Bid/Contract number, event dates, or other identifying reference must be listed on the certificate. The Certificate Holder should read as follows: City of Fort Lauderdale 100 N. Andrews Avenue Fort Lauderdale, FL 33301 The Applicant has the sole responsibility for all insurance premiums and shall be fully and solely responsible for any costs or expenses as a result of a coverage deductible, co- insurance penalty, or self -insured retention; including any loss not covered because of the operation of such deductible, co-insurance penalty, self -insured retention, or coverage exclusion or limitation. Any costs for adding the City as an Additional Insured shall be at the Applicant's expense. If the Applicant's primary insurance policy/policies do not meet the minimum requirements, as set forth in this Agreement, the Applicant may provide an Umbrella/Excess insurance policy to comply with this requirement. The Applicant's insurance coverage shall be primary insurance as respects to the City, a political subdivision of the State of Florida, its officials, employees, and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees, or volunteers shall be excess of Applicant's insurance and shall be non-contributory. Any exclusions or provisions in the insurance maintained by the Applicant that excludes coverage for work contemplated in this Agreement shall be deemed unacceptable and shall be considered breach of contract. All required insurance policies must be maintained until the contract work has been accepted by the City, and/or this Agreement is terminated. Any lapse in coverage shall be considered breach of contract. In addition, Applicant must provide confirmation of coverage renewal via an updated certificate should any policies expire prior to the expiration of this Agreement. The City reserves the right to review, at any time, coverage forms and limits of Applicant's insurance policies. All notices of any claim/accident (occurrences) associated with this Agreement, shall be provided to the Applicant's insurance company and the City's Risk Management office as soon as practical. It is the Applicant's responsibility to ensure that all independent and subcontractors comply with these insurance requirements. All coverages for independent and subcontractors shall be 11/28/2017 2:14 PM p. 12 City of Fort Lauderdale Bid 12067-585 subject to all of the requirements stated herein, Any and all deficiencies are the responsibility of the Applicant. 2.23 Award of Contract A Contract (the "Agreement") may be awarded by the City Commission. The City reserves the right to execute or not execute, as applicable, a contract with the Proposer(s) that is determined to be in the City's best interests. The City reserves the right to award a contract to more than one Proposer, at the sole and absolute discretion of the in the City. 2.24 Unauthorized Work The Successful Proposer(s) shall not begin work until a Contract has been awarded by the City Commission and a notice to proceed has been issued. Proposer(s) agree and understand that the issuance of a Purchase Order and/or Task Order shall be issued and provided to the Successful Proposer(s) following Commission award; however, receipt of a purchase order and/or task order shall not prevent the Successful Proposer(s) from commencing the work once the City Commission has awarded the contract and notice to proceed is issued. 2.25 Uncontrollable Circumstances ("Force Majeure") The City and Contractor will be excused from the performance of their respective obligations under this agreement when and to the extent that their performance is delayed or prevented by any circumstances beyond their control including, fire, flood, explosion, strikes or other labor disputes, act of God or public emergency, war, riot, civil commotion, malicious damage, act or omission of any governmental authority, delay or failure or shortage of any type of transportation, equipment, or service from a public utility needed for their performance, provided that: 2.25.1 The non performing party gives the other party prompt written notice describing the particulars of the Force Majeure including, but not limited to, the nature of the occurrence and its expected duration, and continues to furnish timely reports with respect thereto during the period of the Force Majeure; 2.25.2 The excuse of performance is of no greater scope and of no longer duration than is required by the Force Majeure; 2.25.3 No obligations of either party that arose before the Force Majeure causing the excuse of performance are excused as a result of the Force Majeure; and 2.25.4 The non performing party uses its best efforts to remedy its inability to perform. Notwithstanding the above, performance shall not be excused under this Section for a period in excess of two (2) months, provided that in extenuating circumstances, the City may excuse performance for a longer terra. Economic hardship of the Contractor will not constitute Force Majeure. The term of the agreement shall be extended by a period equal to that during which either party's performance is suspended under this Section. 2.26 Canadian Companies The City may enforce in the United States of America or in Canada or in both countries a judgment entered against the Contractor. The Contractor waives any and all defenses to the City's enforcement in Canada, of a judgment entered by a court in the United States of America. All monetary amounts set forth in this Contract are in United States dollars. 2.27 News Releases/Publicity 11/28/2017 2:14 PM p. 13 City of Fort Lauderdale Bid 12067-585 News releases, publicity releases, or advertisements relating to this contract or the tasks or projects associated with the project shall not be made without prior City approval. 2,28 Contract Period The initial contract term shall commence upon date of award by the City or December 20, 2017, whichever is later, and shall expire one year from that date. The City reserves the right to extend the contract for three, additional one-year terms, providing all terms conditions and specifications remain the same, both parties agree to the extension, and such extension is approved by the City. In the event services are scheduled to end because of the expiration of this contract, the Contractor shall continue the service upon the request of the City as authorized by the awarding authority. The extension period shall not extend for more than 120 days beyond the expiration date of the existing contract. The Contractor shall be compensated for the service at the rate in effect when this extension clause is invoked by the City. 2.29 Cost Adjustments Prices quoted shall be firm for the initial contract term of one year. No cost increases shall be accepted in this initial contract term. Please consider this when providing pricing for this request for proposal. Thereafter, any extensions which may be approved by the City shall be subject to the following: costs for any extension terms shall be subject to an adjustment only if increases or decreases occur in the industry. Such adjustment shall be based on the latest yearly percentage increase in the Al► Urban Consumers Price Index (CPI-U) as published by the Bureau of Labor Statistics, U.S, Dep't. of Labor, and shall not exceed five percent (5%). The yearly increase or decrease in the CPI shall be that latest Index published and available for the calendar year ending 12/31, prior to the end of the contract year then in effect, as compared to the index for the comparable month, one-year prior. Any requested adjustment shall be fully documented and submitted to the City at least ninety (90) days prior to the contract anniversary date. Any approved cost adjustments shall become effective on the beginning date of the approved contract extension. The City may, after examination, refuse to accept the adjusted costs if they are not properly documented, or considered to be excessive, or if decreases are considered to be insufficient. In the event the City does not wish to accept the adjusted costs and the matter cannot be. resolved to the satisfaction of the City, the Contract will be considered cancelled on the scheduled expiration date. 2.30 Service Test Period If the Contractor has not previously performed the services to the city, the City reserves the right to require a test period to determine if the Contractor can perform in accordance with the requirements of the contact, and to the City's satisfaction, Such test period can be from thirty to ninety days, and will be conducted under all specifications, terms and conditions contained in the contract. This trial period will then become part of the initial contract period. A performance evaluation will be conducted prior to the end of the test period and that evaluation will be the basis for the City's decision to continue with the Contractor or to select another Contractor (if applicable). 11/28/2017 2:14 PM p. 14 City of Fort Lauderdale Bid 12067-585 2.31 Contract Coordinator The City may designate a Contract Coordinator whose principal duties shall be: Liaison with Contractor. Coordinate and approve all work under the contract. Resolve any disputes. Assure consistency and quality of Contractor's performance. Schedule and conduct Contractor performance evaluations and document findings. Review and approve for payment all invoices for work performed or items delivered. 2.32 Contractor Performance Reviews and Ratings The City Contract Coordinator may develop a Contractor performance evaluation report. This report shall be used to periodically review and rate the Contractor's performance under the contract with performance rating as follows: Excellent Far exceeds requirements. Good Exceeds requirements Fair Just meets requirements. Poor Does not meet all requirements and contractor is subject to penalty provisions under the contact. Non-compliance Either continued poor performance after notice or a performance level that does not meet a significant portion of the requirements. This rating makes the Contractor subject to the default or cancellation for cause provisions of the contract, The report shall also list all discrepancies found during the review period. The Contractor shall be provided with a copy of the report, and may respond in writing if he takes exception to the report or wishes to comment on the report. Contractor performance reviews and subsequent reports will be used in determining the suitability of contract extension. 2.33 Substitution of Personnel It is the intention of the City that the Contractor's personnel proposed for the contract will be available for the contract term. In the event the Contractor wishes to substitute personnel, he shall propose personnel of equal or higher qualifications and all replacement personnel are subject to City approval. in the event substitute personnel are not satisfactory to the City and the matter cannot be resolved to the satisfaction of the City, the City reserves the right to cancel the Contract for cause. See Section 5.09 General Conditions. 2.34 Ownership of Work The City shall have full ownership and the right to copyright, otherwise limit, reproduce, modify, sell, or use all of the work or product produced under this contract without payment of any royalties or fees to the Contractor above the agreed hourly rates and related costs. END OF SECTION 11/28/2017 2:14 PM p. 15 City of Fort Lauderdale Bid 12067-585 SECTION III - TECHNICAL SPECIFICATIONS/SCOPE OF SERVICES 3.1 Consultation The selected broker will work closely with the City's Risk Manager in risk analysis, preparation of underwriting submissions/specifications, marketing, program design and carrier selection. It is expected that the insurance broker will be actively involved to ensure the proper coverage for whatever the program may require. Maintain contact with global insurance markets, which are interested, available, and qualified to provide insurance and loss prevention services to the City. 3,2 Risk Management Policy Development Support the City's efforts in continual development of Risk Management Policies. This would include: presentation of industry standard practices; assistance in development of policies that support the goals of the City toward use of local resources; innovation in the design of risk funding of the City; and assist in presentations to policy and decision making authorities. Inform the City of applicable federal and State compliance legislation, legislative trends and issues, and necessary governmental filings. 3.3 Risk Assessment Assist in the identification and evaluation of risk exposures the City faces and provide support and coordination with actuarial efforts on behalf of the City. Assist in the determination of the level of risk retention that is appropriate and recommend proper limits and coverages for risks/exposures common to similar size cities. 3,4 Risk Control Provide resources to assist Risk Management in development and maintenance of a comprehensive risk control program, which will adapt to variations in scope and level of governmental services offered by the City. Provide recommendations on loss control measures based on claims history prepared by the Risk Management Division and the City's insurance carriers. 3.5 Risk Financing Provide support to the City in development of risk financing plans that enable the City to succeed in its overall financial planning and budgeting. Coordinate with actuarial efforts and provide comprehensive information on market conditions and trends. Support innovation in design of financing mechanisms. 3.6 Marketing No Tess than 90 calendar days prior to renewal of individual coverages, meet with the City's Risk Manager to present a marketing report. This report is to provide the City with: current program evaluation; marketing timetable; ratings of markets to be approached; broker recommendations and reasons; and anticipated rates and premium. Organize the presentation of the risk financing plan and exposures to the appropriate markets. Review the presentation plan and documents with the City's Risk Manager for approval to proceed. Advise the City on methods of optimizing and developing high -quality relationships with the markets as a trusted client. Negotiate best terms, rates, and conditions. Monitor the financial condition of insurers, including their ability to pay claims promptly, and advise the City whenever any insurer is downgraded by any rating agency. 11 /28/2017 2:14 PM p.16 City of Fort Lauderdale Bid 12067-585 3.7 insurance Proposals Prior to submission, prepare a matrix of insurance proposals received, to include an evaluation of coverage, limits, and cost. Submit recommendations no less than 45 days prior to the policy expiration dates. Please confirm that you can adhere to these dates or advise as to exceptions. 3.8 Policy Language Be responsible for verification of policy language, checking for: accuracy, appropriate form, and compliance with requirements, proper application to risk, and client's intended needs as specified. Provide expertise in the interpretation and preparation of manuscript insurance policy forms and endorsements. 3.9 Insurance Policies The selected broker will work with the City's Risk Manager to negotiate and purchase the following insurances (but not limited to the following): Accidental Death and Dismemberment, Active Shooter, All Risk Property & Terrorism (See Attachment A & B for SOV), Automobile Liability, Aviation General Liability & Terrorism, Blanket Crime, Cyber Liability, Event Cancellation, Excess Workers' Compensation, Public Officials/Employment Practices Liability, Pollution Liability, Watercraft Liability, and Insurance. See Attachment C for a summary of the City's current policies. Provide the City with certain reports, at appropriate policy intervals, to include the following: loss reports and loss prevention programs/recommendations; insurance market trends and outlook; and risk retention recommendations and philosophy. 3.10 Loss Management Assist the City in proper management of information regarding losses. Provide expert assistance in the settlement of major claims and losses. Serve as liaison between the City and the insurance carriers to assist in the timely and proper resolution of claims. Assist the City in periodic evaluation of claims handling and administration, and reserves for self -insured retentions. Comment and make recommendations regarding major losses incurred by the City during the previous and current policy periods. 3.11 Billing Broker is responsible for billing of premiums to the City of Fort Lauderdale. Servicing broker's billed retail insurance premiums are to be net of commission, except where required by federal and/or State law/rule. All invoices are to be e-mailed to acctspayable rni,fortlauderdale.gov with a copy to Risk Management. The annual fee paid to the selected broker is to be the only remuneration accepted by the broker for services in relation to this Agreement. 3.12 Annual Report Broker is responsible for producing an annual report within 45 days of the end of the fiscal year for the City. This report is to include: a schedule of policies in force, premiums, losses, commissions and fees earned or waived, developments and trends in the markets for these coverages; and proposals for change in the City's coverages. 3.13 Availability The account executive and team assigned to the City are to be able to accommodate consultation on as -needed basis. Please offer information as to what can reasonably be expected for a turn -around time for phone calls and e-mails. Specifically advise as to who the City's first point of contact will be and the resume/qualifications of that person. 11/28/2017 2:14 PM p. 17 City of Fort Lauderdale Bid 12067-585 3.14 Contract Review Provide a thorough review and recommendation on contracts, leases and other agreements to assess the adequacy of insurance, assumption of liability and other risk management issues. For purposes of RFPs, the broker will receive a draft of the RFP that is scheduled to be issued and will be asked to suggest how the insurance section should be worded. The broker will also need to advise if the indemnity and hold harmless provisions are adequately worded to protect the interests of the City. The broker should anticipate a consistent volume of these reviews and at times, they may need to be completed the same day. Assistance on certificates of insurance will also be requested on an as -needed basis. 3.15 Special Events The broker will be asked to comment and recommend what coverage requirements should be required of third parties requesting use of City owned property. In your response, please offer a narrative of your experience with various types of events and your methodology behind how you determine the types of coverages and limits that may be required. 3.16. Loss Developrnent Broker is to support the City with resources for trending, forecasting, and premium calculation and allocation in cooperation with actuarial services used by the City. 3.17 Loss Prevention/Engineering Services Review all insurance companies' loss prevention/engineering reports and provide the City with written recommendations far compliance within 30 days from the date the reports are issued by the companies. Represent the City's position/interest concerning recommendations made by insurance companies and, if requested, conduct research and develop documentation to support the City's position/interest. END OF SECTION 11/28/2017 2:14 PM p. 18 City of Fort Lauderdale Bid 12067-585 SECTION IV — SUBMITTAL REQUIREMENTS 4.1 Instructions 4.1.1 Although proposals are accepted 'hard copy', the City of Fort Lauderdale uses BidSync (www.bidsync.com) to administer the competitive solicitation process, including but not limited to soliciting proposals, issuing addenda, responding to questions / requests for information. There is no charge to register and download the RFP from BidSync. Proposers are strongly encouraged to read the various vendor Guides and Tutorials available in BidSync well in advance of their intention of submitting a proposal to ensure familiarity with the use of BidSync. The City shall not be responsible for a Proposer's inability to submit a proposal by the end date and time for any reason, including issues arising from the use of BidSync. 4.1.2 Careful attention must be given to all requested items contained in this RFP. Proposers are invited to submit proposals in accordance with the requirements of this RFP. Please read entire solicitation before submitting a proposal. Proposers must provide a response to each requirement of the RFP. Proposals should be prepared in a concise manner with an emphasis on completeness and clarity. Notes, exceptions, and comments may be rendered on an attachment, provided the same format of this RFP text is followed. 4.1.3 All information submitted by Proposer shall be typewritten or provided as otherwise instructed to in the RFP. Proposers shall use and submit any applicable or required forms provided by the City and attach such to their proposal. Failure to use the forms may cause the proposal to be rejected and deemed non -responsive. 4.1.4 Proposals shall be submitted by an authorized representative of the firm. Proposals must be submitted in the business entities name by the President, Partner, Officer or Representative authorized to contractually bind the business entity. Proposals shall include an attachment evidencing that the individual submitting the proposal, does in fact have the required authority stated herein. 4.1.5 All proposals will become the property of the City. The Proposer's response to the RFP is a public record pursuant to Florida law, which is subject to disclosure by the City under the State of Florida Public Records Law, Florida Statutes Chapter 119.07 ("Public Records Law"). The City shall permit public access to all documents, papers, letters or other material submitted in connection with this RFP and the Contract to be executed for this RFP, subject to the provisions of Chapter 119.07 of the Florida Statutes. Any language contained in the Proposer's response to the RFP purporting to require confidentiality of any portion of the Proposer's response to the RFP, except to the extent that certain information is in the City's opinion a Trade Secret pursuant to Florida law, shall be void. If a Proposer submits any documents or other information to the City which the Proposer claims is Trade Secret information and exempt from Florida Statutes Chapter 119.07 ("Public Records Laws"), the Proposer shall clearly designate that it is a Trade Secret and that it is asserting that the document or information is exempt. The Proposer must specifically identify the exemption being claimed under Florida Statutes 119.07. The City shall be the final arbiter of whether any information contained in the Proposer's response to the RFP constitutes a Trade Secret. The city's determination of whether an exemption applies shall be final, and the Proposer agrees to defend, indemnify, and hold harmless the city and the city's officers, employees, and agent, against any Toss or damages incurred by any person 11/28/2017 2:14 PM p. 19 City of Fort Lauderdale Bid 12067-585 or entity as a result of the city's treatment of records as public records. In the event of Contract award, all documentation produced as part of the Contract shall become the exclusive property of the City. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: (954-828-5002, PRRCONTRACT(a,FORTLAUDERDALE,GOV, CITY CLERK'S OFFICE, 100 NORTH ANDREWS AVENUE, FORT LAUDERDALE, FLORIDA 33301) 4.1.6 One (1) original and one (1) copy plus five electronic (soft) copies (Flash Drive) of your proposal shall be delivered in a sealed package with the RFP number, due and open date, and RFP title clearly marked on the outside by the due date and time (deadline) to the address specified in Section I, 1.2 — Submission Deadline. It is the sole responsibility of the respondent to ensure their proposal is received on or before the date and time stated, in the specified number of copies and in the format stated herein. 4.1.7 By submitting a response Proposer is confirming that the firm has not been placed on the convicted vendors list as described in Section §287.133 (2) (a) Florida Statutes; that the only person(s), company or parties interested in the proposal as principals are named therein; that the proposal is made without collusion with any other person(s), company or parties submitting a proposal; that it is in all respects fair and in good faith, without collusion or fraud; and that the signer of the proposal has full authority to bind the firm. 4.2 Contents of the Proposal The City deems certain documentation and information important in the determination of responsiveness and for the purpose of evaluating proposals. Proposals should seek to avoid information in excess of that requested, must be concise, and must specifically address the issues of this RFP. The City prefers that proposals be no more than 50 pages double -sided, be bound in a soft cover binder, and utilize recyclable materials as much as practical. Elaborate binders are neither necessary nor desired. Please place the labeled Flash Drive in an envelope or paper sleeve. The proposals shall be organized and divided into the sections indicated herein. These are not inclusive of all the information that may be necessary to properly evaluate the proposal and meet the requirements of the scope of work and/or specifications. Additional documents and information should be provided as deemed appropriate by the respondent in proposal to specific requirements stated herein or through the RFP. 4.2.1 Table of Contents The table of contents should outline in sequential order the major areas of the submittal, including enclosures. All pages should be consecutively numbered and correspond to the Table of Contents. 4.2.2 Executive Summary Each offeror must submit an executive summary that identifies the business entity, its background, main office(s), and office location that will service this contract. Identify the officers, principals, supervisory staff and key individuals who will be directly involved with the work and their office locations. The executive summary should also summarize the key elements of the proposal. 11/28/2017 2:14 PM p. 20 City of Fort Lauderdale Bid 12067-585 4.2.3 Experience and Qualifications Indicate the firm's number of years of experience in providing the professional services as it relates the work contemplated. Provide details of past projects for agencies of similar size and scope, including information on your firm's ability to meet time and budget requirements. Indicate the firm's initiatives towards its own sustainable business practices that demonstrate a commitment to conservation. Indicate business structure, IE: Corp., Partnership, LLC. Firm should be registered as a legal entity in the State of Florida; Minority or Woman owned Business (if applicable); Company address, phone number, fax number, E-Mail address, web site, contact person(s), etc. Relative size of the firm, including management, technical and support staff; licenses and any other pertinent information shall be submitted. 4.2.4 Approach to Scope of Work Provide in concise narrative form, your understanding of the City's needs, goals and objectives as they relate to the project, and your overall approach to accomplishing the project. Give an overview on your proposed vision, ideas and methodology. Describe your proposed approach to the project. As part of the project approach, the proposer shall propose a scheduling methodology (time line) for effectively managing and executing the work in the optimum time. Also provide information on your firm's current workload and how this project will fit into your workload. Describe available facilities, technological capabilities and other available resources you offer for the project. 4.2.5 References Provide at least three current references, preferably government agencies, for projects with similar scope as listed in this RFP. Information should include: • Client Name, address, contact person telephone and E-mail addresses. • Description of work. • Year the project was completed. • Total cost of the project, estimated and actual. Note: Do not include City of Fort Lauderdale work or staff as references to demonstrate your capabilities. The Committee is interested in work experience and references other than the City of Fort Lauderdale. 4.2.6 Minority/Women (M/WBE) Participation If your firm is a certified minority business enterprise as defined by the Florida Small and Minority Business Assistance Act of 1985, provide copies of your certification(s). If your firm is not a certified M/WBE, describe your company's previous efforts, as well as planned efforts in meeting M/WBE procurement goals under Florida Statutes 287.09451. 4.2.7 Subcontractors Proposer must clearly identify any subcontractors that may be utilized during the term of this contract. 4.2.8 Required Forms A. Proposal Certification Complete and attach the Proposal Certification provided herein. 11/28/20172:14 PM p.21 City of Fort Lauderdale Bid 12067-585 B. Cost Proposal Provide firm, fixed, costs for all services/products using the form provided in this request for proposal. These firm fixed costs for the project include any costs for travel and miscellaneous expenses. No other costs will be accepted. C. Non -Collusion Statement This form is to be completed, if applicable, and inserted in this section. D. Non -Discrimination Certification Form This form is to be completed and inserted in this section. E. Local Business Preference (LBP) This form is to be completed, if applicable, and inserted in this section. F. Contract Payment Method This form must be completed and returned with your proposal. Proposers must presently have the ability to accept these credit cards or take whatever steps necessary to implement acceptance of a card before the start of the contract term, or contract award by the City. G. Sample Insurance Certificate Demonstrate your firm's ability to comply with insurance requirements. Provide a previous certificate or other evidence listing the Insurance Companies names for the required coverage and limits. l-I. Florida General Lines Property and Casualty Insurance License Provide a current copy of this license in this section. END OF SECTION 11/28/2017 2:14 PM p. 22 City of Fort Lauderdale Bid 12067-585 SECTION V — EVALUATION AND AWARD 5.1 Evaluation Procedure 5.1.1 Bid Tabulations/Intent to Award Notice of Intent to Award Contract/Bid, resulting from the City's Formal solicitation process, requiring City Commission action, may be found at: http:/lwww.fortlauderdale,gov/departments(finance/procurement-services/notices-of- intent-to-award. Tabulations of receipt of those parties responding to a formal solicitation may be found at: http://www.fortlauderdale.gov/departments/finance/procurement-services/bid-results, or any interested party may call the Procurement Services Division at 954-828-5933. 5.1.2 Evaluation of proposals will be conducted by an Evaluation Committee, consisting of a minimum of three members of City Staff, or other persons selected by the City Manager or designee. All committee members must be present at scheduled evaluation meetings. Proposals shall be evaluated based upon the information and references contained in the responses as submitted. 5.1.3 The Committee may short list Proposals, that it deems best satisfy the weighted criteria set forth herein. The committee may then conduct interviews and/or require oral presentations from the short listed Proposers. The Evaluation Committee shall then re -score and re -rank the short listed firms in accordance with the weighted criteria. 5.1.4 The City may require visits to the Proposer's facilities to inspect record keeping procedures, staff, facilities and equipment as part of the evaluation process. 5.1.5 The final ranking and the Evaluation Committee's recommendation may then be reported to the City Manager for consideration of contract award. 5.2 Evaluation Criteria 5.2,1 The City uses a mathematical formula to determine the scoring for each individual responsive and responsible firm based on the weighted criteria stated herein. Each evaluation committee member will rank each firm by criteria, giving their first ranked firm a number 1, the second ranked firm a number 2, and so on. The City shall multiply that average ranking by the weighted criterion identified herein to determine the total the points for each proposer. The lowest average final ranking score will determine the recommendation by the evaluation committee to the City Manager. 5.2.2 Weighted Criteria Experience and Qualifications 40% Approach to Scope of Work 30% Total Cost 30% TOTAL PERCENT AVAILABLE: 100% 5.3 Contract Award The City reserves the right to award a contract to that Consultant who will best serve the 11/28/2017 2:14 PM p, 23 City of Fort Lauderdale Bid 12067-585 interest of the City. The City reserves the right, based upon its deliberations and in its opinion, to accept or reject any or all proposals. The City also reserves the right to waive minor irregularities or variations of the submittal requirements and RFP process. END OF SECTION 11/28/2017 2:14 PM p. 24 City of Fort Lauderdale Bid 12067-585 SECTION VI - COST PROPOSAL PAGE Proposer Name: Proposer agrees to supply the services at the prices bid below in accordance with the terms, conditions and specifications contained in this RFP. Cost to the City: Contractor shall quote firm, fixed, costs for all services identified in this request for proposal. These firm fixed costs for the project include any costs for travel and miscellaneous expenses. No other costs will be accepted. The annual fee paid to the selected broker is to be the only remuneration accepted by the broker for services in relation to this Agreement. Annual Cost $ Submitted by: Name (printed) Signature Date Title 11/28/2017 2:14 PM p. 25 City of Fort Lauderdale ef09aea6cdf547beb19511044aa737d2.xlsx Bid 12067-585 Site.. Cade. Building pepartment' 0e - , Building Name Building Value Property to the Open. Value; tat Insured Vaius Roof OdverIng-Roof$hape' RodfP tch ". 05 City Hall 06 Police Station 07 Jail 06 Building Services War Memorial Auditorium Downtown Parking Garage 11 Aquatics Center 09 10 11 Aquatics Center 11 Aquatics Center 11 Aquatics Center 11 Aquatics Center 11 Aquatics Center 12 Arts & Science Garage Parking and Fleet - Administration 13 14 Mizell Center 16 Executive Airport 16 Executive Airport 16 Executive Airport 16 Executive Airport 16 Executive Airport 16 Executive Airport 11/28/2017 2:14 PM 01 City Hall 01 Police 01 Police 01 Sustainable Development 01 Parks &Rec Transportation & Mobility 01 Parks & Rec 01 City Halt Police Station Police Jail Building Services War Memorial Auditorium - Concession Downtown Parking Garage Bathhouse and Training 02 Parks & Rec Entry and Life Guard Office 03 Parks & Rec ISHOF - Museum - Retail 04 Parks & Rec 05 Parks & Rec ISHOF- Museum Social Hall ISHOF- Museum Arquitectonica 06 Parks & Rec PROPERTY IN THE OPEN 01 Transportation Arts & Science Garage & Mobility Transportation Parking and Fleet- & Mobility Administration 01 Parks & Rec Mizell Center 01 01 02 03 04 05 07 Transportation & Mobility Transportation & Mobility Transportation & Mobility Transportation & Mobility Transportation & Mobility Transportation & Mobility Administration Building Customs Building Electrical Vault Maintenance- Building E Police Hanger New Maintenance Building 100 North Andrews Ave. $ 1300 W. Broward Blvd. 1320 W. Broward Blvd. 700 NW 19th Ave. 800 NE 8th Street 100 SE ist Street 501 Seabreeze Blvd. 501 Seabreeze Blvd. 501 Seabreeze Blvd. 501 Seabreeze Blvd, 501 Seabreeze Blvd. 501 Seabreeze Blvd. 101 SW 5th Ave. 260 NW 3rd St 1409 NW 6 Street 6000 NW 21stAve. 5555 NW 15th Ave. 5505 E. Perimeter Rd. 5505 E. Perimeter Rd. 2661 NW 56th St. 6000 NW 21stAvenue 11,931,200.00 $ 12,850,600.00 $ 4,619,900.00 $ 9,270,000.00 $ 5,677,200.00 $ 38,600,000.00 $ 1,632,300.00 $ 1,744,200.00 $ 2,677,400.00 $ 763,100.00 $ 2,801,500.00 21,500,000.00 $ 1,330,400.00 $ 2,810,000.00 $ 1,530,400.00 $ 204,400.00 $ 78,000.00 $ 159,500.00 $ 498,000.00 $ 176,900.00 $ 65,000.00 $ 220,700.00 $ $ 658,300.00 $ 150,000.00 $ 6,750,000.00 $ 775,000.00 $ 205,000.00 $ 796,000 00 $ 716,700.00 $ 69,200.00 S 225,000.00 $ 550,000.00 $ - $ 25,000.00 $ Specialty Property Appraisals LLC 174,000.00 $ 185,000.00 $ - $ 44,700.00 $ 55,900.00 65,000.00 $ 25,000.00 $ - - $ 1,642,100.00 72,000.00 $ 35,000,00 369,300.00 $ 8,500.00 625,000.00 $ 58,000.00 296,000.00 $ $ $ $ 18,855,200.00 Single Ply Membrane 13,810,600.00 Single Ply Membrane 4,904,900.00 Gran Mod Bit. 10,110,700.00 Gran Mod Bit. 6,449,800.00 Single Ply Membrane 38,734,200.00 Not Applicable 1,857,300.00 Built -Up 2,294,200.00 concrete 2,677,400.00 Built -Up Flat Flat Flat Flat Flat/Dome Not Applicable Flat Flat Flat 780,100.00 Built -Up Flat Flat Flat Flat Flat FlaULow t ... Not Applicable Flat Flat Flat Flat $ 2,826,500.00 Single Ply Irregular Hich (> 30) Membrane $ 1,642,100.00 $ 21,607,000.00 Not Applicable Not Applicable $ 1,708,200.00 Gran Mod Bit Flat $ 3,493,000.00 Gran Mod Bit. Fiat 57,200.00 $ - $ - $ - $ 20,000.00 $ 1,883,600.00 Single Ply Membrane 282,400.00 Single Ply Membrane 557,500.00 Single Ply Membrane Flat Flat Flat 241,900.00 Gran Mod Bit. Flat 220,700.00 Metal Flat 828,300.00 Concrete Ts Flat Not Applicable Flat Flat Flat Flat Flat Flat Flat Flat Page 1 of 8 p 26 City of Fort Lauderdale ef09aea6cdf547beb19511044aa737d2x4sx Bid 12067-585 -Site-Name Building Department Gode_ Building Name Building Value ontents Valua Property1n t%a Open Value • tal Insured Value,Roof Covering ioafShape- t3oofprtcti=`- 17 Beach Community Center 18 Croissant Park 01 Parks & Rec Beach Community Center 3351 NE 33rd Ave. $ 2,087 900.00 $ 167,900.00 $ 44,000.00 $ 2,299,800.00 / Standing Seam Hip/Flat Gran Mod bit 01 Parks & Rec Pool/Recreation Center 245 West Park Dr. $ 749,000.00 $ 88,500.00 $ 256,000.00 $ 1,093,500.00 Gran Mod Bit. Hip 18 Croissant Park 02 Parks & Rec Pool 245 West Park Dr. $ 1,197,000.00 $ - $ - $ 1,197,000.00 Not Applicable Not Applicable 01 Parks & Rec Social Center 1300 E. Sunrise Blvd. $ 760,000.00 $ 150,000.00 $ - $ 910,000.0D Gran Mod Bit. Flat 19 Holiday Park 19 Holiday Park 19 Holiday Park 19 Holiday Park 19 Holiday Park 19 Holiday Park 19 Holiday Park 19 Holiday Park 20 Carter Park 20 Carter Park. 20 Carter Park 20 Carter Park Flat/Medium (10 to 30) Medium (10 to 30) Not Applicn', Rat 02 Parks & Rec Tennis Center 1300 E. Sunrise Blvd. $ 560,700.00 $ 87,300.00 $ 4,415,000.00 $ 5,063,000.00 Gran Mod Bit. Flat Flat 03 Parks & Rec Gymnasium 1300 E. Sunrise Blvd. $ 2,323,000.00 $ 75,300.00 $ - $ 2,398,300.00 Standing Seam Flat Flat 04 Parks & Rec Concession Phase 1 1300 E. Sunrise Blvd. $ 269,600.00 $ 25,500.00 $ $ 295,100.00 Standing Seam Gable Medium (10 to (South) 30) 05 Parks & Rec Concession Phase 2 1300 E. Sunrise Blvd. $ 267,100.00 $ 22,700.00 $ $ 289.800.00 Standing Seam Gable Medium (10 to (North) 30) 06 Parks & Rec Press Box 1300 E. Sunrise Blvd_ $ 129,600.00 $ 8,500.00 $ $ 138,100.00 Metal Gable Medium (10 to 30) 07 Parks & Rec Play Shelter 1300 E. Sunrise Blvd. $ 73,500.00 $ $ $ 73,500.00 Metal Gable Low (< 10) 08 Parks & Rec Activity Center 1300 E. Sunrise Blvd_ $ 1,990,500.00 $ 275,000.00 $ $ 2,265,500.00 Gran Mod Bit Flat Flat 01 Parks & Rec Annex / Library 1300 E. Sunrise Blvd. $ 350,000.00 $ 45,200.00 $ - $ 395,200.00 Standing Seam Gable Low (< 10) 02 Parks & Rec Bathhouse 1300 E. Sunrise Blvd. $ 283,000.00 $ 18,506.00 $ $ 301,500.00 Gran Mod Bit. Flat Flat 03 Parks & Rec Concession / Press Box 1450 W. Sunrise Blvd. $ 377,500.00 $ 46,300.00 $ - $ 423,800.00 Single Ply Flat Flat Membrane 04 Parks & Rec Gym 1450 W. Sunrise Blvd. $ 1,746,800.00 $ 164,900.00 $ - $ 1,911,700.00 Gran Mod Bit. Fiat Flat 20 Carter Park 05 Parks & Rec Activity Center 1450 W. Sunrise Blvd. $ 284,000.00 $ 42,1300.00 $ - $ 326,800.00 Standing Seam Flat Flat / Gran Mod bit. Flat 20 Carter Park 06 Parks & Rec Social Center 1450 W. Sunrise Blvd. $ 277,050.00 $ 37,400.00 $ 1,015,000.00 $ 1,329,450.00 Gran Mod Bit. Flat 20 Carter Park 07 Parks & Rec Recreation Center 1450 W. Sunrise Blvd. $ 255,600.00 $ 29,600.00 $ - $ 285,200.00 Gran Mod Bit. Flat Flat 20 Carter Park 08 Parks & Rec Carter Pavilion 1450 W. Sunrise Blvd. $ 40,500.00 $ $ - $ 40,500.00 Metal Gable Low (< 10) 21 Floyd Hull Park 01 Parks & Rec Big League Press 800 SW 28th St $ 298,600.00 $ 52,000.00 $ - $ 350.600.00 MemSingtebraneP[y Flat Fiat Morton Act Center and 800 SW 28th St $ 1,045,600.00 $ 124,400.00 $ 1,210,000.00 $ 2,380,400.00 Bullt Up 21 Floyd Hull Park 02 Parks & Rec Concession Flat Flat 11 /28/2017 2:14 PM Specially Property Appraisals LLC Page 2 of 8 p 27 City of Fort Lauderdale ef09aea6cdf547beb19511044aa737d2idsx Bid 12067-585 Site Code. "Site Name a Binding r�ae Qepartment Building Name, = Street '; Building value Contents Value; " Property in the °pen p (ai Insured Value Roof Covering `Roof Shape • Vaiu a Roof pitch 21 Floyd Hull Park 21 Floyd Hull Park 21 Floyd Hull Park 21 Floyd Hull Park 22 Riverland Park 22 Riverland Park 03 Parks & Rec 04 Parks & Rec 05 Parks & Rec 06 Parks & Rec 01 Parks & Rec 02 Parks & Rec 23 Fire Station 35 (new) 01 Fire Fire Station No. 2 & Administration 24 0H Fire 25 Fire Station No. 47 01 Fire 26 Fire Station No_ 53 27 Fire Station No. 54 Police Organized Crime 28 29 Parks & Rec. Administration Building 31 South Beach 32 Coast Guard Auxiliary 33 Cooley's Landing 33 Cooley's Landing 33 Cooley's Landing 34 Fire Prevention Bureau 36 Fire Station 3 Fire Station (Old No. 08 / Fire Museum) Fire Station (Old No. 08 / Fire Museum) 37 37 11/2872017 2:14 PM 01 Fire 01 Ftre 01 Police 01 Parks & Rec 01 Parks & Rec 01 Parks & Rec 01 Parks & Rec 02 Parks & Rec 03 Parks & Rec 01 Fire 01 Fire 01 Fire 02 Fire Little League Press Minor League Press Football Storage Activity Center Pool Fire Station 35 (New) Fire Station No. 2 & Administration Fire Station No. 47 Fire Station No. 53 Fire Station No. 54 Pollee Organized Crime Parks & Rec. Administration Building Beach Restrooms McVey Station Administration/Bath House Pavilion Restroom Building Fire Prevention Bureau Fire Station 3 Museum Fire Alarm Building 800 SW 28th St 800 SW 28th St 800 SW 28th St 800 SW 28th St 950 SW 27th Ave. 950 SW 271h Ave. 1969E Commercial Blvd 528 NW 2nd SL 1000 SW 27th Ave. 2200 Executive Airport 3200 NE 32nd St. 101 N. Andrews Ave. 1350 W. Broward Blvd, South Beach 601 Seabreeze Blvd. 450 SW 7th Ave. 450 SW 7th Ave. 450 SW 7th Ave. 2000 NE 16th 5t 2801 SW 4th Ave. 1022 W. Las Olas Blvd. 1022 W. Les Olas Blvd. $ 61,900.00 $ $ 34,150.00 $ $ 91,4(30.00 $ 75,400.00 $ 1,453,500.00 $ 1,842,100.00 $ 2,528,000.00 $ 7,023,100.00 $ 3,334,100.00 12,000.00 $ 16,000.00 $ $ 35,400.00 $ $ 125,000.00 $ $ 132,700.00 $ $ - $ $ 379,200.00 $ $ 1,362,400.00 $ $ 514,500.00 $ 6,099,400.00 $ 1,006,800.00 $ 1,092,800_00 $ 648,900.00 $ $ 871,400.00 $ $ 195,000.00 $ $ 215,800.00 $ $ 285,100.00 $ $ 30,100.00 $ $ 77,300.00 $ $ 568,900.00 $ $ 1,873,300.00 $ $ 373,300.00 $ $ 29,500.00 $ Specially Property Appraisals LLC 221,500.00 $ 198,300.00 $ 169,100.00 $ 3,500.00 28,600.00 1,000,00 16,200.00 368,400.00 $ 73,900.00 Metal $ 50,150.00 Built -Up - $ 126,800.00 Built -Up $ 105,000.00 $ - $ 10,000.00 $ 119,100.00 $ 33,100.00 $ 162,000,00 $ 31,600.00 $ 7,300.00 $ $ 190,800.00 $ 22,400.00 $ 207,300.00 $ $ 200,400.00 Not Applicable 1,691,200.00 Standing Seam Sloped Flat Flat Not Applicable Gable end without bracing 1,842,100.00 Not Applicable Not Applicable 2,917,200.00 Single Ply Membrane 8,504,600.00 Steel/Single Ply Membrane 3,881,700.00 Asphalt Roll/Clay Tile Asphalt 7,268,200.00 Roll/Ceramic Flat Tile 1,345,900.00 Tar & Gravel Flat 847,200 00 Single Ply Membrane 1,047,800.00 Standing Seam/Built-Up Flat .Flat/Gable Flat/Gable Flat Hip/Flat 389,300.00 Standing Seam Hip 238,200.00 Rolled Asphalt Flat $ 521,000.00 Gay Tile Hip/Gable $ $ 30,100.00 Clay Tile $ $ 78,300.00 Clay Tile $ - $ 585,100_00 Built -Up $ 91,700.00 S 2,333,400.00 Asphalt Roll - $ 15,600.00 $ 388,900.00 Clay Tile •29,500.00 Single Ply Membrane Hip Hip Flat Flat Gable Flat Low (<10) Flat Flat Not Appl. i Medium 30) Not Applicable Flat Flat/Medium (10 to 30) Flat/Medium (10 to 30) Flat Flat Flat Flat/Low (<10) Low (< 10) Flat Law(<1• Low (< 10) Low (< 10) Flat Flat Low (< 10) Flat Page 3 of 8 p 28 40 City of Fort Lauderdale ef09aea6cdf547beb19511044aa737d2.xlsx Fite Code Site. Name Building Department` Code- Building Name Street; Building Value entail is Value Property irl the Open'., Value 38 Fire Station No. 13 01 Fire 39 Fire Station 46 (new) 01 Fire Executive Airport- Fire Station No. 88 41 Las Otas Marina 42 Bass Park 42 Bass Park 42 Bass Park 43 Bayview Park 43 Bayview Park 45 Floranada Park 45 Floranada Park 46 George English Park 46 George English Park 47 Hardy Park 47 Hardy Park 47 Hardy Park 47 Hardy Park 47 Hardy Park Lauderdale Manors Park Lauderdale Manors Park Lauderdale Manors Park 48 48 48 49 Mills Pond Park 11/28/2017 2:14 PM 01 Transportation & Mobility 01 Parks & Rec Fire Station No. 13 Fire Station 46 (New) Fire Station No. 88 Marina Administrative Office/Comfort Station 01 Parks & Rec Pool House 02 Parks & Rec Recreation Center 03 Parks & Rec Pool 01 Parks & Rec Concession/Restrooms 02 Parks & Rec Gazebo 01 Parks & Rec Restrooms 02 Parks & Rec Pavilion 01 Parks & Rec Recreation Center 02 Parks & Rec Play Shelter 01 Parks & Rec Pump House 02 Parks & Rec Tennis Center (Courts) 03 Parks & Rec Old Lawn Bowling Club Building 04 Parks & Rec Restroom Building 05 Parks & Rec Pavilion 01 Parks & Rec Pool Building 02 Parks & Rec Recreation Center 03 Parks & Roc Pool 01 Parks & Rec Batting Ticket Booth 2871 E. Sunrises Blvd. 1515 NW 19th Street 6300 NW 21 st Ave. 240 E. Las Olas Circle 2750 NW 19th St. 2750 NW 19th St. 2750 NW 19th St. 4400 Bayview Dr. 4400 Bayview Dr. 5251 NE 14th Way 5251 NE 14th Way 1101 Bayview Dr. 1101 Bayview Dr. 25 SW 9th St. 25 SW 9th St. 25 SW 9th St. 25 SW 9th St. 25 SW 9th St. 1340 Chateau Park Dr. 1340 Chateau Park Dr. 1340 Chateau Park Dr. 2201 NW 9th Ave. 1,582,300.00 $ 2,165,300.00 $ 283,500.00 $ $ 287,600.00 $ 192,400.00 $ $ 594,100.00 $ $ 237,300.00 $ $ 234,500.00 $ $ 34,300.00 $ $ 53,300.00 $ $ 31,800.00 $ $ 1,329,000.00 $ $ 44,100.00 $ $ 31,500.00 $ $ 134,900.00 $ $ 152,100.00 $ $ 235,026.00 $ $ 64,574.00 $ $ 74,600.00 $ $ 667,000.00 $ $ 1,222,600.00 5 $ 21,900.00 $ Specialty Property Appraisals LLC 221,400.00 $ 231,400.00 $ 25,000.00 $ 39,700.00 $ 36,400.00 72,200.00 $ 80,100.00 S 31,900.00 S 3,000.00 $ 4,000.00 $ 206,500.00 $ 7,300.00 $ 402,100.00 $ 500,00 $ $ 148,200.00 $ - $ 1,000.00 $ 68,100.00 $ - $ - $ $ 6,500.00 $ 78,500.00 $ 85,000,00 $ 4,500.00 $ 1,101,500.00 S Bid 12067-585 talInsured Value :RantCovering RoolShape goofPitc)f, Single Ply 1,883,800.00 Membrane/Ste Flat/Gable el 2,428,600.00 Single ply Membrane 311,500.00 Single Ply Flat Membrane 331,300.00 Standing Seam Gable 439,300.00 Single Ply Membrane 666,300.00 Clay Tile Flat/Medium (10 to 30 ) Flat Medium l 30) Flat Flat Medium (10 to 30) 237,300.00 Not Applicable Not Applicable Not Applicable Hip 643,900.00 Standing Seam Hip 34,300.00 Metal Hip 146,500.00 $ 200,300.00 Gran Mod Bit. Flat - S 31,800.00 Asphalt Hip Shingle 1,320,000.00 $ 2,797,200.00 Standing Seam Hip 44,100.00 Metal Gable 421,000.00 $ 453,500.00 Tar& Gravel Flat 203,000.30 Not Applicable Not Applicable - $ - $ 152,100.00 Tar & Gravel Flat 236,026.00 Modified Bitumen 64,574.00 Concrete Tile 75,000.00 $ 156.100.00 Metal $ 830,500.00 Coal Tar Gravel Gable Hip $ 1,222,600.00 Not Applicable Not Applicable 1,127,900.00 Standing Seam Hip Low (< 10) Medium (10 to 30) Flat Low (< 10) Medium (10 to 30) Low (< 10) Flat Not Applicable Flat Medium (10 to 30) Medium (10 to 30) Not Applicable Low (< 10) Page 4 of 8 p 29 City of Fort Lauderdale ef09aea6cdf547beb19511044aa737d2.xlsx Bid 12067-585 .-Slfe Code Site Name Bolding Department r Code Building Name Street' ,. Building Velde Contents Value Property in Hie Open - Value etalInsuredValue RoofCovering Roof Shape --RoofPitch 49 49 49 49 49 49 49 49 49 49 49 50 50 50 50 50 50 50 51 52 52 52 52 Mills Pond Park Mills Pond Park Mills Pond Park Mills Pond Park Mills Pond Park Mills Pond Park Mills Pond Park Mills Pond Park Mills Pond Park Mills Pond Park Mills Pond Park Osswald, Park Osswald Park Osswald Park Osswald Park Osswald Park Osswald Park Osswald Park Riverside Park Snyder Park Snyder Park Snyder Park Snyder Park 11/28/2017 2:14 PM 02 Parks & Rec 03 Parks & Rec 04 Parks & Rec 05 Parks & Rec 06 Parks & Rec 07 Parks & Rec 08 Parks & Rec 09 Parks & Rec 10 Parks & Rec 11 Parks & Rec 12 Parks & Rec 01 Parks & Rec 02 Parks & Rec 03 Parks & Rec 04 Parks & Rec 05 Parks & Rec 06 Parks & Rec 07 Parks & Rec 01 Parks & Rec 01 Parks & Rec 02 Parks & Rec 03 Parks & Rec • 04 Parks & Rec Recreation Office Restrooms / Concession Pavilion 1 Pavilion 2 Pavilion 3 Pavilion 4 Pavilion 5 Pavilion 6 Ticket Booth Baseball/Softball Concession/Restroom Maintenance Building Activities Center Old Library Restrooms East Restrooms West Basketball Court Shelter West Pavilion East Pavilion Activity Center Caldwell Pavilion Beach Restroom Building Boat Rental Shed Maintenance Building 2201 NW 9th Ave. 2201 NW 9th Ave. 2201 NW 9th Ave. 2201 NW 9th Ave. 2201 NW 9th Ave. 2201 NW 9th Ave. 2201 NW 9th Ave. 2201 NW 9th Ave. 2201 NW 9th Ave. 2201 NW 9th Ave. 2201 NW 9th Ave. 2220 NW 21stAve. 2220 NW 21stAve. 2220 NW 21 st Ave. 2220 NW 21 st Ave. 2220 NW 21 st Ave. 2220 NW 21 st Ave_ 7220 NW 21stAve. 555 SW 11th Ave. 3299 SW 4th Avenue 1 3299 SW 4th Avenue 3299 SW 4th Avenue 3299 SW 4th Avenue $ 604,600.00 $ 10,200.00 $ $ 152,700.00 $ 8,100.00 $ $ 11,900.00 $ - $ $ 11,900_00 $ - $ $ 11,900,00 $ $ $ 11,900_00 $ $ $ 11,900.00 $ $ $ 11,900.00 $ $ $ 5,100_00 $ $ $ 64,600.00 $ 6,100.00 $ $ 249,500.00 $ 85,000.00 $ 765,600_00 $ 136,300.00 $ $ 666,100.00 $ 95,200.00 $ $ 126,800.00 $ $ $ 126,900.00 $ - $ $ 182,500.00 $ - $ $ 65,900.00 $ - $ $ 65,900_00 $ - $ $ 380,100.00 $ 30,900.00 $ $ 242,100_00 $ - $ $ 58,100.00 $ 500.00 $ $ 2,000.00 $ 800.00 $ $ 40,700.00 $ 17,500.00 $ 754,000.00 84,600.00 $ 520,300.00 $ - $ - S - S 614,800.00 Asphalt Hip Shingle 160,800,00 Standing Seam Hip 11,900.00 Asphalt Hip Shingle 11,900.00 Asphalt Hip Shingle 11,900.00 Asphalt Hip Shingle 11,900.00 Asphalt Hip Shingle 11,900.00 Asphalt Hip Shingle 11,900.00 Asphalt Hip Shingle 5,100.00 Metal Shingle Hip 70,700.00 Asphalt Flat/Gable Shingle/Asphal 334,500.00 Metal 1,655,900.00 Gran Mod Bit 762,300.00 Single Ply Membrane 126,800.00 Metal 126,900.00 Metal 182,500.00 Metal 65,900.00 Metal 65,900.00 Metal 495,600.00 Standing Seam Hip 762,400,00 Standing Seam Hip 58,600.00 Standing Seam Hip 2,800.00 Rolled Asphalt Sloped 58,200.00 Asphalt Hip Shingle Flat Sloped Gable Gable Medium (10 to 30) Low (< 10) Low (< 10) Low(<1 Low (< 10/...i Low (< 10) Low (< 10) Low (< 10) Low (< 10) Flat/Low (<10) Flat Medium (10 to 30) Medium (10 to 30) Medium (10 to 30) Sloped Low (< 10) Gable Low (< 1. Gable Low (< 10) Medium (10 to 30) Medium (10 to 30) Low (< 10) Low (< 10) Low (<10) Specialty Properly Appraisals LLC Page 5 018 . p. 30 City of Fort Lauderdale ef09aea6cdf547beb19511044aa737d2.xlsx Bid 12067-585 Site ' Buiidi Site Name be artment - dodo'" Cade p Building Name Street Building Vale Contents, Value Property in the Open: Va1He :, .tal Insured Value Roof. Covering .:RoofShape Rout Pitch.'' 52 Snyder Park 52 Snyder Park 52 Snyder Park 52 Snyder Park 52 Snyder Park 52 Snyder Park 52 Snyder Park 52 Snyder Park 52 Snyder Park 52 Snyder Park 52 Snyder Park 52 Snyder Park 52 Snyder Park 52 Snyder Park 52 Snyder Park 52 Snyder Park 52 Snyder Park 52 Snyder Park 52 Snyder Park 52 Snyder Park 52 Snyder Park 52 Snyder Park 52 Snyder Park 11/28/2017 2:14 PM 05 Parks & Rec Office/Administration 3299 SW 4th Avenue $ 164,700.00 $ Building 06 Parks & Rec Restroom Building 1 3299 SW 4th Avenue $ 58,000.00 $ 07 Parks & Rec Ticket Booth 3299 SW 4th Avenue $ 5,300 00 $ 08 Parks & Rec Metering Room 1 3299 SW 4th Avenue $ 5,400.00 $ 09 Parks & Rec Metering Room 2 3299 SW 4th Avenue $ 5,400.00 $ 10 Parks & Rec Metering Room 3 3299 SW 4th Avenue $ 5,400.00 $ 11 Parks & Rec Restroom Building 2 3299 SW 4th Avenue $ 81,900.00 $ 12 Parks & Rec Beach Restroom Building 2 3299 SW 4th Avenue $ 12,700.00 $ 13 Parks & Rec Caldwell Restroom Building 3299 SW 4th Avenue $ 77,400.00 $ 14 Parks & Rec Caldwell Kitchen Building 3299 SW 4th Avenue $ 87,400.00 $ 15 Parks & Rec Lifeguard Building 3299 SW 4th Avenue $ 19,900.00 $ 16 Parks & Rec Pavilion 1 3299 SW 4th Avenue $ 31,100.00 $ 17 Parks & Rec Pavilion 2 (Viewing Deck) 3299 SW 4th Avenue $ 5,800.00 $ 18 Parks & Rec Pavilion 3 3299 SW 4th Avenue $ 5,400.00 $ 19 Parks & Rec Pavilion 4 3299 SW 4th Avenue $ 5,400.00 $ 20 Parks & Rec Pavilion 5 3299 SW 4th Avenue 5 31,100.00 $ 21 Parks & Rec Pavilion 6 3299 SW 4th Avenue $ 31,100.00 $ 22 Parks & Rec Pavilion 7 3299 SW 4th Avenue $ 5,700.00 $ 23 Parks & Rec Pavilion 8 3299 SW 4th Avenue $ 5,700,00 $ 24 Parks & Rec Pavilion 9 3299 SW 4th Avenue $ 5,700.00 $ 25 Parks & Rec Pavilion 10 3299 SW 4th Avenue $ 5,700,00 $ 26 Parks & Rec Pavilion 11 3299 SW 4th Avenue $ 5,700.00 $ 27 Parks & Rec Pavilion 12 3299 SW 4th Avenue $ 5,700.00 $ Specialty Property Appraisals LLC 7,500.00 500.00 1,500,00 $ - $ 500.00 $ 200.00 $ 600.00 $ 3,400.00 $ 1,600.00 $ - $ - $ - $ - $ $ $,. $ $ 192,200.00 Standing Seam Hip Low (< 10) - $ 58,500.00 Standing Seam Hip Low (< 10) - $ 6,800.00 Standing Seam Hip Low (< 10) 5,400.00 Standing Seam Hip Low (< 1C - $ 5,400.00 Standing Seam Hip Low (< 10) — - $ 5,400.00 Standing Seam Hip Low (< 10) - $ 82,400.00 Standing Seam Hip Low (< 10) - $ 12,900.00 Concrete Gable Medium (10 to 30) - $ 78,000-00 Asphalt Hip Low (< 10) Shingle $ 90,800.00 Asphalt Hip Low (< 10) Shingle - $ 21,500.00 Standing Flat/Hip Flat/Low (<10) Seam/Built-Up - $ 31,100.00 Standing Seam Hip Low (< 10) S 5,800.00 Not Applicable Not Applicable Not Applicable - S 5,400.00 Standing Seam Hip Low (< 10) $ 5,400.00 Standing Seam Hip Low (< 10) - S 31,100.00 Standing Seam Hip Low (< 10) - S 31,100.00 Standing Seam Hip Low (< 1C - S 5,700.00 Standing Seam Hip Low (< 10) - S 5,700.00 Standing Seam Hip Low (< 10) - S 5,700.00 Standing Seam Hip Low (< 10) - S 5,700.00 Standing Seam Hip Low (< 10) - S 5,700.00 Standing Seam Hip Low (< 10) - S 5,700.00 Standing Seam Hip Low (< 10) Page 6of8 p.31 City of Fort Lauderdale ef09aea6cdf547beb19511044aa737d2.xisx Code e Name a111 mg Department Building Name Building Va- . ropertyfnthaOpen .' :, Value. 52 Snyder Park 52 Snyder Park 52 Snyder Park 52 Snyder Park 52 Snyder Park 52 Snyder Park 52 Snyder Park 52 Snyder Park 53 Warfield Park 54 Police Harbor Patrol & Bathrooms 55 Police Horse Bam Records Center- Print Shop 59 Fire Station 29 58 60 Fire Station 49 61 Southside School 62 63 65 66 Fort Lauderdale Stadium HCD Transitional Triplex HCD Transactional Duplex The Riverhouse Restaurant 67 Eula Johnson House 70 Hord Park 71 Lockhart Stadium 72 History Center 11 /28/2017 2:14 PM 28 Parks & Rec 29 Parks & Rec 30 Parks & Rec 31 Parks & Rec 32 Parks & Rec 33 Parks & Rec 34 Parks & Rec 35 Parks & Rec 01 Parks & Rec 01 Police 01 Police 01 Information & Technology 01 Fire Pavilion 13 Pavilion 14 Pavilion 15 Pavilion 16 Pavilion 17 Pavilion 18 Pet Shelter 1 Pet Shelter 2 Recreation Building Police Harbor Patrol & Bathrooms Police Horse Bam Records Center - Print Shop Fire Station 29 01 Fire Fire Station 49 01 Parks & Rec Southside School 01 Parks & Rec Fort Lauderdale Stadium 01 Triplex 01 Duplex 01 Restaurant Eula Johnson House 01 Parks & Rec Community Center 01 Parks & Rec Lockhart Stadium 01 Parks & Rec Hoch Heritage Sustainable Development Sustainable Development Sustainable Development 01 CRA 3299 SW 4th Avenue 3299 SW 4th Avenue 3299 SW 4th Avenue 3299 SW 4th Avenue 3299 SW 4th Avenue 3299 SW 4th Avenue 3299 SW 4th Avenue 3299 SW 4th Avenue 1000 North Andrews Ave. 1784 SE 15th St 1300 E. Sunrise Blvd. 401 SE 21 st St 2002 NE 16th St 1015 Seabreeze Blvd. 701 South Andrews Ave. 1301 NW 55thSt 1200 NW 3rd St 1145 NW 5th Ave. 301 SW 3Avenue 1100 NW 6th Street 1700 SW 14th Court 1350 NW 55th St 219 SW 2nd Ave $ 5,700-00 $ - $ $ 5,700.00 $ - $ $ 31,100.00 $ $ $ 31,100.00 $ - $ $ 31,100.00 $ - $ $ 5,700.00 $ $ $ 13,600.00 $ $ $ 17,000.00 $ $ $ 679,100-00 $ 68,500.00 $ $ 183,100.00 $ 35,000.00 $ $ 536,600.00 $ 74,900.00 $ $ 282,200.00 $ 75,000,00 $ $ 2,283,500,00 $ 414,900.00 $ $ 2,670,100.00 $ 433,100.00 $ $ 1,314,000.00 $ - $ 3 14,322,333.00 $ 425,000.00 $ $ 123,900-00 $ 2,400-00 $ $ 127,500.00 $ 1,900.00 $ $ 1,606,600.00 $ $ $ 291,500.00 $ 45,000.00 $ $ 415,600.00 $ 2,000.00 $ $ 3,447,900.00 $ $ $ 878,700.00 $ $ Specially Property Appraisals LLC Bid 12067-585 itziIIn tiredValue 'Roof Covering.Roof Shape Roof pitch $ - $ - $ - $ - $ 99,000.00 $ 6,000.00 $ 37,200.00 $ $ 72,200.00 $ 120,400.00 $ 14,600.00 $ 98,300.00 $ 1,200.00 $ 1,300.00 $ $ 50,000-00 $ $ 5,700-00 Standing Seam Hip 5,700-00 Standing Seam Hip 31,100.00 Standing Seam Hip 31,100.00 Standing Seam Hip 31,100.00 Standing Seam Hip 5,700.00 Standing Seam Hip 13,600.00 Wood Shingles Hip 17,000.0D Wood Shingles Hip 846,600.00 Clay Shingles Hip/Flat 224,100.00 Gran Mod Bit. Flat 648,700.00 Standing Seam Gable 357,200 00 Gran Mod Bit. Flat 2,770,600.00 Asphalt Flat/Gable Roll/Clay Tile 3,223,600.00 Asphalt Flat Roll/Steel 1,323,600.00 Gran Mod Bit. Flat 14,845,633.00 Single Ply Sloped Membrane 127,500.00 Rolled Asphalt Flat 130,700.00 Asphalt Gable Shingle 1,606,600.00 Metal Gable 336,500.00 467,600.00 Standing Seam gable 3,447,900.00 878,700.00 Single Ply Flat Membrane Low (< 10) Low (< 10) Low (< 10) Low (<10' Low (< 10j Low (< 10) Low (< 10) Low (< 10) Flat/Low (<10) Flat High (> 30) Flat Flat/Low (<10) Flat Flat Low (< 10) Flat Low (< 10) Medium medium Flat Page 7 of 8 p. 32 City of Fort Lauderdale ef09aea6cdf547beb 19511044aa737d2.xlsx Site Cede' 6tiil - Department:_' Cede Building Name Duild`mg Value' Contents Value property In the- Open - Value 72 History Center 02 Parks & Rec Philemon Bryan House 227 SW 2nd Ave 72 History Center 03 Parks & Rec King-Crontar9e Building 229 SW 2nd Ave 72 History Center 04 Parks & Rec New River Inn 231 SW 2nd Ave 72 History Center 05 Parks & Rec School House 230 SW 3rd Ave 72 History Center 06 Parks & Rec Acetylene Building 231 SW 2nd .Ave 72 History Center 07 Parks & Rec Pavilion 219 SW 2nd Ave 73 Lewis Landing Pavilion 01 Parks & Rec Pavilion 630 SW 9th Ave 215,400.00 $ 246.800.00 $ 1,819,200.00 $ 60,500.00 $ 7,500.00 $ 12,600.00 $ 80,372.00 $ $ $ 215,400.00 Metal Pitched $ $ 246,800.00 Shingles $ $ 1,819,200.00 Metal Shingles Pitched $ - 5 60,500.00 Shingles $ - $ 7,500-00 Metal $ $ 12,600.00 Metal $ $ 80,372.00 Metal Bid 12067-585 REPORT TOTALS: $ 211,307,905.0Q $ 21,350,400.00 $ 16,019,LWO.,00 $ ! 248,677,305,00 11/28/2017 2:14 PM Specialty Property Appraisals LLC Page 8 of 8 p 33 City of Fort Lauderdale Bid 12067-585 Lab eu.(n0Ma.u„ t34. 428 >,; V ,YQOSpA: A94 pea[.IPxv�W atlmmmcvmn �_tannm5 vuuP.::: . P1a964Y}61WDp gory- 7d+1115w.dv.W. 01 01 01 U1 01 01 01 01 01 61 01 Wu Cuia lYalu wNlent Platt er Two... PI 13 Peals PWa Wets pwnt P..L Tr.03.01 Won Nolo DW0 Water 1,4a811u6 Slant Pc4e Dsw ▪ aal nl raland PW,wa Weise 15 Plant P.da8w6 wwlx l menu. Plaid P ale Dula Water l.mknuv Kant Pads 1L4° Waor 17.6.2 Plane Poole 0.1E tumor Towi0,12 oa Punt 15 Peale Owe Water P de u.4 nor r iroalootid Platt al Pad48ir1aPMnt 01 P0W0 0n34 Water iru4bnwn Plant Ot PeNe Elsie Water irausnom Plant 01 166, T.141.0 m $61$ r ant 50 RNk 110$. tyWvr Troaontst Awn: Ot Paola Uwe Water Tr./want Plant 315n8511 Water 11al50025 Platt 17r.S Water Frealnlenlm 02 1 Nam.. Plant TraanvN Plant „, Fry Wter a Plant 02 66a5.61 Water Twlm.nt Plant Few., Warr 02 Te uv;knt 7taboiluni Platt 0 watar u P1ar5 Tr.us Wab 0' aanw Plary 02 Small Water ▪ v Plast 02 FNON111/741e7 Tleumrenl Plan wattnau 02 0= r b 11 nt 7500 1003Y5 tee We1v 02 ihaash1 am wan.. Plant a. FN.. Water Trcalnwm haul 11/28/2017 2:14 PM 01 01 1500501411*m030a1 T LaueeRoll 33113-5808 1u00 5u.n Swle Road T 1...11E .3135805 par. Wow Cid-R42.06 But6.65 wooso.u. 32.46 Raadi 1aT1541 33]13-54o8 04 PUW14 W0020 Ho�v PL 9.atchgw 55005auI05mle Road 7 2a300811 33313.5000 05 Pu106 Work/ ad- LSne Was. 15005o. Sou Rose T -w,160 33315-5808 a3 FutYl0 Warts Cld- wln 510Od1n9 1580S59u15o026a47 Lauder. 33313S8o5 02 Pudic Walks go.ha5 1500WW1 51e0Read T tau0NJl1 333135509 05 PW1c Wuks el 114w1e Wuon2 1500 Sou. solo Rune T LeudaAWl 3.1.008 00 PuNle warva Naw 0lunu4N 15005Wu. Soon Rona T Laudebal 33310.5300 10 Putim Works Wart Garwra5r 1500 South SW,O Rw0T Lauded2l 3331.6505 11 Putl15 Works. Naa-amnud 150050u. 5u1e Rv92T Laa09600 335t3-5908 12 Pa3w Wormers new- Som93 lens. 15005050S1110142ea2 T Laudutull 333135805 t] Pwao Wake New- SI0m9e 13N. 1300 South 5Y6 Read T Lar,t6R811 3J313-6800 14 PUNW Works 20an eP ° 1530 sou. StateRued T 1.0,5341 30313-5000 15 PUHIPWoks Iryeamn W91 150115a145 Sml0Rcatl7 LaudoNll 33313,5845 15 Pulele W01116 105601011119 Wel 1500WW1 5tatoRood0 Lau0S$001 33313-6806 11 Pu8l5WCN9 W9h0e4viw Pane 1500 Sou. 51.6.60d T W.W.I 33313580E Salon ttl Putia War. Pump SlaWnor .r .00 Wu. State R.T 5556.21 3331?59216 tJ Pugs Wart Sanl2ta T8a5n9308M:9 151n06619el.P46d7 I.u60541 133133W5 Pui*Y4o49 ; 001YINTHE 15003oum Saw Road 7 Leudeml0 3331.3808 01 P0u110 WOW Ad0Wsire110n Biala. 935 513564 kt301h55n51 0941an51 Park 333095921 02 P.m Weft Amnlulea 004354 536 Non.. 365 Strael 0512nne Park 33320s921 03 PUN1e Wary 0ee6eal BWda19 935I44mwea38m 5veal C0Ralm Pan. 333.5921 04 P1511/ 0501k5 CHanm151143,sg 935.... JON91aa Ouland Park 3330e.5031 05 POW Works Were Rump Bu90'e0 938 NOOwau138619feet 0421an0 Park 13305.21 06 11626y96133 W0CIF0u5u0d109 938236nhwt5136NS0eu Oelland Park 33309582t 57 RW3VVoks 51a0amu eBu901n9 938 MOwest 35t Sueei 05116nd Pate 333005921 08 PUN10'Wons 515.95 74 9]6N0Mw02360150esk 0320837.0. 333263921 09 Puts WYodm 5a0ncal 000s6uon 9313 Na9.wa13801Stn. Ostrom Part 33366592E 10 7050 Works 11285914141--3 9387256105e90303155e5.1 0413.Pak 33309592E 11 PS810Works Hydr°0aeler3 935 NM... 351.5155ee1 Oa$lald Park 333.5921 12 lowtm W015 Hydra0eal54 935 NW.. 338130ae1 OaNula Pok 333/95521 13 Puale Mots Cannon Haan l-3 936 MOW. 3.53rsa1 Callan, Park 333005921 to Pu1$1c Works R000rbonotwn 6aun 1.2 936 No14.2238115.ueal 0e4Nnd Pa. 303065921 15 192E 192T 1327 1527 1.1 5 192E O 192E 2006 6 2005 6 2008 6 2506 5 2008 • 2008 6 2000 6 308 6 2606 5 200E 6 1927 6 W50 WA WA 5 1931 6 2005 6 1865 6 1955 6 1994 6 1855 • 965 6 1563 5 1956 6 1964 6 1963 6 1953 Pula. Works Recareun9u5n Sawn 14 935 Non11w�3815 51ree1 0301m2 Park 21vn0 5921 6 5953 1e ga41e Worlo t:vurd Wala Stange 938 N0Owaa 3a1h50501 0akm0 Park 33346592E 6 1955 Tau lsa-s+Ga66m PuN¢Warts Hahn 9.3/Poop Pu511u woos a4.51125 aluy Ground Waor Swags IT Poa14 Worts TON. 15.E 5. 53216666.4.31..6 09048r2 Park 333035921 5 245 i.SW 1.130 631111 14,400 13,100 26,au 4.755 t A15 23b2 1e513 16313 1527 5927 5927 1927 1927 192E 1927 200E 2000 2008 2008 2008 .08 1522 loot .27 192T None 1927 Nona 1927 Now 192E None .05 Now 2008 Nana .6 Nona 2088 Nana Nate 2008 Nana 130 2000 22105 Nora Z^5 2008 2uue None WA 2008 2005 Nor40 NIA 2005 2050 None 2.624 2000 nub Nonce 162 1950 1950 Now WA Wq WA None 9,25E 1954 1995 None 2100 2005 2025 Nona 9.930 1555 56. In41ar. C#="- 1.585 1955 1995 Unman Glass 10.167 1994 1994 Storm ShoWs 21.935 1850 1655 10704 6120e 2484 19155 5.5 Nwe 240 1953 0005 No1AuWeatle 1,355 1963 1995 Nan. 7.90E 1855 WA NO16831ra36 5026 1564 WA 50 Appkatle 5.02E 1960 N/A 1161061112222 2.636 1953 WA NotAP3Nana 1356 1953 WA Nc1460u66 5 319 18u0 t9sa 564 succoua 31.300 1955 1955 0013051028e 1050 30.105 1660 1980 NO 71031339e 5 62730,50 - $ 1: 92,000,00 3 • 26s0000 5 s 550,00000 $ 5 3s,5uu30 5 5 3 663.421600 S S 3458,49000 5 5 6,086400,00 5 • 1117.400.0E 5 5 241.300.00 5 453.60.0 5 9 1S28300.00 5 5 t 526100,00 5 5 15.509.00 $ 5 2 500.00. 5 • 3.000,00 S $ - 3 133000.00 5 99.00000 5 189,000.05 5 25460000 5 10.00950054 5 2.661.30000 5 1.529.00000 5 355,00000 5 - • 5 - b - 5 0 2 0 0 0 23 2 2 0 1 0 t 0 1 0 WA NIA 2 U 2 0 • 0 0 b2,luquU Caw. 1692.30 Lmvue Flan Flat 35,000A0 049 111. Gaels 2e41.8101 Flat FWI 313,00000 Clay 819 66 6 Lsw0- 10) Gal2332900. ONy 1IIe wOwt Waan3 00 tu301 - E 3,852,46.1p0 Clay Toe $4$11$etid Ites0. w Uml ongoing (10. so) - 5 4513,400.00 '14Ims1e Fim Wu tdeit s 16.17160000 Clay 116 IRP 250m301 5 2, 6/004W Cat, (96e10 Law, 20) - 5 1.805300.55 Clay llle Ga./ Lost• W) • $ 548 80030 Cpmrm. Flu Flat - 5 1,926,100.00 C4avoe Mane 1.0w(a 10) - 5 Done Law 0410) 515.00 .00 5 - 4 130.600,00 C...veu WA Flo 1230030 9 - 5 14.500.514 aPYNOt.a61a Nat SHOW./ 0l02 AylluWv 35,00000 S - 5 50 LV0.00 NO' N*AVp1u101e Not BaPOwhN Appsc<01. - 5 1.025.00500 6 - 5 5366.000,00 N01IkuDle N 4o4m156 N,01Ii0050, 55.60000 3 851,000.00 4 - 3 70600. 0 uF 444512901e Na �YVIuuhla N0 AVYtrcaak 53.60530 3 5.00600 5 - 5 1550000 61v NYE ApIALC$$ AYY115aa1a 0 - 5 - $ 181.25500 3 18'1200001N^IW11r1510 Na1AVplluu1. AY214.41. S 2,430.500,00 $ 2150.00100 5 - 3 4,50U.900.00 v... FEN Rai .4.50600 S 45500100 5 - s 61660006 Clay Tile Gahla tow It 545 5 2716.65600 5 3.215,000.06 5 - 5 5.451 tug00 0W14012 901 1I2 567105.00 S 190005.00 5 - $ 337.700.00 9o11-D5 5. Si. 2,433.500.00 5 3000.00000 5 - 5 5.713,500.00 911.47 161 Fkr 13378,500.06 5 14,60000600 S - 5 27,915600.011 503143p Flat Flat 392,600.00 3 225,000.00 5 - 3 017,00000 W ' 0/3 5la/ 15,000,00 $ 23630600 $ - $ 250 000.33 Mr.. Fbl FLn S 225.10000 5 1,150.000,0E 3 - 5 1.375.10000 tars Flat 585 S 955.900,00 5 655,00500 3 - 5 1.57090030 A luel. 501500530e Ay14148W9 846900.80 5 1300,00600 S - 5 2.044.900.00 Nut 301Appi90Ne Not WPOaahla APN5n01e 0 5 844,30003 S 1,200002200 5 -$ 2,064,90000 P y/ca01e 160l0p.11r809 Z,,,..1510 O 5 315,60000 02 425,000.3a $ - 4 T4050000 Appllr0Cle a.5132640e1e APYIw1Na O 5 306400.00 5 05000.00 S - S 34530000 0,0510 001070oott. 0pyl0 5 42.21.6- .530030 S 25000.00 S - 5 90000006 pxo9a (05 M1$ nnot N....lb ASasleWgra 5 3,413.50660 5 - 5 - 5 2.11350030 L1m1 Mama bowt< 10) s 2,254,20000 9 - s - S 2351.1000 .../51e 90m0 Lea(-10) p- 34 City of Fort Lauderdale Bid 12067-585 $Ite"ium' 49 'Ap042008 S ;eoialn2N+mt Sa?E 'bl^tl11' F 0.N" Sale ,11U51 % e6ttals$41. C663333v.L4-;$!i6e3 66.3p il0Slui': yPu er 15 3.111aWur k5 terk42c31 n9 930 Nonewes03E5158eet 0s4lane Park 33306.55'21 5 Tre9Onenl Plant 401490a-Idl DEW.a 2 u45W FlvmsNWater 1•utl12W01Ss cLgu.�ra Pu7P 038N0nn995139m 991 0atlan4 Pork 332095921 6 1993 3A53 1953 1993 N0425310n4e O2 TrulnlglPlant 19 �10 i 0 5 B61.00600 $ 1,650Av000 5 - S 02 ln°'10I1 .c°uey Pump 995 No0nw¢s[ 359 Ste.1099mi Path 33305921 6 196E 2.01E 1966 w9Dp1u4e 1 5 a0t.000,00 $ 8T5.000.06 I rslnlW Font p P"tl:v WorK SlOuun NrA N 5 • 5 1998 36,200 1900. 109E 5019310256 1 U E 299000,00 5 5 - 5 02 TmzOFnealnwaer 21 PuWor0 9 u 3 10 95514omwe0360150w1 0aya9 Park 233092921 Not 1 $ 92. 600 5 110.00000 5 - 5 b1u 02 02 PVb1e 90.Fs 0I20Posp 51a.un 62019999289S9aot 94E9 Park 9305.5921 6 2919 414 2005 F1u9 Not A0419be 1 0 5 202.000.00 5 175,000.0E $ - 5 02 Fna.l W Yrsr 23 NW. Works AS9IW05W1196 536 Nottmost 389511ee10599 Park 332192631 5 2003 646 902 202 Not P911rz9 1 0 $ 550600 $ 9.000.03 $ - 5 2 emanWa',aint 24 P9113 Worts mual0r Wg151000n 930110m9e51309 51601 06199P601 333092921 5 2002 240 2002 2002 No4A3210925 1 0 5 122e0.00 5 24,0000E 3 - 5 36.06390 c.a. Min Flat 02 aar'I Plant ter 25 Public Me. 060a418W 36N 901102am3E95Ueet 50510ne Nob 335505921 6 2002 :200 25c3 1553 NO1ADP1®tl6 1 5 590300.0E 5 50➢21 0400 5 - 5 014000.04251E FlatTrea9teaflat 0 laaunl lWaw 25 e011.EW013s 01mb Smra9e Bub:mg 536 N0Mwu4361n 50ee10a1Wnd Pak 33309-52t e 1 e75 WA ba09 2009 Nurnp55220 1 0 $ 114.000.00 5 - S $ 114 000.00 Cuncr,.10 Flo 141 0' Plant 2 ircdm Water Pta27 Publ0Werka o_EHENtt151NE 536N001rmr5'r 361n 54ae1 0441and Perk 331 59T1 WA WA NA WP. NM 000Andlwtle WA WA 5 - 5 - S 3)6W000 5 376,00000 WA WA ]LA 02 iralnlar9a0a0 01 Publo Wad. Ober,Ncase 2101 NW MEStiaat t i00 33311-7]e6 4 195E 196 190E 1999 Storm$10nem 1 0 5 27.100.00 5 10.00600 5 37,100,00 n0 F11 flat 03 IraleNer9a11an 02 Publ¢V1wlts 020/4 2101 NW Bm c.__. Levees:We 93311-0715 5 1560 12000 2001 2001 Nano 2 0 5 1,505,00600 3 103,30600 5 19,6000E S 1,924.100.0E B17' FW Fiat 0 lmnkr Sawn 03 1991m VN0ts 5yump Budnng 2T01ENV 69 5901 eu05105t 33311.0719 5 1550 3.600 2000 2000 Nona I 0 5 972,700E0 5 1.515600.00 5 - 5 1,96?700.00de^ I0W Flel FW 04 loa5luxelsl 01 Pubic V1ar13 Admmgw0on 6udang 1703501e50ee1 tottlndate 3321E-400] 6 195E 6,643 2003 2003 S10mt54une15 1 0 $ 625.100.00 5 3.07690E00 5 - 5 -7910.100.0007, 140 FI61 Fla 3m69l2lI1.Eant Loioogor Oa Wu1a.Wa 02 Peb1cw611a OW.oIo0n Sui 11a5S 185aeet 33316.3027 6 1961 9,117 1064 2006 9am SAunela 3 0 $ 5,9a1I00.30 5 202300000E '.ran Fiat g 99:9 Lam.-.. $ - 5 SS.tlT2.40LL00 Flat No Irea01.1 Mani '' galunnor� O4 5 03 Pubic WorksEryumi BuJm^e 1le5 SE 1650.1 lauaaldala 33316300] fi 198a 21,207 19W 9Im''''05 4699 a9/6 3 0 5 7260200,00 5 12950600,00 5 20410506006i1an moo Flat Pi. au Plant 0a 59 a 04 Put..6667 Gn:we5r lia51 1765 SE1B5o4939 Street 47ale 63 3231007 0 9wuna6 1971 2213 199 2006 m1551 0 0 416200.00 S 1490.00000 5 - 5 2,320. 300,0E del Fb0 Fly Flat iron 196 Plant Lallnygr Cuding Toxws/0ny9un Pon 2 t9n 5 Mot Nat 04 WaalOmalq OS POetIC Wanks TmMW9wltarl 1TBS SE 18Stook /29.9919 5331E-400T N/A 19TT WA Not P9¢Ns4a - 5 5.55005,00 5 - 5 52500E000 A.,„' le Nat A0011c46te a'g4callh lobo.. Pgant Su.wa59' an 04 Iq Ofi Pubt Warta beNeNWae 5017655E 15 Streetal....,3331699 1 1977 Ttfi f9T7 159E Nona 1 03.000.00 $ 340,00400 } 3 103900,00 UD:VIwd FW flat IrmOnunt Rant Ow L' a gla 07 Pubic W'or4F Prelre099/ BW099 17655E 10 even Laud,. 33310.300T 6 1994 29,4 _ 1684 2605 Storm 9unos ] De0 3 10, 540.00 5 10,25000500 S . 5 20,95200,00 611` 11m0 Flu/ PIN 1oo169/ l Rant 91943 04 131 tm.at 06 Puble Works 9199u Primp $10110n 2 17655E165191 LaudamWe 3331.3053 5 1017 1.U4 199 908 Stonn56utla9 2 0 5 905.10000 5 455.0019 S - 5 ne3,101140'.LanraW FIN Flat Tru01e0l Plant 9nna 09 Pu011cnarlu 91610e Pump 56E291 176599185391 tawalvele 33316.3057 6 1577 2,30E 197T erg storm 9000v5 2 474.500I10 S 525,E0no0 $ - 5 999500.0E GLa� Dalra"yl F1a1 T mtnwu Plant Lahrneyo . Wagiowater 10 Puba. wants 90dga Pwnp0529 3 IIe59E 16 Steed IF3a,3,d00ale 3331.3007 6 199. 5,092 1654 906 Storm S11ullws 2 2341550.50 5 1,11560000 Y 5 3; 1d250o.50 LL1a^ Flut Fiat 1 beam 04 L91996.er 11 Pubs Wunts Cian0er0,9100455 7.5616699 1.aueWeale 9231b3002 5 190E 1030 19E0 1980 1401App1c,5,0 1 5 11325600 5 965E0600 $ • 5 32529.0091229 Flat FIN 199.0 9.0 Plant lotroogor 04 t 12 Pot. wars 0aygon Reactor 119E SE953 eer 1 aWweale 13-91707. 6 975 16,566 190 1960 5565619bc 3,724300,0E $ 325.000.00 $ - 5 425500.137 Cswge F. Flat 1.a49Pia vat 04 µ an 13 Fvba. Wodm Oa)9enNw¢u2 []66EE to 9eel Gudeldala 333169007 B 1978 15596 1984 1975 +tar AP4katle 1 E 3423 }00.00 $ 625L00.00 4 - 5 9250500.00 99441 Ma Neu 11ea eau Pµnl Lola. r . • w 14 6.69 Ways 091 1 195SE lea..l Gyuden5le 33316300P 5 1577 9.02E 199 19TT Wee5.1,.40 1 E 660420060 3 350,000.00 5 - 5 et/ Rant eelbeexm . 99.94ter IS Putt 1299 0alliu2 17655E 1BS.. W a ,0 3331ezoor 6 1577 92Po 1077 199 Net pl919 E 1,6.20000 5 3660130.00 5 - S 1e0Na6n Plant1917996/ L 04 a49.7.3 16 Fubl0 Wa11b 0g11w] 47655E 1851rxat Ca1tl4Na16 ]3]16300T 5 1977 9,23 1977 MR' Ne[AP51w4a 5 1,-.600,Op 5 350.0040E $ - 5 T ie31me111 Plant LaM1c3u 01 Wanewa/q 17 Pubic W0d16 089112/4 12055616516G 33316.007 6 1$17 9.02E 15]) 19)) Na A.1.6e 1,896929900 S 350.00500 $ - b 1luaneua PWrt Lev6vaaa 69. oalgro Comm.® Dome 1.914101 11/28/2017 2:14 PM x. OnOpv Concrete FIW FIN 1p75000,00 AWIJ0ooIs Na AP949015 ey5LLi41e 1.002. 000.00 tr.99 FIW Fln 3110000E W3,®Llu 51014155221e 029/2901e 91,5920 916101e F161 Fiat F. 35 City of Fort Lauderdale Bid 12067-585 Cede - ffisw'1 Paddi :cane Y,v91P44.4BIdA0h1 Pig. . -. 5os5P$Irr%, •: sulfai6BYduB 1115556pwl Yii.q '-TPWi lad dw';. Owarine•Ree6 6ai.a; 0d VVaalavuta 18 P$io Works 0m1t1a5 Ea... Rant Lohn4m ii 40080173040 1740SE1A SWel I.w�mw° 335163007 6 1677 9.025 1977 1977 000*7010403 fe Relic Works 02711er6 .65 5213 52.1 tFamtleNele 333163007 B 1877 9.0. 10TT Ib77 Nor APplwge ,' ma F°n 20 Pugle Wmb garlllmi 17655E 1S Slrrst Lalltkmale 333to300T fi 19tT 9.U2S 19T1 19tT Not Aypiuge ea twn PRY 00.91 4u. 09 VVam00047W14 21 PaW0.la ganlla8 itfi56G 1a Ste. '1.,,.,. 33316300T 6 1980 5.3..1877 19T Not Appiaaga it.1.0. ad pair wa 22 Pugw WatL9 gmka9 17C+SE to Sttret L JaOale 33310300) fi 1989 5.p2a 1917 I9T'! Na ApPIaWa lea Tullau Plant a° 04 1,11.6.. 23 NWe. 1255 SE Le�wudga 333163007 6 1984 5,020 197T 197] 9ut114,11e 1 5 1083.400.00 5 32000400 0 1.04.1.600C ts 012m Fon 04 ..... 24 11..10 rhs 00008,11 11456E15 0049 10130036e 9 1964 6026 1977 1977 Not Appirage 0 5 1093,40000 $ 332.000.00 5 nor Plant 1,689.890,00 3 300.00600 5 1689500,00 5 350.000.00 $ 1066.50600 S 3.60660 5 1633.400. 3 326000.00 S 1093,454..1 5 320,000.00 5 - s - E $ • 2,0395u060 Pypkuawe 601A04IUNc ayy10401e 0.403400.00 y4caWb N4004716aMe 00701251e 1403.0.00 c0O140we 05001.12501e Op0u01e taro an0.00 pA "aU(a N3*7711+do .IVN+cu61a 1.403.400.110 a 6Ya0b Na Apptuble Ryylwbla 44 .509940. 25 Put. Wwlm �aaOen Cm0d4 17655E185aa4 LauWNale 333163007 6 1917 22.005 IS,Strom Shun. $ 44260060 $ 925.00400 $ - S 1,36T04 40o 5w4t43p Flat Flat 1.a.a oKan °•,m�aur IaA1 Fon 26 Pooiowor4 511109v..6.3 Tank t)BSSE16$1r2 Lma49O 333153007 6 .n T934 1071 2006 0906pp11000 1,2 $ 1.485.300.00 6 535.000.00 5 - $ Flat Hat 1im612a° Plant Lolenaie 04 Waelewata 27 Pude Wmkty Pnp s SantlamStation 1765 SE 185o°91 Daly.. 331163007 6 1977 100 1977 1977 NULPppicatle 12.000.00 $ 21.000.09 5 - 9 33,00605 Conc. Rol Flat Plant 05 Wlealcewa'z 28 Pads Works Trowelllp Weler 5v9en 17655E18 Slreet L115121 335153007 6 1964 3,047 1994 1989 Not Appila2e 1 5 481600.00 R 356000.00 S - $ 336.600,DD 402201c FW R. all Plan[ 04 Waye,4451 23 Pu0L-Works Clfer111e A9aa1.95 17655E 1359e01 LanWr�No 333163007 0 1964 1,032 1989 1864 Na Apotleatla 1 0 0 194,000.00 5 80.000.00 $ - S 274.03060000202 F1N Flat 11eemlad Flan atn60M 0; W a 30 PuME Waks Sam Pumping Tan. 17fi55E to 51r9e1 Leuelelcele 333183007 4 18n 69 19TI 1377 NOtnpplutle 1 0 3 :.50000 S 14,000.00 $ - 5 22.610,00 Cory. R.Fla Tteahy0U plan m°yxm 6ou5Pumpt5Tanl10. Fan p4lc0lia0 ] 1 3l Pugm Wudb 1]ii55E l69o-ea Lane04e 332i630o) 5 teTi E4 l9T] 19TT NaA 1 3 SOgOp $ 5.00400 b - S RSUO.Op Ca FYI Flat lye.. Flan Lone.. � 04 W 32 Pudx Marks fiutlar BuAmng teal Sv 2169aeet°a1sdak 3335S.300T 3 1981 82ta 1972 13)> Nut A 0utle 1 0 S 2.64200.00 S 20060400 R - $ 923TOo.0o Cunvem Fla Fla PIo. 146.99. 6 61 23 P°qc Wmus wgIlWa Cenna Budding 1a016549 31e1 Surat ri1. _..le 3331e5007 fi 1980 5. 1977 1917 NmApdvtla 1 0 $ 167,73600 $ 125A0400 S - 4 264, [O.00 Convey FIN fia TroYmenl Ptare Lut O4 Wauv.- w 34 Putee Wm. 70 RiY1N THE 17656E16 Street Ieyala 3t016-3001 NA NIA NA 2005 2209 App000 0.0 $ 255.000.00 5 - 5 - S Peu Fly w Worn ohm YH a 35 Pugr WOrle Scum Pomp 5muml 17555E 1tl StreetbudecdNa .3...6 to>) on la,19T7 Aypitatle I 0 5 750U.00 S 15.00o,W 3 - 5 _50 0.09 Cuale nvaI Fla 1.11o.ePkva 54200 Non.93.10. F.1 15 Mw tonance Shop 01 PIfJE Wake En51ne5.19 Lmavdala 33309-4602 3 196a 6,449 1966 1565 I.56, .6** i 0 $ .625600 $ -IVA u600 S - E 5764W90 metal root Flal Flat Conael Cenlld Malnlmanoe 4ea0N001m8s110N Fon00 Yl2n400 15 Met149TYnce 51109 02 Publc W°rvs SltOp Roomy LauderdaE 33309v502 3 1250 14,40D 1961 19& Stem 61u0as 1 0 5 ,500.00 5 458,t 0400 5 3),30600 5 tY0t600. mod b0 Fla Hal Granrn0tl 16 E...4Tan 06 66. 1.065 Rom. SUO.9 55. 6...noter Rd.La„udaldao 333.3.2 fi 2060 2008 2614 .no 0 t 259.700.00 5 1.325.000.00 5 .40400 $ 466a-,6u'00 91v Hal iicl 8u1C1n91-Pans 2Y05Wt4NAv FLudad 33312.1543 6 1964 3462 19u. 2002 6YN 0 5 92>500,00 § i60400 5 15a 03000 $ Y51300A0 Flat Flat $. C.109 OS pudm wmin $INNaweu a' ale $0 CamCivamM 02 7*54 Wore, Buaan92-Parks Olf 230 SIN1417Pve. 10 ae 33312-1649 6 1964 2.633 1964 2002 Nona 0 3 313605.00 S 3450400 5 - S 391.900,00 ARIsOOd Fla plot yubac Works BIIDdIt19 3.4A.9H. Fwl wd 90 Puble 03 RIMEVdmk$ 4ctaa15atvir-. 226 SW 14tM1Ave. lauawdalu 33312•1613 6 19n4 14.460 1964 2007 Nan, 0 $ 1,326,700.00 3 359,100.00 3 - t 150560060 011Nt fMl Flat 30 .61644ml¢04 Poo. warl¢ SwWY'4O'TRah e03w 4a AvFondeda333t3165 5 1959 1.7S1979 2002 None 0 $3.900,00 $ 46900.00 S - $ 233500.00 Pldl Rut fbl 24.1. J 700000l'mks Ou004196-VINIige Wnla a 490 1BeB Nero t 59 19.100.0075.500. R ,W Ccvnw O5 %YR.. W 2205W 1. Ave. tautly.0 33312.1W.3 199e [Oo2 5 p0g00 b $ - 0 Asa6 Fla Rat P612 VVwFs0 I4a0e0 30 _ 6M 04 pugzW.1. Cmta1 Gem, 220 SW 14u.Ave. Fort ole 333121693 5 1964 3564a 1999 2UO2 NyeNme 0 $ 3,550,000.00 E t61g000,00 $ • 5 S.120000,00 Hat Fla �w�uR 30 Hv5'iW o•ke 07 PudleWmks B°gym Odmbubon �O SW 146 Ave, F. �dW 333i3.0103 6 1964 666 1564 2002 Nona 1 0 110,600,00 $ 100,000.00 $ - S 210,400.00 A 7Wt F. 30 �'a 'Nos. DB Pugic Wohc 744 Sladm 2305W t91t10.ve. Fu0 3J3S�1G43 6 1996 15,T6a 1996 195fi Nona t I20 5 99i0g0U $ 284.400.00 $ - S 3'A.6UU.00 Mad p Flat Flat Cana. Laudwale e 30 PublcW0t9s 99 Fug1,WD. Vol. Ora. Stabon 2205W1410Ave. NY3331141543 3 19°3 1.000 1596 1599 None 1 0 62.900.00 5 55.00400 5 . 5 116.900.0n a1w11 Flue Hal t,wltmm 1.5666da1e 11 /28/2017 2:14 PM p. 36 City of Fort Lauderdale Bid 12067-585 rgpau -. >111rN;! 1 V.jini48 1 =lulaalaawm. : ' 1 as? be�.e :-±a - . 19.r♦ v .22 a s9 anal Rens :awls l Cm1190pya191';- :ens 101n93rwPW711Y 1: siNtinsuhdVdru 14.4 13,1621; Repunp 5lNaa9 mews Hepump 3141.1 35 Wes61mp 56 elatr Span 51 5363665 PWIP Pulnuatw Pump N qus rn Wale, sunAten.Wawv 80 Well F3123 63 9310 51.6 66 11tl07133E 68 W011 fi310s 70 33.1.6n0 Pad. 4020 Ne 251n 524 I.asneNae Fur�M395Lora a ma K30 Sown 61.36193417 Fun Male 333088/27 32119.3.92.3 3630Sama0wle Nana 7 Leupsmtle 33310-067 2050 SE Avenue 1'11 1e .116 2050SE4 Avenue L rda14 33315 bx env 9la Avenue L3422MN0 33311 ex NW 63 Neenae Lauds..6611 Emer 9nuy enara:ar Fan 01 Pugp'.. r:r6r 1 G3501 PwspeCAeene UutleNy. 33309 02 PuO1613936 0450322 echo' 3931 Prospect Avena Lender.,.,, 33300 Fon 03 Pe011C Works 0u0n061 Hut 3601 PradpalAvene a 33309 06 Public Warks N36/33n8 9501 Praspeg3vwne Laude10a10 33303 0, Pta115W9dman Ws.733.36 la1 a1 NW Oa. Av.mue L°na We 13311 l0 3125 Put. Palk 02 PutWens Nec1 yeuiay 3301 NW 915 Awesbleua,00,0 03311 awuvclev Wm - 9u9My1R the 6060 W.Bra.ara 71 field 01 PUNIL ivarb DweW k Bmin+a�a Planboon 33317 71 7143 01. Welt FIHa 91 01 91 02 01 02 Cn 02 Pugk WK. 7eyunp Wallon 8 Puutc Wads RPpemp 9a0oa 637 PugK Works Aarn000aon 3.13.3 Puq�C Wolin Maintownce 229470 Pua8360t. Pump 110:W. Pod. WFas tralnd Slow.. Tank puwe Warm Water Town Rana vt9rks Pump Stamm 02 1avn D P.Nlc Works Wa W3115ad 9s vmim w N5Wuu16. Planw0un 33317 6 1987 5 2008 A 0 1929 5 13913 6 1900 3 3003 5 2014 a 2014 2.0 1390 1516 1886 2005 1003 2008 20. 2,080 1590 1350 1,160 2435 201a 200 2014 3.7 1.200 2906 2008 6.000 4,500 13300 2.055 2.352 3.400 NIA NIA 339 6 3xS110.00 3 323.500.011 5 t S 263.500.00 5 Storm BF Ilrs 1 5 107:30000 5 SWm 6205/s 1 S 554,50090 3 Not 243I00e 1 0 0 1.332.00000 5 Nuu NIA WA 3 2.327.0090 8 Nmu 0 5 93,30990 Nana 0 6 393.600,00 5 None 3 0 143,10400 5 None 0 5 135.000.00 5 None 1 0 5 402.00090 6 6.354315tl. 1 0 Nam 0 9 2108 Yp 1 0 E 2008 WA NIA nla 9 5 1.3 3630 1986 1936 3006 20. 1960 .0 TWO lona 2006 1900 2014 None Slum Welles 5{9n Here 11/28/2017 2:14 PM 15.009.00 6 1.000.030.00 5 3,000,W0.00 5 2,400.03990 3 675.99900 $ 35.90900 5 574.700.00 5 120.26.0 s - 3 - 3 45.000.00 3 750.00400 3 150A0000 5 250.u00.00 S 1090900 S - 29000.00 s 500.00900 3 - 3 2,700,600.00 &C'Mq F141 06500.00 AsplwO n.Ae 3113 300,00 020,04 763000.00 6s11316 sea 500.00 ae31-110 5101113 F. Flat Fort Fln 1,2490u050 ik3Na 051204Iw51a AWOta0w 2,927002,60 AP516a10n 1151 ApP iwue 23234251e 138,300.00 Bs.. 5. tort Flat MWpm (15116a1 F1ar 1,090.500.00 BeipOp Plat FIa1 250,100.0064-112 Flo 1181. 395300.00 Meal 00323 Style Mr3em 612,002.00 .1436 Pp5vdwm >5000330 7wWuab App1.51 0Peu0le 45,000,00 1900.0000 9u1s5. Fb1 3.000.0.00 gam on NIA 135.454,000.00 $ - 124.014,100:00 $ : 1,355,050.00 5 260,054.140.04 Fbt N7A p- 37 City of Fort Lauderdale SCHEDULE OF INSURANCE POLICIES 2017-2018 (As of 10-11-2017) PRIA '1 el ,r' law. i.n Via, Line of Coverage Carrier Limits/Coverage DeductiblelRetention Effective Expiration Premium Policy # Property Total Insured Value (1-1V): $236,416,972 Arch Specialty Ins Co 5M pie 25M Primary $5,000,000 2/1/2017 2/1/2018 $ 153,004 ESP0038091-07 National Piro & Manua los Go 7.5M p/o 25M Primary 55,000,000 2/1/2017 2/1/2018 $ 22.9,504 42 PRP 000137 04 Lloyds of London 25M p/050M Primary 55,000,000 2/1/2017 2/1/2018 $ 507,504 N16NA01320 Evanston Insurance Company 5M p/025M xs of 25M 55,000,000 2/1/2017 2/1/2018 $ 50,004 MKLV12XP001932 Liberty Surplus Ins Co 4.5M plc 25M xs of 25M $5,000,000 2/1/2017 2/1/2010 § 45,004 1000081104-05 Colony Insurance Company 3M p/o 25M xs of 25M $5,000,000 2/1/2017 2/1/2018 $ 30,004 XP263958 Standalone Terrorism Lloyds of London $50,000,000 525,000 2/1/2017 2/1/2018 $ 17,500 UTS2526943.1 / Utilities Property ACE American Ins, Co. total Insured value (TIV) $266,0/1,232 $5,000,000 2/1/2017 2/1/2018 $ 393,025 EUTN14430519008 $25M Boller & Machinery XL Insurance America, Inc 8150,000.000 525,000 2/1/2017 2/1/2018 $ 11,657 U500074528PR17A Crime Travelers Casualty & Surety Co of Amer. Employee Dishonesty $1,000,000 $25,000 3/1/2017 3/1/2018 $ 6,691 105566006 Forgery or Alteration $1,000,000 525,000 On Premises $500,000 $5,000 In Transit $500,000 $5,000 Computer Fraud $1,000,000 $25,000 Money Orders and Counterfeit Paper Currency Not Covered Funds Transfer Fraud 61,000,000 $25.000 Claim Expense $5,000 50 Excess Limits on 3 (Buffington, Logan -Short & Garcia) $500,000 NFIP Flood Wright National Flood Insurace American Bankers 51 Policies all but one effective 05/20/17 Up to Maximum available by NFL' 5/20/3017 5/20/2018 $ 121,784 Various Aviation Liability ACE Property & Casualty ins. Co. 520,000,000 Each Occurrence NIL 5/252017 5/25/2018 $ 5,278 AAP N11223308001 $20,000,000 Hangarkeepers Includes War and TRIA AD&D ACE American Insurance Co. Florida Statutory Coverage 5/3/2018 5/3/2018 $ 41,186 ADD N11207400 "1 Excess Workers' Comp & Colony0uurance Company Statutory -Workers' Compensation 10/1/2017 10/1/2018 $ 390,000 PXL 17109502 Excess General Liability SI ,000,000 - Employers Liability $1,000,000 Retention $1,000,000/$2,000,000 - General Liability Public Officials & EPLI ACE American Ins. Co. $4,000,000 includes Choice of Counsel endorsement $100,000 For POL and $150,000 EPLI 11/1/2016 11/1/2017 $ 166,629 EON M00609195 004 Cyber Liability Illinois Union Insurance Co. $2,000,000/$2,000,000 $50,000 11/1/2016 11/112017 $ 27,048 C25666008 001 Business Auto National Indemnity Co of the South S1000,000 $0 10/19/2016 10/19/2017 $ 33,163 74AP5068605 (HOA Vehicles) $10,000 PIP Business Auto Preferred Government Insurance Trust $1,000,000 $0 11/4/2016 11/4/2017 $ 8,800 PA FL1 0062004 16-01 (Motorcycle Liability) $10,000 PIP Special Events: Lloyd's of London $90,000 6/142017 7/9/2017 $ 2870 H0000859 July 4th Fireworks Consulting Fee 1220/2016 12/20/2017 $ 55,000 This document is intended as a summary of insurance coverages only. Refer to the actual policy for coverage details. TOTAL PREMIUMS $ 2,295,655 w m QICLIENTS\Fort Lauderdale, City 0107--181Schedules\FL Lauderdale Schedule or Insurance 17-18 Pogo 10[1 10/112017 elepJoPnel 1Jed Jo 4110 SIN-L9OZI. PIG City of Fort Lauderdale Bid 12067-585 CITY OF FORT LAUDERDALE GENERAL CONDITIONS These instructions are standard for all contracts for commodities or services issued through the City of Fort Lauderdale Procurement Services Division. The City may delete, supersede, or modify any of these standard instructions for a particular contract by indicating such change in the Invitation to Bid (ITB) Special Conditions, Technical Specifications, Instructions, Proposal Pages, Addenda, and Legal Advertisement. In this general conditions document, Invitation to Bid (ITB), Request for Qualifications (RFQ), and Request for Proposal (RFP) are interchangeable. PART I BIDDER PROPOSAL PAGE(SI CONDITIONS: 1.01 BIDDER ADDRESS: The City maintains automated vendor address lists that have been generated for each specific Commodity Class item through our bid Issuing service, BidSync, Notices of Invitations to Bid (ITB'S) are sent by e-mail to the selection of bidders who have fully registered with BidSync or faxed (if applicable) to every vendor on those lists, who may then view the bid documents online. Bidders who have been informed of a bid's availability in any other manner are responsible for registering with BidSync in order to view the bld documents. There is no fee for doing so. If you wish bid notifications be provided to another e-mail address or fax, please contact BidSync. If you wish purchase orders sent to a different address, please so indicate in your bid response, If you wish payments sent to a different address, please so indicate on your invoice, 1.02 DELIVERY: Time will be of the essence for any orders placed as a result of this ITB, The City reserves the right to cancel any orders, or part thereof, without obligation if delivery is not made in accordance with the schedule specified by the Bidder and accepted by the City. 1.03 PACKING SLIPS: It will be the responsibility of the awarded Contractor, to attach all packing slips to the OUTSIDE of each shipment. Packing slips must provide a detailed description of what is to be received and reference the City of Fort Lauderdale purchase order number that is associated with the shipment. Failure to provide a detailed packing slip attached to the outside of shipment may result in refusal of shipment at Contractor's expense. 1.04 PAYMENT TERMS AND CASH DISCOUNTS: Payment terms, unless otherwise stated in this ITB, will be considered to be net 45 days after the date of satisfactory delivery at the place of acceptance and receipt of correct invoice at the office specified, whichever occurs last. Bidder may offer cash discounts for prompt payment but they will not be considered in determination of award. If a Bidder offers a discount, ft is understood that the discount time will be computed from the date of satisfactory delivery, at the place of acceptance, and receipt of correct invoice, at the office specified, whichever occurs last. 1.05 TOTAL BID DISCOUNT: If Bidder offers a discount for award of all items listed in the bid, such discount shall be deducted from the total of the firm net unit prices bid and shall be considered in tabulation and award of bid. 1.06 BIDS FIRM FOR ACCEPTANCE: Bidder warrants, by virtue of bidding, that the bid and the prices quoted in the bid will be firm for acceptance by the City for a period of one hundred twenty (120) days from the date of bid opening unless otherwise stated in the ITB. 1.07 VARIANCES: For purposes of hid evaluation, Bidder's must indicate any variances, no matter how slight, from [TB General Conditions, Special Conditions, Specifications or Addenda in the space provided in the ITB. No variations or exceptions by e Bidder will be considered or deemed a part of the bid submitted unless such variances or exceptions are listed in the bid and referenced in the space provided on the bidder proposal pages. If variances are not stated, or referenced as required, It will be assumed that the product or service fully complies with the City's terms, conditions, and specifications. By receiving a bid, City does not necessarily accept any variances contained in the bid. All variances submitted are subject to review and approval by the City. If any bid contains material variances that, in the City's sole opinion, make that bid conditional in nature, the City reserves the right to reject the bid or part of the bid that is declared, by the City as conditional. 1.08 NO BIDS: If you do not intend to bid please indicate the reason, such as insufficient time to respond, do not offer product or service, unable to meet specifications, schedule would not permit, or any other reason, in the space provided in this ITB. Failure to bld or return no bid comments prior to the bid due and opening date and time, indicated in this ITB, may result in your firm being deleted from our Bidder's registration list for the Commodity Class Item requested in this ITB. 1.09 MINORITY AND WOMEN BUSINESS ENTERPRISE PARTICIPATION AND BUSINESS DEFINITIONS: The City of Fort Lauderdale wants to increase the participation of Minority Business Enterprises (MBE), Women Business Enterprises (WBE), and Small Business Enterprises (SBE) in its procurement activities. If your firm qualifies in accordance with the below definitions please indicate in the space provided in this ITB. Minority Business Enterprise (MBE) 'A Minority Business" is a business enterprise that is owned or controlled by one or more socially or economically disadvantaged persons. Such disadvantage may arise from cultural, racial, chronic economic circumstances or background or other similar cause. Such persons include, but are not limited to: Blacks, Hispanics, Asian Americans, and Native Americans. The term "Minority Business Enterprise" means a business at least 51 percent of which is owned by minority group members or, in the case of a publicly owned business, at least 51 percent of the stock of which is owned by minority group members. For the purpose of the preceding sentence, minority group members are citizens of the United States who include, but are not limited to: Blacks, Hispanics, Asian Americans, and Native Americans. Women Business Enterprise (WBE) a 'Women Owned or Controlled Business" is a business enterprise at least 51 percent of which is owned by females or, in the case of a publicly owned business, at least 51 percent of the stock of which is owned by females. Small Business Enterprise (SBE) "Small Business" means a corporation, partnership, sole proprietorship, or other legal entity formed for the purpose of making a profit, which is independently owned and operated, has either fewer than 100 employees or less than $1,000,000 in annual gross receipts. Form G-107 Rev, 08/2016 Page 1 11 /28/2017 2:14 PM p. 39 City of Fort Lauderdale Bid 12067-585 BLACK, which includes persons having origins in any of the Black racial groups of Africa. WHITE, which includes persons whose origins are Anglo-Saxon and Europeans and persons of Indo-European decent including Pakistani and East Indian. HISPANIC, which includes persons of Mexican, Puerto Rican, Cuban, Central and South American, or other Spanish culture or origin, regardless of race. NATIVE AMERICAN, which includes persons whose origins are American Indians, Eskimos, Aleuts, or Native Hawaiians. ASIAN AMERICAN, which includes persons having origin In any of the original peoples of the Far East, Southeast Asia, the Indian subcontinent, or the Pacific Islands. 1.10 MINORITY -WOMEN BUSINESS ENTERPRISE PARTICIPATION It is the desire of the City of Fort Lauderdale to increase the participation of minority (MBE) and women -owned (WOE) businesses in its contracting and procurement programs. While the City does not have any preference or set aside programs in place, it is committed to a policy of equitable participation for these firms. Proposers are requested to Include in their proposals a narrative describing their past accomplishments and intended actions in this area. If proposers are considering minority or women owned enterprise participation in their proposal, those firms, and their specific duties have to be Identified in the proposal. If a proposer is considered for award, he or she will be asked to meet with City staff so that the intended MBE/WBE participation can be formalized and included in the subsequent contract. SCRUTINIZED COMPANIES Subject to Odebrecht Construction, Inc., v. Prasad, 876 F.Supp.2d 1305 (S.D. Fla, 2012), affirmed, Odebrecht Construction, Inc.. v. Secretary, Florida Department of Transportation, 715 F.3d 1268 (11th Cir. 2013), with regard to the "Cuba Amendment," the Contractor certifies that it is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List or the Scrutinized Companies that Boycott Israel List created pursuant to Section 215,4725, Florida Statutes (2016), that it Is not engaged in a boycott of Israel, and that it does not have business operations in Cuba or Syria, as provided in section 287.135, Florida Statutes (2016), as may be amended or revised. The City may terminate this Agreement at the City's option if the Contractor is found to have submitted a false certification as provided under subsection (5) of section 287.135, Florida Statutes (2016), as may be amended or revised, or been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List or the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes (2016), or is engaged in a boycott of Israel or has been engaged in business operations in Cuba or Syria, as defined in Section 287.135, Florida Statutes (2016), as may be amended or revised. 1.12 DEBARRED OR SUSPENDED BIDDERS OR PROPOSERS The bidder or proposer certifies, by submission of a response to this solicitation, that neither it nor its principals and suocontractors are presently debarred or suspended by any Federal department or agency. Part II DEFINITIONS/ORDER OF PRECEDENCE; 2.01 BIDDING DEFINITIONS The City will use the following definitions in its general conditions, special conditions, technical specifications, instructions to bidders, addenda and any other document used in the bidding process; INVITATION TO BID (ITB) when the City is requesting bids from qualified Bidders, REQUEST FOR PROPOSALS (RFP) when the City is requesting proposals from qualified Proposers, REQUEST FOR QUALIFICATIONS (RFQ) when the City is requesting qualifications from qualified Proposers. BID -- a price and terms quote received in response to an ITB. PROPOSAL — a proposal received in response to an RFP. BIDDER— Person or firm submitting a Bid. PROPOSER — Person or firm submitting a Proposal. RESPONSIVE BIDDER —A person whose bid conforms in all material respects to the terms and conditions included in the ITB. RESPONSIBLE BIDDER —A person who has the capability in all respects to perform in full the contract requirements, as stated in the ITB, and the integrity and reliability that will assure good faith performance, FIRST RANKED PROPOSER — That Proposer, responding to a City RFP, whose Proposal is deemed by the City, the most advantageous to the City after applying the evaluation criteria contained in the RFP. SELLER — Success's! Bidder or Proposer who is awarded a Purchase Order or Contract to provide goods or services to the City. CONTRACTOR — Successful Bidder or Proposer who is awarded a Purchase Order, award Contract, Blanket Purchase Order agreement, or Term Contract to provide goods or services to the City. CONTRACT — A deliberate verbal or written agreement between two or more competent parties to perform or not to perform a certain act or acts, including all types of agreements, regardless of what they may be called, for the procurement or disposal of equipment, materials, supplies, services or construction. CONSULTANT — Successful Bidder or Proposer who is awarded a contract to provide professional services to the City. The following terms may be used Interchangeably by the City: ITB and/or RFP; Bid or Proposal; Bidder, Proposer, or Seller, Contractor or Consultant; Contract, Award, Agreement or Purchase Order. 2.02 SPECIAL CONDITIONS: Any and all Special Conditions contained In this ITB that may be in variance or conflict with these General Conditions shall have precedence over these General Conditions, If no changes or deletions to General Conditions are made in the Special Conditions, then the General Conditions shall prevail in their entirety, PART III BIDDING AND AWARD PROCEDURES: 3,01 SUBMISSION AND RECEIPT OF BIDS: To receive consideration, bids must be received prior to the bid opening date and time. Unless otherwise specified, Bidders should use the proposal forms provided by the City. These forms may be duplicated, but failure to use the forms may cause the bid to be rejected. Any erasures or corrections on the bid must be made in ink and initialed by Bidder in ink, All Information submitted by the Bidder shall be printed, typewritten or filled in with pen and ink. Bids shall be signed in ink. Separate bids must be submitted for each ITB issued by the City in separate sealed envelopes properly marked, When a particular ITB or RFP requires multiple copies of bids or proposals they may be Included In a single envelope or package properly sealed and identified. Only send bids via facsimile transmission (FAX) if the ITB specifically states that blds sent via FAX will be considered. If such a statement is not included in the ITB, bids sent via FAX will be rejected. Bids will be publicly opened in the Procurement Office, or other designated area, in the Form G-107 Rev. 08/2016 Page 2 11/28/20172:14 PM p.40 City of Fort Lauderdale Bid 12067-585 presence of Bidders, the public, and City staff. Bidders and the public are invited and encouraged to attend bid openings. Bids will be tabulated and made available for review by Bidder's and the public in accordance with applicable regulations. 3.02 MODEL NUMBER CORRECTIONS: If the model number for the make specified in this ITB is incorrect, or no longer available and replaced with an updated model with new specifications, the Bidder shall enter the correct model number on the bidder proposal page, In the case of an updated model with new specifications, Bidder shall provide adequate information to allow the City to determine if the model bid meets the City's requirements. 3.03 PRICES QUOTED: Deduct trade discounts, and quote firm net prices. Give both unit price and extended total. In the case of a discrepancy in computing the amount of the bid, the unit price quoted will govern. All prices quoted shall be F.O.B. destination, freight prepaid (Bidder pays and bears freight charges, Bidder owns goods in transit and files any claims), unless otherwise stated in Special Conditions. Each Item must be bid separately. No attempt shall be made to tie any item or items contained in the ITB with any other business with the City. 3.04 TAXES: The City of Fort Lauderdale is exempt from Federal Excise and Florida Sales taxes on direct purchase of tangible property. Exemption number for EIN is 59-6000319, and State Sales tax exemption number is 85-8013875578C-1. 3.05 WARRANTIES OF USAGE: Any quantities listed In this ITB as estimated or projected are provided for tabulation and information purposes only. No warranty or guarantee of quantities is given or implied. It is understood that the Contractor will furnish the City's needs as they arise. 3.06 APPROVED EQUAL: When the technical specifications cat' for a brand name, manufacturer, make, model, or vendor catalog number with acceptance of APPROVED EQUAL, it shall be for the purpose of establishing a level of quality and features desired and acceptable to the City. In such cases, the City will be receptive to any unit that would be considered by qualified City personnel as an approved equal. In that the specified make and model represent a level of quality and features desired by the City, the Bidder must state clearly in the bid any variance from those specifications. It is the Bidder's responsibility to provide adequate information, in the bid, to enable the City to ensure that the bid meets the required criteria. If adequate information is not submitted with the bid, it may be rejected. The City will be the sole judge in determining if the item bid qualifies as an approved equal. 3,07 MINIMUM AND MANDATORY TECHNICAL SPECIFICATIONS: The technical specifications may include items that are considered minimum, mandatory, or required. If any Bidder is unable to meet or exceed these items, and feels that the technical specifications are overly restrictive, the bidder must notify the Procurement Services Division immediately. Such notification must be received by the Procurement Services Division prior to the deadline contained in the ITB, for questions of a material nature, or prior to five (5) days before bid due and open date, whichever occurs first. If no such notification is received prior to that deadline, the City will consider the technical specifications to be acceptable to all bidders. 3.08 MISTAKES: Bidders are cautioned to examine all terms, conditions, specifications, drawings, exhibits, addenda, delivery instructions and special conditions pertaining to the ITB. Failure of the Bidder to examine all pertinent documents shall not entitle the bidder to any relief from the conditions imposed in the contract. 3.09 SAMPLES AND DEMONSTRATIONS: Samples or inspection of product may be requested to determine suitability. Unless otherwise specified in Special Conditions, samples shall be requested after the date of bid opening, and if requested should be received by the City within seven (7) working days of request. Samples, when requested, must be furnished free of expense to the City and if not used in testing or destroyed, will upon request of the Bidder, be returned within thirty (30) days of bid award at Bidder's expense, When required, the City may request full demonstrations of units prior to award. When such demonstrations are requested, the Bidder shall respond promptly and arrange a demonstration at a convenient location. Failure to provide samples or demonstrations as specified by the City may result in rejection of a bid. 3,10 LIFE CYCLE COSTING: If so specified in the ITB, the City may elect to evaluate equipment proposed on the basis of total cost of ownership. In using Life Cycle Costing, factors such as the following may be considered: estimated useful life, maintenance costs, cost of supplies, labor intensity, energy usage, environmental impact, and residual value. The City reserves the right to use those or other applicable criteria, in its sole opinion that will most accurately estimate total cost of use and ownership. 3.11 BIDDING ITEMS WITH RECYCLED CONTENT: In addressing environmental concerns, the City of Fort Lauderdale encourages Bidders to submit bids or alternate bids containing items with recycled content. When submitting bids containing items with recycled content, Bidder shall provide documentation adequate for the City to verify the recycled content. The City prefers packaging consisting of materials that are degradable or able to be recycled. When specifically stated in the ITB, the City may give preference to bids containing items manufactured with recycled material or packaging that is able to be recycled. 3.12 USE OF OTHER GOVERNMENTAL CONTRACTS: The City reserves the right to reject any part or all of any bids received and utilize other available governmental contracts, if such action is in its best interest. 3,13 QUALIFICATIONS/INSPECTION: Bids will only be considered from firms normally engaged in providing the types of commodities/services specified herein. The City reserves the right to Inspect the Bidder's facilities, equipment, personnel, and organization at any time, or to take any other action necessary to determine Bidder's ability to perform, The Procurement Director reserves the right to reject bids where evidence or evaluation is determined to indicate inability to perform. 3.14 BID SURETY: If Special Conditions require a bid security, it shall be submitted in the amount stated. A bid security can be in the form of a bid bond or cashier's check. Bid security will be returned to the unsuccessful bidders as soon as practicable after opening of bids. Bid security will be returned to the successful bidder after acceptance of the performance bond, if required; acceptance of insurance coverage, if required; and full execution of contract documents, If required; or conditions as stated in Special Conditions. 3.'15 PUBLIC RECORDS/TRADE SECRETS/COPYRIGHT: The Proposer's response to the RFP is a public record pursuant to Florida law, which is subject to disclosure by the City under the State of Florida Public Records Law, Florida Statutes Chapter 119.07 ("Public Records Law"). The City shall permit public access to all documents, papers, letters or other material submitted in connection with this RFP and the Contract to be executed for this RFP, subject to the provisions of Chapter 119.07 of the Florida Statutes. Form G-107 Rev. 08/2016 Page 3 11/28/2017 2:14 PM p, 41 City of Fort Lauderdale Bid 12067-585 Any language contained in the Proposer's response to the RFP purporting to require confidentiality of any portion of the Proposer's response to the RFP, except to the extent that certain information is in the City's opinion a Trade Secret pursuant to Florida law, shall be void. If a Proposer submits any documents or other information to the City which the Proposer claims Is Trade Secret Information and exempt from Florida Statutes Chapter 119.07 ("Public Records Laws"), the Proposer shall clearly designate that it is a Trade Secret and that it is asserting that the document or information is exempt. The Proposer must specifically identify the exemption being claimed under Florida Statutes 119.07. The City shall be the final arbiter of whether any information contained in the Proposer's response to the RFP constitutes a Trade Secret. The city's determination of whether an exemption applies shall be final, and the proposer agrees to defend, indemnify, and hold harmless the city and the city's officers, employees, and agent, against any loss or damages incurred by any person or entity as a result of the city's treatment of records as public records. Proposals purporting to be subject to copyright protection in full or in part will be rejected. EXCEPT FOR CLEARLY MARKED PORTIONS THAT ARE BONA FIDE TRADE SECRETS PURSUANT TO FLORIDA LAW, DO NOT MARK YOUR RESPONSE TO THE RFP AS PROPRIETARY OR CONFIDENTIAL. DO NOT MARK YOUR RESPONSE TO THE RFP OR ANY PART THEREOF AS COPYRIGHTED. 3.16 PROHIBITION OF INTEREST: No contract will be awarded to a bidding firm who has City elected officials, officers or employees affiliated with it, unless the bidding firm has fully complied with current Florida State Statutes and City Ordinances relating to this issue. Bidders must disclose any such affiliation. Failure to disclose any such affiliation will result in disqualification of the Bidder and removal of the Bidder from the City's bidder lists and prohibition from engaging in any business with the City. 3.17 RESERVATIONS FOR AWARD AND REJECTION OF BIDS: The City reserves the right to accept or reject any or all bids, part of bids, and to waive minor irregularities or variations to specifications contained in bids, and minor irregularities in the bidding process, The City also reserves the right to award the contract on a split order basis, lump sum basis, individual item basis, or such combination as shall best serve the interest of the City. The City reserves the right to make an award to the responsive and responsible bidder whose product or service meets the temis, conditions, and specifications of the ITB and whose bid is considered to best serve the City's interest. In determining the responsiveness of the offer and the responsibility of the Bidder, the following shall be considered when applicable: the ability, capacity and skill of the Bidder to perform as required; whether the Bidder can perform promptly, or within the time specified, without delay or interference; the character, integrity, reputation, judgment, experience and efficiency of the Bidder; the quality of past performance by the Bidder; the previous and existing compliance by the Bidder with related laws and ordinances; the sufficiency of the Bidder's financial resources; the availability, quality and adaptability of the Bidder's supplies or services to the required use; the ability of the Bidder to provide future maintenance, service or parts; the number and scope of conditions attached to the bid. If the ITB provides for a contract trial period, the City reserves the right, in the event the selected bidder does not perform satisfactorily, to award a trial period to the next ranked bidder or to award a contract to the next ranked bidder, if that bidder has successfully provided services to the City in the past, This procedure to continue until a bidder is selected or the contract is re -bid, at the sole option of the City, 3.18 LEGAL REQUIREMENTS: Applicable provisions of all federal, state, county laws, and local ordinances, rules and regulations, shall govern development, submittal and evaluation of all bids received in response hereto and shall govern any and all claims and disputes which may arise between person(s) submitting a bid response hereto and the City by and through its officers, employees and authorized representatives, or any other person, natural or otherwise; and lack of knowledge by any bidder shall not constitute a cognizable defense against the legal effect thereof. 3.19 BID PROTEST PROCEDURE: ANY PROPOSER OR BIDDER WHO IS NOT RECOMMENDED FOR AWARD OF A CONTRACT AND WHO ALLEGES A FAILURE BY THE CITY TO FOLLOW THE CITY'S PROCUREMENT ORDINANCE OR ANY APPLICABLE LAW MAY PROTEST TO THE DIRECTOR OF PROCUREMENT SERVICES DIVISION (DIRECTOR), BY DELIVERING A LETTER OF PROTEST TO THE DIRECTOR WITHIN FIVE (5) DAYS AFTER A NOTICE OF INTENT TO AWARD IS POSTED ON THE CITY'S WEB SITE AT THE FOLLOWING LINK: http:/lwww.fortlauderdale.govlpurchasing/notices of intenthtm THE COMPLETE PROTEST ORDINANCE MAY BE FOUND ON THE CITY'S WEB SITE AT THE FOLLOWING LINK: http://www.fortlauderdale.qev/purchasinq/protestordinance.pdf PART IV BONDS AND INSURANCE 4.01 PERFORMANCE BOND: If a performance bond is required in Special Conditions, the Contractor shall within fifteen (15) working days after notification of award, furnish to the City a Performance Bond, payable to the City of Fort Lauderdale, Florida, in the face amount specified in Special Conditions as surety for faithful performance under the terms and conditions of the contract. If the bond is on an annual coverage basis, renewal for each succeeding year shall be submitted to the City thirty (30) days prior to the termination date of the existing Performance Bond. The Performance Bond must be executed by a surety company of recognized standing, authorized to do business in the State of Florida and having a resident agent. Acknowledgement and agreement is given by both parties that the amount herein set for the Performance Bond is not intended to be nor shall be deemed to be in the nature of liquidated damages nor is it intended to limit the liability of the Contractor to the City In the event of a material breach of this Agreement by the Contractor, 4.02 INSURANCE: If the Contractor is required to go on to City property to perform work or services as a result of ITB award, the Contractor shall assume full responsibility and expense to obtain all necessary insurance as required by City or specified in Special Conditions. The Contractor shall provide to the Procurement Services Division original certificates of coverage and receive notification of approval of those certificates by the City's Risk Manager prior to engaging in any activities under this contract. The Contractors insurance is subject to the approval of the City's Risk Manager. The certificates must list the City as an ADDITIONAL INSURED for General Liability Insurance, and shall have no less than thirty (30) days written notice of cancellation or material change. Further modification of the insurance requirements may be made at the sole discretion of the City's Risk Manager if circumstances change or adequate protection of the City Is not presented. Bidder, by submitting the bid, agrees to abide by such modifications. Form G-107 Rev. 08/2016 Page 4 11/28/2017 2:14 PM p. 42 City of Fort Lauderdale Bid 12067-585 PART V PURCHASE ORDER AND CONTRACT TERMS: 5.01 COMPLIANCE TO SPECIFICATIONS, LATE DELIVERIES/PENALTIES: Items offered may be tested for compliance to bid specifications. Items delivered which do not conform to bid specifications may be rejected and returned at Contractor's expense. Any violation resulting in contract termination for cause or delivery of items not conforming to specifications, or late delivery may also result in: - Bidders name being removed from the City's bidder's mailing list for a specified period and Bidder will not be recommended for any award during that period. - All City Departments being advised to refrain from doing business with the Bidder. - All other remedies in law or equity. 5.02 ACCEPTANCE, CONDITION, AND PACKAGING: The material delivered in response to ITB award shall remain the property of the Seller until a physical inspection is made and the material accepted to the satisfaction of the City. The material must comply fully with the terms of the ITB, be of the required quality, new, and the latest model. All containers shall be suitable for storage and shipment by common carrier, and all prices shall include standard commercial packaging, The City will not accept substitutes of any kind. Any substitutes or material not meeting specifications will be returned at the Bidder's expense. Payment will be made only after City receipt and acceptance of materials or services. 5.03 SAFETY STANDARDS: All manufactured items and fabricated assemblies shall comply with applicable requirements of the Occupation Safety and Health Act of 1970 as amended, and be in compliance with Chapter 442, Florida Statutes. Any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this order must be accompanied by a completed Safety Data Sheet (SOS). 5.04 ASBESTOS STATEMENT: All material supplied must be 100% asbestos free. Bidder, by virtue of bidding, certifies that if awarded any portion of the ITB the bidder will supply only material or equipment that is 100% asbestos free, 5.05 OTHER GOVERNMENTAL ENTITIES: If the Bidder is awarded a contract as a result of this ITB, the bidder may, If the bidder has sufficient capacity or quantities available, provide to other governmental agencies, so requesting, the products or services awarded in accordance with the terms and conditions of the ITB and resulting contract. Prices shall be F.O.B. delivered to the requesting agency. 5.06 VERBAL INSTRUCTIONS PROCEDURE: No negotiations, decisions, or actions shall be initiated or executed by the Contractor as a result of any discussions with any City employee. Only those communications which are in writing from an authorized City representative may be considered. Only written communications from Contractors, which are assigned by a person designated as authorized to b.nd the Contractor, will be recognized by the City as duly authorized expressions on behalf of Contractors. 5.07 INDEPENDENT CONTRACTOR: The Contractor is an independent contractor under this Agreement. Personal services provided by the Proposer shall be by employees of the Contractor and subject to supervision by the Contractor, and not as officers, employees, or agents of the City, Personnel policies, tax responsibilities, social security, health insurance, employee benefits, procurement policies unless otherwise stated in this ITB, and other similar administrative procedures applicable to services rendered under this contract shall be those of the Contractor. 5.08 INDEMNITY/HOLD HARMLESS AGREEMENT: The Contractor agrees to protect, defend, indemnify, and hold harmless the City of Fort Lauderdale and its officers, employees and agents from and against any and all losses, penalties, damages, settlements, claims, costs, charges for other expenses, or liabilities of every and any kind including attorney's fees, in connection with or arising directly or indirectly out of the work agreed to or performed by Contractor under the terms of any agreement that may arise due to the bidding process. Without limiting the foregoing, any and all such claims, suits, or other actions relating to personal injury, death, damage to property, defects in materials or workmanship, actual or alleged violations of any applicable Statute, ordinance, administrative order, rule or regulation, or decree of any court shall be included in the indemnity hereunder. 5.09 TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner its obligations under this Agreement, or if the Contractor shall violate any of the provisions of this Agreement, the City may upon written notice to the Contractor terminate the right of the Contractor to proceed under this Agreement, or with such part or parts of the Agreement as to which there has been default, and may hold the Contractor liable for any damages caused to the City by reason of such default and termination. In the event of such termination, any completed services perforrr.ed by the Contractor under this Agreement shall, at the option of the City, become the City's property and the Contractor shall be entitled to receive equitable compensation for any work completed to the satisfaction of the City. The Contractor, however, shall not be relieved of liability to the City for damages sustained by the City by reason of any breach of the Agreement by the Contractor, and the City may withhold any payments to the Contractor for the purpose of setoff until such time as the amount of damages due to the City from the Contractor can be determined. 5.10 TERMINATION FOR CONVENIENCE: The City reserves the right, in its best interest as determined by the City, to cancel contract by giving written notice to the Contractor thirty (30) days prior to the effective date of such cancellation. 5.11 CANCELLATION FOR UNAPPROPRIATED FUNDS: The obligation of the City for payment to a Contractor Is limited to the availability of funds appropriated in a current fiscal period, and continuation of the contract into a subsequent fiscal period is subject to appropriation of funds, unless otherwise authorized by law. 5.12 RECORDS/AUDIT: The Contractor shall maintain during the term of the contract all books of account, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The Contractor agrees to make available to the City Auditor or designee, during normal business hours and in Broward, Miami -Dade or Palm Beach Counties, all books of account, reports and records relating to this contract should be retained for the duration of the contract and for three years after the final payment under this Agreement, or until all pending audits, investigations or litigation matters relating to the contract are closed, whichever is later. 5.13 PERMITS, TAXES, LICENSES: The successful Contractor shall, at their own expense, obtain all necessary permits, pay all licenses, fees and taxes, required to comply with all local ordinances, state and federal laws, rules and regulations applicable to business to be carried out under this contract. Form G-107 Rev. 08/2016 Page 5 11 /28/2017 2:14 PM p. 43 City of Fort Lauderdale Bid 12067-585 5.14 LAWS/ORDINANCES: The Contractor shall observe and comply with all Federal, state, local and municipal laws, ordinances rules and regulations that would apply to this contract. 5.15 NON-DISCRIMINATION: There shall be no discrimination as to race, sex, color, creed, age or national origin in the operations conducted under this contract. 5.16 UNUSUAL CIRCUMSTANCES: If during a contract term where costs to the City are to remain firm or adjustments are restricted by a percentage or CPI cap, unusual circumstances that could not have been foreseen by either party of the contract occur, and those circumstances significantly affect the Contractor's cost in providing the required prior items or services, then the Contractor may request adjustments to the costs to the City to reflect the changed circumstances. The circumstances must be beyond the control of the Contractor, and the requested adjustments must be fully documented. The City may, after examination, refuse to accept the adjusted costs if they are not properly documented, increases are considered to be excessive, or decreases are considered to be insufficient. In the event the City does not wish to accept the adjusted costs and the matter cannot be resolved to the satisfaction of the City, the City will reserve the following options: 1. The contract can be canceled by the City upon giving thirty (30) days written notice to the Contractor with no penalty to the City or Contractor. The Contractor shall fill all City requirements submitted to the Contractor until the termination date contained in the notice. 2. The City requires the Contractor to continue to provide the items and services at the firm fixed (non -adjusted) cost until the termination of the contract term then in effect. 3, If the City, in its interest and in its sole opinion, determines that the Contractor in a capricious manner attempted to use this section of the contract to relieve them of a legitimate obligation under the contract, and no unusual circumstances had occurred, the City reserves the right to take any and all action under law or equity. Such action shall include, but not be limited to, declaring the Contractor in default and disqualifying him for receiving any business from the City for a stated period of time. If the City does agree to adjusted costs, these adjusted costs shall not be invoiced to the City until the Contractor receives notice in writing signed by a person authorized to bind the City in such matters. 5.17 ELIGIBILITY: If applicable, the Contractor must first register with the Department of State of the State of Florida, in accordance with Florida State Statutes, prior to entering into a contract with the City. 5.18 PATENTS AND ROYALTIES: The Contractor, without exception, shall indemnify and save harmless the City and its employees from liability of any nature and kind, including cost and expenses for or on account of any copyrighted, patented or un-patented invention, process, or article manufactured or used in the performance of the contract, including its use by the City. If the Contractor uses any design, device, or materials covered by letters, patent or copyright, it is mutually agreed and understood without exception that the bid prices shall include all royalties or costs arising from the use of such design, device, or materials in any way involved in the work. 5.19 ASSIGNMENT: Contractor shall not transfer or assign the performance required by this ITB without the prior written consent of the City, Any award issued pursuant to this ITB, and the monies, which may become due hereunder, are not assignable except with the prior written approval of the City Commission or the City Manager or City Manager's designee, depending on original award approval. 5.20 LITIGATION VENUE: The parties waive the privilege of venue and agree that all litigation between them in the state courts shall take place in Broward County, Florida and that all litigation between them in the federal courts shall take place in the Southern District in and for the State of Florida. 5.21 LOCATION OF UNDERGROUND FACILITIES: If the Contractor, for the purpose of responding to this solicitation, requests the location of underground facilities through the Sunshine State One -Call of Florida, Inc. notification system or through any person or entity providing a facility locating service, and underground facilities are marked with paint, stakes or other markings within the City pursuant to such a request, then the Contractor, shall be deemed non -responsive to this solicitation. 5.22 PUBLIC RECORDS IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT. CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: (954-828-5002, PRRCONTRACTAFORTLAUDERDALE.GOV, CITY CLERK'S OFFICE, 100 NORTH ANDREWS AVENUE, FORT LAUDERDALE, FLORIDA 33301) Contractor shall: 1. Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service. 2. Upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes (2016), as may be amended or revised, or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure Form G-107 Rev. 08/2016 Page 6 11/28/2017 2:14 PM p. 44 City of Fort Lauderdale Bid 12067-585 requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of this contract if the Contractor does not transfer the records to the City. 4. Upon completion of the Contract, transfer, at no cost, to the City all public records in possession of the Contractor or keep and maintain public records required by the City to perform the service. If the Contractor transfers all public records to the City upon completion of this Contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of this Contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. Form G-107 Rev. 08/2016 Page 7 11 /28/2017 2:14 PM p. 45 City of Fort Lauderdale Bid 12067-585 NON -COLLUSION STATEMENT: By signing this offer, the vendor/contractor certifies that this offer is made independently and free from collusion. Vendor shall disclose below any City of Fort Lauderdale, FL officer or employee, or any relative of any such officer or employee who is an officer or director of, or has a material interest in, the vendor's business, who is in a position to influence this procurement. Any City of Fort Lauderdale, FL officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. For purposes hereof, a person has a material interest if they directly or indirectly own more than 5 percent of the total assets or capital stock of any business entity, or If they otherwise stand to personally gain if the contract is awarded to this vendor. In accordance with City of Fort Lauderdale, FL Policy and Standards Manual, 6.10.8.3, 3.3. City employees may not contract with the City through any corporation or business entity in which they or their immediate family members hold a controlling financial interest (e.g. ownership of five (5) percent or more). 3.4. Immediate family members (spouse, parents and children) are also prohibited from contracting with the City subject to the same general rules. Failure of a vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the City Procurement Code. NAME RELATIONSHIPS In the event the vendor does not indicate any names, the City shall interpret this to mean that the vendor has indicated that no such relationships exist. 11/28/2017 2:14 PM p. 46 City of Fort Lauderdale Bid 12067-585 CONTRACTOR'S CERTIFICATE OF COMPLIANCE WITH NONDISCRIMINATION PROVISIONS OF THE CONTRACT The completed and signed form should be returned with the Contractor's submittal. If not provided with submittal, the Contractor must submit within three business days of City's request. Contractor may be deemed non- responsive for failure to fully comply within stated timeframes. Pursuant to City Ordinance Sec. 2-17(a)(i)(ii), bidders must certify compliance with the Non -Discrimination provision of the ordinance. (a) Contractors doing business with the City shall not discriminate against their employees based on the employee's race, color, religion, gender (including identity or expression), marital status, sexual orientation, national origin, age, disability or any other protected classification as defined by applicable law. Contracts. Every Contract exceeding $100,000, or otherwise exempt from this section shall contain language that obligates the Contractor to comply with the applicable provisions of this section. The Contract shall include provisions for the following: (i) The Contractor certifies and represents that it will comply with this section during the entire term of the contract. (ii) The failure of the Contractor to comply with this section shall be deemed to be a material breach of the contract, entitling the City to pursue any remedy stated below or any remedy provided under applicable law. Authorized Signature Print Name and Title Date Forms Nou-ISO 09,22/2017 11/28/2017 214 PM p. 47 City of Fort Lauderdale i Bid 12067-585 LOCAL BUSINESS PRICE PREFERENCE CERTIFICATION STATEMENT The Business identified below certifies that it qualifies for the local business price preference classification as indicated herein, and further certifies and agrees that it will re -affirm it's local preference classification annually no later than thirty (30) calendar days prior to the anniversary of the date of a contract awarded pursuant to this ITB. Violation of the foregoing provision may result in contract termination. is a Class A Business as defined in City of Fort Lauderdale Ordinance No. C-17-26, Sec.2-186, A copy of the City of Fort Lauderdale current year Business Tax Receipt and a complete list of full-time employees and evidence of their addresses shall be (1) provided within 10 calendar days of a formal request by the City. Business Name (2) Business Name is a Class B Business as defined in the City of Fort Lauderdale Ordinance No, C-17-26, Sec.2-186. A copy of the Business Tax Receipt or a complete list of full-time employees and evidence of their addresses shall be provided within 10 calendar days of a formal request by the City. is a Class C Business as defined in the City of Fort Lauderdale Ordinance No. C-17-26, Sec.2-186. A copy of the Broward County Business Tax Receipt shall be provided (3) within 10 calendar days of a formal request by the. City. Business Name requests a Conditional Class A classification as defined in the City of Fort Lauderdale (4) Ordinance No. C-17-26, Sec.2-186. Written certification of intent shall be provided within 10 calendar days of a formal request by the City. (5) Business Name Business Name (6) Business Name BIDDER'S COMPANY: requests a Conditional Class S classification as defined In the City of Fort Lauderdale Ordinance No. C-17-26, Sec.2-186. Written certification of intent shall be provided within 10 calendar days of a formal request by the City. is considered a Class D Business as defined in the City of Fort Lauderdale Ordinance No. C-17-26, Sec.2-186 and does not qualify for Local Preference consideration, AUTHORIZED COMPANY PERSON: NAME SIGNATURE DATE Forms Non -ISO Revision 0022/2017 11 /2.8/2017 2:14 PM p. 48 City of Fort Lauderdale Bid 12067-585 CONTRACT PAYMENT METHOD BY P-CARD THIS FORM MUST BY SUBMITTED WITH YOUR RESPONSE The City of Fort Lauderdale has implemented a Procurement Card (P-Card) program which changes how payments are remitted to its vendors. The City has transitioned from traditional paper checks to payment by credit card via MasterCard or Visa. This allows you as a vendor of the City of Fort Lauderdale to receive your payment fast and safely. No more waiting for checks to be printed and mailed. Payments will be made utilizing the City's P-Card (MasterCard or Visa). Accordingly, firms must presently have the ability to accept credit card payment or take whatever steps necessary to implement acceptance of a credit card before the commencement of a contract. Please indicate which credit card payment you prefer: Master Card Visa Card Company Name: Name (Printed) Signature Date Title 11/28/2017 2:14 PM p, 49 City of Fort Lauderdale Bid 12067-585 BID/PROPOSAL CERTIFICATION Please Note: If responding to this solicitation through BidSync, the electronic version of the bid response will prevail, unless a paper version is clearly marked by the bidder in some manner to indicate that it will supplant the electronic version. All fields below must be completed. If the field does not apply to you, please note N/A in that field. If you are a foreign corporation, you may be required to obtain a certificate of authority from the department of state, in accordance with Florida Statute §607.1501 (visit http://www.dos.state.fl.us/). Company: (Legal Registration) EIN (Optional): Address: City: State: Zip: Telephone No. FAX No. Email: Delivery: Calendar days after receipt of Purchase Order (section 1.02 of General Conditions): Total Bid Discount (section 1.05 of General Conditions): Does your firm qualify for MBE or WBE status (section 1.09 of General Conditions): MBE WBE ADDENDUM ACKNOWLEDGEMENT - Proposer acknowledges that the following addenda have been received and are included in the proposal: Addendum No. Date Issued Addendum No. Date Issued Addendum No. Date Issued VARIANCES: If you take exception or have variances to any term, condition, specification, scope of service, or requirement in this competitive solicitation you must specify such exception or variance in the space provided below or reference in the space provided below all variances contained on other pages within your response. Additional pages may be attached if necessary. No exceptions or variances will be deemed to be part of the response submitted unless such is listed and contained in the space provided below. The City does not, by virtue of submitting a variance, necessarily accept any variances. If no statement is contained in the below space, it is hereby implied that your response is in full compliance with this competitive solicitation. If you do not have variances, simply mark N/A. If submitting your response electronically through BIDSYNC you must also click the "Take Exception" button. The below signatory hereby agrees to furnish the following article(s) or services at the price(s) and terms stated subject to all instructions, conditions, specifications addenda, legal advertisement, and conditions contained in the bid/proposal. I have read all attachments including the specifications and fully understand what is required. By submitting this signed proposal I will accept a contract if approved by the City and such acceptance covers all terms, conditions, and specifications of this bid/proposal. The below signatory also hereby agrees, by virtue of submitting or attempting to submit a response, that in no event shall the City's liability for respondent's direct, indirect, incidental, consequential, special or exemplary damages, expenses, or lost profits arising out of this competitive solicitation process, including but not limited to public advertisement, bid conferences, site visits, evaluations, oral presentations, or award proceedings exceed the amount of Five Hundred Dollars ($500.00). This limitation shall not apply to claims arising under any provision of indemnification or the City's protest ordinance contained in this competitive solicitation. Submitted by: Name (printed) Signature Date: Title revised 04/10/15 11 /28/2017 2:14 PM p. 50 City of Fort Lauderdale Question and Answers for Bid #12067-585 - Property & Casualty Insurance Brokerage & Consulting Services veralf BTl G There are no questions associated with this bid. Bid 12067-585 11 /28/2017 2:14 PM p. 51 AGREEMENT FOR PROPERTY & CASUALTY INSURANCE BROKERAGE & CONSULTING SERVICES THIS AGREEMENT, made this c T4Mday of Ott 2018, is by and between the City of Fort Lauderdale, a Florida municipality, ("City"), whose address is 100 North Andrews Avenue, Fort Lauderdale, Florida, 33301, and RISK MANAGEMENT ASSOCIATES, INC., a Florida corporation d/b/a PUBLIC RISK INSURANCE AGENCY, ("Contractor") whose address is 220 S. Ridgewood Avenue, Suite 210, Daytona Beach, Florida 32114, Phone: 386- 239-4045, Email: pdawson@bbpria.com. NOW THEREFORE, for and in consideration_ of the_mutual-promises-and-covenants-set forth h ref and other good and a uable consideration, the City and the Contractor covenant and agree as follows: WITNESSETH: I. DOCUMENTS The following documents (collectively "Contract Documents") are hereby incorporated into and made part of this Agreement (Form P-0001): (1) Request for Proposals No. 12067-585, PROPERTY & CASUALTY INSURANCE BROKERAGE & CONSULTING SERVICES, including any and all addenda, prepared by the City of Fort Lauderdale, ("RFP" or "Exhibit A"). (2) The Contractor's response to the RFP, dated November 13, 2017 ("Exhibit 13"). All Contract Documents may also be collectively referred to as the "Documents" In the event of any conflict between or among the Documents or any ambiguity or missing specifications or instruction, the following priority is established: A. First, specific direction from the City Manager (or designee) B. Second, this Agreement (Form P-0001) dated — c g - , 2018, and any attachments. C. Third, Exhibit A D. Fourth, Exhibit 13, exoept that the Contractor's proposed amendment to Section VI, Paragraph "T" of the Agreement is hereby rejected and deleted. II. SCOPE The Contractor shall perform the work under the general direction of the City as set forth in the Contract Documents. Unless otherwise specified herein, the Contractor shall perform all work identified in this Agreement. The parties agree that the scope of services is a description of Contractor's obligations and responsibilities, and is deemed to include preliminary considerations and prerequisites, and all labor, materials, equipment, and tasks which are such an inseparable part of the work described that exclusion would render performance by Contractor impractical, illogical, or unconscionable. Poi nlP-0001 Rev 8/2016 Contractor acknowledges and agrees that the City's Contract Administrator has no authority to make changes that would increase, decrease, or otherwise modify the Scope of Services to be provided under this Agreement. By signing this Agreement, the Contractor represents that it thoroughly reviewed the documents incorporated into this Agreement by reference and that it accepts the description of the work and the conditions under which the Work is to be performed. I. TERM OF AGREEMENT The initial contract period shall commence on December 20,2017 and shall end_on December 19, 2018-The City -reserves -the -right -to extend the contract t'o hree additional one-year terms, providing all terms conditions and specifications remain the same, both parties agree to the extension, and such extension is approved by the City. In the event the term of this Agreement extends beyond the end of any fiscal year of City, to wit, September 30th, the continuation of this Agreement beyond the end of such fiscal year shall be subject to both the appropriation and the availability of funds II. COMPENSATION The Contractor agrees to provide the services and/or materials as specified in the Contract Documents at the cost specified in Exhibit B. It is acknowledged and agreed by Contractor that this amount is the maximum payable and constitutes a limitation upon City's obligation to compensate Contractor for Contractor's services related to this Agreement. This maximum amount, however, does not constitute a limitation of any sort upon Contractor's obligation to perform all items of work required by or which can be reasonably inferred from the Scope of Services. Except as otherwise provided in the solicitation, no amount shall be paid to Contractor to reimburse Contractor's expenses. III. METHOD OF BILLING AND PAYMENT Contractor may submit invoices for compensation no more often than monthly, but only after the services for which the invoices are submitted have been completed. An original invoice plus one copy are due within fifteen (15) days of the end of the month except the final invoice which must be received no later than sixty (60) days after this Agreement expires. Invoices shall designate the nature of the services performed and/or the goods provided. City shall pay Contractor within forty-five (45) days of receipt of Contractor's proper invoice, as provided in the Florida Local Government Prompt Payment Act. To be deemed proper, all invoices must comply with the requirements set forth in this Agreement and must be submitted on the form and pursuant to instructions prescribed by the City's Contract Administrator. Payment may be withheld for failure of Contractor to comply with a term, condition, or requirement of this Agreement. Notwithstanding any provision of this Agreement to the contrary, City may withhold, in whole or in part, payment to the extent necessary to protect itself from loss on account of inadequate or defective work that has not been remedied or resolved in a manner satisfactory to the City's Contract Administrator or failure to comply with this Agreement. The amount withheld shall not be subject to payment of interest by City. Form P-0001 2 IV. GENERAL CONDITIONS A. Indemnification Contractor shall protect and defend at Contractor's expense, counsel being subject to the City's approval, and indemnify and hold harmless the City and the City's officers, employees, volunteers, and agents from and against any and all losses, penalties, fines, damages, settlements, judgments, claims, costs, charges, expenses, or liabilities, including any award of attorney fees and any award of costs, in connection with or arising directly or indirectly out of any act or omission by the Contractor or by any officer, employee, agent, invitee, subcontractor, or sublicensee of the Contractor. The provisions and obligations of this section shall survive the expiration or earlier termination of this Agree o—the—extent—consi ere—necessar-y—by—the—City—Manager;—any sums —due Contractor under this Agreement may be retained by City until all of City's claims for indemnification pursuant to this Agreement have been settled or otherwise resolved, and any amount withheld shall not be subject to payment of interest by City, B. Intellectual Property Contractor shall protect and defend at Contractor's expense, counsel being subject to the City's approval, and indemnify and hold harmless the City from and against any and all losses, penalties, fines, damages, settlements, judgments, claims, costs, charges, royalties, expenses, or liabilities, including any award of attorney fees and any award of costs, in connection with or arising directly or indirectly out of any infringement or allegation of infringement of any patent, copyright, or other intellectual property right in connection with the Contractor's or the City's use of any copyrighted, patented or un-patented invention, process, article, material, or device that is manufactured, provided, or used pursuant to this Agreement. If the Contractor uses any design, device, or materials covered by letters, patent or copyright, it is mutually agreed and understood without exception that the bid prices shall include all royalties or costs arising from the use of such design, device, or materials in any way involved in the work. C. Termination for Cause The aggrieved party may terminate this Agreement for cause if the party in breach has not corrected the breach within ten (10) days after written notice from the aggrieved party identifying the breach. The City Manager may also terminate this Agreement upon such notice as the City Manager deems appropriate under the circumstances in the event the City Manager determines that termination is necessary to protect the public health or safety. The parties agree that if the City erroneously, improperly or unjustifiably terminates for cause, such termination shall be deemed a termination for convenience, which shall be effective thirty (30) days after such notice of termination for cause is provided. This Agreement may be terminated for cause for reasons including, but not limited to, Contractor's repeated (whether negligent or intentional) submission for payment of false or incorrect bills or invoices, failure to perform the Work to the City's satisfaction; or failure to continuously perform the work in a manner calculated to meet or accomplish the objectives as set forth in this Agreement, Forth P-0001 3 D. Termination for Convenience The City reserves the right, in its best interest as determined by the City, to cancel this contract for convenience by giving written notice to the Contractor at least thirty (30) days prior to the effective date of such cancellation. In the event this Agreement is terminated for convenience, Contractor shall be paid for any services performed to the City's satisfaction pursuant to the Agreement through the termination date specified in the written notice of termination. Contractor acknowledges and agrees that he/she/it has received good, valuable and sufficient consideration from City, the receipt and adequacy of which are hereby acknowledged by Contractor, for City's right to terminate this Agreement for convenience. E. Cancellation for Unappropriated Funds The City reserves the right, in its best interest as determined by the City, to cancel this contract for unappropriated funds or unavailability of funds by giving written notice to the Contractor at least thirty (30) days prior to the effective date of such cancellation. The obligation of the City for payment to a Contractor is limited to the availability of funds appropriated in a current fiscal period, and continuation of the contract into a subsequent fiscal period is subject to appropriation of funds, unless otherwise provided by law. F. Insurance During the term of this Agreement, Contractor at its sole expense, shall provide insurance of such a type and with such terms and limits as noted below, Providing and maintaining adequate insurance coverage is a material obligation of Contractor. Contractor shall provide the City a certificate of insurance evidencing such coverage. Contractor's insurance coverage shall be primary insurance as respects to the City for all applicable policies. The limits of coverage under each policy maintained by Contractor shall not be interpreted as limiting Contractor's liability and obligations under this Agreement. All insurance policies shall be through insurers authorized or eligible to write policies in Florida and possess an A.M. Best rating of A-, VII or better, subject to the approval of the City's Risk Manager. The coverages, limits and/or endorsements required herein protect the primary interests of the City, and these coverages, limits and/or endorsements shall in no way be required to be relied upon when assessing the extent or determining appropriate types and limits of coverage to protect the Contractor against any loss exposures, whether as a result of this Agreement or otherwise, The requirements contained herein, as well as the City's review or acknowledgement, is not intended to and shall not in any manner limit or qualify the liabilities and obligations assumed by the Contractor under this Agreement. The following insurance policies/coverages are required; Commercial General Liability Coverage must be afforded under a Commercial General Liability policy with limits not less than: $1,000,000 each occurrence and $2,000,000 aggregate for Bodily Injury, Property Damage, and Personal and Advertising Injury $1,000,000 each occurrence and $2,000,000 aggregate for Products and Completed Operations Form P-0001 4 Policy must include coverage for Contractual Liability and Independent Contractors. The City, a political subdivision of the State of Florida, its officials, employees, and volunteers are to be covered as an additional insured with a CG 20 26 04 13 Additional Insured — Designated Person or Organization Endorsement or similar endorsement providing equal or broader Additional Insured Coverage with respect to liability arising out of activities perforrned by or on behalf of the Contractor. The coverage shall contain no special limitation on the scope of protection afforded to the City, its officials, employees, or volunteers. Business Automobile Liability CovetageenusLbe afforded_for all Owned, I-Tired,-Scheduled,-and-Non.4wned vehicles for 13odl y njury an roperty Damage in an amount not less than $1,000,000 combined single limit each accident. If the Contractor does not own vehicles, the Contractor shall maintain coverage for Hired and Non -Owned Auto Liability, which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Business Auto Liability policy, Workers' Compensation and Employer's Liability Coverage must be afforded per Chapter 440, Florida Statutes. Any firm performing work on behalf of the City must provide Workers' Compensation insurance. Exceptions and exemptions will be allowed by the City's Risk Manager, if they are in accordance with Florida Statute. The Contractor and its insurance carrier waives all subrogation rights against the City, a political subdivision of the State of Florida, its officials, employees, and volunteers for all losses or damages. The City requires the policy to be endorsed with WC00 03 13 Waiver of our Right to Recover from Others or equivalent. Contractor must be in compliance with all applicable State and federal workers' compensation laws. Professional Liability and/or Errors and Omissions Coverage must be afforded for Wrongful Acts in an amount not less than $5,000,000 each claim and $5,000,000 aggregate. Contractor must keep insurance in force until the third anniversary of expiration of this Agreement or the third anniversary of acceptance of work by the City. Insurance Certificate Requirements a. The Contractor shall provide the City with valid Certificates of Insurance (binders are unacceptable) no later than thirty (30) days prior to the start of work contemplated in this Agreement. b. The Contractor shall provide a Certificate of Insurance to the City with a thirty (30) day notice of cancellation; ten (10) days' notice if cancellation is for nonpayment of premium. c. In the event that the insurer is unable to accommodate the cancellation notice requirement, it shall be the responsibility of the Contractor to provide the proper notice. Such notification will be in writing by registered mail, return receipt requested, and addressed to the certificate holder. Form P-0001 5 d, In the event the Agreement term goes beyond the expiration date of the insurance policy, the Contractor shall provide the City with an updated Certificate of Insurance no later than ten (10) days prior to the expiration of the insurance currently in effect. The City reserves the right to suspend the Agreement until this requirement is met. e, The certificate shall indicate if coverage is provided under a claims -made or occurrence form, If any coverage is provided on a claims -made form, the certificate will show a retroactive date, which should be the same date of the initial contract or prior. f. The City shall be named as an Additional Insured on all liability policies, with the exception of Workers' Compensation. g, The City shall be granted a Waiver of Subrogation on the Contractor's Workers' Compensation insurance policy. _,she.AgreementrBid/Contract;-number; even#-dates,—or-other-identifying-referene t be listed on the certificate. The Certificate Holder should read as follows: City of Fort Lauderdale Procurement Services Division 100 North Andrews Avenue, Room 619 Fort Lauderdale, FL 33301 The Contractor has the sole responsibility for all insurance premiums and shall be fully and solely responsible for any costs or expenses as a result of a coverage deductible, coinsurance penalty, or self -insured retention; including any loss not covered because of the operation of such deductible, co-insurance penalty, self -insured retention, or coverage exclusion or limitation, Any costs for adding the City as an Additional Insured shall be at the Contractor's expense. If the Contractor's primary insurance policy/policies do not meet the minimum requirements, as set forth in this Agreement, the Contractor may provide an Umbrella/Excess insurance policy to comply with this requirement. The Contractor's insurance coverage shall be primary insurance as respects to the City, a political subdivision of the State of Florida, its officials, employees, and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees, or volunteers shall be excess of Contractor's insurance and shall be non-contributory. Any exclusions or provisions in the insurance maintained by the Contractor that excludes coverage for work contemplated in this Agreement shall be deemed unacceptable and shall be considered breach of contract. All required insurance policies must be maintained until the contract work has been accepted by the City, and/or this Agreement is terminated. Any lapse in coverage shall be considered breach of contract. In addition, Contractor must provide confirmation of coverage renewal via an updated certificate should any policies expire prior to the expiration of this Agreement. The City reserves the right to review, at any time, coverage forms and limits of Contractor's insurance policies. All notices of any clairn/accident (occurrences) associated with this Agreement, shall be provided to the Contractor's insurance company and the City's Risk Management office as soon as practical, Form P-0001 6 It is the Contractor's responsibility to ensure that all independent and subcontractors comply with these insurance requirements. All coverages for independent and subcontractors shall be subject to all of the requirements stated herein. Any and all deficiencies are the responsibility of the Contractor, G, Environmental, Health and Safety. Contractor shall place the highest priority on health and safety and shall maintain a safe working environment during performance of the work. Contractor shall comply, and shall secure compliance by its employees, agents, and subcontractors, with all applicable environmental, health, safety and security laws and regulations, and performance eo1iditions _ in._th is_Agreement._--Comp-i.iance—with—such—requ-irements—s-hull—represent the minimum standard required of Contractor. Contractor shall be responsible for examining all requirements and determine whether additional or more stringent environmental, health, safety and security provisions are required for the work. Contractor agrees to utilize protective devices as required by applicable laws, regulations, and any industry or Contractor's health and safety plans and regulations, and to pay the costs and expenses thereof, and warrants that all such persons shall be fit and qualified to carry out the Work. H. Standard of Care Contractor represents that he/she/it is qualified to perform the work, that Contractor and his/her/its subcontractors possess current, valid state and/or local licenses to perform the Work, and that their services shall be performed in a manner consistent with that level of care and skill ordinarily exercised by other qualified contractors under similar circumstances. I. Rights in Documents and Work Any and all reports, photographs, surveys, and other data and documents provided or created in connection with this Agreement are and shall remain the property of City; and Contractor disclaims any copyright in such materials. In the event of and upon termination of this Agreement, any reports, photographs, surveys, and other data and documents prepared by Contractor, whether finished or unfinished, shall become the property of City and shall be delivered by Contractor to the City's Contract Administrator within seven (7) days of termination of this Agreement by either party. Any compensation due to Contractor shall be withheld until Contractor delivers all documents to the City as provided herein. J. Audit Right and Retention of Records City shall have the right. to audit the books, records, and accounts of Contractor and Contractor's subcontractors that are related to this Agreement. Contractor shall keep, 'and Contractor shall cause Contractor's subcontractors to keep, such books, records, and accounts as may be necessary in order to record complete and correct entries related to this Agreement. All books, records, and accounts of Contractor and Contractor's subcontractors shall be kept in written form, or in a form capable of conversion into written form within a reasonable time, and upon request to do so, Contractor or Contractor's subcontractor, as applicable, shall make same available at no cost to City in written form. Contractor and Contractor's subcontractors shall preserve and make available, at reasonable times for examination and audit by City in Broward County, Florida, all Form F-0001. 7 financial records, supporting documents, statistical records, and any other documents pertinent to this Agreement for the required retention period of the Florida public records law, Chapter 119, Florida Statutes, as may be amended from time to time, if applicable, or, if the Florida Public Records Act is not applicable, for a minimum period of three (3) years after termination of this Agreement. If any audit has been initiated and audit findings have not been resolved at the end of the retention period or three (3) years, whichever is longer, the books, records, and accounts shall be retained until resolution of the audit findings. If the Florida public records law is determined by City to be applicable to Contractor and Contractor's subcontractors' records, Contractor and Contractor's subcontractors shall comply with all requirements thereof; however, Contractor and Contractor's subcontractors shall violate no confidentiality or non -disclosure requirement ___._ofeither federal or state law -Any -incomplete or incorrect entry in such books;:tecords-- and accounts shall be a basis for City's disallowance and recovery of any payment upon such entry. Contractor shall, by written contract, require Contractor's subcontractors to agree to the requirements and obligations of this Section. The Contractor shall maintain during the term of the contract all books of account, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. K. Public Entity Crime Act Contractor represents that the execution of this Agreement will not violate the Public Entity Crime Act, Section 287.133, Florida Statutes, as may be amended from time to time, which essentially provides that a person or affiliate who is a contractor, consultant, or other provider and who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to City, may not submit a bid on a contract with City for the construction or repair of a public building or public work, may not submit bids on leases of real property to City, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with City, and may not transact any business with City in excess of the threshold amount provided in Section 287.017, Florida Statutes, as may be amended from time to time, for category two purchases for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this section shall result in termination of this Agreement and recovery of all monies paid by City pursuant to this Agreement, and may result in debarment from City's competitive procurement activities. L. Independent Contractor Contractor is an independent contractor under this Agreement. Services provided by Contractor pursuant to this Agreement shall be subject to the supervision of the Contractor. In providing such services, neither Contractor nor Contractor's agents shall act as officers, employees, or agents of City. No partnership, joint venture, or other joint relationship is created hereby. City does not extend to Contractor or Contractor's agents any authority of any kind to bind City in any respect whatsoever. M. Inspection and Non -Waiver Form P-0001 8 Contractor shall permit the representatives of CITY to inspect and observe the Work at all times. The failure of the City to insist upon strict performance of any other terms of this Agreement or to exercise any rights conferred by this Agreement shall not be construed by Contractor as a waiver of the City's right to assert or rely on any such terms or rights on any future occasion or as a waiver of any other terms or rights. N. Assignment and Performance Neither this Agreement nor any right or interest herein shall be assigned, transferred, or encumbered without the written consent of the other party, In addition, Contractor shall not-sabcontract-any-portion afthe work -required byihis Agreement, except as provided in the Schedule of Subcontractor Participation. City may terminate this Agreement, effective immediately, if there is any assignment, or attempted assignment, transfer, or encumbrance, by Contractor of this Agreement or any right or interest herein without City's written consent. Contractor represents that each person who will render services pursuant to this Agreement is duly qualified to perform such services by all appropriate governmental authorities, where required, and that each such person is reasonably experienced and skilled in the area(s) for which he or she will render his or her services. Contractor shall perform Contractor's duties, obligations, and services under this Agreement in a skillful and respectable manner, The quality of Contractor's performance and all interim and final product(s) provided to or on behalf of City shall be comparable to the best local and national standards. In the event Contractor engages any subcontractor in the performance of this Agreement, Contractor shall ensure that all of Contractor's subcontractors perform in accordance with the terms and conditions of this Agreement. Contractor shall be fully responsible for all of Contractor's subcontractors' performance, and liable for any of Contractor's subcontractors' non-performance and all of Contractor's subcontractors' acts and omissions. Contractor shall defend at Contractor's expense, counsel being subject to City's approval or disapproval, and indemnify and hold City and City's officers, employees, and agents harmless from and against any claim, lawsuit, third party action, fine, penalty, settlement, or judgment, including any award of attorney fees and any award of costs, by or in favor of any of Contractor's subcontractors for payment for work performed for City by any of such subcontractors, and from and against any claim, lawsuit, third party action, fine, penalty, settlement, or judgment, including any award of attorney fees and any award of costs, occasioned by or arising out of any act or omission by any of Contractor 's subcontractors or by any of Contractor's subcontractors' officers, agents, or employees. Contractor's use of subcontractors in connection with this Agreement shall be subject to City's prior written approval, which approval City may revoke at any time. O. Conflicts Neither Contractor nor any of Contractor's employees shall have or hold any continuing or frequently recurring employment or contractual relationship that is substantially antagonistic or incompatible with Contractor's loyal and conscientious exercise of judgment and care related to Contractor's performance under this Agreement. Form P -0001 9 Contractor further agrees that none of Contractor's officers or employees shall, during the term of this Agreement, serve as an expert witness against City in any legal or administrative proceeding in which he, she, or Contractor is not a party, unless compelled by court prooess. Further, Contractor agrees that such persons shall not give sworn testimony or issue a report or writing, as an expression of his or her expert opinion, which is adverse or prejudicial to the interests of City in connection with any such pending or threatened legal or administrative proceeding unless compelled by court process. The limitations of this section shall not preclude Contractor or any persons in any way from representing themselves, including giving expert testimony in support thereof, in any action or in any administrative or legal proceeding. In the event -Contractor is permitted pursuant to this Agreement to utilize subcontractors to ' perform any services required by this Agreement, Contractor agrees to require such subcontractors, by written contract, to comply with the provisions of this section to the same extent as Contractor. P. Schedule and Delays Time is of the essence in this Agreement. By signing, Contractor affirms that it believes the schedule to be reasonable; provided, however, the parties acknowledge that the schedule might be modified as the City directs. Q. Materiality and Waiver of Breach City and Contractor agree that each requirement, duty, and obligation set forth herein was bargained for at arm's-length and is agreed to by the parties in exchange for quid pro quo, that each is substantial and important to the formation of this Agreement and that each is, therefore, a material term hereof. City's failure to enforce any provision of this Agreement shall not be deemed a waiver of such provision or modification of this Agreement. A waiver of any breach of a provision of this Agreement shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Agreement. R. Compliance With Laws Contractor shall comply with all applicable federal, state, and local laws, codes, ordinances, rules, and regulations in performing Contractor's duties, responsibilities, and obligations pursuant to this Agreement. S. Severance In the event a portion of this Agreement is found by a court of competent jurisdiction to be invalid or unenforceable, the provisions not having been found by a court of competent jurisdiction to be invalid or unenforceable shall continue to be effective. T. Limitation of Liability The City desires to enter into this Agreement only if in so doing the City can place a limit on the City's liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the Form P-0001 10 sum of $1,000. Contractor hereby expresses its willingness to enter into this Agreement with Contractor's recovery from the City for any damage action for breach of contract or for any action or claim arising from this Agreement to be limited to a maximum amount of $1,000 less the amount of all funds actually paid by the City to Contractor pursuant to this Agreement. Accordingly, and notwithstanding any other term or condition of this Agreement, Contractor hereby agrees that the City shall not be liable to Contractor for damages in an amount in excess of $1,000 which amount shall be reduced by the amount actually paid by the City to Contractor pursuant to this Agreement, for any action for breach of contract or for any action or claim arising out of this Agreement. Nothing contained in this paragraph or elsewrher_e.in this_Agreernent_is_in-am wa-y-intended-to-be--a-waiver af-the-limitation— placed upon City'sTrafiilify as set forth in Section 768.28, Florida Statutes. U. Jurisdiction, Venue, Waiver, Waiver of Jury Trial This Agreement shall be interpreted and construed in accordance with and governed by the laws of the State of Florida. Venue for any lawsuit by either party against the other party or otherwise arising out of this Agreement, and for any other legal proceeding, shall be in the. Seventeenth Judicial Circuit in and for Broward County, Florida, or in the event of federal jurisdiction, in the Southern District of Florida, Fort Lauderdale Division. In the event Contractor is a corporation organized under the laws of any province of Canada or is a Canadian federal corporation, the City may enforce in the United States of America or in Canada or in both countries a judgment entered against the Contractor. The Contractor waives any and all defenses to the City's enforcement in Canada of a judgment entered by a court in the United States of America. V. Amendments No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document prepared with the same or similar formality as this Agreement and executed by the Mayor -Commissioner and/or City Manager, as determined by City Charter and Ordinances, and Contractor or others delegated authority to or otherwise authorized to execute same on their behalf. W. Prior Agreements This document represents the final and complete understanding of the parties and incorporates or supersedes all prior negotiations, correspondence, conversations, agreements, and understandings applicable to the matters contained herein. The parties agree that there is no commitment, agreement, or understanding concerning the subject matter of this Agreement that is not contained in this written document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representation or agreement, whether oral or written. X. Payable Interest Except as required and provided for by the Florida Local Government Prompt Payment Act, City shall not be liable for interest for any reason, whether as prejudgment interest or for any other purpose, and in furtherance thereof Contractor waives, rejects, disclaims and surrenders any and all entitlement it has or may have to receive interest in connection with a dispute or claim based on or related to this Agreement. Form P-0001 11 Y. Representation of Authority Each individual executing this Agreement on behalf of a party hereto hereby represents and warrants that he or she is, on the date he or she signs this Agreement, duly authorized by all necessary and appropriate action to execute this Agreement on behalf of such party and does so with full legal authority. Z. Uncontrollable Circumstances ("Force Majeure") The City and Contractor will be excused from the performance of their respective obligations under_this_agreement wvhen-and-to-the-extent-that their -performance -is Bela, yed__ or preventeny any circumstances beyond their control including, fire, flood, explosion, strikes or other labor disputes, act of God or public emergency, war, riot, civil commotion, malicious damage, act or omission of any governmental authority, delay or failure or shortage of any type of transportation, equipment, or service from a public utility needed for their performance, provided that: A. The non performing party gives the other party prompt written notice describing the particulars of the Force Majeure including, but not limited to, the nature of the occurrence and its expected duration, and continues to furnish timely reports with respect thereto during the period of the Force Majeure; B, The excuse of performance is of no greater scope and of no longer duration than is required by the Force Majeure; C. No obligations of either party that arose before the Force Majeure causing the excuse of performance are excused as a result of the Force Majeure; and D. The non -performing party uses its best efforts to remedy its inability to perform. Notwithstanding the above, performance shall not be excused under this Section for a period in excess of two (2) months, provided that in extenuating circumstances, the City may excuse performance for a longer term. Economic hardship of the Contractor will not constitute Force Majeure. The term of the agreement shall be extended by a period equal to that during which either party's performance is suspended under this Section. AA. Scrutinized Companies Subject to Odebrecht Construction, Inc., v. Prasad, 876 F.Supp.2d 1305 (SD. Fla. 2012), affirmed, Odebrecht Construction, Inc., v. Secretary, Florida Department of Transportation, 715 F.3d 1268 (llth Cir. 2013), with regard to the "Cuba Amendment," the Contractor certifies that it is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List or the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes (2017), that it is not engaged in a boycott of Israel, and that it does not have business operations in Cuba or Syria, as provided in section 287.135, Florida Statutes (2017), as may be amended or revised. The City may terminate this Agreement at the City's option if the Contractor is found to have submitted a false certification as provided under subsection (5) of section 287.135, Florida Statutes (2017), as may be amended or Form P-0001 12 revised, or been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List or the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes (2017), or is engaged in a boycott of Israel or has been engaged in business operations in Cuba or Syria, as defined in Section 287.135, Florida Statutes (2017), as may be amended or revised. BB. Public Records IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA.STATTJTF,S, TO -. -THE CONTRACTOR'S JMJT`Y TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT CITY CLERK'S OFFICE, 100 N. ANDREWS AVENUE, FORT LAUDERDALE, FLORIDA, 33301, PHONE: 954-828-5002, EMAIL: PRRCONTRACT@FORTLAUDERDALE,GOV. Contractor shall: 1. Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service. 2. Upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within, a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes (2017), as may be amended or revised, or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of this contract if the Contractor does not transfer the records to the City. 4. Upon completion of the Contract, transfer, at no cost, to the City all public records in possession of the Contractor or keep and maintain public records required by the City to perform the service. If the Contractor transfers all public records to the City upon completion of this Contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of this Contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a forinat that is compatible with the information technology systems of the City. Form P-0001 13 IN WITNESS WHEREOF, the City and the Contractor execute this Contract as follows: ATTEST: Jeffrey A. Modarelli► =t�l CITY OF FORT LAUDERDALE Y: A teex.... Lee R. Feldman, City Manager Approved as to form: WITNESSES: ignature DG1r�ielle COon Print Nar" ignature (CORPORATE SEAL) STATE OF i✓ 1 c r j c4 COUNTY OF \I 010) et Assistant City Attorney RISK MANA MENT ASSOCIATES, INC. d/b/a PUBLIC 4USj NSURANCE AGENCY fr:" ew Montgomery Executive Vice President The foregoing instrument was acknowledged before me this 1st. day of Etbro , 2019, by Matthew Montgomery as executive vice president for RISK MANAGEMENT ASSOCIATES, INC., a Florida corporation d/b/a PUBLIC RISK INSURANCE AGENCY. pAlpC !0°> `°�°° ....... O�yy, (S ignature of Notary Public) (SEAL) �`�d n Notary Public, State of i"I 0r5 del :may ' JA* IFvt2t 4 : (Print, Type, or Stamp Commissioned Name of o ."OA %��,py. �rorl;�°�N�+;`o`��4 Notary Public) Personally I{now�fNN Itl 'rodueed Identification Type of Identification Produced r obi n Lee PM (NC i b.111 Form P-0001 14 SECTION VI - COST PROPOSAL PAGE Proposer Name: Risk Management Associates, Inc. dba Public Risk Insurance Agency Proposer agrees to supply the services at the prices bid below in accordance with the terms, conditions and specifications contained in this RFP. Cost to the City: Contractor shall quote firm, fixed, costs for all services identified in this request for proposal. These firm fixed costs for the project include any costs for travel and miscellaneous expenses. No other costs will be acc_ep_te_d_The_annuaLfee_paid_to_the-selected-broker-is-to-be-the-only-remuneration accepted by the broker for services in relation to this Agreement. •Annual Cost $ 65,000* *PRIA will not accept compensation for the insurance program currently in place, other than the Fee proposed, except for flood policies placed through the National Flood Insurance Program. FEMA issued a memorandum in April 2012 prohibiting the "rebating" or return of commission practice for NFIP flood policies. PRIA adheres to this directive for 411 NFIP flood policies placed by PRIA. A copy of the FEMA • directive is available on the FEMA website httP://bsa.nfipstat.fema.gov/wyobull/2012/w-12026.pdf. Submitted by: Matthew Montgomery Name (printed) 11/13/2017 Date • Executive Vice President Title Johnson, Charles From: Sent: To: Subject: Attachments: AnnDebra Diaz <ADiaz@fortlauderdale.gov> Wednesday, May 30, 2018 9:43 AM Johnson, Charles RE: Contract RFP #12067-585 - Property & Casualty Insurance Brokerage & Consulting Services 12067-Final Ranking.pdf; Award Recommendation.pdf Good morning Charles, Per your request, attached is the ranking and award document. The contract was below our threshold to go to Commission, therefore the award document is signed by the Procurement Mgr (or acting Manager at the time). AIT-so(-icitations-ar-e-published-on-our-websiteAf-you-r-equrr-e- further -proof -of-the-publication,-you-nay-need-to-r-eaeh-out to-o trety Clerk's office for a hard copy record. AnnDebra Diaz, CPR j Senior Procurement Specialist City/ of Fort Lauderdale 1 Procurement Services Division 100 N. Andrews Ave. i Fort Lauderdale FL 33301 P 954-828-59-9 1 F 954-828-55761 adiaz a(7fortlauderdale.gov Accountability - Ethics — Impartiality •- Professionalism -- Service — Transparency From: Johnson, Charles [mailto:CJohnson@miamigov.com] Sent: Tuesday, May 29, 2018 4:18 PM To: AnnDebra Diaz Subject: Contract RFP #12067-585 - Property & Casualty Insurance Brokerage & Consulting Services Good afternoon, AnnDebra. As we discussed, the City is seeking to access the above mentioned contract. In order to do so, we will need the following documents: Evaluation Committee Report / Scores Award Sheet / Approval RFP Advertisement / Distribution Information Your help with this matter is greatly appreciated. Thanks. Charles Johnson, III, MBA Senior Procurement Contracting Officer City of Miami — Procurement Dept. 444 SW 2nd Avenue, 6th Floor Miami, FL 33130 Phone: (305) 416-1924 Fax: (305) 400-5373 cjohnson�'7a,miamigov. com 1 CITY OF FORT LAUDERDALE RFP EVALUATION COMMITTEE TABULATION RFP# 12067-585 TITLE: Property & Casualty Insurance Brokerage & Consulting Services DATE: 11/z8/2o17 Rater #1 - G. Hine Experience & Qualifications Approach to Scope of Work Total Cost PROPOSING FIRM IJPoint Subto 00 s f0 00 0 a 1n C p a no c 2 of 0c Risk Mgt Assoc/dba Public Risk Ins Agency 0,40 1 0.40 0.30 1 0,30 0.30 2 0.60 1.30 First Florida Insurance Brokers 0,40 2 0.80 0.30 2 0,60 0.30 1 0.30 1.70 PROPOSING FIRM Rater #2 -J. Piechura Experience & Qualifications Approach to Scope of Work Total Cost Weight Factor Point Subtotal Weight Factor Point Subtotal Weight Factor Point Subtotal Total Points Risk Mgt Assoc/dba Public Risk Ins Agency 0.4 0.40 0.3 1 0.30 0.3 2 0.60 1.30 First Florida Insurance Brokers 0,4 2 0.80 0,3 2 0,60 0,3 1 0.30 1.70 PROPOSING FIRM Rater #3 - E, Beecher Experience & Qualifications Approach to Scope of Work Total Cost Weight Factor Point Subtotal Weight Factor 00 CC c (0 Point Subtotal Weight Factor Point Subtotal Total Points Awarded Total Combined Points Awarded Local Vendor Preference Local Preference Deduction Total Final Score FINAL RANKING Risk Mgt Assoc/dba Public Risk Ins Agency 0.4 0.40 0.3 1 0.30 0.3 2 0.60 1.30 3.90 0% 0.00 3.90 First Florida Insurance Brokers 0.4 2 0.80 0,3 2 0.60 0,3 1 0.30 1.70 5.10 0% 0.00 5.10 2 RFP/RFQ AWARD RECOMMENDATION / INTENT TO AWARD PROCUREMENT SPECIALIST: DATE 12/19/17 AnnDebra Diaz RFP/ RFQM: 12067-.585 ITEM / SERVICE: Property & Casualty Insurance Brokerage Svcs - Attached Is a tabulation foe subloct Beals/seivices requlsRfoned by the department. RECOMMENDATION: A. Which vendor has been recommended? Ri k-IVitanagement Associates d16/a Publib Risk Insurance Agency (PRIA) B. Does this meet specifications as per the department's request and as advertised? YES 1771 1 NO If N0, is the variance considered: MINOR n or MAJOR Ill 1 Explain: C. Is the recommendation the highest ranking firm? YESE NO n SIGNATURE: Procurement Manager ar designee Date: ` 9 THIS FORM MUST BE COMPLETED FOR ALL AWARD RECOMMENDATIONS OF $25,000 AND ABOVE Over$26,000 YES® NOI r"� 4/5/2016 Approved by: Jennifer Alvarez, Manager otProeurement & Contracts Page 1 of i R 2 Uncontrolled in hard copy runless othorwise marked. PUBLIC RISK INSURANCE AGENCY City of Fort Lauderdale Property & Casualty Insurance Brokerage & Consulting Services RFP # 12067-585 Due/Open date: November 14, 2017 at 2:00 PM Response Prepared By: Risk Management Associates, Inc., dba Public Risk Insurance Agency A wholly owned subsidiary of Brown & Brown, Inc. Paul Dawson, ARM-P — Senior Vice President/Account Executive 220 S. Ridgewood Avenue, Suite 210 Daytona Beach, FL 32114 (386) 239-4045 ELECTRONIC COPY PUBLIC RISK INSURANCE AGENCY Section 4.2.1 Table of Contents City of Fort Lauderdale — RFP f12067-585 Property & Casualty Brokerage and Consulting Services PUBLIC RISK INSURANCE AGENCY City of Fort Lauderdale Request for Proposals #12067-585 Property & Casualty Brokerage and Consulting Services Page # Section 4.2.1: Table of Contents 1 Section 4.2.2: Executive Summary 2 Section 4.2.3: Experience & Qualifications 4 Section 4.2.3: Approach to Scope of Work 21 Section 4.2.5: References 38 Section 4.2.6: Minority/Women (M/WBE) Participation 39 Section 4.2.7: Subcontractors 40 Section 4.2.8: Required Forms 41 Proposal Certification Cost Proposal Non -Collusion Statement Non -Discrimination Certification Form Local Business Preference (LBP) Contract Payment Method Sample Insurance Certificate Florida General Lines Property &Casualty Insurance License City of Fort Lauderdale — RFP 1412067-585 Property & Casualty Brokerage and Consulting Services 1 PUBLIC RISK INSURANCE AGENCY ection .2. Executive Summary City of Fort Lauderdale — RFP #12067-585 Property & Casualty Brokerage and Consulting Services November 2, 2017 City of Fort Lauderdale Ms. Ann Debra Diaz, Senior Procurement Specialist Procurement Services Division 1n.dr.ews-Auen.u.e,--#619- Fort Lauderdale, FL 33301 RE: RFP 12067-585 - Property and Casualty Brokerage and Consulting Services Dear Ms. Diaz: It is with great pleasure that Public Risk Insurance Agency (PRIA), a wholly owned subsidiary of Brown & Brown, Inc., submits this response to your RFP for Property and Casualty Brokerage and Consulting Services. We trust that you will find the response contained herein to be concise in demonstrating our understanding of the City's solicitation for a qualified professional insurance agency. Brown & Brown, Inc. was founded in 1939 in Daytona Beach and has since grown to be the 6rh largest insurance intermediary in the United States. That growth has pushed our company beyond 200 offices nationwide, with more than 8,600 teammates. In Florida, we have more than 53 offices, comprised of approximately 2,500 teammates writing more than $2.5 Billion in annual premiums. PRIA has excelled in the public entity niche business for more than 25 years and represents the lion's-share of Brown & Brown's governmental practice within the State. PRIA is the largest and most proficient public entity insurance broker in Florida with 250 of Florida's governmental entities as clients. Our operations include 23 dedicated insurance professionals located in the company's Daytona Beach headquarters. Specific detail of the service team assigned to the City can be found in Section 4.2.3 Experience and Qualifications. It is our intent to demonstrate our firm's willingness and ability to provide the requested services as outlined in our RFP response, PRIA's philosophy is and always will .be to exceed our clients' expectations while maintaining high professional and ethical standards. City of Fort Lauderdale — RFP #12067-585 Property & Casualty Brokerage and Consulting Services 2 PRIA is uniquely qualified to provide the services outlined in this RFP and to exceed the expectations of the City. PRIA has had the distinct pleasure of managing the City's Property, Casualty and Excess Workers Compensation insurance program since 2009. During our tenure, we have provided the City with significant program improvements, lowered insurance costs and provided unwavering support to the risk staff. Our objective is to earn the City's business by working hard every day and continue exceeding expectations. Enclosed are all required documents and information. Every effort was made to concisely provide all requested information, all required completed forms, and succinctly illustrate our understanding of the required scope of services as well as other services provided by or recommended by PRIA. Please consider this signed document as evidence that this proposal is in all respects fair and in good faith without collusion or fraud. The signer has the authority to bind the principal proponent. We are available at the request of the City to participate in any oral interviews. Please feel free to contact me should you need further clarification of our proposal. Sincerely Matthew Montgomery Executive Vice President City of Fort Lauderdale -- RFP #12067-585 Property & Casualty Brokerage and Consulting Services 3 ection 4E2ft3 Experience & ualifications City of Fort Lauderdale — RFP #12067-585 Property & Casualty Brokerage and Consulting Services PUBLIC RISK INSURANCE AGENCY Indicate the firm's number of years of experience in providing the professional services as it relates the work contemplated. PRIA has provided insurance placement and risk management consulting services to Florida public entities for 25 years, Our operations and procedures are designed specifically and solely for the public sector. ,__.. 'I"h.e_'eam_Leader_fo.r_.th.eLitya.s_PauLIlawsan,_P_.a.u1_has._2.2-years o hands-on Florida .p.ub is entity insurance and consulting experience. Provide details of past projects for agencies of similar size and scope, including information on your firm's ability to meet time and budget requirements. Indicate the firm's initiatives towards its own sustainable business practices that demonstrate a commitment to conservation. PRIA has successfully managed the property and casualty insurance needs of the City of Fort Lauderdale since 2009, Our track record with the City reveals that we deliver what we promise. The City's risk management program has never remained stagnant under our watch. We have consistently delivered significant reductions in premiums as well as reducing the City's overall cost of risk. We understand the importance of establishing and adhering to timelines. Our process is to establish deadlines for each step of the insurance renewal process. We work closely with clients to gather underwriting data and submit applications within predetermined timeframes to ensure the entire renewal process stays on track. We also update clients during the entire submission process so there are no surprises or if deadlines need to be adjusted. Well in advance of formal quoting, we provide premium estimates and coverage improvement goals. Again, the goal is to meet every objective to maintain our clients' peace of mind. In actual "hands on" experience with public entities like the City of Fort Lauderdale, PRIA is unmatched. We currently manage risk transfer and retention programs for 35 large public entities that have self -insured casualty and workers' compensation programs as well as large property insurance placements, Specific examples of our experience with local governments with programs very similar to the City's include: Cities of Miami, Naples, North Port, Palm Bay, Ocala, Sarasota, Tallahassee and West Palm Beach Counties of Brevard, Citrus, Lee, Marion, Okaloosa and Sarasota This experience greatly improves our ability to create and manage large risk management programs. We have over 20 years of real world, firsthand experience with virtually every aspect of public entity risk management. Our 97% overall client retention speaks volumes for our expertise in putting this experience to good use for our clients. City of Fort Lauderdale — RFP #12067-585 Property & Casualty Brokerage and Consulting Services 4 Iiitown:. rownt, PRIA Below are details of other projects for other public -sector clients of similar size and scope: City of Tallahassee ($3,700,000 Total Insurance Premium) PRIA was awarded Broker of Record in 2014 as a result of a statewide RFQ. PRIA manages all property, casualty and workers' compensation insurance programs. Accomplishments and improvements include: • Reduced the Casualty premium by $42,000 (11%) in the first renewal handled by PRIA. This included several significant coverage improvements. • Reduced the property premium by $557,400 (14%) in the very first renewal handled by PRIA with no reduction in coverage. • In the 2016 property renewal, PRIA negotiated savings of $534,760 (16%) AND increased the wind storm limit by $300M ($700M to $1B). • Total Savings to the City in just two years is over $1,000,000. Brevard CountE.BOCC ($1,700,000 Total Insurance Premium) PRIA was awarded as the County's Agent of Record in a state-wide Request for Qualifications process in March 2014. The former agent was AJ Gallagher. PRIA manages all property, casualty and workers' compensation insurance programs. In three short years, we have accomplished the following: • In the first property insurance renewal (2014) PRIA reduced the overall property premium by $282,948 through better negotiating and realigning carriers. This was a 15% rate reduction! • Reduced the number of carriers on the program from 9 to 5. • Greatly improved the property coverage terms by: o Upgraded loss valuation from Margin Clause to Blanket coverage o Reduced the High Hazard flood deductible o Increased several sublimits O Provided a Claims Preparation Expense limit of $100,000 (zero prior) • The 2015 Property renewal resulted in a rate reduction of 10%. • The 2016 Property renewal provided a rate reduction of 10% • The 2017 Property renewal provided another reduction of 8.5% • Total savings to the County in just three years is over $520,000! City of Fort Lauderdale — REP #12067-585 Property & Casualty Brokerage and Consulting Services 5 PUBLIC RISK INSURANCE AGENCY Sarasota County BOCC ($3,066,000 Total Insured Premium) PRIA was awarded as Broker of Record in April 2007, June 2012 and June 2015. A summary of our accomplishments and improvements on behalf the County can be found below. PRIA manages all property, casualty and workers' compensation insurance programs. • Reduced the total property premium by $1,720,000 ($3,650,000 to $1,940,067) in • Increased the property wind loss limit by $25,000,000 ($100M to $125M) • Increased the flood coverage limit by $9,000,000. The previous agent had not proposed or recommended NFIP coverage. PRIA discovered the oversight and assisted in obtaining flood certificates and placing the appropriate flood coverage with NFIP. • Placed property insurance coverage for all utility structures with a utility insurance specialty carrier resulting in greatly reduced cost and much better coverage. • PRIA recommended including the County's Excess Workers' Compensation insurance in our Broker Service agreement at no additional cost to the County. This saved the County $31,500 in commissions paid to the former agent handling this policy. • PRIA improved insurance requirements for contractors and the process of contractual transfer with contractors and vendors. PRIA provided guidance and assistance in drafting new procedures and requirements. • Upgraded the property schedule to include significantly better exposure detail including roof covering, shape of roof, flood zone, and distance to the Gulf information. This information yielded a more favorable wind loss probability model and resulted in better property rates. • The most recent property renewal resulted in another rate reduction of 9% and improvements in coverage terms. The County's current property rate ($.285) is more than 40% less than the rate the County paid in 2013. Brown & Brown is committed to minimizing our businesses impact on the environment. We have been a "paperless' organization for many years and have an active recycling program in our individual offices. Brown & Brown's preference is to occupy LEED certified buildings and the new corporate headquarters will be LEED certified state of the art building! Indicate business structure, i.e. Corporation, Partnership, LLC. Firm should be registered as a legal entity in the State of Florida. PRIA is a wholly owned subsidiary of Brown & Brown, Inc. Brown & Brown is Florida domiciled, public corporation. Our stock is traded on the New York Stock Exchange. Minority or Woman owned Business (if applicable). N/A City of Fort Lauderdale — REP #12067-585 Property & Casualty Brokerage and Consulting Services 6 PUBLIC RISK INSURANCE AGENCY Company address, phone number, fax number, E-Mail address, web site, contact person(s), etc. physical Address: 220 S. Ridgewood Avenue, Suite 210 Daytona Beach, FL 32114. Phone Number: (386) 239-4045 Email Address: pdawsonabpria.com Main Contact: Paul Dawson, ARM-P Mailing Address: P.O. Box 2416 Daytona Beach, FL 32115 Relative size of the firm, including management, technical and support staff Our Company Brown & Brown, Inc. is the 6th largest insurance intermediary in the United States with 200 offices nationwide and more than 8,600 teammates. In Florida, we have more than 53 offices, comprised of approximately 2,500 teammates writing more than $2.5 Billion in annual p remiums. Governmental Practice Nationally, our Public Entity insurance portfolio contains more than $175 Billion in total insurable values (TIV) represented by our team of insurance professionals. This has been accomplished by balancing our strong local and state presence with corporate expansion into national and international insurance markets. Brown & Brown provides world class insurance services and product offerings to public entities of all shapes and sizes. In Florida, our representation of public entities ranges from small towns and counties, large cities and districts, and now includes the State of Florida property program. We also place insurance on behalf of jumbo public entity pools in Florida, Washington, New York and Illinois. These placements cover the gamut of insurance lines from property, casualty and workers' compensation, to life and health; span the range of risk management strategies from first dollar to large self -insured retentions, and can cover everything from excess property and casualty to the placement of reinsurance coverage for risk pools and large public entities utilizing alternative risk transfer strategies. City of Fort Lauderdale — RFP #12067-585 Property & Casualty Brokerage and Consulting Services 7 UC RISK INSURANCE AGENCY PRIA's Footprint PRIA has excelled in the public entity niche business for more than 25 years and represents the lion's-share of Brown & Brown's governmental practice within the State. PRIA is the largest and most proficient public entity insurance broker in Florida with 250 of Florida's governmental entities as clients. We offer the unique combination of a "boutique" public entity brokerage with the resources of a large national broker that allows us to negotiate better terms and conditions, create specific service plans based on our client's goals and objectives, as well as provide the best .s.e_rvire nts._.We_ax _a comple .ely_.indep_e.ndent...age.n.cy_wi.th_no_ves.t.ed_in.ter_est_in_any__ insurance carriers or insurance trusts. PRIA operates as a truly unbiased broker/consultant with focus solely on doing what is best for our clients. Our operations are unique: • PRIA currently represents over 250 of Florida's governmental entities O 22 Counties O 65 Cities O 7 Public School Districts O 7 Public Universities o State of Florida o Many other Special Taxing Districts • Only retail agency in Florida 100% committed to Florida's public entities. • PRIA has served Florida governments exclusively for over 25 years. • We place $110 million of annual premiums for our Florida clients • Staff Includes 23 insurance professionals o Personnel have over 300 years of combined insurance experience o All staff members are encouraged to continue their pursuit of knowledge by continuing educational endeavors. o Most staff have professional insurance/risk designations, including: 7 Bachelors of Science - Risk Management/Insurance and Finance ■ ARM - Associates in Risk Management RMPE - Completion of Risk Management for Public Entities course ■ CIC - Certified Insurance Counselor ■ CISR - Certified Insurance Service Representative ▪ CRM - Certified Risk Manager ■ CSRM - Certified School Risk Management • Professional Affiliations - PRIA is involved to industry organizations to include: o Risk Management Society (RIMS) o Public Risk and Insurance Management Association (PRIMA) o Florida League of Cities (FLC) o Florida Association of Counties (FAC) o Florida City and County Managers Association (FCCMA) o Florida Governmental Finance Officers Association (FGFOA) o Florida Public Human Resources Association (FPHRA) o Florida Educational Risk Managers Association (FERMA) o Florida School Board Association (FSBA) OMINVIIMMIRAPOLUIREIMMIAIIISMI City of Fort Lauderdale -- RFP #12067-585 Property & Casualty Brokerage and Consulting Services 8 rdwrt. roan PRIA PUBLIC RISK INSURANCE AGENCY Staff Qualifications and Experience Please see resumes and key team members below. ATTHEWMONTGOME: Florida State University, BS Degree, Philosophy PRIA / Brown & Brown - 2013 to Present Florida DHSMV- 2012 to 2013 Southern Strategy Group - 2007 to 2012 US Senate - 2002 to 2007 2-20 General Lines Agents License, State of Florida 2-15 Life, Health, and Variable Annuities License, State of Florida 15+ years of Florida Governmental Experience Senior Vice President / Account Executive Valencia College Associates in Risk Management (ARM) Risk Management for Public Entities (RMPE) PRIA - 1995 to Present E.I. DuPont - 1987 to 1995 2-20 General Lines Agents License, State of Florida 22+ years of Florida Public Entity Experience City of Fort Lauderdale — RFP #12067-585 Property & Casualty Brokerage and Consulting Services 9 Vice President / Account Executive University of Central Florida, B.A. Business Admin/Finance :ROBIN F IRELOTH, CISR Certified Insurance Counselor,(CIC) �Risir Maniagem nt forPublic Entit"ieS (RMP'E;)" PRIA / Brown & Brown - 1990 to Present 2-20 General Lines Agents License, State of Florida 17+ years of Florida Public Entity Experience Director of Operations Florida State University, B.S. Risk Management/Insurance & Finance Certified Insurance Service Representative (CISR) Certified School Risk Management (CSRM) _......__._..._.Risk Management for Public Entities (RMPE) PRIA - 2004 to Present State Farm - 1998 to 2004 2-20 General Lines Agents License, State. of Florida 2-15 Life, Health, and Variable Annuities License, State of Florida _..._.. _..._.... _ _.._r__..._...__.....1-20 Surplus Lines License, State of Florida_ City of Fort Lauderdale - RFP #12067-585 Property & Casualty Brokerage and Consulting Services 13+ years of Florida Public Entity Experience 10 Risk Management Department Leader University of Florida, BS Degree, Business Administration __.._.._.. - Management Certified Insurance Counselor (CIC) _._. _Cert fi -d Rislc'manager (CRMI. RisIc Management for Public Entities_RMPE) 4 -^� PRIA - 2011 to Present Caton Hosey Insurance Agency - 2007 to 2011 2-20 General Lines Agents License, State of Florida 1-20 Surplus Lines License, State of Florida 6+ years of Florida Public Entity Experience City of Fort Lauderdale — RFP #12067-585 Property & Casualty Brokerage and Consulting Services 11 PUBLIC RISK INSURANCE AGENCY Individual Team Member Qualifications Mr. Paul Dawson, ARM-P — Senior Vice President/Account Executive Mr. Dawson will serve as the Account Executive, the individual ultimately responsible for analyzing and designing the insurance program, marketing, negotiating with insurers and other service providers. He will communicate with the City's decision makers throughout all aspects of the insurance placement and will be available for all meetings, presentations or workshops at the City's Mr. Dawson currently serves 30 public entity clients, ranging in size from small special taxing districts to large self -insureds. These include the Cities of Tallahassee, Ocala, Fort Lauderdale, Miami Gardens and Sarasota; Counties of Brevard, Citrus, Clay, Flagler, Sarasota, and Marion; to name a few. He has over22 years of public entity insurance/risk management experience including focus in the following areas: • Contractual risk transfer and indemnification language • Insurance and self-insurance program and policy design • Risk retention and transfer analysis • Local government financing and budgeting • Public Entity Law (FL Statues governing tort liability, procurement, court rulings, etc.) • FEMA coordination and Stafford Act interpretation • Claims advocacy • Large multi -layered property design and placement • Informational and educational presentations Key functions include but are not limited to: • Responsible for continual communication with the City and available for advice and consultation on all risk management issues • Analyze and evaluate current program strengths and weaknesses • Establish program goals, timelines and strategies • Evaluate underinsured or uninsured exposures of the City • Design alternate risk transfer options • Perform contractual risk transfer reviews and provide recommendations if needed • Assist in drafting reports and analysis for senior management • Engage in direct negotiations with insurers for optimal terms • Present renewal options and attend public meetings in support of renewal recommendations. • Act as a claim advocate for all claim conflicts and issues • Coordinate and attend claims meetings • Review loss reports quarterly • Coordinate requests for FEMA public assistance directly with FEMA • Establish estimate renewal pricing annually • Communicate industry trends, changes and emerging solutions • Monitor client satisfaction and program efficiencies City of Fort Lauderdale — REP #12067-585 Property & Casualty Brokerage and Consulting Services 12 PUBLIC RISK INSURANCE AGENCY Mr. Dawson's experience, expertise and personal history in serving the risk management needs of public entities separates him from all other peers. The capabilities of Mr. Dawson have been recognized by independent consultants and experienced risk managers throughout Florida. Evidence of this can be found in recent RFQ contests for broker services at City of Tallahassee, Brevard County, Orange County School Board, City of Ocala, Clay County, City of Sarasota, Sarasota County, Citrus County, Okaloosa County, and City of Fort Lauderdale. In each contest, PRIA and Mr. Dawson prevailed and were chosen as the most qualified agency. Ms. Brittany O'Brien, CRM, GIC — Risk Management Department Leader PRIA's account manager will be Brittany O'Brien, CRM, CIC. She will be responsible for the daily and frequent service needs of the City. Both Mr. Dawson and Ms. O'Brien will work as a team handling the day-to-day service issues for the City that arise. Ms. O'Brien is well versed in responding to service requests, issuing certificates of insurance, maintaining property, vehicle and equipment schedules, claims handling as well as general requests for service. Ms. O'Brien boasts an impressive record of quality service and routinely receives accolades from her clients. She currently handles some of PRIA's largest and most complex clients and is well trained and experienced in handling custom insurance programs. Key functions include but are not limited to: • Quote/Binder/Policy review for accuracy • Proposal/Binder/Policy delivery • Invoicing, certificates and general inquiries • Audits and premium adjustments • Carrier premium payments • Property, auto and inland marine schedule maintenance • Provide up-to-date schedules of insurance coverage • Creation and assembly of reports, claims data and loss history summaries Corporate Liaison PRIA's executive leader is Mr. Matthew Montgomery. Mr. Montgomery's responsibility is to ensure that all Brown & Brown resources are made available to the City and is ultimately responsible for the quality service of the entire PRIA organization. As a member of the Brown & Brown corporate senior management team, Mr. Montgomery can be a valuable resource to the City. Back Up Team Members To ensure continuity of quality service we have assigned backup personnel for Mr. Dawson and Ms. O'Brien. These individuals will work in the background to stay current with any issues or ongoing projects and will be primary contacts should either Mr. Dawson or Ms. O'Brien be unavailable for an extended time. Ms. Michelle Martin will back up Mr. Dawson and Ms. Robin Faircloth will back up Ms. O'Brien. Resumes for team members are enclosed and all PRIA team members are located in our Daytona Beach office. Resumes for all team members are included directly following this page. City of Fort Lauderdale — RFP #12067-585 Property & Casualty Brokerage and Consulting Services 13 PUBLIC RISK INSURANCE AGENCY EXPERIENCE Matthew Montgomery Executive Vice President Public Risk Insurance Agency Risk Management Associates, Inc. dba Public Risk Insurance Agency (a wholly owned subsidiary of Brown & Brown, Inc.) 2015 to Present. Executive Vice President Responsible for the executive oversight of Public Risk Insurance Agency. Additional dales includeprod Winn, mark ting_.and..s.e.rvice_of.p.ubli.c..entity_insurance_programs_ and accounts. September 2013 -2015. Account Executive Responsibilities include direct consulting with clients to identify and analyze risk exposures and coverage needs, and develop and design individualized insurance programs. Professional client services include oversight of insurance and risk management programs, including claims advocacy, internal policy and procedures development, and contract review. Florida Department of Highway Safety and Motor Vehicles May 2012 - September 2013. Legislative Affairs Director Served as the lead on all departmental advocacy before the legislature, including all lobbying on behalf of the Florida Highway Patrol. Responsibility for all budget, legislation and securing funding to run one of the largest state agencies in Florida. Southern Strategy Group December 2007 - May 2012. Partner Lobbyist Advocated on behalf of clients such as Disney, Apple, NASCAR, BCBS, and CVS. Partner in the_largest--state-level_Lo.bbying firm in -the -country. Expe-rience--lobbying-the Executive and Legislative branches at all levels. Florida Department of Agriculture and Consumer Services January 2007 - December 2007. Deputy Director, Office of Legislative Affairs Legislative advocacy for Cabinet Level agency focusing predominantly on the House of Representatives. Charles H. Bronson Campaign January 2006 - January 2007. Deputy Campaign Manager Responsibilities included all internal organization of contributions, volunteers, scheduling, and communications. United States Senate, Office of Senator Bill Nelson (FL) December 2002 - June 2006, Assistant to the Chief of Staff Responsible for incoming communications which included over 300 calls a clay and over 100 pieces of written communication. EDUCATION Florida State University, BS Degree, Philosophy LICENSES 2-20 General Lines Agents License, State of Florida 2-15 Life, Health, and Variable Annuities License, State of Florida City of Fort Lauderdale - RFP #12067-585 Property & Casualty Brokerage and Consulting Services 14 PUBLIC RISK INSURANCE AGENCY EXPERIENCE Paul Dawson, ARM-P Senior Vice President / Account Executive Public Risk Insurance Agency Risk Management Associates, Inc. dba Public Risk Insurance Agency (a wholly owned subsidiary of Brown & Brown, Inc.) 1995 to Present. Senior Vice President / Account Executive _Responsibilities include direct.consulting with clients to -identify and -- ------ analyze risk exposures and coverage needs, and develop and design individualized insurance programs. Professional client services include oversight of insurance and risk management programs, including claims advocacy, internal policy and procedures development, and contract review. Effective and efficient communication methods for elected board presentations, committee meeting participation, and coordination of daily staff service objectives. E.I. DuPont 1987 to 1995 Safety Manager, Southeast District Large Account Representative. Responsibilities included implementation of ISO 9000 programs, new product marketing plans, fleet safety and employee training. EDUCATION Associates in Risk -Management (ARM) Risk Management for Public Entities (RMPE) Valencia Community College LICENSES 2-20 General Lines Agents License, State of Florida PROFESSIONAL FAC - Florida Association of Counties AFFILIATIONS FLOC - Florida League of Cities FERMA - Florida Educational Risk Management Association FSBA - Florida School Board Association PRIMA - Public Risk Insurance Management Association, Associate Member & Speaker AREAS OF SPECIAL EXPERTISE Florida Public Entity Large Property Insurance Programs Alternative Risk Financing and Implementation FEMA Regulations Contractual Indemnification and Risk Transfer Catastrophic Modeling (AIR & RMS) Florida Public Entity Law City of Fort Lauderdale — RFP #12067-585 Property & Casualty Brokerage and Consulting Services 15 EXPERIENCE EDUCATION Michelle Y. Martin, CIC Vice President / Account Executive Public Risk Insurance Agency Risk Management Associates, Inc. dba Public Risk Insurance Agency (a wholly owned subsidiary of Brown & Brown, Inc.) 2005 to Present. Vice President / Account Executive Responsibilities include direct consulting with clients to identify and analyze risk exposures a-micov_erage_ne-eds;-and..develop land -de sign irrdivrdnalized- insurance " programs. Professional client services include oversight of insurance and risk management programs, including claims advocacy, internal policy and procedures development, and contract review, Effective and efficient communication methods for elected board presentations, committee meeting participation, and coordination of daily staff service needs. Brown & Brown, Inc. 2004 to 2005. Vice President, Risk Management Division/Account Executive. Developed this division to enhance risk management services, cultivate new and existing client relationships, and concentrate marketing efforts for the agency's largest commercial accounts and other niche business, including governmental entities. Programs concentrated in National Accounts, Alternative Risk Finance Techniques, and Self -Insurance. 2002 to 2004. Vice President, Marketing Manager. Responsible for $170,000,000+ of premium volume for existing commercial and public entity accounts. 1994 to 2002. Account Executive. Focused on large account management, including business development, marketing and client relations/service. 1990 to 1994. Technical Assistant and Marketing Analyst. Handled large commercial and public entity insurance service, marketing, and quality control. University of Central Florida, B.A. Business Administration/Finance (cum laude) Certified Insurance Counselor (CIC) Risk Management for Public Entities (RMPE) Candidate for Associates in Risk Management (ARM) LICENSES 2-20 General Lines Agents License, State of Florida PROFESSIONAL RIMS - Risk and Insurance Management Society AFFILIATIONS PRIMA - Public Risk and Insurance Management Association FGFOA - Florida Government Finance Officer Association; Qualified speaker for continuing education Past: The Chamber, Daytona Beach/Halifax Area - Board of Directors, Executive Director of Civic Ballet of Volusia County, President of Downtown Daytona Kiwanis, Board of Directors Literacy Council; Ormond Memorial Art Museum and Gardens Board City of Fort Lauderdale - RFP #12067-585 Property & Casualty Brokerage and Consulting Services 16 EXPERIENCE EDUCATION LICENSES Robin L. Faircloth, CISR Director of Operations Public Risk Insurance Agency Risk Management Associates, Inc. dba Public Risk Insurance Agency (a wholly owned subsidiary of Brown & Brown, Inc.) April 2010 to Present. Director of Operations Oversee day-to-day operations for support staff and operational issues. Supervisor _--ofAe,ourztRepresentativestaff,provid : u.pport.fox:AMS_proced:ttres-.and:training Monitor processing procedures and maintain quality control standards for the office. Direct and support agency operational needs. Service of select accounts. October 2009 to April 2010, Director of Marketing Responsibilities are primarily focused on the coordination of renewal and new business marketing. In addition, the Director of Marketing assists the producers in enhancing renewal and new business proposals. This enhancement is supported by the gathering of data related to insurance market capabilities, coverage forms, and other relevant data sought by our clients to better inform them of their insurance program. July 2004 to October 2009. Customer Service Representative Responsibilities include working with mid -sized to large public entity clients. Handle requests for certificates of insurance, policy changes and endorsements, claims issues, and other daily servicing duties. Manage initial notices of claims. Track claims activity until adjustors close files. Help address conflicts that may arise from claimants, insureds, and carriers. Provide technical and clerical support for public entity service representatives. State Farm Insurance August 1998 to June 2004. Insurance Account Representative Performed a range of insurance and Financial sales and customer service functions. Handled the receiving, filing, and tracking the status of claims to facilitate appropriate resolutions, build customer satisfaction, expand account relationships. CIarified complex insurance terminology and procedures to educate customers. Responsible for incoming money and processed daily deposits. Trained and assisted all team members with day-to-day activities. Florida State University, BS Degree, Risk Management/Insurance and Finance Certified Insurance Service Representative (CISR) Certified School Risk Management (CSRM) Risk Management for Public Entities (RMPE) FEMA Public Assistance Program Candidate for Associate in Risk Management (ARM) 2-20 General Lines Agents License, State of Florida 2-15 Life, Health, and Variable Annuities License, State of Florida 1-20 Surplus Lines License, State of Florida City of Fort Lauderdale — RFP #12067-585 Property & Casualty Brokerage and Consulting Services 17 EXPERIENCE EDUCATION Brittany Spohn O'Brien, CIC, CRM Risk Management Department Leader Public Risk Insurance Agency Risk Management Associates, Inc. dba Public Risk Insurance Agency (a wholly owned subsidiary of Brown & Brown, Inc.) November 2014 to present. Risk Management Department Leader The Risk Management Department is comprised of individuals with in-depth knowledge-and7experienee--in-servicing.. our: -larger. --more .complex -accounts: Enhanced services include emerging market and exposure evaluation, claims/loss analysis, retention analysis, coverage/quote comparisons, flood exposure auditing, and appraisal analysis. March 2011 to November 2014. Account Manager Responsibilities include working with large public entity clients. Handle requests for certificates of insurance, policy changes and endorsements, claims issues, and other daily servicing duties. Assist the producers in enhancing renewal and new business proposals. This enhancement is supported by the gathering of data related to insurance market capabilities, coverage forms, and other relevant data sought by our clients to better inform them of their insurance program. Caton-Hosey Insurance - Port Orange, FL May 2007 - March 2011. Commercial Lines Account Manager Co -managed a book of business handling new and renewal business for multiple agents. Processed endorsements, policies, billing, rating, claims handling and certificates of insurance. Newman -Crane & Associates Insurance, Inc. - Orlando, FL May 2006 - 2007. Commercial Lines Customer Service Representative Processed endorsements, policies, certificates of insurance. Created flyers and brochures for marketing, Levings Group, Inc. -Gainesville, FL November 2004 - 2006. Account Representative Experience in various lines of insurance including commercial trucking, homeowner's, condominium, logging/equipment, commercial property, and builders risk. Processed endorsements, loss run requests, premium financing and certificates. Responsible for quoting, issuing, billing and maintaining insurance policies. Filed for home inspections on new and renewal homeowners policies. University of Florida, BS Degree, Business Administration - Management Certified Insurance Counselor (CIC) Certified Risk Manager (CRM) Risk Management for Public Entities (RMPE) Candidate for Certified School Risk Manager (CSRM) LICENSES 2-20 General Lines Agents License, State of Florida 1-20 Surplus Lines License, State of Florida City of Fort Lauderdale — RFP #12067-585 Property & Casualty Brokerage and Consulting Services 18 Licenses and any other pertinent information shall be submitted. p DEPARTMENT of FINA S RISK MANAGEMENT ASSOCIATES, INC. DBA PUBLIC _ 71-ZISI =TNSU NCE AGENC . _ 220 S RLDGEWOOD AVE SUITE 210 DAk'TONA BEACH FL 32114 Agency License Number L.018706 Location Nwnber•: 133164 Issued On 09/14/2006 Pursuant To Section 626.0428, Florida Statutes, This Agency Location Shall Be In The Active Full -Time Charge Of A Licensed And Appointed. Agent Holding The Required Agent Licenses To Transact The Lines Of Insurance Being Handled At This Location. .—"Pursuant To Subsection'62ti.172(4), Florida Statutes, Each Agency Location Must Display The License Prominently In A Manner That Iblakes It Clearly Visible To Any Customer Or Potential Customer Who . Enters The Agency Location. Jeff Atwater Chief Financial Officer State of Florida City of Fort Lauderdale — RFP #12067-585 Property & Casualty Brokerage and Consulting Services 19 PURL RISK INSURANCE AGENCY punwgrapafi iMmnatka Licensee Details Narne of Litensae; MONTGOMERY, MATTHEWRCBE.RT License MI W162537 Business Loutlon: DAYTONA BEACH:FLORIDA Types and Oases ofvecducseses TyP lOngnnal Issue Cotaiquahfytng APp i_ntnent INC! VAR ANNUITY& hEAo s LTM vyt y/m I 7y. < ,......_ _._. o.:rog:n(dt $,p S (PROP & CA ICDa of Licensee Details YES Name of Licensee: MARTIN,. NIICHELLE Y'VE7TTE License #: A15659 Badness Location: DAYTONA BEACH,FLORIDA 'Ypesand fzsses & var4.>t:n5et I.—.R--.,., r.,-mom.....,_,-.:„tj Typo iatigrnalIssue Date lQualifying Appointrnenti :GENERAL LiNESIFRCP•&CAS)Coxpu)66f ggy YES ,. _. e ^'=,,,ue.. zertpue._ r ,!,,,,,,M,.,.,.,.s"prtaf= Demagraparc IMo:matbn Licensee Details Na me of Licensee: O'BRIEN, BRITYANY R License #: P11542 Business Location: DAYTONA BEACH,FLORIDA Types and Cassesof Vadd Lenses yp,i(originallssueDateilualifyingAppointm_nti! T e 'GENERAL LINES LINES(oseo) ;15f61im5 DYES LINES ;PROP D CA61(cxzol' :o17!"007 1 YES .. �_.._..: :__�uL:•___:,�:.,.,:. �,Wow:w�s�:�:,::,:.�::.-.�.,:,�n,� City of Fort Lauderdale — RFP #12067-585 Property & Casualty Brokerage and Consulting Services De mf Licensee Details Nanxo of Licensee: DAWSON, WILLIAt 1 PAUL License #: Ao61S46 business Location. DAY1ONABeeACEt,FLORIDA 'Nesand C'esses oi'saM L-cescas w.M,.a.n,.. _ Typo �a. r. ,Pr. lnai lssua Dafe faT., !9:_ ivigltnent� GFNFR\LLI F.i PROP& CAS)Cn hililslss9g5 YES-- Penogrnphdr tururnsntiun Typo and Clas Licensee Details Nauru or Unmet,: PAIRCLOTId. ROBIN LEL' 1.kunw, th A,9.59-16 IFuotoc. s Location: DAYTON:\ BEACH:FLORIDA of Valid Licenses ,rSlsu OrlgumI issue !lace Quullfylnli A id amnia WI(il2CH10 I II1: (NCI. VAR ANNUITY & HEALTH 102 tit YJk'✓1f1U„ (t1;'1t•Rr1 .1. I.IN.L?S R fL'UI':LC'A:.i 1CU2..U1 71.1l vvs YkS ..._..'- _-- 20 ro\%n &, „ row P PUBLIC RISK INSURANCE AGENCY ection 4.2.4 Approach to Scope of ork City of Fort Lauderdale — RFP #12067-585 Property & Casualty Brokerage and Consulting Services Provide in concise narrative form, your understanding of the City's needs, goals and objectives as they relate to the project, and your overall approach to accomplishing the project Public Risk Insurance Agency is uniquely qualified to meet and exceed the risk management needs of the City of Fort Lauderdale. We have vast experience in marketing and accessing all competitive public entity insurers as well as an above average competency in designing cost effective risk transfer programs. Our approach to the RFP Scope of Services and to the overall needs of the City will be similar to our approach on behalf the City in the last eight years. We will continue to take a proactive and aggressive approach in pursuing continuous improvement in the City's programs and total cost of risk. Our efforts will be to mitigate unfavorable market trends and effectively manage emerging exposures. Focusing solely on the public entity risk market affords us intimate knowledge of trends and challenges that have a direct impact on our clients, We are very adept at identifying market changes and quickly creating a plan to ensure favorable outcomes for the City. A summary of our approach and abilities specific to the City's requested scope of services follows. Consultation 1. The selected broker, after award, will work closely with the City's Risk Manager in risk analysis, preparation of underwriting submissions/specifications, marketing, program design and carrier selection. It is expected that the insurance broker will be actively involved to ensure the proper coverage for whatever the program may require. Maintain contact with global insurance markets, which are interested, available, and qualified to provide insurance and loss prevention services to the City. The success of any risk management program begins with the evaluation of risks and exposures. Identifying, evaluating, and understanding exposure to loss is one of the very basic elements of our service commitment. We assess our client's loss exposure in many ways and degrees of intensity. Methods vary from simple property appraisals to comprehensive continued operation studies. We subscribe to a Flood Zone analysis service and determine accurate flood zones for our clients annually. We have been and will continue to be proactive in assisting the City with preparing submissions and maintaining close adherence to timetables. We will also continue to pursue the evaluation of all risk exposures new and old that the City faces. Typically, we research and evaluate these exposures not by peppering staff with questions but by conducting our own research. Because we are 100% focused on public risk solutions we are always exposed to emerging as well as dissipating insurers. We attend numerous public entity conferences and meet year- round with underwriters and brokers to ensure that we have more market intelligence than our competitors. City of Fort Lauderdale — RFP #12067-585 Property & Casualty Brokerage and Consulting Services 21 Risk Management Policy Development 2. Support the City's efforts in continual development of Risk Management Policies. This would include: presentation of industry standard practices; assistance in development of policies that support the goals of the City toward use of local resources; innovation in the design of risk funding of the City; and assist in presentations to policy and decision -making authorities. Inform the City of applicable federal and State compliance legislation, legislative trends and issues, and necessary governmental filings. Risk Management Policies are typically dynamic in nature due to the ever -changing risk environment. We utilize many local and industry resources to ensure access to innovations in risk management and to learn of other public entity practices that may assist the City. As innovations become known we share these with the City for possible implementation. To maintain knowledge of changes in Federal and State regulations we use industry watchdogs, daily email alerts and have regular contact with Tallahassee insiders when the State legislators are in session. We provide updates to our clients anytime a shift in the risk management Landscape occurs. For example, we provided updates and summaries of the recent Florida Supreme Court cases that affected Florida's workers compensation laws. We also keep abreast of all current regulations enabling us to provide quick and accurate advice on compliance and potential noncompliance. These include not only regulations affecting the City's operations but also the operations of vendors and contractors. Risk Assessmen t 3. Assist in the identification and evaluation of risk exposures the City faces and provide support and coordination with actuarial efforts on behalf of the City. Assist in the determination of the level of risk retention that is appropriate and recommend proper limits and coverages for risks/exposures common to similar size cities. Identifying, understanding and evaluating exposure to loss is one of the very basic elements of our service commitment. We assess our client's exposure to loss in many ways and degrees of intensity. Methods vary from detailed property appraisals to comprehensive continued - operation studies. We use risk identification and exposure analysis as the foundation of our risk management program design and recommendations. We have extensive experience with the analysis of all exposures that local government's face including but not limited to: City of Fort Lauderdale — RFP #12067-585 Property & Casualty Brokerage and Consulting Services 22 PUBLIC RISK INSURANCE AGENCY Property We run a RMS and AIR Probable Maximum Loss (PML) model for each large client and evaluate the large loss centers and the flood probabilities. We have provided the City with current RMS and AIR catastrophic modeling results for each property renewal to ensure that the insurance Loss limits are adequate and will be considered "reasonable" by State regulators. W.e�nake..s.ure...ta collect detailed property data ..re.lative._to._w.ind..re.s.is_tanc.e.for...locations over.. $200,000 in value. Our process involves identifying the roof covering, roof geometry, roof age and roof strapping (if any) of locations whose values exceed $200,000. This additional data greatly increases the accuracy of PML models and in turn better identifies and measures an insured's exposure to loss. It is also a tool used to negotiate better terms and conditions with carriers. Without the additional roof information the PML model will default to the worst value and thereby increase the PML value resulting in higher premiums. Prior to PRIA's involvement, the City's property schedule omitted much of the critical secondary characteristics necessary to ensure accurate property insurance pricing. We worked diligently and have included all necessary secondary information resulting in numerous rate reductions. Analysis of flood exposures is very important. FEMA will not provide public assistance for flood losses for structures that are located in a High Hazard flood plain (Zones A and V) unless coverage is purchased through the National Flood Insurance Program (NFIP) or the commercial marketplace. Consequently, we determine flood zones for all Locations on an annual basis. Structures that are located in A or V zones should be insured with NFIP or commercial policies at appropriate levels. The requirements that bond companies may have in place are also to be reviewed to ensure that the property insurance program meets those requirements. We also evaluate the need for and the proper levels of often overlooked property coverages such as: extra expense, contingent business income, boiler & machinery, increased cost of construction, building ordinance, equipment floaters, demolition costs, debris removal, utility interruption, pollution clean-up, sewer back up, property in the open, etc. City of Fort Lauderdale — RFP #12067-585 Property & Casualty Brokerage and Consulting Services 23 PUBLIC RISK INSURANCE AGENCY We accomplish all the above through various techniques, processes and tasks such as: • Property Site Inspection • Building Appraisals • Catastrophic wind, flood and storm surge models • Interviewing Key Personnel • Internet Research (City's website and local sites) • Financial Record Research (CAFR, Budget) —_toss Run-Repb'rYts �.... • Current Program Analysis and Review (Coverage Forms and Policies) Workers' Compensation Methods include review of Loss run reports, financial reports, actuarial reports, incident reports and interviews with key personnel and management. We also review the return to work programs, disciplinary procedures and safety programs that are currently in place. Liability Loss Exposures Thoroughly identifying these exposures can be complex due to the broad Iitigious nature of citizens and businesses. However, we have seen many different types of lawsuits and possess an intimate knowledge of the State and Federal Statutes that govern public entity operations and personnel. Consequently, our advice, counsel and recommendations are based on actual claims experience occurring here in Florida and many years of assisting other clients with similar issues. An example of the evaluation or risk retention and transfer for liability risk can be found in our recent project for the City's Auto Liability exposure. After an depth analysis, it was recommended to fully transfer this risk. This will provide broader coverage for the City's vehicle exposure. The basic methods of identifying exposures include: review of loss reports, review of financial reports, review and understanding of all operational functions, evaluating current and future contractual obligations, identifying key personnel, reviewing lease contracts, reviewing the City's policies and procedures manuals and general practices, etc. City of Fort Lauderdale — REP #12067-585 Property & Casualty Brokerage and Consulting Services 24 Risk Control 4. Provide resources to assist Risk Management in development and maintenance of a comprehensive risk control program, which will adapt to variations in scope and level of governmental services offered by the City. Provide recommendations on loss control measures based on claims history prepared by the Risk Management Division and the City's insurance carriers. _..The.continu.ed...success --of.any ..good -risk manage e-nt-program is -based on -consistent and efficient risk control and risk analysis. At PRIA we pride ourselves on providing quality and customized loss control. We promote and provide loss control, training and self -inspection tools that truly assist our clients in reducing and avoiding loss. Our loss control professionals are trained in ergonomics, driver safety, OSHA regulations, and many other aspects of safety and risk avoidance. Onsite visits with clients are performed initially and throughout the year in order to ensure proper assessment and follow through. In addition, benchmarking studies provide a set of clearly defined goals. These services assist in the development and successful completion of a service plan created to improve the overall loss history of an account. Ongoing education and training in all aspects of Safety and Risk Management to include, but not limited to: • General Safety Standards • Hazard Communication • Ergonomic Studies and Recommendations • Lock Out / Tag Out • Trenching Standard / Scaffolding • Confined Space Entry • Florida Drug Free Workplace • Blood Bourne Pathogens • Safe Driving / Defensive Driving • Boiler and Machinery Risk Assessments • OSHA Compliance • Accident Investigation • Employment Practice Seminars (Hiring, Firing, Discrimination, Title VII, etc.) Most of these services can be provided at no cost. Should the City require extensive field training PRIA will negotiate terms at cost and attempt to offset any fees charged by safety contractors. City of Fort Lauderdale — RFP tt12067-585 Property & Casualty Brokerage and Consulting Services 25 Risk Financing 5. Provide support to the City in development of risk financing plans that enable the City to success in its overall financial planning and budgeting. Coordinate with actuarial efforts and provide comprehensive information on market conditions and trends. Support innovation in design of financing mechanisms. PRIA constantly monitors the industry for new risk transfer mechanisms and ideas. Our _success has been in.no.-small part due -to our ability to evaluate and implement innovative risk- transfer programs. We have explored and implemented new ideas for the City and will continue to pursue innovative risk solutions as opportunities and exposures arise. Our efforts will be to mitigate the volatile fluctuations inherent in the South Florida property insurance marketplace and provide predictability and stability. An alternate risk financing structure currently in place is the $5M flat wind deductible within the property insurance structure. This deductible provides a predictable and consistent retention of risk to the City and to the marketplace. Updates on market trends will be provided whenever changes occur in the insurance marketplace or in the legislative space. For instance, we recently briefed the City's Insurance Advisory Board on the imminent changes in the commercial property insurance market. We assembled a summary of "white papers' from insurance experts and industry analytics to provide a concise summation and to accurately forecast the impact on the City. In order to mitigate the property market trends, we will be soliciting innovative risk financing structures to offer multiple solutions to the City for the 2-1 property renewal. Marketing 6. Marketing: No less than 90 calendar days prior to renewal of individual coverages, meet with the City's Risk Manager to present a marketing report This report is to provide the City with: current program evaluation; marketing timetable; ratings of markets to be approached; broker recommendations and reasons; and anticipated rates and premium. Organize the presentation of the risk financing plan and exposures to the appropriate markets. Review the presentation plan and documents with the City's Risk Manager for approval to proceed. Advise the City on methods of optimizing and developing high -quality relationships with the markets as a trusted client. Negotiate best terms, rates and conditions. Monitor the financial condition of insurers, including their ability to pay claims promptly, and advise the City whenever any insurer is downgraded by any rating agency. One of PRIA's core competencies is our knowledge of and relationship with competitive insurers. Our marketing process and philosophy is somewhat unique and can be summarized as follows: Do business with as many insurance markets as possible. Do not simply offer renewal and accept pricing from the same company year after year and limit our clients' options — be sure that we are getting the best deal for our clients every year. City of Fort Lauderdale — RFP #12067-585 Property & Casualty Brokerage and Consulting Services 26 rown ? & rows We believe that an agent's job is to utilize market forces and competition in the marketplace to be sure PRIA brings the most competitive insurance placements to our clients every year. This concept also underlines one of our core business principles: Always do what is best for the client. We have learned how to keep the markets' interest while conducting a competitive process in a professional manner. Our companies trust us. So, we maintain excellent market relationships — ALWAYS - in hard, soft, or stable markets. We are experts in designing and implementing custom insurance programs. One of our core strengths is the ability to _negotiate ..and..obtain._the.._ inclusion _of.inn.ouative.coverage_.t.erms_.from_ca.r.-riers...resulting in..-..... custom policies aimed at a client's specific risk needs. Our clients have benefitted from this approach in the past specifically in the many custom enhancements implemented in many of our property policies. Prior to each policy renewal PRIA meets with City staff to discuss probable outcomes, budget constraints, program design (retentions, limits, etc.) and current market conditions. Realistic outcomes are provided and a plan is developed. PRIA has maintained strict adherence to this methodology and will continue to meet every policy renewal goal. Our practice before recommending and implementing specific policies includes the written evaluation of the terms and conditions presented by insurance carriers. Our evaluation is generally presented in a spreadsheet format with objective criteria of each carrier quote compared with all other competitive quotes. Subjective criteria is also provided and usually includes the claim handling reputation of a carrier, length of time in the Florida marketplace and the probability that a carrier will assist the City if a difficult claim arises. Our goal is to align the City with insurers that treat the City as a partner and offer the best overall terms and conditions available. PRIA is uniquely qualified to accomplish this as we are one of the few agencies that have access to all competitive insurance carriers and programs accessible by agents. Insurance Proposals 7. Prior to submission, prepare a matrix of insurance proposals received, to include an evaluation of coverage, limits and cost. Submit recommendations no Iess than 45 days prior to the policy expiration dates. Please confirm that you can adhere to these dates or advise as to exceptions. We can and have provided the requested service. Our proposals include all of the requested data plus all actual quotes and responses from underwriters. City of Fort Lauderdale — RFP #12067-585 Property & Casualty Brokerage and Consulting Services 27 LIC RISK INSURANCE AGENCY Policy Language 8. Be responsible for verification of policy language, checking for: accuracy, appropriate form, compliance with requirements, proper application to risk, and client's intended needs as specified. Provide expertise in the interpretation and preparation of manuscript insurance policy forms and endorsements. PRIA has a thorough and extensive quality control process that assures the quality and ac.curacy..of..all.P.,RIA.-Client:Insurer. trans acti.o.ns..an.d..process es..T.h..i.s...inetudes the rev iew_ofall ....._... insurance policies, communications and invoices. It is imperative to maintain strict controls and protocols in all facets of our business to ensure that our clients' requests, communications and financial transactions are conducted with the utmost accuracy and consistency. PRIA's parent, Brown & Brown, utilizes a separate internal audit division to ensure that these protocols and procedures are strictly followed. This division is accountable only to the CEO of Brown & Brown. It is our intent to handle each of our client's transactions as expeditiously and accurately as possible. We strive to not only meet our client's expectations but to exceed them. We carefully document all transactions and communications of each client's program so that any employee can review that file and understand what has been done and what needs to be done for that client. We review each policy for accuracy using a detailed checklist. Our checklist contains not only standard policy terms but also any custom terms and conditions that we have negotiated for our clients. We have extensive experience in developing and implementing custom policy language and have done so on behalf the City in the past. Insurance Policies 9. The selected broker will work with the City's Risk Manager to negotiate and purchase the following insurances (but not limited to the following): Accidental Death and Dismemberment (Police and Fire only), Public Officials, Employment Practices Liability, All Risk Property & Terrorism (See Attachment A & B for SOV), Blanket Crime, Aviation General Liability & Terrorism, Cyber Liability, Police Liability, Event Cancellation, and Excess Workers' Compensation Insurance, See Attachment C for a summary of the City's current policies. Provide the City with certain reports, at appropriate policy intervals, to include the following: loss reports and loss prevention programs/recommendations; insurance market trends and outlook; and risk retention recommendations and philosophy. Our ongoing service commitment includes the full marketing and evaluation of all current insurance policies and programs. We are also committed to analyzing the possible risk transfer of currently retained and new exposures on an ongoing basis. City of Fort Lauderdale — RFP #12067-585 Property & Casualty Brokerage and Consulting Services 28 Loss Management 10. Assist the City in proper management of information regarding losses. Provide expert assistance in the settlement of major claims and losses. Serve as liaison between the City and the insurance carriers to assist in the timely and proper resolution of claims. Assist the City in periodic evaluation of claims handling and administration, and reserves for self insured retentions. Comment and make recommendations regarding major losses incurred by the City during the previous and current policy periods. PRIA is committed to exceptional claims advocacy and providing meaningful claims assistance. We are routinely engaged with carriers to expedite the successful finalization of open claims. We are also not shy about acting as a claims advocate for our clients. We have successfully negotiated favorable claims settlement terms with carriers on many occasions. For example, we facilitated a wire transfer of over $5 million to the City of Pensacola shortly after the Hurricane Ivan loss in 2004. PRIA has extensive experience assisting our clients with claims both large and small. Our position is that we work for and represent our clients and not the insurance carriers. The City will never question which side of the fence we are on. As a claim's advocate, we will work closely with you and directly on your behalf with insurance carriers. We are willing and able to coordinate and attend claims meetings in an effort to resolve claims quickly and equitably. We have a staff member whose primary function is to ensure that all claims submitted through our office are received and acknowledged by an adjuster within 24 hours. We also follow up with adjusters on large open claims to ensure claims handling is in step with the client's desires. Our vast claims handling experience has also led us to develop unique programs such as our FEMA Coordination program. This service was created in response to the difficulty that most public entities experienced in dealing with FEMA after the major storms in 2004. Our first initiative was to gain an intimate understanding of the Stafford Act and its implications in providing public assistance funds in Florida. We then met directly with FEMA representatives in the Lake Mary Long Term Disaster Recovery office and quickly established a procedure and protocol with FEMA personnel that will improve their ability to quickly pay public assistance funds to our clients. We have also coordinated the efforts of the insurance company's loss adjusters to better align with the data that FEMA requires on their Project Worksheets. These Project Worksheets are an integral part of FEMA's reimbursement process and can significantly slow the process if they are not completed accurately. PRIA is currently assisting the City with Hurricane Irma claims by actively pursuing the quick and expeditious closing of the insurance claims process. This will in turn provide for a faster turnaround of public assistance grants. We are also assisting in all correspondence with State DEM officials to ensure no delays in the approval of the City's current insurance program. City of Fort Lauderdale - RFP #12067-585 Property & Casualty Brokerage and Consulting Services 29 PUBLIC RISK INSURANCE AGENCY Billing 11. Broker is responsible for billing of premiums to the City of port Lauderdale, Servicing broker's billed retail insurance premiums are to be net of commission, except where required by law/rule. All invoices are to be e-mailed to acctspayable@fortlauderdale.gov with a copy to Risk Management. We are willing and able to comply with this request. Annual Report 12. Broker is responsible for producing an annual report within 45 days of the end of the fiscal year for the City, This report is to include: a schedule of policies in force, premiums, losses, commissions and fees earned or waived, developments and trends in the markets for these coverages; and proposals for change in the City's coverages. Both formal and informal reports are currently provided and will be in the future. Stewardship reports can also be provided if so desired by the City, Availability 13. The account executive and team assigned to the City are to be able to accommodate consultation on as -needed basis. Please offer information as to what can reasonably be expected for a turn- around time for phone calls and e-mails. Specifically advise as to who the City's first point of contact will be and the resume/qualifications of that person. Mr. Paul Dawson will be the first point of contact for the City of Ft. Lauderdale. Ms. Michelle Martin and/or Brittany O'Brien will serve as his backup. Emails and phone calls will be returned within 24 hours. Most service requests such as certificates of insurance will be provided within 24 hours as well. We are able to respond to most inquiries both simple and complex, immediately. On rare occasion, we may seek the expert advice of outside resources such as attorneys or underwriters in which case our response is generally one to two days. Resumes for all team members can be found starting on page 9. City of Fort Lauderdale — RFP #12067-585 Property & Casualty Brokerage and Consulting Services 30 PRIA PUBLIC RISK INSURANCE AGENCY Contract Review 14. Provide a thorough review and recommendations on contracts, leases and other agreements to assess the adequacy of insurance, assumption of liability and other risk management issues. For purposes of RFPs, the broker will receive a draft of the RFP that is scheduled to be issued and will be asked to suggest how the insurance section should be worded. The broker will also need to advise if the indemnity and hold harmless provisions are adequately worded to protect the interests of the City. The broker should anticipate a consistent volume of these reviews and at tildes_they.may..nee l.lq_be,.completed_the.someday.Assistance_on_certifica.tes_of.insurance.. will also be requested on an as -needed basis. We believe that one of the most critical areas of risk exposure lies within contract liabilities; therefore, we provide contract analysis for our clients, including developing customized templates for vendor requirements for use by procurement and other departments. We can conduct training sessions with procurement personnel to ensure implementation of new standards is efficient and understood. In addition, we can assist in setting up a management system for certificate of insurance compliance and provide certificate review for compliance. There have been numerous court cases in recent years that resulted in a broadening of local government liability exposures as well constriction of sovereign immunity protections. It is therefore imperative to remain knowledgeable of these precedents and their impact on the City's risk management program. We remain vigilant in maintaining a level of knowledge of these cases and adjust our programs and consultation accordingly. We also make it a point to stay current with changes to ISO policy coverage forms. There have been many new forms introduced by ISO. Many provide less coverage for insureds and additional insureds. It is imperative to stay current as many of these forms do not provide the same level of protection to the City as the older forms. We have most recently used all of our experience and expertise in assisting the City with drafting new effective insurance language for the City's third -party agreements. These new specifications will provide better protection for the City's contractual exposure for all future transactions with vendors and contractors. City of Fort Lauderdale -- RFP #12067-585 Property & Casualty Brokerage and Consulting Services 31 Special Events 15. The broker will be asked to comment and recommend what coverage requirements should be required of third parties requesting use of City owned property. In your response, please offer a narrative ofyour experience with various types of events and your methodology behind how you determine the types of coverages and limits that may be required, PRIA has recently completed assisting the City in drafting updated insurance requirements fo.r„.the_.City's_.ve.ndors,_ .contractors .and __th.ird-party-_agree rnents._Th.ese _requirements -re.fl.ect - current changes in the standardized insurance policy forms and provide a more effective transfer of risk onto third parties that use City facilities. The methodology used in establishing insurance requirements for the third -party use of City facilities is based on exposure to loss of City property and the vicarious exposure to loss by a third party as well as the City's desire to provide "fun and rewarding recreation programs" in a safe environment. A third party could be an invitee of the facility user, participant in a non - City sponsored activity or a third party injured by a facility user. All scenarios should be contemplated. The basic requirements should include an indemnification agreement signed by the third party indemnifying and holding the City harmless for any and all actions or inactions of the third party and losses arising out of the third party's event. Insurance requirements should be relative to the exposure i.e. general liability for bodily injury and property damage risks. The City should be an additional insured on all liability policies to protect the City from vicarious litigation and claims management costs. Limits for this insurance vary amongst cities in Florida but generally run between $500,000 and $1,000,000. There are various mechanisms available to the City to ensure users have proper insurance. One method is to develop a Tenant Users Liability Insurance Program (TULIP) can often help decrease the cost to third party users. Since the City would own the program, it would be easier to control the levels of insurance and adequacy of coverage. On-line programs are available that would require minimal administrative burden. We review the requirements for specific events that may be out of the ordinary. Recommended requirements for these events are based on level of hazard, number or participants, length of event, and exposure to the City. We are currently in the process of evaluating the exposure to hostile threats and active shooter liability during special events. Our evaluation is near completion and will include options to transfer the risk and improve the City's potential response to a tragic event, should one occur. City of Fort Lauderdale — RFP #12067-585 Property & Casualty Brokerage and Consulting Services 32 Loss Development 16. Loss Development: Broker is to support the City with resources for trending, forecasting, and premium calculation and allocation in cooperation with actuarial services used by the City. In addition to the assistance requested, PRIA can provide methodology to calculate and allocate premium among the various departments. We have assisted many clients with their annual premium allocation. In some cases, we perform the entire allocation and in others simply assist the entity with data. Experience rating has been used to determine premium amongst departments for a few clients but is generally not used as the sole method. The most popular method appears to be premium allocation based on exposures. We have not formalized a program that all entities can use due to the various and individual needs of each entity. There are many factors that influence the allocation process some of which are political in nature. We can develop a custom system/program that can allocate all premiums for all departments and locations based on expenditures, employee count, experience, square footage, exposures, loss experience and loss forecasting by the City's actuary. Loss Prevention/Engineering Services 17. Review all insurance companies' loss prevention/engineering reports and provide the City with written recommendations for compliance within 30 clays from the date the reports are issued by the companies. Represent the City's position/interest concerning recommendations made by insurance companies and, if requested, conduct research and develop documentation to support the City's position/interest; PRIA is and will remain directly involved in all loss prevention and control services provided by insurance carriers. We act as the conduit between the carriers and the City while negotiating compliance actions on behalf the City. We have handled several compliance issues including an issue with the City Hall Annex where the insurer was seeking an absolute coverage exclusion. PRIA successfully negotiated a compromise that maintained insurance coverage for the structure. With the inclusion of an Auto Liability policy we anticipate a higher degree of coordination of the carrier's loss control resources for the auto exposure. City of Fort Lauderdale — RFP #12067-585 Property & Casualty Brokerage and Consulting Services 33 PUBLIC RISK INSURANCE AGENCY As part of the project approach, the proposer shall proposal a scheduling methodology (timeline) for effectively managing and executing the work in the optimum time. PRIA is committed to adhering to the following timetable for renewal of all insurance policies. 120+ days prior to policy expiration • Initiate Marketing Process a.._..Gilmer t.m.arkat..can .ditin .ns.analys.is.___......_ • Estimate Pricing • Discuss Budget Constraints and Goals • Written request for underwriting data to City • Assist City in collection of all underwriting information • Establish competitive markets to be approached • Identify desired terms and conditions 90 to 120 Days prior to policy expiration • Submit all underwriting data to chosen and/or all interested carriers • Update risk management on progress and early pricing indications 60 to 90 days prior to expiration • Send spreadsheet of quotes received and markets approached • Include Cost of Risk Analysis • Obtain Catastrophic Modeling Results • Develop recommendation for most effective program • Attend IAB meetings 30 to 60 days prior to expiration, • Attend secondary IAB meetings if necessary • Attend City Council Meetings or Workshops if necessary • Assist in preparation of City Council Agenda items • Complete required signed documents • Submit Requests to Bind to chosen carriers Inside 30 days prior to expiration • Request, Review and Issue Binders- ___•__. Assue_._.any.._recu.r.r-.in. g ....C.er_ti.ficates._...o.f--.. Insurance • Issue Invoices • Issue Binders 30 to 60 days after policy inception • Re -issue any expired binders • Review and Issue Policies Ongoing • Daily Policy Maintenance and Client Service Requests • Claims Advocacy and Handling • Large Claim Reviews • Contractual Risk Transfer Reviews • Third Party Insurance Requirements Reviews • Special Event Insurance Procurement for City Sponsored Events • Submit Annual and Semi -Annual Reports • Review Risk Management Polices and Submit Recommendations • Risk Control and Loss Prevention Program Implementation • Flood Zone Audits for all City Property • Market Trend and Emerging Markets Identification • Legislative Change Tracking — Reports to City if necessary City of Fort Lauderdale — RFP #12067-585 Property & Casualty Brokerage and Consulting Services 34 Also provide information on your firm's current workload and how this project will fit into your workload. PRIA's systems and protocols are specifically tailored to meet the unique service needs of public entities. We are built to effectively manage the complex service requirements of public entities so our workload is not effected by acquiring new clients or retaining current clients. We have always grown our business in a controlled and steady manner so as to not spread our resources .too thin. _ �.w._ ____._______...___...__._...___..___..._ _......T.__...._.._.._._.... _....... ._ ._. Describe available facilities, technological capabilities and other available resources you offer for the project. PRIA's primary and most important function is to support our clients' objective in the utmost cost-effective manner. Technical resources are employed whenever improvements in processes or outcomes can be achieved. We have embraced technologically advanced systems in the past and are always searching for new tools to improve outcomes. We offer an interactive catastrophic modeling tool that can customize potential property loss outcomes in real time. Touchstone is new technology that PRIA will make available to the City at no additional cost. More information about this resource is included at the end of this section. PRIA's offer also includes a sophisticated web based Asset Management Program (AMP). AMP is proprietary software tool developed and maintained by AssetWorks and licensed to PRIA. This web based system provides an efficient and secure platform for tracking and reporting tangible asset data. Applications includes loss control, claim documentation and tracking, CAT modeling, historical tracking, FEMA documentation archiving and many other uses. PRIA will demo this tool for the risk staff to determine the benefits. A trial period can be arranged as well. This highly advanced tool is also available at no cost with additional information included on the following page. PRIA is constantly looking for new tools and resources to improve all aspects of managing an effective risk management program. As new technologies become available we will always provide them to the City. City of Fort Lauderdale — RFP #12067-585 Property & Casualty Brokerage and Consulting Services 35 SK INSURANCE AGENCY AMP ASSET MANAOEMENT PLATFORM Property Risk Management AS an organization, being exposed to a variety of risks is inevitable — being prepared in the event of a risk occurmnc_e Is critical. Iiiiten it comes to managing properly data for your .organization or risk pool, the AMP Property Risk Management module from AssetWorks offer an innovative approach to risk management By maintaining data about buildings and structures, property -in -the -open, -fixed assets, licensed vehicles, and secoridary CORE. c.haracte ristics, in a single, comprehensive database, AMP can help bridge the gap between valuation results and valuation martagerne.nt AMP offers a convenient effident, and secure method of tracking and reporting data used fer: * Loss control • Proof -of -loss -documentation • Catastrophe modeling * Annual updating of values • Property marketing and placement GAAAP 15 k etnfiggfa ,agt rt :11.4 v.ta.F. del /.112 VMX. OVA [a. . . $waAS.,4,VA54.14i4. PAVVA., ' 1.14.4 AVV.1 With various levels of user access, approval processes, and a complete audit tra il, AMP users can he confident in the integrity of their data. Data conversion capabilities for catastrophe modeling, reports for proof -of -loss documentation In the event of a catastrophe, and a simplified insurance renewal process make AMP the dear choice for property risk management. City of Fort Lauderdale — RFP #12067-585 Property & Casualty Brokerage arid Consulting Services 36 PUBLIC RISK INSURANCE AGENCY PROPERTY RISK MANAGEMENT PRk DUCT MfCkfi IGi"ITS: Prto} ertyTrackir,g Functionality to track. multiple individual organizations under. ore 'entity Includes the ability to track primary and ondary C.Q.P.E. data as well sa pver<se9 for adding, updating,. and deactivating property. Valuation Management Users can implement approval pxicisses for new property and changes mede to existing loanable velum. Mass change functionality presides the ahif vj to annua ly perpetuate values yvhibe maintaining a complete rscarzl of the d-ang es made. Dynamic Reporting Tool Standard reports are accessible in batch mode and can be filtered by search mrarrietefs. Includes reports to riot with data ccrvarsinn for catastrophe modeling, paroof-of-loss documentation, and the insurance renewal p cc s. System and Data Security Various levels of usaraccess defined at the entity, crganizatbn, eta and building lowed as well as approval processs and a complete auditabfe hitory ensure the integrity of data being tracked. Data Exchange Allrvns r suet and table data to be impnrtediwtpcirted in earn ma - delimited (,C.94 and text formats Docamentihr age Repository Management provides the ability to assign forme, documents, and Image flha to trrdivldual}properties and assets �lssrfriendly Interlace The `'1 nrk Desk" capability allows statistic, reports and other visual tools to Ee atta:hed t' the borne screen while an unlimited number of user defined fields allcus users to track additional data elements. 168`Industry Drive, Pittsburgh,_ www.assetworks.Cortr ASutT Mt NACCttENT PLATFORM BEi`IEF1TS: e Streamline data communication processes and simplify the renewal process by maintaining all information in crre sophisticated database, accenuibfe by weryone in real-time, n Increase efficiency with automated tV.Srkflew prctceusen fir adding neve properties, modifying existing property schedules, and removing entries from current property schedules. a Save time preparing reports far data napping for catastrophe modeling, precd-of.lous documentation, and the insurance renewal process. a Rest aspired that data is secure and accurate as a result of various levels of user access, approval precesnves, andeconxplete audit trail. • En Brien a greater leverage in the ireurance market with respect to coverage and premiums as a result of submitting accurate daete and a. detailed rtk ntadiaf. rr Reduced learning curve as a result of user Friendly design and intuitive workflows. 5x75 +.41,Z 809.0660 r irffo0asset',ark City of Fort Lauderdale — RFP #12067-585 Property & Casualty Brokerage and Consulting Services 37 PUBLIC RISK INSURANCE AGENCY Section 4.2.5 References City of Fort Lauderdale — RFP #12067-585 Property & Casualty Brokerage and Consulting Services C RISK INSURANCE AGENCY Provide at least three current references, preferably government agencies, for projects with similar scope as listed in this RFP. Information should include: • Client Name, address, contact person telephone and E-mail address • Description of work • Year the project was completed • Total cost of the project, estimated and actual ..Ci.ty..of Tallahassee.._...._..........._..__...r...._....._...._.. 300 S. Adams Street, Box A 34, Tallahassee, FL 32301 Gail Shuffler (850) 891-0000 Gail.shuffler@talgov.com PRIA manages all property, casualty and excess workers compensation insurance programs. Continuous since 2014 $3,711,000 ietltl ars0 Brevard County BOCC 2725 Judge Fran Jamieson Way, Viera, FL 32940 Julie Jones (321) 617-7247 julie.jones@brevardcounty.us PRIA manages all property, casualty and excess workers compensation insurance .ro•rams. Continuous since 2014 $2,920,000 escr ption;o Okaloosa County BOCC 5479 B Old Bethel Road, Crestview, FL 32536 Laura Porter (850) 689-5977 PRIA manages all property, casualty and excess workers compensation insurance . ro •rams. ears; rfService $1,100,000 City of Fort Lauderdale — RFP #12067-585 Property & Casualty Brokerage and Consulting Services 38 ection 4.2.6 Minority/ omen / E) Participation City of Fort Lauderdale — RFP #12067-585 Property & Casualty Brokerage and Consulting Services If your firm is a certified minority business enterprise as defined by the Florida Small and Minority Business Assistance Act of 1985, provide copies ofyour certification(s). Ifyour firm is not a certified M/WBE, describe your company's previous efforts, cis well as planned efforts in meeting M/WBE procurement goals under Florida Statutes 287.09451. Not Applicable City of Fort Lauderdale — RFP #12067-585 Property & Casualty Brokerage and Consulting Services 39 PUBLIC RISK INSURANCE AGENCY Section 4.2.7 Subcontractors City of Fort Lauderdale — RFP #12067-585 Property & Casualty Brokerage and Consulting Services PRIA PURL C RISK INSURANCE AGENCY Proposer must clearly identify any subcontractors that may be utilized during the term of this contract. PRJA has no plans to use subcontractors for this agreement. City of Fort Lauderdale — RFP #12067-585 Property & Casualty Brokerage and Consulting Services 40 RISK INSURANCE AGENCY Required Forms City of Fort Lauderdale — RFP #12067-585 Property & Casualty Brokerage and Consulting Services B1D/PROPOSAL CERTIFICATION Please Note: If responding to this solicitation through BidSync, the electronic version of the bid response will prevail, unless a paper version is clearly marked by the bidder in some manner to indicate that it will supplant the electronic version. All fields below must be completed. If the field does not apply to you, please note N/A in that field. If you are a foreign corporation, you may be required to obtain a certificate of authority from the department of state, in accordance with Florida Statute §607.1501 (visit http://www.dos.state.fl.us/), Company: (Legal Registration) Risk Management Associates, Inc. dba Public Risk Insurance Agency EIN (Optional): 59-2445801 Address: 220 S. Ridgewood Avenue, Suite 210, Daytona Beach, FL 32114 City: Daytona Beach State: FL Zip: 32114 Telephene..No..j386) 239-4045_ __ FAX1No....(386) 239-4049 Email:... pdawson(a>bbpria,com_ Delivery: Calendar days after receipt of Purchase Order (section 1.02 of General Conditions); N/A Total Bid Discount (section 1.05 of General Conditions): N/A Does your firm qualify for MBE or WBE status (section 1.09 of General Conditions): MBE N/A WBE N/A ADDENDUM ACKNOWLEDGEMENT - Proposer acknowledges that the following addenda have been received and are included in the proposal: Addendum No. Date Issued N/A Addendum No, Date Issued Addendum No. Date Issued VARIANCES: If you take exception or have variances to any term, condition, specification, scope of service, or requirement in thls competitive solicitation you must specify such exception or variance in the space provided below or reference in the space provided below all variances contained on other pages within your response. Additional pages may be attached if necessary, No exceptions or variances will be deemed to be part of the response submitted unless such is listed and contained in the space provided below. The City does not, by virtue of submitting a variance, necessarily accept any variances. If no statement is contained in the below space, it is hereby implied that your response is in full compliance with this competitive solicitation, if you do not have variances, simply mark N/A. If submitting your response electronically through BIDSYNC you must also click the "Take Exception" button. The Sample Contract provided by the City is following this page with edits requested by our legal department. All amendments are negotiable, The below signatory hereby agrees to furnish the following article(s) or services at the price(s) and terms stated subject to all instructions, conditions, specifications addenda, legal advertisement, and conditions contained in the bid/proposal. I have read all attachments including the specifications and fully understand what is required, By submitting this signed proposal I will accept a contract if approved by the City and such acceptance covers all terms, conditions, and specifications of this bid/proposal, The below signatory also hereby agrees, by virtue of submitting or attempting to submit a response, that in no event shall the City's liability for respondent's direct, indirect, incidental, consequential, special or exemplary damages, expenses, or lost profits arising out of this competitive solicitation process, including but not limited to public advertisement, bid conferences, site visits, evaluations, oral presentations, or award proceedings exceed the amount of Five Hundred Dollars ($500.00). This limitation shall not apply to claims arising under any provision of indemnification or the City's protest ordinance contained in this competitive solicitation. Submitted by: Matthew Montgomery Name (printed) 11/13/2017 Executive Vice President Date: Title revised 04/10/15 SAMPLE AGREEMENT AGREEMENT FOR (TITLE) THIS AGREEMENT, made this day of 2012, by and between the City of Fort Lauderdale, a Florida municipality, ("City"), whose address is 100 North Andrews Avenue, Fort Lauderdale, FL 33301-1016, and a corporation authorized to transact business in the State of Florida, ("Contractor" or "Company"), whose address and phone number are , for the -term-specified herein; NOW THEREFORE, for and in consideration of the mutual promises and covenants set forth herein and other good and valuable consideration, the City and the Contractor covenant and agree as follows: WITNESSETH: I. DOCUMENTS The following documents (collectively "Contract Documents") are hereby incorporated into and made part of this Agreement: (1) Request for Proposal/Invitation to Bid xxx-xxxxx XXXXXXXXXXXXXXXXX, including any and all addenda, prepared by the City of Fort Lauderdale, ("RFP"/"ITB" or "Exhibit A"). (2) Response to the RFP/ITB, dated ("Exhibit B"). All Contract Documents may also be collectively referred to as the "Documents." In the event of any conflict between or among the Documents or any ambiguity or missing specifications or instruction, the following priority is established: A. First, specific direction from the City Manager (or designee) B. Second, this Agreement dated , 2012, and any attachments. C. Third, Exhibit A D. Fourth, Exhibit B H. SCOPE The Contractor shall perform the Work under the general direction of the City as set forth in the Contract Documents. Unless otherwise specified herein, the Contractor shall perform all Work identified in this Agreement. The parties agree that the scope of services is a description of Contractor's obligations and responsibilities, and is deemed to include preliminary considerations and prerequisites, and all labor, materials, equipment, and tasks which are such an inseparable part of the work described that exclusion would render performance by Contractor impractical, illogical, or unconscionable. Contractor acknowledges and agrees that the City's Contract Administrator has no authority to make changes that would increase, decrease, or otherwise modify the Scope of Services to be provided under this Agreement. By signing this Agreement, the Contractor represents that it thoroughly reviewed the documents incorporated into this Agreement by reference and that it accepts the description of the Work and the conditions under which the Work is to be performed. III. TERM OF AGREEMENT The initial contract period shall commence on "DATE" and shall end on "DATE". Performance underthis— Agreement shall commence no later than 2012, In the event the term of this Agreement extends beyond the end of any fiscal year of City, to wit, September 30, the continuation of this Agreement beyond the end of such fiscal year shall be subject to both the appropriation and the availability of funds. IV. COMPENSATION The Contractor agrees to provide the services and/or materials as specified in the Contract Documents at the cost specified in Exhibit B. It is acknowledged and agreed by Contractor that this amount is the maximum payable and constitutes a limitation upon City's obligation to compensate Contractor for Contractor's services related to this Agreement. This maximum amount, however, does not constitute a limitation of any sort upon Contractor's obligation to perform all items of work required by or which can be reasonably inferred from the Scope of Services. Except as otherwise provided in the solicitation, no amount shall be paid to Contractor to reimburse Contractor's expenses. V. METHOD OF BILLING AND PAYMENT Contractor may submit invoices for compensation no more often than monthly, but only after the services for which the invoices are submitted have been completed. An original invoice plus one copy are due within fifteen (15) days of the end of the month except the final invoice which must be received no later than sixty (60) days after this Agreement expires. Invoices shall designate the nature of the services performed and/or the goods provided. City shall pay Contractor within forty-five (45) days of receipt of Contractor's proper invoice, as provided in the Florida Local Government Prompt Payment Act. To be deemed proper, all invoices must comply with the requirements set forth in this Agreement and must be submitted on the form and pursuant to instructions prescribed by the City's Contract Administrator. Payment may be withheld for failure of Contractor to comply with a term, condition, or requirement of this Agreement. Notwithstanding any provision of this Agreement to the contrary, City may withhold, in whole or in part, payment to the extent necessary to protect itself from loss on account of inadequate or defective work that has not been remedied or resolved in a manner satisfactory to the City's Contract Administrator or failure to comply with this Agreement. The amount withheld shall not be subject to payment of interest by City. 2 VI. GENERAL CONDITIONS A. Indemnification Contractor shall protect and defend at Contractor's expense, counsel being subject to the City's approval, and indemnify and hold harmless the City and the City's officers, employees, volunteers, and agents from and against any and all losses, penalties, fines, damages, settlements, judgments, claims, costs, charges, expenses, or liabilities, including any award of attorney fees and any award of costs, in connection with or arising directly or indirectly out of any act or omission by the Contractor or by any officer, employee, agent, invitee, subcontractor, or sublicensee of the Contractor. The provisions and obligations of this section shall survive the expiration or earlier termination of this Agreement. To the extent considered necessary by the City Manager, any sums due Contractor under this Agreement may be retained by City until all of City's claims for indemnification pursuant to this Agreement have been settled or otherwise resolved, and any amount withheld shall not be subject to payment of interest by City. B. Intellectual Property Contractor shall protect and defend at Contractor's expense, counsel being subject to the City's approval, and indemnify and hold harmless the City from and against any and all losses, penalties, fines, damages, settlements, judgments, claims, costs, charges, royalties, expenses, or liabilities, including any award of attorney fees and any award of costs, in connection with or arising directly or indirectly out of any infringement or allegation of infringement of any patent, copyright, or other intellectual property right in connection with the Contractor's or the City's use of any copyrighted, patented or un-patented invention, process, article, material, or device that is manufactured, provided, or used pursuant to this Agreement. if the Contractor uses any design, device, or materials covered by letters, patent or copyright, it is mutually agreed and understood without exception that the bid prices shall include all royalties or costs arising from the use of such design, device, or materials in any way involved in the work. C. Termination for Cause The aggrieved party may terminate this Agreement for cause if the party in breach has not corrected the breach within ten (10) days after written notice from the aggrieved party identifying the breach. The City Manager may also terminate this Agreement upon such notice as the City Manager deems appropriate under the circumstances in the event the City Manager determines that termination is necessary to protect the public health or safety. The parties agree that if the City erroneously, improperly or unjustifiably terminates for cause, such termination shall be deemed a termination for convenience, which shall be effective thirty (30) days after such notice of termination for cause is provided. This Agreement may be terminated for cause for reasons including, but not limited to, Contractor's repeated (whether negligent or intentional) submission for payment of false or incorrect bills or invoices, failure to perform the Worlc to the City's satisfaction; or failure to continuously perform the work in a manner calculated to meet or accomplish the objectives as set forth in this Agreement. 3 D. Termination for Convenience The City reserves the right, in its best interest as determined by the City, to cancel this contract for convenience by giving written notice to the Contractor at least thirty (30) days prior to the effective date of such cancellation. In the event this Agreement is terminated for convenience, Contractor shall be paid for any services performed to the City's satisfaction pursuant to the Agreement through the termination date specified in the written notice of termination. Contractor acknowledges and agrees that he/she/it has received good, valuable and sufficient consideration from City, the receipt and adequacy of which are hereby acknowledged by Contractor, for City's right to terminate this Agreement for convenience. E. Cancellation for Unappropriated Funds The City reserves the right, in its best interest as determined by the City, to cancel this contract for unappropriated funds or unavailability of funds by giving written notice to the Contractor at least thirty (30) days prior to the effective date of such cancellation. The obligation of the City for payment to a Contractor is limited to the availability of funds appropriated in a current fiscal period, and continuation of the contract into a subsequent fiscal period is subject to appropriation of funds, unless otherwise provided by law. F. Insurance The Contractor shall furnish proof of insurance requirements as indicated below. The coverage is to remain in force at all times during the contract period. The following minimum insurance coverage is required. The commercial general liability insurance policy shall name the City of Fort Lauderdale, a Florida municipality, as an "additional insured." This MUST be written in the description section of the insurance certificate, even if there is a check -off box on the insurance certificate. Any costs for adding the City as "additional insured" shall be at the Contractor's expense. The City of Fort Lauderdale shall be given notice 10 days prior to cancellation or modification of any required insurance. The insurance provided shall be endorsed or amended to comply with this notice requirement. In the event that the insurer is unable to accommodate, it shall be the responsibility of the Contractor to provide the proper notice. Such notification will be in writing by registered mail, return receipt requested and addressed to the Procurement Services Division. The Contractor's insurance must be provided by an A.M. Best's "A -"rated or better insurance company authorized to issue insurance policies in the State of Florida, subject to approval by the City's Risk Manager. Any exclusions or provisions in the insurance maintained by the contractor that excludes coverage for work contemplated in this solicitation shall be deemed unacceptable, and shall be considered breach of contract. Workers' Compensation and Employers' Liability Insurance Limits: Workers' Compensation — Per Chapter 440, Florida Statutes Employers' Liability - $500,000 4 Any firm performing work for or on behalf of the City of Fort Lauderdale must provide Workers' Compensation insurance. Exceptions and exemptions can only be made, by the City's Risk Manager, if they are in accordance with Florida Statutes. Commercial General Liability Insurance Covering premises -operations, products -completed operations, independent contractors and contractual liability. Limits: Combined single limit bodily injury/property damage $1,000,000. This coverage -must include; but not limited to: a. Coverage for the liability assumed by the contractor under the indemnity provision of the contract. b. Coverage for Premises/Operations c. Products/Completed Operations d. Broad Form Contractual Liability e. Independent Contractors Automobile Liability Insurance Covering all owned, hired and non -owned automobile equipment. Limits: Bodily injury Property damage $250,000 each person, $500,000 each occurrence $100,000 each occurrence Professional Liability (Errors & Omissions) — "IF REQUIRED IN BED SPECS" Consultants Limits: $2,000,000 per occurrence Certificate holder should be addressed as follows: City of Fort Lauderdale Procurement Services Division 100 N. Andrews Avenue, Room 619 Fort Lauderdale, FL 33301 G. Environmental, Health and Safety Contractor shall place the highest priority on health and safety and shall maintain a safe working envirorunent during performance of the Work. Contractor shall comply, and shall secure compliance by its employees, agents, and subcontractors, with all applicable environmental, health, safety and security laws and regulations, and performance conditions in this Agreement. Compliance with such requirements shall represent the minimum standard required of Contractor. Contractor shall be responsible for examining all requirements and determine whether additional or more stringent environmental, health, safety and security provisions are required for the Work. Contractor agrees to 5 utilize protective devices as required by applicable laws, regulations, and any industry or Contractor's health and safety plans and regulations, and to pay the costs and expenses thereof, and warrants that all such persons shall be fit and qualified to carry out the Work. I3. Standard of Care Contractor represents that he/she/it is qualified to perform the Work, that Contractor and his/her/its subcontractors possess current, valid state and/or local licenses to perform the Work, and that their services shall be performed in a manner consistent with that level of care and skill ordinarily exercised by other qualified contractors under similar circumstances. I. Rights in Documents and Work Any and all reports, photographs, surveys, and other data and documents provided or created in connection with this Agreement are and shall remain the property of City; and Contractor disclaims any copyright in such materials. In the event of and upon termination of this Agreement, any reports, photographs, surveys, and other data and documents prepared by Contractor, whether finished or unfinished, shall become the property of City and shall be delivered by Contractor to the City's Contract Administrator within seven (7) days of termination of this Agreement by either party. Any compensation due to Contractor shall be withheld until Contractor delivers all documents to the City as provided herein. J. Audit Right and Retention of Records City shall have the right to audit the books, records, and accounts of Contractor and Contractor's subcontractors that are related to this Agreement. Contractor shall keep, and Contractor shall cause Contractor's subcontractors to keep, such books, records, and accounts as may be necessary in order to record complete and correct entries related to this Agreement. All books, records, and accounts of Contractor and Contractor's subcontractors shall be kept in written form, or in a form capable of conversion into written form within a reasonable time, and upon request to do so, Contractor or Contractor's subcontractor, as applicable, shall make same available at no cost to City in written form. Contractor and Contractor's subcontractors shall preserve and make available, at reasonable times for examination and audit by City in Broward County, Florida, all financial records, supporting documents, statistical records, and any other documents pertinent to this Agreement for the required retention period of the Florida public records law, Chapter 119, Florida Statutes, as may be amended from time to time, if applicable, or, if the Florida Public Records Act is not applicable, for a minimum period of three (3) years after termination of this Agreement. If any audit has been initiated and audit findings have not been resolved at the end of' the retention period or three (3) years, whichever is longer, the books, records, and accounts shall be retained until resolution of the audit findings. If the Florida public records law is determined by City to be applicable to Contractor and Contractor's subcontractors' records, Contractor and Contractor's subcontractors shall comply with all requirements thereof; however, Contractor and Contractor's subcontractors shall violate no confidentiality or non -disclosure requirement of either federal or state law. Any incomplete or incorrect entry in such books, records, and accounts shall be a basis for City's disallowance and recovery of any payment upon such entry. 6 Contractor shall, by written contract, require Contractor's subcontractors to agree to the requirements and obligations of this Section. The Contractor shall maintain during the term of the contract all books of account, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. K. Public Entity Crime Act Contractor represents that the execution of this Agreement will not violate the Public Entity Crime Act, Section 287.133, Florida Statutes, as may be amended from time to time, which essentially provides that a person or affiliate who is a contractor, consultant; or other provider and who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to City, may not submit a bid on a contract with City for the construction or repair of a public building or public work, may not submit bids on leases of real property to City, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with City, and may not transact any business with City in excess of the threshold amount provided in Section 287.017, Florida Statutes, as may be amended from time to time, for category two purchases for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this section shall result in termination of this Agreement and recovery of all monies paid by City pursuant to this Agreement, and may result in debarment from City's competitive procurement activities. L. Independent Contractor Contractor is an independent contractor under this Agreement. Services provided by Contractor pursuant to this Agreement shall be subject to the supervision of the Contractor. In providing such services, neither Contractor nor Contractor's agents shall act as officers, employees, or agents of City. No partnership, joint venture, or other joint relationship is created hereby. City does not extend to Contractor or Contractor's agents any authority of any kind to bind City in any respect whatsoever. M. Inspection and Non -Waiver Contractor shall permit the representatives of CITY to inspect and observe the Work at all tines. The failure of the City to insist upon strict performance of any other terms of this Agreement or to exercise any rights conferred by this Agreement shall not be construed by Contractor as a waiver of the City's right to assert or rely on any such terms or rights on any future occasion or as a waiver of any other terms or rights. N. Assignment and Performance Neither this Agreement nor any right or interest herein shall be assigned, transferred, or encumbered without the written consent of the other party. In addition, Contractor shall not subcontract any portion of the work required by this Agreement, except as provided in the Schedule of Subcontractor Participation. City may terminate this Agreement, effective imunediately, if there is any assignment, or attempted assignment, transfer, or 7 encumbrance, by Contractor of this Agreement or any right or interest herein without City's written consent. Contractor represents that each person who will render services pursuant to this Agreement is duly qualified to perform such services by all appropriate governmental authorities, where required, and that each such person is reasonably experienced and skilled in the area(s) for which he or she will render his or her services. Contractor shall perform Contractor's duties, obligations, and services under this Agreement in a skillful and respectable manner. The quality of Contractor's performance and all interim and final product(s) provided to or on behalf of City shall be cotnparable to the best local and national standards. In the event Contractor engages any subcontractor in the performance of this Agreement, Contractor shall ensure that all of Contractor 's subcontractors perform in accordance with the terms and conditions of this Agreement. Contractor shall be fully responsible for all of Contractor's subcontractors' performance, and liable for any of Contractor's subcontractors' non-performance and all of Contractor's subcontractors' acts and omissions. Contractor shall defend at Contractor's expense, counsel being subject to City's approval or disapproval, and indemnify and hold City and City's officers, employees, and agents harmless from and against any claim, lawsuit, third party action, fine, penalty, settlement, or judgment, including any award of attorney fees and any award of costs, by or in favor of any of Contractor's subcontractors for payment for work performed for City by any of such subcontractors, and from and against any claim, Lawsuit, third party action, fine, penalty, settlement, or judgment, including any award of attorney fees and any award of costs, occasioned by or arising out of any act or omission by any of Contractor 's subcontractors or by any of Contractor's subcontractors' officers, agents, or employees. Contractor's use of subcontractors in connection with this Agreement shall be subject to City's prior written approval, which approval City may revoke at any time. O. Conflicts Neither Contractor nor any of Contractor's employees shall have or hold any continuing or frequently recurring employment or contractual relationship that is substantially antagonistic or incompatible with Contractor's loyal and conscientious exercise of judgment and care related to Contractor's performance under this Agreement. Contractor further agrees that none of Contractor's officers or employees shall, during the term of this Agreement, serve as an expert witness against City in any legal or administrative proceeding in which he, she, or Contractor is not a party, unless compelled by court process. Further, Contractor agrees that such persons shall not give sworn testimony or issue a report or writing, as an expression of his or her expert opinion, which is adverse or prejudicial to the interests of City in connection with any such pending or threatened legal or administrative proceeding unless compelled by court process. The limitations of this section shall not preclude Contractor or any persons in any way from representing themselves, including giving expert testimony in support thereof, in any action or in any administrative or legal proceeding. In the event Contractor is permitted pursuant to this Agreement to utilize subcontractors to perform any services required by this Agreement, Contractor agrees to require such subcontractors, by written contract, to comply with the provisions of this section to the same extent as Contractor. P. Schedule and Delays Time is of the essence in this Agreement. By signing, Contractor affunns that it believes the schedule to be reasonable; provided, however, the parties acknowledge that the schedule might be modified as the City directs. Q. Materiality and Waiver of Breach City and Contractor agree that each requirement, duty, and obligation set forth herein was bargained for at arm's-length and is agreed to by the parties in exchange for quid pro quo, that each is substantial and important to the formation of this Agreement and that each is, therefore, a material term hereof. City's failure to enforce any provision of this Agreement shall not be deemed a waiver of such provision or modification of this Agreement. A waiver of any breach of a provision of this Agreement shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Agreement. R. Compliance With Laws Contractor shall comply with all applicable federal, state, and local laws, codes, ordinances, rules, and regulations in performing Contractor's duties, responsibilities, and obligations pursuant to this Agreement. S. Severance In the event a portion of this Agreement is found by a court of competent jurisdiction to be invalid or unenforceable, the provisions not having been found by a court of competent jurisdiction to be invalid or unenforceable shall continue to be effective. T. Limitation of Liability The City desires to enter into this Agreement only if in so doing the City can place a limit on the City's liability for any cause of action for money damages due to an alleged breach by the City of this le sefman the roosea serrvicevffor any such breach never exceeds the sum of $1,000. ron ractor here y expresses its wi ingness to enter into this Agreement with Contractor's recovery from the City for any damage action for breach of contract or for any action or claim arising from this Agreement to be limited to a maximum amount of $1,000 less the amount of all funds actually paid by the City to Contractor pursuant to this Agreement. Accordingly, and notwithstanding any other term or condition of this Agreement, Contractor hereby agrees that the City shall not be liable to Contractor for damages in an amount in excess of $1,000 which amount shall be reduced by the amount actually paid by the City to Contractor pursuant to this Agreement, for any action for breach of contract or for any action or claim arising out of this Agreement. Nothing contained in this paragraph or elsewhere in this Agreement is in any way intended to be a waiver of the limitation placed upon City's liability as set forth in Article 768.28, Florida Statutes. 9 U. Jurisdiction, Venue, 'Waiver, Waiver of Jury Trial This Agreement shall be interpreted and construed in accordance with and governed by the laws of the State of Florida. Venue for any lawsuit by either party against the other party or otherwise arising out of this Agreement, and for any other legal proceeding, shall be in the Seventeenth Judicial Circuit in and for Broward County, Florida, or in the event of federal jurisdiction, in the Southern District of Florida, Fort Lauderdale Division. In the event Contractor is a corporation organized under the laws of any province of Canada or is a Canadian federal corporation, the City may enforce in the United States of America or in Canada or in both countries a judgment entered against the Contractor. The Contractor waives any and all defenses to the City's enforcement in Canada of a judgment entered by a court in the United States of America. V. Amendments No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document prepared with the same or similar formality as this Agreement and executed by the Mayor -Commissioner and/or City Manager, as determined by City Charter and Ordinances, and Contractor or others delegated authority to or otherwise authorized to execute same on their behalf. W. Prior Agreements This document represents the final and complete understanding of the parties and incorporates or supersedes all prior negotiations, correspondence, conversations, agreements, and understandings applicable to the matters contained herein. The parties agree that there is no commitment, agreement, or understanding concerning the subject matter of this Agreement that is not contained in this written document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representation or agreement, whether oral or written. X. Payable Interest Except as required and provided for by the Florida Local Government Prompt Payment Act, City shall not be liable for interest for any reason, whether as prejudgment interest or for any other purpose, and in furtherance thereof Contractor waives, rejects, disclaims and surrenders any and all entitlement it has or may have to receive interest in connection with a dispute or claim based on or related to this Agreement. Y. Representation of Authority Each individual executing this Agreement on behalf of a party hereto hereby represents and warrants that he or she is, on the date he or she signs this Agreement, duly authorized by all necessary and appropriate action to execute this Agreement on behalf of such party and does so with full legal authority. AA. Uncontrollable Circumstances ("Force Majeure") The City and Contractor will be excused from the performance of their respective obligations under this agreement when and to the extent that their performance is delayed or prevented by any circumstances beyond their control including, fire, flood, explosion, 10 strikes or other labor disputes, act of God or public emergency, war, riot, civil commotion, malicious damage, act or omission of any governmental authority, delay or failure or shortage of any type of transportation, equipment, or service from a public utility needed for their performance, provided that: A. The non performing party gives the other party prompt written notice describing the particulars of the Force Majeure including, but not limited to, the nature of the occurrence and its expected duration, and continues to furnish timely reports with respect thereto during the period of the Force Majeure; B. The excuse of performance is of no greater scope and of no longer duration than is required by the Force Majeure; C. No obligations of either party that arose before the Force Majeure causing the excuse of performance are excused as a result of the Force Majeure; and D. The non -performing party uses its best efforts to remedy its inability to perform. Notwithstanding the above, performance shall not be excused under this Section for a period in excess of two (2) months, provided that in extenuating circumstances, the City may excuse performance for a longer term. Economic hardship of the Contractor will not constitute Force Majeure. The term of the agreement shall be extended by a period equal to that during which either party's performance is suspended under this Section. BB. Scrutinized Companies This Section applies to any contract for goods or services of $1 million or more: The Contractor certifies that it is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List as provided in section 287.135, Florida Statutes (2011), as may be amended or revised. The City may terminate this Contract at the City's option if the Contractor is found to have submitted a false certification as provided under subsection (5) of section 287.135, Florida Statutes (2011), as may be amended or revised, or been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. 11 IN WITNESS WHEREOF, the City and the Contractor execute this Contract as follows: CITY OF FORT LAUDERDALE By: City Manager Approved as to form: Senior Assistant City Attorney ATTEST CONTRACTOR By: By: Print Name: Print Name: Title: Title: (CORPORATE SEAL) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of , 2012, by as (title): for (Contractor name), a corporation. (SEAL) Notary Public, State of (Signature of Notary Public) (Print, Type, or Stamp Commissioned Name of Notary Public) Personally Known OR Produced Identification Type of Identification Produced 12 SECTION VI - COST PROPOSAL PAGE Proposer Name: Risk Management Associates, Inc. dba Public Risk Insurance Agency Proposer agrees to supply the services at the prices bid below in accordance with the terms, conditions and specifications contained in this RFP. Cost to the City: Contractor shall quote firm, fixed, costs for all services Identified in this request for proposal. These firm fixed costs for the project include any costs for travel and miscellaneous expenses. No other costs will be accepted. The annual fee paid to the selected broker is to be the only remuneration accepted by the broker for services in relation to this Agreement. Annual Cost $ 65,000* *PRIA will not accept compensation for the insurance program currently in place, other than the Fee proposed, except for flood policies placed through the National Flood Insurance Program. FEMA issued a memorandum in April 2012 prohibiting the "rebating" or return of commission practice for NFIP flood policies, PRIA adheres to this directive for all NFIP flood policies placed by PRIA. A copy of the FEMA directive is available on the FEMA website http://bsa.nfipstat.fema,gov/wyobull/2012/w-12026.pdf. Submitted by: Matthew Montgomery Name (printed) ` +' ature 11/13/2017 Executive Vice President Date Title NON -COLLUSION STATEMENT: By'signing this offer, the vendor/contractor certifies that this offer is made independently and free from collusion. Vendor shall disclose below any City of Fart Lauderdale,' FL officer or employee, or any relative of any such officer or employee who is an officer or director of, or has a material interest in, the vendor's business, who is in a position to influence this procurement. Any City of Fort Lauderdale, FL officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. For purposes hereof, a person has a material interest if they directly or indirectly own more than 5 percent of the total assets or capital stock of any business entity, or if they otherwise stand to personally gain if the contract is awarded to this vendor. in accordance with City of Fort Lauderdale, FL Policy and Standards Manual, 6.10.8.3, 3.3. City employees may not contract with the City through any corporation or business entity in which they or their immediate family members hold a controlling financial interest (e.g. ownership of five (5) percent or more). 3.4. Immediate family members (spouse, parents and children) are also prohibited from contracting with the City subject to the same general rules. Failure of a vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the City Procurement Code. NAME RELATIONSHIPS None In the event the vendor does not indicate any names, the City shall interpret this to mean that the vendor has indicated that no such relationships exist. CONTRACTOR'S CERTIFICATE OF COMPLIANCE WITH NON-DISCRIMINATION PROVISIONS OF THE CONTRACT The completed and signed form should be returned with the Contractor's submittal. If not provided with submittal, the Contractor must submit within three business days of City's request. Contractor may be deemed non- responsive for failure to fully comply within stated timeframes, Pursuant to City Ordinance Sec. 2-17(a)(i)(1i), bidders must certify compliance with the Non -Discrimination provision of the ordinance. (a) Contractors doing business with the City shall not discriminate against their employees based on the employee's race, color, religion, gender (including identity or expression), marital status, sexual orientation, national origin, age, disability or any other protected classification as defined by applicable law. Contracts. Every Contract exceeding $100,000, or otherwise exempt from this section shall contain language that obligates the Contractor to comply with the applicable provisions of this section. The Contract shall Include provisions for the following: (i) The Contractor certifies and represents that it will comply with this section during the entire term of the contract. (11) The failure of the Contractor to comply with this section shall be deemed to be a material breach of the contract, entitling the City to pursue any remedy stated below or any remedy provided under applicable law. Matthew Montgomery, Executive Vice President Authorized Signature Print Name and Title 11/13/2017 Date Forms Non -ISO 09/22/2017 LOCAL BUSINESS PRICE PREFERENCE CERTIFICATION STATEMENT The Business identified below certifies that it qualifies far the local business price preference classification as indicated herein, and further certifies and agrees that it will re -affirm it's local preference classification annually no later than thirty (30) calendar days prior to the anniversary of the date of a contract awarded pursuant to this ITB. Violation of the foregoing provision may result in contract termination. is a Class A Business as defined in City of Fort Lauderdale Ordinance No. C-17-26, Sec.2-186. A copy of the City of Fort Lauderdale current year Business Tax Receipt and a complete list of full-time employees and evidence of their addresses shall be (1) provided within 10 calendar days of a formal request by the City. Business Name is a Class B Business as defined in the City of Fort Lauderdale Ordinance No. C-17-26, Sec.2-186, A copy of the Business Tax Receipt or a complete list of full-time (2) employees and evidence of their addresses shall be provided within 10 calendar days of a formal request by the City. Business Name is a Class C Business as defined in the City of Fort Lauderdale Ordinance No. C-17-26, Sec.2-186. A copy of the Broward County Business Tax Receipt shall be provided (3) within 10 calendar days of a formal request by the City. Business Name requests a Conditional Class A classification as defined in the City of Fort Lauderdale (4) Ordinance No. C-17-26, Sec.2-186. Written certification of intent shall be provided within 10 calendar days of a formal request by the City. Business Name (5) Business Name Risk Management Associates, Inc. dba (6) Public Risk insurance Agency Business Name requests a Conditional Class B classification as defined in the City of Fort Lauderdale Ordinance No, C-17-26, Sec.2-186. Written certification of intent shall be provided within 10 calendar days of a formal request by the City. is considered a Class ID Business as defined In the City of Fort Lauderdale Ordinance No. C-17-26, Sec.2-186 and does not qualify for Local Preference consideration. AUTHORIZED COMPANY PERSON: Matthew Montoomery NAME --"SiG E BIDDER'S COMPANY: Risk Management Associates. Inc. dbe PubliccRjs~i Insurance Agency NA R 11/ 13/2017 DATE Forms Non-iSO Revision 09/22/2017 CONTRACT PAYMENT METHOD BY P-CARD THIS FORM MUST BY SUBMITTED WITH YOUR RESPONSE The City of Fort Lauderdale has implemented a Procurement Card (P-Card) program which changes how payments are remitted to its vendors. The City has transitioned from traditional paper checks to payment by credit card via MasterCard or Visa. This allows you as a vendor of the City of Fort Lauderdale to receive your payment fast and safely. No more waiting for checks to be printed and mailed. Payments will be made utilizing the City's P-Card (MasterCard or Visa). Accordingly, firms must presently have the ability to accept credit card payment or take whatever steps necessary to implement acceptance of a credit card before the commencement of a contract. Please indicate which credit card payment you prefer: N/A Master Card N/A Visa Card Company Name: Risk Management Associates, Inc dba Public Risk Insurance AgencV Matthew Montgomery Name (Printed)Signature 11/13/2017 Executive Vice President Date Title AC6R CERTIFICATE OF LIABILITY INSURANCE BROWN-3 OP IDt JW DATE (111/I0YTTYY) 61106/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER_ THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED HY THE POLICIES BELOW_ THIS CERTIFICATE OF INSURANCE COES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER'S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CURT1FICATE HOLDER, IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les, must he endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement ork this ter-No.4e does not confer rights to the certificate holder in lieu of such enciorsemengsl_ Psonucen Brawn & Brown of Florida, Inc. Daytona Beach Mae P.O. Box 2412 Daytona Beach, FL 32115-2412 M. Decker Youngman ,VAIP°T LAURIE KOHLER *17021 PM% ,,,),, 386-239.7242 1 ra N,„: 386-323-9159 Mi.: lkohlergabdaytoria,core INILLEERDA ATFORT11/40 COMRADE HAM i RORER A, ; Travelers Prop & Cos of Mier 26674 ENURED BROWN & BROWN INC ETAL PUBLIC RISK INSURANCE AGENCY P 0 BOX 2412 DAYTONA BEACH, FL 32115 INSURED E • Continental Casuaity Co 20443 Ramer:lc:Travelers Indemnity 25668 MEURER ,,,,XL Specially Ins Inc. 37886 INEURED $ : %MEER V : COVERAGES CERTIFICATE NUMBER: 12021 'REVISION NUMBER: THIS is To CERTIFY TI-AT THE POLICIES CF INSURANCE US-0 BELCAN HAVE BEEN 4SSUED TO "ME INSURED PARED ABOVE FOR THE POLICY PERIOD INDICATED. NOTYMTHSTANDINe ANY REOLNREMENT, TERM OR CONDITION OF ANY CCNTRACT OR OTHER DOCUMENT MTh RESPECT TO MICH THIS CERTIRCATE MAY SE ISSCED CR MAY PERTAIN, THE INSURANCE AFFORDED BY. THE POUCIES DESCRISED HEREIN 18 sulcu TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SLCH POLICES. LIMITS ',A-IWit MAY HAVE BEEN REDUCED BY PAID CLAIMS, MR LTD tyre OF ;MEW= ADDL MD 5 DEIFI YAM MAC Y NUAIDEE. POLICY EFF (MEDD 'ETV) POLIDY EXE thlINDLEYYTY1 IJMITS A X C*NEADECIAL crenseAL raranurr 1C2./GLSA9527B07417 01A11/2017 01/01)2010 EACH GCCURFIENCe 5 1,000,000 D.A0.01AAADE. I X 1 DOEUFL =1,r,ER::,lif 4 1,000,000 MED ....' rAny cole pemm 0 5,000 PEREDNAL I am AEFFET $ toao,000 GEM. X A4 DTI EDATE. aura repueo TETE POTXY I 1 PIT; 11 MIC' OTW-11; DENERALADDFiEGATE f Z OG0,06,0 FRELVDTE- CDAINOE, ADD $ 2,0no,no 4 A AUTCYAWILE _____ X LAAEILETT y ''' DDHECUL'ED ALITDD NDAIHEAINED AUTD3 TC2-1CAP152710116217 01/01/2017 01/01/2010 OCEAITAZD maie LIMIT Om wIclen0 1,000 ARI DOOM %AMY 17er 00008 &DOLT INJURY IFtrce.CYJAYM $ N01L0. IPEr ,YdrisfEl $ B X UMBRELLA LIAO Emma 1JAE1 X CSDCAA CLAtM3-MAIIE 6011845428 01/01/2017 01101/217i0 EACH DCGURRENGE 5 i a,aoo,aou rypopEGATE $ I 0,000,000 GO) I I REYEATTION$ A C IIVENESE CCEAPEREATION AND EATPLOTERE" LLABIELITY Y itt ANYFROPRETORTAFUTAM,EENEDISTAIE 1NTA WM, ttescribe me& VEZICRIRTION Ci. MERATZTIE Wow 1021U3617168017 TRIG/i39510E176117 01/012017 01/01/2017 01/01/2018 01,0112018 X IM,,,,. 1 12;,.. at. ern cciosr 6 1,00,060 m,rcfsetris - EAsiArt_oyeE ¢ 1,000,000 EL, DI&EAUE - point' UM $ 1,000,000 D INS AGENTS EEO) ' ELU14796717 01,471/2017 0110112018 LIMIT 18,050,00D AGGREGATE 25,000,000 DEACRIP1I016 OF OPEN/4'00N 6 f LOCATIG NE 7 VEHICLES 1At00RD191„00101100110liMintgliS &Moats*, MAY EX artinahoel If mom EP.. 1...7.10.0 FOR INFORMATION. CERTIFICATE HOLDER CANCELLATION PUBLRO4 PUBLIC RISK INSURANCE AGENCY P 0130% 2416 DAYTONA BEACH, FL 32115 SHOULD ANY ciE niE ADDYE DESCRIBED POLICIES DE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WMI THE POLICY PROVISIONS.. AUTHORIZED REFRE&ENTATIVE AC0RE4 25(2014t01) IfIrOMMIZarratiMMasaticrIrM, 1900-20 14 ACORD CORPORATION_ Ail rights reserved. The ACORD name and logo are registered marks of ACORD tratatrtm City of Fort Lauderdale — RFP #12067-585 Property & Casualty Brokerage and Consulting Services 41 PUBLIC TUSK INSURANCE AGENCY vv.() D ARTMENT of FI: RISK MANAGEMENT ASSOCIATES, iNC'. DBA PUBLIC RISK INSURANCE AGENCY. 220 S RIDGEWOOD AVE SUITE 210 DAYTONA BEACH FL 32114 Agency License Number L018706 LocatioIl Number 133164 • Issued On 09114/2006 Pursuant To Section 626.0423, Florida Statutes, This Agency Location Shall Be In The Active Full -Time Charge OfA Licensed And Appointed Agent Holding The Required Agent Licenses To Transact The Lutes Of Insurance Being Handled At This Location Pttrstsant To Subsection 626.172(4), Florida Statues, Each Agency Location Must Display The License Prominently In A Manner That Makes It Clearly Visible To Any C.'ustomer Or Potential Customer Who Enters The Agency Location. Jeff Atwater Chief Financial officer Slate of Florida City of Fort Lauderdale — RFP #12067-585 Property & Casualty Brokerage and Consulting Services 42 PUBLIC RISK INSURANCE AGENCY Demogropettfn(oimnlon Licensee Details Noma of Ucenseel MCNTGOMIERY, MATTHEW ROBERT License #: Nhfiz58e Business Lot Nosn DAYTONA BEACH,FLORIDA Pipet and Cedes of minlacre595 Type IOn oanuatifying Appointment LIFE !NCI, VAR ANNUITY &HEALT41a irrioj.d o S !Y S GENERAL LINES (PROP ° CASI(ox at "erg ee4 atawirepnk hanviron Licensee Details Name of Licensee: MARTIN, MKHELI. TIETT: License in Aa86g;3 Business Location: DAYTONABEACKFLORIDA Typ®dand Cnslo5 i /a1 d tenses Type nginal Issue Date Qualifying Appointment; FEINERAL 61394 w�w(YES eemsraphkksleanathn Licensee Details Name of Licensee: O'BRIEN, BRrrTANIY R License N: Pn584e Business Location: DAYTONA BEACN,FLORIDA Types andClassesof valid Laenses Type eOriginal, Issue Dater Qualifying Appointment: "SURPLUS LINES(e n) l5l6/245 YES "GENERAL LINES (PROP & CAS)(onoFaohhooe [YES City of Fort Lauderdale — RFP #12067-585 Property & Casualty Brokerage and Consulting Services ecinantesk NrKmefm Licensee Details Name of Licensee: DAWSON, WILLIAM PALL License A: Ao63548 Business Location, DAYTONA BEAQ ,FLORIDA Pipes and Cassesef'lrid owes ppp Type Original Issue Dote Ouabfysng AppamtmenE{ rGENF.R.vL LINES ;PROP &CASI(olxDl :deeii1985 1 F> Licensee Details Dtnnographlc lnfnrnlnlion Nemo nr1.Icensen: PALRCLOTIi, ROBIN LEG Lice. M: A2es9,46 Ittwfott» LtmitIon: DAYTONA DI ACTLFT..ORIDA Thais end (7usses of Valid Licences ,Pry Original issue Dare Qua.11fvhiµ A kthcent SURPLDS L INES(0125) lat1(i/2(RXa - - - YES Ldfdi LN41 VAR ANNUITY & NRA.GCM 40.215 t at, ,5120t12 YIFS glEN ERA!. LINES & C'Atif02201 17/'_/Lhr8 _ _ YES 43