Loading...
Agenda 11/10/2025 Item #16F 4 (Award Request for Proposal (RFP) No. 25-8395, “Closed Captioning Services” to National Captioning Institute, Inc.)11/10/2025 Item # 16.F.4 ID# 2025-4601 Executive Summary Recommendation to award Request for Proposal (RFP) No. 25-8395, “Closed Captioning Services” to National Captioning Institute, Inc., and authorize the Chair to sign the attached Agreement. OBJECTIVE: To obtain professional closed captioning services for live broadcasts of the Board of County Commissioner meetings and other scheduled boardroom meetings. CONSIDERATIONS: On May 2, 2025, the Procurement Services Division released notices for Request for Proposal (“RFP”) No. 25-8395, “Closed Captioning Services”. The bid was initially advertised for thirty (30) days and was extended an additional fourteen (14) days. Five (5) proposals were received by June 16, 2025, the submission deadline. Staff reviewed the proposals received, and all proposers were deemed to be responsive and responsible, having minor irregularities, except for T-Mobile USA, Inc. After submitting a proposal, QuickCaption, Inc., decided to withdraw from the bid. On September 3, 2025, the Selection Committee convened, as described in Step 1 of the solicitation documents, to evaluate the four (4) proposals, score, and shortlist the top two (2) proposers to move to Step 2, oral presentations. On September 24, 2025, the Selection Committee reconvened for Step 2, presentations with Azur Cart & Captioning, LLC, and National Captioning Institute, Inc. After reviewing the proposals and deliberation, the Committee scored the proposals and ranked the Proposers as follows: National Captioning Institute, Inc. – Ranked #1 Azur Cart & Captioning, LLC - Ranked #2 Staff recommends awarding to the top-ranked firm: National Captioning Institute, Inc. A Purchase Order with the County’s standard terms and conditions will be issued for this award. The award is for a three-year term with two (2) additional one (1) year renewal options starting December 8, 2025. The current purchase order for #20-7759R is on its final renewal and will expire December 7, 2025. This item is consistent with the Collier County strategic plan objective to encourage active community engagement and participation. Proposers: Company Name City County State Final Ranking Responsive/ Responsible National Captioning Institute, Inc. Lutz Hillsboroug h FL 1 Yes/Yes Azur Cart & Captioning, LLC Jacksonville Duval FL 2 Yes/Yes T-Mobile USA, Inc Chantilly Fairfax VA 3 Yes/Yes Czerenda Consulting, Inc Riverside Riverside CA 4 Yes/Yes QuickCaption, Inc Bellevue King WA 5 Yes/Yes FISCAL IMPACT: Funding for these services is budgeted annually in the Unincorporated General Fund (1011), Cost Center 100130. Historically, the average four-year (4) countywide expenditure for this agreement has been $50,000. The average amount spent is not indicative of future purchases, and it may increase or decrease in the coming fiscal years. GROWTH MANAGEMENT IMPACT: There is no impact to the Growth Management Plan. LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney. The Purchase Order will contain our standard 30 days’ notice to terminate for convenience. Accordingly, this item is approved as to form and legality. - Page 4792 of 6525 11/10/2025 Item # 16.F.4 ID# 2025-4601 JAK RECOMMENDATION(S): To award Request for Proposal (RFP) No. 25-8395, “Closed Captioning Services” to National Captioning Institute, Inc., and authorize the Chair to sign the attached Agreement. PREPARED BY: Prepared By: Charles Kammerer, Manager - Financial Operations, Corporate Financial & Management Services ATTACHMENTS: 1. 25-8395 NORA 2. 25-8395 Final Ranking 3. 25-8395 National Captioning Proposal 4. 25-8395 Solicitation 5. 25-8395 National Captioning COI expires 12.13.25 (GL,WC,EL) Page 4793 of 6525 Notice of Recommended Award Solicitation: 25-8395 Title: Closed Captioning Services Due Date and Time: June 16, 2025, at 3:00 PM (EST) Proposers: Company Name City County State Final Ranking Responsive/Responsible National Captioning Institute Incorporated Lutz Hillsborough FL 1 Yes/Yes Azur Cart & Captioning, LLC Jacksonville Duval FL 2 Yes/Yes T-Mobile USA, Inc Chantilly Fairfax VA 3 Yes/Yes Czerenda Consulting, Inc Riverside Riverside CA 4 Yes/Yes QuickCaption, Inc. Bellevue King WA 5 Yes/Yes Utilized Local Vendor Preference: Yes No Recommended Proposer for Award: On May 2, 2025, the Procurement Services Division released notices for Request for Proposal (“RFP”) No. 25- 8395, “Closed Captioning Services” to three thousand eighty (3,080) firms. Seven hundred sixty-six (766) viewed the solicitation information. The bid was initially advertised for thirty (30) days and was extended an additional fourteen (14) days. Five (5) proposals were received by June 16, 2025, the submission deadline. Staff reviewed the proposals received, and all proposers were deemed to be responsive and responsible, having minor irregularities, except for T-Mobile USA, Inc. After submitting a proposal, QuickCaption, Inc. decided to withdraw from the bid. On September 3, 2025, the Selection Committee convened, as described in Step 1 of the solicitation documents, to evaluate the four (4) proposals, score and shortlisted the top two (2) proposers to move to step 2, oral presentations. On September 24, 2025, the Selection Committee reconvened for step 2, presentations with Azur Cart & Captioning, LLC and National Captioning Institute Incorporated. After reviewing the proposals and deliberation, the Committee scored the proposals and ranked the Proposers as follows: National Captioning Institute Incorporated – Ranked #1 Azur Cart & Captioning, LLC - Ranked #2 Staff recommends award to the top-ranked firm: National Captioning Institute Incorporated Docusign Envelope ID: 899C9D7C-D017-45C4-8C7A-E583C653510E Page 4794 of 6525 Contract Driven Purchase Order Driven Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Srnka Date Docusign Envelope ID: 899C9D7C-D017-45C4-8C7A-E583C653510E Page 4795 of 6525 Selection Committee Final Ranking Sheet RFP #: 25-8395 Title: Closed Captioning Services Name of Firm Troy Miller Thomas Eble Maria Hopkins Buzzy Ford Howard Fassold Selection Committee Final Rank National Captioning Institute Incorporated 2 1 1 1 1 1.0000 Azur Cart & Captioning, LLC 1 2 2 2 2 2.0000 Procurement Professional Dania Guerrero Date 9/24/2025 Procurement Services Division Page 1 of 1 Page 4796 of 6525 County of Collier, FL Procurement Kenneth Kovensky, Executive Director 3299 Tamiami Trail, East Naples, FL 34112 [NATIONAL CAPTIONING INSTITUTE] RESPONSE DOCUMENT REPORT GEN No. 25-8395 CLOSED CAPTIONING SERVICES RESPONSE DEADLINE: June 16, 2025 at 3:00 pm Report Generated: Tuesday, June 24, 2025 National Captioning Institute Response CONTACT INFORMATION Company: National Captioning Institute Email: truckle@ncicap.org Contact: Taylor Ruckle Address: 14801 Murdock Street Suite 210 Chantilly, VA 20151 Phone: N/A Website: ncicap.org Submission Date: Jun 6, 2025 12:37 PM (Eastern Time) Page 4797 of 6525 [NATIONAL CAPTIONING INSTITUTE] RESPONSE DOCUMENT REPORT GEN No. 25-8395 CLOSED CAPTIONING SERVICES [NATIONAL CAPTIONING INSTITUTE] RESPONSE DOCUMENT REPORT undefined - CLOSED CAPTIONING SERVICES Page 2 ADDENDA CONFIRMATION Addendum #1 Confirmed Jun 6, 2025 4:32 PM by Taylor Ruckle Addendum #2 Confirmed Jun 6, 2025 4:32 PM by Taylor Ruckle QUESTIONNAIRE 1. I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this r esponse on behalf of my company.* Confirmed 2. ALL DOCUMENTS REQUIRING EXECUTION SHOULD BE EITHER BY WET SIGNATURES OR VERIFIABLE ELEC TRONIC SIGNATURES. FAILURE TO PROVIDE THE APPLICABLE DOCUMENTS MAY DEEM YOU NON-RESPONSIVE/NON-RESPONSIBLE. Confirmed 3. Request for Proposal (RFP) Instructions Form* Request for Proposal (RFP) Instructions have been acknowledged and accepted. Confirmed 4. Collier County Purchase Order Terms and Conditions.* Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Confirmed Page 4798 of 6525 [NATIONAL CAPTIONING INSTITUTE] RESPONSE DOCUMENT REPORT GEN No. 25-8395 CLOSED CAPTIONING SERVICES [NATIONAL CAPTIONING INSTITUTE] RESPONSE DOCUMENT REPORT undefined - CLOSED CAPTIONING SERVICES Page 3 5. Insurance Requirements* Vendor Acknowledges Insurance Requirement and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommended Award. Confirmed 6. Proposal Submittal* Please submit a proposal per Evaluation Criteria outlined in Solicitation. RFP_25-8395_Proposal_Submittal_NCI.pdf 7. County Required Forms VENDOR DECLARATION STATEMENT (FORM 1)* RFP_25-8395_Vendor_Declaration_Statement_NCI.pdf CONFLICT OF INTEREST AFFIDAVIT (FORM 2)* RFP_25-8395_Conflict_of_Interest_Affidavit_NCI.pdf IMMIGRATION AFFIDAVIT CERTIFICATION (FORM 3)* RFP_25-8395_Immigration_Affidavit_Certification_NCI.pdf LOCAL VENDOR PREFERENCE (IF APPLICABLE FORM 4) Include a copy of the business tax receipt. No response submitted REFERENCE QUESTIONNAIRE (IF APPLICABLE FORM 5) RFP_25-8395_Reference_Questionnaire_NCI_1.pdf RFP_25-8395_Reference_Questionnaire_NCI_2.pdf RFP_25-8395_Reference_Questionnaire_NCI_3.pdf Page 4799 of 6525 [NATIONAL CAPTIONING INSTITUTE] RESPONSE DOCUMENT REPORT GEN No. 25-8395 CLOSED CAPTIONING SERVICES [NATIONAL CAPTIONING INSTITUTE] RESPONSE DOCUMENT REPORT undefined - CLOSED CAPTIONING SERVICES Page 4 GRANT PROVISIONS (IF APPLICABLE FORM 6) All forms must be completed No response submitted PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (SUNBIZ)** http://dos.myflorida.com/sunbiz/ should be attached with your submittal. RFP_25-8395_Proof_of_Status_NCI.pdf E-VERIFY - MEMORANDUM OF UNDERSTANDING* Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. RFP_25-8395_E-Verify_Company_Profile_Page_NCI.pdf W-9 FORM* RFP_25-8395_W-9_Form_NCI.pdf SIGNED ADDENDUMS (IF APPLICABLE) RFP_25-8395_Addendum_#1_NCI.pdf RFP_25-8395_Addendum_#2_NCI.pdf MISCELLANEOUS DOCUMENTS No response submitted Page 4800 of 6525 National Captioning Institute Inc. ACCEPTANCE DATE: JUNE 16, 2025 PROPOSAL FOR CLOSED CAPTIONING SERVICES Presented by ANTHONY DEMARCO Senior Account Executive NCI Presented to DANIA GUERRERO Procurement Strategist Collier County, Florida Page 4801 of 6525 NATIONAL CAPTIONING INSTITUTEProposal for Closed Captioning Services 02 Contents* EVALUATION CRITERIA NO. 1: COVER LETTER 03 11CONTACT *NCI does not claim Certified Woman and/or Minority Business Enterprise status, nor Local Vendor status. Therefore, Evaluation Criteria 2 and 6 are not applicable and have been omitted from this submission. EVALUATION CRITERIA NO. 3: BUSINESS PLAN 04 EVALUATION CRITERIA NO. 4: COST OF SERVICES TO THE COUNTY 06 EVALUATION CRITERIA NO. 5: EXPERIENCE AND CAPACITY OF THE FIRM 07 Page 4802 of 6525 Proposal for Closed Captioning Services Cover Letter NATIONAL CAPTIONING INSTITUTETo whom it may concern, The National Captioning Institute Inc. (NCI) is pleased to offer this proposal for closed captioning services. NCI has provided captioning services for 46 years, including to clients in the public sector, with exemplary speed and accuracy. We propose to apply this experience to provide Collier County with industry-leading closed captions. NCI was founded in 1979 with the mission to expand television access to the deaf and hard-of-hearing across the U.S. Since introducing captioning service in 1980, NCI has delivered hundreds of thousands of hours of accessible programming to clients across the entertainment, government, and education sectors. As technology has evolved from stenography to voice writing to automated speech recognition, we’ve remained on the cutting edge. As a result, NCI captions can be found on virtually all media platforms, from national television broadcasts to the smartphone and laptop screens of individual CART users. NCI operates as a 501(c)(3) nonprofit corporation. We don’t pay dividends to stockholders or profits to owners; we invest in research and development, new technologies, and state-of-the-art equipment to improve our captioning. NCI’s nonprofit status, which is unique in the captioning industry, has made us a worldwide leader in accessibility services. The captioning vendor best practices outlined by the Federal Communications Commission in their February 2014 closed captioning Report and Order were modeled in part upon the policies and procedures of NCI, and NCI personnel have served on the FCC’s Disability Advisory Committee. Decades of captioning excellence have provided NCI’s specialized staff with the experience and resources required to meet the needs and challenges of Collier County. In summary, NCI is uniquely and eminently qualified to fulfil the terms of RFP 25-8395. Signed, Beth Nubbe, Executive Vice President / Chief Administrative Officer 03 Page 4803 of 6525 Proposal for Closed Captioning Services Business Plan NATIONAL CAPTIONING INSTITUTEMethod of Operation NCI provides 24/7/365 service through our nationwide staff of skilled real-time captioners and tech support personnel. NCI also provides captioning through our proprietary CaptionSentry Automatic Speech Recognition service, either as an emergency backup or a cost-effective standalone solution. Our workflow starts with the Account Executive, who will discuss the overall scope of the project with the County and log relevant information, including any special requirements. A Client Specialist will be assigned as the point of contact for the County and will gather details about the project. The County’s Client Specialist will be part of a team, so if he or she is not available at any time, someone else can be of service. The County ill contact the Scheduling Department along with the Account Executive and Client Specialist at NCI to arrange captioning services. Programming schedules can be emailed, or for requests within 24 hours, the County can call our 24/7/365 scheduling line at 703-917-7640 and follow-up by email. Dates and times of programs to be captioned will be entered in NCI’s state-of-the- art Media Pulse scheduling software, and our Scheduling Department will assign captioners for scheduled programming. Captioners will check in 15 minutes prior to each event. They will also send a caption test to verify connections prior to all programming. A detailed breakdown of the captioning procedure follows: Preparation: Ahead of the program start time, captioners will compile names, terms, places, and words unique to the County’s captioning sessions by reviewing available preparatory materials. All available resources, including reliable Internet sites, will be used to verify the accuracy of these materials. Real-time captioners will add these words to their individual computer dictionaries so they appear promptly, accurately, and correctly spelled during the streaming feed. Any preparatory materials provided to NCI by the County will also be incorporated into the captioners’ individual dictionaries. Connection: 15 minutes before the start of a program, the captioner will connect to the audio feed and encoder supplied by the County. A data connection will be established and its integrity will be verified. The captioning computer system will then be loaded and checked. (cont.) 04 Page 4804 of 6525 Proposal for Closed Captioning ServicesNATIONAL CAPTIONING INSTITUTECaptioning: Captioning will begin at the start of the program. Captioners will also remain responsive to County contacts to ensure any technical issues are resolved promptly. Transmission: Caption data will be seamlessly transmitted utilizing the Client’s HD492/HDTV Smart Encoder/Decoder VII. By advance request, NCI can provide unedited caption files/transcripts within 24 hours of a session to email address(es) provided by a client. Edited caption files/transcripts are also available at an additional cost. Implementation Schedule As soon as a contract is awarded, NCI will discuss strategy implementation with the County. NCI technical personnel will then conduct testing to ensure service can be effectively delivered in line with contract specifications. Timely, thorough feedback relating to performance will help NCI review and resolve any issues promptly and effectively. NCI offers written instructional materials and training as needed. NCI has extensive experience implementing services for similar organizations including Fulton County, Georgia; Howard County, Maryland; and the City of Glendale, California. Our standard implementation strategy is as follows: 05 Phase Activity Est. Time Frame Planning Discuss implementation strategy based on County needs As soon as award is given Preparation Allocating staff, updating captioning dictionaries, etc.<1 week Testing Conduct testing with NCI’s technical operations department <1 week Full Launch Beginning of Service <1 week Review Feedback Continuous Page 4805 of 6525 Page 4806 of 6525 Proposal for Closed Captioning Services Experience and Capacity NATIONAL CAPTIONING INSTITUTEQualifications NCI has provided real-time captioning services since 1982. Our staff of remote captioners maintain an average rate of 98% accuracy or higher calculated according to the procedure described in the Code of Federal Regulations Section 79.1(k)(2). NCI also offers CaptionSentry ASR captioning at 97% accuracy. Candidates for NCI’s live captioning staff complete three to six months of training, during which time they learn to build, structure, and maintain a captioning dictionary and to perform live assignment procedures. Captioners also undergo in-house training for each type of content they may encounter, such as sports, government, or educational material, in order to meet all clients’ needs. As a result, NCI’s staff is comprised of the most experienced and rigorously trained captioners in the industry. NCI captioners are also subject to ongoing assessment. Caption reviews for completeness and correctness are conducted at the supervisory and peer levels, providing captioners with feedback. Captioners then make any necessary adjustments in preparation for future sessions. NCI monitors performance through random and scheduled checks, including quarterly and annual assessments, to ensure consistency and quality of all services. Experience NCI has enjoyed successful partnerships with public sector clients including: State and Local Government: City of Calabasas, California City of Glendale, California City of Long Beach, California District of Columbia Office of Cable Television, Film, Music, and Entertainment Fulton County, Georgia Montgomery County, Maryland Howard County, Maryland The Ohio Channel Prince William Network (Virginia) 07 Page 4807 of 6525 Proposal for Closed Captioning ServicesNATIONAL CAPTIONING INSTITUTEFederal Government: Federal Communications Commission U.S. Department of Education U.S. Department of Veterans Affairs U.S. Department of Agriculture U.S. Department of the Interior U.S. Naval Research Laboratory U.S. Department of Justice National Park Service C-SPAN Official government proceedings Key Personnel Anthony DeMarco – Senior Account Executive Mr. DeMarco will be the main point of contact for the County and the account manager for this contract. Since joining NCI in 2002, Mr. DeMarco has earned a reputation for excellent customer service and time management and continues to grow business within NCI. Mr. DeMarco attended State University of New York at Jamestown and holds a bachelor’s degree in Broadcasting & Mass Media from the State University of New York at Oswego. Stephanie A. Veverka - Director of Production Ms. Veverka began her NCI career in 2007 as a Voice Writing trainee, the first hired into NCI’s California office. She was promoted to Voice Writing Coordinator in 2008, Supervisor in 2009, Managing Supervisor in 2012, and Director in 2017. Instrumental in growing and managing NCI’s Voice Writing department on the west coast, Ms. Veverka engaged in recruiting, training, and promoting Voice Writers. She earned a bachelor’s degree in English from Colgate University and also attended the University of the West Indies in St. Augustine, Trinidad. Captioner Resumes The following resumes are representative but non-comprehensive examples of NCI’s voice writing personnel, who are assigned based on availability. Additional resumes can be obtained from NCI by request. Laura Mann - Voice Writing Coordinator (2018-Present) Provides real-time closed captioning for a wide range of clients Maintains client reference materials and documentation Develops training materials for new captioners and those seeking higher NCI ranks and certifications (cont.) 08 Page 4808 of 6525 Proposal for Closed Captioning ServicesNATIONAL CAPTIONING INSTITUTEEmployment History: 2014-2018 - Voice Writing Supervisor, National Captioning Institute Supervises a staff of 6 NCI voice writers, helping to set performance goals and manage captioning quality 2014 - Voice Writer, National Captioning Institute 2011-2014 - Freelance Media Consultant Designed websites, edited video footage, created social media campaigns, edited copy for books and websites for a multitude of clients Qualifications: 2011 - B.A., Emerging Media and Communications, University of Texas at Dallas 10 years of experience with captioning technique, procedure, and software Developed voice writer training documents on specific subject matters and circumstances of prominent NCI clients Developed internal instructional manuals for apps used by NCI voice writers Anna Cheek - Voice Writing Supervisor (2021-present) Provides real-time closed captioning for a wide range of clients Supervises a staff of 6 NCI voice writers, helping to set performance goals and manage captioning quality Reviews captions for accuracy and quality assurance Employment History 2017-2021 - Voice Writer, National Captioning Institute 2015-2017 - Quality Control Proofreader, National Shopping Service Edited and proofread client reports to ensure grammatical accuracy 2014-2015 - Shift Leader, Jamba Juice Managed store and employees, including processing weekly orders and assigning tasks Qualifications 2015 - B.A., English, University of California, Davis Premier Captioner – certified 98% minimum accuracy on all clients, including sports and specialty subject matters Seven years of experience with captioning technique, procedure, and software 09 Page 4809 of 6525 Proposal for Closed Captioning ServicesNATIONAL CAPTIONING INSTITUTE Jeanette M. Weiler - Training Specialist (2020-present) Provides real-time closed captioning for a wide range of clients Performs weekly accuracy assessments of trainee files Identifies error trends through annotated file feedback Supports voice writing supervisors by reviewing on-air captioner files for quality assurance purposes Employment History 2015-2020 - Voice Writer, National Captioning Institute 2006-2015 - Advisor/Manager, Lia Sophia Jewelry Recruited and supported a team of 30 advisors; established successful business with extensive and repeat clientele 1990-2005 - Central Intelligence Agency Leadership Analyst, Liaison Officer, Terrorist Analyst, Proliferation Analyst Qualifications MA in International Studies, The Elliott School, George Washington University BA in Politics and Spanish, Wake Forest University Nine years of experience with captioning technique, procedure, and software 10 Page 4810 of 6525 14801 MURDOCK STREET, SUITE 210 CHANTILLY, VIRGINIA 20151 Proposal for Closed Captioning Services Contact UsNATIONAL CAPTIONING INSTITUTENCI is ready to meet your accessibility needs. ADEMARCO@NCICAP.ORG WWW.NCICAP.ORG (703) 917-7736 11 Page 4811 of 6525 Page 4812 of 6525 Page 4813 of 6525 Page 4814 of 6525 Page 4815 of 6525 Page 4816 of 6525 Rev. 1 2025 Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 25-8395 Reference Questionnaire for: National Captioning Institute Inc. (Name of Company Requesting Reference Information) Maureen De Felice; Anthony DeMarco (Name of Individuals Requesting Reference Information) Name: Donna Bates Company: Fulton County Government Email: donna.bates@fultoncountyga.gov FAX: Telephone: 404-612-7305 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: Fulton County Board of Commissioners Meeting Completion Date: 5/15/2025 Project Budget: ________________$20,000_______________ Project Number of Days: ______________________26________________________ ___ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Page 4817 of 6525 Rev. 1 2025 Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 25-8395 Reference Questionnaire for: National Captioning Institute, Inc. (Name of Company Requesting Reference Information) Anthony DeMarco (Name of Individuals Requesting Reference Information) Name: Ken Buck (Evaluator completing reference questionnaire) Company: C-SPAN (Evaluator’s Company completing reference) Email: kbuck@c-span.org FAX: Telephone: 202-626-8909 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which t hey have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: C-SPAN Networks Closed Captioning Completion Date: Ongoing Project Budget: $437,000 Project Number of Days: 365 Days Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Page 4818 of 6525 Sunbiz Notice NATIONAL CAPTIONING INSTITUTEAs of this submission, the National Captioning Institute Inc. (NCI) has applied for registration with the Florida Department of State Divisions of Corporations. If awarded a contract with Collier County, NCI will provide the resultant Certificate of Authority. NCI is formed under the law of the District of Columbia. NCI’s Certificate of Good Standing issued by the Government of the District of Columbia is attached. Proposal for Closed Captioning Services 1 Page 4819 of 6525 Page 4820 of 6525 Page 4821 of 6525 Page 4822 of 6525 Page 4823 of 6525 National Captioning Institute Inc. Non-profit 501 (c)(3) 14801 Murdock St Suite 210 Chantilly, VA 20151 2 34114665 01/27/2025 Page 4824 of 6525 Page 4825 of 6525 06/05/2025 Page 4826 of 6525 Procurement Services Division Addendum #2 Date: May 29, 2025 From: Dania Guerrero, Procurement Strategist Email: dania.guerrero@colliercountyfl.gov Telephone: (239) 252-7989 To: Interested Bidders Subject: Addendum #2 Solicitation #25-8395 CLOSED CAPTIONING SERVICES The following clarifications are issued as an addendum: CHANGE 1: Proposal Submission Deadlines have been extended. The “Questions and Answers” period has been changed from May 26, 2025, at 3:00 pm EST to June 9, 2025, at 3:00 pm EST. The “Proposal Submission Deadline” has been changed from June 2, 2025, at 3:00 pm EST to June 16, 2025, at 3:00 pm EST. CHANGE 2: Revising the Maximum Number of Points for Evaluation Criteria 3 and 5: Evaluation Criteria Maximum Points 1. Cover Letter / Management Summary 5 Points 2. Certified Woman and/or Minority Business Enterprise 5 Points 3. Business Plan 3025 Points 4. Cost of Services to the County 25 Points 5. Experience and Capacity of the Firm 2520 Points 6. Local Vendor Preference 10 Points TOTAL POSSIBLE POINTS 100 Points The revised solicitation document has been uploaded to OpenGov under Main Document: 25-8395 Solicitation_Rev.docx Page 4827 of 6525 If you require additional information, please post a question on our OpenGov (https://procurement.opengov.com/portal/collier-county-fl) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date National Captioning Institute Inc. (Name of Company 06/06/2025 Page 4828 of 6525 Page 4829 of 6525 Page 4830 of 6525 Page 4831 of 6525 Page 4832 of 6525 Page 4833 of 6525 Page 4834 of 6525 Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROPOSAL (RFP) FOR CLOSED CAPTIONING SERVICES SOLICITATION NO.: 25-8395 DANIA GUERRERO, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-7989 dania.guerrero@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format (Rev 8/7/2017). Any alterations to this document made by the Vendor may be grounds for rejection of the proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Page 4835 of 6525 2 SOLICITATION PUBLIC NOTICE REQUEST FOR PROPOSAL (RFP) NUMBER: 25-8395 PROJECT TITLE: CLOSED CAPTIONING SERVICES PRE-PROPOSAL CONFERENCE: N/A LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 DUE DATE: June 16, 2025 @ 3:00 PM (EST) PLACE OF RFP OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://procurement.opengov.com/portal/collier-county-fl. INTRODUCTION As requested by the Communications Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Request for Proposal (hereinafter, “RFP”) with the intent of obtaining proposals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. Historically, County departments have spent approximately $44,483 per year; however, this may not be indicative of future buying patterns. BACKGROUND The Americans with Disabilities Act (ADA) is a federal law enacted in 1990 that prohibits discrimination against disabled individuals in the areas of employment, public services, public accommodations, and telecommunications. The Board of Collier County Commissioners is committed to serving the needs of all of its citizens and visitors, and our goal is to ensure access to information for a diverse audience. Closed captioning offers a transcript for the audio track of a video presentation that is matched with the video and audio tracks. Captions are commonly visually presented over the video, which benefits individuals who are deaf and hard of hearing and anyone who cannot hear the audio because of loud environments. This service is an essential component to reach all Collier County residents. TERM OF CONTRACT The contract term, if an award is/are made is intended to be for three (3) years with two (2) one (1) year renewals. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation. The County Manager, or designee, may, at her discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remains with VENDOR. Page 4836 of 6525 3 DETAILED SCOPE OF WORK Closed captioning (CC) and subtitling are both processes of displaying text on a television, video screen, or other visual display to provide additional or interpretive information. Both are typically used as a transcription of the audio portion of a program as it occurs (either verbatim or in edited form), sometimes including descriptions of non-speech elements. Vendor to provide closed captioning services for selected televised regularly scheduled Collier County meetings and special meetings as needed. Vendor must have an operating system compatible with Collier County’s Encoder HD492/HDTV Smart Encoder/Decoder VII. Vendor must ensure that its systems remain compatible with the County’s encoding and decoding equipment throughout the contract term, including any County-mandated upgrades, provided the vendor is given 30 days’ advance notice of such changes. Vendor accuracy for real-time captioning is also a primary factor in the selection process, and the County’s goal should be approximately 95% +/-. A list of regularly scheduled meetings will be submitted quarterly (or as requested by the provider) and updated on a weekly basis. Any additions or deletions will be provided in a timely fashion. Meetings are usually broadcast during business hours (8 am - 5 pm), Monday through Friday, with some exceptions during declared emergencies. Emergency meetings may be scheduled on short notice. If this is the case, the County will provide at least 12 hours’ notice for emergency meetings whenever possible. In the event of declared emergencies, the vendor will make reasonable efforts to accommodate requests made with less than 12 hours’ notice, but the County acknowledges response is subject to availability. (i.e., Hurricane meetings and press conference). Closed captioning services will be performed remotely. REQUEST FOR PROPOSAL (RFP) PROCESS 1.1 The Proposers will submit a qualifications proposal, which will be scored based on the criteria in Evaluation Criteria for Development of Shortlist, which will be the basis for short-listing firms. The Proposers will need to meet the minimum requirements outlined herein in order for their proposal to be evaluated and scored by the COUNTY. The COUNTY will then score and rank the firms and enter into negotiations with the top-ranked firm to establish the cost for the services needed. The COUNTY reserves the right to issue an invitation for oral presentations to obtain additional information after scoring and before the final ranking. With successful negotiations, a contract will be developed with the selected firm, based on the negotiated price and scope of services, and submitted for approval by the Board of County Commissioners. 1.2 The COUNTY will use a Selection Committee in the Request for Proposal selection process. 1.3 The intent of the scoring of the proposal is for respondents to indicate their interest, relevant experience, financial capability, staffing, and organizational structure. 1.4 The intent of the oral presentations, if deemed necessary, is to provide the vendors with a venue where they can conduct discussions with the Selection Committee to clarify questions and concerns before providing a final rank. 1.5 Based upon a review of these proposals, the COUNTY will rank the Proposers based on the discussion and clarifying questions on their approach and related criteria, and then negotiate in good faith an Agreement with the top ranked Proposer. 1.6 If, in the sole judgment of the COUNTY, a contract cannot be successfully negotiated with the top-ranked firm, negotiations with that firm will be formally terminated, and negotiations shall begin with the firm ranked second. If a contract cannot be successfully negotiated with the firm ranked second, negotiations with that firm will be formally terminated, and negotiations shall begin with the third-ranked firm, and so on. The COUNTY reserves the right to negotiate any element of the proposals in the best interest of the COUNTY. RESPONSE FORMAT AND EVALUATION CRITERIA FOR DEVELOPMENT OF SHORTLIST: 1.7 For the development of a shortlist, this evaluation criterion will be utilized by the County’s Selection Committee to score each proposal. Proposers are encouraged to keep their submittals concise and to include a minimum of marketing materials. Proposals must address the following criteria: Evaluation Criteria Maximum Points 1. Cover Letter / Management Summary 5 Points 2. Certified Woman and/or Minority Business Enterprise 5 Points 3. Business Plan 30 Points 4. Cost of Services to the County 25 Points 5. Experience and Capacity of the Firm 25 Points 6. Local Vendor Preference 10 Points TOTAL POSSIBLE POINTS 100 Points Page 4837 of 6525 4 Tie Breaker: In the event of a tie at final ranking, the award shall be made to the proposer with the lower volume of work previously awarded. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty-four (24) months prior to the RFP submittal deadline. Payment information will be retrieved from the County’s financial system of record. The tie-breaking procedure is only applied in the final ranking step of the selection process and is invoked by the Procurement Services Division Director or designee. In the event a tie still exists, selection will be determined based on random selection by the Procurement Services Director, before at least three (3) witnesses. ---------------------------------------------------------------------------------------------------------------------------------------------------------- Each criterion and methodology for scoring is further described below. ***Proposals must be assembled, at minimum, in the order of the Evaluation Criteria listed, or your proposal may be deemed non-responsive*** EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENT SUMMARY (5 Total Points Available) Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the services stated herein. Include the name(s), telephone number(s), and email(s) of the authorized contact person(s) concerning the proposal. Submission of a signed Proposal is the Vendor's certification that the Vendor will accept any awards as a result of this RFP. EVALUATION CRITERIA NO. 2: CERTIFIED WOMAN AND/OR MINORITY BUSINESS ENTERPRISE (5 Total Points Available) Submit certification with the Florida Department of Management Services, Office of Supplier Diversity as a Certified Woman and/or Minority Business Enterprise. EVALUATION CRITERIA NO. 3: BUSINESS PLAN (25 Total Points Available) In this criteria, include but not limited to: • Detailed plan of approach (including major tasks and sub-tasks). • Detailed timeline for completion of the project. • Include with the Business Plan or as an attachment, a copy of a report as an example of work product. This should be for one of the projects listed as a reference. EVALUATION CRITERIA NO. 4: COST OF SERVICES TO THE COUNTY (25 Total Points Available) • In this criteria, please fill out the table below with your proposed pricing. • The Proposer with the lowest total cost of service submitted will be awarded the maximum score as listed in the scoring criteria section. All other proposals will be scored according to the following formula: (Lowest Price Proposal/ Proposer’s Price Proposal) x Maximum points. Score. For example, the maximum score available for price is 25. If the lowest proposed Price Proposal is $150,000.00, that Proposer will receive the full 25 points. Another Proposer with a Price Proposal of $160,000.00 will receive points calculated as follows: $150,000.00/ $160,000.00 = .9375 * 25 = 23.44 points Description Estimated Hours Hourly Cost Total Cost 1 Cost per hour for normal eight (8) hours or less meetings, 8:00 AM to 5:00 PM 8 2 Cost per hour for meetings that extend beyond eight (8) hours 1 3 Cost per hour for special meetings (i.e., hurricane meetings or other catastrophic events that require short notice) 1 Total cost of service Page 4838 of 6525 5 EVALUATION CRITERIA NO. 5: EXPERIENCE AND CAPACITY OF THE FIRM (20 Total Points Available) In this criteria, include but not limited to: • Provide information that documents your firm’s and subcontractors’ qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and several years of experience in providing the required services. • Describe the various team members’ successful experiences in working with one another on previous projects. • Description of the proposed contract team and the role to be played by each member of the team. The County requests that the vendor submit no fewer than three (3) and no more than ten (10) completed reference forms from clients during a period of the last 5 years, whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the Proposer that best represent projects of similar size, scope, and complexity to this project using the form provided in Form 5. Proposers may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Proposer on relevant project work. EVALUATION CRITERIA NO. 6: LOCAL VENDOR PREFERENCE (10 Total Points Available) Local business is defined as the vendor having a current Business Tax Receipt issued by the Collier or Lee County Tax Collector prior to proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier or Lee County from which the vendor’s staff operates and performs business in an area zoned for the conduct of such business. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see Vendor Check List)*** Page 4839 of 6525 Page 4840 of 6525 INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2. Employer’s Liability $__500,000_________ single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $__1,000,000_______single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. The General Aggregate Limit shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. Automobile Liability $_________ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Other insurance as noted: Watercraft $ __________ Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence Pollution $ __________ Per Occurrence Professional Liability $ ___________ Per claim & in the aggregate Project Professional Liability $__________ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence Cyber Liability $__________ Per Occurrence Technology Errors & Omissions $__________ Per Occurrence 7. Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers’ check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. Page 4841 of 6525 8. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as “A-“ or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders’ surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor’s policy shall be endorsed accordingly. 11. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. On all certificates, the Certificate Holder must read: Collier County Board of County Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder’s Risk Insurance will be addressed by the Collier County Risk Management Division. GG – 4/28/2025 ___________________________________________________________________________________________________________ Vendor’s Insurance Acceptance By submission of the bid Vendor accepts and understands the insurance requirements of these specifications, agrees to maintain these coverages through the duration of the agreement and/or work performance period, and that the evidence of insurability may be required within five (5) days of notification of recommended award of this solicitation. Page 4842 of 6525 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBRWVDADDLINSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS AUTOSAUTOSNON-OWNEDHIRED AUTOS SCHEDULEDALL OWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED?(Mandatory in NH) DESCRIPTION OF OPERATIONS belowIf yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2014/01) © 1988-2014 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD 10/15/2025 Oropeza Insurance Agency Inc 10559 Crestwood Dr Manassas VA 20109 Carolina North 703-576-0444 service@oropezainsurance.com National Captioning Institute, Inc. 14801 Murdock St Ste 210 Chantilly VA 20151 Hanover American Insurance Company 36064 The Hanover Insurance Company 22292 Continental Casualty Company (CNA)20443 A 6 6 6 Y OZRH875653 12/13/2024 12/13/2025 1,000,000 300,000 5,000 1,000,000 2,000,000 2,000,000 A 6 6 Y OZRH875653 12/13/2024 12/13/2025 1,000,000 A 6 6 OZRH875653 12/13/2024 12/13/2025 10,000,000 10,000,000 A WZRH869808 12/13/2024 12/13/2025 6 1,000,000 1,000,000 1,000,000 B PROFESSIONAL LIABILITY LHRJ614681 12/13/2024 12/13/2025 LIMIT: $1,000,000 Collier County Board of County Comissioners, OR, Board of County Comissioners in Collier County, OR, Collier County Government, OR, Collier County included as an additional insured under the captioned Commercial General Liability and Automobile Liability Policies on a primary and non-contributory basis if and to the extent required by written contract. 30 days of cancellation Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples FL 34112 LIMIT: $3,000,00012/13/202512/13/2024LHRJ614391CYBER LIABILITYB Page 4843 of 6525