Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Agenda 12/09/2025 Item #16B21 (Award an Agreement for Request for Proposal No. 25-8379 “Loan and/or Grant Acquisition and Compliance Services,” to Angie Brewer & Associates, L.C.)
12/9/2025 Item # 16.B.21 ID# 2025-4801 Executive Summary Recommendation to award an Agreement for Request for Proposal No. 25-8379 “Loan and/or Grant Acquisition and Compliance Services,” to Angie Brewer & Associates, L.C., and authorize the Chair to sign the attached Agreement. OBJECTIVE: Recommendation to award an Agreement for Request for Proposal No. 25-8379 “Loan and/or Grant Acquisition and Compliance Services,” to Angie Brewer & Associates, L.C., and authorize the Chairman to sign the attached Agreement. CONSIDERATIONS: Since 2012, the County has utilized loan/grant services to perform compliance and close out activities for State Revolving Fund loans related to water and wastewater capital improvement projects and funding strategy analyses and acquisition services for the Resource Recovery Business Park, South Florida Water Management District Alternative Water Supply Program, Everglades City Funding Strategy, and Golden Gate City Funding Technical Assistance, and County Wide grant compliance. This contract will provide a vehicle for acquisition and grant compliance services for future funding opportunities. On June 24, 2025, the County issued RFP No. 25-8379, Loan and/or Grant Acquisition and Compliance Services via the County’s online bidding system, Open Gov. The due date was extended to increase competition, during which time staff conducted additional vendor outreach. Two (2) proposals were received by the July 31, 2025, deadline as summarized below: Proposers Final Ranking Responsive/Responsible Angie Brewer & Associates, L.C 1 Yes/Yes Earthology, LLC 2 Yes/Yes Staff reviewed the proposals received, and all proposers were deemed to be responsive and responsible, with Earthology, LLC having minor irregularities. The Selection Committee met on September 17, 2025, to score and rank the proposals and selected Angie Brewer & Associates, L.C., of Bradenton, Florida, as the top-ranked firm. Staff determined the proposed cost of services to be fair and reasonable after reviewing the market for comparable services. Staff is recommending an award to the top-ranked firm, Angie Brewer & Associates, L.C. Angie Brewer & Associates, L.C. has been in business for over 30 years with extensive experience with grant and loan applications and grant compliance. Angie Brewer & Associates L.C. has worked with Collier County for over 12 years. The attached Agreement provides for an initial three-year term, with two additional one-year renewal options. This Agreement replaces existing Agreement No. 20-7690 that is currently on an extension and will be terminated upon execution of new contract in financial system. This item is consistent with the Collier County strategic plan, with the objective to plan and build public infrastructure and facilities to effectively, efficiently, and sustainably meet the needs of our community. FISCAL IMPACT: Agency-wide annual expenditure is not expected to exceed $300,000 but will be dependent on the number and scope of the proposals. As the County's number of grant programs increases, the need for loan/grant acquisition and compliance services may increase to complement County resources. The funding for each proposal under the approved contract will come from each user's Department/Division. Transportation Management Services Department sources of funds are anticipated to be the Transportation Capital Fund (3081). The funding source is general funds. Proposals made in FY2026 will be consistent with the FY2026 budget as approved by the Board of County Commissioners (Board). Proposals made in the fiscal years beyond 2026 will be consistent with future budgets as approved. It is noteworthy that the contract is also compliant with federal rules, which will give the County the ability to use grant funds when eligible and/or allowable. Page 4542 of 9661 12/9/2025 Item # 16.B.21 ID# 2025-4801 GROWTH MANAGEMENT IMPACT: This recommendation is consistent with the Long-Range Transportation Plan and Objective 1 of the Transportation Element of the Collier County Growth Management Plan to maintain the major roadway system at an acceptable Level of Service. LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney, is approved as to form and legality and requires a majority vote for approval. -JAK RECOMMENDATION(S): To award an Agreement for Request for Proposal No. 25-8379 “Loan and/or Grant Acquisition and Compliance Services,” to Angie Brewer & Associates, L.C., and authorize the Chairman to sign the attached Agreement. PREPARED BY: Tara Castillo, Financial Operations Manager, Transportation Management Services Department ATTACHMENTS: 1. 25-8379 NORA 2. 25-8379 Final Ranking 3. 25-8379 Solicitation 4. 25-8379 Angie Contract VS 5. 25-8379 Angie Brewer COI exp 12.10.25 (GL, Auto, PL, WC) 6. ANGIE BREWER PROPOSAL Page 4543 of 9661 Procurement Services Division Notice of Recommended Award Solicitation: 25-8379 Title: Loan and or Grant Acquisition and Compliance Services Due Date and Time: July 31, 2025, at 3:00 PM Proposers: Company Name City County State Final Ranking Responsive/Responsible Angie Brewer & Associates, L.C. Bradenton Manatee FL #1 Yes/Yes Earthology, LLC West Palm Beach Palm Beach FL #2 Yes/Yes Utilized Local Vendor Preference: Yes No Recommended Proposer For Award: On June 24, 2025, the Procurement Services Division released notices for Request for Proposal (“RFP”) No. 25- 8379, “Loan and/or Grant Acquisition and Compliance Services” to three thousand two hundred thirty (3,230) firms. Six hundred twenty-seven (627) viewed the solicitation information, and two (2) proposals were received by July 31, 2025, the submission deadline. Vendor outreach was conducted and the proposal opening was extended. Staff reviewed the proposals received, and all proposers were deemed to be responsive and responsible with Earthology, LLC having minor irregularities. The Selection Committee convened on September 17, 2025. After reviewing the proposals and deliberation, the Committee scored the proposals and ranked the Proposers as shown above. Staff is recommending award to the top-ranked firm: Angie Brewer & Associates, L.C. Contract Driven Purchase Order Driven Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Srnka Date Docusign Envelope ID: FB80DC75-2215-49E2-B570-C0CD9F478A02 Page 4544 of 9661 Selection Committee Final Ranking RFP #: 25-8379 Title: Loan and/or Grant Acquisition and Compliance Services Name of Firm Tara Castillo Brandy Otero Danielle Bates Maggie Lopez Lorraine Lantz Total Scores Final Rank Angie Brewer & Associates, L.C.100 90 100 95 94 479.00 1 Earthology, LLC 42 67 31 77 74 291.00 2 Procurement Professional: Dania Guerrero Date:9/17/2025 Page 1 of 1 Page 4545 of 9661 Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROPOSAL (RFP) FOR LOAN AND/OR GRANT ACQUISITION AND COMPLIANCE SERVICES SOLICITATION NO.: 25-8379 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) Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Page 4546 of 9661 2 SOLICITATION PUBLIC NOTICE REQUEST FOR PROPOSAL (RFP) NUMBER: 25-8379 PROJECT TITLE: LOAN AND/OR GRANT ACQUISITION AND COMPLIANCE SERVICES PRE-PROPOSAL CONFERENCE: N/A LOCATION: N/A DUE DATE: July 24, 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 Transportation Management Services Department (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 (also referred to as “Proposers”) 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. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. Historically, County departments have spent approximately $600,000; however, this may not be indicative of future buying patterns. BACKGROUND Collier County Transportation Management Services Department is seeking the non-exclusive services of a Loan and/or Grant Acquisition and Compliance Services professional to provide training, planning, solicitation assistance, documentation, monitoring, and other related services pertaining to the administration of Federal, State, or other potential loans and grants i.e. state revolving funds (SRF) or loans. TERM OF CONTRACT The contract term, if an award(s) 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 Manager, or designee, may, at his 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. DETAILED SCOPE OF WORK The Vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated herein. Collier County is seeking a provider of these services which may consist of, but shall not be limited to, research, grant writing, application assistance, compliance training, oversight of funding-related projects, documentation of fund disbursement, monitoring and documentation of compliance, close-out coordination and assistance, and draft preparation of audit requirements. The County expects that the successful vendor shall conduct research, and draft and present to the County for final review and approval, any, and all documents as described in each of the following six services. The County foresees utilizing the successful Vendor for the following six services. Page 4547 of 9661 3 1. Planning, Application Development and Submittal a. Review of project concept and design. b. Review budget for grant eligibility and approval. c. Provide cost benefit analyses. d. Assist in negotiation and review of funding agreements. e. Draft and coordinate legal ads and recording of Board of County Commissioner’s Resolutions. f. Assist and participate in presentations to the Board of County Commissioners. g. Work directly with County Attorney and Grant Compliance Office on required reviews. h. Work with prospective Grantors in support of application. i. Prepare and submit applications. j. Provide assistance in updating the County’s Grant Administration Handbook. k. Provide training to selected County staff in grant writing, research to insure appropriate and responsive interface with County, State and Federal Agencies. l. Develop and provide training of 2 CFR Part 200 compliance with inclusion of County procedures and practices. m. Research and collaborate with County divisional staff on new funding opportunities. 2. Pre-Construction Requirement a. Organize applicable plans and submit documentation to the funding source provider for contract award. b. Assist in providing information to potential respondents on loan and/or grant requirements. c. Provide assistance and compliance training during the bidding phase in accordance with requirements. d. Provide support at public hearing meetings, including presentations to the Board of County Commissioners. e. Provide required bid and other documents for loans/grants such as but not limited to independent cost estimates and cost/price analysis. f. Independently process forms requiring County management’s review and approval, i.e., “Authorized Representative Site Certification.” 3. Contractor Processing, Payment and Reporting a. Assist in the review of payment applications/invoices (including stored materials when applicable). b. Provide cost identification and data entry- for loan and/or grant eligibility prior to release of funds. 4. Grantor Agency Reporting and Submittal Requirements a. Accumulate data for calculation of request for funds. b. Prepare and submit as directed by the County, documentation required to support the request for funds. c. Prepare final request forms and packages. d. Review detailed data of grant/loan funds available for amendments. e. Monitor funds requested and cash flow management for loan and/or grant compliance. f. Prepare Capital Financing Plan. g. Prepare documents for inclusion of specific project. h. Prepare environmental support documentation as required by the regulations of the federal or state grant program at the appropriate level for the project to obtain grantor environmental clearance. i. Prepare periodic status reports, frequency to be determined on a project-by-project basis. j. Coordinate with other potential funding source providers. k. Coordinate responses to Regulators and Auditors questions through Corporate Financial & Management Services and/or Fiscal and Grants Services staff. 5. Monitoring for Compliance a. Review and monitor Florida Certified Minority-Owned Business Enterprises (MBE), Woman-Owned Business Enterprises. (WBE), and Disadvantaged Business Enterprise (DBE) participation (as well as any other required socioeconomic classes) to track and/or report the actual level of participation. b. Provide assistance with MBE/WBE/DBE status revisions. c. Perform Commercially Useful Function reviews in relation to DBE monitoring. d. Perform Davis-Bacon Act monitoring to ensure weekly certified payroll compliance and EEO requirements when applicable. e. Perform Build AmericaBuy American Act (BABA) or Buy America/n Acts (BAA) monitoring when applicable. f. Monitor grants/loans contractual requirements as determined and provide monthly status updates. 6. Program Coordination a. Schedule and participate in program coordination meetings. b. Participate in Pre-Construction meetings to review grant compliance requirements passed on to Third Parties such as the Davis Bacon Act. c. Review draft change orders for eligibility. d. Coordinate submittals to funding source of change orders and documentation. e. Assist in contract, project and report closeout including final amendment. f. Assist with preparation of documentation for audit of project/program. Page 4548 of 9661 4 g. Project close-out assistance with the appropriate grantor agency/agencies and external auditors. h. Work directly with consultants to obtain required engineering documentation. 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 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. Business Plan 20 Points 3. Cost of Services to the County 25 Points 4. Experience and Capacity of the Firm 25 Points 5. Specialized Expertise of Team Members 25 Points TOTAL POSSIBLE POINTS 100 Points Tie Breaker: In the event of a tie at final ranking, 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 proposal. Submission of a signed Proposal is Vendor's certification that the Vendor will accept any awards as a result of this RFP. Page 4549 of 9661 5 EVALUATION CRITERIA NO. 2: BUSINESS PLAN (20 Total Points Available) In this criteria, include but not limited to: • Planning and Application Development • Pre-Construction Requirement • Contractor Processing, Payment and Reporting • Agency Reporting and Request for Funds • Monitoring for Compliance • Program Coordination EVALUATION CRITERIA NO. 3: COST OF SERVICES TO THE COUNTY (25 Total Points Available) In this criteria, include but not limited to: For all services, please provide a proposed fee schedule of principals and staff (including sub-consultants). Fee schedule pricing shall be inclusive of all costs and shall be full compensation for all services, labor, tools, equipment, local travel (within Lee and Collier County) and any other items required for project completion and/or completion of services. Travel expenses outside of Lee and Collier County shall be reimbursed at the rates used by Collier County for its employees as per Section 112.061 Florida Statute. • Initial pricing is for evaluation purposes and is subject to change during negotiations with the selected Vendor. EVALUATION CRITERIA NO. 4: EXPERIENCE AND CAPACITY OF THE FIRM (25 Total Points Available) In this criteria, include but not limited to: • Provide the number of state revolving funds (SRF) loans you have helped clients execute over the last 5 years (10/1/2019 – 9/30/2024 that were over $3 million in project costs. • Provide at least two examples. a. Of the total number provided in response #1 above, how many SRF loans were for Transportation b. Of the total number provided in response #1 above, how many SRF loans were for Transportation • Please identify your success rate of grant applications approved (in both number and percentage format; for example: 68/100 = 68.0%). • What type of grant compliance and reporting to local, state and federal agencies represents the largest percentage of your grant work? What types of grants does your company work on? • During the last five years, what is your track record for post-award audit? • Provide the number of years the company has been conducting research, designing, drafting and presenting to the companies for final review and approval, any, and all documentation as described in the six services identified in this solicitation. The County requests that the vendor submits 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 of this project using 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. 5: SPECIALIZED EXPERTISE OF TEAM MEMBERS (25 Total Points Available) In this criteria, include but not limited to: • Identify the firm’s transition plan should a vacancy occur in one of the key project positions. • Provide information that documents your firm’s personnel assigned to this contract as requested below: a. Provide the number of years of SRF and grant compliance experience that the project manager(s) assigned to this contract has/have in the scope of work identified by the County. Attach resume(s). b. Provide the number of SRF water loans that the project manager has coordinated. c. Provide the number of SRF wastewater loans that the project manager has coordinated. d. Identify the number of fulltime equivalents that will be assigned to Collier County from the firm. (Fulltime is defined as 100% assigned to Collier County.) (Attach resumes.) e. Identify the number of part-time equivalents that will be assigned to Collier County from the firm. (Part-time is defined as 50% or less assigned to the Collier County account.) (Attach resumes.) VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List)*** Page 4550 of 9661 Page 4551 of 9661 Page 4552 of 9661 Page 4553 of 9661 Page 4554 of 9661 Page 4555 of 9661 Page 4556 of 9661 Page 4557 of 9661 Page 4558 of 9661 Page 4559 of 9661 Page 4560 of 9661 Page 4561 of 9661 Page 4562 of 9661 Page 4563 of 9661 Page 4564 of 9661 Page 4565 of 9661 Page 4566 of 9661 Exhibit B Fee Schedule following this page (pages _1_ through� ) Page 14 of 16 Fixed Price Professional Service Agreement (2025 _ vet·.2] Page 4567 of 9661 Page 4568 of 9661 Page 4569 of 9661 Page 4570 of 9661 Page 4571 of 9661 Page 4572 of 9661 Page 4573 of 9661 Page 4574 of 9661 Page 4575 of 9661 Page 4576 of 9661 Page 4577 of 9661 Page 4578 of 9661 Page 4579 of 9661 Page 4580 of 9661 Page 4581 of 9661 Page 4582 of 9661 Page 4583 of 9661 Page 4584 of 9661 Page 4585 of 9661 Page 4586 of 9661 INSURANCE REQUIREMENTS COVERSHEET Project Name Vendor Name Solicitation/Contract No. Attachments Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s) Comments Attachments Approved by Risk Management Division Approval: Page 4587 of 9661 83S CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 05/22/2025 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. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endors ement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER AON RISK SERVICES SOUTH INC 3550 LENOX ROAD NORTHEAST SUITE 1700 ATLANTA GA 30326 CONTACT NAME:Aon Risk Services, Inc of Florida PHONE (A/C, No, Ext):833-506-1544 FAX (A/C, No): EMAIL ADDRESS:work.comp@trinet.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : Indemnity Insurance Company of North America 43575 INSURED TriNet Group, Inc. Angie Brewer And Associates LC 1 Park Place, Suite 600 Dublin, CA 94568-7983 INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 15865283 REVISION NUMBER: 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. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY)LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS-MADE OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence)$ MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ POLICY PROJECT LOC PRODUCTS - COMP/OP AGG $ OTHER $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident)$ ANY AUTO BODILY INJURY (Per person)$ OWNED AUTOS ONLY SCHEDULED AUTOS BODILY INJURY (Per accident)$ HIRED AUTOS ONLY NON-OWNED AUTOS ONLY PROPERTY DAMAGE (Per accident)$ $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DEC RETENTION $ A WORKERS COMPENSATION Y / N N AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A WLR_C73099092 07/01/2025 07/01/2026 X PER STATUTE OTH- ER E.L. EACH ACCIDENT $2,000,000 E.L. DISEASE - EA EMPLOYEE $2,000,000 E.L. DISEASE - POLICY LIMIT $2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Workers Compensation coverage is limited to worksite employees of Angie Brewer A nd Associates LC through a co-employment agreement with TriNet HR III, Inc. For any and all work performed on behalf of Collier County. CERTIFICATE HOLDER CANCELLATION Collier County Board of County Commissioners Collier County Purchasing Dept 3295 Tamiami Trail E. Naples, FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Page 4588 of 9661 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 SUBR WVD ADDL INSD 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 AUTOSAUTOS NON-OWNEDHIRED AUTOS SCHEDULEDALL OWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If 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 10/27/2025 Stratum Insurance Agency LLC 10620 Southern Highlands Pkwy Suite 110-276 Las Vegas NV 89141 949-270-0609 949-270-0608 helpdesk@stratuminsurance.com Angie Brewer & Associates LLC 5620 Tara Blvd, Suite 102 Bradenton FL 34203 RLI INS CO 13056 A ✖ ✖ ✖ Y PMB0001254 12/20/2024 12/20/2025 2,000,000 1,000,000 10,000 2,000,000 4,000,000 4,000,000 A ✖✖ PMB0001254 12/20/2024 12/20/2025 2,000,000 A Professional Liability (E&O) RTP0042494 2/17/2024 2/17/2026 Limit: $1,000,000 Each Claim | $2,000,000 Aggregate The certificate holder is added as an additional insured per the policy form PPB304G0413 for general liability and RTP 101 for professional liability when required by written contract or agreement during the policy period. Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. For any and all work performed on behalf of Collier County are 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 or agreement. Collier County of Board of County Commissioners 3295 Tamiami Trail East Naples FL 34112 Page 4589 of 9661 Page 4590 of 9661 Page 4591 of 9661 County of Collier, FL Procurement Sandra Srnka, Executive Director 3299 Tamiami Trail, East Naples, FL 34112 [ANGIE BREWER & ASSOCIATES LC] RESPONSE DOCUMENT REPORT GEN No. 25-8379 Loan and/or Grant Acquisition and Compliance Services RESPONSE DEADLINE: July 31, 2025 at 3:00 pm Report Generated: Thursday, July 31, 2025 ANGIE BREWER & ASSOCIATES LC Response CONTACT INFORMATION Company: ANGIE BREWER & ASSOCIATES LC Email: president@angiebrewer.com Contact: Mark Brewer Address: 5620 Tara Blvd Suite 102 Bradenton, FL 34203 Phone: (941) 756-5800 Website: angiebrewer.com Submission Date: Jul 24, 2025 2:59 PM (Eastern Time) Page 4592 of 9661 [ANGIE BREWER & ASSOCIATES LC] RESPONSE DOCUMENT REPORT GEN No. 25-8379 Loan and/or Grant Acquisition and Compliance Services [ANGIE BREWER & ASSOCIATES LC] RESPONSE DOCUMENT REPORT undefined - Loan and/or Grant Acquisition and Compliance Services Page 2 ADDENDA CONFIRMATION Addendum #1 Confirmed Jul 24, 2025 6:57 PM by Mark Brewer 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 ELECTRONIC SIGNATURES. FAILURE TO PROVIDE THE APPLICABLE DOCUMENTS MAY DEEM YOU NON-RESPONSIVE/NON-RESPONSIBLE. Confirmed 3. Grant Funded Request for Proposal Instructions Form * Grant Funded Request for Proposal 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 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. Page 4593 of 9661 [ANGIE BREWER & ASSOCIATES LC] RESPONSE DOCUMENT REPORT GEN No. 25-8379 Loan and/or Grant Acquisition and Compliance Services [ANGIE BREWER & ASSOCIATES LC] RESPONSE DOCUMENT REPORT undefined - Loan and/or Grant Acquisition and Compliance Services Page 3 Confirmed 6. Proposal Submittal* Please submit a proposal per Evaluation Criteria outlined in Solicitation. 6_-_2025-07-24_RFP_25-8379_-_Collier_County_-_Final.pdf 7. Collier County Required Forms VENDOR DECLARATION STATEMENT (FORM 1)* 7.1_Vendor_Declaration_Statement.pdf CONFLICT OF INTEREST AFFIDAVIT (FORM 2)* 7.2_Conflict_of_Interest_Affidavit.pdf IMMIGRATION LAW AFFIDAVIT CERTIFICATION (FORM 3)* 7.3_Immigration_Law_Affidavit_Certification.pdf REFERENCE QUESTIONNAIRE (FORM 4) 7.4_Reference_Questionnaire_-_Belleview.pdf 7.4_Reference_Questionnaire_-_Cape_Coral.pdf 7.4_Reference_Questionnaire_-_Gainesville_Regional_Utilities.pdf 7.4_Reference_Questionnaire_-_Largo.pdf 7.4_Reference_Questionnaire_-_Sarasota.pdf 7.4_Reference_Questionnaire_-_Wauchula.pdf GRANT PROVISIONS AND ASSURANCES PACKAGE (FORM 5)* 7.5_Grant_Provisions_and_Assurances_Package.pdf PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (SUNBIZ)* http://dos.myflorida.com/sunbiz/ should be attached with your submittal. Page 4594 of 9661 [ANGIE BREWER & ASSOCIATES LC] RESPONSE DOCUMENT REPORT GEN No. 25-8379 Loan and/or Grant Acquisition and Compliance Services [ANGIE BREWER & ASSOCIATES LC] RESPONSE DOCUMENT REPORT undefined - Loan and/or Grant Acquisition and Compliance Services Page 4 7.6_-_Proof_of_Status_from_Division_of_Cororations_-_Florida_Department_of_State.pdf E-VERIFY - MEMORANDUM OF UNDERSTANDING* 7.7-_Everify_Memorandum_of_Understanding.pdf W-9 FORM* 7.8_-_W-9_Form.pdf SIGNED ADDENDUMS (IF APPLICABLE) 7.9_-_Addendum_#1.pdf MISCELLANEOUS DOCUMENTS 2025-2027_OSD_Certification.pdf FDOT_DBE_Verification.pdf E-Verify_Search_Verification.pdf Page 4595 of 9661 SOLICITATION NO.: 25-8379 REQUEST FOR PROPOSAL (RFP) LOAN AND/OR GRANT ACQUISITION AND COMPLIANCE SERVICES COLLIER COUNTY, FL Submitted By: ANGIE BREWER & ASSOCIATES, LC CONTACT INFORMATION: MARK A. BREWER, PRESIDENT ANGIE BREWER & ASSOCIATES, LC 5620 TARA BLVD., SUITE 102 BRADENTON, FL 34203 PRESIDENT@ANGIEBREWER.COM 941-756-5800 Page 4596 of 9661 Over $13 Billion in Direct Experience 1 Angie Brewer & Associates, LC 37+ Years in Business www.angiebrewer.com TABLE OF CONTENTS SECTION 1 – COVER LETTER/MANAGEMENT SUMMARY .................................................................... 2 Management Summary ............................................................................................................................ 3 Philosophy of the Firm .......................................................................................................................... 3 Quick Facts ........................................................................................................................................... 3 Approach to Task Detail ........................................................................................................................... 4 1. Planning, Application Development and Submittal ........................................................................ 4 2. Pre-Construction Requirement ....................................................................................................... 5 3. Contracting Processing, Payment and Reporting .......................................................................... 6 4. Grantor Agency Reporting and Submittal Requirements ............................................................... 6 5. Monitoring for Compliance ............................................................................................................. 8 6. Program Coordination .................................................................................................................... 8 SECTION 3 – COST OF SERVICES TO THE COUNTY ........................................................................... 10 SECTION 4 – EXPERIENCE AND CAPACITY OF THE FIRM ................................................................. 12 Proven Acquisition and Compliance Experience .................................................................................... 12 Selected List of Grant Program Experience ........................................................................................... 14 Project Examples .................................................................................................................................... 14 Awards related to Collier County ............................................................................................................ 15 Client References ................................................................................................................................... 15 SECTION 5 – SPECIALIZED EXPERTISE OF TEAM MEMBERS ........................................................... 16 Qualifications of Personnel ..................................................................................................................... 16 Transition Plan ........................................................................................................................................ 17 Capacity of the Firm ............................................................................................................................. 17 Project Leader .................................................................................................................................... 17 Specialized Expertise ......................................................................................................................... 17 Staff Continuity ................................................................................................................................... 17 Page 4597 of 9661 Over $13 Billion in Direct Experience 2 Angie Brewer & Associates, LC 37+ Years in Business www.angiebrewer.com SECTION 1 – Cover Letter/Management Summary July 23, 2025 Dania Guerrero, Procurement Strategist Procurement Services Division 3295 Tamiami Trail East, BLDG C-2 Naples, Florida 34112 Re: RFP #25-8379 - Loan and/or Grant Acquisition and Compliance Services Dear Ms. Guerrero: Angie Brewer and Associates, LC (ABA) is pleased to offer the following proposal to provide Loan and/or Grant Acquisition and Compliance Services to Collier County, Florida. Our firm is fully and uniquely qualified to provide these services and possesses the knowledge, expertise, understanding and ability to accomplish the scope of work. We are dedicated to providing the services necessary to guarantee the success of your projects within the required timeframes. Our underlying philosophy is to be good stewards of the County’s resources by only applying for funding that has a very strong chance of successful award. Additionally, our approach is to employ our specialized expertise in the execution of tasks necessary to provide the highest quality funding services available at the lowest total cost of delivery. This package provides information regarding ABA’s qualifications that clearly identify the following: 1. ABA is a Florida Certified Women’s Business Enterprise (WBE) and Florida Department of Transportation (FDOT) Certified Disadvantaged Business Enterprise (DBE). 2. ABA has the capacity to serve the needs of the County with demonstrated expertise encompassing over $13 Billion in loan and grant acquisition and compliance experience spanning more than 37 years. Specific SRF experience within the previous five (5) year period includes approximately $727,850,000 across twenty-five (25) projects. 3. ABA has been successful in providing loan and grant services specifically listed in this RFP to more than 70 communities utilizing federal, state, local and private funding sources. In our entire history, we have had a 97.9% grant and a 100% SRF loan application success rate as well as successful closeout on all of the projects with which we have been involved. 4. We have included client references to demonstrate our outstanding reputation. We encourage you to contact any of our current and former clients. We have been assisting Collier County to acquire and manage 100’s of millions of dollars in project funding since 1989. We truly appreciate the opportunity to serve your needs with the best services available. We look forward to an excellent working relationship as well as meeting and exceeding the County’s expectations. I, Mark A. Brewer, am the authorized contact concerning the proposal and acknowledge that ABA will accept any awards resulting from this RFP. Sincerely, Mark A. Brewer President Authorized Point of Contact: Mark A. Brewer, President P: 941-756-5800 5620 Tara Blvd., Suite 102 Bradenton, FL 34203 president@angiebrewer.com Page 4598 of 9661 Over $13 Billion in Direct Experience 3 Angie Brewer & Associates, LC 37+ Years in Business www.angiebrewer.com Management Summary Philosophy of the Firm Our firm’s philosophy is quite simple, although unique. We believe that we are an extension of your staff, not a consultant that merely tells you what to do and leaves you wondering how to accomplish the work. We believe functional assistance is what communities need to be successful. Functional assistance means that we do the work, prepare documents, navigate complexities and maintain relationships with the funding agencies. We believe if County staff had the time and expertise to complete the work efficiently, they wouldn’t need us. We hold ourselves accountable to being indispensable assistants to our clients. We respect that you already have job responsibilities and requirements. We complete all of our assignments with the absolute minimum impact on County Staff. Essentially, we do everything except sign documents that must be executed by County representatives. This philosophy is deeply rooted and based on over 50 years of combined experience of the company owners and leaders working within local and federal governments prior to going into business. We understand the day-to-day challenges and pressures of looking out for the County’s Citizens, Staff and Elected Officials. We truly are here to take the burden off of your staff by carrying the load of funding acquisition and compliance. Quick Facts ABA’s exclusive qualifications to provide Loan and Grant Acquisition and Compliance Services include: Staff is recognized as funding “experts” by state and federal agencies Identified as the only full service, multi-source funding consultant of its kind Possesses unmatched loan and grant experience for capital projects Provides staff dedicated to your funding efforts Offers over 100 years of collective funding experience Served over 70 government clients (GSA Schedule, State, County, City and Authorities) Maintains an impeccable reputation after over 37 years in business Successfully completed hundreds of capital projects Staff has personally reviewed over 1 Billion Davis Bacon Certified Payrolls Works regularly with FDEP SRF Staff and EPA to help Contractors meet AIS, BABA, and all other requirements END RESULT: ABA is ready, qualified, and committed to make this effort a success! Page 4599 of 9661 Over $13 Billion in Direct Experience 4 Angie Brewer & Associates, LC 37+ Years in Business www.angiebrewer.com SECTION 2 – Business Plan Below is an additional level of detail to demonstrate how the firm will accomplish each of the six services for loan and grant acquisition and compliance. Approach to Task Detail 1. Planning, Application Development and Submittal a. Review of project concept and design. • Identify proposed activities and appropriate potential funding sources. • Prepare and develop planning and financial information as well as develop and manage a program schedule. b. Review budget for grant eligibility and approval. • Review and evaluate budget information to identify and maximize all possible sources of funding and leverage all outside sources of funding. c. Provide cost benefit analyses. • Develop information and provide recommendations to the community regarding the use of various potential sources of funding. d. Assist in negotiation and review of funding agreements. • All data gathering and research is completed to support the preparation of the application. Required meetings or hearings are scheduled to avoid delays. • Prepare applications and make recommendations regarding appropriate changes in funding agreements, acting as a liaison between local government staff and the funding agency. e. Draft and coordinate legal ads and recording of Board of County Commissioner’s Resolutions. • Provide draft language and time requirements to the County for required legal advertisements. • Work with the Board of County Commissioners to obtain required certified copies of resolutions. f. Assist and participate in presentations to the Board of County Commissioners. • Attend and present SRF and funding related information to the Board of County Commissioners to explain the process and gain required approvals. g. Work directly with County Attorney and Grant Compliance Office on required reviews. • Coordinate with the County Attorney to provide requested information and obtain required signatures. • Stay in constant communication with representatives of the Grant Compliance Office to ensure all questions are addressed. h. Work with prospective Grantors in support of application. • Research funding program regulations and requirements to determine if it is a good fit for the project. • Evaluate the life-cycle requirements and associated costs to identify whether the value of the funds received exceed the cost of long-term administration. • Communicate early and often with Grantors to align the County’s project needs with the desired use of loan or grant program funds. • Coordinate with Grantor staff to determine any special requirements and timelines to ensure all aspects of the application are addressed. • Develop or continue relationships with Grantors to maintain open lines of communication throughout the application process. Page 4600 of 9661 Over $13 Billion in Direct Experience 5 Angie Brewer & Associates, LC 37+ Years in Business www.angiebrewer.com i. Prepare and submit application. • Gather and compile all supporting documentation necessary to draft the application. • Conduct an assessment and make recommendations regarding whether the application should proceed to full preparation • Design and structure the application in accordance with funding program guidelines to accent the elements of the project to be funded. • Prepare the application to maximize the possibility of funding award • Acquire signatures and complete the application preparation • Submit the application ensure that all program requirements are met • Track the Grantor’s application review and award process and communicate progress to the County j. Provide assistance in updating the County’s Grant Administration Handbook • Coordinate with the Grant Compliance office regarding the schedule of regular updates. • Provide support regarding changing regulations. • Make suggestions and draft suggested edits to the Grant Administration Handbook. k. Provide training of selected County staff in grant writing, research to insure appropriate and responsive interface with County, State and Federal Agencies. • Develop training and conduct research upon request relating to grant writing and compliance. • Deliver training in the desired format as requested. • Answer questions from County staff regarding grant writing and compliance. l. Develop and provide training of 2CFR Part 200 compliance with inclusion of County procedures and practices. • Evaluate County procedures and practices to determine agreement or disconnects with 2 CFR 200. • Prepare training materials with an emphasis on comparing 2 CFR 200 to the County’s procedures and practices. • Deliver training in the desired format as requested. m. Research and collaborate with County divisional staff on new funding opportunities. • Review the Capital Improvement Plan or similar list of projects to determine possible funding opportunities. • Conduct research upon request to evaluate related funding opportunities. • Make recommendations regarding specific applications that are high-probability of success funding opportunities. 2. Pre-Construction Requirement a. Organize applicable plans and submit documentation to the funding source provider for contract award. • Specific checklists are developed and maintained regarding the requirements of each funding agency. • Compile information from the Community, Project Engineer and Contractor and prepare plan or contract information necessary for funding agency approval. • Prepare and or review pre-construction meeting minutes as provided by the County and provide comments and/or assist with the appropriate revisions and submit to agency per program requirements. • Submit background and formal contract information required to obtain approval of the contract award process and contract. b. Assist in providing information to potential respondents on loan and/or grant requirements. Page 4601 of 9661 Over $13 Billion in Direct Experience 6 Angie Brewer & Associates, LC 37+ Years in Business www.angiebrewer.com • Supply documentation regarding specific program requirements such as certified minority/women’s business enterprise (MBE/WBE) firms and explanation of Davis Bacon, Domestic Preference (AIS/BABA) requirements and other similar requests. c. Provide assistance and compliance training during bidding phase in accordance with requirements. • Supply the current supplemental or specific conditions for each bid and review all proposal, bidding and contract documents for compliance with local, state and federal regulations as they relate to funding agency requirements such as Equal Opportunity Employment, appropriate Executive Orders, Davis-Bacon and others. • Conduct training or participate in bidding phase activities regarding funding program requirements. d. Provide support at public hearing meetings, including presentations to the Board of County Commissioners. • Coordinate the planning and preparation for required public meetings and hearings • Make presentations to the Board of County Commissioners. • Compile the information resulting from public meetings and hearings sufficient to meet agency requirements. e. Provide required bid and other documents for loans/grants such as but not limited to independent cost estimates and cost/price analysis. • Provide current SRF/grant program required bidding information such as Supplementary Conditions, Wage Rate Decisions. • Conduct cost estimate comparison or cost/price analysis and coordinate with Project Engineer on same. f. Independently process forms requiring County management’s review and approval, i.e., “Authorized Representative Site Certification.” • Review documents for requirements and to ensure consistency with funding programs before routing to the County for signature. • Gather supporting documentation and prepare forms as necessary to meet funding program requirements and support staff as needed to minimize staff efforts. • Utilize the system developed by the County and ABA to route documents requiring a signature through the appropriate channels to obtain said signature. 3. Contracting Processing, Payment and Reporting a. Assist in review of pay applications/invoices (including stored materials when applicable. • Maintain a payment processing procedure to ensure timely processing of periodic pay estimates, review of pay estimates for accuracy and completeness as well as Engineer's certification and monitor expenditures to prohibit line-item overruns. b. Provide cost identification and data entry for grant/loan eligibility prior to release of funds. • Review all payments, invoices and change orders related to eligible activities, including review and approval to establish accuracy, completeness and acceptability with identification of eligible and non-eligible costs. 4. Grantor Agency Reporting and Submittal Requirements a. Accumulate data for calculation of request for funds. • Accumulate and review for accuracy, completeness and acceptability all payments and invoices related to eligible activities on a monthly basis. • Prepare documents and schedules necessary to support the request for funds. • Utilize electronic versions of required agency funding forms to support request for funds. Page 4602 of 9661 Over $13 Billion in Direct Experience 7 Angie Brewer & Associates, LC 37+ Years in Business www.angiebrewer.com • Provide supporting documentation and/or review reports necessary to meet Grantor Agency requirements. b. Prepare and submit as directed by the County, documentation required to support request for funds. • Submit all documents and reports (i.e. weekly status reports) on a timely basis to the funding agency and coordinate with funding agency personnel to promptly satisfy any questions concerning program compliance. c. Prepare final request forms and packages. • Maintain adequate “paper trail” of invoices, payments and justification to ensure the program costs are appropriately requested from inception through final request. • Prepare the final request, which includes payments, invoices, agency request forms and supporting documentation and prepare responses, as well as coordinate and track the final reimbursement to the County. d. Review detailed data of grant/loan funds available for amendments. • Maintain documentation in support of requests for amendments, modifications and changes necessary for the successful completion of the project. e. Monitor funds requested and cash flow management for loan and/or grant compliance. • A line-item budget is prepared and maintained and a review of the fund accounting is conducted to ensure all revenues and expenses have been properly entered in the County’s financial accounting system. f. Prepare Capital Financing Plan. • Prepare a draft Capital Financing Plan (CFP), in accordance with FDEP requirements, for submission to the County for review and comment. • Revise and update the draft CFP based upon comments received from the County. The Consultant shall secure the certification of the CFP from the Finance Director. Upon finalization of the CFP, it will be incorporated into and made a part of the Facilities Plan. g. Prepare documents for inclusion of specific project. • Prepare an Request for Inclusion (RFI) in order to add the project on the FDEP Priority List. h. Prepare environmental support documentation as required by the regulations of the federal or state grant program at the appropriate level for the project to obtain grantor environmental clearance • Track the status of the Florida Finding of Significant Impact (FFONSI). • Answer questions and provide information to FDEP as necessary to aid in the completion of the FFONSI. • Respond to comments received during the advertising and comment period. • Review the FFONSI/Categorical Exclusion Notice (CEN) draft. i. Prepare periodic status reports, frequency to be determined on a project-by-project basis. • Prepare reports as required by the County to meet the funding program’s reporting requirements. j. Coordinate with other potential funding source providers. • Provide the County with information regarding other potential funding sources for a project as they become known. • Coordinate funding to ensure maximum eligibility for all available funds. k. Coordinate responses to Regulators and Auditors questions through Corporate Financial & Management Services and/or Fiscal and Grants Services staff. • Prepare information or responses to Regulators and Auditors to appropriate departments as needed to support County staff. • Prepare information required for the Final Report to FDEP regarding the project. Page 4603 of 9661 Over $13 Billion in Direct Experience 8 Angie Brewer & Associates, LC 37+ Years in Business www.angiebrewer.com • Provide closeout and other information to the County’s Independent Auditors in order to allow for the required Project Audit within 12 months of approval of the Final Loan Amendment execution 5. Monitoring for Compliance a. Review and monitor Florida Certified Minority-Owned Business Enterprises (MBE), Woman- Owned Business Enterprises. (WBE), and Disadvantaged Business Enterprise (DBE) participation (as well as any other required socioeconomic classes) to track and/or report the actual level of participation. • Provide instruction and forms to collect MBE/WBE/DBE utilization. • Review reported utilization of MBE/WBE/DBE firms on a monthly basis through the payment process and prepare a summary spreadsheet for reporting. b. Provide assistance with MBE/WBE/DBE status revisions. • Assist contractors in locating and soliciting the services of MBE/WBE/DBE contractors and work with staff, engineers and the prime contractor to develop the appropriate documentation. c. Perform Commercially Useful Function reviews in relation to DBE monitoring. • Perform and complete the Commercially Useful Function (CUF) form and documentation to properly report DBE performance and Prime Contractor’s compliance with DOT requirements. d. Perform Davis-Bacon Act monitoring to ensure weekly certified payroll compliance and EEO requirements when applicable. • Collect and review weekly certified payrolls. • Working with contractors to correct any non-compliance issues. • Perform certified payroll tracking and reporting as necessary. • When requested conduct On-Site Labor Interviews. e. Perform Build America Buy American Act (BABA) or Buy America/n Acts (BAA) monitoring when applicable. • Collect and review Domestic Preference documentation in support of BABA, BAA, AIS or other similar requirements. • Work with contractors or engineers to correct any non-compliance issues. • Perform BABA (or similar) tracking as needed to ensure compliance. f. Monitor grants/loans contractual requirements as determined and provide monthly status updates • Prepare a checklist of contractual requirements, a schedule for completion of contractual requirements and monitor status of each requirement. • Meet with or report as requested to provide monthly updates. 6. Program Coordination a. Schedule and participate in program coordination meetings. • Plan, prepare for and conduct coordination meetings with staff, engineers and other appropriate personnel to review schedule, current status of funding agreements/amendments, payment processing, invoice processing, change orders, construction progress, program schedule, compliance management, agency site visits and others. Action lists identify responsible parties and their assigned tasks. b. Participate in Pre-Construction meetings to review grant compliance requirements passed on to Third Parties such as the Davis Bacon Act. • Plan, prepare for and conduct the loan or grant compliance portion of the Pre-Construction meetings to communicate and explain all relevant funding agency requirements. Page 4604 of 9661 Over $13 Billion in Direct Experience 9 Angie Brewer & Associates, LC 37+ Years in Business www.angiebrewer.com c.. Review draft change orders for eligibility. • Review each change order for completeness, appropriateness, justification and eligibility to ensure no change orders are processed without appropriate review. d. Coordinate submittals to funding source of change orders and documentation. • Submittal of change orders to the funding agency and follow-up to ensure all questions regarding the change order and eligibility determination are answered and an approval of the change order and eligibility is obtained. e. Assist in contract, project and report closeout including final amendment. • Coordinate with staff, engineer and contractor to ensure final payment is not released until all contract requirements are met, including final release of lien. f. Assist with preparation of documentation for audit of project/program. • All project management activities are undertaken with the intent of preparing information required by audit. • Meet with auditors, agency auditors and compile the information needed for the audit following up to ensure all questions have been addressed. g. Project close-out assistance with the appropriate grantor agency/agencies and external auditors. • Meet and coordinate with DEP or appropriate grantor agency representatives as well as external auditors to provide information necessary to successfully close the project. h. Work directly with consultants to obtain required engineering documentation. • Coordinate during the project with engineering consultants to obtain documentation required for compliance with funding requirements of the project. ABA also has the ability to develop and provide customized tools, training and proactive technical support relating specifically to the loan and grant acquisition and compliance needs of the County. Our goal is empower our clients through the most efficient and effective use of technology and access to specialized expertise. Page 4605 of 9661 Over $13 Billion in Direct Experience 10 Angie Brewer & Associates, LC 37+ Years in Business www.angiebrewer.com SECTION 3 – Cost of Services to the County The costs shown are inclusive of all required travel, meals, supplies, software and reproduction costs incurred by ABA associates. For all services related to the acquisition or compliance of loans and/or grants: Estimated % of Cost per $1,000 a. Under $2 million b. Between $2 million and $5 million c. Over $5 million but less than $15 million d. Between $15 million and $25 million e. Over $25 million a. $70.00/1,000 or 7.00% b. $45.00/1,000 or 4.00% c. $33.00/1,000 or 3.30% d. $28.00/1,000 or 2.80% e. $22.00/1,000 or 2.20% The following is a list of the hourly rates for the term of the contract: Labor Category Hourly Rate Principal $340.00 Chief Funding Resource $305.00 Senior Funding Manager $289.00 Funding Manager II $271.00 Funding Manager I $255.00 Senior Project Manager II $237.00 Senior Project Manager $221.00 Project Manager $203.00 Senior Funding Coordinator $194.00 Funding Coordinator $153.00 Senior Funding Specialist $176.00 Funding Specialist $153.00 Compliance Specialist $187.00 Computer Technician $153.00 Administrative/Clerk II $136.00 Administrative/Clerk I $119.00 Page 4606 of 9661 Over $13 Billion in Direct Experience 11 Angie Brewer & Associates, LC 37+ Years in Business www.angiebrewer.com For each Purchase Order, we collect project information and identify the specific of scope of services, length of the project and project amount. Based upon this, we prepare a detailed hours estimate, cost proposal and written scope. This is sent to the County for review and approval. This allows the opportunity to ensure that there is a reasonable relationship between the cost and the size and complexity of the project. We are committed to making sure that the appropriate tasks are identified in support of our services. We also have the opportunity to offer Lump Sum and Unit Price as well as Time and Materials as other options to consider for cost savings options to assist the County in meeting it’s budget constraints while not sacrificing quality and quantity of services needed. Page 4607 of 9661 Over $13 Billion in Direct Experience 12 Angie Brewer & Associates, LC 37+ Years in Business www.angiebrewer.com SECTION 4 – Experience and Capacity of the Firm Proven Acquisition and Compliance Experience ABA has provided over $727,850,000 in direct SRF for projects of $3 million and over in the past 5 years alone. 1. Provide the number of state revolving funds (SRF) loans you have helped clients execute over the last 5 years (10/1/2019 – 9/30/2024 that were over $3 million in project costs. 25 2. Provide at least two examples. a. Of the total number provided in response #1 above, how many SRF loans were for Transportation b. Of the total number provided in response #1 above, how many SRF loans were for Transportation 10 SRF Water 15 SRF Wastewater 3. Please identify your success rate of grant applications approved (in both number and percentage format; for example: 68/100 = 68%) 188/192 = 97.9% Grants 25/25 = 100% SRF 4. What type of grant compliance and reporting to local, state and federal agencies represents the largest percentage of your grant work? What types of grants does your company work on? (Please see below for a list of grants ABA works on.) TIGER and FDOT LAP Please see list of Grant Programs below 5. During the last five years, what is your track record for post- award audit? 100% Successful Closeouts 6. Provide the number of years the company has been conducting research, designing, drafting and presenting to the companies for final review and approval, any, and all documentation as described in the six services identified in this solicitation. 37 years ABA has over 37 years of experience with the SRF program. ABA’s experience began during the creation of the State of Florida Clean Water SRF Loan program in 1988. Given that the program started 37 years ago, ABA can confidently claim this number of years of experience as a firm with the SRF program. ABA has continued to be actively involved with the Clean Water program and members of the firm were also active in the development of the Drinking Water program which began ten years later in 1998. ABA was also asked by the US Environmental Protection Agency to participate in providing the peer review of the national SRF funding allocation model to be used by all SRF programs in the United States as a result of our expertise in this specific program. Due to their extensive knowledge of the SRF Program, Angie Brewer and Mark Brewer have also served as the Florida Governmental Finance Officers Association representatives on the FDEP SRF Wastewater/Stormwater Program Technical Advisory Committee (TAC) and FDEP SRF Water Program Technical Advisory Group for SRF program rule development. Issues addressed included development of the priority list ranking system, compliance with the supporting federal rules/regulations and overall program direction/rule development. It is important to note that these appointments were the only financial representatives involved in rule development for the SRF low-interest loan program. More recently, ABA was active on the Clean Water Disadvantaged Small Community TAC during a critical period for this important program that helps small communities across the State. Page 4608 of 9661 Over $13 Billion in Direct Experience 13 Angie Brewer & Associates, LC 37+ Years in Business www.angiebrewer.com ABA’s combined SRF experience in the last five (5) years alone is approximately $727,850,000 for projects $3 million and over. ABA has helped clients execute and/or complete twenty-five (25) SRF funded projects in that timeframe. Community Project Approximate Amount Planning Application/ Agreement Administration Notes City of Bartow Water Reclamation Facility Improvements $23,700,000 Y Y Y Clean Water SRF City of Belleview Water Treatment Plant $4,980,000 Y Y Y Drinking Water SRF City of Belleview Water Reclamation Facility Expansion $29,990,000 Y Y Y Clean Water SRF City of Daytona Beach Drinking Water (DW) Improvements $13,260,000 - Y Y Drinking Water SRF City of Dunedin Planning and Design $4,100,000 Y - - Drinking Water SRF City of Dunedin WTP Refurbishment $28,700,000 - Y Y Drinking Water SRF City of Florida City Wastewater System Improvements $8,400,000 Y Y Y Clean Water SRF City of Fort Myers DW Improvements $115,300,000 Y Y Y Drinking Water SRF City of Fort Myers Central AWWTF $52,300,000 Y Y Y Clean Water SRF City of Lakeland WWTP Improvements $11,200,000 - - Y Clean Water SRF City of Lakeland English Oaks WWTP Improvements $12,000,000 - - Y Clean Water SRF City of Lake Wales Water Storage Tank $4,620,000 - Y Y Drinking Water SRF City of Largo WWRF Biological Treatment $57,600,000 - Y Y Clean Water SRF City of Miami Stormwater Improvements $22,400,000 - - Y Clean Water SRF City of Sarasota LS 87 WW Improvements $27,800,000 Y Y Y Clean Water SRF City of Sarasota WWTP Rehabilitation Project $40,000,000 Y Y Y Clean Water SRF City of Sarasota Water Main and WTP Improvements $73,000,000 Y Y Y Drinking Water SRF City of St. Petersburg SWWRF BioSolids $55,000,000 - - Y Clean Water SRF City of Wauchula WW I/I and SSO Correction $37,900,000 Y Y Y Clean Water SRF City of Wauchula DW Resiliency $14,200,000 Y Y Y Drinking Water SRF City of Winter Haven WW System Improvements $23,000,000 Y Y Y Clean Water SRF Town of Fort Myers Beach Estero Phase 2 $22,300,000 - Y Y Drinking Water SRF Town of Fort Myers Beach Estero Phase 3 & 4 $19,800,000 - Y Y Drinking Water SRF Town of Fort Myers Beach Joint Outfalls-Side Streets $10,100,000 - Y Y Clean Water SRF Town of Fort Myers Beach Stormwater Improvements $16,200,000 Y Y Y Clean Water SRF Page 4609 of 9661 Over $13 Billion in Direct Experience 14 Angie Brewer & Associates, LC 37+ Years in Business www.angiebrewer.com Selected List of Grant Program Experience • American Recovery Plan Act (ARPA) • Assistance to Firefighters Grant (AFG) Program • Better Utilizing Investments to Leverage Development (BUILD) Grant Program • Community Development Block Grant (CDBG) • Energy Efficiency and Conservation Block Grant (EECBG) • Federal Emergency Management Administration (FEMA) Grants • Florida Communities Trust (FCT) • Florida Department of Economic Opportunity (FDEO) Rebuild Florida Infrastructure Program • Florida Department of Transportation (FDOT) Grants • Florida Legislative Project (LP) Grants • Florida Recreation Development Assistance Program (FRDAP) • Hazard Mitigation Grant Program • Historic Preservation Grants • Local Agency Program (LAP) • Land and Water Conservation Fund (LWCF) • Port Security Grant Program • Protecting Florida Together Water Quality Improvement Grant (WQIG) • Recreational Trails Program (RTP) • Resilient Florida Grant Program • Section 319 Non-point Source Grant • South Florida Water Management District (SFWMD) Alternative Water Supply (AWS) • State Water-Quality Assistance Grant (SWAG) • Transportation Investment Generating Economic Recovery (TIGER) Grant Program • Urban and Community Forestry Grants • US Department of Agriculture Rural Development (USDA RD) Grants • US Department of Energy (DOE) Grants • US Department of Transportation (DOT) Grants • US Economic Development Administration (EDA) Grants • US Environmental Protection Agency (EPA) Water, Wastewater and Stormwater • Water Management District (WMD) Grants • Weatherization Assistance Program (WAP) • Various Foundation Grants Project Examples City of Sarasota Lift Station 87 Upgrades – Clean Water SRF ABA provided planning, application and is currently providing administration services for $27,840,000 in SRF Low-interest Loan funding. This project includes construction of a major lift station that receives approximately 30% of the wastewater flow within the City of Sarasota. This project included a portion of transportation improvement for ingress, egress and large pipe crossing US 41. ABA’s services for this project includes: 1. Planning and Application Development 2. Pre-Construction Requirements 3. Contractor Processing, Payment and Reporting 4. Agency Reporting and Request for Funds 5. Monitoring for Compliance 6. Program Coordination Lift Station 87 will be constructed above ground to harden the facility against the impacts of a Category 3 hurricane. The lift station will include a deeper wet well (>50 feet below grade) to facilitate gravity sewer Page 4610 of 9661 Over $13 Billion in Direct Experience 15 Angie Brewer & Associates, LC 37+ Years in Business www.angiebrewer.com transmission to the lift station. The first story will allow access to the wet well, odor control, transformer vaults and loading bay. The second floor will house the SCADA, electrical, switchgear and control panels. City of Dunedin Water Treatment Plant (WTP) Refurbishment – Drinking Water SRF ABA provided planning, application and is currently providing administration services for $34,875,000 in SRF Low-interest Loan funding. This project includes upgrades and refurbishments to the City of Dunedin’s Water Treatment Plant. This project included a portion of transportation improvement for ingress and egress to allow large truck deliveries. ABA’s services for this project includes: 1. Planning and Application Development 2. Pre-Construction Requirements 3. Contractor Processing, Payment and Reporting 4. Agency Reporting and Request for Funds 5. Monitoring for Compliance 6. Program Coordination Project elements include the replacement of the RO units and addition of new ancillary systems; modifications to existing dual media filters piping; bypass treatment; removal 2 of degasifiers, contact chamber, clearwell and pumps; treatment and recycling of backwash water; baffling of ground storage tanks; and other elements necessary to properly operate the WTP. Awards related to Collier County In 2009, Collier County was awarded the EPA Pisces Award for the SCRWTP 20MGD Wellfield project. This award highlights successfully designed projects that further the goal of clean and safe water with exceptional planning, management, and financing. Nominations for this award are executed through state environmental protection agencies. FDEP’s nomination specifically stated that "The DWSRF has worked with Collier County in three other projects. In each case, the county displayed superior planning, management, and finance acumen." ABA was asked to accept this award on Collier County’s behalf by Mr. Tom Wides. In his request, Mr. Wides asked ABA to state “…Collier County appreciates the recognition that comes with this award, and recognizes Angie Brewer & Associates as critical partners in the funding and administration of our Capital Improvement Program...” Client References We have provided Reference Questionnaires as received from our clients. We encourage contact with any of our clients regarding our quality of service. Page 4611 of 9661 Over $13 Billion in Direct Experience 16 Angie Brewer & Associates, LC 37+ Years in Business www.angiebrewer.com SECTION 5 – Specialized Expertise of Team Members Qualifications of Personnel 1. Provide the number of years of SRF experience that the project manager assigned to this contract has had in the scope of work identified by the County. (Attach resume) 32 2. Provide the number of SRF water loans that the project manager has coordinated. 28 3. Provide the number of SRF wastewater loans that the project manager has coordinated. 74 4. Identify the number of fulltime equivalents that will be assigned to Collier County from the firm. (fulltime is defined as 100% assigned to Collier County) (Attach resumes) 0 5. Identify the number of part-time equivalents that will be assigned to Collier County from the firm. (part-time is defined as 50% or less assigned to the Collier County account) (Attach resumes) 7 ABA has been assisting communities with the execution of SRF loans since the program’s inception. Although historically the County has not been desirous of paying for 100% of an individual's time in the past, the Project Manager is available to be contacted any time via office phone, e-mail, cell phone, or text message. The Project Manager will also give priority to Collier County time requests throughout the life of the contract. Beyond the continuous availability of the Project Manager, ABA has developed systems that allow our firm to utilize part-time equivalents while still providing all clients with the level of attention that is traditionally associated with full-time equivalents. ABA is able to pass on the cost savings from these efficiencies to our clients in the form of lower fees to complete the required tasks. Over the past several years, we have used many combinations of project management approaches. We have decided that the approach that worked best for the County was when Mark Brewer operated as the Project Manager and Kristin LaCross as the Chief Funding Resource. His institutional knowledge, funding expertise, and direct experience over nearly two decades specifically with Collier County leads us to believe that the County would be best served and prefer that Mark Brewer and Kristin LaCross be assigned to lead the projects for this contract. As the Project Manager, Mark along with Kristin LaCross as Chief Funding Resource are personally available to Collier County as necessary to ensure successful completion of all work contemplated under this contract. Given our vast experience and knowledge related to Collier County, the project manager and part-time equivalents listed above are anticipated to be sufficient to meet the immediate needs of the County. Should the County’s utilization of the SRF or any low-interest loan or grant programs increase in any manner, ABA is prepared to dedicate additional personnel as needed. Page 4612 of 9661 Over $13 Billion in Direct Experience 17 Angie Brewer & Associates, LC 37+ Years in Business www.angiebrewer.com Transition Plan All project personnel at ABA are cross-trained and capable of handling an SRF funded project. In the absence of the Project Manager, Mark Brewer (President), Angie Brewer (CEO/Founder) and Kristin LaCross (Chief Funding Resource) can address the County’s funding needs and start or continue any project ABA is engaged on. Capacity of the Firm The table below identifies the funding experience of the members listed as the building blocks that will form the unit serving the County. This table demonstrates the capacity of the team assigned to this project as well as additional resources available if necessary. Project Personnel Position/Responsibility for this Project Availability Date Planning Application Administration Davis Bacon Compliance Closeout Yrs Experience Mark Brewer Principal/Project Manager Immediate 32 Angie Brewer Principal Immediate 50 Kristin LaCross Chief Funding Resource Immediate 20 Assigned Staff (5) Administration & Compliance Immediate 23 Additional ABA Staff Available (6) Administration & Compliance On-call As-needed 43 Project Leader Mark Brewer is recognized as a Subject Matter Expert regarding Davis Bacon and SRF related compliance. His expertise has been utilized by federal, state and local governmental entities to resolve contractor/funding agency disputes concerning Davis Bacon and Related Acts, prime contractors to help bring them and their subcontractors into compliance after the identification of significant compliance deficiencies and serving as a trainer for numerous organizations. When this is coupled with his 26 years of demonstrated superior client management, Mr. Brewer becomes the best choice to serve the County as the Project Manager under this contract. Specialized Expertise In addition to funding expertise, ABA has six (6) Certified Resident Compliance Specialists (RCS) on staff. Due to the focus on Transportation, we have focused on ensuring that we have trained staff to support the needs of the County in the area of direct RCS involvement and RCS Oversight Support. Staff Continuity In a day and age where employees move around frequently, all of the key personnel assigned identified have a minimum of twenty (20) years working for the firm. ABA works hard to ensure that we retain the best and the brightest which is demonstrated by the tenure of these critical employees. We have included resumes for our staff below: Page 4613 of 9661 Over $13 Billion in Direct Experience 18 Angie Brewer & Associates, LC 37+ Years in Business www.angiebrewer.com Page 4614 of 9661 Over $13 Billion in Direct Experience 19 Angie Brewer & Associates, LC 37+ Years in Business www.angiebrewer.com Page 4615 of 9661 Over $13 Billion in Direct Experience 20 Angie Brewer & Associates, LC 37+ Years in Business www.angiebrewer.com Page 4616 of 9661 Over $13 Billion in Direct Experience 21 Angie Brewer & Associates, LC 37+ Years in Business www.angiebrewer.com Page 4617 of 9661 Over $13 Billion in Direct Experience 22 Angie Brewer & Associates, LC 37+ Years in Business www.angiebrewer.com Page 4618 of 9661 Over $13 Billion in Direct Experience 23 Angie Brewer & Associates, LC 37+ Years in Business www.angiebrewer.com Page 4619 of 9661 Over $13 Billion in Direct Experience 24 Angie Brewer & Associates, LC 37+ Years in Business www.angiebrewer.com Page 4620 of 9661 Over $13 Billion in Direct Experience 25 Angie Brewer & Associates, LC 37+ Years in Business www.angiebrewer.com Page 4621 of 9661 Rev. 1 2025 Procurement Services Division Form 1: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor hereby declares the instructions, purchase order terms and conditions, requirements, and specifications/scope of work of this solicitation have been fully examined and accepted. The Vendor agrees, if this solicitation submittal is accepted by Collier County, to accept a Purchase Order as a form of a formal contract or to execute a Collier County formal contract for purposes of establishing a contractual relationship between the Vendor and Collier County, for the performance of all requirements to which this solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced solicitation. The Vendor agrees to comply with the requirements in accordance with the terms, conditions and specifications denoted herein and according to the pricing submitted as a part of the Vendor’s bids. Further, the Vendor agrees that if awarded a contract for these goods and/or services, the Vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub-vendor for any future associated work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this _____ day of _____________, 20__ in the County of _______________, in the State of _____________. Firm’s Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded __________________________________________________________________________ Telephone: Email: Signature by: (Typed and written) Title: July10 25 Angie Brewer & Associates, L.C. 5620 Tara Blvd., Suite 102 Bradenton, FL 34203 L01000000134 941-756-5800 Mark A. Brewer President 666P4 FloridaManatee 65-1073934 president@angiebrewer.com Page 4622 of 9661 Rev. 1 2025 Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State, ZIP Telephone: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Same as above Same as above Page 4623 of 9661 Page 4624 of 9661 Page 4625 of 9661 Rev. 1 2025 Procurement Services Division Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 25-8379 Reference Questionnaire for: Angie Brewer & Associates, LC (Name of Company Requesting Reference Information) Mark A. Brewer (Name of Individuals Requesting Reference Information) Name: Marge Strausbaugh (Evaluator completing reference questionnaire) Company: City of Belleview (Evaluator’s Company completing reference) Email: mstrausbaugh@belleviewfl.org FAX: Telephone: 352-245-7021 ext. 2117 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: Various__________________ Completion Date: ___1995- Current____________________ Project Budget: _$35.9 M ($8.25 M Principal Forgiveness)__ Project Number of Days: __1,200 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 4626 of 9661 Rev. 1 2025 Procurement Services Division Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 25-8379 Reference Questionnaire for: Angie Brewer & Associates, LC (Name of Company Requesting Reference Information) Mark Brewer (Name of Individuals Requesting Reference Information) Name: Audrie Goodwin (Evaluator completing reference questionnaire) Company: Cape Coral (Evaluator’s Company completing reference) Email: agoodwin@capecoral.gov FAX: Telephone: (239) 242-3656 ext. 3656 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: North 1 UEP-DW,WW, SW, IQ, Etc. Completion Date: Ongoing Project Budget: $32 Million Awarded Project Number of Days: 1,200+ 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 4627 of 9661 Rev. 1 2025 Procurement Services Division Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 25-8379 Reference Questionnaire for: Angie Brewer & Associates, LC (Name of Company Requesting Reference Information) Mark A. Brewer (Name of Individuals Requesting Reference Information) Name: Debbie Daugherty (Evaluator completing reference questionnaire) Company: Gainesville Regional Utilities (Evaluator’s Company completing reference) Email: daughertydd@gru.com FAX: Telephone: 352-393-1622 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: MSWRF Grant Completion Date: Current Project Budget: $36 Million Project Number of Days: 660 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 4628 of 9661 Rev. 1 2025 Procurement Services Division Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 25-8379 Reference Questionnaire for: Angie Brewer & Associates, LC (Name of Company Requesting Reference Information) Mark A. Brewer (Name of Individuals Requesting Reference Information) Name: Jerald Woloszynski (Evaluator completing reference questionnaire) Company: City of Largo (Evaluator’s Company completing reference) Email: jwoloszy@largo.com FAX: Telephone: 727-587-6713 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: Treatment Plant Upgrade -Biological Treatment Improvements Completion Date: 11/2023 Project Budget: $57.7 M Project Number of Days: 1,530 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 4629 of 9661 Rev. 1 2025 Procurement Services Division Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 25-8379 Reference Questionnaire for: Angie Brewer & Associates, LC (Name of Company Requesting Reference Information) Mark Brewer (Name of Individuals Requesting Reference Information) Name: Georges Nicolas (Evaluator completing reference questionnaire) Company: City of Sarasota, FL (Evaluator’s Company completing reference) Email: Georges.Nicolas@SarasotaFL.gov FAX: Telephone: (941) 263-6136 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: CW/DW SRF Water and WW Improvements Completion Date: 02/01/2029 Project Budget: $113 Million Project Number of Days: 1,320 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 4630 of 9661 Rev. 1 2025 Procurement Services Division Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 25-8379 Reference Questionnaire for: Angie Brewer & Associates, LC (Name of Company Requesting Reference Information) Mark Brewer (Name of Individuals Requesting Reference Information) Name: Olivia Minshew, City Manager (Evaluator completing reference questionnaire) Company: City of Wauchula (Evaluator’s Company completing reference) Email: ominshew@cityofwauchula.com FAX: Telephone: (863) 773-3131 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: Various Grants and SRF Loans Completion Date: Ongoing Project Budget: $42 Million Project Number of Days: 2,160 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 4631 of 9661 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 1 5/25 FEDERAL EMERGENCY MANAGEMENT AGENCY PUBLIC ASSISTANCE The supplemental conditions contained in this section are intended to cooperate with, to supplement, and to modify the general conditions and other specifications. In cases of disagreement with any other section of this contract, the Supplemental Conditions shall govern. This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract. Pursuant uniform requirements of federal awards (2 CFR Part 200.23) the definition of CONTRACTOR is an entity that receives a Contract / Purchase Order. Compliance with Federal Law, Regulations and Executive Orders: The Sub-Recipient (County) agrees to include in the subcontract that (i) the subcontractor is bound by the terms of the Federally-Funded Subaward and Grant Agreement, (ii) the subcontractor is bound by all applicable state and Federal laws and regulations, and (iii) the subcontractor shall hold the County harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. Specifically, the Contractor shall be responsible for being knowledgeable and performing any and all services under this contract in accordance with the following governing regulations along with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives. o 2 C.F.R. Part 200 Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards o 44 C.F.R. Part 206 o The Robert T. Stafford Disaster Relief and Emergency Assistance Act, Public Law 93- 288, as amended, 42 U.S.C. 5121 et seq., and Related Authorities o FEMA Public Assistance Program and Policy Guide Page 4632 of 9661 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 2 5/25 Access to Records: 1) The contractor agrees to provide the County, the Florida Department of Emergency Management, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representative’s access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives’ access to construction or other work sites pertaining to the work being completed under the contract. (4) In compliance with section 1225 of the Disaster Recovery Act of 2018, the County and the Contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the United States. Buy Clean: The County encourages the use of environmentally friendly construction practices in the performance of this Agreement. In particular, the County encourages that the performance of this agreement includes considering the use of low-carbon materials which have substantially lower levels of embodied greenhouse-gas emissions associated with all relevant stages of production, use, and disposal, as compared to estimated industry averages of similar materials or products as demonstrated by their environmental product declaration. Changes: To be allowable under a FEMA grant or cooperative agreement award, the cost of any contract change, modification, amendment, addendum, change order, or constructive change must be necessary, allowable, allocable, within the scope of the grant or cooperative agreement, reasonable for the scope of work, and otherwise allowable. DHS Seal, Logo, and Flags: The County must obtain written permission from Department of Homeland Security prior to using the DHS seals, logos, crests, or reproductions of flags, or likenesses of DHS agency officials. This includes use of DHS component (e.g., FEMA, CISA, etc.) seals, logos, crests, or reproductions of flags, or likenesses of component officials. The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre- approval. Domestic Preference for Procurements: The Contractor should, to the greatest extent practicable and consistent with law, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States. This includes, but is not limited to, iron, aluminum, steel, cement, and other manufactured products. For purposes of this section: ‘‘Produced in the United States’’ means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. Build America, Buy America Act (BABAA): FEMA Public Assistance Funding is not subject to Buy America preference pursuant the following guidance: Programs and Definitions: Build America, Buy America Act | FEMA.gov License and Delivery of Works Subject to Copyright and Data Rights: The Contractor grants to the County, a paid-up, royalty-free, nonexclusive, irrevocable, worldwide license in data first produced in the performance of this contract to reproduce, publish, or otherwise use, including prepare derivative works, distribute copies to the public, and perform publicly and display publicly such data. For data required by the contract but not first produced in the performance of this contract, the Contractor will identify such data and grant to the County or acquires on its behalf a license of the same scope as for data first produced in the performance of this contract. Data, as used herein, shall include any work subject to copyright under 17 U.S.C. § 102, for example, any written reports or literary works, software and/or source code, music, choreography, pictures or images, graphics, sculptures, videos, motion pictures or other audiovisual works, sound and/or video recordings, and architectural works. Upon or before the completion of this contract, the Contractor will deliver to the County data first produced in the performance of this contract and data Page 4633 of 9661 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 3 5/25 required by the contract but not first produced in the performance of this contract in formats acceptable by the County. No Obligation by Federal Government: The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. Program Fraud and False or Fraudulent Statements or Related Acts: The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor’s actions pertaining to this contract. Prohibition on Covered Telecommunications Equipment or Services: (a) Definitions. As used in this clause, the terms backhaul; covered foreign country; covered telecommunications equipment or services; interconnection arrangements; roaming; substantial or essential component; and telecommunications equipment or services have the meaning as defined in FEMA Policy, #405-143-1 Prohibitions on Expending FEMA Award Funds forcovered Telecommunications Equipment or Services As used in this clause – (b) Prohibitions. (1) Section 889(b) of the John S. McCain National Defense Authorization Act for Fiscal Year2019, Pub. L. No. 115-232, and 2 C.F.R. § 200.216 prohibit the head of an executive agency on or after Aug.13, 2020, from obligating or expending grant, cooperative agreement, loan, or loan guarantee funds on certain telecommunications products or from certain entities for national security reasons. (2) Unless an exception in paragraph (c) of this clause applies, the contractor and its subcontractors may not use grant, cooperative agreement, loan, or loan guarantee funds from the Federal Emergency Management Agency to: (i) Procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; (ii) Enter into, extend, or renew a contract to procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; (iii) Enter into, extend, or renew contracts with entities that use covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system; or (iv) Provide, as part of its performance of this contract, subcontract, or other contractual instrument, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. (c) Exceptions. (1) This clause does not prohibit contractors from providing — (i). A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii). Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2) By necessary implication and regulation, the prohibitions also do not apply to: (i). Covered telecommunications equipment or services that: a. Are not used as a substantial or essential component of any system; and b. Are not used as critical technology of any system. (ii). Other telecommunications equipment or services that are not considered covered telecommunications equipment or services. (3) Reporting requirement. Page 4634 of 9661 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 4 5/25 (1) In the event the contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the contractor is notified of such by a subcontractor at any tier or by any other source, the contractor shall report the information in paragraph (d)(2) of this clause to the recipient or subrecipient, unless elsewhere in this contract are established procedures for reporting the information. (2) The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause: (i) Within one business day from the date of such identification or notification: The contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended. (ii) Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: Any further available information about mitigation actions undertaken or recommended. In addition, the contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services. (e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph(e), in all subcontracts and other contractual instruments. Providing Good, Safe Job to Workers: Pursuant to FEMA Information Bulletin No. 520, the contractor will comply with all applicable federal labor and employment laws. To maximize cost efficiency and quality of work, the contractor commits to strong labor standards and protections for the project workforce by creating an effective plan for ensuring high-quality jobs and complying with federal labor and employment laws. The contractor acknowledges applicable minimum wage, overtime, prevailing wage, and health and safety requirements, and will incorporate Good Jobs Principles wherever appropriate and to the greatest extent practicable. Rights to Inventions Made Under a Contract or Agreement: Exempt from FEMA Public Assistance Funding Socioeconomic Contracting: The Contractor is encouraged to take all necessary steps identified in 2 C.F.R. § 200.321(b)(1)-(5) to ensure small businesses, minority businesses, women’s business enterprises, veteran owned businesses, and labor surplus area firms are considered when possible. Such consideration means: (1) These business types are included on solicitation lists; (2) These business types are solicited whenever they are deemed eligible as potential sources; (3) Dividing procurement transactions into separate procurements to permit maximum participation by these business types; (4) Establishing delivery schedules (for example, the percentage of an order to be delivered by a given date of each month) that encourage participation by these business types; (5) Utilizing organizations such as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and (6) Requiring a contractor under a Federal award to apply this section to subcontracts. Suspension and Debarment: (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the County. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the County, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract Page 4635 of 9661 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 5 5/25 that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Contractors must sign and submit a debarment certification to the County with each bid or offer. See Certifications and Assurances and the end of this document. Procurement of Recovered Materials (§200.323) (Over $10,000): In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA- designated items unless the product cannot be acquired — a) Competitively within a timeframe providing for compliance with the contract performance schedule; b) Meeting contract performance requirements; or c) At a reasonable price. Information about this requirement, along with the list of EPA-designated items, is available at EPA’s Comprehensive Procurement Guidelines webpage: Comprehensive Procurement Guideline (CPG) Program | US EPA. The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act. The Contactor should, to the greatest extent practicable and consistent with the law, purchase, acquire, or use products and services that can be reused, refurbished, or recycled; contain recycled content, are biobased, or are energy and water efficient; and are sustainable. Termination for Cause and Convenience (over $10,000): See Standard Purchase Order and/or Contract Terms and Conditions Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352 (as amended) (over $100,000): Contractors who apply or bid for an award of more than $100,000 shall file the required certification. Each tier certifies to the tier above that it will not and has not used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the County who in turn will forward the certification(s) to the federal agency. Contractors must sign and submit a lobbying certification to the County with each bid or offer exceeding $100,000. See Certifications and Assurances and the end of this document. Contract Work Hours and Safety Standards Act (CWHSSA) (40 U.S.C. 3701-3708) (over $100,000): Where applicable, all contracts awarded by the solicitor in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Compliance with the Contract Work Hours and Safety Standards Act. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (b)(1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages and interest from the date of the underpayment. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the Page 4636 of 9661 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 6 5/25 District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchpersons and guards, employed in violation of the clause set forth in paragraph (b)(1) of this section, in the sum of $32 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1). (3) Withholding for unpaid wages and liquidated damages— (i) Withholding Process. The County may, upon its own action, or must, upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to satisfy the liabilities of the prime contractor or any subcontractor for any unpaid wages; monetary relief, including interest; and liquidated damages required by the clauses set forth in this paragraph (b) on this contract, any other federal contract with the same prime contractor, or any other federally assisted contract subject to the Contract Work Hours and Safety Standards Act that is held by the same prime contractor (as defined in § 5.2). The necessary funds may be withheld from the contractor under this contract, any other federal contract with the same prime contractor, or any other federally assisted contract that is subject to the Contract Work Hours and Safety Standards Act and is held by the same prime contractor, regardless of whether the other contract was awarded or assisted by the same agency, and such funds may be used to satisfy the contractor liability for which the funds were withheld. (ii) (ii) Priority to withheld funds. The Department has priority to funds withheld or to be withheld in accordance with paragraph (a)(2)(i) or (b)(3)(i) of this section, or both, over claims to those funds by: (A) A contractor's surety(ies), including without limitation performance bond sureties and payment bond sureties; (B) A contracting agency for its reprocurement costs; (C) A trustee(s) (either a court-appointed trustee or a U.S. trustee, or both) in bankruptcy of a contractor, or a contractor's bankruptcy estate; (D) A contractor's assignee(s); (E) A contractor's successor(s); or (F) A claim asserted under the Prompt Payment Act, 31 U.S.C. 3901-3907. (4) Subcontracts. The contractor or subcontractor must insert in any subcontracts the clauses set forth in paragraphs (b)(1) through (5) of this section and a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor is responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1) through (5). In the event of any violations of these clauses, the prime contractor, and any subcontractor(s) responsible will be liable for any unpaid wages and monetary relief, including interest from the date of the underpayment or loss, due to any workers of lower-tier subcontractors, and associated liquidated damages and may be subject to debarment, as appropriate. (5) Anti-retaliation. It is unlawful for any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, or to cause any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, any worker or job applicant for: Page 4637 of 9661 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 7 5/25 (i) Notifying any contractor of any conduct which the worker reasonably believes constitutes a violation of the Contract Work Hours and Safety Standards Act (CWHSSA) or its implementing regulations in this part; (ii) Filing any complaint, initiating, or causing to be initiated any proceeding, or otherwise asserting or seeking to assert on behalf of themselves or others any right or protection under CWHSSA or this part; (iii) Cooperating in any investigation or other compliance action, or testifying in any proceeding under CWHSSA or this part; or (iv) Informing any other person about their rights under CWHSSA or this part.” Further Compliance with the Contract Work Hours and Safety Standards Act. (1) The contractor or subcontractor must maintain regular payrolls and other basic records during the course of the work and must preserve them for a period of three years after all the work on the prime contract is completed for all laborers and mechanics, including guards and watchpersons, working on the contract. Such records must contain the name; last known address, telephone number, and email address; and social security number of each such worker; each worker’s correct classification(s) of work performed; hourly rates of wages paid; daily and weekly number of hours actually worked; deductions made; and actual wages paid. (2) Records to be maintained under this provision must be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the Department of Homeland Security, the Federal Emergency Management Agency, and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview workers during working hours on the job.” Clean Air Act (over $150,000): 1. The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. 2. The contractor agrees to report each violation to the County and understands and agrees that the County will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Federal Water Pollution Control Act (over $150,000): 1. The contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. 2. The contractor agrees to report each violation to the County and understands and agrees that the County will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Administrative, Contractual, or Legal Remedies (over $250,000): Unless otherwise provided in this contract, all claims, counter-claims, disputes and other matters in question between the local government and the contractor, arising out of or relating to this contract, or the breach of it, will be decided by arbitration, if the parties mutually agree, or in a Florida court of competent jurisdiction. Page 4638 of 9661 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 8 5/25 Construction Activities This provision is applicable to all federally assisted construction contracts, as that term is defined at 41 C.F.R. § 60-1.3. To the extent this Agreement meets this definition, Contractor agrees as follows: The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: 1) Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. 3) The Contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee’s essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Contractor’s legal duty to furnish information. 4) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers’ representatives of the Contractor’s commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 5) The Contractor will comply with the rules, regulations, and relevant orders of the Secretary of Labor. 6) The Contractor will furnish all information and reports required by rules, regulations, and orders of the Secretary of Labor, and will permit access to its books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 7) In the event of the Contractor’s noncompliance with the nondiscrimination clauses this Agreement or with any of the said rules, regulations, or orders, this Agreement may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with authorized procedures, and such other sanctions may be imposed and remedies invoked as by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 8) The Contractor will include the above applicable provisions in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect Page 4639 of 9661 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 9 5/25 to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 9) The County further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, that if the City is a state or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. 10) The County agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency’s primary responsibility for securing compliance. 11) The County further agrees that it will refrain from entering into any contract or contract modification with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to any applicable Executive Order and will carry out such sanctions and penalties for violation of any applicable clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor. In addition, the County agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings. Subcontracting: Contractor acknowledges that if Contractor intends to enter into subcontracts for any portion of the work under this Agreement, Contractor may take the affirmative steps described in 2 C.F.R. § 200.321 to ensure that small business firms, minority business firms, women’s business enterprises, and labor surplus area firms are solicited when possible, to the extent doing so is consistent with applicable local, State, and Federal law. Implementing the above provisions for new contracts should at least demonstrate that the County is trying to comply with the ever-evolving rules and regulations, and as of now, we think this is enough. I’ll make sure I keep you updated on any other actions that might become necessary in the future. Trafficking in Persons: The contractor agrees that it and its employees that participate in the COUNTY’S Award, may not: (a) Engage in severe forms of trafficking in persons during the period of time that the Recipient’s Award is in effect; (b) Procure a commercial sex act during the period of time that the COUNTY’S Award is in effect; or (c) Use forced labor in the performance of the COUNTY’S Award or subagreements thereunder. Davis Bacon Act: Exempt under FEMA Public Assistance Funding Copeland Anti-Kickback Act: Exempt under FEMA Public Assistance Funding Page 4640 of 9661 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 10 5/25 Notice to FTA : If a current or prospective legal matter that may affect the Federal Government emerges, the County must promptly notify the FTA Chief Counsel and FTA Regional Counsel for the Region in which the County is located. The Recipient must include a similar notification requirement in its Third-Party Agreements and must require each Third Party Participant to include an equivalent provision in its sub agreements at every tier, for any agreement that is a “covered transaction” according to 2 C.F.R. §§ 180.220 and 1200.220. (1) The types of legal matters that require notification include, but are not limited to, a major dispute, breach, default, litigation, or naming the Federal Government as a party to litigation or a legal disagreement in any forum for any reason. (2) Matters that may affect the Federal Government include, but are not limited to, the Federal Government’s interests in the Award, the accompanying Underlying Agreement, and any Amendments thereto, or the Federal Government’s administration or enforcement of federal laws, regulations, and requirements. (3) The County must promptly notify the U.S. DOT Inspector General in addition to the FTA Chief Counsel or Regional Counsel for the Region in which the Recipient is located, if the Recipient has knowledge of potential fraud, waste, or abuse occurring on a Project receiving assistance from FTA. The notification provision applies if a person has or may have submitted a false claim under the False Claims Act, 31 U.S.C. § 3729 et seq., or has or may have committed a criminal or civil violation of law pertaining to such matters as fraud, conflict of interest, bribery, gratuity, or similar misconduct. This responsibility occurs whether the Project is subject to this Agreement or another agreement between the Recipient and FTA, or an agreement involving a principal, officer, employee, agent, or Third-Party Participant of the Recipient. It also applies to subcontractors at any tier. Knowledge, as used in this paragraph, includes, but is not limited to, knowledge of a criminal or civil investigation by a Federal, state, or local law enforcement or other investigative agency, a criminal indictment or civil complaint, or probable cause that could support a criminal indictment, or any other credible information in the possession of the Recipient. Page 4641 of 9661 Page 4642 of 9661 Page 4643 of 9661 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 13 5/25 Angie Brewer & Associates, L.C.65-1073934 7/23/2025 PresidentMark A. Brewer president@angiebrewer.com 941-756-5800 N/A TBD Page 4644 of 9661 Page 4645 of 9661 State of Florida Department of State I certify from the records of this office that ANGIE BREWER & ASSOCIATES,L.C.is a limited liability company organized under the laws of the State of Florida,filed on January 3,2001,effective January 2,2001. The document number of this limited liability company is L01000000134. I further certify that said limited liability company has paid all fees due this office through December 31,2025,that its most recent annual report was filed on April 30,2025,and that its status is active. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Seventh day of July,2025 Tracking Number:4298936563CU To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication Page 4646 of 9661 Page 1 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY E-Verify is a program that electronically confirms an employee’s eligibility to work in the United States after completion of Form I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1.The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a.Notice of E-Verify Participation b.Notice of Right to Work 2.The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives’ contact information changes. 3.The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee’s E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. 390766 The parties to this agreement are the Department of Homeland Security (DHS) and the Angie Brewer & Associates, LC (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. Page 4647 of 9661 Page 2 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5. The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a. The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6. The Employer agrees to comply with current Form I-9 procedures, with two exceptions: a. If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b. If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 7. The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 8. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form I-9 procedures. a. The following modified requirements are the only exceptions to an Employer’s obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly 390766 Page 4648 of 9661 Page 3 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form I-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form I-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form I-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10. The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11. The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee’s perceived employment eligibility status 390766 Page 4649 of 9661 Page 4 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee’s employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218 (customer service) or 1-888-897-7781 (worker hotline). 14. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound “foreign” or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15. The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon 390766 Page 4650 of 9661 Page 5 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the Employer’s use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any “employee assigned to the contract” (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. 390766 Page 4651 of 9661 Page 6 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form I-9 is complete (including the SSN) and complies with Article II.A.6, ii. The employee’s work authorization has not expired, and iii. The Employer has reviewed the Form I-9 information either in person or in communications with the employee to ensure that the employee’s Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: i. The Employer cannot determine that Form I-9 complies with Article II.A.6, ii. The employee’s basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form I-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form I-9 is otherwise valid and up-to-date and the form otherwise complies with 390766 Page 4652 of 9661 Page 7 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Article II.C.5, but reflects documentation (such as a U.S. passport or Form I-551) that expired after completing Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer’s compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA’s database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA’s database. 2. SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means, and 390766 Page 4653 of 9661 Page 8 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6. DHS agrees to issue each of the Employer’s E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify 390766 Page 4654 of 9661 Page 9 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the 390766 Page 4655 of 9661 Page 10 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee’s Form I-551, Form I-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee’s documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. 390766 Page 4656 of 9661 Page 11 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: B. TERMINATION 1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer’s participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer’s business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C. The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, 390766 Page 4657 of 9661 Page 12 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant, you should only sign the Employer’s Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. 390766 Page 4658 of 9661 Page 13 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Approved by: Employer Name (Please Type or Print) Title Signature Date Department of Homeland Security – Verification Division Name (Please Type or Print) Title Signature Date 390766 Angie Brewer & Associates, LC Angie Brewer Electronically Signed 02/08/2011 USCIS Verification Division Electronically Signed 02/08/2011 Page 4659 of 9661 Page 14 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Company Name Company Facility Address Company Alternate Address County or Parish Employer Identification Number North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for 390766 Angie Brewer & Associates, LC 9080 58th Dr E Suite 200 Bradenton, FL 34202 MANATEE 651073934 813 10 to 19 1 Page 4660 of 9661 Page 15 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: 390766 FLORIDA 1 site(s) Page 4661 of 9661 Page 16 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: 390766 Name Mark Brewer Phone Number (941) 756 - 5800 Fax Number (866) 975 - 6748 Email Address president@angiebrewer.com Name Angie Brewer Phone Number (941) 757 - 4300 Fax Number (866) 975 - 6748 Email Address ceo@angiebrewer.com Page 4662 of 9661 Page 17 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: 390766 Page intentionally left blank Page 4663 of 9661 Form W-9 (Rev. March 2024) Request for Taxpayer Identification Number and Certification Department of the Treasury Internal Revenue Service Go to www.irs.gov/FormW9 for instructions and the latest information. Give form to the requester. Do not send to the IRS. Before you begin. For guidance related to the purpose of Form W-9, see Purpose of Form, below.Print or type. See Specific Instructions on page 3.1 Name of entity/individual. An entry is required. (For a sole proprietor or disregarded entity, enter the owner’s name on line 1, and enter the business/disregarded entity’s name on line 2.) 2 Business name/disregarded entity name, if different from above. 3a Check the appropriate box for federal tax classification of the entity/individual whose name is entered on line 1. Check only one of the following seven boxes. Individual/sole proprietor C corporation S corporation Partnership Trust/estate LLC. Enter the tax classification (C = C corporation, S = S corporation, P = Partnership) . . . . Note: Check the “LLC” box above and, in the entry space, enter the appropriate code (C, S, or P) for the tax classification of the LLC, unless it is a disregarded entity. A disregarded entity should instead check the appropriate box for the tax classification of its owner. Other (see instructions) 3b If on line 3a you checked “Partnership” or “Trust/estate,” or checked “LLC” and entered “P” as its tax classification, and you are providing this form to a partnership, trust, or estate in which you have an ownership interest, check this box if you have any foreign partners, owners, or beneficiaries. See instructions . . . . . . . . . 4 Exemptions (codes apply only to certain entities, not individuals; see instructions on page 3): Exempt payee code (if any) Exemption from Foreign Account Tax Compliance Act (FATCA) reporting code (if any) (Applies to accounts maintained outside the United States.) 5 Address (number, street, and apt. or suite no.). See instructions. 6 City, state, and ZIP code Requester’s name and address (optional) 7 List account number(s) here (optional) Part I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Note: If the account is in more than one name, see the instructions for line 1. See also What Name and Number To Give the Requester for guidelines on whose number to enter. Social security number –– or Employer identification number – Part II Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and, generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign Here Signature of U.S. person Date General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. What’s New Line 3a has been modified to clarify how a disregarded entity completes this line. An LLC that is a disregarded entity should check the appropriate box for the tax classification of its owner. Otherwise, it should check the “LLC” box and enter its appropriate tax classification. New line 3b has been added to this form. A flow-through entity is required to complete this line to indicate that it has direct or indirect foreign partners, owners, or beneficiaries when it provides the Form W-9 to another flow-through entity in which it has an ownership interest. This change is intended to provide a flow-through entity with information regarding the status of its indirect foreign partners, owners, or beneficiaries, so that it can satisfy any applicable reporting requirements. For example, a partnership that has any indirect foreign partners may be required to complete Schedules K-2 and K-3. See the Partnership Instructions for Schedules K-2 and K-3 (Form 1065). Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS is giving you this form because they Cat. No. 10231X Form W-9 (Rev. 3-2024) Angie Brewer & Associates, LC ✔P 5620 Tara Blvd., Suite 102 Bradenton, FL 34203 65 1073934 Digitally signed by Mark A. Brewer DN: cn=Mark A. Brewer, o=Angie Brewer & Associate, LC, email=president@angiebrewer.com, c=US Date: 2025.07.23 23:53:20 -04'00' Adobe Acrobat version: 2025.001.20577 7/23/25 Page 4664 of 9661 Procurement Services Division Addendum #1 Date: July 24, 2025 From: Dania Guerrero, Procurement Strategist Email: dania.guerrero@colliercountyfl.gov Telephone: (239) 252-7989 To: Interested Bidders Subject: Addendum #1 Solicitation 25-8379 – Loan and/or Grant Acquisition and Compliance Services The following clarifications are issued as an addendum: CHANGE 1: Proposal Submission Deadline has been extended. The “Proposal Submission Deadline” has been changed from July 24, 2025, at 3:00 pm EST to July 31, 2025, at 3:00 pm EST. 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 (Name of Company 7/24/2025 Angie Brewer & Associates, LC Page 4665 of 9661 Office of Supplier Development 4050 Esplanade Way, Suite 380 Tallahassee, Florida 32399 850-487-0915 www.dms.myflorida.com/osd Florida Department of Management Services Pedro Allende Woman Business Certification Angie Brewer & Associates, L.C. 07/16/2025 07/16/2027 Page 4666 of 9661 Florida UCP DBE Directory Number of Vendors Returned:1 Selection Criteria: Vendor : ANGIE BREWER & ASSOCIATES LC Vendor Name:ANGIE BREWER & ASSOCIATES LC DBE: CERTIFIED MBE: CERTIFIED ACDBE Status: N SBE: N Avail Statewide: Y Business Description:DAVIS BACON COMPLIANCE SERVICES AND GRANT APPLICATION/ADMINISTRATION Mailing Address:9104 58TH DRIVE EAST BRADENTON FL 34202 Contact Name: ANGIE BREWER Phone:(941)756-5800 Fax:(941)756-0804 Email:CEO@ANGIEBREWER.COM Web Site: Certified NAICS 541611 Administrative Management and General Management Consulting Services 541618 Other Management Consulting Services WebFOCUS Report https://fdotwp1.dot.state.fl.us/ibi_apps/WFServlet 1 of 1 7/21/2025, 7:55 PM Page 4667 of 9661 © 2025 Mapbox © OpenStreetMap Map based on search tool's full data set. Data refreshes every day at midnight. Color shows Total Hiring Sites by State. Map will act as a filter to the table. Search Filters [Table Only filter - Table data shows records by Last Updated Date in descending order and default filtered to show employers enrolled this year] Last Updated Date Employer Doing Business As Account Status Opted into E-Verify+ Date Enrolled Date Terminated Workforce Size Hiring Site Locations 2/24/2020 Angie Brewer & Associates, LC Open No 2/8/2011 10 to 19 FL 1 E-Verify Participating Employer List 1 407,037 E-Verify Hiring Sites © Mapbox © OSM Alaska © Mapbox © OSM Hawaii State/Territory All Industry Type All Date Enrolled [Select last 30 years for all data] 01/01/1996 to 12/31/2025 Business Name [Input Employer's legal name or DBA name] Contains "Angie Brewer & Associates" Account Status Open Terminated Opted into E-Verify+ No Yes Total Records Filtered:1 Page 4668 of 9661