Loading...
Backup Documents 10/24/2017 Item #16E 6 (CDR McGuire)lowisiiiimmomor ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 16 E 6 • TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are t i u: �R: '' ' '1, 1714 ey Office at the time the item is placed on the agenda. All completed routing slips and original documents mus —� � .••� Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP OCT 24 2017 Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If e document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist, .- d forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Inii#lafa9ete 1. Risk Risk Management W12 47 2. County Attorney Office County Attorney Office ($20---1 ..1t��%/ 7 4. BCC Office Board of County ► �(j Commissioners 3 0) 10 3 -47- 4. Minutes and Records Clerk of Court's Office 1,01�1 �sZq 5. Procurement Services Procurement Services PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Staff Barbara Lance for Contact Information 239-252-8998 Contact/Department Brenda Brilhart Agenda Date Item was October 24,2017 Iv Agenda Item Number 16.E.6 v Approved by the BCC Type of Document Contract Number of Original Documents J• Z Attached Attached PO number or account N/A 17-7116 Disaster Recovery Aptim Evirorimental,CDR number if document is Consulting Services Mag e, Disaster Strategies& to be recorded Ideas Group,Tetra Tech,Tidal Basin INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A" in the Not Applicable column 'ch is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signatu STAMP N/A 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address; Phone)on an attached sheet. -- 3. Original document has been signed/initialed for legal sufficiency. (All documents to be BL signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the BL document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's BL signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip N/A should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on 10/24/2017 and all changes made during FA is not the meeting have been incorporated in the attached document. The County an option for Attorney's Office has reviewed the changes,if applicable. this line. 9. Initials of attorney verifying that the attached document is the version approved by the N/A is not BCC, all changes directed by the BCC have been made,and the document is ready for the d an option for Chairman's signature. , this line. 16E 6 MEMORANDUM Date: November 1, 2017 To: Barbara Lance for Adam Northrup, Procurement Services From: Martha Vergara, Deputy Clerk Minutes & Records Department Re: Contract #17-7116 "Disaster Recovery Consulting Services" Contractor: CDR Maguire Attached for your records is one (1) original of the referenced contract above, (Item #16E6) adopted by the Board of County Commissioners on Tuesday, October 24, 2017. The Board's Minutes & Records Department has kept an original as part of the Board's Official Records. If you have any questions, please feel free to contact me at 252-7240. Thank you. Attachment 16E AGREEMENT 17-7116 for Disaster Recovery Consulting Services �� THIS AGREEMENT, made and entered into on this, ill day of dckob�r 2017, by and between CDR Maguire, Inc., authorized to do business in the State of Florida, whose business address is P.O. Box 771750, Miami, Florida 33177, (the "Consultant") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. AGREEMENT TERM. The Agreement shall be for a five (5) year period, commencing on Date of Board award and terminating five (5) years from that date or until all outstanding Purchase Orders issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Consultant, renew the Agreement under all of the terms and conditions contained in this Agreement for five (5) additional one (1) year periods. The County shall give the Consultant written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Consultant written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The County, in conjunction with the Collier County Sheriff's Office (CCSO), Collier County Public Schools, Mosquito Control District, City of Naples, Naples Airport Authority, and City of Marco Island, including but not limited to the Clerk of the Circuit Court, Supervisor of Elections, Tax Collector, Property Appraiser, Everglades City, hereinafter named "Consortium", may obtain services under this Agreement. The Consultant shall commence the services for the County upon the issuance of a Notice to Proceed attached with Consultant's not-to-exceed proposal. 3. STATEMENT OF WORK. The Board of County Commissioners deemed five (5) firms to be qualified and awarded an Agreement to each firm. Each awardee will enter into an Agreement to Disaster Recovery Consultant services on an as-needed basis as may be required by the County in accordance the terms and conditions set forth in Exhibit B - Request for Proposal (RFP) #17-7116 "Disaster Recovery Consulting Services" Scope of Services, including Grant and FEMA exhibits and addendum, and Exhibit Page 1 of 13 #17-7116&Disaster Recovery Consulting Services CDR Maguire,Inc. 16E C - Consultant's proposal, referred to herein and attached hereto to the Agreement. This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 3.1 The County, in conjunction with the Collier County Sheriff's Office (CCSO), Collier County Public Schools, Mosquito Control District, City of Naples, Naples Airport Authority, and City of Marco Island, including but not limited to the Clerk of the Circuit Court, Supervisor of Elections, Tax Collector, Property Appraiser, Everglades City, hereinafter named "Consortium", may obtain services under this Agreement. 3.2 The execution of this Agreement shall not be a commitment to the Contractor that any Work will be awarded to the Contractor. Rather, this Agreement governs the rights and obligation of the procedure to obtain Work and all Work undertaken by Contractor for County pursuant to this Agreement during the term and any extension of the term of this Agreement. 3.3 The procedure for obtaining Work assignments under this Agreement is as follows: The Contract Manager/Representative of the Consortium will request a not-to-exceed proposal from one or more firms and upon acceptance a Purchase Order will be issued for the assigned Task. Each Agency within the Consortium reserves the right to assign all or portions of the Work to one or more firms. 4. THE AGREEMENT SUM. The County shall pay the Consultant for the performance of this Agreement based on Exhibit A- Fee Schedule, attached hereto and the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the Contract Manager or designee, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act." 4.1 Price Methodology. Time and Materials: The County agrees to pay the Consultant for the amount of labor time spent by the Consultant's employees and subconsultants to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the Consultant's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subconsultant) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. 4.2 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of"laches" as untimely Page 2 of 13 #17-7116&Disaster Recovery Consulting Services CDR Maguire,Inc. r m 16 € submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 5. SALES TAX. Consultant shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531C-2. 6. NOTICES. All notices from the County to the Consultant shall be deemed duly served if mailed or faxed to the Consultant at the following Address: CDR Maguire, Inc. P.O. Box 771750 Miami, Florida 33177 Attention: Andre Duart, Chief Operating Officer Telephone: (954) 465-8084 Email: Andre.Duartcr,cdrmaguire.com All Notices from the Consultant to the County shall be deemed duly served if mailed or faxed to the County to: Board of County Commissioners for Collier County, Florida c/o Collier County Bureau of Emergency Services (BEC) Division 8075 Lely Cultural Parkway Naples, Florida 34113 Telephone: (239) 252-3600 Attention: Dan Summers, Division Director Email: DanielSummerscolliergov.net The Consultant and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Consultant or to constitute the Consultant as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Consultant. The County will not be obligated to pay for any permits obtained by Subcontractors/Subconsultants. Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Consultant. The Consultant shall also be solely responsible for payment of any and all taxes levied on the Consultant. In addition, the Consultant shall comply with all rules, regulations and laws of Collier County, the State of Florida, or Page 3 of 13 #17-7116&Disaster Recovery Consulting Services CDR Maguire,Inc. 16E 6 the U. S. Government now in force or hereafter adopted. The Consultant agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Consultant. 9. NO IMPROPER USE. The Consultant will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Consultant or if the County or its authorized representative shall deem any conduct on the part of the Consultant to be objectionable or improper, the County shall have the right to suspend the Agreement of the Consultant. Should the Consultant fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Consultant further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Consultant be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non- performance. In the event that the County terminates this Agreement, Consultant's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Consultant shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Consultant agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Consultant shall provide insurance as follows: A. Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Consultants; Products and Completed Operations and Contractual Liability. B. Business Auto Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. Page 4 of 13 #17-7116&Disaster Recovery Consulting Services CDR Maguire,Inc. 16E 6 The coverage must include Employers' Liability with a minimum limit of$100,000 for each accident. D. Professional Liability: Shall be maintained by the Consultant to ensure its legal liability for claims arising out of the performance of professional services under this Agreement. Consultant waives its right of recovery against County as to any claims under this insurance. Such insurance shall have limits of not less than $1,000,000 each claim and in the aggregate. Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Consultant's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Consultant during the duration of this Agreement. The Consultant shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. Consultant shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Consultant from its insurer, and nothing contained herein shall relieve Consultant of this requirement to provide notice. Consultant shall ensure that all subconsultants comply with the same insurance requirements that the Consultant is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Consultant shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Consultant, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant or anyone employed or utilized by the Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Page 5 of 13 #17-7116&Disaster Recovery Consulting Services CDR Maguire,Inc. 16E 6 Consultant, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Consultant. Consultant's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Bureau of Emergency Services (BES) Division. 15. CONFLICT OF INTEREST. Consultant represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Consultant further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Insurance Certificate(s), Exhibit A — Fee Schedule, Exhibit B -Request for Proposal (RFP) #17-7116 "Disaster Recovery Consulting Services" Scope of Services, including Grant and FEMA exhibits and addendum, and Exhibit C - Consultant's proposal. 17. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 18. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 19. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Consultant is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: Page 6 of 13 #17-7116&Disaster Recovery Consulting Services CDR Maguire,Inc. 16E 6 IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Consultant must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Consultant does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Consultant or keep and maintain public records required by the public agency to perform the service. If the Consultant transfers all public records to the public agency upon completion of the contract, the Consultant shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Consultant keeps and maintains public records upon completion of the contract, the Consultant shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Consultant observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Consultant to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 20. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful proposer. Page 7 of 13 #17-7116&Disaster Recovery Consulting Services CDR Maguire,Inc. 16 E 6 21. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 22. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 23. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Consultant with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Consultant with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 24. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 25. AGREEMENT STAFFING. The Consultant's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Consultant shall assign as many people as necessary to complete the services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the required service. The Consultant shall not change Key Personnel unless the following conditions are met: (1) Proposed replacements have substantially the same or better qualifications and/or experience. (2) that the County is notified in writing as far in advance as possible. The Consultant shall make commercially reasonable efforts to notify Collier County within seven (7) days of the change. The County retains final approval of proposed replacement personnel. 26. ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents and/or the County's Board approved Executive Summary, the terms of the Agreement shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the Page 8 of 13 #17-7116&Disaster Recovery Consulting Services CDR Maguire,Inc. 16E 6 conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Consultant at County's discretion. 27. ASSIGNMENT. Consultant shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Consultant does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Consultant all of the obligations and responsibilities that Consultant has assumed toward the County. 28. SECURITY. The Consultant is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Consultant shall be responsible for all associated costs. If required, Consultant shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Consultant shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Consultant's employees and subConsultants must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Consultant ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Consultant during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the Consultant's business. The Consultant shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS a(�colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of$500 per incident. * * * * * Page 9 of 13 #17-7116&Disaster Recovery Consulting Services CDR Maguire,Inc. 16E 6 IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Agreement on the date and year first written above. BOARD OF COUNTY COMMISSIONERS ATTEST: COLLIE' 400TY, FLORIDA Dwight E. Brock, Clerk of Courts B J& r y: L .�;�,rr,,,..o �: By; - ‘411 Penny Tay , Chairm•0r Dated: . a :' !, o Attest gairman's signature only. Consultant Witnesses: Consultant CDR MAGUIRE, INC. 3 — A-N (1 ,..)._-+ By: /4@r---.' First Witness Sign -ure J PvGk — -6 14 , C � .©. 0_ j �C-'�r� .r� T•. Type/print signature and title TType/. ' • •tness,,/ el' -----e Se/4 Witness rf Ldo v1 (0 vso S. TType/print witness nameT A oved as to rm a d Legality: tr._., „,...........,L,..._ ow-A us.TTIour_ly At orne Print Name Page 10 of 13 i #17-7116&Disaster Recovery Consulting Service til CDR Maguire,Inc. 16E 6 EXHIBIT A - FEE SCHEDULE Position Descripton Hourly Rate Project Executive $225.00 Subject Matter Expert $200.00 Project Manager $160.00 Client Liaison $150.00 Sr. FEMA Specialist $145.00 FEMA Specialist $125.00 Sr. Grant Manager $145.00 Grant Manager $125.00 Sr. Closeout Specialist $145.00 Closeout Specialist $125.00 Sr. Hazard Mitigation Specialist $135.00 Hazard Mitigation Specialist $115.00 Data Analyst $100.00 Site Inspector $100.00 Sr. Engineer $210.00 Mid Engineer $155.00 Jr. Engineer $110.00 The above hourly rates are inclusive of all costs associated with the disaster recovery assistance provided to the County. The County will not reimburse the consultant for travel, overhead, operational or other related costs. Page 11 of 13 #17-7116&Disaster Recovery Consulting Services CDR Maguire,Inc. 16E 6 EXHIBIT B — REQUEST FOR PROPOSAL (Also attached hereto following this page) Page 12 of 13 #17-7116&Disaster Recovery Consulting Services CDR Maguire,Inc. 16E 6 EXHIBIT B REQUEST FOR PROPOSAL ,,0 Co ler County Administrative Services Departure t Procurement Services Divis:on COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS RFP 17-7116 Disaster Recovery Consulting Services Brenda Brilhart, Procurement Strategist (239) 252-8446 (Telephone) BrendaBrilhart@colliergov.net (Email) This proposal solicitation document is prepared in a Microsoft Word format. 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. ___Cir> • ri ie F rcovui>frt berm:6 Ltesun•3327 Taman Trail Eaa1•Napies.Fiords 34112.4901•2X1-25243407•uwa.wiiier£y v.aproaxentenlsery ces 1 E 6 Table of Contents LEGAL NOTICE 3 EXHIBIT I:SCOPE OF WORK,SPECIFICATIONS AND RESPONSE FORMAT 4 EXHIBIT II:GENERAL RFP INSTRUCTIONS 8 EXHIBIT III:COLLIER COUNTY PURCHASE ORDER TERMS AND CONDITIONS 11 EXHIBIT IV:ADDITIONAL TERMS AND CONDITIONS FOR RFP 14 ATTACHMENT 1:VENDOR'S NON-RESPONSE STATEMENT 22 ATTACHMENT 2:VENDOR CHECK LIST 23 ATTACHMENT 3:CONFLICT OF INTEREST AFFIDAVIT 24 ATTACHMENT 4:VENDOR DECLARATION STATEMENT 25 ATTACHMENT 5:IMMIGRATION AFFIDAVIT CERTIFICATION 27 ATTACHMENT 6:VENDOR SUBSTITUTE W-9 28 ATTACHMENT 7:INSURANCE AND BONDING REQUIREMENTS 29 EXHIBIT A—Scope of Services EXHIBIT B—Granting Agency Provisions EXHIBIT C—Granting Agency Forms(provide in proposal at time of submittal) 17-7116 Disaster Recovery Consulting Services 2 16 ( fi colPier County Administrative Services Department Procurement Services Dive on Legal Notice Sealed Proposals to provide Disaster Recovery consulting services will be received until 3:00 PM Naples local time, on August 16, 2017 on the Collier County Government, Procurement Services on line bidding system. RFP 17-7116 Disaster Recovery Consulting Services Services to be provided may include, but not be limited to the following: Disaster Recovery Consultant to provide the following, but not limited to services: public adjusting services, technical, administrative and training support to assist the County and other municipal governments with damage assessment, disaster recovery project estimation, FEMA force account and small and large project document assembly, and Federal Procurement requirements review, etc. A non-mandatory pre-proposal conference will be held on August 1, 2017, commencing promptly at 3:30 PM, and will be held in the Procurement Services Division Conference Room, Collier County Government, Procurement Services Division, 3295 Tamiami Trail E, Naples, FL 34112. A teleconference number will be made available upon request by emailing the Procurement Services at brendabrihartc colliergov.net All statements shall be made upon the official proposal form which may be obtained on the Collier County Procurement Services Division Online Bidding System website: www.colliergov.net/bid. Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA, BY: /S/ Edward F. Coyman, Jr. Director, Procurement Services This Public Notice was posted July 17, 2017 on the Collier County Procurement Services Division website: www.colliergov.net/purchasing jhastilvekevWtk;+imut 3n7 rad E..a51 n,mb 3812-4re1•wow..•clHnovefilporc,amr1 17-7116 Disaster Recovery Consulting Services 3 16E 6 Exhibit I: Scope of Work, Specifications and Response Format As requested by the Collier County Bureau of Emergency Services (BES) Division (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this Request for Proposal (hereinafter, "RFP") with the intent of obtaining proposals from interested and qualified Consultants in accordance with the terms, conditions and specifications stated or attached. The Consultant, 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, as amended. Brief Description of Purchase Collier County Board of County Commissioners, in conjunction with the Collier County Sheriffs Office (CCSO), Collier County Public Schools, Mosquito Control District, City of Naples, Naples Airport Authority, and City of Marco Island hereinafter named "Consortium", is requesting proposals for an— IDIQ ( indefinite delivery/indefinite quantity) Disaster Recovery Consultant to provide the following, but not limited to services: public adjusting services, technical, administrative and training support to assist the County and other municipal governments with damage assessment, disaster recovery project estimation, FEMA force account and small and large project document assembly, and Federal Procurement requirements review, etc. Detailed Scope of Work— See Exhibit A Term of Contract The County's intent is to negotiate an agreement with multiple firms. The contract term, if an award(s) is/are made is intended to be for a five (5) year initial term with five (5) one (1) year renewal options. 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. Projected Solicitation Timetable The following projected timetable should be used as a working guide for planning purposes only. The County reserves the right to adjust this timetable as required during the course of the RFP process. Event Date Issue Solicitation Notice 7/17/2017 Last Date for Receipt of Written Questions 5:00 PM 8/9/17 Non Mandatory Pre-solicitation Meeting 3:30 PM 8/1/2017 Addendum Issued By 8/11/17 Solicitation Deadline Date and Time 3:00 PM 8/16/17 Vendor Presentations if Required TBD Response Format The Vendor understands and agrees to abide by all of the RFP specifications, provisions, terms and conditions of same, and all ordinances and policies of Collier County. The Vendor further agrees that if it is awarded a contract, the work will be performed in accordance with the provisions, terms and conditions of the contract. To facilitate the fair evaluation and comparison of proposals, all proposals must conform to the guidelines set forth in this RFP. Any portions of the proposal that do not comply with these 17-7116 Disaster Recovery Consulting Services 4 16E 6 guidelines must be so noted and explained in the Acceptance of Conditions section of the proposal. However, any proposal that contains such variances may be considered non- responsive. The items listed below shall be submitted with each proposal and should be submitted in the order shown. Each section should be clearly labeled, with pages numbered and separated by tabs. Failure by a Vendor to include all listed items may result in the rejection of its proposal. Tab I: Cover Letter/ Management Summary 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. Tab II: Firms Qualifications (30 points/10 Page Limit) In this tab, provide the following: • Provide an overview of the Firm's history, capability and business ability relative to the County's requirements. Not to exceed two (2) pages. • Describe your firm's qualifications in providing disaster recovery and specifically FEMA reimbursement services. Include information on organizational structure. Include any special expertise which your firm has in working with FEMA regarding debris reimbursement and monitoring contracts. Provide your firm's experience working with Florida Department of Transportation (FDOT) utilizing the Florida Highway Administration (FHWA) program for road reimbursement. Provide specific information on your experience working on disaster recovery reimbursement specific projects in Florida. • Provide a complete list of all government agencies for which you are currently providing, or have provided in the past, disaster recovery FEMA reimbursement services since 2012, and FHWA services. Indicate the dates (length) of service for the listed clients and specify the name, title, addresses and telephone number of individuals. The County may contact those clients for whom you have provided disaster recovery FEMA reimbursement services for further information concerning the services provided. • For specific large disasters that you may have been involved in handling the FEMA reimbursement for, or are still handling, e.g. Hurricane Katrina, provide information on the number of Project Worksheets handled, the number of employees put within the organization to complete the work, what pre-work was done to assist in completing the Project Worksheets, any special reimbursement issues resolved with FEMA, amount de-obligated with the State and FEMA and why, the amount of dollars recovered for the organization, success in any FEMA or State appeals, and experience with any FEMA and State audits. • Provide information related to your experience with any FEMA or State appeals. Provide the details as to the outcome, the duration of the appeal and any other related data. • Provide information related to your experience with FEMA and State audits. Provide the number of audits your firm has been involved with, the number of findings against the organization that the auditors identified; if the findings were significant and overall what they found and the duration of the audits. • Describe contacts and relationships with your other clients and interaction with FEMA and State Agencies. Include FHWA experience. 17-7116 Disaster Recovery Consulting Services 5 16E 6 Tab III: Specialized Expertise of Team Members (25 points\10 Page Limit) • Provide a list of individuals who will be assigned (on site) to the disaster recovery reimbursement service engagement with the County and their specific roles. Include summary resumes of the individual to reflect their experience and education, particularly as they relate to the firm's engagements since 2008. Identify the primary contact who will be actively engaged in serving the account and identify the current client workload of this individual by counties, cities, special districts, and other as may apply. • If lead project staff members are to be changed, request must be made in writing and pre- approved by Consortium. • Provide the number of employees who serve in Florida who would be available during normal business times versus during time of emergency or disaster. Describe the experience that these types of employees have in working with FEMA and the State in handling the documentation required for receiving reimbursement, e.g. Project Worksheets, in resolving reimbursement issues, and dealing with FEMA and State appeals, and audits. • Describe the training that your employees have had regarding FEMA and FHWA grant rules and guidelines, State pass-through grant rules for reimbursement, debris recovery reimbursement, and any further training for reimbursement. • Describe if your employees are full time employees or contracted employees. Tab IV: Technical Approach (20 points/10 Page Limit) • Provide a description of the firm's general approach to the proposed scope of services to include team organization,staff assignments, schedules, quality assurance and accountability. • How would you provide service if multiple nearby counties were in need. Ex: Lee County plus Collier. • Provide relevant availability guidelines and/or the average time between request for meetings and actual attendance for current clients. Discuss the availability of the primary contact relative to current and future client workload. Include for each individual the estimated number of hours that will be contributed to this project and in what capacity they would serve m this project. Include information on supervisory personnel. • Describe the amount of time and ability that your firm would be able to devote to Colter County to research the current process of how our organization is seeking federal reimbursement and how that process could be streamlined, as well as how we can better prepare before a loss to document a claim. • Provide website and/or portal with details for status to worksheets. • Describe how your firm would include public adjusting and include coordinating with each applicant's Risk Management department or its contractor to coordinate insurance and/or FEMA reimbursement as deemed necessary. Tab V: Cost of Services to the County(15 points/10 Page Limit) • The cost of the proposal shall reflect an hourly rate for pre-disaster assistance and an hourly rate for all post-disaster. The proposed hourly rates are inclusive of all costs associated with the disaster recovery assistance provided to the County. The County will not reimburse the consultant for travel, overhead, operational or other related costs. • The county will not pay the consultant for services unless pre-disaster assistance is requested or a disaster has occurred and requires assistance to request reimbursement from FEMA and/or another agency. • Provide examples(if any) where you have recovered all or part of your fees from FEMA. 17-7116 Disaster Recovery Consulting Services 6 16E b Tab VI: References (10 points) In order for the vendor to be awarded any points for this tab, the County requests that the vendor submits three (3) references from clients whose projects are of a similar nature to this solicitation as a part of their proposal. Information provided for each client shall include the following: • Client name, address and email address and telephone number. • Description of services provided. • Time period of the project or contract; briefly describe if project met or exceeded the schedule outlined • Client's contact reference name, email and current telephone number. • Dollar value of project; briefly describe if the completed project met, or came under budget. Tab VII: Acceptance of Conditions Indicate any exceptions to the general terms and conditions of the RFP, and to insurance requirements or any other requirements listed in this RFP. If no exceptions are indicated in this tabbed section, it will be understood that no exceptions to these documents will be considered after the award, or if applicable, during negotiations. Exceptions taken by a Vendor may result in evaluation point deduction(s) and/or exclusion of proposal for Selection Committee consideration, depending on the extent of the exception(s). Such determination shall be at the sole discretion of the County and Selection Committee. Tab VIII: Required Form Submittals • Attachment 2: Vendor Check List • Attachment 3: Conflict of Interest Affidavit • Attachment 4: Vendor Declaration Statement • Attachment 5: Affidavit for Claiming Status as a Local Business • Attachment 6: Immigration Affidavit Certification • Attachment 7: Vendor Substitute W-9 • Attachment 8: Insurance and Bonding Requirements • Other: Grant Forms Proposal Selection Committee and Evaluation Factors The County Manager shall appoint a Selection Committee to review all proposals submitted. The factors to be considered in the evaluation of proposal responses are listed below. Tab II, Firms Qualifications 30 Tab III, Specialized Expertise of Team Members 25 Tab IV, Technical Approach 20 Tab V, Cost of Services 15 Tab VI, References 10 TOTAL 100 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. 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. 17-7116 Disaster Recovery Consulting Services 7 16E b Exhibit II: General RFP Instructions 1. Questions Direct questions related to this RFP to the Collier County Procurement Services Division Online Bidding System website: www.colliergov.net/bid. Vendors must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Procurement Services Division Online Bidding System website. For general questions, please call the referenced Procurement Strategist noted on the cover page. 2. Pre-Proposal Conference The purpose of the pre-proposal conference is to allow an open forum for discussion and questioning with County staff regarding this RFP with all prospective Vendors having an equal opportunity to hear and participate. Oral questions will receive oral responses, neither of which will be official, nor become part of the RFP. Only written responses to written questions will be considered official, and will be included as part of this RFP as an addendum. All prospective Vendors are strongly encouraged to attend, as, this will usually be the only pre-proposal conference for this solicitation. If this pre-proposal conference is denoted as "mandatory", prospective Vendors must be present in order to submit a proposal response. 3. Compliance with the RFP Proposals must be in strict compliance with this RFP. Failure to comply with all provisions of the RFP may result in disqualification. 4. Ambiguity, Conflict, or Other Errors in the RFP It is the sole responsibility of the Vendor if the Vendor discovers any ambiguity, conflict, discrepancy, omission or other error in the RFP, to immediately notify the Procurement Strategist, noted herein, of such error in writing and request modification or clarification of the document prior to submitting the proposal. The Procurement Strategist will make modifications by issuing a written revision and will give written notice to all parties who have received this RFP from the Procurement Services Division. 5. Proposal, Presentation and Protest Costs The County will not be liable in any way for any costs incurred by any Vendor in the preparation of its proposal in response to this RFP, nor for the presentation of its proposal and/or participation in any discussions, negotiations, or, if applicable, any protest procedures. 6. Delivery of Proposals All proposals are to be uploaded on the County's on line bidding system (www.colliergov.net/bid) before 3:00 PM, Naples local time, on or before August 16, 2017. 7. Validity of Proposals No proposal can be withdrawn after it is filed unless the Vendor makes their request in writing to the County prior to the time set for the closing of Proposals. All proposals shall be valid for a period of one hundred eighty (180) days from the submission date to accommodate evaluation and selection process. 17-7116 Disaster Recovery Consulting Services 8 16 E 6 8. Evaluation of Proposals The County's procedure for selecting is as follows: 1. The County Manager or designee shall appoint a selection committee to review all proposals submitted. 2. The Request for Proposal is issued. 3. Subsequent to the receipt closing date for the proposals, the Procurement professional will review the proposals received and verify each proposal to determine if it minimally responds to the requirements of the published RFP. 4. Selection committee meetings will be open to the public and the Procurement professional will publidy post prior notice of such meeting(s) on the County's Procurement Services Internet site. 5. Prior to the first meeting (Organization Meeting) of the selection committee. At the initial organization meeting, the selection committee members will receive instructions, the submitted proposals, and establish the next selection committee meeting date and time. After the first meeting, the Procurement professional will publically announce all subsequent committee meeting dates and times. The subsequent meeting dates and times will be posted with at least one(1) day advanced notice. 6. Selection committee members will independently review and score each proposal based on the evaluation criteria stated in the RFP using the Individual Selection Committee Score and Rank Form and prepare comments for discussion at the next meeting. The Individual Selection Committee Score and Rank Form is merely a tool to assist the selection committee member in their review of the proposals. 7. At the scheduled selection meeting, the members will present their independent findings/ conclusions/comments based on their reading and interpretation of the materials presented to each other, and may ask questions of one another. The Committee reserves the right to shortlist and may request presentations or demonstrations prior to ranking. In any of the selection committee meeting deliberations, by consensus, members may request to invite proposers in to clarify their proposals, ask for additional information, present materials, interview, ask questions, etc. The members may consider any and all information obtained through this method in formulating their individual scoring and subsequent selection committee overall ranking and final ranking. 8. The Selection Committee may elect to shortlist and have oral presentations, and may ask for demonstrations. 9. The selection committee members will individually rank order each proposer. Collier County selection committee members may consider all the material submitted by the Proposer and other information Collier County may obtain to determine whether the Proposer is capable of and has a history of successfully completing projects of this type, including, without limitation, additional information Collier County may request, clarification of proposer information, public comments, and/or additional credit information. 10. Once the individual ranking has been completed, the Procurement professional will direct selection committee members to read their individual ranking publically. The Procurement professional will record individual rankings on the Final Ranking Sheet which will mathematically compile into an overall selection committee rank of proposers. 11.The selection committee's overall rank of firms in order of preference (from highest beginning with a rank of one (1) to the lowest) will be discussed and reviewed by the Procurement Strategist. By final consensus, and having used all information presented (proposal, presentation, references, etc.), the selection committee members will create a final ranking and staff will subsequently enter into negotiations. Award of the contract is dependent upon the successful and full execution of a mutually agreed contract, pending the final approval by the Board of County Commissioners. 17-7116 Disaster Recovery Consulting Services 9 16E 6 The County reserves the right to withdraw this RFP at any time and for any reason, and to issue such clarifications, modifications, and/or amendments as it may deem appropriate. Receipt of a proposal by the County or a submission of a proposal to the County offers no rights upon the Vendor nor obligates the County in any manner. Acceptance of the proposal does not guarantee issuance of any other governmental approvals. Proposals which include provisions requiring the granting of zoning variances shall not be considered. 9. References The County reserves the right to contact any and all references pertaining to this solicitation and related proposal. 10. Acceptance or Rejection of Proposals The right is reserved by the County to waive any irregularities in any proposal, to reject any or all proposals, to re-solicit for proposals, if desired, and upon recommendation and justification by Collier County to accept the proposal which in the judgment of the County is deemed the most advantageous for the public and the County of Collier. Any proposal which is incomplete, conditional, obscure or which contains irregularities of any kind, may be cause for rejection. In the event of default of the successful Vendor, or their refusal to enter into the Collier County contract, the County reserves the right to accept the proposal of the second ranked firm or to re-advertise using the same or revised documentation, at its sole discretion. 12. Reserved Rights Collier County reserves the right in any solicitation to accept or reject any or all bids, proposals or offers; to waive minor irregularities and technicalities; or to request resubmission. Also, Collier County reserves the right to accept all or any part of any bid, proposal, or offer, and to increase or decrease quantities to meet additional or reduced requirements of Collier County. Notwithstanding any other provisions of this Article, if none or only one responsive and responsible bid or proposal is received following any solicitation, the County Manager, or designee, reserves the right to reject all bids, proposals or offers and to negotiate with any responsible providers to secure the best terms and conditions in the sole interest of the County unless otherwise provided by law. 17-7116 Disaster Recovery Consulting Services 10 16E 6 Exhibit Ill: Collier County Purchase Order Terms and Conditions 1. Offer Unless otherwise provided in Purchase Order, This offer is subject to cancellation by the no invoices shall be issued nor payments COUNTY without notice if not accepted by made prior to delivery. Unless freight and VENDOR within fourteen (14) days of issuance. other charges are itemized, any discount will be taken on the full amount of invoice. 2. Acceptance and Confirmation c) All shipments of goods scheduled on the same This Purchase Order (including all documents day via the same route must be consolidated. attached to or referenced therein) constitutes the Each shipping container must be consecutively entire agreement between the parties, unless numbered and marked to show this Purchase otherwise specifically noted by the COUNTY on Order number. The container and Purchase the face of this Purchase Order. Each delivery of Order numbers must be indicated on bill of goods and/or services received by the COUNTY lading. Packing slips must show Purchase from VENDOR shall be deemed to be upon the Order number and must be included on each terms and conditions contained in this Purchase package of less than container load (LCL) Order. shipments and/or with each car load of equipment. The COUNTY reserves the right to No additional terms may be added and Purchase refuse or return any shipment or equipment at Order may not be changed except by written VENDOR'S expense that is not marked with instrument executed by the COUNTY. VENDOR is Purchase Order numbers. VENDOR agrees deemed to be on notice that the COUNTY objects to declare to the carrier the value of any to any additional or different terms and conditions shipment made under this Purchase Order and contained in any acknowledgment, invoice or other the full invoice value of such shipment. communication from VENDOR, notwithstanding d) All invoices must contain the Purchase Order the COUNTY'S acceptance or payment for any number and any other specific information as delivery of goods and/or services, or any similar identified on the Purchase Order. Discounts of act by VENDOR. prompt payment will be computed from the date of receipt of goods or from date of receipt 3. Inspection of invoices, whichever is later. Payment will be All goods and/or services delivered hereunder shall made upon receipt of a proper invoice and in be received subject to the COUNTY'S inspection compliance with Chapter 218, Fla. Stats., and approval and payment therefore shall not otherwise known as the "Local Government constitute acceptance. All payments are subject to Prompt Payment Act," and, pursuant to the adjustment for shortage or rejection. All defective Board of County Commissioners Purchasing or nonconforming goods will be returned pursuant Policy. to VENDOR'S instruction at VENDOR'S expense. 5. Time Is Of the Essence To the extent that a purchase order requires a Time for delivery of goods or performance of series of performances by VENDOR, the COUNTY services under this Purchase Order is of the prospectively reserves the right to cancel the entire essence. Failure of VENDOR to meet delivery remainder of the Purchase Order if goods and/or schedules or deliver within a reasonable time, as services provided early in the term of the Purchase interpreted by the COUNTY in its sole judgment, Order are non-conforming or otherwise rejected by shall entitle the COUNTY to seek all remedies the COUNTY. available to it at law or in equity. VENDOR agrees 4. Shipping and Invoices to reimburse the COUNTY for any expenses a) All goods are FOB destination and must be incurred in enforcing its rights. VENDOR further suitably packed and prepared to secure the agrees that undiscovered delivery of lowest transportation rates and to comply with nonconforming goods and/or services is not a all carrier regulations. Risk of loss of any waiver of the COUNTY'S right to insist upon further goods sold hereunder shall transfer to the compliance with all specifications. COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt 6. Changes of the goods by the COUNTY nonetheless The COUNTY may at any time and by written remain with VENDOR. notice make changes to drawings and b) No charges will be paid by the COUNTY for specifications, shipping instructions, quantities and packing, crating or cartage unless otherwise delivery schedules within the general scope of this specifically stated in this Purchase Order. Purchase Order. Should any such change 17-7116 Disaster Recovery Consulting Services 11 16E 6 increase or decrease the cost of, or the time arise out of or are incident to the goods and/or required for performance of the Purchase Order, services to be provided hereunder. an equitable adjustment in the price and/or delivery schedule will be negotiated by the COUNTY and 11. Warranty of Non-Infringement VENDOR. Notwithstanding the foregoing, VENDOR represents and warrants that all goods VENDOR has an affirmative obligation to give sold or services performed under this Purchase notice if the changes will decrease costs. Any Order are: a) in compliance with applicable laws; b) claims for adjustment by VENDOR must be made do not infringe any patent, trademark, copyright or within thirty (30) days from the date the change is trade secret; and c) do not constitute unfair ordered or within such additional period of time as competition. may be agreed upon by the parties. VENDOR shall indemnify and hold harmless the 7. Warranties COUNTY from and against any and all claims, VENDOR expressly warrants that the goods and/or including claims of negligence, costs and expense, services covered by this Purchase Order will including but not limited to attorneys' fees, which conform to the specifications, drawings, samples or arise from any claim, suit or proceeding alleging other descriptions furnished or specified by the that the COUNTY'S use of the goods and/or COUNTY, and will be of satisfactory material and services provided under this Purchase Order are quality production, free from defects and sufficient inconsistent with VENDOR'S representations and for the purpose intended. Goods shall be delivered warranties in section 11 (a). free from any security interest or other lien, encumbrance or claim of any third party. These If any claim which arises from VENDOR'S breach warranties shall survive inspection, acceptance, of section 11 (a) has occurred, or is likely to occur, passage of title and payment by the COUNTY. VENDOR may, at the COUNTY'S option, procure for the COUNTY the right to continue using the 8. Statutory Conformity goods or services, or replace or modify the goods Goods and services provided pursuant to this or services so that they become non-infringing, Purchase Order, and their production and (without any material degradation in performance, transportation shall conform to all applicable laws, quality, functionality or additional cost to the including but not limited to the Occupational Health COUNTY). and Safety Act, the Federal Transportation Act and the Fair Labor Standards Act, as well as any law or 12. Insurance Requirements regulation noted on the face of the Purchase The VENDOR, at its sole expense, shall provide Order. commercial insurance of such type and with such terms and limits as may be reasonably associated 9. Advertising with the Purchase Order. Providing and No VENDOR providing goods and services to the maintaining adequate insurance coverage is a COUNTY shall advertise the fact that it has material obligation of the VENDOR. All insurance contracted with the COUNTY for goods and/or policies shall be executed through insurers services, or appropriate or make use of the authorized or eligible to write policies in the State COUNTY'S name or other identifying marks or of Florida. property without the prior written consent of the COUNTY'S Purchasing Department. 13. Compliance with Laws In fulfilling the terms of this Purchase Order, VENDOR agrees that it will comply with all federal, 10. Indemnification state, and local laws, rules, codes, and ordinances VENDOR shall indemnify and hold harmless the that are applicable to the conduct of its business. COUNTY from any and all claims, including claims By way of non-exhaustive example, this shall of negligence, costs and expenses, including but include the American with Disabilities Act and all not limited to attorneys' fees, arising from, caused prohibitions against discrimination on the basis of by or related to the injury or death of any person race, religion, sex creed, national origin, handicap, (including but not limited to employees and agents marital status, or veterans' status. Further, of VENDOR in the performance of their duties or VENDOR acknowledges and without exception or otherwise), or damage to property (including stipulation shall be fully responsible for complying property of the COUNTY or other persons), which with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et 17-7116 Disaster Recovery Consulting Services 12 16E 6 seq. and regulations relating thereto, as either may be terminated immediately by the COUNTY for be amended. Failure by the awarded firm(s) to breach by VENDOR of the terms and conditions of comply with the laws referenced herein shall this Purchase Order, provided that COUNTY has constitute a breach of the award agreement and provided VENDOR with notice of such breach and the County shall have the discretion to unilaterally VENDOR has failed to cure within 10 days of terminate said agreement immediately. Any receipt of such notice. breach of this provision may be regarded by the COUNTY as a material and substantial breach of 19. General the contract arising from this Purchase Order. a) This Purchase Order shall be governed by the laws of the State of Florida. The venue for any 14. Force Majeure action brought to specifically enforce any of the Neither the COUNTY nor VENDOR shall be terms and conditions of this Purchase Order responsible for any delay or failure in performance shall be the Twentieth Judicial Circuit in and for resulting from any cause beyond their control, Collier County, Florida including, but without limitation to war, strikes, civil b) Failure of the COUNTY to act immediately in disturbances and acts of nature. When VENDOR response to a breach of this Purchase Order has knowledge of any actual or potential force by VENDOR shall not constitute a waiver of majeure or other conditions which will delay or breach. Waiver of the COUNTY by any default threatens to delay timely performance of this by VENDOR hereunder shall not be deemed a Purchase Order, VENDOR shall immediately give waiver of any subsequent default by VENDOR. notice thereof, including all relevant information c) All notices under this Purchase Order shall be with respects to what steps VENDOR is taking to sent to the respective addresses on the face complete delivery of the goods and/or services to page by certified mail, return receipt requested, the COUNTY. by overnight courier service, or by personal delivery and will be deemed effective upon 15. Assignment receipt. Postage, delivery and other charges VENDOR may not assign this Purchase Order, nor shall be paid by the sender. A party may any money due or to become due without the prior change its address for notice by written notice written consent of the COUNTY. Any assignment complying with the requirements of this made without such consent shall be deemed void. section. d) The Vendor agrees to reimbursement of any 16. Taxes travel expenses that may be associated with Goods and services procured subject to this this Purchase Order in accordance with Florida Purchase Order are exempt from Florida sales and Statute Chapter 112.061, Per Diem and Travel use tax on real property, transient rental property Expenses for Public Officers, employees and rented, tangible personal purchased or rented, or authorized persons. services purchased (Florida Statutes, Chapter e) In the event of any conflict between or among 212), and from federal excise tax. the terms of any Contract Documents related to this Purchase Order, the terms of the 17. Annual Appropriations Contract Documents shall take precedence The COUNTY'S performance and obligation to pay over the terms of the Purchase Order. To the under this Purchase Order shall be contingent extent any terms and /or conditions of this upon an annual appropriation of funds. Purchase Order duplicate or overlap the Terms and Conditions of the Contract Documents, the 18. Termination provisions of the Terms and/or Conditions that This Purchase Order may be terminated at any are most favorable to the County and/or time by the COUNTY upon 30 days prior written provide the greatest protection to the County notice to the VENDOR. This Purchase Order may shall govern. 17-7116 Disaster Recovery Consulting Services 13 16E 6 Exhibit IV: Additional Terms and Conditions for RFP 1. Insurance Requirements The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in the Insurance and Bonding attachment of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County's separate Vendors, Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining, its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County." The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests' provisions. Collier County Board of County Commissioners shall be named as the Certificate Holder. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida The amounts and types of insurance coverage shall conform to the minimum requirements set forth in the Insurance and Bonding attachment, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Vendor's sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Vendor and/or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 17-7116 Disaster Recovery Consulting Services 14 16E 6 Should at any time the Vendor not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Vendor for such coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 2. Offer Extended to Other Governmental Entities Collier County encourages and agrees to the successful vendor extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful vendor. 3. Additional Items and/or Services Additional items and / or services may be added to the resultant contract, or purchase order, in compliance with the Procurement Ordinance. 4. County's Right to Inspect The County or its authorized Agent shall have the right to inspect the Vendor's facilities/project site during and after each work assignment the Vendor is performing. 5. Vendor Performance Evaluation The County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of this Agreement. 6. Additional Terms and Conditions of Contract Collier County has developed standard contracts/agreements, approved by the Board of County Commissioners (BCC). The resultant contract(s) may include purchase or work orders issued under one, or any combination of price methodologies by the County's project manager. The County reserves the right to include in any contract document such terms and conditions, as it deems necessary for the proper protection of the rights of Collier County. A sample copy of this contract is available upon request. The County will not be obligated to sign any contracts, maintenance and/or service agreements or other documents provided by the Vendor. The County's project manager shall coordinate with the Contractor the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work. 7. Payment Method Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor's invoices must include: 17-7116 Disaster Recovery Consulting Services 15 16E 6 • Purchase Order Number • Description and quantities of the goods or services provided per instructions on the County's purchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk's Finance Department ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 Naples FL 34112 Or emailed to: bccapclerkcollierclerk.com. Payments will be made for articles and/or services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off-set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218 Florida Statutes, otherwise known as the "Local Government Prompt Payment Act." Collier County reserves the right to withhold and/or reduce an appropriate amount of any payment for work not performed or for unsatisfactory performance of Contractual requirements. 8. Environmental Health and Safety All Vendors and Sub vendors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Vendors and Sub vendors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. All firewall penetrations must be protected in order to meet Fire Codes. Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and/or right-of-way for the purpose of inspection of any Vendor's work operations. This provision is non-negotiable by any department and/or Vendor. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 9. Licenses The Vendor is required to possess the correct Business Tax Receipt, professional license, and any other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of the required licenses must be submitted with the proposal response indicating that the entity proposing, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the contract 17-7116 Disaster Recovery Consulting Services 16 16E documents. Failure on the part of any Vendor to submit the required documentation may be grounds to deem Vendor non-responsive. A Vendor, with an office within Collier County is also required to have an occupational license. All State Certified contractors who may need to pull Collier County permits or call in inspections must complete a Collier County Contractor License registration form and submit the required fee. After registering the license/registration will need to be renewed thereafter to remain "active" in Collier County. If you have questions regarding professional licenses contact the Contractor Licensing at (239) 252-2431, 252-2432 or 252-2909. Questions regarding required occupational licenses, please contact the Tax Collector's Office at (239) 252-2477. 10. Principals/Collusion By submission of this Proposal the undersigned, as Vendor, does declare that the only person or persons interested in this Proposal as principal or principals is/are named therein and that no person other than therein mentioned has any interest in this Proposal or in the contract to be entered into; that this Proposal is made without connection with any person, company or parties making a Proposal, and that it is in all respects fair and in good faith without collusion or fraud. 11. Relation of County It is the intent of the parties hereto that the Vendor shall be legally considered an independent Vendor, and that neither the Vendor nor their employees shall, under any circumstances, be considered employees or agents of the County, and that the County shall be at no time legally responsible for any negligence on the part of said Vendor, their employees or agents, resulting in either bodily or personal injury or property damage to any individual, firm, or corporation. 12.Termination Should the Contractor be found to have failed to perform services in a manner satisfactory to the County, the County may terminate this Agreement immediately for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. In the event that the award of this solicitation is made by the Procurement Services Director, the award and any resultant purchase orders may be terminated at any time by the County upon thirty (30) days written notice to the awarded vendor(s) pursuant to the Board's Procurement Ordinance. 13. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied, either individually or collectively about a project for which a firm has submitted a Proposal. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the process, from Proposal closing to final Board approval, no firm or their agent shall contact any other employee of Collier County in reference to this Proposal, with the exception of the Procurement Director or his designee(s). Failure to abide by this provision may serve as grounds for disqualification for award of this contract to the firm. 14. Public Records Compliance Florida Public Records Law Chapter 119, including specifically those contractual requirements in 119.0701(2)(a)-(b) as follows: 17-7116 Disaster Recovery Consulting Services 17 16E 6 IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Pubic Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. 15. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.orq/search.html) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. 16. Single Proposal Each Vendor must submit, with their proposal, the required forms included in this RFP. Only one proposal from a legal entity as a primary will be considered. A legal entity that submits a proposal as a primary or as part of a partnership or joint venture submitting as primary may not then act as a sub- consultant to any other firm submitting under the same RFP. If a legal entity is not submitting as a primary or as part of a partnership or joint venture as a primary, that legal entity may act as a sub- consultant to any other firm or firms submitting under the same RFP. All submittals in violation of this requirement will be deemed non-responsive and rejected from further consideration. 17. Survivability The Consultant agrees that any Purchase Order that extends beyond the expiration date of the original Solicitation 17-7116 will survive and remain subject to the terms and conditions of that 17-7116 Disaster Recovery Consulting Services 18 16E 6 Agreement until the completion or termination of this Purchase Order. 18. Protest Procedures With respect to a protest of the terms, conditions and specifications contained in a solicitation, including any provisions governing the methods for evaluation of bids, proposals or replies, awarding contracts, reserving rights for further negotiation or modifying or amending any contract, the protesting party shall file a notice of intent to protest within three (3) days, excluding weekends and County holidays, after the first publication, whether by posting or formal advertisement of the solicitation. The formal written protest shall be filed within five (5) days of the date the notice of intent is filed. Formal protests of the terms, conditions and specifications shall contain all of the information required for the Procurement Services Director, to render a decision on the formal protest and determine whether postponement of the bid opening or proposal/response closing time is appropriate. The Procurement Services Director's decision shall be considered final and conclusive unless the protesting party files an appeal of the Procurement Services Director's decision. Any actual bidder or respondent to who desires to protest a recommended contract award shall submit a notice of intent to protest to the Procurement Services Director within three (3) calendar days, excluding weekends and County holidays, from the date of the initial posting of the recommended award. All formal protests with respect to a recommended contract award shall be submitted in writing to the Procurement Services Director for a decision. Said protests shall be submitted within five (5) calendar days, excluding weekends and County holidays, from the date that the notice of intent to protest is received by the Procurement Services Director, and accompanied by the required fee. Complete form and instructions for formal protest are set forth in Section 23 of Collier County Ordinance 2017-08. The protesting party must have standing as defined by established Florida case law to maintain a protest. 19. Public Entity Crime A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. 20. Security and Background Checks The Contractor is required to comply with County Ordinance as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four(4)years. 17-7116 Disaster Recovery Consulting Services 19 16E 6 All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS c(r7colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. CCSO requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the vendor is responsible for all costs. 21. Conflict of Interest Vendor shall complete the Conflict of Interest Affidavit included as an attachment to this RFP document. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 22. Prohibition of Gifts to County Employees No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, the current Collier County Ethics Ordinance and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 23. Immigration Affidavit Certification Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet- based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Vendors / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Vendors are also required to provide the Collier County Procurement Services Division an executed affidavit certifying 17-7116 Disaster Recovery Consulting Services 20 16E they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the BidderNendor does not comply with providing the acceptable E-Verify evidence and the executed affidavit the bidder's /vendor's proposal may be deemed non-responsive. Additionally, vendors shall require all subcontracted vendors to use the E-Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.gov/E-Verify. It shall be the vendor's responsibility to familiarize themselves with all rules and regulations governing this program. Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 17-7116 Disaster Recovery Consulting Services R, 21 �_ 16E 6 Cofer County Administrative Services Department Procurement Services Division Attachment 1: Vendor's Non-Response Statement The sole intent of the Collier County Procurement Services Division is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons for prospective Vendors not wishing to respond to this solicitation. If your firm is not responding to this RFP, please indicate the reason(s) by checking the item(s) listed below and return this form via email or mail to Collier County Government, Procurement Services Division, 3295 Tamiami Trail E, Naples, FL 34112. We are not responding to Solicitation RFP 17-7116 Disaster Recovery Consulting Services for the following reason(s): ❑ Services requested not available through our company. ❑ Our firm could not meet specifications/scope of work. ❑ Specifications/scope of work not clearly understood or applicable (too vague, rigid, etc) ❑ Project is too small. • ❑ Insufficient time allowed for preparation of response. ❑ Incorrect address used. Please correct mailing address: ❑ Other reason(s): • Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: late 17-7116 Disaster Recovery Consulting Services 22 16E b Cater County Administrative Services Department Procurement Services Division Attachment 2: Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Vendor should check off each of the following items as the necessary action is completed: ❑ The Proposal has been signed. ❑ All applicable forms have been signed and included, along with licenses to complete the requirements of the project. ❑ Any addenda have been signed and induded. Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Dde 17-7116 Disaster Recovery Consulting Services 23 16E 6 Co icr county Administrative Services Department Procurement Services Division Attachment 3: Conflict of Interest Affidavit The Consultant certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with: RFP 17-7116 Disaster Recovery Consulting Services does not pose an organizational conflict as described by one of the three categories below: Biased ground rules—The firm has not set the"ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement)which appears to skew the competition in favor of my firm. Impaired objectivity—The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals/ past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information —The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor/consultant must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the "sunshine") or through non-public (not in the "sunshine") conversation (s), meeting(s), document(s) and/or other means. 3. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below,the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Firm: Signature and Date: Print Name: Title of Signatory: State of County of SUBSCRIBED AND SWORN to before me this day of , 20 by , who is personally known to me to be the for the Firm, OR who produced the following identification Notary Public Commission Expiration 17-7116 Disaster Recovery Consulting Services 24 16k 6 Ci ler County Administrative Services Department Procurement Services Division Attachment 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: RFP 17-7116 Disaster Recovery Consulting Services Dear Commissioners: The undersigned, as Contractor declares that this proposal 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 Contractor agrees, if this proposal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the proposal pertains. The Consultant states that the proposal is based upon the proposal documents listed by the above referenced RFP 17-7116 Disaster Recovery Consulting Services (Proposal Continued on Next Page) 17-7116 Disaster Recovery Consulting Services 25 16E b PROPOSAL CONTINUED 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 Telephone: FAX: Signature by: (Typed and written) Title: Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State,ZIP Telephone: FAX: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State,ZIP Telephone: Email 17-7116 Disaster Recovery Consulting Services 26 16E 6 eerier County Administrative Services Department P ocurecient Services Dms,on Attachment 5: Immigration Affidavit Certification Solicitation: RFP 17-7116 Disaster Recovery Consulting Services This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (RFP) submittals. Further, Vendors / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program, may deem the Vendor/ Bidder's proposal as non-responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e)of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's/Bidder's proposal. Company Name Print Name Title Signature Date State of County of The foregoing instrument was signed and acknowledged before me this day of , 20_, by who has produced as identification. (Print or Type Name) (Type of Identification and Number) Notary Public Signature Printed Name of Notary Public Notary Commission Number/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein,the truth and accuracy of this affidavit to interrogatories hereinafter made. 17-7116 Disaster Recovery Consulting Services 27 16E 6 Co ger County Administrative Services Department Procurement Services Division Attachment 6: Vendor Substitute W—9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name (as shown on income tax return) Business Name (if different from taxpayer name) Address City State Zip Telephone FAX Email Order Information Remit/Payment Information Address Address City State Zip City State Zip FAX FAX Email Email 2. Company Status (check only one) Individual/Sole Proprietor _Corporation Partnership _Tax Exempt (Federal income tax-exempt entity _Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c)3) Enter the tax classification (D=Disregarded Entity, C=Corporation, P=Partnership) 3. Taxpayer Identification Number(for tax reporting purposes only) Federal Tax Identification Number(TIN) (Vendors who do not have a TIN,will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature Date Title Phone Number 17-7116 Disaster Recovery Consulting Services 28 16E 6 Go ler County Administrative Services Department P ocurement Services Divns,on Attachment 7: Insurance and Bonding Requirements Insurance/Bond Type Required Limits 1. ®Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $100,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability 4. ® Indemnification To the maximum extent permitted by Florida law, the Contractor/ Vendor/Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys'fees and paralegals'fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ContractorNendor/Consultant or anyone employed or utilized by the ContractorNendor/Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 4. ®Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury& Property Damage, Owned/Non-owned/Hired; Automobile Included 5. ® Other insurance as ❑Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage(Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ® Professional Liability $1,000,000 Per Occurrence • $ 500,000 each claim and in the aggregate • $1,000,000 each claim and in the aggregate • $2,000,000 each claim and in the aggregate ❑ Professional Liability $ per claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate 16E 6 ❑ Valuable Papers Insurance $ Per Occurrence ❑ Employee Dishonesty / Crime $ Per Occurrence Including Employee Theft, Funds Transfer Fraud, Include a Joint Loss Payee endorsement naming Collier County. 6. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal.All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. ❑ Performance and For projects in excess of$200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as"A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as "ADDITIONAL INSURED"on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 11. ® Thirty (30) Days Cancellation Notice required. RLC 7/7/2017 Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm Date Vendor Signature Print Name Insurance Agency Agent Name Telephone Number 17-7116 Disaster Recovery Consulting Services 30 16E b This page is intentionally left blank. 17-7116 Disaster Recovery Consulting Services 31 16E 6 RFP 17-7116 Standby Disaster Response & Recovery Support Services Scope of Work, Specifications and Response Format As requested by the Collier County Bureau of Emergency Services Division (BES) (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") in conjunction with other Collier County agencies, with the intent of obtaining proposals from interested and qualified Consultants in accordance with the terms, conditions and specifications stated or attached. The Consultant, 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 Divisions and consortium once awarded according to the Board of County Commissioners Procurement Ordinance, as amended. Brief Description of Purchase Collier County Board of County Commissioners, in conjunction with the Collier County Sheriffs Office (CCSO), Collier County Public Schools, Mosquito Control District, City of Naples, Naples Airport Authority, and City of Marco Island hereinafter named "Consortium", is requesting proposals for an— IDIQ ( indefinite delivery/indefinite quantity) Disaster Recovery Consultant to provide the following, but not limited to services: public adjusting services, technical, administrative and training support to assist the County and other municipal governments with damage assessment, disaster recovery project estimation, FEMA force account and small and large project document assembly, and Federal Procurement requirements review, etc. Background Permanent population of Collier County is 348,877 (2014. During "peak winter season" population of Collier County increases 30-40 percent. Collier County contains approximately a total area of 2,305 square miles, of which 1,998 square miles is land and 307 square miles is water. It is the largest county in Florida by land area and fourth largest by total area. Detailed Scope of Work The successful proposer will assume responsibility as an independent contractor for the development and submission of FEMA grant applications and the management of all such disaster-related grants, including but not limited to, Fire Management Assistance Grants (FMAG). The awarded contractor(s) will be required to follow the code of Federal Regulations, as it relates to procurement and scope of services as amended and updated. This will include working with federal agencies, state agencies, and several departments within Collier County, including but not limited to recurrent and direct involvement with Office of Management and Budget, Emergency Management, Sheriff's Office, Collier County District Schools, City of Naples, Naples Airport Authority, and City of Marco Island henceforth referred to as the consortium. Some of the services the successful proposers may be asked to perform include, but are not limited to the following: 1. Participate annually in WebEOC training with Emergency Services and have staff available to locate on site at the EOC as needed. 2. Provide Public Adjuster construction claims consulting. Such efforts may include re-construction estimation, bid document preparation and construction and budget oversight. 17-7116 Disaster Recovery Consulting Services 32 16E 6 3. Provide grant management advice to the Consortium members related to FEMA, Federal, or State agency pass-through grants. The successful proposer will review the County's and or Consortium members' current record-keeping strategy for documentation. The successful proposer may be required to provide the County with pre-disaster assistance in an effort to assess what requirements are needed within the consortium to prepare for gathering the needed expenditure data, assign required disaster liaison, and/or any other pre-disaster preparation that may be required. Proposer will assist the affected departments and consortium members to develop a standard guideline as part of their emergency plans on how reimbursement expenditures are recorded, what type of documentation should be maintained, and provide any other associated services that may be directly related to support recovery costs and reimbursement from appropriate agencies. 4. File the initial Request for Public Assistance (RPA) after the initial disaster (event) within the deadline time period. Meet all stated deadlines to meet FEMA and the State's required timelines to recover full reimbursement. 5. Meet with FEMA Representative and the State Public Assistance Coordinator for the Initial Kickoff Meeting to discuss what the County's and or Consortium member's initial disaster related damages and expenditures appear to be. Review the procedures and follow-up processes required to support full reimbursement and or grant funding. 6. Review contracts, advise the Consortium on the establishment of contracts for contingency services and supplies and advise on the scope of work development for said contracts, review the portfolio disaster vendor list, purchasing documentation and union agreements. Prepare any required supporting documentation that must accompany the Project Worksheets, including working with the Consortium members to gather details related to employee fringe benefits, overtime, etc. for labor rates to provide to FEMA. 7. Work with appropriate consortium members to assist the FEMA, Federal or State Agency in providing the necessary information, e.g. insurance policies, personnel policies, as requested by those or other agencies to complete necessary documentation for reimbursement and or grant application. Research as necessary to complete all forms. 8. Assist the affected consortium in compiling their initial damage assessments if requested for all expenditures, both in force account and permanent damages, including labor, equipment, materials, contract, rental equipment and all FEMA reimbursement categories. and so on. 9. Assist the affected consortium in completing the appropriate documentation required for federal and state reimbursement, and the submittal of all eligible expenditures for small and large projects to the appropriate agencies, and within the required deadline. 10. Provide assistance to determine if any eligible damages or expenses have not been quantified and presented for reimbursement. 11.Assist in tracking all project documentation submitted and following any outstanding expenditure(s) to ensure that all eligible expenditures are credited through submitted reimbursements. Ensure that the consortium understands why certain expenditures were de-obligated, if any. Track all expenditures and reimbursements to maintain high quality reconciliations of monies expended by the department and or consortium members and submitted for reimbursements versus those actually received. 12. Provide copies of all documentation transacted for reimbursement on behalf of the department, both electronically and hard copy to Collier County OMB or designee for its activity and to the appropriate departments to the members of the consortium. Offer the consortium any project management design and/or coordination ideas that may result in cost savings, efficiencies, or increased reimbursement. 13.Assist the consortium, to provide all necessary backup documentation, e.g. invoices equipment usage documents, etc. that will garner full reimbursement or grant eligibility. The documentation submitted for reimbursement must withstand a FEMA or Federal or State audit and State Emergency Management audit, and the successful proposer will have to support the work for which they are assisting the consortium. 14. Assist with any special documentation and requirements to receive reimbursement under the FHWA program working with the Florida Department of Transportation (FDOT) and consortium. 17-7116 Disaster Recovery Consulting Services 33 16E 6 15.Assist the specialized FEMA teams as they become necessary in the process. Specialized beach renourishment FEMA teams may be assigned to Collier County to review the reimbursement in this particular area. The successful proposer would work with this team as necessary to assist in getting reimbursement for the County. The successful proposer may have to work with the Army Corps of Engineers, other Federal agencies along with other State agencies to receive reimbursement. 16. Maintain records of all the documentation provided by the County and or Consortium submitted to any outside agency for reimbursement and provide the County/Consortium with said copies upon request at any point in the process. 17. Once all projects are complete and reimbursement has been drawn down for eligible costs, the successful proposer would assist with final preparations with the State of Florida and FEMA or federal agencies for final inspections and the closeout process for large and small projects. The successful proposer would participate in the exit conferences with the County, State, and FEMA agencies. 18.The successful proposer must be available to assist with any requests for audit information by any source. 19. If any disputes arise between the consortium and FEMA and/or the State, the successful proposer will assist the consortium in strategizing and writing the appeals. 20.The successful proposer must be able to have a team available from the start of the disaster reimbursement process to the closeout process for the consortium. This includes any time accounted for if an appeal is requested by the consortium. 21. Provide miscellaneous services not otherwise described, but which the consortium may require during the course of the Agreement, or any other tasks associated with FEMA and FHWA grant management or documentation reimbursement process as requested by the consortium. 22. The successful proposer will also provide the consortium members with a final report that will summarize the total reimbursement requested, total expenditures by Project Worksheet, and any special circumstances. Additionally, reporting requirements include FHWA reimbursement, total number of Project Worksheets, total reimbursement requested by Category type, total reimbursement requested by small or large project, and any other relevant data. 23. This scope of work does include public adjusting and will include coordinating with each applicant's Risk Management department or its contractor to coordinate insurance and/or FEMA reimbursement as deemed necessary. 24. Provide assistance with Florida Division of Emergency Management Bureau of Recovery Public Assistance document coordination, meetings and project worksheet ammendments. It is the intent of this consortium to award to multiple firms, with the option to procure services from all awarded consultants as needed. Work assignments will be made by requesting a proposal from one or more Firms and the issuance of a Purchase Order for the assigned Task. The Consortium reserves the right to assign all or portions of the work to one or more firms. Each Agency within the Consortium will have an assigned point of contact person. 17-7116 Disaster Recovery Consulting Services 34 16E 6 EXHBIT B-GRANTING AGENCY PROVISIONS 17-7116 Disaster Recovery Consulting Services 35 � � �� � � � EXHIBIT C—GRANTING AGENCY FORMS Provided in Separate File 1 Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions 2. Certification regarding Lobbying 3. Conflict of Interest 4. Anticipated DBE, MVBE or VETERAN Participation Statement 5. Opportunity List for Commodities and Contractual Services and Professional Consultant Services 6. Acknowledgement of Grant Terms and Conditions 17-7116 Disaster Recovery Consuiting Services 36 16E 6 EXHIBIT A FEDERAL CONTRACT PROVISIONS FEDERAL EMERGENCY MANAGEMENT AGENCY 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. Contractor means an entity that receives a contract. The services performed by the awarded Contractor shall be in compliance with all applicable grantor regulations/requirements, and additional requirements specified in this document. It shall be the awarded Contractor's responsibility to acquire and utilize the necessary manuals and guidelines that apply to the work required to complete this project. In general, 1) The contractor (including all subcontractors) must insert these contract provisions in each lower tier contracts(e.g. subcontract or sub-agreement); 2) The contractor (or subcontractor) must incorporate the applicable requirements of these contract provisions by reference for work done under any purchase orders, rental agreements and other agreements for supplies or services; 3) The prime contractor is responsible for compliance with these contract provisions by any subcontractor, lower-tier subcontractor or service provider. FCP-1 16E 6 EXHIBIT A FEDERAL CONTRACT PROVISIONS FEDERAL CONTRACT PROVISIONS 1. Conflict of Interest-This Contract/Work Order is subject to chapter 112, F.S. The vendor shall disclose the name of any officer, director, employee, or other agent who is also an employee of the State. Grantee shall also disclose the name of any State employee who owns, directly or indirectly, more than a five percent(5%) interest in the Contractor's company or its affiliates. 2. Discriminatory Vendors— (1) No person, on the grounds of race, creed, color, religion, national origin, age, gender, or disability, shall be excluded from participation in; be denied the proceeds or benefits of; or be otherwise subjected to discrimination in performance during the term of the contract. (2) Contractor shall disclose if they appear on the discriminatory vendor list. An entity or affiliate placed on the discriminatory vendor list pursuant to section 287.134, F.S. may not: 1) Submit a bid on an agreement to provide any goods or services to a public entity; 2) Submit a bid on an agreement with a public entity for the construction or repair of a public building or public work; 3)Submit bids on leases of real property to a public entity; or 4) Be awarded or perform work as a consultant under an agreement with any public entity; or transact business with any public entity. 3. Lobbying - No funds received pursuant to this Agreement may be expended for lobbying the Federal or State Legislature, the judicial branch, or a federal or state agency. The bidder or offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure 4. Record Retention —A. The contractor shall maintain and retain sufficient records demonstrating its compliance with the terms of the Agreement for a period of at least five (5) years after final payment is made and shall allow the County, the State, or its authorized representatives access to such records for audit purposes upon request. B. In the event of litigation or settlement of claims arising from the performance of this contract, in which case contractor agrees to maintain same until the County, the FEMA Administrator, the Comptroller General of the United States, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related to the litigation or settlement of claims 5. Diversity—All contracting and subcontracting opportunities afforded by this solicitation/contract embrace diversity enthusiastically. The award of subcontracts should reflect the full diversity of the citizens of the State of Florida. Firms qualifying under this solicitation are encouraged to submit FCP-2 16 E 6 EXHIBIT A FEDERAL CONTRACT PROVISIONS bids/proposals. Award of this contract will be conditioned upon satisfying the requirements of this bid specification. These requirements apply to all bidders/offerors, including those who qualify as a Minority Business vendor. A list of minority owned firms that could be offered subcontracting opportunities may be obtained by contacting the Office of Supplier Diversity at(850)487-0915. 6. Applicable Laws - The contractor shall comply with all applicable federal, state and local rules and regulations in providing services to the County. The contractor acknowledges that this requirement includes, but is not limited to, compliance with all applicable federal, state and local health and safety rules and regulations and that FEMA financial assistance may be used to fund the contract. As such, the contractor will comply will all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives. 7. Administrative, Contractual, or Legal Remedies - 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. 8. Termination for Cause and for Convenience - This contract may be terminated in whole or in part in writing by either party in the event of substantial failure by the other party to fulfill its obligations under this contract through no fault of the terminating party, provided that no termination may be effected unless the other party is given: (a) Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate; and (b) An opportunity for consultation with the terminating party prior to termination. This contract may be terminated in whole or in part in writing by the local government for its convenience, provided that the other party is afforded the same notice and consultation opportunity specified in I (a) above. If termination for default is effected by the local government, an equitable adjustment in the price for this contract shall be made, but no amount shall be allowed for anticipated profit on unperformed services or other work, and any payment due to the contractor at the time of termination may be adjusted to cover any additional costs to the local government because of the contractor's default. If termination for convenience is effected by the local government, the equitable adjustment shall include a reasonable profit for services or other work performed for which profit has not already been included in an invoice. For any termination, the equitable adjustment shall provide for payment to the contractor for services rendered and expenses incurred prior to receipt of the notice of intent to terminate, in addition to termination settlement costs reasonably incurred by the contractor relating to commitments (e.g., suppliers, subcontractors) which had become firm prior to receipt of the notice of intent to terminate. Upon receipt of a termination action under paragraphs (a) or (b) above, the contractor shall promptly discontinue all affected work (unless the notice directs otherwise) and deliver or otherwise make available to the local government all data, drawings, reports specifications, summaries and other such information, as may have been accumulated by the contractor in performing this contract, whether completed or in process. 9. Patents and Data- No reports, maps, or other documents produced in whole or in part under this contract shall be the subject of an application for copyright by or on behalf of the contractor. The grantor agency and the grantee shall possess all rights to invention or discovery, as well as rights in data which may arise as a result of the contractor's services. 10. Clean Air Act and Federal Water Pollution Control Act - (1) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 FCP-3 16E 6 EXHIBIT A FEDERAL CONTRACT PROVISIONS U.S.C. § 7401 et seq. (2) The contractor agrees to comply with all applicable stndards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. (3) 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. (4) The contractor agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FEMA. 11. 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 Florida Department of Emergency Management, 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 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." (5) The Contractor's debarment and suspension status will be validated by the County at the System for Award Management at www,sarrrs.gov and the State of Florida at http://dms.rnyfl rida.corn/husifessloperatons/sfat0/,urchasine/vendor inform I. 12. Reporting - The contractor will provide any information required to comply with the grantor agency requirements and regulations pertaining to reporting. It is important that the contractor is aware of the reporting requirements of the County, as the Federal or State granting agency may require the contractor to provide certain information, documentation, and other reporting in order to satisfy reporting requirements to the granting agency. 13. Access to Records— (1) The contractor agrees to provide the County, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives 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." Pursuant to Section 20.055(5), F.S., the contractor will cooperate with the State of Florida's Inspector General in any investigation, audit, inspection, review, or hearing. 14. Energy Efficiency Standards - The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. 15. DHS Seal, Logo, and Flags - "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." 16. 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. FCP-4 16E 6 EXHIBIT A FEDERAL CONTRACT PROVISIONS 17. 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." 18. Recovered Materials — (1) 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 (i) Competitively within a timeframe providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) Information about this requirement is available at EPA's Comprehensive Procurement Guidelines web site, http://www.epa.gov/cpg/. The list of EPA-designate items is available at http://www.epa.gov/cpq/products.htm. 19. Discriminatory Vendors List: In accordance with Section 287.134, Florida Statutes, an entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity. 20. Inspector General Cooperation: The Parties agree to comply with Section 20.055(5), Florida Statutes, for the inspector general to have access to any records, data and other information deemed necessary to carry out his or her duties and incorporate into all subcontracts the obligation to comply with Section 20.055(5), Florida Statutes. FCP-5 16E 6 EXHIBIT B GRANT CERTIFICATIONS AND ASSURANCES GRANT CERTIFICATIONS AND ASSURANCES THE FOLLOWING DOCUMENTS NEED TO BE RETURNED WITH SOLICIATION DOCUMENTS 1. Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions 2. Certification regarding Lobbying 3. Conflict of Interest 4. Anticipated DBE, M/WBE or VETERAN Participation Statement 5. Opportunity List for Commodities and Contractual Services and Professional Consultant Services 6. Acknowledgement of Grant Terms and Conditions GCA-1 16E 6 EXHIBIT B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity(Federal, State or local) with commission of any of the offenses enumerated in paragraph (I)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions(Federal, State or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Name Project Name Title Project Number Firm Tax ID Number DUNS Number Street Address, City, State, Zip Signature GCA-2 16E 6 EXHIBIT B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Certification Regarding Lobbying The undersigned (Vendor/Contractor) certifies, to the best of his or her knowledge and belief, that: (1) No State appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a member of the Legislature, an officer or employee of the judicial branch, or an employee of a State agency in connection with the awarding of any State contract, the making of any State grant, the making of any State loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any State contract, grant, loan, or cooperative agreement. (2) No grantee, nor its persons or affiliates, may employ any person or organization with funds received pursuant to any State agreement for the purpose of lobbying the Legislature, the judicial branch, or a State agency. The purpose of lobbying includes, but is not limited to, salaries, travel expenses and per diem, the cost for advertising, including production costs; postage; entertainment; and telephone and telegraph; and association dues. The provisions of this paragraph supplement the provisions of section 11.062, Florida Statutes,which is incorporated by reference into this solicitation, purchase order or contract. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. The Vendor/Contractor, , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 11.062, Florida Statutes., apply to this certification and disclosure, if any. Name of Authorized Official Title Signature of Vendor/Contractor's Authorized Official Date GCA-3 16E 6 EXHIBIT B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Conflict of Interest Certification Collier County Solicitation No. l , hereby certify that to the best of my knowledge, neither I nor my spouse, dependent child, general partner, or any organization for which I am serving as an officer, director, trustee, general partner or employee, or any person or organization with whom I am negotiating or have an arrangement concerning prospective employment has a financial interest in this matter. I further certify to the best of my knowledge that this matter will not affect the financial interests of any member of my household. Also, to the best of my knowledge, no member of my household; no relative with whom I have a close relationship; no one with whom my spouse, parent or dependent child has or seeks employment; and no organization with which I am seeking a business relationship nor which I now serve actively or have served within the last year are parties or represent a party to the matter. I also acknowledge my responsibility to disclose the acquisition of any financial or personal interest as described above that would be affected by the matter, and to disclose any interest I, or anyone noted above, has in any person or organization that does become involved in, or is affected at a later date by,the conduct of this matter. Name Signature Position Date Privacy Act Statement Title I of the Ethics in Government Act of 1978 (5 U.S.C. App.), Executive Order 12674 and 5 CFR Part 2634, Subpart I require the reporting of this information. The primary use of the information on this form is for review by officials of The Justice Department to determine compliance with applicable federal conflict of interest laws and regulations. Additional disclosures of the information on this report may be made: (1) to a federal, state or local law enforcement agency if the Justice Department becomes aware of a violation or potential violation of law or regulations; (2)to a court or party in a court or federal administrative proceeding if the government is a party or in order to comply with a judge-issued subpoena; (3)to a source when necessary to obtain information relevant to a conflict of interest investigation or decision; (4) to the National Archives and Records Administration or the General Services Administration in records management inspections; (5)to the Office of Management and Budget during legislative coordination on private relief legislation; and (6) in response to a request for discovery or for the appearance of a witness in a judicial or administrative proceeding, if the information is relevant to the subject matter. This confidential certification will not be disclosed to any requesting person unless authorized by law. See also the OGE/GOVT-2 executive branch-wide Privacy Act system of records. GCA-4 16E EXHIBIT B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY ANTICIPATED DISADVANTAGED,MINORITY,WOMEN OR VETERAN PARTICIPATION STATEMENT status will be verihed. Unvertfabie statuses will require the PRIME to either proivde a revised statement or provide source documentation that validates a status. A. PRIME VENDOR/CONTRACTOR INFORMATION PRIME NAME PRIME FED NUMBER CONTRACT DOLLAR AMOUNT iS THE PRIME A FLORIDA-CERTIFIED DISADVANTAGED, vErEILAN y N ;5 THE ACTIVIT1 OF THIS CONTRACT._ MINORITi OR WOMEN BUSINESS ENTERPRISE? DBE? Y N CONSTRUCTION? t,D5E/MBEIVIVBE)OR HAVE A SMALL DISADVANTAGED BUSINESS SA CERTIFICATION FROM THE SMALL BUSINESS MBE? Y N CONSULTATION? ADMINISTRATION? A SERVICE DISABLED VETERAN, WDE? Y N OTHER? V N SOB SA? Y N IS THIS SUBMISSION A REVISION? N FYES,REVISION NUMBER B. IF PRIME HAS SUBCONTRACTOR OR SUPPLIER WHO IS A DISADVANTAGED MINORITY,WOMEN-OWNED,SMALL BUSINESS CONCERN OR SERVICE DISABLED VETERAN,PRIME IS TO COMPLETE THIS NEXT SECTION DBE M/WBE SUBCONTRACTOR OP SUPPLIER TYPE OF WORK OR ETHNICITY CODE SUB/SUPPLIER PERCENT OF CONTRACT VETERAN NAME SPECIALTY iSee Below) DOLLAR AMOUNT DOLLARS TOTALS' C. SECTION TO BE COMPLETED BY PRIME VENDOR/CONTRACTOR NAME OF SUBMITTER DATE TM.E OF SUBMITTER EMAIL ADDRESS OF PRIME(SUBMITTER) TELEPHONE NUMBER FAX NUMBER NOTE:This information is used to track and report anticipated DBE or MBE participation in federally-funded contracts. The anticipated DBE or MBE amount is yoluntari and will not become part of the contractual terms. This form must be submitted at trine of response to a solicitation rf and when awarded a County contract,the prime will be asked to update the information for the gram compliance files. gEtimayyr, A:00€ Black American BA Hispanic American HA Native American NA Subcont Asian American SAA Asian-Pacific American APA Non-PAindrity Women NMW Other:not of any other group listed ra D.SECTION TO BE COMPLETED BY COLLIER COUNTY DEPARTMENT NAME COWER CONTRACT CI ifEe,UP or POIREC6 GRANT PROGRAM/CONTRACT ACCEPTED BY: DATE GCA-5 1 6 E 6 EXHIBIT B GRANT CERTIFICATIONS AND ASSURANCES .".•Qii.il.rsl'C.R..+NriGRANT COMPLLANCE FORP.t 3ID OPPORTUNITY UST FOR COMMODITIES AND CONTRACTUAL SERVICES AND PROFESSIONAL CONSULTANT SERVICES tt is tne porky of Collier County that dsadvontagecl businesses and Minority vendors,as defined in the code of Federal Regulations(CFR)or Florida Statutes(FS),must have the opportunity to participate an contracts sth federal and/or state grant assistance. Prime Contractor/Prime Consultant Address and Phone Number: Procurement Number/Advertisement Number: The list below is intended to be a listing of firms that are,or attempting to,participate on the project numbered above. The list must include the firm bidding or quoting as prime,as wet as subs and suppliers quoting for participation. Prime contractors and consultants must provide information for Numbers 1,2,3,and 4;and,should provide any information they ha.-e for Numbers 5,6,7,and B.This form must be submitted with the bid package. 1. Federal Tax ID Number 6.Ei DEE B. Annual Gross Receipts 2. Firm Name Non-DBE Less than 5 1 million 3. Phone Number: Between 5,1-5 million 4. Address -Between 5 5-10 milli*" -- 7,E Subcontractor Between$10-15 million --.. Subconsultant More than 5 15 milion — 5. Year Firm Established: 1. Federal Tax ID Number. 6.Ei DBE 8 Annual Gross Receipts 2. Firm Name Non-DBE -Less than 5'1 mil lion —, 3. Phone Number Between 5 1-5 million 4. AddressBetween$5-10 million -- — 7. — Subcontractor Between$10-15 million Subconsultant More than 5 13 million — — 5. Year Firm Established: 1. Federal Tax ID Number: 6.Ei DBE S. Annual Gross Receipts 2. Firm Narne Non-DBE Less than$1 million 3. Phone Number: Between$1-5 million — 4. Address Between$5-10 million — 7.Ei Subcontractor Between$10-13 million Subconsultant More than$13 million 5. Year Firm Established: 1. Federal Tax ID Number: 6.Ei DBE E. Annual Gross Receipts 2 Firm Name Non-DBE -Less than$1 million — 3. Phone Number Between 5'1-5 million 4. Address Between$5-10 million --.. 7.13 Subcontractor Between$10-15 million Subconsultant More than 5 15 million — 5. Year Firm Established. LILA-b 16E 6 EXHIBIT B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Acknowledgement of Terms, Conditions and Grant Clauses Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient 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. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. Certification On behalf of my firm, I acknowledge, and agree to perform all of the specifications and grant requirements identified in this solicitation document(s). Vendor/Contractor Name Date Authorized Signature Address Solicitation/Contract# • GCA-7 16E 6 Coter ' Email: brendabrilhart@colliergov.net Administrative Services Department Telephone: (239)252-8446 " u e ne`Ser s Diviwan FAX: (239)252-6697 ADDENDUM 1 Memorandum Date: August 4, 2017 From: Brenda Brilhart, Procurement Strategist To: Interested Bidders Subject: Addendum # 1 RFP 17-7116—Disaster Recovery Consulting Services The following clarifications are issued as an addendum identifying the following change (s) for the referenced solicitation: 1. Q: Will office space be provided to the selected contractor? Collier County can make "break-out room" space available for up to 10 individuals at the Emergency Operations Center without charge for a period not to exceed 60 days. Will office equipment and support be available? A: Collier County can provide wireless Internet connectivity,and 5 landline phones in the Emergency Operations Center without charge for a period not to exceed 60 days. Computers will not be available. Color and Black and white printing,copying and color maps will be charged at the prevailing rate per copy of the County's leased copier equipment per page charge -payable net thirty(30)days. 2. Q: Page 35, #11 • How often would the vendor require coordination meetings? A: It is Collier County Emergency Management's desire that the vendor meet in March and July of each year jointly with all consortium members to review, evaluate and train on current and best practices as it relates to assembly and nuances of FEMA Project Worksheet data needs, current FEMA policies and concerns,and other topics of interest. A two (2)business day format is suggested at each visit in March and July whereby a joint half day session could occur for mutual concerns of all consortium members and the remaining 1.5 day would be available for each consortium member to have one on one meetings. 3. Q: Has the Consortium and/or county identified standard positions in order to compare rates with other vendors, i.e., Project Manager, Public Assistance Coordinator, Insurance Specialist, Environmental Engineer,Administrative, etc. If so, please provide. A: Collier County has not identified standard positions as this is a new effort by the County. 4. Q: Will the selected vendor mobilize to the Collier County EOC during disaster operations to begin planning for recovery operations? A: The County would reserve the right receive a quote and issue a task order to deploy before landfall if feasible or immediately following landfall at its discretion. ry. 16E 6 5. Q: Will the selected firm conduct an assessment of existing PA recovery documents, i.e., plans, procedures, guidance? A: If the County chooses to have a firm review existing recovery documents or intervene in pending FEMA PW activity,including the current Fire Management Assistance Grant the County would request a quote for such services and issue a purchase order or task order for such work. There are no requirements to have the vendor(s)review current work at the present time without charge. It is assumed that the vendor(s) would like to meet with consortium members to discuss in general terms what recovery business processes are presently in place so a fast-start can be initiated at the next emergency event.Such assessment of the current business processes for the consortium would be at no-charge. 6. Q: Clarify what information is sought in the requirement to"describe contacts and relationships with your other clients and interaction with FEMA and state agencies". Page 6, Tab II, bullet seven. A: Collier County and its consortium members expressed concern that a large hurricane event would stretch the capabilities of most firms if they had multiple awards within the impacted region, thereby delaying services and expertise to Collier County and the consortium members. Demonstration that Collier County and the Consortium members would be a high priority client is preferred. 7. Q: Please define"lead project staff'. Is this the primary point of contact or any staff with supervisory responsibility or some other standard?Page 6, Tab III, bullet two? A: Collier County and the Consortium members as individual governmental units would be tasking and paying individually for services. Each governmental unit could assign a supervisory level staff liaison to address each project worksheet or related effort. 8. Has the Selection Committee been identified? Yes If so, does it include members of the"Consortium"? Yes If so,which ones? A: Currently,the members severing are from the City of Marco,Naples Airport Authority, Collier Mosquito Control District and Collier County Public Schools. 9. Q: Will a designated Selection Committee member contact proposer's references? A: Typically our Procurement Services staff will contact references. 10. Q: What is the county's definition of a"large disaster"?Page 5, Tab II, bullet four. A: It is our general experience that we sustain substantial residential and commercial structural damage and experience a storm surge greater than 7ft or winds at or near Category 3. 11. Is the"Consortium"a formal quasi-governmental entity with an independent board as defined by Florida Statues, Section 163.01 or is it an informal intralocal agreement? If it is a formal agreement could you provide a copy of the agreement filed with the County Clerk's office? Page 4, "Brief Description of Purchase" A: It is an informal agreement,and requires each individual agency/municipality to negotiate and execute contracts with the awarded firms. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. 16E 6 EXHIBIT C — CONSULTANT'S PROPOSAL (Also attached hereto following this page) • Page 13 of 13 #17-7116&Disaster Recovery Consulting Services CDR Maguire,Inc. y� 7 � 16E 6 EXHIBIT C Collier -Pity Coil . ,.....„..„,.," •• • . ... . •••• • . , tlR,�`NR \ � `� e i..�..... .\\gym• .... .. ... ... . .. „.„„.......... • „ s s ':: ng„ Disaster RecoveryConsulting s ...::_:_:„.:::::,_„,,,,,,,,,,,,:,:,,,,,,,,,,,,„„,,,,mowi,:,::,:. .. ... .... . .................... ... „...... .........„.„.:..„,.......„..................,.....„:„„........,,..,.....,....„„,,„„„.„„.,...... .....................................„.................„........_„_.... er.. . ..........................................„.. ....„„..... •vI .. .. .... .. .. ..„„.„.......... ce RFP 17-7116 ,—•,•::,::----------------------- _... f \ : .....,..,,,AllitAilleArlitommsonstingt d� x \• ` ` c ` r57 � " a • ro aAugust 16, 201 - li- \ i \ . • „, .. .< 4� k. „Z",,iiikiiiiiiiiittaNgng"44'761147.elliktr-'%c„:350""'llic 11111111131.101144-3MOrl" ."::'!''''94'''17:'". '''------ :1:... g i lkV4W4UgZ°q6laOiI?4i"AtkZli,Eg% W-AtZ..7.I""q'6'':Zglr-IiT:§RIKI:: 1,- +C n a >� r ,}ems{ g ' tv d x"aH $t v. {} , '^ Y ` , R rx r xy r Asa ,�, 4 ; ,s �, .. ray <E '«x•s qr 3� %:a .v ' "`:R, "': 'N f'•t?• LA. '.#. Ka �`"i` 4tw'. `am Y � p.. '' '''''t':'*.::---'''.•'-''''''•:;A '434 '''''it-•t'''''.'..---"..'''' /11,� CDR Mf1GUIFCE Contact Person: CDR Maguire, Inc. Tracy Doyle, Program Manager Corporate Headquarters: Local Office: 4016 Colleton Court PO Box 771750 Tallahassee, FL 32311 Miami, FL 33177 (850) 728-3104 16E 6 Co -re-r County Disaster Recovery Consulting Services—RFP 17-7116 TABLE OF CONTENTS TAB I: COVER LETTER I MANAGEMENT SUMMARY Pages 3-5 TAB II: FIRMS QUALIFICATIONS Pages 6-15 CDR MAGUIRE HISTORY Page 6 CAPABILITY AND BUSINESS ABILITY Page 6 ORGANIZATIONAL STRUCTURE Page 8 FEMA PUBLIC ASSISTANCE EXPERIENCE AND OTHER DISASTER GRANTS Page 9 DEBRIS/WATERWAY DEBRIS MONITORING AND REIMBURSEMENT EXPERIENCE Page 9 APPEALS EXPERIENCE Page 9 AUDIT EXPERIENCE Page 10 FHWA AND FOOT Page 11 AGENCY CHART FOR PROJECTS SINCE 2012 Page 11 -FEMA PROJECTS Page 11 -FOOT&FHWA PROJECTS Page 12 LARGE DISASTER PROJECTS SUMMARY Page 14 OTHER RELEVANT EXPERIENCE Page 15 TAB III: SPECIALIZED EXPERTISE OF TEAM MEMBERS Pages 16 PROPOSED TEAM Page 16 RESUME SUMMARIES Page 18 TRAINING AND REIMBURSEMENT EXPERIENCE Page 22 TAB IV: TECHNICAL APPROACH Pages 23-30 CDR DISASTER PRO Page 23 THE COLLIER COUNTY CONSORTIUM ENGAGEMENT FRAMEWORK Page 23 MAKING THE CONSORTIUM OUR NUMBER#1 PRIORITY Page 24 PRE-EVENT ACTIVITIES Page 25 ACTIVATION/NOTICE TO PROCEED Page 25 DAMAGE ASSESSMENT Page 26 PROJECT FORMULATION Page 27 GRANT ADMINISTRATION Page 27 FISCAL SERVICES Page 28 SCOPE CHANGE AND VERSIONING PROCESS Page 28 DIRECT ADMINISTRATIVE COSTS(DAC)DOCUMENTATION AND REPORTING Page 29 REPORTING Page 30 CONCLUSION Page 30 TAB V: COST OF SERVICES TO THE COUNTY Pages 31-32 PRICE PROPOSAL(2017) Page 31 TAB VI: REFERENCES Page 33 TAB VIL: ACCEPTANCE OF CONDITIONS Page 34 TAB VIIL: REQUIRED FORM SUBMITTALS Page 35 eCDRIMAGUIRE 2 16E 6 COMer County Disaster Recovery Consulting Services—RFP 17-7116 TAB I: COVER LETTER / MANAGEMENT SUMMARY ,r '% CDR MAGUIRE 3 �4 16EO6 :too DRi New August 16, 2017 Procurement Services Division Attn: Brenda Brilhart, Procurement Strategist 3327 Tamiami Trail East Naples, FL 34112 RE: RFP 17-7116 Disaster Recovery Consulting Services Dear Ms. Brilhart and Selection Committee Members: On behalf of CDR Maguire, I am pleased to submit our proposal demonstrating our team's proven capability and overall approach in providing disaster recovery consulting services to the Collier County Consortium (Consortium). Natural disasters can have a devastating impact on local communities and your staff, especially when resources are stretched thin and deadlines need to be met. In this proposal, we demonstrate how we can assist you in navigating the disaster recovery process, specifically by providing you with: • A Strategic Partner. Since 2014, CDR Maguire has been assisting local communities in the State of Florida recover from natural disasters, most recently with Hurricane Matthew. In addition, members of the CDR Maguire Team have been providing engineering, planning and construction management services in the state for the past 35 years. This rich history in the state allows us to better serve you as we have forged strong relationships with local, state and federal agencies including the Florida Department Emergency Management (FDEM), the Florida Department of Transportation (FDOT), the Federal Highway Administration (FHWA), and FEMA Region IV. • Putting the Consortium's needs first. Understanding the Consortium's desire to hire a consultant who will put your priorities first, CDR Maguire has selected Mr. Tim Hancock of Stantec to serve as client liaison for this engagement. This will ensure that the Consortium's needs are given the immediate attention and service they deserve. As a current resident and former Collier County Commissioner, Mr. Hancock will be joined by CDR Maguire's project manager, Ms. Tracy Doyle, who is also a Florida native. Together, Mr. Hancock and Ms. Doyle will bring the full depth of resources that the CDR Maguire Team possesses to best serve you during every engagement. • A Project Tracking Tool: CDR Disaster Pro. To assist the Consortium in navigating through the new FEMA PA Process and the additional responsibilities being placed on local applicants, CDR Maguire will offer its proprietary grant management software CDR Disaster Pro at no charge. CDR Disaster Pro has been designed with grant recipients in mind, and will assist each of your departments involved in the PA Grant Management PO BOX 771750,Miami,FL 33177•P.786.235.8534•F;786.235.8501 rno,AAr, ID rnnA 16E 6 •''�" on IMMIRE tiimire Cycle. From assisting your finance and/or accounting departments track costs and submit Requests for Reimbursements (RFRs), to providing a simplified process for your Public Works and road and bridge engineers to follow in documenting site assessments and creating cost estimates, CDR Disaster Pro can be adapted to fit your needs and processes. Services provided under this contract will be administered out of partner firm Stantec's Naples Office located at 5801 Pelican Bay Boulevard, Suite 300 Naples FL 34108. Authorized contact personnel on this contract include: Tim Hancock, AICP Tracy Doyle Andre Duart Client Liaison Project Manager Chief Operating Officer Stantec CDR Maguire Inc CDR Maguire Inc Tim.Hancock(a�Stantec.com Tracy.Doyle@CDRMaquire.com And re.Duartra�CDRMaquire.com P. (239) 643-4040 x 6413 P. (850)728-3106 P (954)465.8084 I appreciate your consideration for our services and look forward to seeing how the CDR Maguire Team can best meet your needs. Sincerely, -4--(--egz Andre Duart, Chief Operating Officer CDR Maguire Inc. PO BOX 771750,Miami,FL 33177•P:786.235.8534•F:786.235.8501 rnonenr:i 110C("CAA 16E 6 CD IE:Y County Disaster Recovery Consulting Services RFP 17-7116 TAB II: FIRMS QUALIFICATIONS CDR MAGUIRE HISTORY CDR Maguire Inc. was founded in 1938, as a small civil engineering firm in the state of Rhode Island. Today, CDR Maguire is Hispanic-owned business led by owners and brothers,Carlos and Andre Duart, Florida natives,who purchased the company in 2009. With a staff of over 135 employees in seven (7) different states, CDR Maguire is a full-service, nationally recognized emergency management and engineering firm with its corporate headquarters located in Miami, FL. CDR Maguire's Emergency Management Division has been serving communities nationwide since 2009 and has assisted our clients in managing over$25 Billion of disaster recovery funds. CAPABILITY AND BUSINESS ABILITY CDR Maguire has assembled a team with unparalleled disaster recovery, grant management, FDOT and FHWA experience with specific expertise in the state of Florida. These firms have over 250 years of experience , combined, in providing professional services to local, state, and federal clients. Having assisted more than 100 cities, counties and states in more than 75 declared disasters, the team presented before you has the demonstrated capability and ability to respond to any need that the Collier Consortium ("Consortium") should require. The CDR Maguire Team is composed of the following firms: Stantec joins the CDR Maguire team with the full technical capabilities of a 15,000-person architectural and engineering Stantec firm with offices in 250 locations in North America.With 711 staff members in Florida and 58 of them in Naples, Stantec is a great local player of the CDR Maguire team proposed to support Collier County and the Consortium. Since 1954, we have been collaborating across disciplines and industries to make projects happen. Our work begins at the intersection of community, creativity, and client relationships. After a disaster strikes, communities need a range of support services to cope and tackle the recovery tasks that lie ahead. We're trained professionals who live and work where you do, and we've been there during and after the unexpected occurs. That's why we deeply believe in the value of the disaster management process for minimizing risk and accelerating recovery through our: • Multi-disciplinary expertise • Risk-based, all-hazards approach • Best practices • Community engagement As a Federal Emergency Management Agency (FEMA) Risk Map contractor, Stantec brings in- depth risk management, hazard mitigation planning, and preparedness experience to the CDR Maguire Team. Our post-disaster experience with the US Army Corps of Engineers and dozens eCDRIMAGUIRE 6 16E 6 • Cf-r County Disaster Recovery Consulting Services—RFP 17-7116 of local communities also means you will benefit from our expertise in minimizing damage and accelerating recovery. il Hagerty joins the CDR Maguire Team with a depth of resources fl y, H A G E R T Y including planning, preparedness, and administration of the FEMA Public Assistance Grant Management Program. At Hagerty,we pride ourselves in our ability to help communities of all sizes establish sound recovery management processes that increase reimbursement, reduce the potential for adverse audit findings, and result in expedient closeout. Our success, and what sets us apart from our competition, is evidenced by the fact that since we were founded in 2001, there have been no adverse audit findings for projects led by Hagerty by the Department of Homeland Security(DHS). Hagerty professionals have a broad understanding of federal disaster recovery programs and have been responsible for innovations recognized by the Federal Emergency Management Agency (FEMA); two of which have been adopted as national policy. Hagerty is the only company to successfully oversee over$6 billion in Section 428 Public Assistance Alternative Procedures (PAAP Pilot Program) Hagerty has supported state and local governments to identify, develop, and manage eligible FEMA Public Assistance (PA) Program claims totaling more than $15 billion across thousands of projects. Our support spans all PA Program categories of work and includes the full gamut of public facilities—from schools, firehouses, and airports to roads, waste water treatment facilities, and sophisticated coastal infrastructures like piers and beaches. Our success is underpinned by unmatched technical proficiency and PA Program policy expertise gained from more than 16 years of experience supporting recovery in communities across the United States (US). R.J. Behar & Company, Inc. (RJ Behar) was established in •� Behar 1999 to provide personalized services in the disciplines of ' engineering, planning, and construction management engineering inspection to public clients throughout Florida. RJ Behar is a minority owned firm, currently certified as minority/small business (DBE in Miami-Dade County, Broward County, Palm Beach County, the Florida Department of Transportation and the South Florida Water Management District. The firm is currently at 38 employees. Our steady growth has been based on providing quality services with a client service-oriented approach. They have secured contracts with agencies such as Broward County, Palm Beach County, Miami-Dade County, the Florida Department of Transportation (FDOT), South Florida Water Management District (SFWMD), the Village of Wellington, the Cities of Miramar, Lauderdale Lakes, Sunrise, Coral Springs, Fort Lauderdale, Tamarac, Hialeah, Miami and the Town of Davie. eCDR MAculnE 16E 6 Coter County Disaster Recovery Consulting Services—RFP 17-7116 Organizational Structure Collier County Consortium 1 Client Liaison Project Manager Tim Hancock,AICP Tracy Doyle I I FEMA FDOT/FHWA Other Services Public Schools CDR Maguire CDR Maguire Airport Hagerty Stantec Coastal Engineering Stantec Behar&Assoc. Planning Public Engagement Leading this engagement will be Stantec's Tim Hancock as client liaison and CDR Maguire's Tracy Doyle as lead Project Manager. The CDR Maguire Team has been carefully selected to fulfill the entire needs of the Consortium as the whole with each company bringing their level of expertise which they may be called on during any activation. e� CDRIMRGUIRE 8 16E 6 Cor County Disaster Recovery Consulting Services—RFP I FEMA Public Assistance Experience and other Disaster Grants PA Experience""""" Led by the firms of CDR Maguire, Hagerty, and Stantec, the CDR PW Formulation& Maguire Team brings nationally recognized expertise in providing Writing ? comprehensive FEMA Public Assistance (PA) Grant Management Tarsandy Recovery services, in addition to other disaster grants including Community Improvement Act Development Block Grants (CDBG-DR), Hazard Mitigation Grant (sRla) Programs (HMGP), Natural Resource Conservation Service (NRCS), Sec.428 Public and Economic Development Administration (EDA). The CDR Maguire Assistance Alternative p ( ) 9 Procedures(PAAP) Team has assisted state and local clients with claims totaling over $40 billion and has responded to some of the nation's largest disasters 404!406 Mitigation including Hurricane Sandy (NY), Hurricane Katrina (LA), and the 2013 0 Insurance Support Floods (CO). Audit/Appeal Support Debris/Waterway Debris Monitoring and Reimbursement Experience Debris Experience Historical! Cate or -A Debris Worksheets (PW) has been the PnvtPrcirtylebths: Y. 9 Y Project Retivat(PRt?R) highest dollar category of disaster reimbursement. The CDR Maguire ot Team has written hundreds of Cat-A PWs for clients nationwide and has 'Debris et�ris Rln/stream oval "t, also served as a debris monitoring contractor for dozens of clients, a l'AAPtneentiues providing the Consortium with a unique advantage when tracking, a sliding scale) estimating and re-claiming debris management costs. 0 DerelictVesaels Our most recent experience with the Florida Department of Debris Management Environmental Protection (FDEP) had us oversee the removal of Plans "waterway debris" along the St. Johns' River over three separate Dem fltion of � counties, and we have been recognized by FEMA for our innovations Structures for stream debris removal processes for the 2013 Colorado Floods. Appeals Experience The CDR Maguire Team disaster recovery policy experts have extensive experience preparing, submitting, and winning both first and second appeals. Leading our team is Mr. Charles Bartel, Esq., who has served as an appeals specialist for both the state of Florida and FEMA. Mr. Bartel will be supported by CDR Team member Hagerty who has most recently supported FEMA headquarters in reviewing second appeals, giving them, extensive knowledge of the overall appeals process and successful strategies supporting documentation and support for the appeal. OACDRIMAGUIRE 9 16E 6 Co ->re-r County Disaster Recovery Consulting Services—RFP 17-7116 Several team members have served in operational leadership positions at the federal, state, and local levels. In this capacity, our subject matter experts have represented states and local jurisdictions to help reduce or cancel negative audit de-obligations. In some cases, this includes operational experience in arbitration with FEMA to reduce de-obligation. Other subject matter experts on our team have worked directly for FEMA and served in positions to review appeals and make recommendations to the agency's leadership. This unique experience allows us to assist the Consortium in understanding how to craft appeal letters and navigate politics associated with reducing or canceling the negative impact they can have on your community. Examples of Successful Appeals and Dispute Resolutions: 1. Beach Rre-nourishment Project: After FEMA's beach specialist ruled the entire project ineligible and developed a $0 PW, Hagerty worked to proactively develop a white paper that addressed all of FEMA's eligibility concerns and collaborated with SCEMD staff to ensure that FEMA's ineligibility determination was reversed without the need for an appeal. 2. Fuel for Temporary Mobile Boilers for a Housing Authority: In a recent case, FEMA denied the eligibility of fuel for temporary mobile boilers. Hagerty worked directly with the client, representatives of the state, and FEMA to use a procedure recently added to the FEMA Public Assistance Program Appeal Procedures to resolve this dispute without an appeal. By utilizing a facilitated conversation involving members of FEMA's Alternative Dispute Resolution staff, an appeal-ready package was prepared and submitted. After a facilitated conversation, FEMA reversed their decision and prepared a version for the disputed fuel costs without the need for a formal appeal resulting in its client receiving reimbursement for more than $18 million in fuel costs without waiting for the time that it takes to adjudicate an appeal. 3. Eligibility of Tree Replacement at a Public Drinking Water Facility: In one recent appeal, FEMA initially denied the replacement of trees around a reservoir located in upstate New York. Hagerty worked with the client to prove trees constituted an element of a designed natural filtration system. The appeal resulted in the eligibility of $1.9 million in additional work to restore the reservoir to pre-disaster condition. Audit Experience CDR Maguire has only represented two clients that have undergone a preliminary audit. In the case of the City of Boulder, no significant findings were found as reported in a January of 2016 an OIG report stated "...the City has adequate procurement policies and procedures in place that are consistent with applicable Federal procurement standards. Moreover, the City's insurance procedures and practices are adequate to ensure that the City can properly manage anticipated insurance proceeds". No adverse recommendations were made in that report. In the case of Larimer County, before engaging CDR Maguire as its disaster recovery consultant, th- OIG found that the County did not follow proper procurement under FEMA Super Circular by MCDR IMMURE 10 d-1 V. 16E 6 Co 7C'.Yt�..Ot17�lty Disaster Recovery Consulting Services—RFP 17-7116 utilizing cost-plus and time and materials contracts. CDR Maguire worked with the County's staff to address these deficiencies and re-solicit its contracts. A subsequent audit held about two years later reported that changes made and actions taken had been deemed acceptable with no recommended adverse action reported. FHWA and FDOT Experience Supporting the CDR Maguire Team as FDOT and FHWA experts are the professional engineering service firms of Stantec and R.J. Behar& Company. Combined these firms provide unparalleled experience in the design, engineering and construction management of infrastructure projects ranging from airports and public schools to roads, bridges, and beaches. The importance of having these services offered as part of your disaster recovery team cannot be emphasized enough as FEMA has implemented a new PA Process that shifts more responsibility to the local applicants to provide detailed costs estimates and accurate scopes to formulate project worksheets. With over ten office locations in the state of Florida, including the Naples and Fort Myers, the Consortium can rest assured that it will have the required expertise on the ground to formulate cost estimates and document damages as soon as soon as it is safe to do so. The local proximity of our team members will allow for an expedited recovery as you will not have to wait for FEMA state or federal teams to deploy to start your recovery process. AGENCY CHART FOR PROJECTS SINCE 2012 FEMA Projects Client Dates Contact Luanna Cambas, P.E., DOTD District 02 Lab Engineer LADOTD2 2012 1440 US Hwy 90 Bridge City, LA 70094 504-437-3111 Daniel A. Craig, Senior Vice President,Tidal Basin Holdings, Inc., State of New York 2012 675 N Washington Street, Suite 400 Alexandria,VA 22314 703.683.8551 Westerly, RI 2012 Mr.Steven Hartford,Town Manager 45 Broad Street Westerly, RI 02891(401)348-2530 Charlestown, RI 2012 Alan Aresnault, Public Works Director, 4540 South County Trail Charlestown, RI. 02813 (401)364-1230 Clinton, CT 2012 Peter Neff, Department of Public Works 117 Nod Road Clinton,CT,06413(860)644-1102 Charlestown, RI 2012 Alan Aresnault, Public Works Director, 4540 South County Trail Charlestown, RI. 02813(401)364-1230 Boulder County,CO 2016-Present Brian Graham, Flood Coordinator, 2525 13th Street, Suite 203 Boulder, CO 80304(303)441-1705 City of Boulder, CO 2013-2014 Brian Graham, Flood Coordinator, 2525 13th Street, Suite 203 Boulder, CO 80304(303)441-1705 11 CDR MRGUIRE 11 16E 6 CAT' County Disaster Recovery Consulting Services—RFP 17-7116 Client Soni Dates 5✓/// Lorimer County 2016 Present Lori Hodges, Director of Emergency Management 200 W.Oak Street, Fort Collins, CO 80521 (970)498-7147 Colorado Parks and Wildlife 2017 Craig Workman, Capital Program Manager, 317 West Prospect Fort Collins, CO 80524 303-291-7401 Brian Olson, Interagency Relations Officer, El Paso County, CO 2016-Present 200 S. Cascade Ave, STE 150 Colo.Springs, CO 80903(719) 520-6927 Jared George, Metric Engineering Inc., Director of Emergency SCDOT 2014 Management 13940 SW 136 St, Miami, FL 33186, (850)980-9700 Jackson County, FL 2014-Present Rodney Andreasen, Director of Emergency Management, 2864 Madison Street, Marianna, FL 32448(850)482-9678 North Smithfiled, RI 2015 Present Samantha Richer, Rhode Island Emergency Management 645 New London Avenue Cranston, RI 02920(401)462-7048 North Providence, RI 2015-Present Samantha Richer, Rhode Island Emergency Management 645 New London Avenue Cranston, RI 02920(401)462-7048 Erica Heidelburgh, Recovery Unit Supervisor, State of Massachusetts 2015-Present P.O. Box 15205 Worcester, MA 01615-0205 508.820.2033 Metro St. Louis Sewer District 2016-Present Marion Gee, Finance Director 2350 Market Street St. Louis, MO 63103 314-768-6299 Neil Howard, Fire Chief, City of Rowlett Rowlett,TX 2015-Present 4701 Rowlett Rd#101 Rowlett,TX 75088(972)412-6230 Flagler County, FL 2016 Present Craig Coffey, County Administrator 1769 E. Moody Blvd., Bldg.2 Bunnell, FL 32110, (386)313-4001 Flagler Beach, FL 2016-Present Larry Newsom, City Manager P.O. Box 70 Flagler Beach, FL 32136(386)517-2000 Scott Woolam, Senior Program Analyst Florida Department of 2016-Present 3900 Commonwealth Blvd. Mail Station 100 Tallahassee, Fl. Environmental Protection (FDEP) 32399(850)245-2806 Marion Gee, Finance Director Metro St. Louis Sewer District 2017 2350 Market Street St. Louis, MO 63103 314-768-6299 Harris County METRO June 2015 to Alan Munoz, Director of Risk Management Current 1900 Main St., Houston,Texas 77002 713-739-4095 City of Austin July 2015 to Aoife Longmore, Finance and Risk Manager Current 5010 Old Manor Rd#330,Austin,TX 78723 512-974-0450 Horry County Oct.2015 to Justin Powell,Assistant County Administrator Current 1301 Second Avenue, Conway, SC 29526 843-915-5020 Oct.2015 to Chase Wheeler, Emergency Management Coordinator, Grand Prairie Current 1525 Arkansas Lane, Room 3021Grand Prairie,TX 75053 972-237-7595 Williamson County Aug.2015 to Jan. Cindy Hood, 2016 911 Tracy Chambers Lane Georgetown,TX 78626 512-864-8200 Carl Rowland,County Manager Brantley County Oct.2016—Current P.O. Box 398 Nahunta, GA 31553 912-462-5256 Chatham County Oct.2011-Oct. Dennis Jones, Director 2016 124 Bull Street Savannah, GA 31401 912-201-4500 San Benito County April 2017— Kevin O'Neill, Director Current 471 4th St., Hollister, CA 95023 831-636-4168 ei CDR MncuIn 12 16E 6 Co le-YioLl nty Disaster Recovery Consulting Services—RFP 17-7116 Client Dates Contact Mar.2008 to Mar. Kim DeLarge Jr., Capital Budget Director City of New Orleans 2013 1300 Perdido St,Suite 9th Floor, New Orleans, Louisiana 70112 504-658-8672 FOOT & FHWA Projects Client Dates i;outaLt Chris Rhude, Project Manager FDOT, District 2 FDOT District 2 2012-2016 1109 S. Marion Avenue, Lake City, FL 32025-5874(386)961- 7451 FDOT District 3 2013-2018 Mike Lewis, P.E Traffic Safety Program Engineer, FDOT, District 3, 1074 Highway 90, Chipley, FL 32428850-330-1266 Fernando Morales, PE Project Manager, FDOT District 4 2015-Ongoing 3400 W. Commercial Boulevard Ft. Lauderdale, Florida 33309 (954)777-4687 Alfredo Quintero, PE Director of Public Works, Town of Cutler Bay 2016-2017 10720 Caribbean Blvd.,Suite 105Cutler Bay, Florida 33189(305) 234-4262 Mr. Shawn Denton, Director of Public Services, City of Pembroke Pines 2013-2014 13975 Pembroke Road Pembroke Pines, Florida 33027(954) 450-6900 Mr. Dane Esdelle, Project Manager, City of Ft. Lauderdale 2012-2013 100 N.Andrews Avenue, Suite 619 Fort Lauderdale, FL 33301 (954)828-6885 eCDR MRCUIRE 13 16E 6 Co P-rCounty ..tryi nsultinr3St,rvic,', PIP ti-'11r; Large Disaster Projects Summary New York City Hurricane Sandy Recovery Number of Project Worksheets: 700 Total Amount: $8,000,000,000 Number of Employees Mobilized: 100 Amount de-obligated: none Cost estimating for improved or alternate permanent work projects supported by historic New York City prices and Pre-work done to assist in approved by FEMA and implementing a comprehensive financial completing Project Worksheets: and grant management system that allows the City to maintain visibility in gaps between expenses charged to emergency codes and those claimed on PWs - Provided extensively written justification to receive a waiver from the Federal Coordinating Officer to exceed the$10,000 per unit cap on the New York City Rapid Repair Program.This waiver will help the City close a $300 million gap between the actual program cost(approximately$600 million) and the cost the Federal Emergency Management Agency initially said it would pay(approximately$300 million) o Provided extensively written justification to receive approval for the approximate$60 million New York City Essential Hotel Sheltering Program as an eligible Section 403 Emergency Work expense Special Reimbursement Issues - Successfully oversaw$6 billion in Section 428 Public Assistance resolved with FEMA: Alternative Procedures (PAAP) Pilot Program grants - Recovered over$4.2 billion in CDBG-DR federal aid and $12 billion overall. - Managed the$12 billion recovery effort,which included Federal Emergency Management Agency, Federal Highway Administration,and Housing and Urban Development grant preparations. - Assisted the City obtain more than $4.2 billion in CDBG-DR federal aid, including approximately$790 million to offset the City's local share of other federal recovery grants. Success in any FEMA or State N/A Appeals: Experience with FEMA/State audits: N/A eCDR IMAGUIRE 14 C,,1 �, # 16E 6 Co )re-r County . 'i,vety Con,,uituig ScrvicE > idi I' City of New Orleans Hurricane Katrina Recovery Number of Project Worksheets: 300 Total Amount: $140,000,000 Number of Employees Mobilized: 20 Amount de-obligated: none Pre-work done to assist in Version monitoring and financial tracking completing Project Worksheets: Special Reimbursement Issues None resolved with FEMA: Success in any FEMA or State Successfully tracked over 200 capital projects,including their Appeals: appeals Used a web-based database solution to ensure that FEMA, FHWA,the State of Louisiana, bond funds,and Community Experience with FEMA/State audits: Development Block Grants—Disaster Recovery(CDBG-DR) grants (among others)funding program standards were met in case of audits Larimer County,Colorado-2013 Floods Number of Project Worksheets: 50 Total Amount: $85,000,000 Number of Employees Mobilized: 12 Amount de-obligated: none Debris Monitoring, Procurement Reviews,Site assessments, Pre work done to assist in Eligibility Reviews, Damage Estimates, Project Formulation and completing Project Worksheets: Prioritization Private Property Debris Removal;Time and Material Cost Benefit Special Reimbursement Issues Analysis; Public Roads Privately Maintained Reimbursement; resolved with FEMA: Successfully applied for over$9 million of CDBG-DR funds for 12.5%local match Success in any FEMA or State Currently in the process of assisting with 7 small appeals (less Appeals: than $200k) Participated in rectifying a Preliminary OIG Audit(prior to CDR Maguire's engagement)to address improper procurements that Experience with FEMA/State audits: resulted in a successful Second Audit with a "no recommended adverse action report." Other Relevant Experience Understanding the diverse needs of the Consortium (e.g. City and County, Sherriff, Public Schools, Airport Authority, and Mosquito Control District) the CDR Maguire Team was purposefully assembled to meet its unique needs, drawing from its resources of over 15,000 personnel. Our team possesses a team of Engineers and FEMA specialist that can and have supported all spans of PA Program categories of work — from public schools, firehouses, police stations, airports, to roads and bridges, waste water treatment facilities and complex coastal infrastructure like piers and beaches. eCDR MRGUIRE 15 16E 6 Colter County Disaster Recovery Consulting Services—RFP 17-7116 TAB III: SPECIALIZED EXPERTISE OF TEAM MEMBERS PROPOSED TEAM Collier County Consortium Project Executive Andre Duart I I Client Liaison r Project Manager Tim Hancock,AICP Tracy Doyle I I FEMA Specialists Engineers SMEs Tim Hancock, AICP will serve as the local Client Liaison for Collier County, ensuring a single point of contact for all communication going forward. Mr. Hancock will be responsible for disseminating information to the project team as needed and similarly ensuring timely and efficient communication and coordination between our team and Collier County. Tim brings to this role a lengthy and broad range of experience in Collier County, counting among his numerous projects work as a Program Manager, Public Engagement Lead and Planner for various departments within Collier County. He also served as a Collier County Commissioner from 1994 to 1998 and prior to that worked in Disaster Recovery Services for the American Red Cross here in Collier County. Tim's background and understanding of the community needs as they pertain to Emergency and Disaster Response makes him a logical choice as client liaison for this effort. Serving as the Lead Project Manager will be Ms. Tracy Doyle. As a Certified Financial Section Chief and local Florida resident, Ms. Doyle can be deployed to any incident either before landfall or shortly thereafter to offer support at the County's EOC Center. Having a financial expert involved right away will assist the Consortium in forming a "strategic vision" for recovery immediately after landfall allowing it to move efficiently and effectively through the disaster recovery process. Ms. Doyle was most recently deployed in Flagler County and the City of Flagler Beach to support their recovery from Hurricane Matthew. These projects, along with her participation in FEPA, have provided her with current insight on how the State and FEMA are c -ntly administrating the Public Assistance Program and will assist in informing and 101)#1% CDR MRGUIRE 16 16E 6 IIICole-r c Ot41 tty Disaster Recovery Consulting Services—RFP 17-7116 representing the Consortium's best interest during any activation. Ms. Doyle's has also conducted several "Super Circular" procurement reviews and training for clients throughout the country, which can be done at the Consortium's request. Mr. Hancock and Ms. Doyle will be backed by a team"local" Combined staff of 725 in Florida. engineers, FEMA Specialists, and subject matter experts 58 of them in Naples alone. (SMEs) that work and reside in the state of Florida. All employees listed below are permanent W2 employees that can be activated either prior to a storm's landfall or shortly thereafter to assist the Consortium conduct damage assessments and assist in transitioning from a Response to a Recovery Phase. Understanding the vast array of public assets that this Consortium oversees, we have assembled a team with a broad range of professional engineering expertise and FEMA PA knowledge that covers anything from public school buildings, roads, and bridges to coastal engineering. " ,4 r,, 333/t�'t p 33rf- Y3 1 .01 '"p Onsite/Local Team �' , .iiitFM{�Specie Engineers SMEs ; David Weaver(PW Formulation) Bob Behar,P.E.(FDOT,FHWA) Charles Bartel,Esq.(Appeals, �� • �,3 Insurance) Pei, David Romano P.E.(Airport,Debris) 1-7A:f'. .. `n3,r3ir 33r 0, ,-rw -H 3 Clyde"Ted"Aiken,P.E.(School,Water, ';,..„4.,,'..-1,4..,,,,,r;:.rIfni€ ifl '�', FDOT,FHWA) /r I3 a 1 : ' a.3mq 1:l Ys ` her ,„1//,7A-4,,44/4° 14 X133:. � S�q Offsite/Reach Back Support?'} e £ ; °p4 Engineers SMEs *over 22,000 available upon request Mark Misczak,CEM(Policy Q ti; 3s Advisor Insurance) !,��9; ..41 3: °3,3X ¢ a f3 9,' ... 31 n N� 3y1 , FH n j �3, 3 p h fir§ a/4 ,,,.rl' kg 3F1r W.y t rp33110.4 apt3 3 `hol c v s tw 4333 3 ;'x,11 ,; i11 3 9 ii. 3 $ , in r q1 r�, f � a ./,3 t 1 z u r r r�'. eco3�' 3`' t ', '4::444 6 ' 3/43 ? 3 a ,,,,,,,,,,e0,* ;i3 '' n 13V'"z 441/4q ��� :Syf Y'F 3 Y 3,e f ?.3 �% i;�i�ik'YH%/F % :1g <...<,.... ,:i �,c ,,,41, fra: ., .......3,316 / ,, 37,x,.. CDR IMAGUIRE 17 NOY c. I 16E 6 • Co r . ,, ,,, Disaster Recovery Consulting Services—RFP 17-7116 RESUME SUMMARIES Tim Hancock,AICP: Client Liason Years of Experience 25+ Projects: Technical Expertise • Community Outreach Big Corkscrew Island Regional Park, Collier • Workshop Facilitation • Disaster Recovery County,Florida • Public Participation/Engagement • Collier County Library Community-Wide • Land Planning Assessment and Long Range Master Plan, • Project Management Collier County,Florida District 2 Collier County Commissioner • Pepper Ranch Preserve, Collier County, from 1994-1998 Florida • Collier County Bio-Solids Facility, Collier Education/Training Bachelor of Arts in Geography, County,Florida and Certifications University of South Florida,Florida, • Collier County Resource Recovery Business 1992 Park(RRBP)IPUD Rezone,Collier County,FL Certified Planner,American Institute of Certified Planners Tracy Doyle: Program Manager Years of Experience 18+ Projects: Technical Expertise • EOC Support • DR 4283-Hurricane Matthew-Flagler • FEMA Public Assistance County&Flagler Beach,FL October 2016— • Fiscal Support&Planning Present. • Procurement • Debris Management Planning • DR 4255-Severe Winter Storms, Tornadoes,Straight-line Winds,and Flooding-Rowlett,TX. Education/Training Tallahassee Community College,FL • DR-4177-Florida Severe Storms, and Certifications Valdosta State College,GA Tornadoes,Straight-line Winds,and Credentialed as a Type III Finance/ Flooding-Jackson County,FL Admin Section Chief • DR-4145-Colorado Severe Storms, EMMIE Training Flooding,Landslides,and Mudslides- FL PA Training Larimer County, CO FEMA Courses:IS 100.b,IS 200.b, • DR 4138-Severe Storms and Flooding- IS 230.d,G-300,G-400,NIMS-700, The State of Florida NIMS-800,0-305,El:973 • DR 4084-Hurricane Isaac-The State of Procurement,2 CFR,part 200 Florida FEMA EHP • DR 4068-Tropical Storm Debby-The State • Debris Management Plans of Florida • Closeout Requirements David Weaver: FEMA Specialist, PW Formulation Years of Experience 20+ Projects: Technical Expertise • FEMA PublicAssistance • DR4283-Hurricane Matthew FDEP • Debris Management Waterway Debris Removal St.John's River • Data Management • DR-4254-AK,Severe Storms and Flooding • Field Supervision 2015—2016 • PW Formuation&Writing • DR-4254-AK,Severe Storms and Flooding, City of Boulder,CO 2013—2014 Education/Training Arkansas Army National Guard, • DR4138 Florida Severe Storms and Flooding and Certifications Military,1987-2003 Holmes County—Millersburg,OH 2013 G-300,ICS-100,ICS-200,ICS-300, ICS-400,ICS-700;NIMS; • DR-4177 Storms and Flooding,Florida G-400,IS-801;ESF#1 Transports- Division of Emergency Management,FL 2013 tion IS-807,ESF#7 IS-802 ESF)#2 • DR-4068&DR-4084 State of Florida Division IS-805 ESF#805 Of Emergency Management 2012-2013 ESF#5,IS806 ESF#6,ESF#7 • DR-1785 and DR1831-Florida Division of IS808 ESF#8 IS809 ESF#9,IS-811 Emergency Management,2009—2012 ESF#11,IS811 ESF#4(479) • DR-1969 North Carolina Severe Storms, Tornadoes,and Flooding 2009—2012 • FEMA Disaster and Hazard Mitigation Planner from worked on 17 different DRs 2004—2009 CDR MRGUIRE 18 16E 6 (moo Bey County Disaster Recovery Consulting Services-RFP 17-7116 Misty Berryman: FEMA Specialist, Finance, Insurance Years of Experience 12+ Projects: • FEMA Public Assistance • DR-4283-Hurricane Matthew,Flagler County Technical Expertise Florida(Oct.2016-Present) • EOC Support • Project Management • Planning-Rhode Island Emergency • HSEEP Exercises Management Agency(May 2016-Feb.2017) • CDBG-DR,HMGP,EMPA • Planning-Flagler County(May • CEMP Writing 2016-December 2016) • EMAP Accreditation Support • Continuity of Operations(COOP)Planning, Ridgewood,NJ(Oct.2016-Jan.2017) • Flood Mitigation Assistance Plan,Franklin Education/Training BS-Social Sciences,Florida State County,FL(April 2016-Dec.2016) and Certifications University, • DR-4214-Severe Winter Storm,Snowstorm CertificationsL 2007,IS-100.a,IS- and Flooding,State of Massachusetts 200.b,IS-700.a,G-775,IS-800.b, (October 2015-April 2016) IS-632.a,IS-634,IS-235.b,G-300, • DR-4177-Florida Severe Storms,Tornadoes, IS-230.b,G-318,IS-139,IS-240.a, Straight-line Winds,and Flooding-Jackson IS-001,IS-241.a,IS-242.a,IS-244.a, County,FL(September 2014-May 2015) EOC-101,IS-003,G-557,IS-703.a, • DR-4087-Hurricane Sandy,Clinton,CT(Jan. IS-10.a,IS-120.a,IS-366,IS-271, 2015-May 2015) G-202,G-270.4,G-400,G-191, FL-601,IS-909,L-146,G-358,MGT- • DR-4145-Colorado Severe Storms,Flooding, 310,IS-662,L-958,IS-130 Landslides&Mudslides,Larimer County,CO (March 2014-Oct.2014) Matthew Starr, PG (Coastal) : FEMA Specialist, Beach Erosion Years of Experience 15+ Projects: Technical Expertise • Beach Nourishment • FEMA Peer Review Services and • Coastal Engineering Deobligation for Naples Beach Nourishment • Dredging Design*,Collier County,Florida • Hydrographic Surveying • Mississippi Hurricane Katrina Recovery • Ecosystem Restoration Service`,Mississippi Emergency Management Agency,Gulfport&Biloxi, • Asset Management Mississippi • Natural Resource Mapping • Naples Beach Renourishment Truck Haul • Water Quality Projects(2013/2014)',Collier County,Florida • Wildife Biology • Collier County Annual Monitoring Reports • Waterway Debris for Beach Nourishment Projects and Pass • Flood Hazard Mitigation Dredging(2010-2014)*,Collier County and • NFIP Marco Island,Florida • FEMA Region X Discovery Analysis*,Alaska, Bachelor of Science,Marine Washington,Oregon,Idaho Education/Training • Coastal Bridge Inspections*,Puerto Rico Science/Coastal Geology,Coastal HighwayTransportation Authority,San and Certifications Carolina University,Conway,South and Juan,Puerto Rico Carolina,2006 • East Naples Bay Dredging Project Design Professional Geologist#2906, and Permitting Services,City of Naples, State of Florida Florida. • Clam Pass Maintenance Dredging and JCP *Others available upon request Permitting*,Collier County,Naples,Florida David Papin: FEMA Specialist, PAAP Expert Years of Experience 8+ Projects: • DR-4177-Florida Severe Storms,Tornadoes, Technical Expertise • FEMA Public Assistance Straight-line Winds,and Flooding-Jackson • Debris Management County,FL • Data Management • DR-4145-Colorado Severe Storms,Flooding, • Field Supervision Landslides,and Mudslides-Boulder,CO • DR-4086-Hurricane Sandy-Charlestown Education/Training United States Navy,1993-1997 and Westerly,RI and Certifications Certifications:IS-001,IS-100,IS-200, • DR-4080-Hurricane Isaac-Various Lo- IS-230,IS-240,IS-241,IS-242,IS- cations,LA:Served as the Data Manager, 393.a,IS-547,IS-630,IS-700 assisting the Louisiana t >/ CDR MAGUIRE 19 1 E 6 Co ler CToll.vtty Disaster Recovery Consulting Services—RFP 17-7116 Dale Johnson: FEMA Specialist, PA, Debris Site Inspector Years of Experience 24+ Projects: Technical Expertise • Debris Removal Monitoring • DR-4283 Hurricane Matthew—St.John's River • Waterway Debris Removal Debris Project Monitoring • DR-4283 Hurricane Matthew—Flagler Co. • Construction Inspector Supervision Florida. • Documentation of Construction • SR 3016 B10!SIP Project,Allegheny Co. Education/Training Business Administration,Penn PennDOT District 11-0(TCI-2) and Certifications Commercial School of Business,1989 • SR-Sec.East Ohio Street Reconstruction. Trench Shoring Services Safety in Allegheny Co.PennDOT District 11-0(TCI-2) Excavation Course • DR-4085-Hurricane Sandy—Albany,NY PennDOT District 12-0 2013 Winter • DR-4145-Colorado Severe Storms,Flooding, Construction Conference Land/Mudslides-Latimer County,CO ICS-100,ICS-200,NIMS-700,NIMS- • DR-4166-South Carolina Severe Winter Storm, 800 South Carolina DOT—Various Locations,SC ACI Concrete Field Testing Certification • DR-4177-Florida Severe Storms,Tornadoes, Technician-Grade I#00142452 Cert. Straight-line Winds,and Flooding-Jackson PennDOT CDS NextGen;Operator County,FL #8ANGRR;Nuclear Gauge#4973 Bob Behar, PE: Engineers, FOOT, FWHA Years of Experience 41+ Projects: • Neighborhood Participation Program,Broward Technical Expertise Planning&Design County,Florida—City of Sunrise,FL of Transportation Projects • Cost Estimating Services,Broward County,FL— City of Sunrise,FL Education/Training MS Civil Engineering,University of • Citywide Resurfacing Project,Broward County,FL —City of Tamarac Florida,1975 and Certifications • NW 87th Avenue,Miami-Dade County,FL BS idail Engineering,University of • (FDOT),District 6 Florida,1974 P.E.Florida License No.21755/1980 • W.76th Street from Hialeah Gardens Boulevard P.E.Licenses to W.36 Avenue,Miami-Dade County,FL—City -Kentucky No.19836/1997 of Hialeah -Indiana No.19800047/1997 • SR-5/US-1/Overseas Highway from Fontaine -Michigan No.6201043655/1997 Drive to S.of Tavernier Creek Bridge,Monroe -Ohio License No.E-6264 County,Florida—FDOT,District 6 • E.4th Avenue Improvements Local Agency Program(LAP)/American Recovery and Reinvestment Act(ARRA)Project,Miami-Dade County,Florida-City of Hialeah *More available upon request David Romano, PE: Engineers,Airport, Debris Years of Experience 22+ Projects: Technical Expertise • Planning&Design • FEMA Construction Drainage and Resurfacing of Transportation Projects Contracts,Miami-Dade County,FL Miami-Dade County Environmental Resources Management (DERM) Education/Training M.S.Construction Management, • Emergency Water Main Repair,Broward and Certifications Florida International University,1995 County,FL—City of Pembroke Pines B.S.Civil and Architectural • Transportation and Transit Projects,Miami- Engineering,University of Miami, Dade County,FL—City of Miami Department of 1993 Capital Improvements P.E.Florida License No.63817/2006 • CEI Oversight for American Recovery& CERTIFICATIONS:TIN#: Reinvestment Act(ARRA)and Local Agency R550167713870 Program(LAP)Projects,Broward County,FL— •Asphalt Paving Technician Level I FDOT),District 4 &II • NAVAIDS infrastructure Fort Lauderdale/ Others available upon request Hollywood International Airport,Broward County,FL—Broward County Aviation Department,Airport Expansion Program • Fort Lauderdale/Hollywood Airport CCTV RPR Services,Broward County,FL-Broward County Aviation Department eCDR MRGIJIflE 20 16E 6 CD 7C'.Y COVIVItY Disaster Recovery Consulting Services—RFP 17-7116 Clyde"Ted"Aiken, PE: Engineer, School, Water, FDOT/FHWA Years of Experience 17+ Projects: Technical Expertise •Project Management Schools •Highway Design • New Gate School Feasibility Study,Sarasota •Feasability Studies County,FL •Drainage and stormwater mgmnt • Venice Elementary School Site Design design and permitting Services,Sarasota County,FL •Cost estimating,prep of contract • Manatee Community College Master Plan documents Update for Bradenton&Venice Campuses, •Bidding and construction Manatee County,FL administration services `More available upon request Water Education/Training Bachelor of Science,Civil Engineering, • Storm Surge Mitigation for Boardwalks, and Certifications University of Florida,Gainesville, Walton County, FL Florida,1997 • Chipola River,Jackson County,Florida Shoal River Ranch Preliminary Planning Evaluation, Professional Engineer#58536,State Okaloosa County,FL of Florida • Heritage Harbour,Manatee County, FL • Blue Mountain Beach Access&Restroom Facility,Walton County,FL *More available upon request Roadway • Operational Improvements to 1-75 at US 90 Interchange and 1-295 at Pritchard Road Interchange,Columbia and Duval Counties, Florida,Columbia and Duval Counties, Florida • FDOT District 3 Districtwide Minor Safety Design Consultant,Multiple Counties in Florida's Panhandle,Florida • SR 20 Resurfacing,Rehabilitation,and Restoration from SR 61(US 27/Monroe Street)to SR 261(US 319/Capital Circle), Leon County,Florida(Project Manager and Engineer-of-Record *More available upon request Charles Bartel: Subject Matter Expert(SME),Appeals/Insurance Years of Experience 35+ Project&Experience: Technical Expertise •Project Management& • Mr.Bartel is CDR Maguire's resident Public Administration Services Assistance legal specialist.Throughout his •Budgeting 35 year career,Mr.Bartel has been at the •Resource Allocation forefront of PA concepts and policies and has •Grant Eligibility Issues been involved in the management of over •Emergency Management 15,000 Project Worksheets.His exceptional understanding of the disaster recovery legal landscape makes him a valuable asset to the Education/Training BS—Engineering Operations Iowa CDR Maguire Team. g State University,1968 MS—Civil • In addition to supportingle al issues within and Certifications Engineering University of Iowa,1971 the PA process,Mr.Bartel consults and trains MPA—Public Administration,1990 JD agencies and employees in optimization of —Law,1990 funding/documentation of eligibility for Federal disaster grants and resolving grant program eligibility issues • On-Call Public Assistance Legal Specialist, CDR Maguire • Ad hoc legal specialist for eligibility and appeals issues for declarations in Rhode Island,Colorado,Florida,and Massachusetts • Develops white papers and policy analyses • Drafts appeals letters and assists with eligibility determination �I► Additional resumes for Off Site/ Reach ,el i CDR!M�cul>ae Back support are available upon request. 21 16E 6 CoIII 7C'.Y County _rriy Con ti tni, 5= ,vic, ;_.RF 7_7116 TRAINING AND REIMBURSEMENT EXPERIENCE The CDR Maguire Team is well trained and prepared to track and document all of the Consortium's disaster related expenses for maximum reimbursement. Our team also possesses demonstrated project experience utilizing the Sandy Recovery Improvement Act (SRIA) and the Public Assistance Alternative Procedures (PAAP) program for both permanent work and debris removal in Florida, New York, and Colorado. Our team experience begins with our project manager, Ms. Tracy Doyle. Ms. Doyle is a certified Financial Section Chief and was most recently called on upon by Flagler County to serve in that position during Hurricane Matthew. Ms. Doyle was deployed prior to the storm making landfall and hunkered down with response crews in the Flagler County EOC. Working for two weeks straight, Ms. Doyle led the County's efforts by overseeing emergency contract procurement while tracking and documenting all disaster related expenses for reimbursement. This kind of support through dedication and expertise is what the Consortium can come to expect from the CDR Maguire Team. The CDR Maguire Team holds certificates for the ICS 100, 200, 300, and 400 series of training classes, and is up to date on FEMA's latest policies and procedures for grant management and reimbursement. Our staff has attended conferences and trainings including the Florida Emergency Preparedness Association Conference to stay up to date on Florida's latest requirements for grant reimbursement. By working on numerous projects since the most recent FEMA guideline changes, our staff has come to possess real working knowledge of these guidelines. The most recent FEMA guideline changes include Federal procurement (2 CFR part 200/FEMA Super Circular)and emergency management and assistance (44 CFR), and FEMA's Public Assistance Program and Policy Guide (PAPPG, 2017 Edition). In addition, the CDR Maguire Team's staff has previous experience working for the Division of Emergency Management approving requests for reimbursement in addition to performing closeout activities for past disasters. The CDR Maguire Team has partnered closely with the Division of Emergency Management's recovery department to establish documentation policies, and practices for the last several FEMA declared disasters in Florida. Rest assured the CDR Maguire Team has the "expertise you trust, and the service you deserve." Noir CDR MRGUIRE 22 1 6 E 6 �✓Ot Y ..C}LLYly c��r< ry Constiltuxy `,z911(, s 10 1' TAB IV: TECHNICAL APPROACH CDR Maguire's proposed management approach begins with a thorough understanding of the complex realm of local disaster recovery operations and how it needs to be coordinated with state and federal agencies to maximize a community's recovery. The CDR Maguire Team believes that ensuring long-term success involves becoming familiar with, and understanding, the Consortium's specific needs, objectives and goals, while being able to look around the corner to anticipate needs before they arise. To best serve the Consortium, the CDR Maguire Team will utilize two key tools: 1) CDR Disaster Pro and 2) the Collier County Consortium Engagement Framework. CDR Disaster Pro CDR Disaster Pro plays an integral part in how the CDR Maguire Team delivers its services. The system was defined to ensure a repeatableprocess is followed, with the appropriate quality control and checks in place to ensure a successful recovery. The system captures the required information, both pre-event and post event, that is necessary to formulate a Project Worksheet (PW), along with the documentation that will be required to submit requests for reimbursements (RFRs), and prepare closeout ready packages. CDR Disaster Pro is a proprietary web-based system and will be as part of our services at no cost. CDR Maguire will provide in person as well as web-based training to familiarize Consortium staff with the system. We have taken the time to re-designed the system to reflect the demands and needs of FEMA's new Public Assistance model, that has placed more emphasis on local applicants in the preparation of their PWs. CDR Disaster Pro was designed to track expenses, ease data entry, maintain documentation and expedite the grant process, from damage assessments to _.. closeout and every 043.0,nrr + en', step in between including the tracking of direct t �.; � administrative _, 4, * - costs (DAC). The , „ � ''r....,_n system is also adaptable for Pik FWHA's Detailed . Qom.*- oar 9 Damage Inspection Report (DDIR) grant cycle. .; The Collier County Consortium Engagement Framework Upon award, the CDR Maguire Team will hold multiple kickoff meetings, one for the Consortium a..... then with each member individually. The kickoff meeting will be utilized to facilitate CDR MAGUIRE 23 16E 6 Co ler County Disaster Recovery Consulting Services—RFP 17-7116 introductions and allow us to understand how each entity does business. Our experience has taught us that although there is an overall goal of the Consortium to be met, each member will have its own unique set of needs, goals, priorities, objectives, and stakeholders. Following the initial kickoff meetings, the CDR Maguire Team will collect and review pertinent documents (i.e. Disaster related plans, SOPs, COOPs/COGs, policies, procedures, mutual aid agreements, etc.) for each member. Next, the CDR Maguire Team will create an Engagement Framework for each Consortium member. This living document will spell out the delivery of services allowing all stakeholders input to its design. The more work that is done at the beginning of a relationship means the less time and energy needed to be spent down the road. The Engagement Framework will include sections such as: • Stakeholder register • QA/QC plan • Budget and schedule plan • Communication expectations • Reporting requirements • Current staffing or potential technical gaps Making the Consortium our Number#1 Priority CDR Maguire can dedicate a CDR Maguire Team Offices team to each member of the Consortium, upon request, we are committed to making your needs our #1 priority. Tim Hancock, the team's Client Liaison, will be available at a moment's notice and is located out of the Naples office. During CDR Maguire Stantec times of non-emergency, the -Miami Naples CDR Maguire Team will answer -Tallahassee -FortMyers any communication (e.g. email -Sarasota Tam or phone calls)within a 24 to 48- RJ Behar Miami pa period. -Wellington -West Palm Beach -Fort Lauderdale -Orlando emergency -Saint Augustine ustine During pre-noticeg y -Panama City events, the CDR Maguire Team -Tallahassee can mobilize and pre-position -Jacksonville resources on-site when given . the notice to proceed. Our teams can co-locate within your offices during times of emergency, so that we can be available at a moment's notice, providing any support desired including attending any meetings at the Consortium's request. With a local office in Naples and additional field offices throughout _,�y� CDR MRGUIRE 24 16E 6 1111 1.,01-1• County Disaster Recovery Consulting Services—RFP 17-7116 Florida, the CDR Maguire Team possess the capacity and proximity to meet any of Consortium's needs. Pre-event Activities From the onset of the engagement, the team performs a thorough review of all pertinent policies, plans, procedures, and conducts a gap analysis to identify risks and suggested solutions. This gap analysis can potentially save the Consortium thousands of dollars and will be very beneficial in preparing for successful audits. These reviews will include: ➢ Record keeping and retention strategies to ensure completeness and effectiveness ➢ Procurement processes to verify 2 CFR 200 compliance ➢ Force account pay policies to ensure all applicable costs can be reimbursed In addition,we will coordinate with the Risk Management Department/Divisions of the Consortium to complete a comprehensive review of each member's insurance policies, ensuring the disaster recovery and restoration process complies with local, state and federal laws and avoids potential duplication of benefits. CDR Maguire provided technical assistance and guidance on insurance oversight and issues to the State of Massachusetts and local applicants during the DR-4214 event, which included: Reviewing applicant insurance settlement information and i Ot , )` Making insurance adjustments during project/PW development. Once all data has been verified, the CDR Maguire Team will load pertinent information into CDR Disaster Pro to have on hand prior to any activation and speed up the recovery process. Documents such as pay policies, insurance documents, and maintenance records will be uploaded in a case management file. Data required to prepare accurate cost estimates and assist with PW formulation (i.e. employee names, position, rates, historical material costs, FEMA cost codes, contractor information, etc.) will also be entered. This process will be repeated annually or as needed so that all records are kept up to date, and specific to each event facilitating grant administration throughout the project lifecycle. Activation/Notice to Proceed CDR MRGUIRE ,4f 25 16E 6 Co ler Capinty Con 7ulthi j 5t t„ttt ; - R P Upon verbal or written notification from the Consortium to deploy, CDR Maguire will send out an Advance Team consisting of representatives from corporate leadership and Subject Matter Experts (SMEs)for the particular task at hand. Key functions of an Advance Team include but are not limited to: • Stakeholder Engagement • Facilitate an internal kick-off meeting • Determine needs and additional resources required • Attend meetings as requested (i.e. FEMA Recovery Scoping Meeting -formally known as the kickoff meeting) • Create a disaster specific framework We understand that no two clients are alike and therefore can adapt our management structure to fit your needs. The CDR Maguire Team values productive relationships. Working alongside the Consortium and in conjunction with state, federal and non-governmental agencies (NGO's), we will ensure that staff assigned will complement the strengths of the Consortium, and provide capabilities required for your successful recovery. Damage Assessment Conducting accurate damage assessments are critical to any recovery process. The sooner damage assessments are performed, the quicker the recovery process and subsequent disaster grant funding can begin. Acting as a force multiplier, our team of qualified damage assessment professionals span across a broad spectrum of disciplines who can accompany Consortium personnel on site visits to identify damages. Our personnel will arm themselves with the appropriate "local knowledge" that will ensure damages are captured accurately and entirely, leaving no stone unturned and ensuring the Consortium's interest are protected. As an added benefit,the CDR Maguire Team also offers the use of drones. By using this technology, the CDR Maguire Team can quickly y , assess areas that are inaccessible and dangerous, eliminating the need to put people in harm's way. By using our in-house mapping experts and licensed UAS pilots, the CDR Cf Maguire Team can ensure effective : documentation to support the eligibility of damages. We can use multiple sources of data, including photogrammetric and satellite, to create maps and 3D models to support damage claims. Often well-documented photos have proven to be worth millions of recovery dollars. Once information is gathered in the field, data is input directly into CDR Disaster Pro which has been designed to simplify the cost estimating process by cross referencing data that was 0111)A, CDR MAGUER6 26 NOW C ' 1.6E 6 CcIter County previously entered—such as historical materials costs, force account labor and equipment rates. The system will then generate an accurate cost estimate based on information specific to the Consortium and its members. The system has been proven to expedite the cost estimating process by cutting down on calculation errors and facilitating the collection of information. This information can then later be used to assist with the submission of the Request for Public Assistance (RPA) form, the creation of bid packets, and the formulation of PWs. Project Formulation Utilizing CDR Disaster Pro, data collected from the site assessments can quickly be turned around into a Project Worksheet (PW) or a Detailed Damage Inspection Report (DDIR). Once sites are identified and grouped into a project, all the site estimate information moves into that project at the click of a button, allowing an aggregated scope of work and project estimate. This information can be exported from Disaster Pro into a nearly complete PW or DDIR form. The CDR Maguire Team consists of experienced EHP, Insurance and Mitigation experts who have worked in multiple FEMA regions dealing with unique situations such as endangered species, geological concerns, beach re-nourishment/restoration, waste water facilities and waterway debris/silt removal. Our team will work with the state, federal agencies and the Consortium, to address any issues pro-actively so as not impede the recovery process. The CDR Maguire Team will also identify opportunities to maximize FEMA funds early in the PW Formulation Phase by identifying potential alternate or improved project opportunities. These will be presented to the appropriate Consortium staff with a detailed analysis of pros and cons in order for them to make an informed decision. CDR Maguire successfully utilized such an approach in Larimer County, CO, whereby funds for a park destroyed that could not be feasibly reconstructed, were used to purchase much-needed search and rescue equipment, training and three new search and rescue boats. x s4tirrittria44,1 s; , Grant Administration The CDR Maguire Team consist of industry leaders in providing disaster recovery and support services for grant administration. Our level of experience in the disaster recovery arena includes FEMA, FHWA-ER, CDBG-DR, NRCS-EWP, EPA, NFIP, SBA and other grants. Using our best practices and lessons learned throughout our many engagements across the county this team has developed tried and true method to deliver services to best meet your needs from grant obligation to closeout. Utilizing CDR Disaster Pro, our team can track expenses and scope of . CDRIMRGURE 27 r�^1 16E 6 coirer County Disaster Recovery Consulting Services—RFP 17-7116 work changes in real time, accelerating both fiscal management and scope change requests to FEMA, with built-in quality assurance mechanisms in place. Fiscal Services The CDR Maguire Team understands the delicate balance between maintaining cash flow and ensuring that reimbursed funds are retained. As expenses are attributed to a site/project, they are entered on a categorical basis into CDR Disaster Pro while utilizing much of the preloaded data. When it comes to preparing requests for reimbursement, the system will allow you to select the expenses and export the information into a reimbursement summary sheet. This information is then gathered along with supporting documentation previously reviewed and uploaded into the system, to submit RFR requests that are near closeout standards. Our fiscal experts will spend the time required to review documentation and identify any additional costs not captured. By performing this analysis in the initial stages of the grant lifecycle, minimal effort is needed on the back-end which avoids having to recollect facts, data and documents years down the road during project closeout and audits. Scope Change and Versioning Process Scope&Version Process The administration of permanent work during the Public Assistance Program ANDPR7INARY • - ta �,� can be a daunting task for any Public Data SCnpa Al Wofk _^: ,; andoloWedwl to Works or Engineering Departments. DIseet°r Ro • In addition to managing the MUST GO THROUGH$TATE, AND FEMA REVIEW BEFORE contractor, they must track expenses PW IS WRITTEN AND -. OBLIGATED. .,.-' = : relative to the budget submitted to FEMA, in addition to informing them wp of any changes to this scope of work ,d�=�,° � N £ � written in FEMA's initial PW. If done ten, '�� .,. , correctly, projects can continue to be Version cycle can potentially eltlftn°Iia1lyantlef� funded by reimbursement dollars. WRITE ANDom SUBMITuMY Mw wor*' vrnwoN A_ PI I•. Done incorrectly, you risk de- m—,o trttr ! >orde mf Deanne.R": • ° , > obligation. COSTOVERRUN scrweoRnNaEs E5liMATEB Having supported FEMA Public OS over tlro 'tea Assistance operations continuously for years in Colorado and Florida, the CDR Maguire Team has developed a Scope and Version process that has f a W RITE AND ALIBMITNt 'ryl ytoai ,CtASE.GUry£RSION been successfully implemented in a number DPW and Engineering Departments. 0117,!..d CDR 1MAGUIRE 28 1.6E 6 IMCer County :f Ly Corr-,1110.1(i -• ,•\.,,. E This process has saved countless staff hours for our clients and has assisted in getting RFRs paid promptly without projects running out of cash. Our Scope and Version process has proven so successful, that CDR Maguire has been retained by clients to accurately manage this phase of the long-term recovery process for them, even though they had engaged other consultants early on in their recovery process. When implemented correctly, this process will: • Monitor contractor performance • Ensure contract and force account work is staying within eligible scope • Track costs associated with projects by site • Gather all documentation for reimbursement requests and closeout • Determine when a version will be needed • Identify mitigation measures • Track time extensions Direct Administrative Costs (DAC) Documentation and Reporting The FEMA Public Assistance Program allows applicants to submit DAC for the administration of projects that are directly related to a PW. FEMA will reimburse 75% of those costs if Wri — documented correctly. Edit Your lime Entered Recognizing the importance and potential hCAY n1tlR FnN,tO cost savings to our clients, CDR Maguire v"��, ,-- 42.4!ALIA ,+w. developed a DAC tracking function inside "". ' D eu pdttr am», CDR Disaster Pro that will allow for time spent A,�' i'"` onat t, "'0e a °" Y on specific PWs to be captured and :—.7,Z0(61 0: e ° subsequently submitted as DAC, not only for °' `�" „....„6 :”'- the CDR Maguire Team but for the client's P°`"'°"K" • staff as well. �,e.were r04,e::ed a d v...a:ec na'. All tracking is done at the site-specific leveli.,., ,. utilizing activities identified in the"PA Program u / Indirect and Direct Administrative Activity List" ensuring strict adherence to FEMA guidance. Our process has withstood the scrutiny of OIG Audits as evidenced in our engagement with Larimer County, CO. eCDR MnouiRE 29 16E 6 CA-r ( o14%/Zty Disaster Recovery Consulting Services—RFP 17-7116 Reporting Throughout the entire engagement, customized reports can be generated to accommodate all These reports can include: Consortium stakeholder needs and requests, mm including but not limited to, the financial Budget status overview of the disaster, reimbursement Schedule of future activities amounts in total, broken up by grant and by 0- 1;1011144e, project, project status, staffing projection and 0 Current and projected staffing levels schedules. CDR Maguire understands the importance of clear, consistent reporting to the Logistics needs Consortium and has prepared reporting Status of Project Worksheets(draft, submitted to templates which can be customized to the meet FEMA, in review,awarded,obligated, closed) the city's needs. The frequency of reporting will be determined by the city and can be issued on 0 Documented issues and status any time frame required, daily, weekly, bi- weekly, monthly or quarterly. Conclusion In conclusion, we hope we have demonstrated why we believe the CDR Maguire Team is the best choice to serve the Consortium's needs. With us, you have: ✓ A Strategic Partner ✓ A Team who puts the Consortium's needs first ✓ A proven Project Tracking Tool that will assist and facilitate the disaster recovery process. With the CDR Maguire Team, you get"Experience you Trust and Service you Deserve." 11111A CDRIMWGUIRE 30 i'� 16E 6 Corner er Co my ; ,z, c)V rye ( orrsuitinq ServILA 5 - Ri ' ' TAB V: COST OF SERVICES TO THE COUNTY PRICE PROPOSAL (2017) CDR Maguire understands the Consortium seeks a contract for a five (5)year initial term with five (5)one (1)year renewal options. CDR Maguire offers the following fully"burdened" rate schedule below. These rates for pre-disaster and post-disaster assistance are the same. , These rates will be held firm through December 31, 2011. CDR Maguire requests that the Consortium consider for each option year, increasing our rates to match the Consumer Price Index (CPI), but to cap increase at three (3) percent annually. CDR Maguire suggest that the CPI series ID 'CUSR0000SA0' be used to calculate the appropriate increase. COLLIER CONSORTIUM RATES 2017-18 Position Rate Project Exeuctive $225.00 Subject Matter Expert $200.00 Project Manager $160.00 Client Liaison $150.00 Sr. FEMA Specialist $145.00 FEMA Specialist $125.00 Sr. Grant Manager $145.00 Grant Manager $125.00 Sr. Closeout Specialist $145.00 Closeout Specialist $125.00 Sr. Hazard Mitigation Specialist $135.00 Hazard Mitigation Specialist $115.00 Data Analyst $100.00 Site Inspector $100.00 Sr. Engineer $210.00 Mid Engineer $155.00 Jr. Engineer $110.00 *Additional positions and rates can be negotiated on upon request CDR Maguire tracks all personnel time that can be directly be tied back to a site on a project worksheet (PW) as Direct Administrative Costs (DAC) utilizing the CDR Disaster Pro system. This information along with the appropriate documentation will be submitted as part of any PW submitted to FEMA, which currently reimburse 75% of those costs. We have utilized this process on all our engagements since 2013 and have yet to have any of our DAC,�;M de-obligated. There are times that our clients have requested that we work on items not CDR1MAGUIRE 31 16E b ci0 er COu7/ty Disaster Recovery Consulting Services—RFP 17-7116 reimbursable under DAC, but on average, we have seen anywhere between 85-95% of covered under DAC. (1101A�'� CDRIMAGUIRE 32 16E 6 Co ye-r County Disaster Recovery Consulting Services—RFP 17-7116 TAB VI: REFERENCES #1 Jackson County Board of County Commissioners Daniele McDaniel 2864 Madison Street Marianna, FL 32448, mcdanield(cr�jacksoncountyfl.us, (850)482-9633 Services: Disaster Recovery Consulting Services. DR 4177— Severe Storms, Tornadoes, Straight-line Winds and Flooding of 2014. Disaster Recovery Consulting Services. In the Flood over 800 County roads were damaged or destroyed. Using the PAAP Pilot program CDR Maguire assisted the county in accelerating the damage road projects with total obligated cost of$24 M. Review of procurement process to ensure compliance with latest FEMA standards. CDR developed a waiver package for which was approved at 100% funding by the Governor's office. Wrote Debris plan that was approved by FEMA and allowed for 2% debris incentive for the next disaster. #2 Larimer County, Colorado Lori Hodges, Director of Emergency Management200 W. Oak Street Fort Collins, CO 80521 (970 )245-2806, hodgeslr@co.larimer.co.us DR4145 — Colorado Severe Storms, Flooding, Landslides, and Mudslides. CDR Maguire provided grant management services for FEMA's Public Assistance Program for over $85 Million in FEMA Public Assistance damages. In addition, CDR Maguire oversaw debris operations for 4 debris projects including waterway debris threats and PPDR. The Team successfully lobbied for over $9 Million in CDBG-DR funds to recoup local share match and oversaw debris operations and demolition of structures on behalf of the client. #3 Massachusetts Emergency Management Agency Erica Heidelberg, Recovery Unit Supervisor 365 East Street Tewksbury, MA 01876 (508) 820-2033, DR-4214 2015 Winter Storms. CDR Maguire Assisted the Commonwealth of Massachusetts to recover from their largest declared disaster ever which resulted in $150+ Million in damages, almost 660 applicants and 1,250 Project Worksheets (PWs). CDR Maguire conducted 100% validation of the PWs developed by FEMA ensuring all appropriate documentation was provided and only eligible costs captured. The Team provided programmatic support on a myriad of insurance issues affecting numerous PA projects including Self-Insured Retention policies, insurance denial determinations, and deductible reimbursement. Additionally, the team conducted site visits, mitigation reviews of projects to offer cost-effective strategies and solutions and provided PW obligation/encumbrance packages to MEMA for payment processing of PWs. OACDRIMRGUIRE 33 L6E 6 • Colter c aynty Disaster Recovery Consulting Services-RFP 17-7116 TAB IL: ACCEPTANCE OF CONDITIONS z CDR 1"114°U1RE 34 16E CoWr County Disaster Recovery Consulting Services—RFP 17-7116 TAB VIIL: REQUIRED FORM SUBMITTALS • Attachment 2: Vendor Check List • Attachment 3: Conflict of Interest Affidavit • Attachment 4: Vendor Declaration Statement • Attachment 5: Immigration Affidavit Certification • E-Verify Proof • Attachment 6: Vendor Substitute W-9 • Attachment 7: Insurance and Bonding Requirements • Other: Grant Forms -Certification Regarding Debarment, Suspension, and Other Responsibility ---- Matters - Primary Covered Transactions -Certification regarding Lobbying -Conflict of Interest Certification -Anticipated DBE, M/WBE or VETERAN Participation Statement -Opportunity List for Commodities and Contractual Services and Professional Consultant Services -Acknowledgement of Grant Terms and Conditions • Certificate of Authority to Conduct business in the State of Florida. • Sunbiz Report CDR HIRGUIRE 35 16E 6 Colter Cowin, m-vivetratvo Attachment 2: Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED, Please read carefully. sign In the spaces Indicated and return with your Proposal. Vendor should check off each of the following items as the necessary action is completed: XThe Proposal has been signed. XAU applicable forms have been signed and included, along with licenses to complete the requirements of the project. 4 Any addenda have been signed and included Name of Firm CDR Maguire, Inc. Address City Slate. Zip. Miami, FL 33177 Telephone „954465-8084 Email andrg,dart drm • Arr ,pciJ Representative Signature Representative Name Andre Duarts Date 8-15-2017 17.7116 Dit.aster Rocovione Conuotov SArocos 23 16E 6 Co�jer County ,. Aarf*,istrative Services Department Procunvoents vc Dmmon Attachment 3: Conflict of Interest Affidavit The Consultant certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with: RFP 17-7116 Disaster Recovery Consulting Services does not pose an organizational conflict as described by one of the three categories below: Biased ground rules -The firm has not set the"ground rules"for affiliated past or current Collier County project identified above (e.g.,writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity -The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information -The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor I consultant must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the "sunshine") or through non-public (not in the "sunshine") conversation (s), meeting(s), document(s) and/or other means. 3. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise)which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Firm:CDR Maguire Inc. / / 47 Signat.. - . r +r i.. ./, 1 I Print Name: Andre Duart Title of Signatory: Chief Operating Officer State of -4 C'__(N,.1 4 County of tt�).,,,,,-4._„.v.4.... ..— SUBS RIBEJ AN* SWORN t9 before me this A J"\Ar.\ ..._._,day of t-t0C-L S �_.....,._, 20 1-4-, ..___ by ; t. r , who is personally known to me to be the N.,1 + Cr\(.. ...WNW ;.c for the Firm, OR who produced the following identification S `t ,iri. I L' ,, w .1. 1 ` "e f `) ,:—..v._.r. h�-'7 -91 c- + -} ( iota y Publlt Commission Expiration 17-7116 Disaster Recovery Consulting Services 24 16E tier County Aernraireet StMAC*S 04$41artnAr4 V.004'0-'11,4 1.4ft-X266 Attachment 4 Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples Florida 34112 RE: RFP 17.7116 Disaster Recovery Consulting Services Dear Coirimissioners. The undersigned, as Contractor declares that this proposal 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 Contractor agrees, if this proposal is accepted, to execute a Gather County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the proposal pertains, The Consultant states that the proposal is based upon the proposal documents listed by the above referenced RFP 174118 Disaster Recovery Consulting Services (Proposal Continued on Next Page) 16 LAaste, Recovorf CookkAN Stfvtte% 25 16E6 PROPOSAL CONTINUED IN WITNESS WHEREOF,WE have hereunto subscribed our names on this 1. JL day of August _ 2017 in the County of Boulder the State of _Colorado Firma Legal Name CDR Maguire, Inc. Address P.O. Box 771750 City,State‘ Zip Code Miami, FL 33177 Florida Certificate of 827186 • Authority Document Number Federal Tax Identification FEIN 05-031821 Number CCR #or CAGE Code 786-235-8534 Telephone FAX alf Signature hy Andre Duart and vems6 Titie Chie Operating wr icer Additional Contact Information Send payments to: .t „me if dttleood from woo) Company name used as payee Contact name Tt1e Addless CityState ZIP Teeptene FAX Email Office servicing Collier County to place orders eccured t(fewest Imps stove) Contact name T,110 Address Cdy.State ZIP Tektpeoce Erna?! ) 174116 CP 5Als ivi•-•Recovery Censueng Sen,KVS 16E 6 Ca »County Administrative Services Department Attachment 5: Immigration Affidavit Certification Solicitation: REP 17-7116 Disaster Recovery Consulting Services This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (lTB's) and Request for Proposals (RFP) submittals. Further, Vendors / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Ver ro.ram may deem the Vendor/Bidder's proposal as non-responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e)of the Immigration and Nationality Act("INA"). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A(e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's/Bidder's proposal. Company Name CDR Maguire, Inc. _.._..._ Print Name Andre Du Title Chief Operating Officer Signature Date 8-15-2017 State of iuVL,:tt U :j,( County of lb, The foregoing instrument was signed and acknowledged before me this&day of " 201 ,by who has produced _ as identification (Print or Type Name) (Type of Identification and Number) li.tao Public Signatu e 7 PprgedName of Notary -ublic Notary Commission Nu ber/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein,the truth and accuracy of this affidavit to interrogatories hereinafter made. 17-7116 Disaster Recovery Consulting Services 16E 6 Company ID Number: 19170 Client Company ID Number: 1114082 Approved by: Employer CDR Maguire Inc Name (Please Type or Print) Title Andre Duart COO Signature «�QQi Date July 28, 2016 E-Verify Employer Agent NCYCLES Name (Please Type or Print) Title Kelly Lang Signature Date Electronically Signed 07/28/2016 Department of Homeland Security—Verification Division Name (Please Type or Print) Title Signature Date Page 21 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent I Revision Date 06/01/13 16E 6 Company ID Number: 19170 Client Company ID Number: 1114082 Information Required for the E-Verify Program Information relating to your Company: CDR Maguire Inc Company Name 8669 NW 36th Street Miami, FL 33166 Company Facility Address Company Alternate Address County or Parish MIAMI-DADE Employer Identification Number 050318211 North American Industry 541 Classification Systems Code Parent Company Number of Employees 10o to 499 Number of Sites Verified for 9 Page 22 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent I Revision Date 06/01/13 �-� 16E Ver, ee�W Company ID Number: 19170 Client Company ID Number: 1114082 Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: FLORIDA 1 site(s) COLORADO 1 site(s) CONNECTICUT 1 site(s) GEORGIA 1 site(s) IOWA 1 site(s) MASSACHUSETTS 1 site(s) PENNSYLVANIA 1 site(s) RHODE ISLAND 1 site(s) TENNESSEE 1 site(s) Page 23 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent I Revision Date 06/01/13 (=at,'" 16E • Ct' ter Coserity Airrovizati4e cepa...mum Attachment 6: Vendor Substitute W 0 Request for Taxpayer Identification Number and Certification in accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes fiom individuals and companies who do business with the County(including social security numbers if used by tnu individual or company for tax reporting purposes), Florida Statute 119„071(5) require that the county noti'y you in writing of the reason for collecting this information, which wit be used for no other purpose than herein stated Please complete all information that applies to your business and return with your quote or proposai, 1. General Information(provide all Information) • „ rn Taxpayer Name (es Mown on income tax return; Business Name_CDRMaguire, Inc. .. different from taxpayer name) Address* P-0, Box 771 Z50, City Miami state Florida zp _33171_, Telephone 78 -235-8534 FAX 7a6-235-8501 Emao....andleSktart@r&M?gtlife.COM Order information Remit I Payment information Andress ----- AddressP.O. Box 771750 City State Zge City Miami SFL FAx FAx 786-235-8501 Ernao Erlag _andre,d gart@gd rmagUirp,com 2, Company Status(check only one) inoivatuai SaleProprietor harinersiv 11'41 15 Orsester ccery Consueole Seriares Zs 16E 6 Tax ExamPi t eller i maims tax-er*e ra at eratty #..rinsed Liaomy Company �. utader interna:Revenue Service t wd&tlaes 3 C 50t (c) C Enter the tax classification 10 DTrgarafta,Entay, Colpwation. Partna_latvi 3, Taxpayer Identification Number(for tax reporting only) Federai Ta* kientification Number(TIN)....lecieral.Fmployerrlia—no.,. (FEIN): 05.0318211 (vendors who do not nave a TIN,wasp to redoned tie prowde a mal securely manna!anor to an award of tt€e contract l 4, Sign and Date Form Certification under r 4,nattres of :R !toddy that the filionnwhon shown on this term rs correct to tray rare acrd e eraarxara" , 4 °art_.8-15-2017: . .. . t•tle ief era�in O�cer • • _.��... 9�__.. e _ �. Phone?gumbo!'_186723578.534 17x71 Dwastor Recuerv.Coru,utkig SON.COS. 1 6 E 6 tier COW/IN Aka-rola-ow Osem.eiDerAnevei PKSI, '',eraVatft Attachment 7: insurance and Bonding Requirements Irisurance I Bond Type Required UMW; 7 Worker's Statutory Limits of Florida Statutes. (Theeter 440 and all Federal Government Compensation Statutory Limits and Requirements 2 Z Employer s Liability $100,“4singe brad per occurrence 3 Commercial General Bodily Injury and Property Damage Liability(Occurrence Form) patterned after the current $1.,000,000 single limit per occurrence, $2,000,000 aggri rate for Bodily equity ISO form Liability and Property Damage Liability. This shall include Premises and Operations; independent Contractors; Products and Completed Operations and Contractual Liabrnty 4. El indemnification To the maximum extent',ermined by Florida law, the Contractor/ Vendor/Consultant shall indemnify and hold harmless Collier County,its officers and employees from any and all liabilities,damages, losses and costs, including but not limited to, reasonable attorneys'fees and paralegalsfees, to the extent caused by the negligence, recklessness,or intentionally wrongful conduct of the ContractorA/endor/Consultant or anyone employed or utilized by the Contractor/VendoriConsultant in the performance of this Agreement, This indemnification obligation shall not be construed to negate,abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph, This section does not pertain to any incident arising from the sole negligence of Collier county. 4 itgo Automobile Liability $jQQ 000 Each Occurrence;Bodily Injury & Property Damage. Owned/Non-ownediiiired; Automobile Included 5 Z. Other insurance es 0 Watercraft $ _ Per Occurrence noted o United States Longshoremen's and Harborworkees Act coverage shot)be maintained where applicable to the completion of the work, S Per Occurrence o Maritime Coverage(Jones Act)shall be maintained where applicable to the completion of the work, $ Per Occurrence ID Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence o Pollution $ Per Occurrence E Professional Liability $1,000,000 Per Occurrence * 5 500,000 each claim and in the aggr *ate * $1, et, *4 each claim and in the aggregate • $2.000,040 =eel) claim and in the aggregate Professional per claim and in the ; regatil • $1,000000 per claim and in the aggregate • $2,000.000 per claim and in the aggregate • • 16E 6 0 Valuable Papers Insurance S Per Occurrence Employee Dishonesty tCrime Pee occurrence including Employee Theft, Funds Transfer Fraud, include a Joint. Loss Payee endorsement naming Collier County. 6. 0 Brad bend Shad be submitted with propose!response in the form of certified funds cashiers"check or an irrevocable letter of credit,a cash bond posted with the Co my Clerk,or proposal bond in a sum equal to 5% of the cost proposal, All checks shad be made payable to the Collier County Board of County Commissioners on a bank or trust company lockd in the State of Florida and insured by the Federal Deposit insurance Corporation 7. [J Performance arid Far projects in excess of$200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award,and written for 100% the Contract award amount, the cost borne by the Proposer receiving an award, The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner, provided,however,the surety shall be rated as 'A,"or better as 10 general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5%of aim reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, publish by kfM1 Best Company Inc of 75 Fulton Street, New York, New York 10038 B. 2 Vendorshall ensure that ali subcontractors comply with tate same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions 9 E Collier County must be named as-ADDITIONAL INSURED'on the insurance Certificate for Commercial General Liability where required. 10 2 The Certificate Holder shall be named as Collier County Board of County Commissioners,OR, Board of County Commissioners in Collier County,OR Collier County Government,OR Collier County The Certificates of insurance must state the Contract Number, or Project Number, or specific Project description,or must read: For any and all work performed on behalf of Collier County, 11, E Thirty(30)Days Cancellation Notice required RLC 71712017 Vendors insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five(5)days of the award of this semi:tat on, Name of Firma CDfM-•ut r In Date 8-15-2017 Vendor Signature Print Name Andre 1 uart INV insurance Agency MDW Insurance Group Agent Name Carrie Worle Telephone Number (9.64) 616-6048 Dassiteir ReC,OVIgN C.#tra tem c Services 31 16E 6 EXHIBIT B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity(Federal, State or local)with commission of any of the offenses enumerated in paragraph (I)(b)of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local)terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Andre Duart Disaster Recovery Consulting Services Name Project Name Chief Operating Officer RFP 17-7116 Title Project Number CDR Maguire 05-0318211 Firm Tax ID Number 097451520 DUNS Number P.O. B. 71750 Miami, FL 33177 Street •dres i ip Signal re GCA-2 ; 16E 6 EXHIBIT B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Certification Regarding Lobbying The undersigned CDR Maguire (Vendor/Contractor) certifies, to the best of his or her knowledge and belief,that: (1) No State appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a member of the Legislature, an officer or employee of the judicial branch, or an employee of a State agency in connection with the awarding of any State contract, the making of any State grant, the making of any State loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any State contract, grant, loan, or cooperative agreement. (2) No grantee, nor its persons or affiliates, may employ any person or organization with funds received pursuant to any State agreement for the purpose of lobbying the Legislature, the judicial branch, or a State agency. The purpose of lobbying includes, but is not limited to, salaries, travel expenses and per diem, the cost for advertising, including production costs; postage; entertainment; and telephone and telegraph; and association dues. The provisions of this paragraph supplement the provisions of section 11.062, Florida Statutes, which is incorporated by reference into this solicitation, purchase order or contract. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements)and that all subrecipients shall certify and disclose accordingly. The Vendor/Contractor, CDR Maguire , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 11.062, Florida Statutes., apply to this certification and disclosure, if any. Andre Duart Name of Authorized Official Chief Op: -tin•#ffi� Title / +f Signature of Vendor/Contractor's Authorized Official 8/ .117 Date GCA-3 16E 6 EXHIBIT B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Conflict of Interest Certification 17-7116 Collier County Solicitation No. I, Andre Duart , hereby certify that to the best of my knowledge, neither I nor my spouse, dependent child, general partner, or any organization for which I am serving as an officer, director, trustee, general partner or employee, or any person or organization with whom I am negotiating or have an arrangement concerning prospective employment has a financial interest in this matter. I further certify to the best of my knowledge that this matter will not affect the financial interests of any member of my household. Also, to the best of my knowledge, no member of my household; no relative with whom I have a close relationship; no one with whom my spouse, parent or dependent child has or seeks employment; and no organization with which I am seeking a business relationship nor which I now serve actively or have served within the last year are parties or represent a party to the matter. I also acknowledge my responsibility to disclose the acquisition of any financial or personal interest as described above that would be affected by the matter, and to disci* .e any interest I, or anyone noted above, has in any person or organization that does become involved in, or,'`. affec at date by, the conduct of this matter. Andre Duart I Name ign ture Chief Operating Officer :/15/17 Position Date Privacy Act Statement Title I of the Ethics in Government Act of 1978 (5 U.S.C. App.), Executive Order 12674 and 5 CFR Part 2634, Subpart I require the reporting of this information. The primary use of the information on this form is for review by officials of The Justice Department to determine compliance with applicable federal conflict of interest laws and regulations. Additional disclosures of the information on this report may be made: (1) to a federal, state or local law enforcement agency if the Justice Department becomes aware of a violation or potential violation of law or regulations; (2)to a court or party in a court or federal administrative proceeding if the government is a party or in order to comply with a judge-issued subpoena; (3)to a source when necessary to obtain information relevant to a conflict of interest investigation or decision; (4) to the National Archives and Records Administration or the General Services Administration in records management inspections; (5)to the Office of Management and Budget during legislative coordination on private relief legislation; and (6) in response to a request for discovery or for the appearance of a witness in a judicial or administrative proceeding, if the information is relevant to the subject matter. This confidential certification will not be disclosed to any requesting person unless authorized by law. See also the OGE/GOVT-2 executive branch-wide Privacy Act system of records. GCA-4 16E EXHIBIT B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY ANTICIPATED DISADVANTAGED,MINORITY,WOMEN OR VETERAN PARTICIPATION STATEMENT Statat wd be;trifled Umertfabie statuses wvil requ re me PP.ME to either provde a revised statement or provide source documentation that ya,idates a ST3TUS A. PRIME VENDOR/CONTRACTOR INFORMATION ........ PRIME NAME PRIME FE 0 NUFABER CONTRACT DOLLAR AMOUNT CDR Maguire Inc 05-031821 5 THE PRIME A FIORDA-CERTINED D5ADvAtiTAGED. ,,,ETESLAN V CI 5 rtie ACTIVITY OF ThIS CONTP.ACT ' .ORTY OR 'r .'EN EUS,NESSENTEPPRiSE; oe v CONSTRUCTION 7 ,..DBUNIBE/WEEi OP hAvE A SMALL DiSADVANTAGED BUSINESS BA CfRTIf4CAPON.FROM THE SMALL BUSINESS mse Y CONSOLTAT,ON? 0 ADMIN5TRATION; A SERVICE DISABLED VETERAt., WEE, Y OTHER)• spa sA7 Y 9 IS Tkt.S SUBMISSON A REVISION? Y VES,FE. UN NUMBER B. If PRIME HAS SUBCONTRACTOR OR SUPPUER WHO IS A DISADVANTAGED MINORITY,WOMEN-OWNED SMALL BUSINESS CONCERN OR SERVICE DISARM VETERAN,PRIME IS TO COMPLETE THIS NEXT SECTION DBE MANSE SUBCONTRACTOR OR SUPPLIER TYPE Of WORI OR ETIIN/CITY CODE SUB/SUPPLIER PERCENT OF CONTRACT VETERAN NAME SPECIALTY iSee Below) DOLLAR AMOUNT DOUARS DBE RJ Behar&Company Inc Engineering 50,000 10 C. SECTION TO BE COMPLETED BY PRIME VENDOR/CONTRACTOR NAME OF SUBMITTER DATE TITLE OF SUBMITTER Andre Duart 8/15/17 Chief Operating Officer EMAIL ADDRESS OF PRIME iSUBMITTER) TELEPHONE NUMBER FAX NUMBER Andre.Duart@cdrmaguire.com 954-465-8084 786-235-8501 NOTE Thts information is used to track and report anticipated DISE Of MBE.participation in federally-funded contracts The antic pated DEE or MBE amount is vOuritary and iII not become part of the contractual terms This form must be submitted at time of response to a solicitation land,.hen awarded a County contract,the prime be asked to update the information for the grant compliance files. aPBRUtree. slack American BA hispanic American ItA Native American NA Subcont Asian Arnencan SAA AslayfflacifIc American APA Non-Minority Women NMW Ocher:not of any other group listed 0 D.SECTION TO BE COMPLETED BY COLLIER COUNTY DEPARTMENT NAME COLLIER CONTRACT*,F NP or PO'REO GRANT PROGRAM COriTPAC ACCEPTED Br DATE GCA-5 16E 6 EXHIBIT B GRANT CERTIFICATIONS AND ASSURANCES CCW .kif ANT',CRAW COMPLiAryrLE FOPm 1310 OPPORTUNITY LIST FOR COMMODITIES AND CONTRACTUAL SERVICES AND PROFESSIONAL CONSULTANT SERVICES ft.s Me pohc,-of COher County,thr cruad.orttogtd ousinesses w mv,or;ly vendors,as defined in the Code of federal fiegtaat,ons jcFP.,,Or Fior2dc;Statutes:PS),must have the opportunity co porCe‘oate on contracts Wth federal'on /Of crate grant assItonce Prime Contrattor/Prime Consultant, CDR Maguire Inc. Address and Phone Number P.O. Box77175 Miami, FL 33177 Procurement NurriberlAdvertisement Number: 17-7116 The list below is intended to be a listing of firms that are,or attempting to,participate on the project numbered above. The list must Include the firm bidding or quoting as prrme,as well as subs and suppliers quoting for participation Prime contractors and consultants must provide rnformation for Numbers 1,2,3.and 4;and,should orchid*an information they have for Numbers 5;6,7,and S. Thu form must be submitted with the bid package _ 1 Federal Tax ID piumbe, 05-031821 6 DBE 3 Annual Gross Receipts z. Firm Name CDR Mauire _ rion-DBE Less than 5 1 in4lion —. 3 Phone Number (786)235-8534 between 5 1-5 mi bion 4. Address P_O.Box77175 7 _Between 5 5-10 mrlrion ,. ,[3 , Miami Ft 33177 7 ,ubcontractor Between 3 10-15 mition — . Surxonsultant more than 5 15 million , 5. year Firm Established . . .. : 1, Federar Taff ifl Number 11-7167170 5.E DBE 3 Annual Gross Receipts 2 firm Name Stantec Non-DBE Less than 5 1 mil kon —. 3. Phone Number 239-649-4040 Between S 1-5 million S. Askiress 5801 Pelican Bay Blvd _ _Between;5-10 million Suite 3000 7 Subcontractor Between S 10-15 million Naples, FL 34108 7 Subconsuftant —7 More than;15 ma Iron — — . 5 rear Firm Established 1954 1 Feder a,Tax 0 Number 6 E 066 3 Annual Gross Pece•pts —...... 2 Firm name Hagerty Non-DBE Less than 3 1 million ....... 3 Phone Number (847)492-8454 Betv.een S 1-3 milker .3 Address 1618 Orrington Ave.. _.....ISetween 3 5-10 million Suite 201 7, MI Subcontractor Between;1615 million Evanston, IL 60201 El Sutxonsurtant Mort than 5 15 million _ 5. Year Firm Established 1. Federal Tax i0 Number 650954070 6.El DEE 5 Annual Gross aecepts — 2, Firm NaMe RJ Behar &Company Inc. Non,DBE _.Less than;1 million 3. Phone Number (954) 680-7771 Between 5 1-5 rntilion . 4. Address 6861 SW 196 Avenue x Between 5 5-10 million ...—. Suite 302 7. Subcontractor Between 5 10.15 million Pembroke Pines, FL 33332 X SubCOnsultant More than 5 15 mitlion 5. Year Firm Established 1999 la LH-b f.' 16E 6 EXHIBIT B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Acknowledgement of Terms, Conditions and Grant Clauses Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient 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. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. Certification On behalf of my firm, I acknowledge, and agree to perform all of the specifications and grant requirements identified in this solicitation document(s). Vendor/Contractor Name Stantec Date 8/16/17 Authorized Signature Address 5801 Pelican Bay Blvd.Suite 300, Naples, Florida 34108 Solicitation/Contract# RFP 17-7116 GCA-7 wti: 16 E b EXHIBIT B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Acknowledgement of Terms, Conditions and Grant Clauses Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include In the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient 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. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. Certification On behalf of my firm, I acknowledge, and agree to perform all of the specifications and grant requirements identified in this solicitation document(s). Vendor/Contractor Name Hagerty Consulting, Inc Date 8/16/17 Authorized Signature., 40oC l f rf,vo Address 1618 Orrington Ave, Suite 201, Evanston, IL 60201 Solicitation/Contract# RFP 17-7116 GCA-7 16E 6 EXHIBIT B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Acknowledgement of Terms, Conditions and Grant Clauses Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient 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. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. Certification On behalf of my firm, I acknowledge, and agree to perform all of the specifications and grant requirements identified in this solicitation document(s). Vendor/Contractor Name R.J. Behar&Company, Inc. Date 8/16/17 Authorized Signature Address 6861 SW 196 Avenue, Suite 302 Pembroke Pines, Florida 33332 Solicitation/Contract# RFP 17-7116 GCA-7 1 16E 6 State of'Florida Department of State I certify from the records of this office that CDR MAGUIRE INC. is a Delaware corporation authorized to transact business in the State of Florida,qualified on December 16, 1971. The document number of this corporation is 827186. I further certify that said corporation has paid all fees due this office through December 31,2017,that its most recent annual report/uniform business report was filed on February 15,2017,and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Fifteenth day of February, 2017 iYi 3 T , f: rE b* 41,4r.-41::...1 Secretary= of State -Tracking Number:CC/482326312 To authenticate this certificate,visit the following slte,enter this number,and then follow the instructions displayed. ittpsalseroticessunbiz.orglFicings/Certificate0lStatus/CertifleateAuthentieation 16E 2017 FOREIGN PROFIT CORPORATION ANNUAL REPORT FILED DOCUMENT#827186 Feb 15, 2017 Entity Name: CDR MAGUIRE INC. Secretary of State CC7482326312 Current Principal Place of Business: 8669 NW 36 STREET SUITE 340 DORAL, FL 33166 Current Mailing Address: 8669 NW 36 STREET SUITE 340 DORAL, FL 33166 US FEI Number: 05-0318211 Certificate of Status Desired: Yes Name and Address of Current Registered Agent: DUART,CARLOS A 8669 NW 36 STREET SUITE 340 DORAL,FL 33166 US The above named entity submits this statement for the purpose of changing its registered office or registered agent,or both,in the State of Florida. SIGNATURE: Electronic Signature of Registered Agent Date Officer/Director Detail : Title PTD Title S Name DUART,CARLOS A Name KERR,KATRINA Address 8669 NW 36 STREET Address 8669 NW 36 STREET SUITE 340 SUITE 340 City-State-Zip: DORAL FL 33166 City-State-Zip: DORAL FL 33166 Title VP Title EXECUTIVE VP Name AMORELLO,MATTHEW Name DUART,ANDRE Address 2 GRANITE AVENUE Address 8669 NW 36 STREET SUITE 150 SUITE 340 City-State-Zip: MILTON MA 02186 City-State-Zip: DORAL FL 33166 Title VP,DIRECTOR Title VP Name MACEY,MATTHEW Name STOCK,DAVID Address 503 MARTINDALE STREET Address 2080 SILAS DEANE HIGHWAY 6TH FLOOR City-State-Zip: ROCKY HILL CT 06067 City-State-Zip: PITTSBURGH PA 15212 Title CAO Title VP,DIRECTOR Name VIDAL,TINA Name WU,YIHUI Address 8669 NW 36 STREET Address 225 CHAPMAN STREET SUITE 340 4TH FLOOR City-State-Zip: DORAL FL 33166 City-State-Zip: PROVIDENCE RI 02905 Continues on page 2 I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath;that l am an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607,Florida Statutes;and that my name appears above,or on an attachment with all other like empowered. SIGNATURE:CARLOS A. DUART PRESIDENT 02/15/2017 Electronic Signature of Signing Officer/Director Detail Date 16E 6 Officer/Director Detail Continued : Title D Title CEO,DIRECTOR Name SACCOCCIO,MARK Name DUART,CARLOS E Address 2 GRANITE AVENUE Address 8669 NW 36 STREET SUITE 150 SUITE 340 City-State-Zip: MILTON MA 02186 City-State-Zip: DORAL FL 33166 Title VP Title VP Name PARKER,EDMUND Name SHADLE,STEPHEN Address 225 CHAPMAN STREET Address 503 MARTINDALE STREET 4TH FLOOR 6TH FLOOR City-State-Zip: PROVIDENCE RI 02905 City-State-Zip: PITTSBURGH PA 15212 16E 6 DATE(MM/DD/YYYY) ACORDD CERTIFICATEOF LIABILITY INSURANCE ‘,.....--- 10/11/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED 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 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). PRODUCER CONTACT Carrie Worley HUB International of Florida PHONE FAX FAX 954-616-6410 362 Minorca Ave (A/C,No.Est): IA/c.N. Coral Gables FL 33134 EDI IIL Carrie.worley@hubinternational.com INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Hartford Casualty Insurance Co 29424 INSURED CDRMA-1 INSURER B:Twin City Fire Insurance Co 29435 CDR Maguire Inc. INSURER C:Security National Ins.Co. 33120 P.O. Box 771750 Miami FL 33177 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 719163392 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 TYPE OF INSURANCE j-TAME SOW POLICY EFF POLICY EXP LIMITS LTR 1 INSD VD POLICY NUMBER (MDD/YYYY) (MM/DD/YYYY) A x COMMERCIAL GENERAL LIABILITY Y 21UUNAN4186 3/1/2017 3/1/2018 EACH OCCURRENCE $1,000,000 _ DAMAGE TO D CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) $300,000 X Valuable Papers MED EXP(Any one person) $10,000 X $150,000 PERSONAL&ADV INJURY $1,000,000 GE AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY X !IV? LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ 3/1/2017 3/1/2018 COMBINED SINGLE LIMIT $ A AUTOMOBILE LIABILITY 21 UUNAN4186 (Ea accident) 1,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OS AUTOS SCHEDULED BODILY INJURY(Per accident) $ X HIRED AUTOS X AUTOS NON-OWNED PROPERTY DAMAGE $ AUTOS (Per accident) $ A X UMBRELLA LIAB X OCCUR 21XHUAN3162 3/1/2017 3/1/2018 EACH OCCURRENCE $1,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $1,000,000 DED X RETENTION$10,000 $ g WORKERS COMPENSATION 21WEAH4430 3/1/2017 3/1/2018 X PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N I A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 C Professional Liability SES1332656 3/1/2017 3/1/2018 1,000,000 Each Claim 2,000,000 Agg. Pollution Liability $250,000 Deductible Full Prior Acts DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Project: 17-7116 Disaster Recovery Services. Collier County Board of County Government is listed as additional insured on General Liability coverage when required by written contract, subject to terms, conditions,and exclusions of the policy. 30 days notice of cancellation for any reason other than non-payment of premium is provided. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Collier County THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Procurement Services ACCORDANCE WITH THE POLICY PROVISIONS. 3295 Tamiami Trail East Naples FL 34112 AUTHORIZED REPRESENTATIVE ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD