Loading...
Backup Documents 10/24/2017 Item #16E 6 (Aptim Environmental) ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 16 E 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 to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents minerIILL��� ounty Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the donpqnt redj complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and fofvrdrtl ti+4tlf,44jr Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date/ 1. Risk Risk Management RIS �egement Ill Z�1�7 2. County Attorney Office County Attorney Office 414 4. BCC Office Board of County Commissioners VIO/t \\\6\V'k 4. Minutes and Records Clerk of Court's Office Rn 4.6 5. Procurement Services Procurement Services PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared e Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additio al 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 Agenda Item Number 16.E.6 Approved by the BCC Type of Document Contract Number of Original Documents 1 Attached Attached PO number or account N/A 17-7116 Disaster Recovery Aptim Environmental,CDR number if document is Consulting Services Maguire,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, whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signa re STAMP OK N/A 2. Does the document need to be sent to another agency for a.'' '• al signa es? 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 k; :A is not the meeting have been incorporated in the attached document. The County :option for Attorney's Office has reviewed the changes,if applicable. s line. 9. Initials of attorneyverifying that the attached document is the version approved bythe Ste.C - `i fy� g pp � is not BCC,all changes directed by the BCC have been made,and the document is ready for t' - � .option for Chairman's signature. is line. n.. 16E 6 MEMORANDUM Date: November 7, 2017 To: Barbara Lance for Brenda Brilhart, Procurement Services From: Martha Vergara, Deputy Clerk Minutes & Records Department Re: Contract #17-7116 "Disaster Recovery Consulting Services" Contractor: Aptim Environmental 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 6 AGREEMENT 17-7116 for Disaster Recovery Consulting Services THIS AGREEMENT, made and entered into on this 24* day of CleAcber 2017, by and between Aptim Environmental & Infrastructure, Inc., authorized to do business in the State of Florida, whose business address is 4171 Essen Lane, Baton Rouge, Louisiana 70809, (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" Page 1 of 13 #17-7116&Disaster Recovery Consulting Services Aptim Environmental&Infrastructure,Inc. 16E 6 Scope of Services, including Grant and FEMA exhibits and addendum, and Exhibit 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 Page 2 of 13 #17-7116&Disaster Recovery Consulting Services Aptim Environmental&Infrastructure,Inc. 16 E 6 • 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. 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: Aptim Environmental & Infrastructure, Inc. 4171 Essen Lane Baton Rouge, Louisiana 70809 Attention: Walter Kipp Nelson, Director, Disaster Management Services Telephone: (985) 507-2011 Email: Kipp.Nelsonaptim.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: DanielSummers{a7colliergov.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 Page 3 of 13 #17-7116&Disaster Recovery Consulting Services Aptim Environmental&Infrastructure,Inc. 16E 6 shall comply with all rules, regulations and laws of Collier County, the State of Florida, or 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 Aptim Environmental&Infrastructure,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. Page 5 of 13 #17-7116&Disaster Recovery Consulting Services Aptim Environmental&Infrastructure,Inc. 16E 6 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 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 Aptim Environmental&Infrastructure,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 Aptim Environmental&Infrastructure,Inc. • 16E 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 Aptim Environmental&Infrastructure,Inc. f 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-FMOPScolliergov.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 Aptim Environmental&Infrastructure,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' %s 'TY, FLORIDA Dwight E. Brock, Clerk of Courts • By).\(.. ,'--._ 1adh'- By: _ ..✓_.. .L , �-r Penny Tay ' hairma, Dated: INA)�W1 K ( 1)4,; _.........(SEAL) , Attest as to Chairman's_ signature only. Consultant Witnesses: Consultant APTIM ENVIRONMENTAL & INFRASTRUCTURE, INC. / / � �i ' By: G 1' I First Witness ` Signature e‘vkliAti J. O.,i ► 1- /Dice avv;CU'eic9 mcor, P-eficAri-3 fType/print signature and titleT 26— 71- --/- �e int witness nameT cond Witness TType/print witness name'' A,prov-•1:sto 'o and ega ty: —I 1► "41. . -"Co nt •ttorn r Print Name Page 10 of 13 #17-7116&Disaster Recovery Consulting Services (-7 Aptim Environmental&Infrastructure,Inc. 16E 6 EXHIBIT A - FEE SCHEDULE Classification Pre-Diaster Hourly Rate Pos-Diaster Hourly Rate Prinicpal $190 $200 Project Manager $175 $185 Project Coordinator $115 $125 Senior Consultant $170 $180 Consultant $160 $170 Junior Consultant $150 $160 Administravie $80 $90 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 Aptim Environmental&Infrastructure,Inc. 16E EXHIBIT B — REQUEST FOR PROPOSAL (Also attached hereto following this page) Page 12 of 13 #17-7116&Disaster Recovery Consulting Services Aptim Environmental&Infrastructure,Inc. 16E 6 EXHIBIT B REQUEST FOR PROPOSAL Co!'Lier Comity Administrative Sendces Department Procurement Services Division 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. PsymonentSertims[eaon•33[7TanaamiTrailEast•Naoies.Panda34112•t301•239.252.8407•anva.cz3V3 ry+,a.rtcpuxurenientsertNtes _ w 16E 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 1 6 E 6 Colter County Administrative Services Department Procurement Services Obis 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 brendabrihartcolliergov.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 Atatmo#;uss-es Owartwli 3O i,'a,ai iial Eat•Was R•;,g;,';4 MPJ.•,vw.U.NOy 17-7116 Disaster Recovery Consulting Services 3 :„y 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 bE b 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 Ill: 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 on 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 6 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 6 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.collieroov.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 !6E 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 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 ��u 16E 6 Exhibit III: 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 o11 Cit,: 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 • 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: bccapclerk(a�collierclerk.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 6 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(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. 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 6 they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the Bidder/Vendor 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 21 16E 6 co/tier county Administrative Services Department F•ocurement 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: Tate 17-7116 Disaster Recovery Consulting Services 22A ', 16E 6 Colter 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: Da`.e 17-7116 Disaster Recovery Consulting Services 23 16E 6 Cdter County Administrative Services Department P,ocurennent Services Dh:ison 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 C.; 16E 6 Cv lrer 0-1,11.1ty Administrative Services Department Procurement Sen,ces 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 colusion 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 6 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 :'? i 16E 6 Co ier County Administrative Services Department Procurement Services Division 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 Cltier County Administrative Services Department Procurement Serdirxss 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 i Coter County Administrative Services Department Pr aairenent Services D vis 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 This page is intentionally left blank. 17-7116 Disaster Recovery Consulting Services 31 16E b 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 b 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 16 � 6 EXHBIT B—GRANTING AGENCY PROVISIONS Provided in Separate File 17-7116 Disaster Recovery Consulting Services 35 16E 6 ' 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, 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 17-7116 Disaster Recovery Consulting 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 b 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 16E 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 wwwosarz .gov and the State of Florida at .... ,,.;:,. .._�Iloricia.comisinessioperationsistateipurclvvi veni r 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. OHS 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 1 6 E 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 b 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. , 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 6 EXHIBIT B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY ANTICIPATED DISADVANTAGED,MINORITY,WOMEN OR VETERAN PARTICIPATION STATEMENT Status wilt be verified. unverrfabf e statuses will require the PRIME to either proWde a revised statement or provide source documentation that validates a StaiLIS. A. PRIME VENDOR/CONTRACTOR INFORMATION PRIME NAME PRIME FED NUMBER CONTRACT DOLLAR AMOUNT IS'DIE PRIME A FLORIDA-CERTIFIED DISADVANTAGED. VIETERAN Y N STI1ELCTMTY OF THIS CONTRACT._ MI NORMOR W OM EN BUSINESS ENTE PRISE? DBE? Y N CONSTRUCTION? Y N PBEIMBENVBE1 OR HAVE A SMALL DISADVANTAGED BUSiti ESS 55 CERTIFICATION FROM PIE SMALL BUSINESS MBE? N CON91.1 L TAT ON? Y N ADMIMSTRAT1ON? A SE RVKI DISABLED VETERANI' WBE? Y N OTHER? N 505 CA? Y N IS Tit S SUBMISSION A REV1510N? Y 14 IF NES,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 OR SUPPLIER TYPE OF WORK OR ETHNICITY CODE SUB/SUPPLIER PERCENT OF CONTRACT VETERAN NAME SPECIALTY (See Below) DOLLAR AMOUNT DOLLARS TOTALS C. SECTION TO BE COMPLETED BY PRIME VENDOR/CONTRACTOR NAME OF SUBMITTER DATE TM_E OF SUB/AMER EMAIL ADDRESS OF PRIME(SUBMITTER) TELEPHONE NUMBER FAX NUMBER NOTE:Thu infocniation is used to track and report anticipated DBE or MBE participation in federally-funded contracts. The aritiopated DBE or MBE amount is voluntari and will not become part of the contractual terms. This form must be submttted at time of response to a solicitation, land when awarded a county contract,the prime will be asked to update Me information for the grant compliance files. Black AtTIONCall BA hispanic A merican HA Native American NA SUbtoilt.Asian A,merican 55.5 Asian-Pacific American APA Non-rAinority Wonien NAI1W Other:not of any other group listed o D.SECTION TO BE COMPLETED BY COLLIER COUNTY DEPARTMENT NAME oaujER CONTRACT*11F5/RFP or P0'REO. GRANT PROGRAM/CONTRACT • ACCEPTED BY: DATE GCA-5 16 E 6 EXHIBIT B GRANT CERTIFICATIONS AND ASSURANCES pID OPPORTUNITY LIST FOR COMMODITIES Ar-ID coNTRACTUAL SERVICES AND PROFESSIONAL CONSULTANT SERVICES it is the policy of Collier County that disadvantaged businesses and minority vendors,add in the Code of Federal Regulations(CFR)or Florida Statutes(FS),must have the opportunity to participate on contracts with federal and/or state grant assistance. Pnrne Contractor/Prime Consultant. Address and Phone Number: Procurement NurriberiArivertisernent 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 well 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 have for Numbers 5,6,7,and B. This form must be submitted with the bid package, 1. Federal Tax ID Number' 6.El DEE a: Annual Gross Receipts 2. Firm Name Non-DEE Less than 5 1 million 3. Phone Number Between 5 1-3 million — 4. Address Between 55-10 million 7.El Subcontractor Between 5 10-15 million Suboonsultant More than 5 15 million — 5. Year Firm Established: 1. Federal Tax 10 Number 6.El DBE B. Annual Gross Receipts 2. Firm Name Non-DBE Less than SI million —. 3. Phone NumberBetween 5 1-5 million 4. AddressBetween 5 3-10 million --. 7.B Subcontractor Between 5 10-15 million Subconsultant More than 5 13 million — 5. Year Firm Established: 1. Federal Tax ID Number 6 El DEE S., Annual Gross aaceipts 2. Firm Name Non-DEE Less than 5 1 million 3. Phone NuntherBetween 5 1-5 Million — 4. AddressBetween 5 5-10 million — 7.El Subcontractor Between 5 10-15 million —. Subconsultant More than 5 15 million 5. Year Firm Established: 1. Federal Tax ID Number e.B DBE 8 Annual Gross Receipts 2. Firm Name: Non-DBE Less than 51 million —. 3. Phone Number Between 5 1-5 million 4. Address Between$5-10 million 7.El Subcontractor -Between S 10-15 million —. Subcorsultant More than 5 15 million — 5. Year Firm Established: _ - ULM-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 Colter ' oty Email: brendabrilhart@colliergov.net Administrative Services Department Telephone: (239)252-8446 Iocuivinent Ser,lces +:*ion 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 S 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. CA!'' 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 eft 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 Aptim Environmental&Infrastructure,Inc. 16E 6 Exhibit C - Consultant's Proposal Collier County, Florida Disaster Recovery ( m RFP 17-7116 August 2017 y 1r s ,5y z•. ^ Ice 4 fi ��, m r r. ,,� ...,„ y ^ fir. t 3 9 �a�f s+,' , f ; 16c. 5 �d • 4"` ,.Q a ,!,47p ': 4;',"'7CA ,SPI;r 'fit y ' $, gyp,r` .:$ ` » 9 v i r. ti, "040' 1' Aptim Environmental & Infrastructure, Inc. ' ' <., .,. nr,,AC:I ,,, ''' 16E 6 Collier County,Florida Disaster Recovery Consulting Services Table of Contents Tab I: Cover Letter/ Management Summary 1 Tab II: Firms Qualifications 3 11.1 History, Capability and Business Ability 3 11.2 Disaster Recovery and FEMA Reimbursement Qualifications 6 11.3 Government Agencies the APTIM Team has Provided Disaster Recovery FEMA Reimbursement and FHWA Services to since 2012 8 11.4 FEMA Reimbursement in Large FEMA Declared Disasters 9 11.5 FEMA and State Appeals &Audit Experience 10 11.6 Relationships with Other Clients and Interaction with FEMA/State Agencies 11 Tab III:Specialized Expertise of Team Members 12 111.1 Personnel Assigned to Provide Disaster Recovery Reimbursement Services 12 111.2 Select Additional Supporting Personnel 16 111.3 APTIM's Commitment to Florida, Our Personnel and County Project Needs 17 Tab IV:Technical Approach 19 IV.1 Approach to Proposed Scope of Services 19 Tab V:Cost of Services to the County 29 V.1 Hourly Rates 29 V.2 Experience Effectively Managing FEMA-Reimbursable Costs 30 Tab VI: References 33 Tab VII:Acceptance of Conditions 37 Tab VIII: Required Form Submittals 38 Aptim Environmental&Infrastructure,Inc."13 RFP 17-7116 Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. i 16E 6 Tab I Cover Letter/ Management Summary , •,,,,,...,..„,,,..„,..... mmm, �., f �y3hf 5 :. Lam'6, MSR Ems• a I22 w ,-• I'd °...,. ma. >,'�. ° .,* "` a i mow` • v • • $ ri - wtl ry �AY ! ' AE `£ i• N - -):--,:A''''' zr ' � Fal ,$P.g3 °• $ a a .45...r. axax7m'm , 16E 6 Collier County,Florida Disaster Recovery Consulting Services Tab I: Cover Letter I Management Summary is APTIM August 16,2017 Edward F.Coyman,Jr. Director,Procurement Services Collier County Board of County Commissioners 3327 Tamiami Trail East Naples, Florida 34112 Subject:Request for Proposal Number 17-7116 for Disaster Recovery Consulting Services Dear Mr.Coyman: Aptim Environmental &Infrastructure, Inc.(APTIM)has developed creative construction and program management solutions for communities across the country for many years.APTIM and its affiliates have been on the forefront of emergency management innovations—helping communities plan for, respond to,recover from and mitigate against disasters for decades. Along with our team of sub-consultants, Innovative Emergency Management(IEM)and Florida Disaster Consultants(FDC),the APTIM Team is eager to provide knowledge-and experience-based disaster recovery consulting services in response to any past,present or future events affecting the Collier County Board of County Commissioners.The APTIM Team also recognizes that services may be requested through this solicitation for any included Collier County Consortium members(collectively the County)—the Collier County Sheriff's Office,Collier County Public Schools, Mosquito Control District,City of Naples, Naples Airport Authority and City of Marco Island. Our philosophy for providing successful disaster recovery consulting services is comprised of supplying quality personnel and customizable software; reducing operational lag through effective utilization of key infrastructure, project formulation,grant management,appeals and insurance recovery experience;transferring knowledge through effective training and by continuously pushing each recovery operation toward timely completion through our tested project management procedures.Our philosophy ensures project success. In relation to the County's requirements,the APTIM Team possesses decades of quality experience providing services requested by the County, including public adjusting,technical,administrative and training support, damage assessments,disaster recovery cost estimating, FEMA force account and small and large project document assembly,federal procurement requirements review and much, much more. Aptim Environmental&Infrastructure,Inc.004/1 RFP 17-7116 1116 Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. 1 16E 6 Collier County,Florida Disaster Recovery Consulting Services Beyond the County's specific requirements,and as displayed throughout our submission,the APTIM Team offers the County: - Extensive FEMA Public Assistance(PA)&Infrastructure Project Experience-We are recovery leaders with decades of PA expertise and eligibility experience with infrastructure projects at both the subgrantee and grantee levels,including hundreds of road and bridge repair/replacement projects and many coastal and beach renourishment projects. The APTIM Team is nearby and ready to mobilize as needed to provide the County with quality consulting services upon notice to proceed. - Direct Administrative Cost(DAC)and Project Management Cost Reimbursement Expertise-The APTIM Team is comprised of experts in documenting project development,grant management and project management activities necessary for optimal reimbursement from FEMA.This substantially offsets the cost of our services and creates strong value for our support to the County. - Trusted Advisors with a substantial footprint in the State of Florida-Our team members bring decades of experience providing strategic policy advisory services to this project.We are confident in our ability to assist the County in achieving the best outcomes for any recovery effort-past,present or future.APTIM has 6 office locations in Florida and over 140 staff throughout the State-this means we are prepared for a mobilization of any size to South Florida. - Professional Collaboration with All Stakeholders-By working collaboratively with internal and external stakeholders,our objective is to avoid delays, maximize eligible funding and avoid appeals. In addition, our staff have years of prior experience working directly with the Florida Department of Emergency Management(FDEM)and FEMA. This key experience.r-ience will prove invaliwble to the County's recovery. - Exceptional Project Management Skills&Software-APTIM will leverage its internal project management systems,in addition to providing the County with multiple customizable,interactive database application options.These applications have proven valuable in recovery operations across the nation. - A Cadre of Nationwide Subject Matter Experts-In addition to our key staff,we have a cadre of additional subject matter experts across the US-available for remote consultation or deployment to the project within days as needed. Our cadre previously supported recovery on dozens of disasters in nearly every role at the local,state and federal level--Including FHWA and FOOT. We hope you find that our attention to detail is evident throughout our proposal-the same attention to detail echoed throughout our work product.We look forward to working with the County to negotiate mutually acceptable terms and conditions upon award of a contract. If you should have any questions,please contact Walter Kipp Nelson,JD, Director of APTIM Disaster Management Services,at(985)507-2011 or K'pir N Isor@ , ,, ,. Sincerel , --..-."):*•,--- Tyson Hackenberg Vice President Aptim Environmental&Infrastructure,Inc. Aptim Environmental&Infrastructure,Inc.0.03 RFP 17-7116 ,tUse or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. 2 16E 6 . .....:,,::.:::,:.::„...:,.::„... ____,:,:,,,.,.:::::,„:::‘,..„,„...„..,..„,:,:,„,...,,:„„„„„„,:,,,,„,.,,;,,,,,,„:„,„„,„:„.„,„,„,„ . . ....................,................................................__....„. Tab I I : Firms a I ...,_ "."_"::,.,,,,.„,,,.....,:.„.„„„„,.„„..„,,..,:.::::„::..„„,:„„,.,,,.,:.„,,,.,:„,.:::,..„..,„„:„„.„.„„„..:..„„,.„..:,„.,.,:„,:.:,..„,......:::,:. ...„......„„...........L,,,,:,g,„„„„„„„„„„„„„„:„,:„,:,..„,:„„„,,„„„„„„„,„,,,,:„.,....,„„:„.,,,,,,,,,,„:,,,,,,„„„„...,„,..,,,.,............„,„:„:„..,:,,,,., .... _,.,,,..,,,...,".".,,:,:,:.„„„„„„„,.,,,,.„,,„„,„„..,„„„„„„„.„,,..:„,,,,...,,g,,„,„,. ..,,,,..,,,„,„„,„...„:,,,,„,,„.„„:,,,,,,„:„,a,:,:,.......„..,,,,„,,,,„,:„:„.....,.„.,,.,,,.:,:„.,„:,:,.,„„.„„„,:,:i.„„„„„,:,::.,.....„ ...:..,..::.,.:....„,....:,:,:.:.,.::.:.:,,:,,:.::„..„.,.,„,,.,„.„:,,„„......".":.,..."'"...,x...".......,t,„..,,:,.,„..,4, 4,,,,„,........,,,„...,„,..„„.„.,.,,,„,,,:,:,..,,,,„,„„„„„„„„„„,„::.:,,::.„ ...........„...:..:::::::*:..,,,,,,,...„„„„„„„„„.„„„,,,,„,,,,..,.,,,,,,,,,,,,,„.„,,,,,,,,....,„,,:,,„„„„„„„„,,,,„„„„„„„„,„,„,,,.,.,„„,,„„„„,,,,,,,„,„,„„,,„„„,,,„„„,,,,„,„,„,,,.„„,,,..„,,„,„,,„„„„„..„,„,.„,,,„„..„„„„„„,„,„„„„„,„:„„,..„,„,„.„:„,„:„,,,.,:,,,.,.,,,,,:,,,,,,,.,,.„,„„„„„„„„,„,„,,„„::::...:„ ifications Q�z, � � ,n `ate +a�Aa .•:..f.,,„,,:,„..„.,,,,.,g..i,„„,„,;„„„„„„„„„„„„„„„„„„„:„,,!e.,f„,,.„„,;,,,r„.„„,,:,,....:, , *14. -;,„„:„„„„„„,..,„,,...., c. 'frim a �\ a � . 3a z \ a\Q•r � �' c t �� i3 ri k lith 4 : E Ye 4 fie, urc W- 'G' ;Ir gPt'g k ,' a 9 ,- � a wr 4e ��yy ar:.. d• ':.r, -,:,,%.,;;.4. * f ','�.. M b r: ` .ereo d • ---,-,..'" f'''' "-,'.#s i* ';.4.r,.. • /, ' I< i % '' k rea r - T 7, t y ' XCI)O1m 16E 6 Collier County,Florida Disaster Recovery Consulting Services Tab II: Firms Qualifications 11.1 History, Capability and Business Ability APTIM is a leading global provider of comprehensive and integrated maintenance;environmental engineering and remediation; infrastructure engineering, procurement and construction;program and construction management;and disaster response and recovery services for public-and At. private-sector clients.APTIM differentiates itself through a steadfast commitment to our customers,safety and operational excellence. APTIMAPTIM has played a role in the recovery of most major federally declared natural disasters since 1992—including the Northridge Earthquake,Joplin Tornado, Hurricanes Katrina, Rita,Gustav, Ike, Isaac,Sandy, Matthew and,most recently,severe winter storms and flooding in California. APTIM has and continues working alongside our clients to successfully identify,formulate and manage over $17 billion in state and federal funds allocated to disasters in the past five years. With approximately 10,000 skilled and experienced employees deployed across hundreds of offices globally, including more than 140 in Florida,APTIM is a trusted partner in delivering creative and customized solutions to meet the needs and challenges of our customers' projects. Relevant to our unique understanding of Collier County,APTIM also provides a wide range of coastal and environmental services.Some of these additional service areas include coastal hazards,flood and resiliency studies, beach and dune restoration, barrier island and marsh restoration, coastal structures,other marine infrastructure,dredging,coastal and inlet management plans, navigation studies and deep draft channel design, ."' !, numerical simulations and metocean studies.APTIM's in depth understanding of both the ; infrastructure as well as its associated recovery administration is paramount to our comprehensive approach in providing effective and valuable k disaster recovery consulting services to the County. Offices In Florida , f ffectnic itilie 30,201/,U 3&f t o t tcrt I APTIM ,,,aawaiato Services O:S CSS se)r3 en_,;rictodmq CB&I CIFDC finvir£arnrat<,ta!&intt°structur,Inc was - i acquired by Vetitas Capitc4.In conjurmtioil ,,t''.,..,,,44 with the sf e,we have rebranded ow _. husine'3s as APTIM, Aptim Environmental&Infrastructure,Inc. RFP 17-7116 t Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. 3 16E 6 Collier County,Florida Disaster Recovery Consulting Services IEM is the largest woman-owned homeland security and emergency (:i4 management firm in the United States,providing a full range of FEMA- ' and CDBG-related disaster recovery services—from planning and emergency response to long-term recovery for all major federal funding streams. For more than the 30 years, IEM has supported federal,state and local government,as well as private sector and international clients. IEM possesses experience in all 50 states,three territories and many major urban areas across the country. i M has vast experience supporting major FEMA PA,FEMA HMGP and HUD CDFAG-DR recovery programs— including extensive FEMA PA experience with Stafford Act Section 428 funding.IEM currently provides project support for over$5 billion in FEMA PA and HMGP funding for Hurricane Sandy funds for the state of New York.Additionally, IEM worked with stakeholders in Louisiana to develop a$1.4B HMGP grant to fund recovery from Hurricanes Katrina and Rita.This grant utilized global match to leverage both FEMA and HUD CDBG-DR funding to maximize recovery dollars. As a sub-consultant, IEM will provide as-needed expert and responsive support to the County. Drawing on its extensive in-house resources and vast consulting network of experienced disaster professionals, IEM has directly supported more than 300 state and local jurisdictions and agencies providing program management for complex projects involving major threats such as hurricanes,chemical weapons,earthquake/tsunamis and biological weapons,among others. Florida Disaster Consulting(FDC)is a full-service disaster management firm specializing in emergency management planning,response, recovery and mitigation programs for all types of catastrophic events. FDC primarily focuses on assisting state and local government agencies with navigating the many federal public,individual and mitigation grant programs.As a sub- FOCconsultant to APTIM, FDC will provide as-needed expert and responsive support to the County,customizing its services to satisfy all project requirements. FDC Senior Consultant Ron Anderson worked 28 years as a Florida state official administering FEMA and FHWA disaster programs for over 31 federally declared events prior to creating the company. Based in Lakeland,Florida, FDC includes emergency management leaders with significant experience in the public sector. Many of FDC's staff have served in leadership and technical roles in prior employment with the Florida Department of Transportation, Florida Division of Emergency Management and Federal Emergency Management Agency.This extensive state and local emergency management experience allows FDC to recognize your needs and provide comprehensive pre-disaster planning and post disaster response and recovery services. Aptim Environmental&Infrastructure,Inc. RFP 17-7116 Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. 4 oi> 16E 6 ' 18 ,� c .2 •i2 - ° F $ E a ' N s 2 ice.- N O' 8 r > Q c g w€ g t c r ' v>1gF tO ' ' 0 on tIl m an U s a io 5, _ a a e t c Z C31 II II o Q �.as 4�g =Z .Q C g tl*3i8 «.............. i m. z a v E a'2 .cs E j i v t to rs q c a s -, o a y. O 0 tm ^ O 3 s_ § - o Q a `Q n 6 ' C LL 8.� "' 's` tcg E ate, N y d $ c .6..'.7, '&a.E E. O. 0 Sz.7i a a a 9C z .=i A '.. +.•u,`- II x O 13 I... o c i A ) a - tn' ni L. c v .- a y . 0 a ks t a v a 43o C — v z o I. v Z Y � a qqa2 g g a v -c o Cu 5 v m �_. 3 G � ,1 • ti ti 4.+ a, u v C G H O L C fO a w 0 - n, C O x ..;. � u Z , o 01 a > uENa 'Ec c -c0 w 0. .:az a .74 m4 ., E ` is. aA N2 c a o 00 39f •Ega. 's.g Q C Q n1 f0 ,'bz #7= tE 4 -44104, v a a fl1 n '. Q ,s Wim•. T t V 2 � 16E 6 Collier County,Florida Disaster Recovery Consulting Services ill Disaster Recovery and FEMA i r nt Qualifications The APTIM Team is comprised of APTIM as prime consultant and IEM and FDC as sub-consultants. Leveraging each firm's unique experience and relevance to the RFP requirements,the APTIM Team will collectively deliver the highest quality recovery services to the County. Each firm has different strengths,though collectively we form a uniquely well-qualified team to meet all requirements of the County's RFP for Disaster Recovery Consulting Services. FEMA Reimbursement Services I The APTIM Team has extensive experience managing disaster APTIM. recovery programs and the FEMA reimbursement process for ,,v--- both grantees and subgrantees.Our team has delivered comprehensive emergency management and disaster recovery services for over 30 years. IEM FDC Currently,APTIM provides technical assistance in the administration and delivery of the FEMA Public Assistance(PA) program for the Louisiana Governor's Office of Homeland Security and Emergency Preparedness. In this role,we act as zealous advocates for over 1,500 subgrantees of all types, including local governments,parishes(counties),State agencies, F DE private non-profits(PNPB)and various special districts,among E h A other entities.This role provides us with first-hand exposure to one of the biggest disaster recovery"laboratories"in existence. A We support 14 federally declared disasters or emergencies and APTIM over 30,000 individual projects spanning all categories from ',.,:,,i: (11/IEM FHWA various types of debris and emergency protective measures to FM permanent infrastructure repair and restoration. F CCT In addition to this project,we have successfully completed thousands of design and execution projects that give us unique USAGE insights into the perspectives of designers,construction managers,administrators,owners and contractors.The synthesis of this knowledge and these perspectives uniquely qualifies us for managing and maximizing any future recovery in Collier County. The APTIM Team's robust team of policy experts, PA program experts and infrastructure SMEs can effectively respond to nearly any disaster need. Expertise in Debris Reimbursement and Monitoring The APTIM Team has performed some of the most diverse and technically demanding debris monitoring services reimbursed by FEMA.Our team has performed extensive work not only in traditional vegetative and"C&D"debris, but has advised, managed and/or monitored other types of debris,including marine vessel retrieval, marine-based debris and silt/sand impairing navigable waterway.We have done extensive analysis work of coastal land loss, debris impairment to waterways and new technologies to monitor and manage various forms of debris.Our extensive knowledge of both technology and recent FEMA eligibility determination allow us to reliably use precedent and strategy to maximize reimbursements and provide guidance to Collier County debris operations. Experience with FDOT and FHWA for Road Reimbursement The APTIM Team includes former FDOT personnel with extensive experience in FDOT procedures and FDOT FHWA- ER program management protocols. In addition,we have done extensive work on interpretation of new program guidance clarifying,refining and interpreting the relationship between FHWA-ER and the FEMA PA program. Similarly,we have dealt with FEMA's"OFA"or"other federal agency"rule for different types of infrastructure, ,,,,,3Aptim Environmental&Infrastructure,Inc. RFP 17-7116 ` Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. 6 16 E 6 Collier County,Florida Disaster Recovery Consulting Services which may have had previous federal funding,with great success. As part of its extensive experience,the APTIM Team has provided direct grants management consulting services to FHWA across many different grant programs.Collier County can rely on this experience and bench of program staff to deliver an effective recovery program for any event affecting its infrastructure. Experience with Disaster Recovery in Florida The APTIM Team has been providing emergency management and disaster recovery expertise for natural and man-made disasters for over 20 years.Our unique Florida experience,combined with a deep national bench and extensive experience across programs and functions,ensures our ability to succeed for Collier County.In addition, our large array of offices and assets in Florida and the Southeast United States allows us to deploy assets to effectively respond to any footprint or scale of disaster.We are not reliant on any one office to respond to Collier County's needs. • '\, In ' v„ i ii I.i tVf" Relevant Prior FEMA Knowledge of Experienced ',... Experience FEMA PA Personnel Program . Apt`m Environmental&Infrastructure,Inc. RFP 17-7116 `0> Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. 7 -c 16E 6 Collier County,Florida Disaster Recovery Consulting Services 113 Government Agencies the APT1M Teamhas Provided Disaster Recovery FEMA Reimbursement and FHWA Services to since 2012 Prime Agency Service Dates Client Contact 08/2016—Present John Gonzales Louisiana Governor's Office of Homeland Security Section Chief,Technical A and Emergency Preparedness(GOHSEP) 08/2011—08/2014(Witt- Services APTIM 1500 Main Street,Baton Rouge,LA 70802 O'Brien's subcontractor) (225)573-0473 Richard Lord New York State Department of Homeland Chief of Mitigation tt IEM Security and Emergency Services(DHSES) 02/2013—Present programs 1220 Washington Avenue,Albany,NY 12226 ', (518)292-2370 Michele Moore New York City Housing Authority(NYCHA) Acting Director of Disaster 250 Broadway,New York,NY 10007 03/2014—Present Recovery APTIM (212)306-8563 Port Authority of New York and New Jersey Joseph Simenic �. (PANYNJ) 08/2015—Present Program Director APT I M 4 World Trade Center,150 Greenwich Street,New (212)435-4051 York,NY 10006 Mark Cowart A Merced County,California Director,Administrative 05/2017—Present Services 3500 N Apron Ave,Atwater,CA 95301 APTIM (209)385-7612 Sam Martin Louisiana Department of Natural Resources— Executive Management ( IEM Coastal Protection and Restoration Authority 09/2011—Present Officer 150 Terrace Avenue,Baton Rouge,LA 70802 (225)342-9025 Tracy Jackson ff 1 {EM Cumberland County,North Carolina 11/2016—Present Assistant County Manager 117 Dick Street,Fayetteville,NC 28301 (910)323-6117 Isaac Copeland Fayetteville Public Works Commission(PWC), Risk Manager and Director 1 IEM North Carolina 11/2016—Present of Procurement and Legal 955 Old Wilmington Road,Fayetteville,NC 28301 Services (910)323-4116 Joan Andel City of Wharton,Texas% 08/2016—Present Director of Finance APTIM 120 East Caney Street, Wharton,TX 77488 (979)532-2491 A Butch Ford Bossier Parish,Louisiana May 2016—Present Parish Engineer APTIM 410 Mayfield Street,Benton,LA 71006 (318)965-2329 Patrick Jackson Webster Parish,Louisiana May 2016—Present Parish Attorney APTIM 410 Main Street,Minden,LA 71058 (318)752-3335 Aptim Environmental&Infrastructure,Inc. RFP 17-7116 AUse or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. 8 16E 6 Ne N - N CU a CO .�+ al > '0 COY .0 ',7 a+ c 7 o C `l f`0 ° 7 C Y C L.ro n n a U �"' E p yf C C `al Z' +, E L. u 'E L °_' c o + s o 0 •C -o cu U o0 al ,2 c a' L $ 0 m 7 3 c •,=, m E 3 ? V +' C ,1-I .". m c 3 a 7 E o o •° o N 2 ` 0 0. E C .p -0 M m °: -D v •-, °u c :r N c o 0 N fo r 3 N ll >" C 3 C -O C W i+ CO -o a) u 6. t' O aJ U O 'uf ` U u O c a u N E Eto O .° -0 m 2 a 0_ •) ° .a-0 z o 0. v a aoo LI- C 0, co NLoa VT C C l0 C .�+ C f`6 0 7 tv U D •Gl c0 a] C o .. > v o C ° E E 0 E u E E u v0i ut ° n '0 ut d = w N a) O o0 -00 f0 a y tn c w c ,., N E a.n u .-f L I' 8 . El '� O O N vii ti Rj "O C E2 '-O i/f 4 U •� U Z ar u c o 'All/ `o o' in f° . 0 a m a`r v o n E y N D IV y \ w r.,°3 �i • w > 'O • > of 0 E U LI of C > `1 O 'p C al ° C '-' vai 0 N O = yt10 (CO _ v ° C° 0 fo W a, _a '° 7 a+ a V V. v > E aY, p > Q o, ycu N A H 6 a ar c O▪ v u 50 M ar — io i , VI �a 5 n IA 0 m 7 - v 3 .4 1 o -C m 0 c '0 a)0 E NTu •- u 'y u cco w c o c a ° v E a N o$ y ° } 3 a' o >v N ai '-' • n 0- O c 73-) M C ;° Z C 0 - o_ -o .p io - fo a, _0 C "O -0 00 N "0 > v N Yn y0 0 •° C a' 41 C w -a C U L(13 00 et, V a. d w '00• V N ? ° O N w w Cn �'.'� O 7 N L h�a N la 6.1 S ,,, `O U p a, •� u 00 Z 7 - Z cu c O S ar o a) - co - ' O ti 0 c 0 ¢ a _ a ac v c a -o Q > E a)„ m eg a v m -6 c v d a v Q I f 0- 4-• u7- Q _o ,_ Q ,_ �'Q 1 1 Q .c1= a°+ vii': L t o.. _ : • •• •• as Ln • •• • • • • A i .__.........._...__..,�.�.�_.__.._._.,..._._.._. _....... n D «-.1.) 5 s;!pny Ig sieaddy v t.. C L C ,,yyam�1 e, C }noasolp Q 0 i e) }uawa8eueiN s}uea0 o tt u — ar v L }uawdolanaq a, -P4 s }aays>poM laafoad a — _ t CU s!sAleuy, -§< 3 UJJ .0 800'$aoueansu! '" L.,„ a 0) 'o a tO L auaao}aad N p a sluauassassy aBeweo Y v --- — `; o c uo!;eu!paooD' ' I'•v ADua5V-RI .. .. co v {qns+aw!id)luand o fn a oS If, •? paainba8Iauuosaad " F. v t.:.: C C O h. aJ N `l t, v c OO + ^ 71 0 C m PaipUeH sMd 4 Y a- `o > �_ 1 W S„3 O t E 0 o 47.. v a) a) 'a".') z a! al It': Cc ba N c C @0 1= r`y V H u C u > u 4'`' Q 0 0 : 7 C 7 C 7 faA11.1 � '2 Y 2 fn 2 16E 6 Collier County,Florida Disaster Recovery Consulting Services 11s5 FEMA and State Appeals & Audit Experience Appeal Experience Since representing the GOHSEP Appeals team beginning in August 2016,APTIM has two full time appeals specialists responsible for the resolution of over 50 active appeals for more than 40 subgrantees in the state of Louisiana.Our Appeals Specialists continually follow up with subgrantees with requests for information in order to advance appeals within programmatic deadlines. Our specialists have years of experience working with subgrantees to ensure that subgrantee appeals are compelling and have the highest likelihood for a possible overturned decision on the subgrantee's behalf. Unfortunately,appeals can frequently stall for many months at the FEMA level. Initial appeals typically have an initial evaluation completed within 1-2 months,depending on backlog for the grantee. Upon response from FEMA, our Specialists work with subgrantees to evaluate whether they would like to submit a second appeal. Beyond APTIM's appeals specialists at GOHSEP, Lynn Wiltz(an APTIM Project Manager)has years of subgrantee appeal analysis and submission experience. Lynn was responsible for writing and coordinating over$900M in successful FEMA appeals and arbitrations cases associated with Hurricanes Katrina, Rita and Gustav in Louisiana. Audit Experience Anne Compson helped respond to DHS-OIG audit findings at both Tulane and Dillard Universities in Louisiana. Findings were related to disallowed funding due to scope ineligibility,improper procurement,duplication of benefit and unreasonable costs.All findings were resultant of work performed prior to Anne's involvement with the project and were typical to the types of findings in response to DHS-OIG audits following Hurricane Katrina. The audits lasted approximately 2 years.DHS-OIG initially requested a de-obligation of approximately$190 million, but with Anne's research and analysis of regulation, law and policy,only$20 million of that amount was ultimately de-obligated. Kipp Nelson helped GOHSEP formulate a strategy for responding to all subgrantee DHS-OIG audits in Louisiana. Kipp was responsible for participating in the coordination,analysis and response to hundreds of DHS-OIG audits with findings covering ineligible scope,obtain and maintain insurance requirements,duplication of benefits, program eligibility,and procurement,among others. Thanks in large part to Kipp's contributions,the average audit de-obligation rate is less than 2%of the initial finding for all subgrantee audits in Louisiana. Lynn has extensive audit and appeals experience. • Lynn coordinated all state-level subgrantee audits on behalf of GOHSEP during the initial recovery from Hurricanes Katrina and Rita.These audits tested subgrantees in Louisiana for their capacity for program compliance across all technical areas and federal/state grant management requirements. • Lynn performed DHS-OIG audit analysis and response at the City of New Orleans related to improper procurement. Lynn researched and utilized policy and regulation to defend the City.The audit ultimately resulted in no findings. • Lynn is actively engaged in a DHS-OIG capacity audit for NYCHA.This audit began in May 2016 and is nearly complete. Preliminary coordination with DHS-OIG identifies that due to Lynn's attentiveness to OIG's concerns and adjustments in procedures,there will be no official findings in DHS-OIG's final report. Aptim Environmental&Infrastructure,Inc. RFP 17-7116 Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. 10 16E 6 Collier County,Florida Disaster Recovery Consulting Services IL6 Relationships with Other Clients and Interaction with FE /State Agencies The APTIM Team takes pride in its strong personal relationships with local,state and federal entities throughout the United States.Most relevant to this project,we have provided some introductions to our vast relationships below.These relationships will serve as an excellent resource in the event of problems with recovery. Frequently, prior events and current or prior processes/procedures are the best indicator for possible future recovery or funding issues. Our relationships will benefit the County by allowing us reach back to other states and FEMA regions in case of formulation or funding issues. In Florida APTIM and FDC staff have previously served in leadership and technical support roles in prior employment with the Florida Department of Transportation(FDOT)for FHWA-ER funding, Florida Division of Emergency Management (FDEM), most County officials as well as FEMA key personnel.Our team members'strong relationships with state and local personnel throughout and affecting Florida will provide a substantial coordination benefit for Collier County,aiding in quickly identifying key stakeholders as well as avoiding roadblocks and increasing the speed of recovery funding. Some of our specific relationships include: Kipp Nelson, Ron Anderson,Thomas Pierro and William Owens. Each have maintained strong relationships with a wide array of recovery stakeholders throughout Florida,including FDOT, FHWA-ER, USACE,Collier County and FDEM. In New York and New Jersey In New York and New Jersey,APTIM and IEM have extensive relationships with many government entities including PANYNJ,the Governor's Office of Storm Recovery(GOSR), New Jersey State Police Emergency Management,NYCHA, DHSES,FEMA, NY Office of Management and Budget and FTA among many others. Some of our specific relationships include: Kipp Nelson and Jeffrey Abraham. Each have maintained strong relationships with a wide array of recovery stakeholders in the New York and New Jersey area,including FTA,State, New York City and local officials. In California In California, developedstrong g � :iy�p APTIM has workin FDEM relationships with the grantee(California Office of Emergency Services—CaIOES), Merced County departments, FEMA,California Department of Transportation(CalTrans)for FHWA coordination among APTIM many others. 41- (MEIN. FHWA Elsewhere Nationwide APTIM personnel attend a wide range of national FDOT conferences across the country to ensure knowledge of . current recovery trends as well as to maintain strong relationships with key recovery stakeholders and leaders at USACE the national level,including FEMA, NFIP and USACE. AAptim Environmental&Infrastructure,Inc. RFP 17-7116 Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. 11 Expertise Tab 111 Specialized of Team Members ....:‘,....,c„§„............... „,„......, , .., w4,,;,,,,,,;0,,,,,;:i,„,,-, 4..;:e'.',-'--',,,,,,,„,,„,,,,,,,i,. .,"4--,e)">,..a ‘',',;''-''''-',i''''1,,4A',:,-'-'<,;',.-' S'-',' ‘.'‘ ,,,,,l'i, s',,,,,' :2 „ ,',1,gt:"- ,,,--- ',,,,,,,,,:•,7 „I,' ';'-',' , '-', .4,'::', '7 ''"',M.,1,vii:;,,,,:;1,,•:•.0,,,;°‘ i.:, ''''.• ;. .',4,,",,,,:iiii,Fi: „,,'..2:,• ,• . „i‘‘,A,':'•'•'' -:t.,:,:;,5,;4';,,,, ' -' ,'-'':%;%,::'''',,,:•,•;,.4? '''',"„4",11:4404:4',j,,, 16;,;,,,,;,4,,ii§:itg14:;,*f,..,, :..-„': ,,',:'..,.''!;•'''4:',Vriir..,•fR•1",f,';°,,..4.._:,,„,,,,,.,,,0,2,,,,,,„,„4,,;40P,:',..,-;1.,,,„.A117k..i ,;;.„,..,,,,,, ,.,,,,,,,r,,,.4y,,,:24f4}.4:0, ' ''',''',,,'1,r,,,,,-.ty,, ,,',',''''''',,,,,;,:,:„,, ',','-;,Igtoill416:4,,,,,,,,,,..„:5.xy.F,,-..,:e..;.,: ' '°,:',.,,, '',-v4:: '..!1..:,!:,q3,[1,14i44$.e41,.;12\ :::::At?''',L.,t,',A;viott,i,,,,e,::, ,.',',,,,,,,,,4;, , ,'•* ''' ,',..",,'''' ''.,4)47':Istiiiiill!,,„- ''4ig;,pm,iitagi3;,,,,„„„,, `'..:,-,0„„„'S'L,,,„„.,;?;',i,,,pAil.1;f,'',1;',<%, ,,',':;,:r:,„,,viiit• .;';',f,1,,k''..R.,:„"=,;-'.fr.,,,,,!'::',-,,,,,,---' ,':''''''F'''',,40,:T;,,,ti,,,,,',,,,451,,,,v,,,„,,,,,fiti7,,,,',5,44.4tA, •z,,,,,.'-'11s.,Nryii.3,17!5'iog ,,,-21*,!,, ,,•,;,,-4,,Aw,, ,, ''' ' ' '` ' ,. ., , '''''1.-wi.4.,•.,! „, ,4,,,„, ) ---,,:17,T-.--•z-n'-e-, 4,,,,i,.,,,;;itjr,:i -,„, '‘i,,,,.,''--,- f 77'4 r; 1 *.;.- _ ,',',''''.'.:1•' ,r' i-o;:-..:t.,:t-fr„,,, - ..,‘ ,• -,,,,-,' i.•.e.„e-›-',,,,,,,,...-::::'.• „'t.,, rit...,,,„f,„,,,,„,,,_,,,,„. ..„,...,.., ,,,. ,f'''•14r 441:''' l'!i'°I ' -7'''''‘''' 4:.4- i'Z''''.,-' :'''-';;;;,- .-.,.'›,- "' :4),.:'.---'-',-•''' i-'i...-:--',..'..s-1 4,2''"-",',,,,,,,,,„,,,,,,,„4,,, ' .-,„,;....t„c,*,',,,,',.;*. "-,`'''' ',;:t,-.,'.:,',;',,,, '' .''''tlifr.v,f'„i_:;•'r.„4„-Oji.' :;;-i•,'"'',:„,,:',.'s-lf,',,, ';.'' ' '_ '.,„;,..z,§.. T . 1 ,. ,,,: ''', , , "e 4,;Lei.',7- . -,..!"*s" ...,-1-17'-' ",,,icip,r,;;,'-orr,V46.:,''''7.44,,,i;':‘ ''.• ' 1 ... . . . e . 4: 414 . • 440,1VAIr'v'''''41° -, A4..;.;,*4.4,, ... . d• ... 1., ,,,,,,,,. . .‘•,•..,,,,t . ...„,,,,t,,.,,,, ,,,,,,,,,;;;;;713,-.%•,,i!",-'',•:••::or,,,:,-0,,.•,,—•,. '' '': / k44)r I Vr ' ' ,*',:i''''''''':101.0* ''',1i': ,k ,,•• 4'''''4,,,,,,f,,,,,,,,,.*,,, , , ..0,o, , ,,,,,,,,, ' , 1 f' 4r ., - A-t1',I.,,., 7-F`,:• • ,,, r,,...,0,#),- 4-/:f4t,t,i ''',, 61("i8)01111 ,... :' 161 6 2uuaaul2u3 w N .-4 Q N r.1 N auueini'g ielseo� 303gaM 2X03 ^,..1 . m S8 19' asegelea v N Co N o u 0 2 > '" 10aj/VMH3 in r" o2 m FA o u n O U 3DVSn -. O� N r" O uoEl Z ly2¢aanp la2png o o rn € 0 0 iD iN v sn 'g uolhna;suop' 4. CU 10 u. 0) silpn`d'8 sieaddy , N c ti o .-s til v 4,4 c - 03 N o n E v a 3noasoD'g co .-i oa g up r" m ry m Y1 5 Ex r". zuawa2euevl slueaD y 0 oQJ , o } luawdolanaa CC 1 ,� , m a c laags�iioM laalOad r' 1D r" r" `i !..., o :" 4) s a3uegdwoa `o luawaan3oad oN v oN o� m o G) tn 'g 1pealuoD N E a sluawssassy a2ewea r"'" o .N- rr'., N n ° o. t L.. N itn cu 4.— O uopewps3 ,_., O r" �„ I Q lso�uol3�nalsuoaaa r" rI A' w E u011euipaoo3 a o va,ueansui = c fl. 5 pue 2uilsn(py mcind X - o W O. c u 3 saainaa5 2uilinsuoa r" N m (-NIL Qs cB o c 3 wea2Oad yd VW3i c' r" r" N r" 111 .... _ NAVIAM i c > n .� (13 v O - Y c j�„ y,, d v m mc ° c : iflIIfl1 '.d 7In tn UI cga o G , WA CU C. a d rl u 41 v v o o Q o m o E G o a -, a Q c5u, 0 n z n 3 F- d o 4411IN1/4U C 16 E. 6 Collier County,Florida Disaster Recovery Consulting Services Core Personnel Snapshots In lieu of full resumes for core personnel, brief biographies and highlighted key experience are provided below. Over the past eleven years, Mr. Kipp Nelson has provided technical Education expertise to recovery stakeholders at all programmatic levels across the • Juris Doctor&Graduate Degree,Civil country, including subgrantees such as the New York City Housing Law,Louisiana State University,2011 Authority(NYCHA),grantees such as the Louisiana Governor's Office of • Master of Business Administration, Homeland Security and Emergency Preparedness(GOHSEP)as well as Business,Louisiana State University, FEMA directly. Kipp possesses subject matter expertise in nearly every 2010 technical area of the FEMA Public Assistance program, including but not • Bachelor of Science,Construction limited to project management and direct administrative cost Management,Louisiana State reimbursement,cost estimation and analysis,scope development, University,2001 procurement,debris monitoring,audit response and appeals. Select Experience Highlights Kipp possesses a unique blend of disaster recovery expertise, legal background and traditional project management expertise.He previously • Director,APTIM Disaster lead the Project Management Technical Team at GOHSEP,providing Management Services,11/14— technical assistance for grantee and subgrantee DHS-OIG audit responses, Present grants management troubleshooting as well as training material • FEMA 428 Alternate Procedures development and delivery. Mr. Nelson has also worked alongside GOHSEP to design and implement process solutions, review and contribute to draft regulation and policy,assist in preparation of State policy and evaluate risk management strategies.Mr.Nelson helped to design and implement many of the current tools,processes and procedures used to manage Louisiana's multiple disaster recovery operations. Mr. Nelson worked as part of a team that developed a recovery solution for NYCHA's Hurricane Sandy recovery that ultimately increased its PA funding from$300 million to more than$3.2 billion through key knowledge and understanding of the Stafford Act Section 428 Public Assistance Alternative Procedures(PAAP)for Permanent Work pilot program. Education Mr.Jeffrey Abraham will serve as the primary point of contact for the County. Mr.Abraham is currently serving as the APTIM Project Manager • MBA,Business,2010,College of Saint for Merced County,CA. Upon notice, Mr.Abraham will be available full Rose,Albany,NY time for Collier County. • BA,Economics,2008,State University at Albany,Albany,NY Jeffrey has experience as a FEMA Project Specialist,a construction • AAS,Criminal Justice,2004,Hudson manager,a management consultant and as an APTIM Project Manager. Valley Community College,Troy,NY Mr.Abraham is able to provide guidance on policy and program-related issues, perform damage assessments and site inspections,formulate and Select Experience Highlights develop PWs,coordinate with recovery stakeholders and coordinate • within complex multi-party recovery operations. FHWA experience in three states • Construction Management Jeffrey helped to initiate, plan and stand up a compliance unit for the New York City Office of Management and Budget while supporting the response to Sandy.This unit was responsible for monitoring projects throughout their lifecycle to ensure adherence to all levels of regulation. Jeffrey has many years of prior construction oversight experience,managing activities from conceptual development through final construction and inspection. He also possesses FHWA and DOT experience in the states of New York,New Jersey and California and understands the implications of FHWA-ER funds in lieu of FEMA PA funding in response and recovery from disasters. Aptim Environmental&Infrastructure,Inc. RFP 17-7116 1 Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. 13 16E 6 Collier County,Florida Disaster Recovery Consulting Services Education Anne Compson,J.D., is the IEM Manager of FEMA Public Assistance Programs. In that role,she provides oversight and quality control for all J.D�Environmental University Law,Washingtonaw and Lee School of Law, IEM recovery projects involving funding under the FEMA Public Assistance 1990 Program. Since joining IEM in August 2016, Ms.Compson has provided . B.A.,English Language and project management and direction for the IEM participation in the Literature,University of Virginia,1987 Louisiana GOHSEP PA and HM Technical Assistance Contract,and two projects in North Carolina following Hurricane Matthew. Ms.Compson Select Experience Highlights has also provided problem resolution and appeal and audit review, • Manager of FEMA PA Programs,IEM, analysis and response on behalf of the GOHSEP recovery and legal 2016-Present groups. • Formulated over$140 million in PWs Ms.Compson's experience with recovery program management and for New Orleans Regional Transit Authority Public Assistance Program consulting began in the City of New Orleans . Represented more than 10 following Hurricanes Katrina and Rita,where her project management subgrantees was commended by FEMA as aiding in the disaster recovery process. Since Hurricane Katrina, Ms.Compson has supported Public Assistance grantees and subgrantees throughout FEMA Regions 6 and 4.She drafted a second appeal of denial of a request by the City of Biloxi to relocate damaged water and wastewater infrastructure from a Mississippi state-maintained highway right-of-way in an area vulnerable to future flooding which resulted in an increase in$20 million in PA funding. In 2014,she led a team of disaster recovery staff in support of Santa Rosa County following DR-4177 declaration for severe storms and straight-line winds where she supported the County's participation in the Sandy Recovery Improvement Act, Section 428 Public Assistance Alternative Procedures Pilot for debris removal operations. Education Gary Viola has over 31 years of Project Management experience on large- • MBA,Marshall University, scale construction projects.Gary's disaster recovery experience includes Huntington,WV serving in the roles of FEMA Project Officer, Public Assistance Coordinator • BSEM,West Virginia University, and State Public Assistance Coordinator in response and recovery efforts Morgantown,WV for Louisiana disasters. Mr.Viola has performed Preliminary Damage Select Experience Highlights Assessments, Kick-off meetings and exit briefings. Gary has performed damage assessments, kickoff meetings,exist ▪ Public adjusting in multiple states briefings,406 HM proposals and developed cost estimates for multiple • Extensive construction oversight declared disasters over the past 20 years. experience • Licensed Professional Engineer Mr.Viola has worked with subgrantees to gather required information • FEMA Project Officer,2006-09 used in the preparation of over 500 Project Worksheets across all PW categories.Gary has experience with the review and determination of eligibility for Section 406 and 404 Hazard Mitigation programs as well as public adjusting,FHWA and USACE coordination and experience. - West Virginia Professional Engineer No.9479 - Georgia Licensed Utility Manager No.UM101972 Aptim Environmental&Infrastructure,Inc.0.013 RFP 17-7116 Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. 14 16E 6 Collier County,Florida Disaster Recovery Consulting Services Select Experience Highlights Mr.Anderson possesses over 28 years of experience in emergency • Senior Consultant,Florida Disaster management,transportation and infrastructure services. He obtained Consulting(FDC),2008-Present extensive experience in the fields of construction, maintenance,traffic • operations and emergency management activities while working for the Emergency Coordination Office/ Incident Commander,FDOT,1995- Florida Department of Transportation(FDOT),District Seven. 2008 In 1994,as the first appointed FDOT District Emergency Manager, Mr. • FDEM/FHWA Deployments(Multiple Anderson focused on improving the state and local government Roles):Project Officer/Public responses to transportation/infrastructure emergencies.He was actively Assistance Coordinator,Deputy Public involved in developing response plans,policies and procedures for the Assistance Officer FDOT emergency management program as well as communicating those policies to other state and local government agencies statewide. Mr.Anderson was instrumental in developing FDOT's District EOC He interviewed and trained all EOC staff and secured federal funding for various projects that improved the department's response to the citizens of Florida. On multiple occasions during active hurricane seasons, Mr.Anderson was tasked by other state agencies to lead their responses to the event.He assumed a lead role in state disaster response and recovery issues and has extensive knowledge in mitigating the effects of all types of disaster events. In addition to managing his EOC during storm events, he was tasked to lead Florida's aerial RECON teams that were deployed to report statewide damage estimates to the State EOC. From there,he frequently was tasked with leading staff involved in FEMA's PA process and the Federal Highway Administration-Emergency Response(FHWA-ER)program at the Federal Disaster Recovery Center. Mr.Anderson has worked on 25+Florida declared disasters and,at the Governor's request,has led a cadre of State personnel on six individual Emergency Management Assistance Compact(EMAC) missions to various states. Ron has successfully written and/or reviewed over 16,000 grant applications across the FHWA and FEMA PA programs -many with mitigation measures to recude the likelihood of similar future damages. Since 2008, Mr.Anderson has provided consulting services to various organizations affected by disasters. His recent work in the state of Texas after hurricane Ike as a closeout specialist yielded his clients an additional$4.5 million dollars of previously denied federal assistance. FDC staff have assisted in FEMA's closeout process for hurricanes Wilma and Katrina in Florida. - Member,Florida Emergency Preparedness Association - Member, National Emergency Management Association Education Based in DeLand,Florida,William has over 13 years of experience in • Bachelor of Business Administration, disaster recovery and FEMA PA program expertise,as both a prior University of North Florida employee of FDEM as well as a technical assistance consultant. Select Experience Highlights William served as a Deputy Bureau Chief at FDEM from 2004-2008 and from 2010-2011,facilitating partnership and communications between • 13 years of collective FEMA PA FEMA and FDEM regarding the PA program. In this role,he coordinated experience project financials and closeouts in accordance with applicable regulations . Deputy Bureau Chief,FDEM,2004- and policies.William led a team of more than 60 people in the 2008 and 2010-2011 administration and implementation of the PA program. He directed the processing of grant payments, reviewed project documentation, prepared budgets for appropriation and allocations and presented briefings to subgrantees.William has supervised the processing and approval of approximately$7 billion in grant funds and provided training to team members on all aspects of payment processing,contract and documentation review,appeals and project closeout. Aptim Environmental&Infrastructure,Inc. RFP 17-7116 ilk Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. 15 16E 6 Collier County,Florida Disaster Recovery Consulting Services William has extensive experience assisting subgrantees in planning project budgets and reviewing project costs to ensure compliance with applicable program guidance and regulations at federal and state levels. Education Thomas Pierro is a Senior Project Manager and Coastal Engineer with • Master of Science,Ocean broad experience in project management,planning,design and Engineering,Florida Atlantic permitting,engineering and modeling,plans and specifications,field University,Boca Raton,Florida,2001 investigation,construction oversight, and feasibility studies of coastal • Bachelor of Science,Ocean engineering projects.Since 2001, Mr. Pierro has worked on many shore Engineering,Florida Atlantic protection,beach nourishment and marine structure projects. University,Boca Raton,Florida,1999 In 2011, Mr. Pierro was awarded the Jim Purpura/T.Y.Chiu Award from Select Experience Highlights the FSBPA for outstanding contribution to coastal engineering in the State of Florida. • Project Manager,Beach Renourishment Projects,2001- Thomas has worked on Collier County projects for over 11 years. Present - Professional Engineer,Civil, Florida, License No.64683,Active Construction Oversight - Diplomate,Coastal Engineering(ACOPNE),2010,ASCE,Active, • USACE Coordination Nationwide • Licensed Professional Engineer - Member,American Society of Civil Engineers(ASCE) - Member, Florida Shore and Beach Preservation Association(FSBPA) - Member,American Shore and Beach Preservation Association(ASBPA) illi2 Select Additional Supporting Personnel The APTIM Team possesses a substantial cadre of additional nationwide subject matter experts,many located in Florida.As needed,additional personnel may be available for Collier County deployments including those listed below. Select Additional Supporting Personnel Snapshots Jason Anderson is a Senior Insurance Specialist for IEM. Mr.Anderson worked directly in the aftermath of Hurricanes Katrina and Ivan to help citizens reclaim what they had lost. During that time, Mr.Anderson was selected to investigate potential fraudulent claims for the Hazard Mitigation Grant Program. Mr.Anderson later joined a group of highly skilled adjusters in calculating the economic loss payout resulting from the Gulf Coast BP oil spill.He also reviewed wind property claims resulting from Hurricane Irene and Tropical Storm Lee and investigated claim damages while determining policy coverage. Throughout his career, Mr.Anderson has worked with disaster recovery projects across the Gulf Coast and is FEMA Emergency Management Certified. In addition to his insurance expertise,Mr.Anderson has experience in financial analysis and grant management relative to disasters. He has maintained financial records and reports,analyzed and reconciled accounts,prepared budget analyses,and supported grant review programs. Lee Zelewicz is a Planner and Project Manager for IEM. Mr.Zelewicz provides research,planning expertise, documentation support,and WebEOC guidance. He has led the development of multiple standard operating procedures(SOPs)and job aids for various purposes,including Emergency Operations Centers(EOCs),WebEOC usage,and Joint All-Hazards Operations Center(JAHOC)positions. Mr.Zelewicz has significant knowledge of and experience with WebEOC. He has recently developed guidance for DC HSEMA on best practices for the usage and functionality of WebEOC.Additionally, he monitored an 18-month pilot testing period of WebEOC usage for the National Capital Region. Aptim Environmental&Infrastructure,Inc.0> RFP 17-7116 Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. 16 16E 6 Collier County,Florida Disaster Recovery Consulting Services Lynn Wiltz is an APTIM Project Manager specializing in appeals,audits and arbitrations for disaster recovery projects. Lynn has over 25 years of experience working with federal,state and local environmental and procurement laws,regulations and policy.She has specialized experience supporting the FEMA PA program, Section 404 Hazard Mitigation Grant program and the US Department of Housing and Urban Development Disaster Community Development Block Grant(CDBG-DR)program. Ms.Wiltz possesses unparalleled appeals experience,developing and coordinating over$900 million in successful FEMA appeals and arbitrations cases associated with Hurricanes Katrina, Rita and Gustay. Ben Holt is a GIS Manager for APTIM. He is highly proficient with geographic information system(GIS)software, QuickBase online database software and computer-aided drafting(AutoCAD)software,among many others. With more than 17 years of experience, Mr. Holt has provided oversight on a variety of asset management, emergency response,environmental remediation and site investigation projects. Ben will provide the integration and customization of each platform for successful project use throughout the County's recovery lifecycle.As requested,Mr. Holt will provide QuickBase®software support,GIS mapping,data evaluation and database administration services. APTIM understands that if any lead staff members are to be changed, a request must be made in writing and pre-approved by the County Consortium. llL APTIM's mmitm nt to lorid Our Personnel and co;inty Project Needs APTIM Personnel in Florida and Beyond APTIM Office Personnel APTIM has over 140 personnel based in the state of Florida, many within 100 Boca Raton 32 miles or less of the Collier County area and many with experience developing Jacksonville 27 and performing grant-funded infrastructure projects related to coastal and environmental engineering. Beyond our Florida personnel,APTIM has over Miami Lakes 20 10,000 personnel nationwide.The APTIM Project Manager,and Project Okeechobee* 1 Coordinator(if warranted),will coordinate with our disaster recovery personnel St.Cloud* 5 from across the United States to deploy the most effective staff to the project, St. Petersburg 4 as needed by the County. Tampa 32 Many key personnel presented in Tab 111.1 are based in Florida or would be open Winter Garden 27 to relocating to Florida for an extended County engagement. Total 143 In the event of a disaster,APTIM and its team members IEM and FDC would *Project Office coordinate to assemble a qualified team of expert consultants for the County,based on proximity (Florida first)and experience relevant to task requirements.Collectively,the APTIM Team has over 10,000 uniquely qualified personnel across the country and more than 300 in program management alone,that may be available to contribute to any County recovery deployment required. As a program management operation,APTIM has extensive experience managing large-scale deployments for its clients in response to project needs.The APTIM Team will only provide staffing to the County who are well qualified for the task. If personnel needs extend beyond our available personnel in Florida,we will review qualified and available personnel in other jurisdictions. Relevant Employee Training All APTIM FEMA PA Team members have completed an extensive training curriculum,based on FEMA Incident Command System(ICS)principles and training courses.All FEMA PA personnel provided herein have extensive Aptim Environmental&Infrastructure,Inc.003 RFP 17-7116 It Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. 17 16E 6 Collier County,Florida Disaster Recovery Consulting Services experience with one or more local,State or federal agencies,supporting substantial breadth and depth of knowledge. ICS courses include: • Public Assistance Operations I • Public Assistance Operations II • Emergency Preparedness ▪ Points of Distribution • Introduction to the Incident Command System for Federal Disaster Workers • Incident Command System for Federal Disaster Workers • Special Considerations for FEMA PA Projects • National Incident Management System • National Response Plan APTIM hosts monthly team coordination calls with all disaster recovery staff members to share knowledge about the latest FEMA PA draft and implemented policy and to share best practices regarding project execution across the country. Each state has its own unique grant management requirements, but any engagement requiring grants management activities by APTIM will ensure staff are properly trained on state requirements before mobilizing to the project. Personnel Status APTIM Team personnel are comprised largely of permanent,full time employees.Some employee and project circumstances warrant contract status,but these are rare as the majority of our personnel will be contributing to multiple projects at one time. When afforded the opportunity, based on project workload,APTIM always offers potential hires the opportunity to join the company as a full time hire,as a temporary hire. All APTIM personnel provided in this proposal are or will be permanent personnel for this project. Aptim Environmental&Infrastructure,Inc."0013 RFP 17-7116 Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. 18 16E 6 • c. ., _. yra „„ft°` Ff \.�"''',3.!,:i,...,''t Tab IV Technical Approach ....,,,,, .........„ ,: .,,,,,,,,,,,..„,,,,,,„„.„„,,-;.:,,,,,, ' , „...„,. ,,, /� �� h'�'fID ""�yv �y\\ �\\rte �•\� � 't y�;•f�,> _ . , ,:.,. .. - *,,,,,, .. ,. .,.,,,,,... . _ . ... .. ..,..,0,....,.„..„,,,,,, ,.,. .....„,.,, . ,,,,,,,,,„„,„„.-,,,....,, ,.., .„,,,,,,, "i'',i',:P ::.-'1',''''' ,',,.-.4'''''1"'‘t ''‘'•'''''''' '''''''''''.*I'''' '''''''' '''z q yr. : ..£e 14'1'1i'-Few S'! n , . . .'..1 „,-,-,..0k,',, „, t,,,i-, '..,,- 't,t-";,',i;i'' t•ilko'''',":.I lit:-.,'''''''., ! ' .' .''rift • @Y as :. _ a�... '"" '',0, ,, :': .,0",' r . ,,,, ,, ‘ A, —„ , '. 4 a'- Y oxnxlmm "``" 16 ( 6 Collier County,Florida Disaster Recovery Consulting Services Tab IV: Technical Approach !V./ Approach Proposed Scope of Services Initial Contract Coordination Coordination is a critical component,particularly with a consortium.Accordingly,at the County's request,the APTIM Principal and Project Manager,at minimum,will be available to meet multiple times throughout each year with all County consortium members,and one-on-one,as needed.The purpose of these meetings will be to review,evaluate and train on current best practices as they relate to the FEMA PA program,the associated FEMA policy and any revisions/concerns or other topics of interest to County consortium members. The contract award kickoff meeting mutually introduces the APTIM Team and the County staff who will assist in the management of recovery efforts.This meeting will help identify basic requirements and expectations of any recovery for the County.This meeting will also allow for identification of any immediate County resource needs. Additional topics discussed will include: • Facilities in the County • Facility ownership by consortium member • County consortium member financial systems and understanding their reimbursement to possible force account labor,equipment,material purchases,contract and rented equipment incurred cost reimbursements. • County staff capability assessments • Immediate procurement review needs to comply with current FEMA policy/regulation in case of near term recovery deployment • County IT infrastructure and software requirements/capabilities/redundancies • County document management system • Opportunity to integrate QuickBase upon recovery 3 filth Budget vs.Actual Costs(Approved Only) deployment The APTIM Team will design and implement a .— ",-..w, County specific web-based recovery management ,„ sisEng c.e ... --. --- tool housed in QuickBase®. This system will have individual interfaces and security protocols �_.._._ -- « '--- designed around user accounts based on the needssaa.xx�.c" of different roles of the stakeholders directly 0 ICS involved in recovery operations.These tools will _- 0) p 'w help Collier County management and the APTIM BAS E Team identify reconstruction work complete status, FEMA/FHWA project formulation status, WE:9.r,-s v, ......::<,-za: z,, reimbursement status,overall recovery financial status and will aid in shifting priorities as needed throughout the recovery. - This system is highly dashboard-centric,allowing for incredibly fast and accurate identification of recovery issues without digging deep into large amounts of data. - QuickBase enables rapid project deployment and tracking,and is an entirely web-based platform. No database management is required other than customizations.APTIM will enable a template for the County's recovery efforts, ready for customization to any specific recovery. Aptim Environmental&Infrastructure,Inc. RFP 17-7116 Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. 19 1 6 Collier County,Florida Disaster Recovery Consulting Services — All administrative and project costs will be captured > in the QuickBase application related to the """ yA County's recovery. ,a, >. . „,, . ado - Inside of our project management template application,project costs are tied to a specific TrA.UFi s,.0,x3gr^ 'MA RImn „r.noi, project site(pre-PW)or to a PW(in formulation or post-obligation).This allows for appropriate W tracking,identification and invoicing of all reimbursable costs through the FEMA PA program. 1 This system also allows for tracking County recovery time—a master tracking system for the '? oav 'r entire recovery operation. , - Additional modules for tracking appeals,other funding streams(insurance/FHWA),eligibility issues,force account labor calculators,cost analyses, procurement, budgeting,staffing,mitigation,etc.are quick to enable and customize to each recovery operation. The programmatic requirements for procurement as they relate to FEMA PA can often be a confusing mix of federal,state and local laws, regulations and policies that must be aligned in order to demonstrate compliance for any FEMA funded events. For example, local procurement policies must be followed in order for purchases to be reimbursed by FEMA. However,those policies do not normally consider federal procurement requirements,except when used in conjunction with federal funds for reimbursement. Understanding these requirements can prove to be a major challenge for some subgrantees,as evidenced from numerous DHS-OIG audit reports that cite procurement violations as the most common issue and audit finding.The APTIM Team will assist Collier County with procurement-related issues in a variety of ways,including: • Recommending and revising procurement procedures to ensure FEMA PA programmatic compliance.APTIM will identify and provide options for reaching the minimum level of compliance required for FEMA PA funding. • Evaluating pros and cons of using contractors vs.self performing recovery infrastructure repairs. Understanding which scopes of work the County would like to self-perform versus those that will be contracted will facilitate efficiency in estimating and the proper valuation of project worksheets upon a recovery operation deployment. In addition,understanding the contracting strategy will inform advice on permissible procurement methodologies to help to further ensure compliance. The APTIM Team can work alongside County officials to review existing infrastructure and County assets to determine where any restoration of a substantially damaged asset may not be the best use of funding for the County or its constituents. FEMA PA provides flexibility for subgrantees to elect not to repair or replace disaster- damaged facilities in favor of applying those dollars elsewhere as"Alternate Projects.”Any infrastructure capacity analysis will allow Collier County to address demographic changes and other factors driving the evolving needs of the County,before an event occurs,with a clear plan identified for effectively restoring County assets. In addition to analyzing the evolving function and capacity needs of the County,the APTIM Team can analyze the optimal methods of delivering the PA program.With a greater understanding of damages,County risk tolerance, and the County's needs to accelerate recovery,the APTIM Team can help the County weigh the pros and cons of the traditional"at-cost"PA program versus the new Public Assistance Alternative Procedures or PAAP.The PAAP offers Collier County an accelerated option for program delivery, but relies on acceptance of a concomitant level of risk through the acceptance of fixed grants,where the County would absorb potential cost overruns. Understanding a procurement strategy,as envisioned earlier,will allow the APTIM Team with the assistance of Aptim Environmental&Infrastructure,Inc. RFP 17-7116 Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. 20 16E 6 Collier County,Florida Disaster Recovery Consulting Services Collier County staff,to develop a recovery master schedule.This schedule will enable our team to forecast, monitor,and assess cash flow needs of the County in any recovery operation.This will better enable prudent financial management by the County while also allowing the County to pursue remedial measures to address any short-term funding gaps. Understanding the County's cash flow requirements may provide for a specific strategy of project formulation in response to a declared event with FEMA funding.A strategy may favor programmatically"large"or"small" projects.A bias towards"small"projects could enhance cash flow, but create risk of project overrun.A bias towards"large"projects could increase administrative burden, but reduce the risk of project overruns. As a routine part of the PA program, FEMA will generally ask for various policies and procedures that were in effect at the time of the declared incident.These policies are an aid in determining eligibility and estimating eligible costs,some of these may change over the natural lifecycle of a disaster or through the natural evolution of policy in a jurisdiction.The APTIM Team will collect and maintain these policies through its document management system,while simultaneously analyzing the substance of these policies for an adverse impact on the County's recovery.Some of these policies include timekeeping and overtime policies,fringe benefit policies, insurance policies,current codes and standards, infrastructure maintenance plans and procedures, as well as evidence of prior maintenance on County assets,etc. The FEMA PA program allows donated resources and volunteer efforts,if properly tracked and documented,to offset the non-federal share of emergency work.While this cannot exceed the value of the non-federal share,it can effectively reduce and often eliminate local cost-share requirements.The APTIM Team can work with Collier • County staff, FEMA, FDEM and volunteer groups and individuals to properly document these efforts to maximize the value and consolidate them into one"global" PW for all donated resources for any declared events. Pre-selected locations for response or recovery staging will allow for a quick and efficient response or recovery start-up,if APTIM is tasked to mobilize for the County.APTIM's six office locations throughout South,Central and Northern Florida allow for quick access to Collier County, regardless of the specific disaster impact area.All six APTIM offices in Florida maintain a supply of personal protection equipment(PPE)as well as environmental monitoring and testing equipment. The communications plan will address communications between APTIM Team prime and sub-consultant partners, APTIM Team project staff communication and between APTIM and the County. Effective communication is one of the many keys to success in any engagement,but is particularly crucial in an emergency response event.Our established communications plan will include primary and alternate points of contact for all communications with the County.We will immediately work with the County to review and refine our communication plan to ensure that it is appropriate,workable and meets the needs of the County. Pre-Event Procedure Upon identification of a potential threat,the APTIM Team will be on standby for any required County deployment. Preparedness steps include: • Initiating communication with County POCs for status updates per communication plan. • Notifying APTIM Team contracting partners of possible assignments, planning for deployment. • Initiate travel arrangements such as airline tickets and rental cars. • Determine if EOC or WebEOC assistance is required. • Identify any unavailable APTIM Team members,proposing equivalent alternates for County approval. Aptim Environmental&Infrastructure,Inc.00113 RFP 17-7116 Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. 21 16E 6 Collier County,Florida Disaster Recovery Consulting Services • Working with County to prepare draft task order scope based on perceived disaster impact. • Continue communication with County POCs for status updates per communication plan. • Based on updates from Primary County POC,prepare to address any unanticipated conditions at the County. • Finalize task order for deployment. • Deploy Principal and Project Manager to initial assembly and staging location in preparation of County impact. • Conduct pre-event briefing with project team. • Maintain constant communication with County. • Mobilize any WebEOC or EOC resources to County as requested. • Complete travel coordination for APTIM project team in preparation for impact to County infrastructure. • Shelter as appropriate. • Maintain communications per communications plan. • Travel coordination adjustments as required to provide consulting staff as requested by County. • Access federal,state and local information resources for condition reporting and identified hazards. • Travel to location designated by the County to begin requested support of response and recovery efforts. • Work alongside County to identify immediate needs and priorities. • Develop an appropriate post-event plan,based upon severity of event. • Work with County to develop a task order for post-event requirements. • Assist in development of Preliminary Damage Assessment plan as requested. • Support liaison with federal and state response resources as requested. • Update and build out project work plan to address actual deployment environment. • Transition to Post-Event phases. A basic organizational chart, indicating deployment chain of command,is provided - to the right. Positions shown with an asterisk may not be necessary for every IP IP deployment.Consultants will be comprised of FEMA PA and FHWA experts, t supporting the County's recovery from an It event of any size.These personnel are identified in Tab III. *Principal The APTIM Team has an additional network of dozens of additional 1 i ,. Subject Matter Experts.The APTIM Team believes there is a strong 1 v.wl advantage to the County of our network of additional Subject Matter I *Project I 1 Project Manager Experts throughout the United States available to mobilize to the project Coordinator • or provide remote support.These SMEs have supported dozens of disasters in nearly every role at the local,state and federal levels of i FEMA PA disaster recovery projects. �* Administrative; Consultants .0.004Aptim Environmental&Infrastructure,Inc. RFP 17-7116 L Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. 22 1. _1 i� All 16E 6 Collier County,Florida Disaster Recovery Consulting Services Impact to Collier County Infrastructure Role Responsibilities „ Minimal Moderate �� Executive leadership/coordination and Principal recovery strategy development and As Needed As Needed 1+ implementation Staffing for minimal and moderate impacts,State/Federal organization coordinator(FDEM,FHWA,FDOT,FEMA, Project USACE,County),sub-consultant coordination,recovery analysis,reporting, 1 2 3+ Manager project budget development,training, a choreograph kickoff meetings,processes ; and procedures,quality assurance and R control,overall project monitoring p' Coordination between all entities to locate v Project and provide additional qualified staffing Q As Needed Coordinator and lodging as required to effectively •- provide recovery services to County Senior Software/GIS,insurance coordination and < Consultant public adjusting,damage assessments, Consultant project formulation,grants management, force account record development, construction oversight,documentation 3 5+ 10+ Junior gathering,reimbursement requests, Consultant project inspections,closeout,audits, appeals,multiple funding stream monitoring Reimbursable cost tracking,time card Administrative review and approval,quality control, 1 2+ invoicing and budget tracking Below,we have provided sample schedule durations for three generic event sizes: Minimal, Moderate and Substantial.A minimal event represents a small tropical storm,a primarily debris removal and emergency protective measures response. Moderate and Substantial represent stronger storms which more severely inhibit the County's infrastructure. Note: Many factors may dictate the schedule and pace of the County's recovery,including the severity of an event as well as both the short-and long-term state, FEMA, USACE and FHWA response and recovery rates. Mobilization &Assessment PW Formulation Minimal:0.5 months acl —,,;3 months PW Reimbursement& Monitoring Minimal: 1 month Substantial:6 months Moderato:6 months PW Closeout Minimal:2 months Substantial: 1 year i.1, -i r 1 year MMslii'intial: 1 month Substantial:2 years M, -1:6 months Substantial: 1 year Aptim Environments RFP 17-7116 Use or disclosure of page of this proposal. 23 16E 6 Collier County,Florida Disaster Recovery Consulting Services P(nvon Four-Phase Post-Event Approach Once incident response is complete,a successful recovery will rely heavily upon a structured approach. Our four- phase approach has proven successful in prior events,drives quality assurance and promotes accountability. Post-Event Phase 1: Mobilization &Assessment The Mobilization&Assessment phase lays the foundation for a successful disaster recovery effort. During this phase,the APTIM Team will focus on understanding the needs of Collier County for the particular event,the extent of disaster damages,and disaster-wide or"global"issues that affect most or all of the Collier County PW universe at that time. Heavy emphasis is placed on minimizing effects on day-to-day staff operations and facilitating cash flow by minimizing economic impacts of disaster recovery efforts,while maintaining visibility on the status of FEMA,state and Collier County recovery efforts. e,, —*, -,,,,- ,-11-"4. ,-, Site Locations? i '; Capt. Field damage assessments include the identification A • of damaged sites and obtaining data comprised of ,/4 Damaged Roads the quantification and documentation of those 7' �,,, .N :w �z,,,�..��� damages along with initial damage estimates by ' ` �.. ,� public adjusters. ,,. ,. A standard damage assessment crew of three can visit between five to seven locations per day to document infrastructure damages. Detailed damage `M ,- „4 information,including GIS coordinates and damage r site photographs,will be captured for later special considerations assessment,scope development, estimating,and PW drafting. , ,,r ,,, r,r APTIM utilizes ArcGIS field data collection application ` to capture its field damage assessment data for subgrantees.To the right is an example of a recent disaster damage assessment tool used in Merced County, California to identify over$30 million in damaged road segments across the County. Data collected in this tool can be integrated into our QuickBase application to aid in the approach of one comprehensive repository for all recovery information and documentation. There are programmatic deadlines associated with completing an initial damage report prior to kickoff meetings with FEMA.The APTIM Team will work dutifully to meet this deadline for any event. If circumstances prevent completion by the programmatic deadline,at Collier County's discretion,APTIM will assist in the preparation of a request for a deadline extension. Post-Event Phase 2: PW Formulation Phase 2 emphasizes the actual preparation of project worksheets(PWs).This process jointly involves the efforts of the County,the grantee(FDEM)and FEMA.These efforts are the product of the detailed field assessments in Phase 1,layered with the APTIM Team's comprehensive programmatic knowledge of associated regulation,policy and statute to maximize eligibility and expedite administration of the County's recovery operation. This phase will necessitate coordination with all affected County departments and consortium members,including Risk Management,to ensure any duplication of benefit is identified prior to PW formulation. All facilities and assets must be verified for eligibility.This process includes analyzing design function,function at the time of the disaster, upkeep and maintenance,legal responsibility for repairs,type of repairs required,etc. In AAptim Environmental&Infrastructure,Inc. RFP 17-7116 Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. 24 16E 6 Collier County,Florida Disaster Recovery Consulting Services addition,subgrantee must properly document damages,identify an appropriate methodology for repair or restoration,and create a reasonable estimate for the repair. Invariably,some emergency response work will have been completed to immediately restore functionality to disaster-damaged assets that could not wait.This work might include either permanent or temporary work.This is often a point of contention for FEMA.The APTIM Team will help properly classify the work already performed,the value of the work completed,as well as the need for urgency,so that it may be memorialized appropriately in a project worksheet. Ensuring this is done properly will facilitate cash flow by creating payments for work already completed. FEMA allows a wide range of estimating tools,including R.S. Means in the traditional FEMA Cost Estimating Format (CEF),catalogs/internet data,local pricing history,and public bids.The APTIM Team is proficient in all of these methods and more for determining cost reasonableness. Ensuring that costs are reasonable is the final threshold for eligibility in FEMA's analysis.Therefore,"cost reasonableness"is key to maintaining eligibility while resting secure that the final grant value is sufficient to meet the needs of the County. Depending on the nature of the asset or facility damaged by the incident,some assets and facilities may need more technical evaluation. During this phase,we can analyze failure patterns and utilize modern engineering and design methodology to ensure we have identified all damages and where latent damages may manifest soon or during construction.This also allows us to value engineer repair and restoration methodologies to save time or money or improve quality and functionality. As mentioned previously,Collier County may determine that it is in the public's interest to abandon a facility or function in favor of another or to improve existing capacity. Determining and documenting the disposition of the original facility or documenting improvements desired is necessary in order to request approval of an Alternate, Improved,or Consolidated Project. "For every$1 spent on mitigation, The PA program includes"Section 406"mitigation.This approximately$4 are saved in future reduced mitigation creates eligible funding beyond the normal losses." "base"funding level which allows restoration of pre disaster design,function and capacity plus eligible -United States Congressional Budget Office,Potential Cost codes and standards.This additional funding can be Savings from the Pre-Disaster Mitigation Program applied where cost-effective mitigation measures can be developed and implemented on damaged elements that protect those elements from a future similar incident.The APTIM Team will work to develop technically viable and cost-effective proposals for the County's review in order to create a more resilient community. Note that 406 HM is voluntary in FEMA's eyes and the County must submit 406 HM proposals to FEMA for consideration. FEMA PA funding includes additional obligations due to its origins at the federal and state levels.Among many obligations created are those involving environmental,floodplain management,and historic preservation requirements found in National Environmental Policy Act(NEPA)and a host of other federal and state statutes. The APTIM Team is familiar with these requirements and will help to minimize the burden of compliance as PWs are developed. Aptim Environmental&Infrastructure,Inc.00$13 RFP 17-7116 Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. 25 16E 6 Collier County,Florida Disaster Recovery Consulting Services The PA program requires the County to offset any FEMA assistance by the amount of any insurance proceeds that are duplicative of the FEMA PA program,involving policies addressing individual facilities and blanket policies.The APTIM Team will assist in interpreting County policies and proceeds to minimize duplication of benefits and maximize grant proceeds for the County,where policies are in effect. In addition,our team can help risk managers comply with PA program"obtain and maintain"obligations for future property insurance requirements as dictated by FEMA policy. While the APTIM Team will go to great lengths to resolve issues and to preclude any necessary appeals or arbitrations,we stand ready with the capability to provide assistance on what is sometimes a difficult and byzantine process.Our QuickBase system can help track ongoing appeals and audits,and ensure that no appeal, audit or arbitration deadlines are missed,while also tracking the results of these efforts. Post-Event Phase 3: PW Reimbursement&Monitoring The PW Reimbursement&Monitoring phase is in many ways the simplest. In this phase, PWs have at least an initial version obligated or awarded(often referred to as a"V-0"or"vee-zero"in program language). Emphasis in this phase is on execution of repair and restoration activities while pursuing reimbursement through the PA program.Additionally,latent damages and change orders may be identified that could increase or decrease eligible funding. The APTIM Team will assist the County in reviewing contractor pay applications and change orders.This will assist in tracking eligible cost to the appropriate disaster and project worksheet in order to facilitate payment from FDEM.Change orders will be reviewed for eligibility and cost reasonableness to determine whether a PW version is necessary,or whether it should be incorporated into grant closeout efforts. kaMy.+..?.?a..:by'aass6.a xa„:t;a.,x as,$h,9.. <,.e...c.... As alluded to previously,some assets or facilities that are highly specialized in nature may require more technical evaluation during this phase.As work progresses,additional codes and standards requirements may also manifest that were not previously considered.This may result in change orders and/or PW versions in order to align the grant scope of work with actual cost and work needed to restore the facility's pre-disaster function,design and capacity.The APTIM Team will identify where this may be needed and work with FDEM and/or FEMA to request PW versions or push to closeout as necessary. Projects which are deemed programmatically"large"are reimbursed using"actual costs."Accordingly,these projects are only reimbursed as work is complete and costs are incurred by the County.The APTIM Team will assist in the preparation of reimbursement requests packages consistent with current FDEM requirements to facilitate cash flow on"large"projects. The FEMA PA program requires quarterly reports which provide a status of physical work complete on each PW in a disaster. Proper and timely completion of quarterly reports will ensure that FEMA does not prematurely or punitively de-obligate funding.The APTIM Team will assist the County by preparing quarterly reports as needed. Data entered and updated throughout the project lifecycle in our customized QuickBase application will allow for painless quarterly reporting to FDEM regarding the construction and financial status of the County's disaster recovery efforts—visible at the project,disaster or County level. FDEM may provide the County with multiple payments in one transaction.The APTIM Team will work with the Aptim Environmental&Infrastructure,Inc."13 RFP 17-7116 Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. 26 045 16E 6 Collier County,Florida Disaster Recovery Consulting Services County to reconcile payments to the disaster and PW level. In addition,we will identify short payments in order to address technical deficiencies in prior reimbursement requests so that these can be promptly and thoroughly addressed. FEMA imposes relatively short"periods of performance"for work identified in their PWs.The APTIM Team will monitor disaster-wide time extensions and individual PW projects schedule in order to request more time where necessary. Proactive time extension requests will ensure timely reimbursements and accelerated closeout. Post-Event Phase 4: PW Closeout PW closeout is the culmination of the FEMA PA disaster recovery effort.Closeout is the final opportunity to obtain FEMA funds if any recovery costs have escalated.This process is also where all documentation must be assembled in a final PW closeout packet in order to protect against possible future audit.A successful closeout is signified by the receipt of all funds due,on an expeditious basis,with no complications or delays. The APTIM Team will ensure the document management database has an electronic copy of all relevant source documentation,correspondence and grant management materials,reducing or eliminating reliance on hardcopy files. Having one common project file will accelerate closeout by reducing the need to constantly search for that missing sheet of paper. As an"actual cost"program,the FEMA PA program relies on proof of payment for all transactions.This may include Electronic Funds Transfers(EFTS)or even physical cancelled checks.The APTIM Team will ensure these are available and reconciled to disaster claims for closeout. The final cost reconciliation process will ensure that all change orders have been reviewed and all contracts and/or Force Account records have been reviewed in order to ensure all possible funding has been captured to maximize the grant and recognize all costs required to complete the eligible scope of work. The final closeout version will be prepared in conjunction with FDEM and FEMA to capture the final cost reconciliation,change orders,subsequent environmental and historic preservation reviews,hazard mitigation,etc. in order to ensure final alignment of cost and scope of work. Insurance may or may not play a substantial role in the County's recovery depending upon the severity of each event,the specific infrastructure impacted and its insurability and NFIP flood zone. Roads,bridges and non-facility infrastructure are typically non-insurable and therefore lack requirements to obtain and maintain insurance on damaged buildings or contents. Regardless,the APTIM Team will work with the County Risk Manager and the State Insurance Commissioner or FEMA as necessary to ensure that any"obtain and maintain"insurance requirements are met.This will not only facilitate closeout,but will maximize eligibility for the County in any future FEMA-funded disasters to the same facilities. Providing Service to Multiple Impacted Jurisdictions Although unlikely,in the event that APTIM is required to respond to multiple jurisdictions for the same event either on Collier County's behalf or on the behalf of other clients impacted by an event,the APTIM Team is fortunate to have a very large support group of additional staff ready to deploy as needed to the project.These include both permanent staff from Florida offices as well as staff from other national offices.APTIM would also Aptim Environmental&Infrastructure,Inc."03 RFP 17-7116 it Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. 27 161 6 Collier County,Florida Disaster Recovery Consulting Services deploy a Project Coordinator to South Florida to assist with the possibility of hiring additional staff to ensure response and recovery objectives of the County are met. Key Recovery Personnel Availability Upon requests for meetings,key APTIM Team personnel,including the Principal and Project Manager,will typically be available within 48-96 hours if offsite,to allow for travel arrangements and coordination. If deployed to the County,the Project Manager will be available immediately.APTIM's nearby office locations allow for ultimate flexibility for meeting with County representatives.Additionally,as proponents of technology,the APTIM Team strongly recommends that the County consider utilizing web-based video meetings or teleconferences if APTIM is not currently deployed to County locations,particularly in the event of immediate needs or response activates. Project Manager Jeffrey Abraham,the APTIM Team's primary point of contact with the County and the primary supervisor for the operation,will be fully dedicated to the County's recovery,as required,up to 40 hours per week. Jeffrey is currently the Project Manager for the Merced County,CA recovery project,which is now in the late stages of project formulation and requires minimal oversight. All key personnel provided in Tab III will be available up to 40 hours per week as required for Collier County recovery operations.Amount of actual dedication to project will be based on project requirements and County task order approval. For specific job functions for each classification,please see information provided in Tabs IV.1 and V.1. Information was not repeated here to avoid exceeding page limit. Impact of Event to County Infrastructure Classification , , inimai r t t, Principal 4 16 40+ Project Manager 16 40 40+ Project Coordinator 4 Senior Consultant,Consultant,Junior Consultant 40+ 40+ 40+ Administrative 2 16 ;, Availability of Qualified Staff for Process&Procedure Review At the County's request,the APTIM Team will assign qualified personnel to perform any research requested for as much time as is required to accomplish the task,including procurement and process/procedure improvements to better prepare the County for a successful recovery. Aptim Environmental&Infrastructure,Inc. RFP 17-7116 Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. 28 16E 6 „„„„,I„,,,,„E5 TabV: Cost of Services to the County :..„,..„:..„...:.:.:,:,::....:..:::,:,:,.„„.„,,„,:,„„„.,:,:,..,,:...,:,;:::,a::.,,,„:::,,„„,::,:...„,,,..::,:,:,.,.:„.:.,.,..„......„,,....:. . ....,„„„:„,::::„..,,,.,„„:,.„,:.,„:,:mr„„„„,..,;,,.„:„.„.....:,,:::,....::.,,..„,,,„„„„„„„„„„,,:,..:„..,,,,... ::::„,„,:„.......... .....:. . ... . :.,::::...„..;,;,,,,,,...,,,,„,;„.,,,...,,:, .. ....„,„:........,... ......,...,,,,,,, ..::::i 0 i w i \ � S ate\ �� .•� lx".%`: ,4!!, � ..;....:‘. ..-.;-�>� I.::,i...1.:,:',..:.;,,,,.'i:7:i.:..,..,,iii.l..:.":1-..!:.1.r.fg.::0.,:,..e..4:,:.,:i...zil:.iit.....;:,..„450..,..:„„ci,.,,,:i.Itilkt,,?;.14';'...-Ho.;?"''.i",.6.#34,..•,e..1 ' ',,e,.,,*, .willitii.4.,":,'"Ikt-N-..',...t.'":"6-,-.44,:%nii.s?' .m,.....---'..,.,:',I„...V.,:-. .t.:,,,,:.‘ ,i. ---,., SIM to", a ,:',. fid” „'''' . ., 4,., '4 c,,, .` a e. ..t. , ,V.,,,,ell :•••.'r'''. ,,,,5,:•IFIro. ,.,•:,':;'•'''...,:" !.:;'-::.rotlfir ,. ' IV .. •'.:-"''41.:.44r.,:r:::-..:',.•...i.' .... .' » '�.0:_ irp. '4"*".Vjilito4'0,i0.'..'1*,,t::: ..I"' .-.:`,.i ....... .. .„t'44.'1,..g t*".f',11:, ,:, - ., ."bk.s ,it,•.,(' ••:.•: .,...AV,17 ...,,.:;;,igie,',:;'*,,,,,,,,,',V,'•',,.,.....7,.'''''' ' .,,,>:;,.,.:.;:r.‘,.4,...:4.:,,i.,,,,,7:...:,4:,,,...7',,,,,.,:...,.,:::::.,.1,,,,,'.;;.:/,..,...,,,,,,, , a >a e F o'uar4m;-n 01, l ;a. ..................... ,. , 16 E 6 Collier County,Florida Disaster Recovery Consulting Services Tab V: Cost of Services to the County V.1 Hourly Rates Classification Pre-Disaster Hourly Rate($) Post-Disaster Hourly Rate($) Principal 190.00 200.00 Project Manager 175.00 185.00 Project Coordinator 115.00 ' 125.00 Senior Consultant 170.00 180.00 Consultant 160.00 170.00 Junior Consultant 150.00 160.00 Administrative 80.00 90.00 Aptim Environmental&Infrastructure,Inc. 00141) RFP 17-7116 ,ik Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. 29 IL , ) 16E 6 Collier County,Florida Disaster Recovery Consulting Services Classification Description Provide program oversight. Participate in project kickoff and establish deliverables and project schedule alongside County executive project staff. Principal Participate in scheduled status meetings throughout project lifecycle.Work alongside County executive staff to ensure continued success of program from inception to completion. Serve as a day-to-day contact for County officials for all project tasks,objectives, deadlines and milestones. Ensure progress is monitored and that reports are provided to County stakeholders as Project Manager requested/required by project execution plan. Coordinates all staffing needs for project. Ensures staff are assigned projects and hours are logged in accordance with project requirements. The Project coordinator would work with the County and Consortium members to Project Coordinator effectively allocate resources between the Consortium members.This personnel is actively and heavily involved in the mobilization and set-up phase of the project. Provide specialized subject matter expertise to project manager,County staff(as Senior Consultant requested)and to primary consultant on project. 10 or more years of specialized experience in subject matter area(s)of the FEMA PA program. Provide general FEMA PA program PW development and grant management Consultant expertise or specialized subject matter expertise to project manager,County staff(as requested)and to primary consultant on project. 5-10 years of relevant experience in specialized area(s)of the FEMA PA program. Provide general FEMA PA program PW development and grant management Junior Consultant expertise or specialized subject matter expertise to project manager,County staff(as requested)and to primary consultant on project. Up to 5 years of relevant experience in specialized area(s)of the FEMA PA program. Provide remote(or occasionally on site,if needed)administrative support functions Administrative for project including invoice preparation,direct administrative cost and project time card review and other administrative duties,as assigned. V.2 Experience Effectively Managing FEMA-Reirnbursable Costs APTIM Understands the Critical Implications of DAC Reimbursements The APTIM Team has found the tracking of DAC to be an area of severe vulnerability for subgrantee reimbursement.Any oversight in DAC data or documentation can result in denied claims. Managing its administrative costs will prove to be an important aspect of the County's recovery.APTIM is committed to working with the County to utilize our experience in the FEMA PA program and with DAC,in particular,to ensure an efficient recovery cost.We will work alongside County stakeholders and officials to develop a workflow and recovery financial tracking process that is properly scaled and the right fit for the County, and ensure that defined budgets and cost monitoring,including DAC,will lead to an efficient recovery for the County.This will not conflict with the County's concurrent rollout of its financial management system upgrade. Experience with Direct Administrative Cost(DAC) Recovery The APTIM Team has managed and monitored DAC on behalf of subgrantees for many years and across many projects. Many of the projects referenced in this proposal have required APTIM to manage and monitor our DAC costs and ensure that the associated hours and costs submitted as DAC can withstand scrutiny and audit from FEMA and other entities,including DHS-OIG and FDEM. Aptim Environmental&Infrastructure,Inc. RFP 17-7116 ` Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. 30 16E 6 Collier County,Florida Disaster Recovery Consulting Services Use of APTIM's QuickBase application will offer the capability to more accurately and efficiently track the County's DAC claims among almost limitless project data tracking.Our DAC tracking application is rapidly deployable.Our team can mobilize a functioning system for tracking the County's DAC hours in place in a matter of days in the response phase of an event.Our DAC tracking can originally track time to damage sites,and later automatically convert the tracked site time to time by FEMA PW,allowing for painless reimbursement readiness,as projects are obligated. Our custom software is tested,evaluated and has been successful in projects across the United States for years, managing DAC and many other project data with little to no error rate. Errors are generally avoided because our custom applications are designed with checks and balances in the data entry phase that automatically restrict inaccurate or inadequate data entry.We encourage the County to consider the use of our many pre-built and project-customizable application components,including DAC tracking,to ensure appropriate visibility and monitoring of project,cost, reimbursement and DAC data points. Upon completion of the project,APTIM will provide the County with an export of all system data tables so that the County maintains compliance with the requirement to keep documentation until three years beyond its disaster closeouts.We look forward to providing the County with a demonstration of our customized timecard application upon contract award. If the County is interested in proceeding with this software system for the project,our Software/GIS Subject Matter Expert, Ben Holt,will work alongside key County stakeholders to implement this system and customize it for project use. Examples of DAC Cost Recovery Direct Administrative Costs(DAC)are specific costs tied to grant formulation and management activities and are fully reimbursable by FEMA.The APTIM Team is well versed in tracking and reimbursement of these activities and submitting requests for DAC reimbursement. Reflective of recent FEMA policy initiatives to streamline grants management requirements of the FEMA PA program, FEMA has entered into agreements to provide reimbursement for grants administration activities while reducing the administrative burden of tracking DAC to specific projects.Tracking can prove challenging on very large scale recovery operations with hundreds of project worksheets,though we generally alleviate this issue with QuickBase. In New York,some subgrantees have successfully negotiated a 4%flat allowance across the entire recovery funding amount.This innovative option to approaching DAC reimbursement spreads the cost of grant administration between all projects,regardless of individual project size or level of effort required for specific project formulation or management,while also easing administrative burdens and addressing unique issues affecting a subgrantee's recovery.This approach is more consistent with the prior sliding scale approach. The APTIM Team will evaluate options available to the County for reimbursement of fees at the onset of each event.Options are largely controlled by the severity of the event. Direct administrative costs are captured at the project level by each project staff member,capturing details of our activities that bring each project to funding.This is in accordance with the requirements of FEMA,as reflected in the CFR and FEMA policy.To capture this information,DAC activity is input into a QuickBase application which is utilized for grants and financial management. On this project,APTIM submits monthly invoices which are ultimately broken down by project worksheet and submitted to FEMA for obligation and reimbursement as a line item cost for the subject PW. Used drone-aided surveys to inspect damages for electrical and water infrastructure where there were access issues.We tracked DAC from the beginning,assigning our own project reference numbers to track DAC until FEMA assigned reference numbers and project worksheet numbers. Aptim Environmental&Infrastructure,Inc. RFP 17-7116 itUse or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. 31 16E 6 Collier County,Florida Disaster Recovery Consulting Services Though not 100%complete with reimbursement,IEM currently projects that all costs of contracting will be reimbursed by FEMA or insurance carrier and the State picking up the non-federal match. Other Possible Cost Recovery Strategies As applicable to the County,other cost recovery methods may be implemented,based on particulars of the County, FEMA and the State of Florida following an event. Many states offer subgrantees a non-federal match,including California and North Carolina. In each of these states,the APTIM Team have worked with our clients to ensure maximum reimbursement of administration costs associated with our services. If Florida enables a non-federal match,the APTIM Team will work with County officials to coordinate a recovery strategy that integrates the non-federal match as an additional funding stream. In many instances, project management services may be performed which are relevant to restoring a facility to its pre-disaster condition,but the costs are not administrative. In these instances,line item PW costs for project management may also be permissible by FEMA and FDEM. One example of services that fall in this category would be emergency procurement for a specific facility following an event. AAptim Environmental&Infrastructure,Inc. RFP 17-7116 iik Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. 32 II ,.9i.v:..(3a (.i...(iit 2.3]37^ ,"a4) 16 • Tab VI : References .,„, ,, ...,„,,,,,,,c„, ...,...., . „ . .s P F ? i. : 4 , frt' ‘ •,I,$‘'„'',''.;',-'',"..,,s,,,,:•\,•;,N'.',,.N,:)'*:,1:,I,,,','i,'',,''a,k‘-N#,, sA. � f. ].i d: A F m� » r ,".21' i'�. .1 . ,„ ii,„... . ,;,, ,...,. ..,!,..; e ,' ':'i,;.,:;,-,4, „...,, .,',.?t,;',,f,...,' m .,. . a '� lR• - r x f 09(01 00171) 16E 6 1 Collier County,Florida Disaster Recovery Consulting Services Tab VI: References Aptim Environmental&Infrastructure,Inc. RFP 17-7116 ik Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. 33 04003 111, 09c0920176-631.231379 16E 6 _ Collier County,Florida Disaster Recovery Consulting Services Reference 1 Client Technical Assistance for Stafford Act Programs: Public Assistance, Hazard Louisiana Governor's Office of Homeland Security&Emergency Mitigation, Individual Assistance and Preparedness(GOHSEP) National Flood Insurance Act Support 7667 Independence Blvd. Baton Rouge, LA 70806 Services Provided Prime Contractor APTIM provides technical assistance to GOHSEP in the administration and execution of the FEMA PA, FEMA Individual Assistance and FEMA Hazard APTIM Mitigation Grant Programs.APTIM provides technical support for over Contract Value 1,500 subgrantees in the state for six open,federally disasters declared since 2005—including Hurricanes Katrina, Rita,Gustav, Ike and Isaac. $27,000,000 Damages associated with these events exceed$13 billion. Project Dates APTIM performs project management, responding to task orders, August 2016—Present preparing work plans, mobilization plans,ensuring performance of Client Reference personnel and meeting all performance requirements, meeting all deliverable requirements on time and within budget.APTIM meets all John Gonzales FEMA,federal,state and local government statutes and regulations. Section Chief,Technical Services APTIM provides over 30 full time staff for this project including the 225-573-0473 following staff supporting the FEMA Public Assistance program: ; l • Cost Estimators&Analysts • Insurance Specialists • Appeals&Arbitration Specialists • Direct Administrative Cost Specialists o DAC time reviewer(using a custom QuickBase®application to manage reimbursable DAC and PM costs) • Alternate/Improved and SRIA Section 428 Experts • 406 Hazard Mitigation and Benefit-Cost Analysis Specialists • Policy Subject Matter Experts • Procurement, Debris,Temporary Facilities and Floodplain Experts Schedule The services provided by APTIM are continually monitored,ensuring progress and performance to ultimate closeout of all open disasters in Louisiana.To date,all services provided by APTIM on the project are on schedule, with no delays noted. Budget In its first year term of technical assistance services provided to GOHSEP,APTIM has been successful and is anticipating closing the term under the initial estimated annual budget by over$1 million.APTIM tracks the budget for this project inside its custom QuickBase®application. Aptim Environmental&Infrastructure,Inc."03. RFP 17-7116 ` Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. 34 16E 6 Collier County,Florida Disaster Recovery Consulting Services Reference 2 Client Disaster Recovery Strategy and Consulting Services, California Severe Winter Storm and Merced County,California 3500 N Apron Ave Flooding Events Atwater,CA 95301 Services Provided Prime Contractor In response to flooded infrastructure(primarily roads and bridges), APTIM APTIM provides Merced County,CA government entities with technical assistance and strategic recovery and policy guidance for back-to-back Contract Value disaster declarations.The County sustained damaged infrastructure in $200,000(as of August 2017) excess of$20 million for the two events. APTIM coordinates with multiple County entities(including the Project Dates Department of Public Works,Administration, Fire and Sheriff)as well as May 2017—Present with California's Department of Transportation for FHWA-ER grants,the grantee(CaIOES)and with FEMA. Client Reference APTIM utilizes QuickBase for this project for all costs,deliverables, Mark Cowart budgeting, insurance recoveries, project management,time keeping, DAC Director,Administrative Services reimbursement tracking,formulation and damage assessments. (209)385-7612 Schedule The services provided by APTIM are continually monitored through our custom QuickBase application,ensuring progress and performance to ultimate closeout of all open projects and disasters.To date,all services provided by APTIM are on schedule,with no delays noted. Budget To date,all tasks performed for the County are under the initial budget projections. In addition,APTIM is beginning to work with CaIOES and FEMA to reimburse Merced County for project formulation and grants management reimbursable direct administrative costs(DAC). Aptim Environmental&Infrastructure,Inc. RFP 17-7116 ` Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. 35 0> 16E b Collier County,Florida Disaster Recovery Consulting Services Reference 3 Client FEMA Public Assistance Program Consulting, Public Works Commission of the City Hurricane Matthew Recovery of Fayetteville, North Carolina 955 Old Wilmington Road Services Provided Fayetteville, NC 28301 IEM provides technical assistance for the Fayetteville Public Works prime Contractor Commission(PWC). PWC sustained substantial damages to much of its infrastructure following Hurricane Matthew, responding with various IEM emergency protective measures. PWC sustained damages to buildings as well as water,sewer and electrical generation and distribution assets. Contract Value $300,000 IEM provided recovery project services including procurement assistance, Project Dates cost estimating support,specialized water/sewer infrastructure expertise and documentation compilation for the PW and Hazard Mitigation Plan February 2017—Present formulation. Client Reference IEM also provides PWC with grants management lifecycle services for Isaac Copeland FEMA PA PWs,including guidance to PWC regarding formulation, Risk Manager and Director of eligibility,procurement,cost reasonableness,timing expectations,cash Procurement and Legal Services flow management,compliance, record keeping,audit requirements and 910-323-4116 grantee relations across multiple grant streams and multiple insurance k Li 1r-iPf ak'fwvc=orn policies. On Schedule IEM has met all schedule criteria for the project. FEMA has indicated that PWC was a front runner in terms of efficiency of operations following Hurricane Matthew. PWC was one of the first applicants following the events to move into formulation,grants management and closeout. Under Budget IEM tracked Direct Administrative Costs before FEMA was involved in PWC's recovery efforts. IEM tracked DAC using internal reference numbers until FEMA assigned reference numbers and project worksheet numbers.Though not 100%complete with disaster recovery for PWC, IEM currently projects that all costs of contracting will be reimbursed by either FEMA PA DAC,insurance carrier administrative fees or by North Carolina's non-federal match program. Aptim Environmental&Infrastructure,Inc.003 RFP 17-7116 1 Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. 36 6 Tab VI ! : Acceptance of conditions ....„..s ,,,,.. ,,,‘‘, ,‘ , , G ' '''.,17.-'....,.� h > � a 11� , r F 3r y , :11?),41,0',Ir. ...4,,,,-,...,,,,,,,:„.„ r PPS Tj r a a ams ®,a ` ate" p . nt . � ,� fit ;. �` r� (:,7"-,,,,'-i:,:',::-,-,:-.•:, ,�« �"� -`'...� ::1,,,..., ,„ - c,.., it°�,'0 r 'as y ..R + F 3y' , P+ a a --- .,,,,..,,,'1„;:, ay£ 7,-;!'" . ¢ ,.ter .Y ;,_..wY r 44 Ci A41URMlt7B E y 16E 6 Collier County,Florida Disaster Recovery Consulting Services Tab VII: Acceptance of Conditions APTIM accepts the general terms and conditions of the RFP and to insurance requirements and any other requirements listed in the RFP. Aptim Environmental&Infrastructure,Inc.0003 RFP 17-7116 4 Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. 37 08.. 17D...''i";;8."?1 to 16E 6 �..'Ex E`�S .+\i.a:`'�.. _" 3�;r� r - ..�" •' �\ w�.� Vim;"' �E. .� �L '�\\\\3 `...`' ... ,, n, �.. _ate:" ..•.:........ ..: �+ ... .,«a ,.,. .:_�.�.. .m Tab VIII: ... .. ...:„............. . ....: „:„:.. ..,:::: .„ ....................„:„„:„.„.„. ..... ...... ..,...:„....... ".. ........ . ........:...........................„..........,................... ........... ....,........„... .. . ......................... .......................„ .................. ........ .,........... .. ,,, ,. .............„...„:::.:::::::::„,„„„:,........„.....:.::_„,,...„...,::::,......„.....„„:„:„.....,::::::.::::::..,:,.........„.:::... ..,:::::::::.,......:.. Required Form Submittals . .. . ._::..,,„„::,,,,,,,,:..,,,,,,„.„,,....,:„,::.„::::::‘,:-__ . .. ..,. , .„„„. . . , _::‘,„:„,„,„,.,,,„„,,,„„.„„..,,,,,..,,,,,,,,,,,,,,,-.....„:„::-.,, .:„.„,..... - ' . „„,,,„„,„,,,,:„:„,,,,:„..,,„..,,,,,,:,,:,„„„,o,,„,,,„„„,„,,.,s, .„ ......,.....,,,„,„„,.. . ,-,-!-;.:.;,,,,-$A ,- ;„Aggi.A,''''', --„..„.„4„:„.F.•,„, '.,.„,„".N.,....„„ft,„,„.• ,‘„:,..,\,, , ,3 /' s Z y , .. ......::'.... ..............„ ....„....„.........„.„.„...,.:,.....„:„:„,„„:,„,:,:„„:„:,„:„,,,,„„.„,„:„.„„,,,,,,,‘„,„„„:„,,,N,„„,„:„„„,:„,,,,,,,,,,,,..,,„„„,„„„„„„„„..,,,,,:„„„„„„„„„„„„„„„,„,„„„.,,„,,„„„„„.,,,,,,,,:m„,„0„:„„„„„„„„„,:,,,,,,,,,,,,,,,,,„,,,!:„.,.,„„,,,,„„.„,;„....„.,,,,,„..,„:„:„,,,,„,,„,,„,.,,,,.„..„,„,,,„:„.„... „„,:,:*„„,,„.....,,..„:.::.,...:„...„:.::„:„,„„:„::,,„,„:,,:,,,.:,„„„.:,:.:„i,,„„„„„„„„„„,„„„„,:„,:,:,:,:,:,,.,.„,„,„:.„,4:,„„„,!„„,„„„„„„„:,:„,„„:,„..:„,,,,..,,,,,::,,,,,,,,,.,,,,,„„„,!,,„,„,„„„,„,:„,„,,...„„„,,,,„,„,„,,„„,„,:„„„,,.::.„,„.„„,:.,„....,„„„,„„,„„„„„„„„,„„,,„,E..,„„„„„„„„„,,..„.„„„„:„:„„,:,,,,;.„:,,„„„„„„„..:,„„„„„„„„„.„„,,:,,,,,,.„:,,,,,;,;:„,;.:„.,,„:„,,,„:!,:::::,:„::.:,„„„,:,„„„,,,,:,„:,.,„:,„,„„„„„,::. ::„„„„„:,:,:,:,:„,„:.,,:„„..„,,...,:.,:.:..:::.:,:,.„,:,:„,.,.,.,.„„:,.,,,:,:.,:„„:...„,::,:,:,..,,„:„,:„,f:.,f,,,:::,„..„,...,,„,..,:,„,,,„,„,„.,..„:,„:...::,:,„,.:„„.,:,:,..„,g,:...:„,,„„...::,.„,,:,„,.„..„:,,:,,,::.„:„,:,,,::;,..p.,,,,.„,„„„.„„,...,.,,,:,:,:„i„.,:::.,:::,:,...,......„:.....:.::„.,,,„:.,„,.y,:„:!::::.w::,::,:...-„,„'_:_:,„.„"."'":„:„,„„;,::::„::„ ,:,...i.....,!!!„,..,..,,.:;‘ y \ \\ 3pmVa» ,� 3 sh fief `-,i \ - y� � \k .M 5 3 E' hF o-3 9 ', r- � 5 Ee / / j4 tlRiItlk@:.,.,,v c•4':r it �. . . ..,, i,,';Y . ..:Eft,; ; bid s' , , t +i IAMdf ll a:- „»,H y ':-W •°wK^Ri .iixT."«,.fi ...,..'. .,E*w: .� 6 i •uwaw=^^+.nw `.�R..,,y „„µ;'am' Frv+ { tes r 4 q a.°€ +a:r + s-zr • 0 ,,, v atm' '4 'i r 7� ,a i s k "cam ; „„ , "' -:.:i''''',...7' ,,,_. y'° .,. .w ,,,, ^�. H r.� r , r. y 16E 6 Collier County,Florida Disaster Recovery Consulting Services Tab VIII: Required Form Submittals • Acknowledgement of Addendum 1 o Provided • Attachment 2:Vendor Check List o Provided • Attachment 3:Conflict of Interest Affidavit o Provided • Attachment 4:Vendor Declaration Statement o Provided o Note:This form appears to potentially require a notary seal.APTIM was unable to lawfully notarize this document because there are no form spaces for witnesses. • Attachment 5: Immigration Affidavit Certifications o Provided • Attachment 6:Vendor Substitute W-9 o Provided • Attachment 7:Insurance and Bonding Requirements o Provided • Other:Grant Forms o Provided • APTIM Licenses o Any other licenses required will be obtained upon contract award. Note:RFP Exhibit I:Scope of Work,Specifications and Response Format, Tab VIII:Required Form Submittals referenced an Attachment 5:Affidavit for Claiming Status as a Local Business that was not provided with the RFP and is therefore,not provided with our proposal. Aptim Environmental&Infrastructure,Inc.003 RFP 17-7116 ik Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. 38 _..,?^170_.,11;'.913 16E 6 Collier Comity Email: brendabrilhart@colliergov.net Acitranistratve Swyces Deortment Telephone: (239)252-8446 'S"" FAX: (239)252-6697 ADDENDUM 1 Memorandum Date: August 4,2017 Acknowledg.d From: Brenda Brilhart, Procurement Strategist Date: %%" y i!(, /Z- '/7 To: Interested Bidders Subject: Addendum# 1 RFP 17-71 16—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 he charged at the prevailing rate per copy of tile 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. 16 € 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 Co County t: n trat , .Setmoes Dr ar bent 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. El All applicable forms have been signed and included, along with licenses to complete the requirements of the project. El Any addenda have been signed and included. Name of Firm: Aptim Environmental&Infrastructure, Inc. Address: 4171 Essen Lane City, State, Zip: Baton Rouge, LA 70809 Telephone: (985) 507-2011 Email: kipp.nelson@aptim.com t Representative Signature: )7„2- //--.. ' v Representative Name: Walter Kipp Nelson Date 8/15/17 17-7116 Disaster Recovery Consulting Services 23 16E Co ler county istr,xt;,e aerVrceZ x 11tr' t;t 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: Aptim Environmental&Infrastrxfcture,inc. 7 Signature and Date: l I. .�c :" ? 17 J/ Print Name: Walter Kipp Nelson Title of Signatory: Director,Disaster Management Services State of I! I County of if tik SUBSC-IBED.'NDSWSRNtobeforemethis /S#7 day of , 20 b _ is 4 - , who is per nally known to me to be the Y t Y'"r & ',,1,sa 4-frinoncrontrior the Firm, OR who produced the following identification Notary Pu lic Commission ` Mi '''' ''I BUC,ID# 133126 STATE OF LOUISIANA PARISH OF POINTE COUPEE My Commission is tot We 17-7116 Disaster Recovery Consulting Services 24 16E 6 Co tier Covatty 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 6 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: Aptim Environmental&Infrastructure,Inc. Address: 4171 Essen Lane City, State, Zip Code: Baton Rouge,LA 70809 Florida Certificate of F02000002878 Authority Document Number: Federal Tax Identification 77-0589932 Number CCR#or CAGE Code 77Z37 Telephone: (985)507-2011 FAX: N/A Signature b Walter Kipp Nelson /, (Typed and written) t Title: Director, Disaster Management Services Additional Contact Information Send payments to: Aptim Environmental&Infrastructure,Inc. (required if different from above) Company name used as payee Contact name: N/A Title: N/A Address: 39001 Treasury Center City, State,ZIP Chicago,IL 60694-9000 Telephone: N/A FAX: N/A Email: N/A 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 Colter c.d., ,,,,...-,...„.....„-- Administrative Services Deparltrent ese€lent Sess.{cv. <Sicr: Attachment 5: Immigration Affidavit Certification i 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 Aptim Environmental&Infrastructure,Inc. Print Name Walter Kipp Nelson Title Director,Disaster Management Services Signature ',' / . >��_... Date ,, f ; ..( /7 State of LOU 1 ti I . countrofeksr-stiroti .4(106 ',i'hp foregoing instru ent was signed and acknowledged before me this 'day of 4-,2.17_,by 'tir^ ; . ) who has produced 1,. as identifi'ation. print or T pe Name) (Ty e o Identification nd Number) o Publics Sig at re LORI WEST NOTARY PUBLIC,ID# 133126 Printed Name of Notary Public STATE OF LOUISIANA PARISH OF POINTE COUPEE Notary Commission Number/Expiration My Commission is for Life 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 oer County Adnunistrat ve Ser' ces Depaartmert Lies 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_Aptim Environmental&Infrastructure,Inc. (as shown on income tax return) Business Name (if different from taxpayer name) Address 4171 Essen Lane City Baton Rainy State LA Zip 70809 Telephone FAX Email Order Information Remit/Payment Information Address 4171 Essen Lane Address 39001 Treasury Center City Baton Rouge State LA Zip 70809 City Chicago State IL Zip 60694 FAX FAX Email Email 2. Company Status(check only one) _Individual/Sole Proprietor Y 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) 77-058-9932 (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 r Certification: Under pepaltiesof/berjury, I�ertify the(the information shown on this form is correct to my knowledge. 110 // rJ l' f Signature, i �i G-' , rf '""Ff' G� Date L / • ,/ 7 17-7116 Disaster Recovery Consulting Services 28 Director,Disaster Management Services77-058-9932 16E 6 Title Director,Disaster Management Services Phone Number(985)507-2011 17-7116 Disaster Recovery Consulting Services 29 t 16E 6 ot(ier Comity Attachment 7: insurance and Bonding Requirements Insurance/Bond Type Required Limits 1. fJ Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. Z Employer's Liability $100,000 single limit per occurrence 3. Z 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. /1 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 L.j 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 0 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 Aptim Environmental&Infrastructure,Inc. Date August 15,2017 Vendor Signature / Print Name Erie Knudsen r Insurance Agency Lockton i.:ompanies Inc. Agent Name Dan Britton — Telephone Number 316.96o-9sos _ 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, Sheriffs 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. 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 17-7116 Disaster Recovery Consulting Services 33 16E 6 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 oda 16E6 EXHBIT B-GRANTING AGENCY PROVISIONS 17-7116 Disaster Recovery Consulting Services 35 16 E 6 EXHIBIT C—GRANTING AGENCY FORMS 1. Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions 2. Certification regarding Lobbying 3. Conflict of Interest 4. Anticipated DBE. MNVBE 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 Consulting Services 36 Orj? 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 4 r'"N 16E 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 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 G.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 and the State of Florida at 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 0 1 6 E 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, nap L_wwwep :ggvicpgi. The list of EPA-designate items is available at http i//www.epa.qovicpq/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 CONT.fri 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 o. 0; 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. Walter Kipp Nelson Disaster Recovery Consulting Services Name Project Name Director,Disaster Management Services RFP 17-7116 Title Project Number Aptim Environmental &Infrastructure,Inc. 77-058-9932 Firm Tax ID Number 10-951-5077 DUNS Number 4171 Essen Lane,Baton Rouge,LA.79809 Street Address, City,State, Zip Signature , I GCA-2 16E 6 EXHIBIT B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Certification Regarding Lobbying The undersigned_Aptim Environmental&Infrastructure,Inc. (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, Aptim Environmental&Inrrasluructure,Inc. _ 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. Walter Kipp Nelson Name of Authorized Official Director,Disaster Management Service$' Title + , "r ':—Signature of Vendor/Contractor's Authorized Official August 15,2017 Date GCA-3 Ca3 16E EXHIBIT B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Conflict of Interest Certification RFP 17-7116 Collier County Solicitation No. I, Walter Kipp Nelson , 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. Walter Kipp Nelson /4,4,1,../=" Name Signature d f' Director,Disaster Management Services August 15,2017 _ 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 ibE EXHIBIT B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY ANTICIPATED DISADVANTAGED, MINORITY,WOMEN OR VETERAN PARTICIPATION STATEMENT Status will be warrfied, Unver eb.e statuses nod require fie PR:ME to either proivde a reviled statement or provide source documentation that validates a status. A. PRIME VENDOR/CONTRACTOR INFORMATION PRIME NAME PRIME FE.0 NUMBER CONTRACT DOLLAR AMOUNT Aptim Environmental&Infrastructure,Inc 77-058-9932 TBD It THE PR:Mi.IL A FLORIDA-CEPTFIED DIAD ANT_GE`D VETERAN 'r z5 THE ACTI'vIT OF TYiS CONTRACT... MINOR+T'e OR i•.PMfh BUSINESS ENTEPPP SE' DBE , N% CONSTRUCTION? Y (N ‘DBE MBE,we,EI ORHAVE aSMALL DISADArTAGED BUS!'ESS SA.CERTIFICAT'OE FROM THE SMALL BUSINESS MBE Y Nr GONSULTAT:ON% N ADMINISTRATION? CSE V.,CE DISABLED VETERAN, ',NEE? Y Mt OTHER? 5DE347 V N.f L TH 5 SUBMISS,ON A a,E.I<_.ION? * (t F-YES,R(V SION 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 Df)E M/WBE SUBCONTRACTOR OR SUPPLIER TYPE OF WORE OR ETHNICITY'CODE SUB/SUPPLIER PERCENT OF CONTRACT VETERAN NAME SPECIALTY ;See Ba-ow) DOLLAR AMOUNT DOLLARS TDTALS C. SECTION TO BE COMPLETED BY PRIME VENDOR/CONTRACTOR BLAME OF SU1 1 DATE MU OF SUBMITTER I Y Walter Kipp Nelson j/l ugust 15,2017 Director,Disaster Management Services EMAIL ADDRESS F PRIME IS BMrrTER)) TELEPHONE.NUMBER FAX NUMBER kipp,nelson@aptim.com (985)507.2011 N/A NOTE:This Information is used to track and report anticipated DBE or MBE participation in federai+V-funded contracts. The anticpated✓SE SI MBE amount is voluntary and will not become cart of the contractual terms. This form must be submitted at time of response sc soleitation 'r and'when awarded a County cont--act,the prime will be awed to update tete information for the grant compliance+ales. ETHNICITY..... CODE Black American BA. Hispanic American 1- Native American NA ubccnt.Asian American :AA. Asian-Parc Amencan APA Non-Mtncrit.Nomen Nmo; Other:not of any other group listed 0 D.SECTION TO BE COMPLETED BY COLLIER COUNTY DEPARTMENT NAME COL ES CONTRACT>;•..F3 kFP a POlRED, ,1RA NT PR OG RAM,(ONTRAC' ACCEPTED BY' DATE GCA- 5 16E 6 EXHIBIT B GRANT CERTIFICATIONS AND ASSURANCES ?MD OPPORTUNITY LIST FOR COMMODITIES AND CONTRACTUAL SERVICES AND PROFESSIONAL CONSULTANT SERVICES ...`f.1,ViCi re CoOker CilLintl,_tor disadvartaged businesses and rnieoriti.'..eftdors as lefred 41 tt‘e Cacie Of Federal 0,equiatIons(C`F)of ?ora Statutes,'FS,must ttave the ooportiabtt,to oarorioate on.:ont,-scrs.v,th fectem amaKor stole grant ass,stonce. Prune Contractor]Pnme Constatarn Aptirn Environmental&Infrastructure,Inc, Address and Phone Number 4171 Essen Lane,Baton Rouge,LA 70809 Procurement frurnber,Advertisement Number RFP 17-7116 The list below 4 intended to be a listenof Inns that are,or attempting to,oarticipate on the project numbered above.The list must include the-7ern boding or quoting as prune,as Neil as subs and SW.iers,Quoting for partzipation Prime contractors and consultants must prodde,rtformation for Numbers 1 2,5.and Sand.should provide any itformation the*have for Numbers 56,7„and a Thrsforrn must be submitted with the erd package 1. federal Tax ID number 72-1045884 6 E] DBE 3 Annuli Gross Precepts 2 full,Name Innovative Emergency Management,Inc. liiii:m-DEE _Less than 51 mx lion 3. Phone Number, 919-990-8191 Between 51-0 imhice 4, AddressBetween'5 3-10 rriNiQn, 2801 Slater Road —..... Suite 110 _g Subcontractor Between S 10-15 Tn aliio Morrisville,NC 27560-8477 Subconsuitant x More than.5 15 million 5. sear Farn Established 1985 1. federal Tax t a Number 26-3421632 6 B C'E61: 3 ,i.rin,,a,Gross PEC'e:As S. firm Name Florida Disaster Consulting,1.1.0 Llii.:A-CBE III Less than 5 1 fret lion 3. Phone Number (863)370-2039 Ell Between 5 1-5 mollion 4. Address 324 Oak Trail III Between 5 5-10 million Lakeland,FL 33813 , Subcontractor lin Between 5 10-15 muilion Subconsultant 1.11 More than S 15 milion 5 tear Porn Established 2008 1. Faders To D Number 77-0589932 6.E Elia E a Annual Gross Pecepts 2. Firm Name Aptim Environmental&Infrastructure,Inc. 1555 III Less then S I enixon 3 Phone Number (985)507-2011III Bet.keen 5 1-5 ihrilion 4 Address 4171 Essen Lane IIII Between S 5-10 maks* Baton Rouge,LA 70809 7 B 5,dacoritradDr III Between 5 10-15 million Suncorlstitant Ill More than 5 15 million 5. rear Firm Established 2002 1 feoera Tax irr NumberE., L-4'5: S Annual Gross hecerpts 2. Firm flame N4.71.DB E Less than$1 million 11••••••• 3. Phone Number Between S 1-5 million —. 4.Address Between 5 5-10 infirm 5utscontr actor Between 5 10-13 nuilion E] 5ubc.onsulant _More than 5 13 malion 5. rear Firm Established lat_/0-t) /6.7-74*'• 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 Aptim Environmental&Infrastructure,Inc„ Date August 15,2017 Authorized Signature 4 / (:*/: 4 Address 4171 Essen Lane,Baton Rouge,LA 70809 Solicitation/Contract# RFP 17-7116 GCA-7 16E 6 fi aat 04 �5 ;a�:.ti STATE OF FLORIDA I'. ?< ' `\ DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION a "4 l.1 , ` t d/ BOARD OF PROFESSIONAL GEOLOGISTS (850) 487-1395 pN- tf 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 APTIM ENVIRONMENTIAL& INFRASTRUCTURE, INC. 4171 ESSEN LANE ATTN: EMILY HOLEVA BATON ROUGE LA 70809 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and �, Professional Regulation. Our professionals and businesses range �' STATE OF FLORIDA from architects to yacht brokers,from boxers to barbeque DEPARTMENT OF BUSINESS AND restaurants,and they keep Florida's economy strong. PROFESSIONAL REGULATION Every day we work to improve the way we do business in order GB409 ISSUED: 07/30/2017 to serve you better. For information about our services,please log onto www,rnyfloridalicense.com. There you can find more GEOLOGY BUSINESS information about our divisions and the regulations that impact APTIM ENVIRONMENTIAL&INFRASTRUCTURE, you,subscribe to department newsletters and learn more about INC. the Department's initiatives. Our mission at the Department is:License Efficiently, Regulate Fairly.We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, IS CERTIFIED under the provisions of Ch 492 FS. and congratulations on your new license! esprecondale JUL 31,2018 0707300000468 DETACH HERE RICK SCOTT,GOVERNOR JONATHAN ZACHEM, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION o`i si-- BOARD OF PROFESSIONAL GEOLOGISTS ,V LICENSE NUMBEIs. Gt3409tA� The GEOLOGY BUSINESS r k Named below IS CERTIFIED <1 Under the provisions of Chapter 492 FS. ` Expiration date: JUL 31, 2018 '. :• • p APTIM ENVIRONMENTIAL& INFRASTRUCTURE, INC. aX11 1 4171 ESSEN LANE f .11`7 ,ri•i;•" BATON ROUGE LA 70809 . Ido ISSUED: 07/30/2017 DISPLAY AS REQUIRED BY LAW SEQ# L 1 707300000468 16E 6 RICK SCOTT,GOVERNOR JONATHAN ZACHEM,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION A �w CONSTRUCTION INDUSTRY LICENSING BOARD ' « LICEOSE NUMBER, 11 '; CGC055955 '6'.41;•••,44. .; The GENERAL CONTRACTOR Named below IS CERTIFIED ,,'t Under the provisions of Chapter 489 FS. Expiration date: AUG 31,2018 ci JAEGER, DAVID E .°' I}',• APTIM ENVIRONMENTAL&INFRASTRUCTURE, INC. ri,�A.�j. 1228 WINTER GARDEN VINELAND RD "= . iir WINTER GARDEN FL 34787 e% '` EI ® n ' ISSUED; 07/31/2017 DISPLAY AS REQUIRED BY LAW SEG u L1707310000627 U.",'o Lo ^ 16E 6 7 DATE(MM/DD/YYYY) �► o CERTIFICATE OF LIABILITY INSURANCE 6/30/2018 10/13/2017 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 have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER LOCKTON COMPANIES CONTNAME: ACT 444 W.47TH STREET,SUITE 900 PHONE FAX (A/C.No.Ext): (A/C,No): KANSAS CITY MO 64112-1906 E-MAIL (816)960-9000 ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Greenwich Insurance Company 22322 INSURED APTIM ENVIRONMENTAL&INFRASTRUCTURE,INC. INSURER B:XL Specialty Insurance Company 37885 1430625 A SUBSIDIARY OF APTIM HOLDING CORP. INSURER C: 4171 ESSEN LANE INSURER D: BATON ROUGE LA 70809 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 15000975 REVISION NUMBER: XXXXXXX 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. ADDL SUBR POLICY EFF POLICY EXP ILTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MMIDDIYYYY) (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y CGD7409602 6/30/2017 6/30/2018 EACH OCCURRENCE $ 2,000,000 DAMAGE TO RENED CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) $ 300,000 X BROAD FORM PD MED EXP(Any one person) $ 10,000 X CONT.LIAB&XCU PERSONAL&ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 POLICY X JECT LOC PRODUCTS-COMP/OP AGG $ 4,000,000 OTHER: A AUTOMOBILE LIABILITY N N CAD7409603 6/30/2017 6/30/2018Ea OMBINaccident)SIED NGLE LIMIT $ ( 2,000,000 X ANY AUTO BODILY INJURY(Per person) $ XXXXXXX OWNED SCHEDULED BODILY INJURY(Per accident) $AUTOXXX�{XXX AUTOS H REDS ONLY - NON-OWNED PROPERTY $ XXX X X (Per accident) AUTOS ONLY AUTOS ONLY $ UMBRELLA LIAB OCCUR NOT APPLICABLE EACH OCCURRENCE $ - EXCESS LIAB CLAIMS-MADE AGGREGATE $ XXXXXXX DED RETENTION$ $ XXXXXXX WORKERS COMPENSATION N CWD7409600 AOS 6/30/2017 6/30/2018 X STATUTE ERPER H B AND EMPLOYERS'LIABILITY YIN ) B ANY PROPRIETOR/PARTNER/EXECUTIVE CWR7409601 I) 6/30/2017 6/30/2018 E.L.EACH ACCIDENT $ 1,000,000 B OFFICER/MEMBER EXCLUDED? N N/A INCLUDES S OP GAP 6/30/2017 6/30/2018 (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 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE:FOR ANY AND ALL WORK PERFORMED ON BEHALF OF COLLIER COUNTY./COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS IS INCLUDED AS ADDITIONAL INSUREDS FOR ALL WORK PERFORMED IN COLLIER COUNTY AS RESPECTS GENERAL LIABILITY AS REQUIRED BY WRITTEN CONTRACT.WAIVER OF SUBROGATION APPLIES TO GENERAL LIABILITY COVERAGE AS REQUIRED BY WRITTEN CONTRACT AND WHERE PERMITTED BY STATE LAW.30 DAYS NOTICE OF CANCELLATION APPLIES(EXCEPT FOR NON-PAY). CERTIFICATE HOLDER CANCELLATION 15000975 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 3295 TAMIAMI TRAIL E. THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. NAPLES FL 34112 AUTHORIZED REPRESENTATIV r I "vpi,t7 fri 4-zi,e2.1 ©1988k 015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD WO' 16E 6 ACORKY CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) L./ 6/30/2018 10/13/2017 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 have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER LOCKTON COMPANIES CONTACT 444 W.47TH STREET,SUITE 900 PJ NN FAX ,Ext): X,No): KANSAS CITY MO 64112-1906 E-MAIL (816)960-9000 ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# INSURER A: Indian Harbor Insurance Company 36940 INSURED APTIM ENVIRONMENTAL&INFRASTRUCTURE,INC. INSURER B: 1429032 A SUBSIDIARY OF APTIM HOLDING CORP. INSURER C: 4171 ESSEN LANE BATON ROUGE LA 70809 INSURER D: INSURER E: _ INSURER F: COVERAGES CERTIFICATE NUMBER: 15000987 REVISION NUMBER: XXXXXXX 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 ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVD (MM/DD/YYYY)(MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ XXXXXXX CLAIMS-MADE OCCUR NOT APPLICABLE DAMAGE TO RENTED PREMISES(Ea occurrence) $ XXXXXXX MED EXP(Any one person) $ XXXXXXX PERSONAL&ADV INJURY $ XXXXXXX GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ XXXXXXX POLICY PEa LOC PRODUCTS-COMP/OP AGG $ XXXXXXX OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT NOT APPLICABLE (Ea accident) $ XXXXXXX ANY AUTO BODILY INJURY(Per person) $ XXXXXXX OWNED WNE ONLY SCHEDULED BODILY INJURY(Per accident,$ XXXXXXX HIRED NON-OWNED PROPERTY DAMAGE $ XXXXXXX AUTOS ONLY AUTOS ONLY (Per accident) UMBRELLA LIAB _OCCUR EACH OCCURRENCE _$ XXXXXXX EXCESS LIAB CLAIMS-MADE NOT APPLICABLE AGGREGATE $ XXXXXXX DED RETENTION$ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y/N NOT APPLICABLE STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT OFFICER/MEMBER EXCLUDED? N/A $ XX (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ XXXXXXX If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S XXXXXXX A PROFESSIONAL N N CE07446423 6/30/2017 6/30/2018 $2,000,000 PER OCCURRENCE; LIABILITY $2,000,000 AGGREGATE DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE: FOR ANY AND ALL WORK PERFORMED ON BEHALF OF COLLIER COUNTY./30 DAYS NOTICE OF CANCELLATION APPLIES(EXCEPT FOR NON-PAY). CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 15000987 AUTHORIZED REPRESENTATIVE COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 3295 TAMIAMI TRAIL E. NAPLES FL 34112 *del ,y 14 04; ACORD 25(2016/03) ©1 8-2015 ACORD CORPORATION.All rights reserved The ACORD name and logo are registered marks of ACORD