Loading...
Agenda 02/27/2018 Item #16E 102/27/2018 EXECUTIVE SUMMARY Recommendation to award RFP #17-7221 Collection Agency Services to Alliance One Receivables Management, Inc. for Countywide collection of unpaid accounts. _____________________________________________________________________________________ OBJECTIVE: To provide collection services for various Collier County Divisions where collection efforts have been exhausted. CONSIDERATIONS: Collection services are required for a variety of County Divisions where non- payment has occurred and where Collier County and/or its designated billing consultants have exhausted their collection efforts. Most accounts will typically be assigned to the vendor when determined to be one hundred twenty (120) days past due. However, determination as to which accounts will be assigned to the vendor and when such assignment is to be made rests solely with the Division. On October 8, 2013, the Board approved RFP #13-6056 and awarded a contract to Mintex, Inc. That contract was scheduled to expire on October 7, 2017 but it was extended to April 15, 2018, to provide sufficient time to obtain new proposals and to award a new contract. On October 5, 2017, the Procurement Services Division released Request for Proposal 17-7221 to 466 vendors for collection agency services. Vendors downloaded forty-three (43) bid packages and the County received four (4) proposals on November 6, 2017. A Selection Committee met on December 6, 2017, and the committee arrived at a final ranking that resulted in a tie between Alliance One Receivables Management, Inc. and RTR Financial Services, Inc. In accordance with the County’s Procurement Manual, the tie breaking procedure initially seeks to break the tie by awarding to the vendor with the lowest volume of work with the County. Her e, however, neither vendor had previously performed work for the County. To break the tie, a random selection was determined by the Procurement Director Ted Coyman in the presence of three (3) witnesses, which resulted in Alliance One Receivables Management, Inc. being ranked as the recommended firm. Proposers Final Ranking Alliance One Receivables Management, Inc. 1 RTR Financial Services, Inc. 2 Life Line Billing Systems LLC dba LifeQuest Services 3 Professional Adjustment Corporation of SW FL, Inc 4 FISCAL IMPACT: The cost to the County is 14% of collected revenue. Funds for these services are in the user Division's budget. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval. -SRT GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact resulting from this action. RECOMMENDATION: To award RFP #17-7221 Collection Agency Services to Alliance One Receivables Management, Inc. and authorize the Chair to execute the attached contract. Prepared by: Artie R. Bay, Supervisor, Emergency Medical Services Administration 16.E.1 Packet Pg. 1139 02/27/2018 ATTACHMENT(S) 1. 17-7221 Request for Proposal (PDF) 2. 17-7221 Scope of Services (PDF) 3. 17-7221 AllianceOne Proposal (PDF) 4. 17-7221 AllianceOne_Contract_VendSign (PDF) 5. 17-7221 Score Sheets (PDF) 6. 17-7221 NORA (PDF) 7. 17-7221 Final Rank (PDF) 16.E.1 Packet Pg. 1140 02/27/2018 COLLIER COUNTY Board of County Commissioners Item Number: 16.E.1 Doc ID: 4674 Item Summary: Recommendation to award RFP #17-7221 Collection Agency Services to Alliance One Receivables Management, Inc. for Countywide collection of unpaid accounts. Meeting Date: 02/27/2018 Prepared by: Title: Supervisor - Accounting – Emergency Medical Services Name: Artie Bay 01/25/2018 3:28 PM Submitted by: Title: Division Director - EMS Operations – Emergency Medical Services Name: Tabatha Butcher 01/25/2018 3:28 PM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 01/25/2018 5:00 PM Administrative Services Department Paula Brethauer Level 1 Division Reviewer Completed 01/26/2018 2:27 PM Procurement Services Viviana Giarimoustas Additional Reviewer Completed 01/30/2018 9:25 AM Procurement Services Swainson Hall Additional Reviewer Completed 02/02/2018 11:56 AM Procurement Services Sandra Herrera Additional Reviewer Completed 02/05/2018 9:48 AM Procurement Services Ted Coyman Additional Reviewer Completed 02/06/2018 10:16 AM Emergency Medical Services Tabatha Butcher Additional Reviewer Completed 02/07/2018 9:35 PM Administrative Services Department Len Price Level 2 Division Administrator Review Completed 02/13/2018 2:03 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 02/14/2018 10:57 AM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 02/15/2018 10:49 AM Office of Management and Budget Laura Wells Additional Reviewer Completed 02/16/2018 2:17 PM County Attorney's Office Scott Teach Level 3 County Attorney's Office Review Completed 02/16/2018 3:47 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 02/19/2018 1:43 PM Board of County Commissioners MaryJo Brock Meeting Pending 02/27/2018 9:00 AM 16.E.1 Packet Pg. 1141 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROPOSAL (RFP) FOR COLLECTION AGENCY SERVICES SOLICITATION NO.: 17-7221 VIVIANA GIARIMOUSTAS, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8375 VivianaGiarimoustas@colliergov.net (Email) This solicitation document is prepared in a Microsoft Word format (Rev 8/7/2017). Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.E.1.a Packet Pg. 1142 Attachment: 17-7221 Request for Proposal (4674 : Award RFP #17-7221 Collection Agency Services) 17-7221 COLLECTION AGENCY SERVICES 2 TABLE OF CONTENTS ITEM DESCRIPTION ........................................................................................................................................................ 1.0 Introduction 2.0 Background 3.0 Term of Contract 4.0 Request for Proposal (RFP) Process 5.0 Grading Criteria for Development of Shortlist Instruction to Proposers 6.0 Questions 7.0 Pre-Proposal Conference 8.0 Compliance with RFP 9.0 Ambiguity, Conflict, or Other Errors in the RFP 10.0 Proposals, Presentations, and Protest Costs 11.0 Validity of Proposals 12.0 Method of Source Selection 13.0 Evaluation of Proposals 14.0 References 15.0 Reserved Rights 16.0 Collier County Purchase Order Terms and Conditions Additional Terms and Conditions for RFP 17.0 Insurance and Bonding Requirements 18.0 Additional items and/or Service 19.0 County’s Right to Inspect 20.0 Vendor Performance Evaluation 21.0 Additional Terms and Conditions of Contract 22.0 Public Records Compliance 23.0 Work Orders on Fixed Term Contracts 24.0 Payment Method 25.0 Environmental Health and Safety 26.0 Licenses 27.0 Survivability 28.0 Principal/Collusion 29.0 Relation of County 30.0 Termination 31.0 Lobbying 32.0 Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) 33.0 Single Proposal 34.0 Protest Procedures 35.0 Public Entity Crime 36.0 Security and Background Checks 37.0 Conflict of Interest 38.0 Prohibition of Gifts to County Employees 39.0 Immigration law Affidavit Certification Attachments Attachment A – Scope of Services Attachment B – Required RFP Forms 16.E.1.a Packet Pg. 1143 Attachment: 17-7221 Request for Proposal (4674 : Award RFP #17-7221 Collection Agency Services) 17-7221 COLLECTION AGENCY SERVICES 3 FOR QUALIFICATIONS SUBMITTAL SOLICITATION PUBLIC NOTICE REQUEST FOR PROPOSAL (RFP) NUMBER: 17-7221 PROJECT TITLE: COLLECTION AGENCY SERVICES LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 RFP OPENING DAY/DATE/TIME: Monday, November 6, 2017 at 10:00 AM PLACE OF RFP OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: www.colliergov.net/bid 1. INTRODUCTION As requested by the Collier County Administrative Services, Growth Management and Public Utilities Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Servi ces Division (hereinafter, “County”) has issued this Request for P roposal (hereinafter, “RFP”) with the intent of obtaining proposals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. 2. BACKGROUND Collection services are required for a variety of County Divisions where non-payment has occurred, and where Collier County and/or its designated billing consultants have exhausted their collection efforts. It is an estimated volume of eleven thousand (11,000) accounts totaling approximately six million dollars ($6,000,000.00). Most accounts will typically be assigned to the vendor when determined to be one hundred twenty (120) days past due. However, determination as to which accounts will be assigned to the vendor and when such assignment is to be made rests solely with the Project Manager or her designee. 3. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one (1) year renewals. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. 4. REQUEST FOR PROPOSAL (RFP) PROCESS 4.1 The Proposers will submit a qualifications proposal which will be scored based on the criteria in Section 5.0 Grading Criteria for Development of Shortlist, which will be the basis for short-listing no less than three (3) firms. The Proposers will need to meet the minimum requirements outlined herein in or der for their proposal to be evaluated and scored by the COUNTY. The COUNTY will then grade and rank to at least the top three short-listed firms and enter into negotiations with the top ranked firm to establish cost for the services needed. With successful negotiations, a contract will be developed with the selected firm, based on the negotiated price and scope of services and submitted for approval by the Board of County Commissioners. 4.2 The COUNTY will use a Selection Committee in the Request for Proposal selection process. 16.E.1.a Packet Pg. 1144 Attachment: 17-7221 Request for Proposal (4674 : Award RFP #17-7221 Collection Agency Services) 17-7221 COLLECTION AGENCY SERVICES 4 4.3 The intent of the scoring of the qualifications proposal is for respondents to indicate their interest, relevant experience, financial capability, staffing and organizational structure. 4.4 Based upon a review of these qualification proposals, the COUNTY will rank the Proposers based on the discussion and clarifying questions on their approach and related criteria, and then negotiate in good faith an Agreement with the top ranked Proposer. 4.5 If, in the sole judgment of the COUNTY, a contract cannot be successfully negotiated with the top-ranked firm, negotiations with that firm will be formally terminated and negotiations shall begin with the firm ranked second. If a contract cannot be successfully negotiated with the firm ranked second, negotiations with that firm will be formally terminated and negotiations shall begin with the third ranked firm, and so on. The COUNTY reserves the right to negotiate any element of the proposals in the best interest of the COUNTY. 5. GRADING CRITERIA FOR DEVELOPMENT OF SHORTLIST: 5.1 For the development of a shortlist, this evaluation criterion will be utilized by the COUNTY’S Selection Committee to score each proposal. Proposers are encouraged to keep their submittals concise and to include a minimum of marketing materials. Proposals must address the following criteria: Evaluation Criteria Maximum Points 1. Cover Letter / Management Summary 5 Points 2. Certified Minority Business Enterprise 5 Points 3. Business Plan 20 Points 4. Cost of Services to the County 30 Points 5. Experience and Capacity of the Firm 20 Points 6. Specialized Expertise of Team Members 10 Points 7. Local Vendor Preference 10 Points TOTAL POSSIBLE POINTS 100 Points Tie Breaker: In the event of a tie at final ranking, award shall be made to the proposer with the lower volume of work previously awarded. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty -four (24) months prior to the RFP submittal deadline. Payment information will be retrieved from the County’s financial system of record. The tie breaking procedure is only applied in the final ranking step of the selection process. In the event a tie still exists, selection will be determined based on random selection by the Procurement Services Director before at least three (3) witnesses. ----------------------------------------------------------------------------------------------------------------------------------------------- Each criterion and methodology for scoring is further described below. EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENT SUMMARY (5 Total Points Available) Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the services stated herein. Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Vendor's certification that the Vendor will accept any awards as a result of this RFP. EVALUATION CRITERIA NO. 2: CERTIFIED MINORITY BUSINESS ENTERPRISE (5 Total Points Available) Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Minority Business Enterprise. EVALUATION CRITERIA NO. 3: BUSINESS PLAN (20 Total Points Available/ 7 Page Limitation) In this tab, include but not limited to: • Detailed plan of approach (including major tasks and sub -tasks). • Detailed time line for completion of the project. • Include with the Business Plan or as an attachment, a copy of a report as an example of work product. This should be for one of the projects listed as a reference. EVALUATION CRITERIA NO. 4: COST OF SERVICES TO THE COUNTY (30 Total Points Available/ 10 Page 16.E.1.a Packet Pg. 1145 Attachment: 17-7221 Request for Proposal (4674 : Award RFP #17-7221 Collection Agency Services) 17-7221 COLLECTION AGENCY SERVICES 5 Limitation)) In this tab, include but not limited to: • Provide the projected total cost and estimated calendar day duration (including projected hours) for which your firm will provide the work as described in this RFP. • Provide a schedule of values and deliverables. • Provide proposed fee schedule of principals and staff (including sub -vendors). EVALUATION CRITERIA NO. 5: EXPERIENCE AND CAPACITY OF THE FIRM (20 Total Points Available) In this tab, include but not limited to: • Provide information that documents your firm’s and subcontractors’ qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. • Describe the various team members’ successful experience in working with one another on previous projects. The County requests that the vendor submits no more than five (5) completed reference forms from clients from the past 5 years whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the vendor that best represent projects of similar size, scope and complexity of this project using form provided in Attachment B – Form 8. Vendors may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Proposer on relevant project work. EVALUATION CRITERIA NO. 6: SPECIALIZED EXPERTISE OF TEAM MEMBERS (10 Total Points Available/5 Page Limitation) In this tab, include but not limited to: • Description of the proposed contract team and the role to be played by each member of the team. • Attach brief resumes of all proposed project team members who will be involved in the management of the total package of services, as well as the delivery of specific services. • Attach resumes of any sub-vendors and attach letters of intent from stated sub-vendors must be included with proposal submission. EVALUATION CRITERIA NO. 7: LOCAL VENDOR PREFERENCE (10 Total Points Available) Local business is defined as the vendor having a current Business Tax Receipt issued by the Collier or Lee County Tax Collector for at least one year prior to proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier or Lee County from which the vendor’s staff operates and performs business in an area zoned for the conduct of such business. INSTRUCTIONS TO PROPOSERS 6. QUESTIONS 6.1 Direct questions related to this RFP to the Collier County Procurement Services Division Online Bidding System website: www.colliergov.net/bid. 6.2 Proposers 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. 7. PRE-PROPOSAL CONFERENCE 7.1 The purpose of the pre-proposal conference is to allow an open forum for discussion and questioning with County staff regarding the 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 R FP. Only written responses to written questions will be considered official, and will be included as part of the RFP as an addendum. 7.2 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. 8. COMPLIANCE WITH THE RFP Proposals must be in strict compliance with this RFP. Failure to comply with all provisions of the RFS may result in disqualification. 16.E.1.a Packet Pg. 1146 Attachment: 17-7221 Request for Proposal (4674 : Award RFP #17-7221 Collection Agency Services) 17-7221 COLLECTION AGENCY SERVICES 6 9. AMBIGUITY, CONFLICT, OR OTHER ERRORS IN THE RFP It is the sole responsibility of the vendor if they discovers any ambiguity, conflict, discrepancy, omission or other error in the RFP, to immediately notify the Procurement Professional, noted herein, of such error in writing and request modification or clarification of the document prior to submitting the proposal. The Procurement Professional will make modifications by issuing a written revision and will give written notice to all parties who have received this R FP from the Procurement Services Division. 10. PROPOSALS, PRESENTATIONS, 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. 11. VALIDITY OF PROPOSALS No proposal can be withdrawn after it is opened unless the vendor makes their request in writing to the County. All proposals shall be valid for a period of one hundred eighty (180) days from the submission date to accommodate evaluation and selection process. 12. METHOD OF SOURCE SELECTION 12.1 The County is using the Competitive Sealed Proposals methodology of source selection for this procurement, as authorized by Ordinance Number 2017-08, establishing and adopting the Collier County Procurement Ordinance. 12.2 If the County receives proposals from less than three (3) firms, the Procurement Director shall review all the facts and determine if it is in the best interest of the County to solicit additional proposals or request that the Selection Committee rank order the received proposals. 13. EVALUATION OF PROPOSALS 13.1 The County’s procedure for selecting is as follows: 13.1.1 The Procurement Services Director shall appoint a selection committee to review all proposals submitted. 13.1.2 The Request for Proposal is issued. 13.1.3 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. 13.1.4 Selection committee meetings will be open to the public and publicly noticed by the Procurement Services Division. 13.1.5 In an 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 publicly posted with at least one (1) day advanced notice. 13.1.6 Selection committee members will independently review and score each proposal based on the evaluation criteria stated in the request for proposal 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. 13.1.7 At the publicly noticed selection committee 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. Time will be allowed for public comment. 13.1.8 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, and/or additional credit information. 13.1.9 Once the individual scoring has been completed, the Procurement professional will read the results publicly. The committee will make a determination if oral presentations are needed and which firms will be invited to give oral presentations by short listing the proposals submitted. The selection committee may 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 final ranking. 13.1.10 The selection committee’s overall rank of firms in order of preference (from highest beginning with a rank o f one (1) to the lowest) will be discussed and reviewed by the Procurement Professional. 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. 16.E.1.a Packet Pg. 1147 Attachment: 17-7221 Request for Proposal (4674 : Award RFP #17-7221 Collection Agency Services) 17-7221 COLLECTION AGENCY SERVICES 7 13.2 The County reserves the right to withdraw this RFP at any time and for any reason, and to issue such clarifications, modifications, addendums, and/or amendments as it may deem appropriate, including, b ut not limited, to requesting supplemental proposal information. 13.3 Receipt of a proposal by the County offers no rights upon the proposer nor obligates the County in any manner. 13.4 Acceptance of the proposal does not guarantee issuance of any other governme ntal approvals. 14. REFERENCES 14.1 The County reserves the right to contact any and all references submitted as a result of this solicitation. 15. RESERVED RIGHTS 15.1 Collier County reserves the right in any solicitation to accept or reject any or all bids, proposals or offers; to waive mino r irregularities and technicalities; or to request resubmission. Also, Collier County reserves the right to accept all or any p art 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. COLLIER COUNTY PURCHASE ORDER TERMS AND CONDITIONS 16. PURCHASE ORDER TERMS AND CONDITIONS 16.1 Offer 16.1.1 This offer is subject to cancellation by the COUNTY without notice if not accepted by VENDOR within fourteen (14) days of issuance. 16.2 Acceptance and Confirmation 16.2.1 This Purchase Order (including all documents attached to or referenced therein) constitutes the entire agreement between the parties, unless otherwise specifically noted by the COUNTY on the face of this Purchase Order. Each delivery of goods and/or services received by the COUNTY from VENDOR shall be deemed to be upon the terms and conditions contained in this Purchase Order. 16.2.2 No additional terms may be added and Purchase Order may not be changed except by written instrument executed by the COUNTY. VENDOR is deemed to be on notice that the COUNTY objects to any additional or different terms and conditions contained in any acknowledgment, invoice or other communication from VENDOR, notwithstanding the COUNTY’S acceptance or payment for any delivery of goods and/or services, or any similar act by VENDOR. 16.3 Inspection 16.3.1 All goods and/or services delivered hereunder shall be received subject to the COUNTY’S inspection and approval and payment therefore shall not constitute acceptance. All payments are subject to adjustment for shortage or rejection. All defective or nonconforming goods will be returned pursuant to VENDOR'S instruction at VENDOR’S expense. 16.3.2 To the extent that a purchase order requires a series of performances by VENDOR, the COUNTY prospectively reserves the right to cancel the entire remainder of the Purchase Order if goods and/or services provided early in the term of the Purchase Order are non conforming or otherwise rejected by the COUNTY. 16.4 Shipping and Invoices 16.4.1 a) All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. 16.4.2 b) No charges will be paid by the COUNTY for packing, crating or cartage unless otherwise specifically stat ed in this Purchase Order. Unless otherwise provided in Purchase Order, no invoices shall be issued nor payments made prior to delivery. Unless freight and other charges are itemized, any discount will be taken on the full amount of invoice. 16.4.3 c) All shipments of goods scheduled on the same day via the same route must be consolidated. Each shipping 16.E.1.a Packet Pg. 1148 Attachment: 17-7221 Request for Proposal (4674 : Award RFP #17-7221 Collection Agency Services) 17-7221 COLLECTION AGENCY SERVICES 8 container must be consecutively numbered and marked to show this Purchase Order number. The container and Purchase Order numbers must be indicated on bill o f lading. Packing slips must show Purchase Order number and must be included on each package of less than container load (LCL) shipments and/or with each car load of equipment. The COUNTY reserves the right to refuse or return any shipment or equipment a t VENDOR’S expense that is not marked with Purchase Order numbers. VENDOR agrees to declare to the carrier the value of any shipment made under this Purchase Order and the full invoice value of such shipment. 16.4.4 d) All invoices must contain the Purchase Order number and any other specific information as identified on the Purchase Order. Discounts of prompt payment will be computed from the date of receipt of goods or from date of receipt of invoices, whichever is later. Payment will be made upon receipt of a proper invoice and in compliance with Chapter 218, Fla. Stats., otherwise known as the “Local Government Prompt Payment Act,” and, pursuant to the Board of County Commissioners Purchasing Policy. 16.5 Time Is Of the Essence 16.5.1 Time for delivery of goods or performance of services under this Purchase Order is of the essence. Failure of VENDOR to meet delivery schedules or deliver within a reasonable time, as interpreted by the COUNTY in its sole judgment, shall entitle the COUNTY to seek all remedies available to it at law or in equity. VENDOR agrees to reimburse the COUNTY for any expenses incurred in enforcing its rights. VENDOR further agrees that undiscovered delivery of nonconforming goods and/or services is not a waiver of the COUNTY’S right to ins ist upon further compliance with all specifications. 16.6 Changes 16.6.1 The COUNTY may at any time and by written notice make changes to drawings and specifications, shipping instructions, quantities and delivery schedules within the general scope of this Purchase Order. Should any such change increase or decrease the cost of, or the time required for performance of the Purchase Order, an equitable adjustment in the price and/or delivery schedule will be negotiated by the COUNTY and VENDOR. Notwithstanding the foregoing, VENDOR has an affirmative obligation to give notice if the changes will decrease costs. Any claims for adjustment by VENDOR must be made within thirty (30) days from the date the change is ordered or within such additional period of time as may be agreed upon by the parties. 16.7 Warranties 16.7.1 VENDOR expressly warrants that the goods and/or services covered by this Purchase Order will conform to the specifications, drawings, samples or other descriptions furnished or specified by the COUNTY, and will be of satisfactory material and quality production, free from defects and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. These warranties shall survive inspection, acceptance, passage of title and payment by the COUNTY. 16.8 Statutory Conformity 16.8.1 Goods and services provided pursuant to this Purchase Order, and their production and transportation shall conform to all applicable laws, including but not limited to the Occupational Health and Safety Act, the Federal Transportation Act and the Fair Labor Standards Act, as well as any law or regulation noted on the face of the Purchase Order. 16.9 Advertising 16.9.1 No VENDOR providing goods and services to the COUNTY shall advertise the fact that it has contracted with the COUNTY for goods and/or services, or appropriate or make use of the COUNTY’S name or other identifying marks or property without the prior written consent of the COUNTY’S Purchasing Department . 16.10 Indemnification 16.10.1 VENDOR shall defend, indemnify and hold harmless the COUNTY from any and all claims, including claims of negligence, costs and expenses, including but not limited to attorneys' fees, arising from, caused by or related to the injury or death of any person (including but not limited to employees and agents of VENDOR in the performance of their duties or otherwise), or damage to property (including property of the COUNTY or other persons), which arise out of or are incident to the goods and/or services to be provided hereunder. 16.11 Warranty of Non Infringement 16.11.1 VENDOR represents and warrants that all goods sold or services performed under this Purchase Order are: a) in compliance with applicable laws; b) do not infringe any patent, trademar k, copyright or trade secret; and c) do not constitute unfair competition. 16.11.2 VENDOR shall indemnify and hold harmless the COUNTY from and against any and all claims, including claims of negligence, costs and expense, including but not limited to attorneys' fees, which arise from any claim, suit or proceeding alleging that the COUNTY’S use of the goods and/or services provided under this Purchase 16.E.1.a Packet Pg. 1149 Attachment: 17-7221 Request for Proposal (4674 : Award RFP #17-7221 Collection Agency Services) 17-7221 COLLECTION AGENCY SERVICES 9 Order are inconsistent with VENDOR'S representations and warranties in section 11 (a). 16.11.3 If any claim which arises from VENDOR'S breach of section 11 (a) has occurred, or is likely to occur, VENDOR may, at the COUNTY’S option, procure for the COUNTY the right to continue using the goods or services, or replace or modify the goods or services so that they become non infringing, (without any material degradation in performance, quality, functionality or additional cost to the COUNTY). 16.12 Insurance Requirements 16.12.1 The VENDOR, at its sole expense, shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the Purchase Order. Providing and maintaining adequate insurance coverage is a material obligation of the VENDOR. All insurance policies shall be executed through insurers authorized or eligible to write policies in the State of Florida. 16.13 Compliance with Laws 16.13.1 In fulfilling the terms of this Purchase Order, VENDOR agrees that it will comply with all federal, state, and local laws, rules, codes, and ordinances that are applicable to the conduct of its business. By way of non- exhaustive example, this shall include the American with Disabilities Act and all prohibitions against discrimination on the basis of race, religion, sex creed, national origin, handicap, marital status, or veterans’ status. Further, VENDOR acknowledges and without exception or stipulation 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. Failure by the awarded firm(s) to comply with the laws referenced herein shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. Any breach of this provision may be reg arded by the COUNTY as a material and substantial breach of the contract arising from this Purchase Order. 16.14 Force Majeure 16.14.1 Neither the COUNTY nor VENDOR shall be responsible for any delay or failure in performance resulting from any cause beyond their control, including, but without limitation to war, strikes, civil disturbances and acts of nature. When VENDOR has knowledge of any actual or potential force majeure or other conditions which will delay or threatens to delay timely performance of this Purchase Order, VENDOR shall immediately give notice thereof, including all relevant information with respects to what steps VENDOR is taking to complete delivery of the goods and/or services to the COUNTY. 16.15 Assignment 16.15.1 VENDOR may not assign this Purchase Order, nor any money due or to become due without the prior written consent of the COUNTY. Any assignment made without such consent shall be deemed void. 16.16 Taxes 16.16.1 Goods and services procured subject to this Purchase Order are exempt from Florida sales and u se tax on real property, transient rental property rented, tangible personal purchased or rented, or services purchased (Florida Statutes, Chapter 212), and from federal excise tax. 16.17 Annual Appropriations 16.17.1 The COUNTY’S performance and obligation to pay under this Purchase Order shall be contingent upon an annual appropriation of funds. 16.18 Termination 16.18.1 This Purchase Order may be terminated at any time by the COUNTY upon 30 days prior written notice to the VENDOR. This Purchase Order may be terminated immediately by the COUNTY for breach by VENDOR of the terms and conditions of this Purchase Order, provided that COUNTY has provided VENDOR with notice of such breach and VENDOR has failed to cure within 10 days of receipt of such notice. 16.19 General 16.19.1 a) This Purchase Order shall be governed by the laws of the State of Florida. The venue for any action brought to specifically enforce any of the terms and conditions of this Purchase Order shall be the Twentieth Judicial Circuit in and for Collier County, Florida 16.19.2 b) Failure of the COUNTY to act immediately in response to a breach of this Purchase Order by VENDOR shall not constitute a waiver of breach. Waiver of the COUNTY by any default by VENDOR hereunder shall not be deemed a waiver of any subsequent default by VENDOR. 16.19.3 c) All notices under this Purchase Order shall be sent to the respective addresses on the face page by certified mail, return receipt requested, by overnight courier service, or by personal delivery and will be deemed effective 16.E.1.a Packet Pg. 1150 Attachment: 17-7221 Request for Proposal (4674 : Award RFP #17-7221 Collection Agency Services) 17-7221 COLLECTION AGENCY SERVICES 10 upon receipt. Postage, delivery and other charges shall be paid by the sender. A party may change its address for notice by written notice complying with the requirements of this section. 16.19.4 d) The Vendor agrees to reimbursement of any travel expenses that may be associated with this Purchase Order in accordance with Florida Statute Chapter 112.061, Per Diem and Travel Expenses for Public Officers, employees and authorized persons. 16.19.5 e) In the event of any conflict between or among the terms of any Contract Documents related to this Purchase Order, the terms of the Contract Documents shall take precedence over the terms of the Purchase Order. To the extent any terms and /or conditions of this Purchase Order duplicate or overlap the Terms and Conditions of the Contract Documents, the provisions of the Terms and/or Conditions that are most favorable to the County and/or provide the greatest protection to the County shall govern. ADDITIONAL TERMS AND CONDITIONS FOR RFP 17. INSURANCE AND BONDING REQUIREMENTS 17.1 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. 17.2 The County and the Vendor waive against each other and the County’s separate Vendors, Contractors, Design Vendor, 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 Vendors and Subcontractors and shall require each of them to include similar waivers in their contracts. 17.3 Collier County shall be responsible for purchasing and maintaining, its own liability insurance. 17.4 Certificates issued as a result of the award of this solicitation must identify “For any and all work performed on behalf of Collier County.” 17.5 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. 17.6 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 17.7 The amounts and types of insurance coverage shall conform to the minimum requirements set forth in 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. 17.8 Coverage(s) shall be maintained without interruption from the date of commencement of the Work until th e date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. 17.9 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. 17.10 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. Th e decision of the County to 16.E.1.a Packet Pg. 1151 Attachment: 17-7221 Request for Proposal (4674 : Award RFP #17-7221 Collection Agency Services) 17-7221 COLLECTION AGENCY SERVICES 11 purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. 17.11 If the initial or any subsequently issued Certificate of Insurance expires prior to the complet ion 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. 18. 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. 19. 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. 20. 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. 21. ADDITIONAL TERMS AND CONDITIONS OF CONTRACT 21.1 The selected Vendor shall be required to sign a standard Collier County contract. 21.2 The resultant contract(s) may include purchase or work orders issued by the County’s project manager . 21.3 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. 21.4 The County’s project manager shall coordinate with the Vendor / Contractor the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work. 22. PUBLIC RECORDS COMPLIANCE 22.1 Florida Public Records Law Chapter 119, including specifically those contractual requirements in 119.0701(2)(a)-(b) as follows: 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 22.2 The Contractor must specifically comply with the Florida Public Records Law to: 22.2.1 Keep and maintain public records required by the public agency to perform the service. 22.2.2 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. 22.2.3 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 a nd following completion of the contract if the Contractor does not transfer the records to the public agency. 22.2.4 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 16.E.1.a Packet Pg. 1152 Attachment: 17-7221 Request for Proposal (4674 : Award RFP #17-7221 Collection Agency Services) 17-7221 COLLECTION AGENCY SERVICES 12 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 el ectronically 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. 23. WORK ORDERS ON FIXED TERM CONTRACTS 23.1 The County reserves the right to order such services from selected firms as may be required during said period, but does not guarantee any minimum or maximum services to be ordered during the period specified from any given firm. Work Order service assignments shall be at the sole discretion of the County. 23.2 Agreements issued that are determined to be “CONTINUING CONTRACTS” where services will be requested by Work Orders in excess of $200,000 shall be approved by the Board of County Commissioners. 23.3 Should any project that is active on a work order extend past the contract termination date, that work order will be active and extended as necessary until completion of such project. 24. PAYMENT METHOD 24.1 Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor’s invoices must include: 24.1.1 Purchase Order Number 24.1.2 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 East, Suite 700 Naples FL 34112 Or Emailed to: bccapclerk@collierclerk.com 24.2 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. 24.3 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. 24.4 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. 25. ENVIRONMENTAL HEALTH AND SAFETY 25.1 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. 25.2 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. 25.3 All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. 25.4 All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 16.E.1.a Packet Pg. 1153 Attachment: 17-7221 Request for Proposal (4674 : Award RFP #17-7221 Collection Agency Services) 17-7221 COLLECTION AGENCY SERVICES 13 26. LICENSES 26.1 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 an y 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 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. 26.2 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. 26.3 If you have questions regarding professional licenses contact the Contractor Licensing, Community Development and Environmental Services 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. 27. SURVIVABILITY 27.1 (RFPs): The Vendor agrees that any Work Order/Purchase Order that extends beyond the expiration date of Solicitation 17-7221 Collection Agency Services resultant of this solicitation will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of any Work Order/Purchase Order. 28. PRINCIPAL/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. 29. 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. 30. TERMINATION 30.1 Should the Vendor 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. 31. LOBBYING After the issuance of any solicitation, no current or prospective vendor or any person acting on their behalf, shall contact, communicate with or discuss any matter relating to the solicitation with any Collier County employee or elected or appointed official, other than the Procurement Services Director or his/her designees. This prohibition ends upon execution of the fin al contract or upon cancellation of the solicitation. Any current or prospective vendor that lobbies any Collier County employee or elected or appointed official while a solicitation is open or being recommended for award (i) may be deemed ineligible for award of that solicitation by the Procurement Services Director, and (ii) will be subject to Suspension and Debarment outlined in section Twenty-eight of County Ordinance 2017-08. 32. CERTIFICATE OF AUTHORITY TO CONDUCT BUSINESS IN THE STATE OF FLORIDA (FL 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.org/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) d ays 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. 33. SINGLE PROPOSAL Each Vendor must submit, with their proposal, the required forms included in this RFP. Only one proposal from a legal entity 16.E.1.a Packet Pg. 1154 Attachment: 17-7221 Request for Proposal (4674 : Award RFP #17-7221 Collection Agency Services) 17-7221 COLLECTION AGENCY SERVICES 14 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-vendor 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 -vendor 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. 34. PROTEST PROCEDURES 34.1 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. 34.2 Any actual proposer 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. 34.3 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. 34.4 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 c ase law to maintain a protest. 35. 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 vendor 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. 36. SECURITY AND BACKGROUND CHECKS 36.1 The Contractor is required to comply with County Ordinance 2004-52, 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. 36.2 All of Contractor’s emplo yees 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. 36.3 The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL- FMOPS@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 syste ms. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. 36.4 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. 37. CONFLICT OF INTEREST Vendor shall complete the Conflict of Interest Affidavit included as an attachment to this RFP document. Disclosure of any 16.E.1.a Packet Pg. 1155 Attachment: 17-7221 Request for Proposal (4674 : Award RFP #17-7221 Collection Agency Services) 17-7221 COLLECTION AGENCY SERVICES 15 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. 38. 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 othe r 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. 39. IMMIGRATION LAW AFFIDAVIT CERTIFICATION 39.1 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. 39.2 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 Request for Professional Services (RFP) and construction services. 39.3 Exceptions to the program: 39.3.1 Commodity based procurement where no services are provided. 39.3.2 Where the requirement for the affidavit is waived by the Board of County Commissioners 39.4 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 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. 39.5 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. 39.6 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. 39.7 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 provis ions 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. END OF ADDITIONAL TERMS AND CONDITIONS FOR RFP 16.E.1.a Packet Pg. 1156 Attachment: 17-7221 Request for Proposal (4674 : Award RFP #17-7221 Collection Agency Services) COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROPOSAL (RFP) FOR COLLECTION AGENCY SERVICES SOLICITATION NO.: 17-7221 VIVIANA GIARIMOUSTAS, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8375 VivianaGiarimoustas@colliergov.net (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Exhibit A 16.E.1.b Packet Pg. 1157 Attachment: 17-7221 Scope of Services (4674 : Award RFP #17-7221 Collection Agency Services) Attachment A - Scope of Work/Services and Technical Specifications Detailed Scope of Work The County is interested in the awarded vendor providing the following services including, but not limited to:  Ensure collection practices are in compliance with the Equal Opportunity Credit Act, the Fair Credit Billing Act, Fair Debt Collection Practices Act, the Uniform Consumer Credit Code and the American Collectors Association, Inc.  Comply with all PCI Data Security Standards (PCI DSS): Where services involve the processing of merchant card transactions and the County is required to adhere to the Payment Card Industry Data Security and if the vendor processes, transmits, and/or stores cardholder data in the performance of services provided, they are considered a “service provider” under Requirement 12.8 of the PCI DSS.  Develop a working relationship with EMS billing consultant and follow established process for claim filing, etc., including the ability to file appropriate medical claims.  Adhere to the same standards as the County and other HIPAA covered entities regarding the protection and non-authorized disclosure of Protected Health Information.  Ensure that County accounts be placed in the Consumer's Credit Report files via Equifax, Experian and/or Trans Union for the required term of seven (7) years, until paid. Failure to do so may lead to termination of this contract by the County.  Agree that any lawsuits incurred as a result of handling all County billing accounts will not be the responsibility of the County.  Agree that should there be no collection activity within one (1) year after initial placement within an agency; the County reserves the right to remove the account(s) that were originally placed, and opt to place them in the hands of a separate agency.  Agree not to add, delete, or change in anyway, an account without prior written authorization from the Project Manager or designee.  Provide an option to return accounts placed in error when requested by County Project Manager or designee.  Allow for audits of all County accounts, as requested, by County internal and/or external auditors.  Submit to auditor examination and/or review prior to award of contract by County staff or by the County’s designee.  Provide service and technical assistance as may be requested such as duplicate bills, duplicate insurance forms, correspondence, etc.  Provide a written acknowledgment for accounts placed with vendor for collection.  Provide County departments access to a secure Internet site at all times to review the status of the accounts that have the ability to charge and track interest on past due accounts and provide accurate reports each month showing the breakdown of payment including principal and interest. EMS billing resolution charges interest on accounts.  Provide an Excel report and check by the twentieth (20th) of each month. The report must be sorted by department and must include the following: o Account Number o Name o Date of Service o Original Account Amount o Payment Date o Payment Amount o Interest Paid o New Balance o Interest Balance At the end of the year the report should include a list of accounts with no activity for two (2) years and a list of annual write offs and dates. 16.E.1.b Packet Pg. 1158 Attachment: 17-7221 Scope of Services (4674 : Award RFP #17-7221 Collection Agency Services) Linda Brinkworth Vice President, Business Development Phone: (252) 447-7091 E-mail: linda.brinkworth@allianceoneinc.com AllianceOne Response for Collier County Board of Commissioners Collection Agency Services Solicitation No. 17-7221 November 6, 2017, 10 a.m. EST 16.E.1.c Packet Pg. 1159 Attachment: 17-7221 AllianceOne Proposal (4674 : Award RFP #17-7221 Collection Agency Services) Collier County – Collection Agency Services RFP 17-7221 | AllianceOne Table of Contents 1 Table of Contents Table of Contents ..................................................................................................................................... 1 Cover Letter and Management Summary .................................................................................................. 3 PHILOSOPHY ................................................................................................................................................ 3 Statement of Understanding ....................................................................................................................... 3 Proposed Solution........................................................................................................................................ 4 Highly Relevant Experience ......................................................................................................................... 4 Strong Presence in Florida ........................................................................................................................... 4 Resources to Get the Job Done ................................................................................................................... 4 Why Choose AllianceOne ............................................................................................................................ 5 Benefits to the County ................................................................................................................................. 5 CONTACT PERSON ........................................................................................................................................ 6 Certified Minority Business Enterprise ...................................................................................................... 7 Business Plan ........................................................................................................................................... 8 Detailed Plan of Approach ........................................................................................................................... 8 Account Handling Flowchart .................................................................................................................. 8 Collection Process ................................................................................................................................... 9 Compliance and Quality Assurance ...................................................................................................... 10 PCI-DSS Level 1 Certified ...................................................................................................................... 10 Working Relationship with EMS Billing Provider .................................................................................. 11 Protecting Health Information ............................................................................................................. 11 Credit Bureau Reporting ....................................................................................................................... 11 Lawsuits ................................................................................................................................................ 12 One Year Placement Period .................................................................................................................. 12 Adding, Deleting or Changing Accounts ............................................................................................... 12 Return of Accounts Placed in Error ...................................................................................................... 12 Audits .................................................................................................................................................... 12 Auditor Examination or Review ............................................................................................................ 12 Client Service and Technical Assistance ............................................................................................... 12 Acknowledgment of Accounts Placed .................................................................................................. 12 County View-Only Access to Collection System ................................................................................... 12 Reports .................................................................................................................................................. 13 Detailed Timeline for Completion of Project ............................................................................................. 13 Implementation Process ....................................................................................................................... 13 Sample Implementation Timeline ........................................................................................................ 13 Sample Report ........................................................................................................................................... 14 Cost of Services to the County ................................................................................................................ 15 Proposed Fee Rate ..................................................................................................................................... 15 Value-Added Service Components ............................................................................................................ 15 Client Service Team ............................................................................................................................... 15 Examples of Satisfied Clients ................................................................................................................ 16 Client Account Relationship Manager .................................................................................................. 18 Effective Skip Tracing ............................................................................................................................ 18 FACS Collection System ......................................................................................................................... 20 Account Scoring .................................................................................................................................... 20 Collection Letters .................................................................................................................................. 21 16.E.1.c Packet Pg. 1160 Attachment: 17-7221 AllianceOne Proposal (4674 : Award RFP #17-7221 Collection Agency Services) Collier County – Collection Agency Services RFP 17-7221 | AllianceOne Table of Contents 2 Telephone Calls ..................................................................................................................................... 21 Well -Trained Collection Agents ............................................................................................................ 21 Agent Monitoring ................................................................................................................................. 22 Disaster Recovery and Business Continuity Planning .......................................................................... 23 Experience and Capacity ......................................................................................................................... 25 Government Collections Experience ......................................................................................................... 25 Government Debt Types Collected ............................................................................................................ 26 Industry Involvement ................................................................................................................................. 27 Government Clients ................................................................................................................................... 27 EMS and Healthcare Collections Experience ............................................................................................. 28 Specialized Expertise of Team Members ................................................................................................. 30 Local Vendor Preference ......................................................................................................................... 35 Required Forms & Documentation Form 2: Vendor Check List Form 3: Conflict of Interest Affidavit Form 4: Vendor Declaration Statement Form 5: Immigration Affidavit Certification E-Verify Certificate Form 6: Vendor Substitute W-9 Form 7: Insurance and Bonding Requirements Form 8: Reference Questionnaires Attachments Sample Report for Current Client 16.E.1.c Packet Pg. 1161 Attachment: 17-7221 AllianceOne Proposal (4674 : Award RFP #17-7221 Collection Agency Services) Collier County – Collection Agency Services RFP 17-7221 | AllianceOne Cover Letter and Management Summary 3 Cover Letter and 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. November 6, 2017 Collier County Procurement Services Division 3295 Tamiami Trail East Building C-2 Naples, FL 34112 Attention: Viviana Giarimoustas, Procurement Strategist Dear Ms. Giarimoustas and Evaluation Committee: AllianceOne Receivables Management, Inc. (AllianceOne) appreciates the opportunity to submit the attached proposal in response to the Collier County Board of Commissioners Request for Proposal (RFP) for Collection Agency Services, Solicitation No. 17-7221. PHILOSOPHY AllianceOne’s philosophy is “Transforming Passion into Excellence.” We work with people, for people, to transform our passion into excellence for your organization. We provide passionate people, working with the best tools, to ensure excellence. Mission: At AllianceOne, we deliver an outstanding customer experience, at every single opportunity, as a result of our commitment, passion and dedication to excellence. In so doing, we create opportunities and value for employees, clients, customers, communities and shareholders. Values: AllianceOne, at all levels of the company, promotes and practices the values of Integrity, Respect, Professionalism, Innovation and Commitment. These create a Corporate Culture That Guarantees Service Excellence. By choosing AllianceOne, the County benefits from superior collection recoveries, higher net return, timely and accurate reporting, compliance with applicable regulations, rigorous security and confidentiality of account information, reduced risk of complaints, ease of doing business, and higher customer satisfaction. Statement of Understanding AllianceOne understands that Collier County seeks to contract with a collection agency to provide debt collection services for past-due EMS, code enforcement fines, and possibly other debt types for various County divisions and departments, as requested by the County’s Administrative Services, Growth Management, and Public Utilities divisions. 16.E.1.c Packet Pg. 1162 Attachment: 17-7221 AllianceOne Proposal (4674 : Award RFP #17-7221 Collection Agency Services) Collier County – Collection Agency Services RFP 17-7221 | AllianceOne Cover Letter and Management Summary 4 We also understand there is an estimated 11,000 accounts totaling approximately $6,000,000, with the majority involving EMS collections. Proposed Solution As one of the leading collection services providers in Florida and nationwide, AllianceOne is superbly qualified to perform the requested services. We have documented our qualifications below and throughout this proposal. Upon contract award, we will leverage more than 30 years of government debt collection experience, including 18 years of EMS collections experience, to provide Collier County with superior recoveries supported by responsive, user-friendly customer service. AllianceOne is fully licensed and authorized to enter into a collection contract with the County. We are continually recognized as a top performer for the clients we serve. We customize our collection strategies based on the characteristics of your portfolio in order to deliver more recoveries faster. We offer user-friendly ways for consumers to pay. Our Client Services department provides responsive service. We maintain rigorous controls to comply with applicable regulations and protect the confidentiality of customer data. AllianceOne proposes to perform the requested collection services from our headquarters and Government Services call center in Trevose, Pennsylvania. AllianceOne collection personnel are supported by the best initial and ongoing training, quality assurance call monitoring, automated compliance controls, and leading edge technology and systems that improve efficiency and effectiveness. We offer the County a management team with unparalleled government collections experience and expertise. Our team will design and implement collection strategies to optimize collection performance based on the unique characteristics of your portfolios. Highly Relevant Experience AllianceOne offers more than 30 years of government-specific collection experience and expertise. We currently provide EMS collections to clients such as the City of Bellingham, Washington Fire Department; Whatcom Medic One Emergency Medical Services, in Whatcom County, Washington; North Country EMS in Yacolt, Washington; and City of Los Angeles Fire Department, California. We also provide collection services in Florida to healthcare providers such as Jackson Health System and Rotech Healthcare. AllianceOne has numerous government clients in Florida, including Florida Department of Revenue; Florida Department of Transportation, SunPass and SunToll contracts; Miami-Dade Clerk of Courts; and Orange County Clerk of Courts. These portfolios contribute to a proprietary database of Florida residents that will aid in the collection of the County’s accounts. Strong Presence in Florida AllianceOne’s parent company, Teleperformance, maintains Florida facilities in Boca Raton, North Lauderdale and St. Lucie. AllianceOne has three employees who staff a pay station located at the Orange County Clerk of Court site in Orlando. As of October 2017, Teleperformance has 4,960 employees actively on the payroll in Florida, with 2017 YTD gross wages paid of $96 Million. In calendar year 2016, our Florida gross payroll was $143 Million. Resources to Get the Job Done As a subsidiary of global contact center provider Teleperformance, AllianceOne is backed by a $4 Billion annual revenue publicly traded corporation that is financially stable and growing. AllianceOne is licensed in Florida, as 16.E.1.c Packet Pg. 1163 Attachment: 17-7221 AllianceOne Proposal (4674 : Award RFP #17-7221 Collection Agency Services) Collier County – Collection Agency Services RFP 17-7221 | AllianceOne Cover Letter and Management Summary 5 well as in all jurisdictions nationwide, where required. We deploy rigorous compliance, confidentiality and security protocols, and we are certified for PCI-DSS Level 1, SOC 2 - Type 2, and ISO 27001: 2013. We leverage leading-edge automated systems and proprietary data analysis to deliver superior collection results performed in compliance with applicable regulations. Why Choose AllianceOne AllianceOne offers the Collier County numerous advantages: ✓ Proven ability to collect in Florida ✓ Proven successful experience collecting EMS, code enforcement fines, and diverse types of government receivables for counties, cities and states nationwide ✓ More than 30 years of experience collecting delinquent government receivables nationwide for clients at the municipal, county, state levels – including 18 years of EMS collections ✓ Federal GSA debt collections contract holder ✓ Collected over $2 Billion for our government clients ✓ Highly experienced management and collection staff ✓ Strong presence in and knowledge of Florida; our parent company employs a total of 4,960 people at multiple customer care contact centers in the state ✓ Secure, web-based online access for authorized County users to access our collection system to look up balances, payment activity and collection status ✓ Quality Assurance and Compliance departments with a focus on treating consumers with respect. We protect our clients and our corporation through continuous training, industry involvement, daily monitoring, and rigorous compliance and security tools and protocols ✓ Proven capabilities, resources, next-generation tools and specialized expertise to provide superior collection performance while minimizing risk related to security and compliance ✓ PCI-DSS Level 1 certified company with over 80 security professionals ✓ AllianceOne carries insurance coverage that meets all County requirements ✓ Licensed in Florida as well as in all other states and municipalities that require collection licenses and/or bonds, providing nationwide coverage Benefits to the County The AllianceOne Government Services team will provide superior value by assisting the County to: ✓ Increase collections ✓ Obtain higher net return ✓ Achieve revenue goals ✓ Reduce write-offs ✓ Control costs ✓ Leverage state-of-the-art technologies ✓ Benefit from proprietary data analytics ✓ Provide enhanced customer service ✓ Improve the quality and consistency of collections ✓ Reduce compliance and security risks 16.E.1.c Packet Pg. 1164 Attachment: 17-7221 AllianceOne Proposal (4674 : Award RFP #17-7221 Collection Agency Services) Collier County – Collection Agency Services RFP 17-7221 | AllianceOne Cover Letter and Management Summary 6 In choosing AllianceOne, the County procures a collection agency that serves as a partner to deliver user-friendly service and superior returns, while minimizing risk related to compliance and security. CONTACT PERSON Should you have any questions about the attached response, please contact me at (252) 447-7091 or via email at linda.brinkworth@allianceoneinc.com. We look forward to assisting the County to achieve your debt collection goals and objectives. Sincerely, Linda Brinkworth Vice President, Business Development, Government Services 16.E.1.c Packet Pg. 1165 Attachment: 17-7221 AllianceOne Proposal (4674 : Award RFP #17-7221 Collection Agency Services) Collier County – Collection Agency Services RFP 17-7221 | AllianceOne Certified Minority Business Enterprise 7 Certified Minority Business Enterprise Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Minority Business Enterprise. Not applicable. AllianceOne is not a Minority Business Enterprise. 16.E.1.c Packet Pg. 1166 Attachment: 17-7221 AllianceOne Proposal (4674 : Award RFP #17-7221 Collection Agency Services) Collier County – Collection Agency Services RFP 17-7221 | AllianceOne Business Plan 8 Business Plan In this tab, include but not limited to: • Detailed plan of approach (including major tasks and sub-tasks). • Detailed time line for completion of the project. • Include with the Business Plan or as an attachment, a copy of a report as an example of work product. This should be for one of the projects listed as a reference. Detailed Plan of Approach Detailed plan of approach (including major tasks and sub-tasks) Account Handling Flowchart The chart below provides an overview of AllianceOne workflow. Collection strategies and tactics will be customized based on account scores, to maximize recoveries for the County. Actions immediately following an account entering the AllianceOne system Database scanned for matching accounts. Transferred electronically to collector Validation notice mailed Reported to the national credit bureaus as allowed by law and by client agreement No mail returnMail return Telephone attempts begin within begin within 24 hours Manual skiptracing efforts via Internet, phone directories, 411, employer or relatives Telephone customer (Every 3 days within the first 120 days until account resolution) No telephone number Transferred to electronic skiptracing process If correct number found No address or phone found Transferred to electronic skiptracing process If correct address is found If correct phone number is found Mail 1st notice Mail 2nd notice Customer responds Request payment in full NoYes Request credit report Payment received Ascertain circumstances and ability to pay If hardship exists Payment in full Cancel or suspend (Accts are re-worked prior to any closure) Date ahead for future review Payment received * Note 1: Accounts electronically assigned are typically entered within 24 hours of receipt. Manual entry is completed within 1-3 business days dependant upon volumes received. * Note 2: If no payment is taken within 45 days the account automatically transfers to another collector for additional handling. Additional client approved letters sent as appropriate If not found, manual skiptracing process 16.E.1.c Packet Pg. 1167 Attachment: 17-7221 AllianceOne Proposal (4674 : Award RFP #17-7221 Collection Agency Services) Collier County – Collection Agency Services RFP 17-7221 | AllianceOne Business Plan 9 Upon contract award, AllianceOne will customize a collections solution to deliver superior performance and maximize the County’s net return, comply with applicable laws and regulations, protect the security and privacy of account information, provide the County with timely, accurate reports, and deliver responsive, user-friendly service. Below, we describe our collection process and how we propose to fulfill each of the Scope of Work and Technical Specifications listed in the RFP. Collection Process Work Standards Work Standards Account flow Accounts are routed to the assigned collection team. Analytics and Scoring AllianceOne’s Analytics team scrubs the initial placement and makes recommendations on the work flow using a proprietary analytics process. Accounts are scored and routed to the appropriate collection unit. All accounts are worked regardless of score. The scoring process helps AllianceOne better utilize resources assigned to your project, resulting in increased collections while minimizing complaints. Waterfall skip tracing Accounts are sent through a waterfall of skip tracing vendors to locate address, phone and asset information. This improves the success rate on letters and contacts and improves overall collection results. Manual skip tracing Agents have the tools to perform on-the-spot skip tracing as needed. Collection notices Collection notices are sent at pre-determined intervals. Notices escalate in tone if desired. Predictive dialing Dialing campaigns are built to ensure accounts are worked every third day. Voice broadcast contacts Voice broadcast provides another opportunity to reach consumers with the option of speaking to a live agent. Manual dialing All cellular phones are contacted manually in strict compliance with the TCPA. Payment plans Payments plans are recorded in the system and a confirmation notice is sent to consumers. Promise reminders A monthly payment reminder is made via phone and letter. Broken promises Broken promises are followed up on immediately. Agent Monitoring Agent activity is continuously monitored to encourage proper consumer treatment and work standards are followed. Compliance Our Quality Monitoring process begins with our Compliance department. This group is responsible for reviewing all current collection practices insuring they are in compliance with all Federal, State and Local laws that govern our business. Teleperformance Operational Processes & Standards(TOPS) The TOPS processes are based on recognized best practices and adhere to ITIL, ISO and COPC parameters. As part of our People Strategy, TOPS is a strongly people-focused methodology. Supervisors spend 80% of their time coaching agents to affect better collection rates. ATAC: Targeted KPI Management ATAC ( Attitude + Talent + Accountability + Commitment ), named after the main characteristics we aim to develop in our Supervisors, forms natural groups (Business Units) with the objective of continuous improvement through pro- active sharing of experiences and new ideas. 16.E.1.c Packet Pg. 1168 Attachment: 17-7221 AllianceOne Proposal (4674 : Award RFP #17-7221 Collection Agency Services) Collier County – Collection Agency Services RFP 17-7221 | AllianceOne Business Plan 10 NOTE: Accounts are re-worked, if contact and payment is not initially established, every 30 days for the first six months. They are then processed through account recycling to skip trace for new information and transferred to another contract assigned collector for work. AllianceOne has a Salvage Collector Unit that processes accounts that are deemed most difficult to collect. This team re-works accounts that have been previously worked by our commission and house collectors. The goal is to try and find new information on accounts determined as uncollectible. They make outgoing calls and skip trace to try and find a new phone or address. If they locate an asset and can’t get the account paid via a talk off, they will take legal action as a last resort. Compliance and Quality Assurance Compliance Management System AllianceOne has a comprehensive and integrated Compliance Management System (CMS). It encompasses recruiting, hiring, training, call monitoring, licensing, coaching, security and confidentiality controls and audits, internal financial controls and audits, and documented policies and procedures. Our CMS ensures that AllianceOne collection practices comply with the Equal Opportunity Credit Act, Fair Credit Billing Act, Fair Debt Collection Practices Act, Uniform Consumer Credit Code, and other applicable laws and regulations, as well as guidelines of the American Collectors Association. Our CMS includes: Board and Management Oversight ✓ Executive Management access to regulators and industry experts ✓ Ensures that responsibilities for meeting legal requirements and internal policies are incorporated into business processes Compliance Program ✓ Infrastructure for Compliance Management System ✓ Communicate those responsibilities to employees ✓ Documentation and Change Management Process Response to Consumer Complaints ✓ Proactive as well as reactive process ✓ Take corrective action and update tools, systems, and training as necessary Compliance Audits ✓ Ensure compliance with all regulatory, legal, and client requirements enterprise-wide Quality Assurance AllianceOne utilizes dedicated, on-site Quality Assurance Specialists responsible for conducting agent monitors each week. AllianceOne’s Quality Assurance group provides trend analysis and other information to our Training team in an effort to incorporate continuous process improvements into new hire training and ongoing training initiatives. Monitoring results are documented in our proprietary Contact Center Management System (CCMS) system, and shared with Operations Managers and Supervisors, who provide individualized feedback to the Agents. PCI-DSS Level 1 Certified AllianceOne complies with all Payment Card Industry Data Security Standards (PCI DSS). 16.E.1.c Packet Pg. 1169 Attachment: 17-7221 AllianceOne Proposal (4674 : Award RFP #17-7221 Collection Agency Services) Collier County – Collection Agency Services RFP 17-7221 | AllianceOne Business Plan 11 AllianceOne earned PCI Level 1 certification in the U.S. This assures our clients a high level of security for transactions. AllianceOne is also certified in the U.S. for Data Storage Entities (DSE) compliance -- guidelines created by MasterCard to safeguard customer information. Together, PCI and DSE certifications provide our clients the peace of mind of one of the strongest security standards in the industry. As evidence of our superior security posture, in October 2017, our parent company, Teleperformance, which supports AllianceOne, was awarded the prestigious global HPE-IAPP (International Association of Privacy Professionals) Privacy Innovation Award for the Privacy Operations category. The award recognizes organizations that integrate privacy in such a way that elevates its value as both a competitive differentiator and a centerpiece of customer and citizen trust. Working Relationship with EMS Billing Provider As required, AllianceOne will develop a working relationship with EMS billing consultant and follow established process for claim filing, etc., including the ability to file appropriate medical claims. Per the Q&A, we understand AllianceOne will be expected to submit paper medical claims, while the billing consultant will submit electronic claims. Protecting Health Information AllianceOne agrees to adhere to the same standards as the County and other HIPAA-covered entities regarding the protection and non-authorized disclosure of Protected Health Information. All employees assigned to the County’s EMS accounts will be required to become certified in the stipulations of the Health Insurance Portability and Accountability Act (HIPAA) which becomes a permanent part of their employee file. Employees cannot work on a healthcare account until their HIPAA training and certification is complete. Any past and future amendments to these Acts are distributed to all employees. Our state-of-the-art technology platforms incorporate integrated solutions capable of supporting most standard healthcare interfaces and providing both CMS and HIPAA compliant documentation. Credit Bureau Reporting The Attorneys General of 32 states entered into compliance agreements with all three major consumer credit reporting agencies (“credit bureaus”), Equifax, Experian and TransUnion, which called for significant changes to the credit reporting process in 2016. One significant change is that any debt that did not arise from a consensual transaction, i.e., a contract or agreement to pay cannot be reported to the credit bureaus. Our company has been proactive in maintaining compliance with this new regulation and effective January 1, 2016 ceased reporting any debt not arising from a contract or agreement to pay. All private collection agencies are required to comply with this change. We have established additional methods to ensure successful debt collection recovery. Also, a new requirement, effective 9/15/2017, limits the accounts we can report to those with a Social Security Number (SSN) and/or Date of Birth (DOB) on file. AllianceOne will report accounts to the extent permitted by the requirements of the credit bureaus. 16.E.1.c Packet Pg. 1170 Attachment: 17-7221 AllianceOne Proposal (4674 : Award RFP #17-7221 Collection Agency Services) Collier County – Collection Agency Services RFP 17-7221 | AllianceOne Business Plan 12 Lawsuits AllianceOne agrees that any lawsuits incurred as a result of handling all County billing accounts will not be the responsibility of the County. AllianceOne’s comprehensive Compliance and Quality Assurance processes, described earlier, minimize the risk of lawsuits. One Year Placement Period AllianceOne understands and agrees that, if there has been no collection activity within one year after initial placement, the County reserves the right to recall the account(s) and place them with a separate collection agency. Adding, Deleting or Changing Accounts AllianceOne agrees not to add, delete, or change an account in any way, without prior written authorization from the County’s Project Manager or designee. Return of Accounts Placed in Error AllianceOne agrees to provide an option to return accounts placed in error when requested by the County’s Project Manager or designee. AllianceOne’s Client Service liaison will work with the County to arrive at an agreed- upon procedure for the return of accounts placed in error. Audits AllianceOne agrees to allow for audits of all County accounts, as requested, by County internal and/or external auditors. To ensure the integrity of our processes and controls, AllianceOne undergoes annual financial audits, SSAE 16 audits, other security audits, and client audits, as well as governmental audits to maintain licenses in various states. Auditor Examination or Review As required, AllianceOne agrees to submit to auditor examination and/or review prior to award of contract by County staff or by the County’s designee. Client Service and Technical Assistance AllianceOne’s Client Service team will provide the County with service and technical assistance as may be requested for issues such as duplicate bills, duplicate insurance forms, correspondence, etc. Acknowledgment of Accounts Placed As required, AllianceOne will provide a written acknowledgment for accounts placed with us for collection. This report displays all accounts assigned in the reporting month, by individual name, client case number, date of service, client balance, agency collection fee, and total balance. (Additional categories can be added per request.) This report is processed and provided within 24 hours of cases entering AllianceOne’s database. County View-Only Access to Collection System AllianceOne’s FACS Web product enables clients to access receivables management information through the Internet. AllianceOne’s clients can access their accounts and reports through a secure logon, 24/7/365. Clients can view and optionally update account information, run reports, and enter accounts and payments in real time. 16.E.1.c Packet Pg. 1171 Attachment: 17-7221 AllianceOne Proposal (4674 : Award RFP #17-7221 Collection Agency Services) Collier County – Collection Agency Services RFP 17-7221 | AllianceOne Business Plan 13 Client Access Benefits: ✓ Reduces calls to client services representatives ✓ Client access is available using only a browser – no other hardware or software requirements ✓ Integrates to the look and feel of your existing Web presence ✓ AllianceOne’s collection system has the ability to charge and track interest Reports AllianceOne agrees to provide an Excel report and check by the 20th of each month. The report must be sorted by department and must include: Account Number, Name, Date of Service, Original Account Amount, Payment Date, Payment Amount, Interest Paid, New Balance, and Interest Balance. AllianceOne also has the ability to provide a variety of other reports to help County departments effectively monitor and manage their delinquent receivables. These may include Inventory, Cancellation, Batch, Remittance, Demographics, Bankruptcy, Performance, Custom and Ad Hoc reports. Detailed Timeline for Completion of Project Detailed time line for completion of the project. Implementation Process Upon contract award, AllianceOne proposes to implement this collection program within 30 days of contract signing. AllianceOne’s Government management team, including experienced implementation managers, document all contractual requirements and oversee the implementation of the contract to include every facet of the program. The entire AllianceOne team will review both the start-up and ongoing service throughout the contract to ensure our service meets all contractual and internal policies and procedures. We also utilize a detailed internal contract check list that has been developed to ensure that all facets of the contract are properly implemented. AllianceOne proposes to maintain frequent, ongoing communications, including reports and meetings, teleconferences or web meetings, to assess performance compared to goals, identify any opportunities for improvement, and agree on action plans and timelines. Sample Implementation Timeline Below is a condensed sample timeline showing the major tasks and responsibilities during implementation. Implementation Task Name Start Day After Contract Award Duration AllianceOne Responsible Person(s) Total Project Timeline 30 days Implementation Project Manager: Contract 3 Days CFO Harry Neerenberg, VP Business Development Charlie Helms AllianceOne reviews Contract and discusses SOW and Project Plan with County 1 3 days President-CEO Tim Casey, CFO Harry Neerenberg, Data Exchange Set-up and Testing 28 days SVP Information Systems Lynda VanNess Review and validate file Layouts; establish interface with County, receive and validate test file, receive and load initial file. 1 2-20 days Lynda VanNess 16.E.1.c Packet Pg. 1172 Attachment: 17-7221 AllianceOne Proposal (4674 : Award RFP #17-7221 Collection Agency Services) Collier County – Collection Agency Services RFP 17-7221 | AllianceOne Business Plan 14 Implementation Task Name Start Day After Contract Award Duration AllianceOne Responsible Person(s) Telecom 15 days SVP Information Systems Lynda VanNess Voice Circuits, procure and install agent phones, set up inbound call routing 5 10-15 days Lynda VanNess Recruiting, Hiring and Training 30 days Director of Recruiting Kathy Pliszka; Director of Training Jennifer Curfman; VP Human Resources Missy Farnschlader Approve job description, determine client screening requirements 1 1 day Kathy Pliszka, Jennifer Curfman, Missy Farnschlader Hiring 20 days Director of Recruiting Kathy Pliszka; Director of Training Jennifer Curfman; VP Human Resources Missy Farnschlader Post job, conduct initial screening of candidates, review applications and skills assessments, conduct interviews, make offers, onboard new staff or assign existing staff, notify IT to set up staff IDs 5-20 5 days Kathy Pliszka, Jennifer Curfman, Missy Farnschlader Training 10 days Director of Training Jennifer Curfman, VP Human Resources Missy Farnschlader ID training requirements and conduct training 1-20 10 days Jennifer Curfman, Missy Farnschlader Reporting 30 days VP Business Development Linda Brinkworth, AVP Client Services Grace Kroeger, SVP Operations Steve Solomon ID client and internal reporting requirements, build, test and implement reporting 1-25 5-10 days Linda Brinkworth, Grace Kroeger, Steve Solomon Client Service 5 days AVP Client Services Grace Kroeger Create client masters, set up reporting process, set up client online access and train client how to use 10-15 1-5 days Grace Kroeger Accounting 30 Days CFO Harry Neerenberg, VP Business Development Linda Brinkworth Agree on invoice requirements with client; create automated report; provide 1st invoice 1-15 5 days Harry Neerenberg and Linda Brinkworth The following comment demonstrating our ability to rapidly ramp up a contract and perform collections services was received from a recent client customer survey from the Superior Court of California, County of Contra Costa, Ms. Kate Bieker. “Basically our Court ended their in-house collection on Wednesday and AllianceOne stepped in and started our collections without skipping a beat on Thursday. They have taken the time to understand our Court and our policies and procedures we follow. They are very willing to tailor their efforts to comply with our wants!” Sample Report Include with the Business Plan or as an attachment, a copy of a report as an example of work product. This should be for one of the projects listed as a reference. Please see attachments section for a sample “stair step” report showing collection success rates, by batch, for a current municipal client. AllianceOne collects EMS accounts for the City’s fire department and provides collection services to other City departments, including Finance, Parks & Recreation, Planning & Community Development, Police, Public Works, and the Municipal Court. 16.E.1.c Packet Pg. 1173 Attachment: 17-7221 AllianceOne Proposal (4674 : Award RFP #17-7221 Collection Agency Services) Collier County – Collection Agency Services RFP 17-7221 | AllianceOne Cost of Services to the County 15 Cost of Services to the County In this tab, include but not limited to: • Provide the projected total cost and estimated calendar day duration (including projected hours) for which your firm will provide the work as described in this RFP. • Provide proposed fee schedule of principals and staff (including sub-vendors). Proposed Fee Rate AllianceOne proposes a contingency fee of 14%. This fee is all-inclusive. Included in this fee are: ✓ Implementation within agreed-upon time frame ✓ Report set-up ✓ Interface set-up ✓ Well-trained government-dedicated collection representatives ✓ Highly qualified Government Services management team ✓ Skip tracing (automated waterfall process, as well as manual look-ups) ✓ Account scoring to optimize collection strategy and tactics ✓ Collection activities including letters / notices / telephone attempts ✓ Secure, online view-only access to our collection system ✓ Superior Compliance Management System ✓ Quality Assurance call monitoring ✓ Disaster recovery / business continuity planning ✓ Collection operations supported by award-winning proprietary systems and programs, including: • TOPS (Teleperformance Operational Processes and Standards): Step-by-step daily performance management process to develop high-performing agents • BEST (Baseline Enterprise Standards for Teleperformance): Standards to ensure high service quality and performance • ATAC (Attitude, Talent, Accountability and Commitment): Results-oriented supervisor training program • JUMP: Employee leadership development program ✓ Responsive Client Service department Value -Added Service Components Below we provide additional information on service components that contribute to maximizing the value we deliver to the County. Client Service Team AllianceOne is committed to providing the County with timely, responsive client service. We use a client-centric approach to program management with an emphasis on frequent and ongoing communication with the County as a key to program success. 16.E.1.c Packet Pg. 1174 Attachment: 17-7221 AllianceOne Proposal (4674 : Award RFP #17-7221 Collection Agency Services) Collier County – Collection Agency Services RFP 17-7221 | AllianceOne Cost of Services to the County 16 Our Government Client Service team will play a key role in the day-to-day interactions with the County. Our team is able to provide reports, cancel an account, answer questions and provide any additional information you may need. They will be available via phone and email to quickly respond to issues or questions. Our program management team will plan to meet with the County in person or via teleconference on a regular basis. AllianceOne also places a high value on receiving excellent ratings from our clients. The Client Service team is led by Grace Kroeger, Assistant Vice President, Client Service. We have included her biography and qualifications below. Client Service Liaison: Upon contract award, we will also assign a Client Services Liaison to serve as primary contact for handling day-to -day inquiries, reporting, posting adjustments, and ensuring client satisfaction. We will provide the County with a toll-free number by which to contact our Client Service Liaison. We will also train a team of client service personnel regarding the County’s requirements. This team will provide backup, but the Client Service Liaison will be the primary contact person for the County. Grace Kroeger, AVP Client Service Roles and Responsibilities: As Director of Client Services, Ms. Kroeger is responsible for all clients within the Government vertical. Her team answers client inquiries, provides client reports, processes account cancellations, provides documentation to validate disputed accounts. ✓ Manages domestic and international customer services representatives ✓ Coordinates and schedules client deliverables ✓ Works with client and sales team to onboard new client relationships ✓ Communicates any changing client needs ✓ Writes and maintains client specific documentation ✓ Works closely with operations staff to make sure requirements are understood and followed Planned Level of Effort: Ms. Kroeger will be involved in both implementation and ongoing servicing of the County. Qualifications: Ms. Kroeger joined AllianceOne in 1999 and brings 17 years of collection industry and management experience. Throughout her years with the company, she has successfully managed client services for major clients. She oversees client service for Government clients nationwide, including those listed as references in this proposal. Her team maintains client performance to the highest level of achievement and has won several awards for excellence. Education, Training and Awards: Ms. Kroeger attended Dowling College, Long Island, New York. She has completed numerous courses and seminars with the ACA and in customer service. Examples of Satisfied Clients AllianceOne provides clients with an annual KSAT (key client satisfaction survey). This multi-section questionnaire inquiries about all aspects of our service. The Government Services division receives very high marks from our clients. The following are excerpts from these surveys demonstrating our service and results. 16.E.1.c Packet Pg. 1175 Attachment: 17-7221 AllianceOne Proposal (4674 : Award RFP #17-7221 Collection Agency Services) Collier County – Collection Agency Services RFP 17-7221 | AllianceOne Cost of Services to the County 17 Client #1 - “Good customer service and follow through. Keep doing what they are doing.” Client #2 - “They have performed very well, are very accommodating with respect to our needs and our requests, and have met our expectations. Continued high performance and flexibility in integrating our systems. They have outperformed our government partner. We have significantly increased our revenue stream(s) with their partnership.” Client #3 - “Good contractual terms, respect (of clients/employees), account management quality. I do hear a couple sales pitches/year from the competition that say they can provide higher return rates but I have my doubts they can deliver something significantly different in those terms.” Client #4- “Great relationship with TP [TP = Teleperformance and AllianceOne] and they work well with us and for us. Quality support people. The account management works closely with us to resolve any issues and concerns.” Client #5- “Great customer service coupled with improved collections performance. Willingness to work with us and present new and innovative collection methods in an effort to improve performance. Again, consistency and responsiveness go a long way. Whenever we have a request or need any kind of information, our Alliance contact always follows through quickly with quality information. If they see something we may not have asked for but might need in our data, they are quick to point it out and include the info for us. For the reasons specified previously as well as a great understanding of our business process which helps minimize issues and complaints.” Client #6 - “The debt collection activities have been excellent as well as the great working relationship with A1 staff. A1 must continue to be able to adjust to our changing needs and this includes being able to able to perform programming changes when needed. We do get excellent customer service and A1 staff consistently respond to our needs. Court staff work well with your agency's staff. Our needs to be met at all times and A1 staff do a great job at adjusting to our different/changing needs.” Client #7 - “The company is great to work with, we have not had any problems contacting our representative when issues arrive. The funds collected are in the range of what we expected. The client service is very helpful and always willing to help with any issues. Very cooperative and fully engaged.” Client #8 - “Once an account has been transferred to Alliance for collections, Alliance deals with our customers without referring them back to the Court with their concerns or problems. Alliance will contact the Court if they need additional info regarding a case to explain something to the customer instead of having the customer contact us with their questions. We are extremely satisfied with the services provided by Alliance One.” Client #9 - “Very pleased with service.” Client #10 - “I find this process with the company very easy. If we can do the processing online, we do it that way. If not, we are always able to get a live body on the phone quickly that is always able to assist us. Able to deal with same staff for such a long time. They know us by name when we call!” Client #11- “Great customer service and the combination of agents and the payment management with the same company. Very customer service oriented, always checking with clients and actively looking for ways to improve collections.” Client #12- “Excellent client service, very few complaints by customers. Responsive to our needs.” 16.E.1.c Packet Pg. 1176 Attachment: 17-7221 AllianceOne Proposal (4674 : Award RFP #17-7221 Collection Agency Services) Collier County – Collection Agency Services RFP 17-7221 | AllianceOne Cost of Services to the County 18 Client Account Relationship Manager We propose Vice President of Business Development Linda Brinkworth as Client Account Manager responsible for relationship management. Linda Brinkworth Vice President, Business Development 4850 E. Street Road, Suite 300 Trevose, PA 19053 Mobile: 252-241-8874 E-mail: linda.brinkworth@allianceoneinc.com Linda Brinkworth, VP Business Development, Government Roles and Responsibilities: As VP – Business Development, Ms. Brinkworth is responsible for the management of key client contracts and evaluates service and revenue recovery. She will act as primary contact for all client account management for the County. She will monitor the County program implementation, provide oversight of program goals and objectives, and ensure AllianceOne meet or exceeds all program performance goals. Planned Level of Effort: Ms. Brinkworth has an excellent reputation for successfully implementing and servicing large, complex projects. She is highly motivated and committed to the success of this contract. Ms. Brinkworth continually provides innovative ideas to maximize recovery and provide better service to clients. She is extremely well versed in client service and contract support. Qualifications: She leverages more than 20 years of experience in designing and managing programs specific to court portfolios. Ms. Brinkworth has extensive experience with implementing and/or overseeing government collection portfolios, ranging from small to large and complex, including: ✓ Miami-Dade County, Florida, Circuit Courts ✓ Orange County, Florida, Circuit Court ✓ Florida Department of Revenue ✓ Florida Department of Transportation Education, Memberships: Ms. Brinkworth holds a Bachelor of Arts degree in English and Psychology from Hillsdale College. She graduated Magna cum Laude. She is active in the National Association of Court Management (NACM) and ACA International. Effective Skip Tracing AllianceOne provides comprehensive, effective and cost-efficient skip tracing that locates more debtors sooner, leading to higher recoveries for the County. AllianceOne uses data scrub and skip trace tools and processes to enhance the quality of data; each portfolio is different and subject to a specific customization. The geographical location of the individual/business owner is not a factor in the success of AllianceOne’s collection program. As shown in table below, we utilize several skip databases within our waterfall process to enhance quality of data and gain insight into data quality. 16.E.1.c Packet Pg. 1177 Attachment: 17-7221 AllianceOne Proposal (4674 : Award RFP #17-7221 Collection Agency Services) Collier County – Collection Agency Services RFP 17-7221 | AllianceOne Cost of Services to the County 19 Skip tracing is an integral and essential component in servicing a client’s portfolio. Our skip tracing effort for the County begins when accounts are identified as unreachable during the initial account loading process (no phone number provided), the initial or subsequent telephone call campaign, or have not responded to the initial dunning letter. Prior to any letter being sent, address information provided by the client will be scrubbed through NCOA (National Change of Address) to ensure collection letter(s) are sent to the most current address on file for the individual: ✓ Accounts are matched against a bankruptcy filing database (Banko) to reduce the inventory by identifying bankrupt accounts. ✓ Accounts are cycled through predictive dialer campaigns to establish a valid telephone number. ✓ Accounts are scrubbed for cell phones (to ensure TCPA compliance) and staged for manual dialing efforts (due to lack of the individual’s written express consent). ✓ Accounts without a valid number receive further skip trace efforts ✓ Any account with a valid point of contact will be routed to an agent for resolution. ✓ Accounts will be sent for computerized location and data enhancement services. We utilize the following sources to scrub data and skip trace accounts with the goal of improving efficiency and recovery performance: Examples of Data Scrubs used by AllianceOne Experian (Phone, Address, Recovery Scores, Credit Bureau info) National Change of Address (NCOA) Scrub Lexis-Nexis/Accurint (Phone, Address) BANKO scrub Equifax (Phone, Address, Credit Bureau info) Deceased scrub CBC Innovis (Phone, Address) Cell phone scrub – for manual dial calls to comply with TCPA TransUnion (Credit Bureau info) Service Members Credit Relief Act (SCRA) (Military) scrub Registered owner search Address scrub - Internal database to determine the last known address. Department of Motor Vehicle (DMV) scrub Phone scrub – phone numbers in rank order status list most valid phone. Nearby (or neighbor) scrub – collector doesn’t disclose reason for the call. Relative scrub - to gain updated contact information for consumers. Work Associate scrub Contact-ability score – Not a credit score, but how likely to reach valid address/phone Phone address database A - Batch process requested by the collector Registered vehicle owner database B - Batch process uses license plate information Employment database C - Verifies employment information Phone database D - Batch process provides updated phone information 16.E.1.c Packet Pg. 1178 Attachment: 17-7221 AllianceOne Proposal (4674 : Award RFP #17-7221 Collection Agency Services) Collier County – Collection Agency Services RFP 17-7221 | AllianceOne Cost of Services to the County 20 Examples of Data Scrubs used by AllianceOne Internet database E – Search engines for publicly available government, corporate and other public information Internal Database G – Compilation of outside business, financial and employment Internal Support Desk – Specially trained agents help collectors locate hard to find debtors FACS Collection System AllianceOne licenses and utilizes the FACS Version 19.0, and includes a full complement of available software and support modules as well as the GC Host software package, provided by Ontario Systems Inc., in support of its collection operations. This software platform enables AllianceOne to build and manage custom databases to meet specific client needs. The Company offers in-house data conversion and support resources, the ability to produce electronic statements and to access on line skip-trace and bankruptcy search information. Some of the advantages of the AllianceOne system are: ✓ Multi-level security facilities ✓ Online payment posting ✓ Complete legal system ✓ User-defined parameters ✓ Programmable work standards ✓ User-defined windows ✓ Linking accounts ✓ Flexible reporting package System Features: Some primary functions of the AllianceOne receivables management system include the following operational characteristics: ✓ Maintains and supports all collection functions through on-line processing of the comprehensive data contained in client records ✓ Generates a variety of billing, correspondence and collection notices ✓ Facilitates the production of supervisory and management tasks and reports ✓ Accommodates system-to-system interface and electronic funds transfers ✓ Supports the processing of new account placements from various media including hard copy, tape, e- mail, FTP and EFT transfers ✓ Provides the ability to assign accounts to operational groups in the most efficient manner, based on the type of account, client needs, and other determining factors ✓ Provide comprehensive audit capabilities and detailed reports Account Scoring AllianceOne scores all inventory, upon placement, using EBureau for initial scrubs that include Banko, deceased and new phones, and to develop a first level score (propensity to pay) model. This initial score is enhanced using elements provided by our clients in the placement file. Typical elements used include the age, type of infraction, and balance of the account along with indicators for commercial vs consumer (if applicable). Phone data is also an important factor in determining strategy. The scoring vendor provides the first level of the skip tracing FACS provides the ability to “block” specific area codes to suspend collection activities in specific geographic areas for specific periods of time -- for example, following a natural disaster such as a hurricane or flood. 16.E.1.c Packet Pg. 1179 Attachment: 17-7221 AllianceOne Proposal (4674 : Award RFP #17-7221 Collection Agency Services) Collier County – Collection Agency Services RFP 17-7221 | AllianceOne Cost of Services to the County 21 waterfall, at placement, and these phone numbers, along with client provided phones, are used as an additional element of the overall score. Using all of the above elements, our internal analytics model produces a score that provides both a propensity to pay as well as a contactability score, all in one. A collection strategy is then created and utilized, for the lifecycle of the account, based on these scores. High scored accounts are placed with front-end agents at placement for a period of 30-60 days. Middle scored accounts are worked in a pooled environment, splitting cell phone inventory for manual dialing and land lines for auto dialing and messaging. Low scored inventory generally consists of accounts with no phone numbers and is directed toward additional skip efforts. Collection Letters AllianceOne tailors our letters to meet the exact specifications of our clients. The initial demand letter is typically sent within five business days of the assignment date of each account. Letters can be provided in English and Spanish, and can also be made available in other foreign languages if needed. All letters utilized by AllianceOne are reviewed by one of its in-house attorneys for compliance with all applicable federal, state and local laws. AllianceOne will partner with the County to develop and approve any letters for this contract. All draft letters will be submitted to the County for approval prior to implementation. Letters can reference the County’s account number(s) and any other identifying information requested. The software allows for electronic restrictions to be added restricting the sending of a particular letter within a given period of time. AllianceOne provides its collection representatives with client approved letter options to effectively evoke payment. We will work within agreed-upon timelines and regulations regarding issuing and sending of notices. Telephone Calls AllianceOne will apply a diligent telephone collection effort to each account the County refers. Once a telephone number is located though our various skip tracing methods, the account is set for a call by experienced government debt collectors. Once in this status, accounts are dialed until contact with the debtor is made. From that point forward dedicated Government collection specialists work with debtors to resolve their obligation. Telephone dunning calls will initially be systematically generated by our integrated predictive dialing system. The dialer operates by calling several numbers simultaneously for each collector. When an “off-hook” (a phone being picke d up) is detected, the associated account is instantly brought to the collector’s screen for dunning. Accounts that do not answer or are busy are automatically documented as such and are returned to a dialing pool for a later attempt. This allows for a level of coverage on each account that far exceeds the capability of any manual process. During this period, each account receives multiple contact attempts during different times of the day. Well -Trained Collection Agents Training is an important step in developing employees so that they can return the best results for the County. In order to make sure that all of our employees are trained, professional, and top performers, AllianceOne provides new staff with complete and in depth training programs which can be tailored to meet specific client requirement. We incorporate traditional methods with state of the art techniques to ensure that our personnel are the best trained in the industry. Our training department utilizes an intranet web application (developed in-house) to standardize and maintain training presentations, policy and procedural resources, as well as compliance information. 16.E.1.c Packet Pg. 1180 Attachment: 17-7221 AllianceOne Proposal (4674 : Award RFP #17-7221 Collection Agency Services) Collier County – Collection Agency Services RFP 17-7221 | AllianceOne Cost of Services to the County 22 AllianceOne agents typically complete an initial three- to four-week course of instruction provided by our full-time trainers. This training cycle is comprised of an initial week of classroom instruction followed by two to three weeks of hands on instruction in a controlled environment. This aspect of our training program is provided by dedicated staff and offers new hires the skills and knowledge needed to succeed as AllianceOne agents. Every AllianceOne agent is trained in the art of payment persuasion, while maintaining the reputation and goodwill of our clients. Agents are tactful and understanding, yet firm in expecting payment. AllianceOne will utilize the following training outline for assigned staff. Skilled collector teams, based on debt type, will be assigned and trained in the intricacies of the overall contract and in-depth training regarding their assigned debt type(s). Training Components: Initial training Extensive training is provided to agents starting their career to insure they are performing their duties in a professional and compassionate manner with a focus on results and customer experience. FDCPA/state laws, compliance, customer experience, system navigation, client specific account handling and legal remedies are covered in detail. Mentor As agent graduates from training to production and are assigned a mentor to guide them. Strategic seating next to mentor, availability for questions and opportunity to learn techniques from experienced agent. TOPS This helps guide the supervisor in developing the agent. Includes a daily game plan, identifies the root cause, isolates opportunities to guide agent improvement and dedicates supervisor coaching. Compliance monitors Provides random monitoring of calls. Agents receive feedback on calls and supervisors are made aware of opportunities to assist agent with one on one coaching. Ongoing training classes Ongoing training to support further equipping the agent with tools to resolve the debt. Monthly training classes are available based on agent requests, industry trends and legal requirements. Agent Monitoring We utilize dedicated, on-site Quality Assurance Specialists responsible for conducting agent monitors each week. AllianceOne’s Quality Assurance group provides trend analysis and other information to our Training team in an effort to incorporate continuous process improvements into new hire training and ongoing training initiatives. Monitoring results are documented in our Contact Center Management System (CCMS) system, and shared with Operations Managers and Supervisors, who provide individualized feedback to the Agents. We can provide secure remote access to monitor calls and access to quality assessments and reporting within CCMS. Our open approach to client relationships, such as independent call monitoring and real-time access to key performance data through our management tools and CCMS, inspires true partnership in the delivery of exceptional service. 16.E.1.c Packet Pg. 1181 Attachment: 17-7221 AllianceOne Proposal (4674 : Award RFP #17-7221 Collection Agency Services) Collier County – Collection Agency Services RFP 17-7221 | AllianceOne Cost of Services to the County 23 Below is an overview of the quality assurance program requirements: ✓ Daily/Monthly Production Goals set for each QA rep based on Client Requirements ✓ All scoring entered and tracked through CCMS ✓ Daily reporting generated by CCMS and sent out by QA Supervisors ✓ Reports include: Agent Level, Sup Level, Coaching Report, Repeat Offender Reporting ✓ QA Reps host weekly calibration sessions to support clients by helping to coach on opportunities ✓ Results are tracked and Recap Notes are sent out to Operations ✓ QA Team watches for Repeat Offenders. These agents are escalated to Operations asking what action has been taken to correct behaviors ✓ QA has corrective action policy in place ✓ All call searches are completed by QA Reps on a daily bases using multiple systems depending on the client ✓ Call audits are conducted on a daily basis, with accounts reviewed and pulled from a random sampling of each agent’s queue. On an average day, anywhere from 100-200 calls are monitored. The results of audits and monitoring dictate the frequency that the agent is monitored in the future. For example, any agent who has previously scored below an 80% combined on their calls must have a second series of calls monitored within the month by either Quality Assurance or the Site Manager. Any agent with less than 90 days tenure must have a second review series completed within the month by Quality Assurance or Supervisor. AllianceOne utilizes a ratio of 1 Quality Agent for every 50 Agents. These QA staff members are subject matter experts for their program, and have more than three years of call center experience. Collection supervisors will also perform additional monitoring as required. Disaster Recovery and Business Continuity Planning AllianceOne provides a comprehensive Disaster Recovery and Business Continuity plan to meet every client’s need, which is delivered by leveraging our hub-and-spoke architecture, redundant infrastructure, and connectivity options. With a hub-and-spoke architecture, the ACD/PBX, Network/Voice terminations, CTI and IVR infrastructure is located at geographically redundant data centers with all contact centers connected as spokes. This architecture has built-in disaster recovery and business continuity capabilities. 16.E.1.c Packet Pg. 1182 Attachment: 17-7221 AllianceOne Proposal (4674 : Award RFP #17-7221 Collection Agency Services) Collier County – Collection Agency Services RFP 17-7221 | AllianceOne Cost of Services to the County 24 Our Business Continuity Plan (BCP) is typically built specific to each client implementation in each location. As there will always be common elements that are specific to each location, the implementation of the infrastructure required to support each Client is different and lends itself to different opportunities and challenges for business continuity. As part of your implementation, we will draft a BCP specific to your implementation at each call center location selected that will address both minor and major events and our capabilities to address each, while looking for every opportunity to maintain or restore production agents on your program(s). 16.E.1.c Packet Pg. 1183 Attachment: 17-7221 AllianceOne Proposal (4674 : Award RFP #17-7221 Collection Agency Services) Collier County – Collection Agency Services RFP 17-7221 | AllianceOne Experience and Capacity 25 Experience and Capacity In this tab, include but not limited to: • Provide information that documents your firm’s and subcontractors’ qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. • Describe the various team members’ successful experience in working with one another on previous projects. The County requests that the vendor submits no more than five (5) completed reference forms from clients from the past 5 years whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the vendor that best represent projects of similar size, scope and complexity of this project using form provided in Attachment B – Form 8. Vendors may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Proposer on relevant project work. Government Collections Experience AllianceOne brings extensive successful experience with government clients, focusing on debt collection services. In 2016, government represented 36% of all AllianceOne business. AllianceOne is fully licensed and/or bonded to collect throughout all 50 states. AllianceOne continuously provides our government clients with exceptional service and revenue recovery results. We pride ourselves on our extremely low number of complaints. AllianceOne has had no ethical or legal challenges by government entities. AllianceOne’s service to government clients spans more than 30 years and includes pre-collection through full-service third-party delinquent debt collection, including litigation services. We understand government collections. Our dedicated Government team is prepared to provide you with exceptional service and recovery. AllianceOne collectors are trained and experienced with government debt and undergo extensive monitoring of staff to ensure complete compliance with all applicable local, state and federal laws and regulations governing the collection industry. ✓ >160 government clients nationwide ✓ >$4 Billion in government referrals in 2016 ✓ Four call centers specializing in Government collections 16.E.1.c Packet Pg. 1184 Attachment: 17-7221 AllianceOne Proposal (4674 : Award RFP #17-7221 Collection Agency Services) Collier County – Collection Agency Services RFP 17-7221 | AllianceOne Experience and Capacity 26 ✓ Full-service debt collections customized to your needs ✓ On-site staffing at client locations where volumes warrant ✓ Outreach programs ✓ Tailored programs to meet the needs of Collier County departments ✓ Secure, online, real-time access to our collection system for authorized County users ✓ Business analytics team utilizing data interpretation tools to developing the most effective work plan ✓ Customized reporting ✓ Tailored data communication ✓ PCI certified ✓ Over 30 years of government collection experience, including EMS and code enforcement Government Debt Types Collected AllianceOne collects a broad array of government debt types, including: Ambulance Guardianship Port Business loans Highway and property damages Probation Child support Hospital Public works Civil Housing Red light camera Civil judgments Individual tax Restitution Conservatorship Infractions Sales and use tax Corporate tax Inspection fees School district Corrections Juvenile Show cause Criminal Lottery Statutory fines & fees Delinquent Medical Toll negative balances Education Misdemeanor Toll violations (tunnel, bridge, highway) EMS Non-compliance fines & fees Traffic Excise tax Non-delinquent Tuition False alarms NSF/Bad checks Unemployment premiums and overpayments Fees Ordinances Utility Felony Parking Water Finance Permits Withholding tax Fines Personal income tax Port Fire district Photo radar Probation 16.E.1.c Packet Pg. 1185 Attachment: 17-7221 AllianceOne Proposal (4674 : Award RFP #17-7221 Collection Agency Services) Collier County – Collection Agency Services RFP 17-7221 | AllianceOne Experience and Capacity 27 Industry Involvement AllianceOne is a member of and / or participates in numerous associations to keep abreast of industry trends and regulations that impact our business. ✓ ACA International (ACA) ✓ Commercial Law League (Agency Section) ✓ Forum on the Advancement of Court Technology (FACT) ✓ Government Services Program (ACA) ✓ Members Attorney Program (ACA) ✓ National Association of Court Management (NACM) ✓ Washington Agents Association (WCA) ✓ National Association of Credit Management (NACM) ✓ Los Angeles County Contracting Connections ✓ Government Revenue Collection Association (GRCA) ✓ Federation of Tax Administrators (FTA) ✓ Southeastern State Tax Association (SEATA) ✓ California Court Association (CAC) ✓ Midwest State Tax Association (MSATA) ✓ International Bridge, Tunnel and Turnpike Association (IBTTA) ✓ E-Courts or Court Technology Conference ✓ North Eastern States Tax Officials Association (NESTOA) ✓ California Revenue Officer's Association ✓ Mid-Atlantic Association for Court Management ✓ Western States Association for Tax Administrators (WSATA) ✓ Florida Court Cleriks & Comptrollers (FCCC) ✓ Oregon Association for Court Administration ✓ Washington State Association of Counties ✓ South Eastern Assoication of Tax Administrators (SEATA) Government Clients As demonstrated by the following list, AllianceOne brings extensive experience providing debt collection services to courts nationwide, as well as to other state, county and municipal departments and agencies. AllianceOne’s experience and proven expertise will benefit Collier County through superior collection results delivered in a cost-efficient, compliant, and secure manner, with responsive, user-friendly client service and customer service. Examples of government clients served by AllianceOne include: ✓ Florida Department of Revenue ✓ Florida Department of Transportation ✓ 2 county clerk of courts in Florida in high population counties ✓ Major municipal court in Arizona ✓ 10 Superior Courts in California ✓ The 2nd largest city in the U.S. 16.E.1.c Packet Pg. 1186 Attachment: 17-7221 AllianceOne Proposal (4674 : Award RFP #17-7221 Collection Agency Services) Collier County – Collection Agency Services RFP 17-7221 | AllianceOne Experience and Capacity 28 ✓ Major county health system in California ✓ County court in Georgia ✓ Multiple courts in Idaho ✓ Multiple courts in Illinois ✓ Multiple courts and major city in Nevada ✓ Multiple cities in New Jersey ✓ Tol l authority in two populous Northeastern states ✓ Major county parking authority in New York State ✓ Five courts in Ohio, including major municipal court of larger city ✓ 14 courts in Oregon ✓ Department of Revenue and other state agencies in Northeastern state ✓ Regional toll authority in Southcentral state ✓ State judicial bureau and multiple county courts in New England state ✓ Statewide collections contract in a populous Northwestern state ✓ More than 55 courts in State of Washington (including Municipal, District and Superior courts) EMS and Healthcare Collections Experience AllianceOne has been providing collection services for over 30 years, including at least 18 years of experience with Emergency Medical Services (EMS) collections experience. We also have extensive, long-term experience providing debt collection services to healthcare providers in Florida and other states. Below are descriptions of relevant projects that show ability to collect EMS and other healthcare accounts, as well as our ability to collect in Florida. City of Bellingham, Washington, Fire Department Location: Bellingham, Washington Dates of Service: 2012 to Present Scope of Work: AllianceOne provides third-party collection services involving EMS accounts for the City of Bellingham Fire Department. Bellingham is a city of approximately 88,000 population. AllianceOne also provides collection services to other City departments, including Finance, Parks & Recreation, Planning & Community Development, Police, Public Works, and the Municipal Court. Whatcom Medic One EMS Location: Whatcom County, Washington Dates of Service: 2004 to Present Scope of Work: AllianceOne provides third-party collection services for past-due EMS accounts. The client serves a county-wide population of nearly 200,000 people. Kansas City Fire Department Location: Kansas City, Kansas Dates of Service: 2005 to Present Scope of Work: AllianceOne provides third-party collection services involving past due EMS accounts. North Country EMS Location: Yacolt, Washington Dates of Service: 1999 to Present 16.E.1.c Packet Pg. 1187 Attachment: 17-7221 AllianceOne Proposal (4674 : Award RFP #17-7221 Collection Agency Services) Collier County – Collection Agency Services RFP 17-7221 | AllianceOne Experience and Capacity 29 Scope of Service: AllianceOne provides third-party collection services on past-due EMS accounts. The client serves covering approximately 1,000 square miles in north and northeast Clark County, Washington. City of Los Angeles, California, Fire Department Address: 200 North Spring Street, Room 1225, Los Angeles, CA 90012 Dates of Service: 2008 to Present Scope of Service: AllianceOne provides third-party collection services to a variety of City departments, including collecting EMS accounts on behalf of the City of Los Angeles Fire Department. Other debt types collected include Building and Safety inspection fees (Auto Repair/Junkyard, Miscellaneous Inspections, Noncompliance), Business Improvement District (BID) fees, Business Tax, Communication User Tax, Construction Permits- Deficits, LAPD - Driving Under the Influence (DUI) cost recovery charges, LAPD - excessive false alarm charges, Housing Department - Code Enforcement fees, illegal sign postings, LAFD - inspection fees, LADOT - parking citations, parking occupancy taxes, property damage claims, returned checks, Sanitation - industrial waste fees Transient Occupancy Taxes, and various other taxes and fees. Alameda Health System Address: 1411 East 31st Street, Oakland, CA 94602 Dates of Service: April 1986 to present Scope of work: Contact patients who have past due balances for any of the Alameda Medical Center facilities. The services include but are not limited to ER visits, hospital stays, clinics, and dental. We work with the patient to resolve outstanding issues include but not limited to insurance billing and charity care. We also make the attempts to collect the outstanding balance in full or work out an agreeable payment plan. Jackson Health System Address: 1500 NW 12 Avenue – 10th Floor, Miami, FL 33136 Dates of Service: November 2002 to present Scope of work: Contact patients who have past due balances for any of the Jackson Health facilities. The services include but are not limited to ER visits, hospital stays, clinics, and dental. We work with the patient to resolve outstanding issues include but not limited to insurance billing and charity care. We also make the attempts to collect the outstanding balance in full or work out an agreeable payment plan. Rotech Healthcare, Inc. Address: 3600 Vineland Road, Suite 114, Orlando, Florida 32811 Dates of Service: July 2009 to present Scope of work: Early-Out Self Pay, insurance identification verification, mass bi-monthly statement generation, mailing, customer services plus Primary Bad Debt Collections to Rotech Healthcare, Inc. 16.E.1.c Packet Pg. 1188 Attachment: 17-7221 AllianceOne Proposal (4674 : Award RFP #17-7221 Collection Agency Services) Collier County – Collection Agency Services RFP 17-7221 | AllianceOne Specialized Expertise of Team Members 30 Specialized Expertise of Team Members In this tab, include but not limited to: • Description of the proposed contract team and the role to be played by each member of the team. • Attach brief resumes of all proposed project team members who will be involved in the management of the total package of services, as well as the delivery of specific services. • Attach resumes of any sub-vendors and attach letters of intent from stated sub-vendors must be included with proposal submission. AllianceOne is led by a highly experienced and very stable team of senior-level leaders, with superior expertise in debt collections management for government clients. The organizational chart below shows AllianceOne’s executive team and the key personnel who we propose to lead the Collier County contract. Tim Casey Chief Executive Officer Harry Neerenberg Chief Financial Officer Lynda VanNess Senior Vice President, Information Systems Pat Scheuerman Chief Operations Officer Missy Farnschlader Vice President, Human Resources Roy Buchholz Deputy Chief Compliance Officer Kathy Pliszka Director of Recruiting Jennifer Curfman Director of Training Linda Brinkworth VP Business Development Steve Solomon SVP Operations Charlie Helms VP Business Development Ryan Wilcox Project Manager Collection Manager Collection Team Assigned to Collier County Kevin Underwood Corporate Counsel John Tutewohl VP Business Analytics Grace Kroeger AVP Client Services 16.E.1.c Packet Pg. 1189 Attachment: 17-7221 AllianceOne Proposal (4674 : Award RFP #17-7221 Collection Agency Services) Collier County – Collection Agency Services RFP 17-7221 | AllianceOne Specialized Expertise of Team Members 31 The following table lists the respective role of each key person and their functional areas. Those with the blue shading are the “core” key personnel for this contract. They will receive support and guidance from the executive team members and SMEs who are also listed. Functional Area Name and Title Role for City of Savannah Program Executive Team Tim Casey, CEO Board level commitment Executive Team Harry Neerenberg, CFO Corporate governance oversight Executive Team Pat Scheuerman, COO Operations oversight Client Account Management Linda Brinkworth, VP Business Development Primary Client Account Manager Senior Operations Management Steve Solomon, SVP Operations Senior operations oversight Collections Management Ryan Wilcox, Collection Manager Project Manager and Operations Management Client Services Grace Kroeger, AVP Client Services AVP -Director of Client Services Legal Kevin Underwood, SVP Legal Affairs Legal oversight – Staff Attorney Information Systems Lynda VanNess, SVP Information Systems Senior oversight of Information Systems requirements Human Resources Missy Farnschlader, VP Human Resources Recruiting, HR and Training liaison Training Jennifer Curfman, Director of Training Training Director with responsibility for staff training based on client requirements Compliance Roy Buchholz, Chief Compliance Officer Licensing, bonding, regulatory oversight Business Analytics John Tutewohl, VP Business Analytics Business analytics oversight Below are brief biographies, including qualifications, for each of the leaders listed above. Timothy Casey, President and CEO Mr. Casey has been the CEO of AllianceOne since 2007. Prior leadership roles within Teleperformance USA include Chief Operating Officer (1998-2007) and President of Client Services (1992-1998). He has been in the call center industry since 1984 with expertise in inbound/outbound sales, customer services, technical support and debt collection lines of business. Mr. Casey has a B.S. degree from Western Illinois University and a M.B.A. degree from Northwestern University. 16.E.1.c Packet Pg. 1190 Attachment: 17-7221 AllianceOne Proposal (4674 : Award RFP #17-7221 Collection Agency Services) Collier County – Collection Agency Services RFP 17-7221 | AllianceOne Specialized Expertise of Team Members 32 Harry Neerenberg, CFO, CPA, MBA Mr. Neerenberg has been with AllianceOne since 1999, and served as the Chief Financial Officer of AllianceOne since 2005. He has over 17 years of experience in the collections industry, as well as previous experience in banking and public accounting. Mr. Neerenberg has an MBA in Finance and a BBA in Accounting from Temple University. Pat Scheuerman, Chief Operations Officer Mr. Scheuerman has been with AllianceOne/Teleperformance since 1998. He is responsible for the operations oversight of all AllianceOne sites. Mr. Scheuerman is an accomplished collections operations professional with demonstrated history of quality performance and has over 20 years of experience. Mr. Scheuerman has successfully managed all collection operations with a staff of 2,500 within all US and Canadian sites. He has been responsible for margin improvements in excess of 20% while maintaining strong client relationships and performance. He has managed revenue targets for top 10 credit issuers with annual targets exceeding 60M+ in revenues. Mr. Scheuerman has a Bachelor of Arts in Political Science from the University of Wisconsin, La Crosse, in La Crosse, WI. Roy Buchholz, Deputy Chief Compliance Officer Mr. B uchholz has over 25 years of collection industry experience. He has a wide range of industry experience including: front line agent, collection supervisor and senior management duties with a team of compliance specialists. Mr. Buchholz’ compliance department is currently responsible for the licensing and bonding of all locations, answering regulatory complaints and conducting random call monitoring. Mr. Buchholz and his team conduct quarterly corporate-wide compliance training informing agents of any federal or state updates and reviews of company policies. Mr. Buchholz will oversee compliance for this contract and will assist in the regulatory monitoring of services provided to the County. Missy Farnschlader, VP Human Resources Ms. Farnschlader entered the collection industry in 1983 with ECC Management Services. She managed all support functions (including customer service and payment processing) with ECC until 1987, when she was responsible for establishing ECC’s HR function. AllianceOne acquired ECC in March of 1999. Until her promotion, Ms. Farnschlader served as Director of Human Resources with responsibility for the corporate HR and Payroll functions of the Company. Ms. Farnschlader graduated from Lafayette College with a BA in Economics. Lynda VanNess, Senior Vice President of Information Systems Ms. VanNess manages a department of IT professionals responsible for programming and system administration for seven sites. She is responsible for reorganizing IT support functions and staff resulting in increased productivity and responsiveness to internal and external clients. She oversees data migration/conversion projects and supports four predictive dialers with a total of 2,000 seats. Ms. VanNess is responsible for helping to design and implement workflow strategies to maximize revenue and reduce costs. She is an accomplished and dedicated IT professional with a demonstrated history of achievement in the government, healthcare, utility, and bankcard verticals for accounts receivable management and business process outsourcing. 16.E.1.c Packet Pg. 1191 Attachment: 17-7221 AllianceOne Proposal (4674 : Award RFP #17-7221 Collection Agency Services) Collier County – Collection Agency Services RFP 17-7221 | AllianceOne Specialized Expertise of Team Members 33 Linda Brinkworth, VP Business Development, Government As VP – Business Development, Ms. Brinkworth is responsible for the management of key client contracts and evaluates service and revenue recovery. She will act as primary contact for all client account management for the County. She will monitor the implementation, provide oversight of program goals and objectives, and ensure AllianceOne meet or exceeds all program performance goals. She leverages more than 20 years of experience in designing and managing programs specific to government portfolios. Steve Solomon, SVP Operations Mr. Solomon has overall responsibility for AllianceOne’s Government Division operations nationwide. He will provide senior oversight of operations and serve as Implementation Project Manager. He will assign the resources and expertise necessary to successfully fulfill the requirements of this contract. He joined AllianceOne in August 2016 and brings 30 years of industry experience on both the ARM and BPO sides of the business. He has managed large, complex collection operations within Government, Healthcare, Telecommunications, Financial Services and Retail verticals at a Top 5 Global Call Center and Collection company. His experience and expertise includes strategic account management, quality assurance, audit/internal controls, client service, training, and recruiting. Ryan Wilcox, Call Center Manager, Trevose, PA – Government Service Center Mr. Wilcox is currently Call Center Manager for the Trevose Government Services location. He will have direct operational responsibility for this contract, upon award. He brings more than 14 years of collection industry experience including 12 years of collection operations management and very strong government collections experience. He has innate analytical skills, an open door with staff and a competitive nature. Ryan will ensure that the County’s collection goals are met and exceeded. In addition to his exceptional leadership and development skills, he drives consistent competitive performance critical to sustained success and growth. Grace Kroeger, AVP Client Services Director As Director of Client Services, Ms. Kroeger is responsible for a Client Service team serving all clients within the Government vertical. Her team answers client inquiries, provides client reports, processes account cancellations, provides documentation to validate disputed accounts. Ms. Kroeger will be involved in both implementation and ongoing servicing of this contract. Ms. Kroeger joined AllianceOne in 1999 and brings 17 years of industry and management experience. Throughout her years with the company, she has successfully managed client services for major clients. Her team maintains client performance to the highest level of achievement. John Tutewohl, Vice President Business Analytics Mr. Tutewohl will provide analytical support for this contract. He will work with the management team to produce daily statistical reports to help maintain and improve recovery and service levels. Mr. Tutewohl has his CPA and CMA licenses. Mr. Tutewohl has over 10 years of experience in the collections industry and 20+ years total experience in accounting and financial analysis. He brings extensive experience in accounting, cost accounting, margin analysis, financial analytics, reporting, and pricing. The Business Analytics team will help to guide operations for this contract. For example, they can highlight account batches that need more work effort, letter results, dialing based on hour of day. 16.E.1.c Packet Pg. 1192 Attachment: 17-7221 AllianceOne Proposal (4674 : Award RFP #17-7221 Collection Agency Services) Collier County – Collection Agency Services RFP 17-7221 | AllianceOne Specialized Expertise of Team Members 34 Kevin Underwood, Senior Vice President of Legal Affairs, Attorney at Law Mr. Underwood joined the company in 1992 and serves as AllianceOne’s primary corporate counsel. He will review the contract documents and all letters and scripts to be utilized under this contract, as well as oversee all outside attorney relationships. He oversees and represents AllianceOne in all aspects of the collection litigation process. He and his associate attorneys work closely with clients to see that all correspondence meets local, state and federal regulations. Mr. Underwood continually reviews all collection policies and procedures to ensure that AllianceOne strictly adheres to all applicable laws. He is a member of the Washington Collectors Association, ACA’s Member Attorney Program, and the Washington State Bar Association (WSBA). He served on the Washington State Bar Association Legislative Committee for three years, has served on the Washington Collectors Association Legislative Committee for the past twenty years, and has authored numerous pieces of legislation that have been enacted into law. Mr. Underwood served on the Executive Board of the Washington Collectors Association for many years (President 2004-2005). His degrees include: Juris Doctor, cum laude, University of Puget Sound School of Law, Tacoma, WA; and Bachelor of Arts in Society and Justice, University of Washington, Seattle, WA. Jennifer Curfman, Director of Training Ms. Curfman brings 15 years of proven results in delivering training, designing and writing courses, leading a team of training professionals, and delivering global initiatives across AllianceOne. She demonstrates strong skills teaching and coaching across multiple organizational levels using a variety of training mediums. She has a unique combination of creative and analytical skills with the ability to offer effective solutions for the training needs of various locations, departments and individuals. She joined Teleperformance in 2002 as an Account Representative and was promoted to Training Supervisor in 2003. She became Training & Development Manager in 2007 and was promoted to Director of Training in 2017. Ms. Toni Metzger, Director of Quality Assurance Ms. Metzger has 12 years of collection credit card experience in the industry prior to joining AllianceOne in 2009. She is responsible for all Quality Assurance and Compliance monitoring support for AllianceOne. She manages a team dedicated to monitoring and scoring calls in accordance with client specific expectations, regulatory standards, company policies and customer experience standards. Ms. Metzger is responsible for communicating between Operations and Quality Assurance to ensure we are delivering quality and compliant calls for all clients. 16.E.1.c Packet Pg. 1193 Attachment: 17-7221 AllianceOne Proposal (4674 : Award RFP #17-7221 Collection Agency Services) Collier County – Collection Agency Services RFP 17-7221 | AllianceOne Local Vendor Preference 35 Local Vendor Preference Local business is defined as the vendor having a current Business Tax Receipt issued by the Collier or Lee County Tax Collector for at least one year prior to proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier or Lee County from which the vendor’s staff operates and performs business in an area zoned for the conduct of such business. Not applicable. AllianceOne is not a local vendor as defined above. 16.E.1.c Packet Pg. 1194 Attachment: 17-7221 AllianceOne Proposal (4674 : Award RFP #17-7221 Collection Agency Services) Sample Report AƩachments The Government Debt CollecƟon SoluƟon 16.E.1.c Packet Pg. 1195 Attachment: 17-7221 AllianceOne Proposal (4674 : Award RFP #17-7221 Collection Agency Services) MO YR#AMT‐PLACEDADJUSTNET‐PLACEDAVERAGE1MO2MO3MO4MO5MO6MO7MO8MO9MO10MO11MO12MO12MO17‐Sep295207,147‐62207,0857020.217‐Aug862269,0270269,0273120.4217‐Jul605229,989‐4,453225,5363730.82.1317‐Jun778270,452‐5,015265,4373411.32.53.64.217‐May234171,374‐1,685169,6897250.71.72.12.63.317‐Apr736186,368‐2,023184,34525012.73.43.73.84.417‐Mar275186,577552187,1296800.30.50.61.41.71.7217‐Feb668239,848‐10,647229,2013431.32.53.94.35.46.26.87.117‐Jan210148,716‐1,933146,7846990.20.71.31.8222.12.12.416‐Dec713292,782‐11,665281,1173940.41.21.92.62.93.944.55.15.616‐Nov911217,261‐3,332213,9292351.43.54.75.4677.68.28.78.99.416‐Oct684245,236‐4,284240,9523520.41.62.33.33.94.455.35.86.16.76.916‐Sep658187,919‐2,885185,0342811.21.82.22.52.93.13.43.94.74.955.15.416‐Aug646226,982‐12,615214,3673321.11.82.23.43.8444.34.54.64.85.25.516‐Jul259162,787‐10,868151,9195870.111.61.722.42.52.83.744.64.85.316‐Jun1,035312,432‐17,020295,4122850.51.322.52.83.23.43.744.755.46.316‐May539192,476‐5,206187,2703470.81.62.43.14.45.35.86.56.76.87.47.7916‐Apr250184,728‐21,552163,1766530.41.62.32.83.74.14.755.25.55.96.28.716‐Mar814274,765‐17,267257,4983160.41.92.93.53.847.88.18.48.48.58.610.216‐Feb582191,546‐9,195182,3503130.82.73.544.54.95.35.76.16.56.67.29.616‐Jan296228,642‐1,753226,88976712.63.23.43.94.24.85.75.866.36.68.315‐Dec771272,552‐4,575267,9773480.22.43.64.34.44.95.75.96.36.86.97.29.815‐Nov729188,747646189,3932600.41.63.24.34.65.666.87.57.98.18.710.715‐Oct674259,074‐8,482250,5923720.411.522.72.83.94.34.54.85.67.510.415‐Sep659295,213‐18,591276,6224200.82.93.64.25.25.86.57.48.38.58.78.914.415‐Aug736279,634‐9,745269,8883670.51.13.85.46.46.67.17.57.888.68.810.715‐Jul836313,166‐18,375294,7913531.22.13.84.455.45.86.27.57.78.48.711.415‐Jun1,165283,255‐12,365270,8902331.43.245.35.96.67.17.47.88.69.49.813.315‐May356219,265‐12,729206,5355800.51.32.22.73.13.33.53.84.24.66.86.911.515‐Apr433274,917‐18,018256,8985930.10.81.11.41.61.92.3333.13.73.86.815‐Mar518221,070‐15,293205,7773971.52.93.94.34.84.955.45.96.56.97.612.115‐Feb326244,301‐24,306219,9956750.10.91.92.73.63.94.34.64.74.855.110.515‐Jan689291,482‐7,895283,5874120.41.72.33.33.53.63.84.14.34.84.95.19.814‐Dec595228,354‐14,917213,4373590.82.32.944.65.15.55.86.76.97.27.610.714‐Nov509219,143‐1,677217,4664270.21.52.52.83.644.34.54.75.35.46.18.614‐Oct540300,689‐21,995278,6945160.61.41.722.63.13.8455.35.65.816.8TOTAL AVERAGERATIOS:0.71.82.73.33.84.34.85.35.76.16.66.99.8ALLIANCEONE                                                                                                   MONTH ENDING  09‐30‐17‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ASSIGNMENTS‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐16.E.1.cPacket Pg. 1196Attachment: 17-7221 AllianceOne Proposal (4674 : Award RFP #17-7221 Collection Agency Services) Collier County – Collection Agency Services RFP 17-7221 | AllianceOne Local Vendor Preference 36 Linda Brinkworth Vice President, Business Development Phone: (252) 447-7091 E-mail: linda.brinkworth@allianceoneinc.com FOR MORE INFORMATION: https://www.allianceoneinc.com/Welcome/ 16.E.1.c Packet Pg. 1197 Attachment: 17-7221 AllianceOne Proposal (4674 : Award RFP #17-7221 Collection Agency Services) 16.E.1.dPacket Pg. 1198Attachment: 17-7221 AllianceOne_Contract_VendSign (4674 : Award RFP #17-7221 Collection Agency Services) 16.E.1.dPacket Pg. 1199Attachment: 17-7221 AllianceOne_Contract_VendSign (4674 : Award RFP #17-7221 Collection Agency Services) 16.E.1.dPacket Pg. 1200Attachment: 17-7221 AllianceOne_Contract_VendSign (4674 : Award RFP #17-7221 Collection Agency Services) 16.E.1.dPacket Pg. 1201Attachment: 17-7221 AllianceOne_Contract_VendSign (4674 : Award RFP #17-7221 Collection Agency Services) 16.E.1.dPacket Pg. 1202Attachment: 17-7221 AllianceOne_Contract_VendSign (4674 : Award RFP #17-7221 Collection Agency Services) 16.E.1.dPacket Pg. 1203Attachment: 17-7221 AllianceOne_Contract_VendSign (4674 : Award RFP #17-7221 Collection Agency Services) 16.E.1.dPacket Pg. 1204Attachment: 17-7221 AllianceOne_Contract_VendSign (4674 : Award RFP #17-7221 Collection Agency Services) 16.E.1.dPacket Pg. 1205Attachment: 17-7221 AllianceOne_Contract_VendSign (4674 : Award RFP #17-7221 Collection Agency Services) 16.E.1.dPacket Pg. 1206Attachment: 17-7221 AllianceOne_Contract_VendSign (4674 : Award RFP #17-7221 Collection Agency Services) 16.E.1.dPacket Pg. 1207Attachment: 17-7221 AllianceOne_Contract_VendSign (4674 : Award RFP #17-7221 Collection Agency Services) 16.E.1.dPacket Pg. 1208Attachment: 17-7221 AllianceOne_Contract_VendSign (4674 : Award RFP #17-7221 Collection Agency Services) 16.E.1.dPacket Pg. 1209Attachment: 17-7221 AllianceOne_Contract_VendSign (4674 : Award RFP #17-7221 Collection Agency Services) 16.E.1.dPacket Pg. 1210Attachment: 17-7221 AllianceOne_Contract_VendSign (4674 : Award RFP #17-7221 Collection Agency Services) 16.E.1.dPacket Pg. 1211Attachment: 17-7221 AllianceOne_Contract_VendSign (4674 : Award RFP #17-7221 Collection Agency Services) 16.E.1.dPacket Pg. 1212Attachment: 17-7221 AllianceOne_Contract_VendSign (4674 : Award RFP #17-7221 Collection Agency Services) 16.E.1.dPacket Pg. 1213Attachment: 17-7221 AllianceOne_Contract_VendSign (4674 : Award RFP #17-7221 Collection Agency Services) 16.E.1.dPacket Pg. 1214Attachment: 17-7221 AllianceOne_Contract_VendSign (4674 : Award RFP #17-7221 Collection Agency Services) 16.E.1.dPacket Pg. 1215Attachment: 17-7221 AllianceOne_Contract_VendSign (4674 : Award RFP #17-7221 Collection Agency Services) 16.E.1.dPacket Pg. 1216Attachment: 17-7221 AllianceOne_Contract_VendSign (4674 : Award RFP #17-7221 Collection Agency Services) 16.E.1.dPacket Pg. 1217Attachment: 17-7221 AllianceOne_Contract_VendSign (4674 : Award RFP #17-7221 Collection Agency Services) 16.E.1.dPacket Pg. 1218Attachment: 17-7221 AllianceOne_Contract_VendSign (4674 : Award RFP #17-7221 Collection Agency Services) 16.E.1.dPacket Pg. 1219Attachment: 17-7221 AllianceOne_Contract_VendSign (4674 : Award RFP #17-7221 Collection Agency Services) 16.E.1.dPacket Pg. 1220Attachment: 17-7221 AllianceOne_Contract_VendSign (4674 : Award RFP #17-7221 Collection Agency Services) 16.E.1.dPacket Pg. 1221Attachment: 17-7221 AllianceOne_Contract_VendSign (4674 : Award RFP #17-7221 Collection Agency Services) 16.E.1.dPacket Pg. 1222Attachment: 17-7221 AllianceOne_Contract_VendSign (4674 : Award RFP #17-7221 Collection Agency Services) 16.E.1.dPacket Pg. 1223Attachment: 17-7221 AllianceOne_Contract_VendSign (4674 : Award RFP #17-7221 Collection Agency Services) 16.E.1.dPacket Pg. 1224Attachment: 17-7221 AllianceOne_Contract_VendSign (4674 : Award RFP #17-7221 Collection Agency Services) 16.E.1.dPacket Pg. 1225Attachment: 17-7221 AllianceOne_Contract_VendSign (4674 : Award RFP #17-7221 Collection Agency Services) 16.E.1.dPacket Pg. 1226Attachment: 17-7221 AllianceOne_Contract_VendSign (4674 : Award RFP #17-7221 Collection Agency Services) 16.E.1.dPacket Pg. 1227Attachment: 17-7221 AllianceOne_Contract_VendSign (4674 : Award RFP #17-7221 Collection Agency Services) 16.E.1.e Packet Pg. 1228 Attachment: 17-7221 Score Sheets (4674 : Award RFP #17-7221 Collection Agency Services) 16.E.1.e Packet Pg. 1229 Attachment: 17-7221 Score Sheets (4674 : Award RFP #17-7221 Collection Agency Services) 16.E.1.e Packet Pg. 1230 Attachment: 17-7221 Score Sheets (4674 : Award RFP #17-7221 Collection Agency Services) 16.E.1.e Packet Pg. 1231 Attachment: 17-7221 Score Sheets (4674 : Award RFP #17-7221 Collection Agency Services) 16.E.1.f Packet Pg. 1232 Attachment: 17-7221 NORA (4674 : Award RFP #17-7221 Collection Agency Services) Selection CommitteeScoring Sheet RPS #: 17-7221Title: Collection Agency ServicesName of Firm Jose Alvarado Cheri DuBock Iliana BurgosSteven WeisbergTotal ScoresSelection Committee Final RankTIEBREAKERLife Line Billing Systems, LLC dba LifeQuest Services2143103.0000AllianceOne Receivables Management Inc322181.0000 TAILSProfessional Adjustment Corporation of SW FL Inc.4334144.0000RTR Financial Services Inc141282.0000 HEADSTOTAL 10 10 10 10Procurement Professional Viviana GiarimoustasPage 1 of 116.E.1.gPacket Pg. 1233Attachment: 17-7221 Final Rank (4674 : Award RFP #17-7221 Collection Agency Services)