Loading...
Agenda 05/13/2013 Item #14A15/14/2013 14.A.1. EXECUTIVE SUMMARY Recommendation to accept the proposal for Request for Proposal (RFP) 13 -6083 Airport Management Consultant from Unison Consulting Inc. and direct the County Manager to negotiate a contract to be brought back to the Board for approval. OBJECTIVE: To secure a consultant to conduct a review of the Airport management, organizational, fiscal (including the debt service), operational and service structures and provide recommendations. CONSIDERATIONS: At the Board of County Commissioner Meeting on March 12, 2013, (Agenda Item 14 A1), the Board authorized the issuance of a Request for Proposals for consultant services to provide: • A review of the Airport management, organizational, fiscal (including the debt service), operational and service structures; • "Best business practices" for similar sized airports; • Options /alternatives for the Airport management, organizational, fiscal (including the debt service) and operational structures, including consideration of public and /or private partnership(s); sale of one, or more than one, of the airport(s); separation of the management of one, or more than one, of the airports; or any combination of the alternatives above; • An evaluation of the options vis -a -vis the "best business practices" and develop benefits, limitations, and quantifiable impacts, including economical impacts, to each of the options presented; • Recommended solution(s) that optimize profitability and operations for the Board's consideration. Accordingly, the Purchasing Department issued RFP 13 -6083, Airport Management Consultant on March 27, 3013. Email notices were sent to one thousand six hundred and sixty eight (1,668) addresses; sixty five (65) addresses downloaded the solicitation document; and, one (1) consultant submitted a proposal. A Selection Committee scored and ranked the proposal, and determined that Unison Consulting, Inc. demonstrated the credentials to perform the intended scope of work. Staff is recommending award to Unison Consulting, Inc. With the Board's concurrence, and in consultation with the County Attorney's Office, staff will negotiate a contract for Board approval. Unison's proposal projected the cost of these services to be $99,629.28 (not including travel and /or miscellaneous reimbursable expenses) for an estimated eighty (84) days. FISCAL IMPACT: The total cost, not including travel and /or miscellaneous reimbursable is estimated to be $99,629.28. This cost is not budgeted and will require a budget amendment moving funds from General Fund (001) reserves upon successful completion of contract negotiations. Packet Page -613- 5/14/2013 14.A.1. LEGAL CONSIDERATIONS: This item has been reviewed and approved by the County Attorney's Office, is legally sufficient for Board action and only requires a majority vote for approval —SRT. GROWTH MANAGEMENT IMPACT: There is no impact on the Growth Management Plan. RECOMMENDATION: That the Board of County Commissioners accepts the proposal for Request for Proposal (RFP) 13 -6083 Airport Management Consultant from Unison Consulting Inc. and directs the County Manager to negotiate a contract to be brought back to the Board for approval. PREPARED BY: Joanne Markiewicz, Interim Purchasing / General Services Director Attachments: • Request for Proposal for 13 -6083 Airport Management Consultant • Unison Consulting proposal • Final Selection Committee Rank Form Packet Page -614- 5/14/2013 14.A.1. COLLIER COUNTY Board of County Commissioners Item Number: 14.14.A.14.A.1. Item Summary: Recommendation to accept the proposal for Request for Proposal (RFP) 13 -6083 Airport Management Consultant from Unison Consulting Inc. and direct the County Manager to negotiate a contract to be brought back to the Board for approval. Meeting Date: 5/14/2013 Prepared By Name: MarkiewiczJoanne Title: Manager - Purchasing Acquisition,Purchasing & Gene 5/3/2013 8:42:58 AM Submitted by Title: Manager - Purchasing Acquisition,Purchasing & Gene Name: MarkiewiczJoanne 5/3/2013 8:42:59 AM Approved By Name: pochopinpat Title: Administrative Assistant,Facilities Management Date: 5/3/2013 9:07:31 AM Name: MarkiewiczJoanne Title: Manager - Purchasing Acquisition,Purchasing & Gene Date: 5/3/2013 9:16:13 AM Name: PriceLen Title: Administrator, Administrative Services Date: 5/3/2013 9:59:25 AM Name: TeachScott Title: Deputy County Attorney,County Attorney Date: 5/3/2013 2:30:54 PM Packet Page -615- Name: IsacksonMark Title: Director -Corp Financial and Mgmt Svs,CMO Date: 5/3/2013 2:50:08 PM Name: KlatzkowJeff Title: County Attorney Date: 5/6/2013 11:07:39 AM Name: OchsLeo Title: County Manager Date: 5/6/2013 4:52:21 PM Packet Page -616- 5/14/2013 14.A.1. 5/14/2013 14.A.1. REQUEST FOR PROPOSAL �� 41 . . COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS Solicitation 13 -6083 Airport Management Consultant Joanne Markiewicz, Interim Purchasing Director 239 - 252 -8975 (Telephone) 239 - 252 -6480 (Fax) joannemarkiewicz @colliergov.net (Email) This proposal solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Patia" Nparhm em- 3327 Tamlami Trail East Napmes, Florida 341124901 wwcotbergav neuparUvasing Packet Page -617- 5/14/2013 14.A.1. Table of Contents LEGALNOTICE .............................................................................................................. ............................... 3 EXHIBIT I: SCOPE OF WORK, SPECIFICATIONS AND RESPONSE FORMAT ......................... ............................... 4 EXHIBIT II: GENERAL RFP INSTRUCTIONS .................................................................... ............................... 15 EXHIBIT III: COLLIER COUNTY PURCHASE ORDER TERMS AND CONDITIONS ................. ............................... 19 EXHIBIT IV: ADDITIONAL TERMS AND CONDITIONS FOR RFP ....................................... ............................... 23 ATTACHMENT 1: VENDOR'S NON - RESPONSE STATEMENT ........................................... ............................... 31 ATTACHMENT 2: VENDOR CHECK LIST ........................................................................ ............................... 32 ATTACHMENT 3: CONFLICT OF INTEREST AFFIDAVIT .................................................... ............................... 33 ATTACHMENT 4: VENDOR DECLARATION STATEMENT ................................................ ............................... 34 ATTACHMENT 5: AFFIDAVIT FOR CLAIMING STATUS AS A LOCAL BUSINESS ................. ............................... 36 ATTACHMENT 6: IMMIGRATION AFFIDAVIT CERTIFICATION ........................................ ............................... 37 ATTACHMENT 7: VENDOR SUBSTITUTE W - 9 ............................................................. ............................... 38 ATTACHMENT 8: INSURANCE AND BONDING REQUIREMENTS .................................... ............................... 39 13 -6083 Airport Management Consultant RFP_Non_CCNATemplate_0101 /2013 2 Packet Page -618- 5/14/2013 14.A.1. Legal Notice Sealed Proposals to provide airport management consulting services will be received until 12 Noon Naples local time, on 4/24/13 at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. Solicitation 13 -6083 Airport Management Consultant Services to be provided may include, but not be limited to the following: the review of the Airport management, organizational, fiscal (including the debt service), operational and service structures and provide recommendations as described in the Scope of Work. All statements shall be made upon the official proposal form which may be obtained on the Collier County Purchasing Department Online Bidding System website: www.colliergov.net /bid. Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA, BY: /S/ Joanne Markiewicz Interim Purchasing & General Services Director This Public Notice was posted on the Collier County Purchasing Department website: www.colliergov.net/ourchasing and in the Lobby of Purchasing Building "G ", Collier County Government Center on 3/27/13. Pumhasirg DeparMier0- 3301 Tamrami Trail East Naples, Florida 34112 • vuu colliergov-netipurchas ng 13 -6083 Airport Management Consultant RFP_Non_CCNATemplate_0101 /2013 3 Packet Page -619- 5/14/2013 14.A.1. Exhibit I: Scope of Work, Specifications and Response Format As requested by the Collier County Board of Commissioners, the Purchasing Department has issued this Request for Proposal (hereinafter, "RFP ") with the intent of obtaining proposals from interested and qualified Consultants in accordance with the terms, conditions and specifications stated or attached. The Consultant, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Purchasing Policy. Brief Description of Purchase The County is interested in receiving proposals from consultants to review the Airport management, organizational, fiscal (including the debt service), operational and service structures and provide recommended solution(s) that optimize profitability and operations for the Board's consideration. Background Collier County (County) covers a large area of Southwest Florida and is accessible from the East (Miami) and the North (Tampa) via Interstate 75. A non - charter county, Collier encompasses three (3) municipalities: Naples, Marco Island, and Everglades City. The Collier County Airport Authority was created in 1993 to oversee the development and management of three publicly owned general aviation airports that serve the air transportation needs of present and future residents and businesses of, and visitor to Collier County. Since its inception, the Airport Authority has transformed these airports into vibrant public use airports providing a diverse range of services, with each airport offering unique community benefits and opportunities. The Marco Island Executive Airport is conveniently located to Naples, Marco Island, Goodland and Isles of Capri. It provides affordable, convenient, safe hassle -free air travel. Situated in a natural environment, the airport is congestion and traffic free, yet only minutes away from the area's amenities and attractions. Airport staff provides professional, friendly, personal service to all customers and arranges for ground transportation and local reservations upon request The Immokalee Regional Airport situated on 1,333 acres of land located approximately 35 miles northeast of Naples and 110 miles northwest of the Port of Miami, provides tremendous business advantages. The Airport is in a designated Florida Rural Enterprise Zone and HUB Empowerment Zone. The Florida Rural Zone Program supports economic revitalization in high unemployment or otherwise economically disadvantaged within the state by offering tax incentives to businesses located within the Enterprise Zone. 13 -6083 Airport Management Consultant RFP_Non_CCNATemplate_0101 /2013 Packet Page -620- 5/14/2013 14.A.1. The Everglades Airpark is located immediately adjacent to one of the most environmentally protected landmarks, the Big Cypress National Preserve. In 1947, Everglades City was home to the County seat, as well as a host of businesses. With the Collier family's business flourishing in Everglades City, the Collier brothers contracted to have an airport built in the City so they might fly in daily from their home base in Palm Beach. Initially the runway was a 1,000 foot paved strip with 500 feet of grass on either end. The newly built airport was used by the Civil Air Patrol, and frequented by the Air Force in addition to private pilots. President Harry Truman was on hand to dedicate the National Park at the airport in December of 1947. Hurricane Donna swept through the area on September 9, 1960, taking with it the hanger, office, fuel station, and much of the development. Soon after, the Collier family business moved to Naples along with the County seat. Collier County purchased Everglades Airpark from the Colliers for $125,000 in 1968 and maintained the property until the Airport Authority was created to operate the airpark in 1993. Everglades Airpark, our "Eco- tourism Airport," is now the destination for vacationers and outdoor adventurers who come from all over to fish, boat, camp, and explore the magnificent natural beauty of the Everglades. The Collier County Airport Authority has pursued FAA and FDOT grant funding for pavement and rehabilitation /reconstruction for the past several years, and intends to continue to pursue that funding. Detailed Scope of Work At their March 12, 2013, meeting (Agenda Item 14 Al) the Board authorized the issuance of a Request for Proposals for consultant services to provide: 1. A review of the Airport management, organizational, fiscal (including the debt service), operational and service structures; 2. Provide "best business practices" for similar sized airports; 3. Provide options /alternatives for the Airport management, organizational, fiscal (including the debt service) and operational structures, including consideration of public and /or private partnership(s); sale of one, or more than one, of the airport(s); separation of the management of one, or more than one, of the airports; or any combination of the alternatives above; 4. Evaluate the options vis -a -vis the "best business practices" and develop benefits, limitations, and quantifiable impacts, including economical impacts, to each of the options presented; 5. Provide recommended solution(s) that optimize profitability and operations for the Board's consideration. If travel expenses are incurred as a result of the completion of the Scope of Service, the County will pay those travel and meal per diem expenses according to Section 112.061 Florida Statutes. Reimbursable items other than travel expenses shall be limited to the following: telephone long - distance charges, fax charges, photocopying charges and postage. Reimbursable items will be paid only after Consultant has provided all receipts. Consultant shall be responsible for all other costs and expenses associated with activities and solicitations undertaken pursuant to this Agreement. Reimbursements shall be at the following rates: 13 -6083 Airport Management Consultant RF P_Non_CCNATemplate_0101 /2013 Packet Page -621- 5/14/2013 14.A.1. Mileage $0.445 per mile Breakfast $6.00 Lunch $11.00 Dinner $19.00 Airfare Actual ticket cost limited to tourist or coach class fare Rental car Actual rental cost limited to compact or standard -size vehicles Lodging Actual cost of lodging at single occupancy rate with a cap of no more than $150.00 per night Parking Actual cost of parking Taxi or Airport Limousine Actual cost of either taxi or air ort limousine Term of Contract The contract term, if an award(s) is /are made is intended to be for the complete scope of services outlined in this RFP. Prices shall remain firm for the initial term of this contract. Requests for consideration of a price adjustment must be made on the contract anniversary date, in writing, to the Purchasing Director. Price adjustments are dependent upon the consumer price index (CPI) over the past twelve (12) months, budget availability and program manager approval. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. Projected Solicitation Timetable The following projected timetable should be used as a working guide for planning purposes only. The County reserves the right to adjust this timetable as required during the course of the RFP process. Event Date Issue Solicitation Notice 3/27/13 Last Date for Receipt of Written Questions 4/8/13, 12 Noon, Naples Local Time Addendum Issued Resulting from Written Questions (if needed 4/11/13 Solicitation Deadline Date and Time 4/24/13,12 Noon, Naples Local Time Anticipated Evaluation of Submittals May 2013 Anticipated Completion of Contract Negotiations May — June 2013 Anticipated Board of County Commissioner's Contract Approval Date June — July 2013 13 -6083 Airport Management Consultant RFP_Non_CCNATemplate_0101 /2013 6 Packet Page -622- 5/14/2013 14.A.1. Response Format The Vendor understands and agrees to abide by all of the RFP specifications, provisions, terms and conditions of same, and all ordinances and policies of Collier County. The Vendor further agrees that if it is awarded a contract, the work will be performed in accordance with the provisions, terms and conditions of the contract. To facilitate the fair evaluation and comparison of proposals, all proposals must conform to the guidelines set forth in this RFP. Any portions of the proposal that do not comply with these guidelines must be so noted and explained in the Acceptance of Conditions section of the proposal. However, any proposal that contains such variances may be considered non - responsive. Proposals should be prepared simply and economically, providing a straightforward concise description of the Vendor's approach and ability to meet the County's needs, as stated in this RFP. All proposals should be presented as described in this RFP in PDF or Microsoft Word format with Tabs clearly marked. If outlined in this RFP, the utilization of recycled paper for proposal submission is strongly encouraged. The items listed below shall be submitted with each proposal and should be submitted in the order shown. Each section should be clearly labeled, with pages numbered and separated by tabs. Failure by a Vendor to include all listed items may result in the rejection of its proposal. 1. Tab I, Management Summary and Project Understanding In a maximum of two (2) pages provide: • A cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of providing the services stated herein; • A brief overview of the company's goals and objectives of the project and how the firm will accomplish the scope of work; • Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal; and • List all proposed subcontractors who will participate on the team. 13 -6083 Airport Management Consultant RFP_Non_CCNATem p late_0101 !2013 Packet Page -623- 5/14/2013 14.A.1. 2. Tab 2, Firm's Experience (20 Points) Complete the following information as requested to ensure consistent scoring of proposal. Firms who do not provide the information as requested in the format below may receive zero (0) points for this criterion. index ; .x 'erience Infermation .. ltes onse 1. Indicate the number of years the proposer has been in business. number of ears 2. Indicate the number of completed airport review studies that the firm has provided for private agencies similar to this scope of work in the past (number of completed five (5) years (1/1/2008 — 12/31/2012). studies) 3. Indicate the number of completed airport review studies that the firm has provided for public /governmental agencies similar to this (number of completed scope of work in the past five (5) years (1/1/2008 studies) — 12/31/2012). 4. Based on the response from Index #2 above, Indicate the number of private agencies who have "adopted airport recommendations in the past five (number of agencies (5) years (1/1/2008 — 12/31/2012) adopting the recommendations 5. Based on the response from Index #3 above, Indicate the number of public /governmental agencies who have "adopted airport (number of agencies recommendations in the past five (5) years adopting the (1/1 /2008 — 12/31/2012) recommendations TOTAL Add items 1 - 5 to determine the proposer's Experience. TOTAL The consultant/vendor /proposer may supplement information regarding this criterion; however, the County will use the following methodology to score proposals. Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each vendor's information provided in this area: The County shall total the proposer's Minimum Qualifications and create a ranking from highest number to lowest number. Proposers who do not turn in responses in this format will not receive any points for this section. • The greatest number of points allowed in this criterion will be awarded to the proposer who has the highest score. • The next highest proposer's number of points will be divided by the highest proposer's points which will then be multiplied by criteria points to determine the proposers points awarded. Each subsequent proposer's point score will be calculated in the same manner. • Points awarded will be extended to a "whole" number (per Microsoft Excel). 13 -6083 Airport Management Consultant RFP_Non_CCNATemplate_0101 /2013 Packet Page -624- 5/14/2013 14.A.1. For illustrative purposes only, see chart for an example of how these points would be distributed among the five proposers. Proposer Name Proposer Total Minimum Qualification Score Points Awarded Vendor ABC 445 20 Vendor DEF 435 20 Vendor GHI 425 19 Vendor JKL 385 17 Vendor MNO 385 17 Vendor PQR 250 11 The points awarded by proposer will be distributed to the Selection Committee prior to their evaluation of the proposals. The Selection Committee will review the proposer's proposal to ensure consistency and completion of all tasks in the RFP, and review the Points Awarded per proposer. The Selection Committee Members may, at their sole discretion, modify the points assigned after a thorough review of the proposal and prior to final ranking by the final Selection Committee. 3. Tab 3, Firm's Fiscal Stability (20 Points) Complete the following information as requested to ensure consistent scoring of proposal. Firms who do not provide the information as requested in the format below may receive zero (0) points for this criterion. Index ' Fiscal Stability- Information Response 1. Provide the primary proposer's Dun and Bradstreet Composite Credit Appraisal rating. (number) • Provide a copy of the Dun and Bradstreet report for primary proposer and all companies affiliated with the resultant proposal. 2. Indicate the number of times the proposer or their principals have filed for bankruptcy during the past five year (January 1, 2008- December 31, 2012). (number) 3. Provide the average number of days the firm pays its accounts payable transactions. (average number of days) 4. Provide the number of external audit "management comments / letters" received during the past five year (January 1, 2008- December 31, 2012). (number) • Provide a copy of all management comments / letters during that period. TOTAL Add items 1 - 4 to determine the proposer's Fiscal Stability. TOTAL 13 -6083 Airport Management Consultant RFP_Non_CCNATemplate_0101 /2013 9 Packet Page -625- 5/14/2013 14.A.1. The consultant/vendor /proposer may supplement information regarding this criterion; however, the County will use the following methodology to score proposals. Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each vendor's information provided in this area: • The County shall total the proposer's Fiscal Stability and create a ranking from lowest total to highest total. Proposers who do not turn in responses in this format will not receive any points for this section. • The greatest number of points allowed in this criterion will be awarded to the proposer who has the lowest score. • The highest proposer's number of points will be divided by the next highest proposer's points which will then be multiplied by criteria points to determine the proposers points awarded. Each subsequent proposer's point score will be calculated in the same manner. • Points awarded will be extended to a "whole" number (per Microsoft Excel). 4. Tab 4, Costs (20 Points) Complete the following information as requested to ensure consistent scoring of proposal. Firms who do not provide the information as requested in the format below may receive zero (0) points for this criterion. Index Cost Information —Response 1. Provide the total cost to provide all services outlined in this scope of work. $ (Dollars) • Provide resumes of the individuals who will be assigned to complete this scope of service. 2. Provide the hourly rate for any additional service not outlined in this scope of service. $ (Dollars) (This hourly rates will be used for any additional services that may be added at a later date by the Board.) • Provide a list of titles /positions that may be used during the course of this assignment. TOTAL Add items 1 — 2 to determine the proposer's TOTAL Costs. TOTAL Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each vendor's information provided in this area: • The County shall total the proposer's Costs and create a ranking from lowest dollar to highest dollar. Proposers who do not turn in responses in this format will not receive any points for this section. • The greatest number of points allowed in this criterion will be awarded to the proposer who has the lowest dollar. 13 -6083 Airport Management Consultant RFP_Non_CCNATemplate_0101 /2013 10 Packet Page -626- 5/14/2013 14.A.1. • The highest proposer's number of dollars will be divided by the next highest proposer's dollars which will then be multiplied by criteria points to determine the proposers points awarded. Each subsequent proposer's point score will be calculated in the same manner. • Points awarded will be extended to a "whole" number (per Microsoft Excel). • See example below of scoring method. Proposer Name Pro user Total Cost Points ,Awarded Vendor ABC $2,500 20 Vendor DEF 12,000 4 Vendor GHI 15,500 3 Vendor JKL 15,500 3 Vendor MNO 20,000 3 Vendor POR 102,000 0 5. Tab 5, Schedule (20 Points) Complete the following information as requested to ensure consistent scoring of proposal. Firms who do not provide the information as requested in the format below may receive zero (0) points for this criterion. Index Schedule Information = Response 1. Provide the total number of days to complete the outlined in this scope of work. (Total Days) • Provide a specific milestone schedule outlining the anticipated timeline to accomplish these tasks: 1. A review of the Airport management, organizational, fiscal (including the debt service), operational and service structures; 2. Provide "best business practices" for similar sized airports; 3. Provide options /alternatives for the Airport management, organizational, fiscal (including the debt service) and operational structures, including consideration of public and /or private partnership(s); sale of one, or more than one, of the airport(s); separation of the management of one, or more than one, of the airports; or any combination of the alternatives above; 4. Evaluate the options vis -a -vis the "best business practices" and develop benefits, limitations, and quantifiable impacts, including economical impacts, to each of the options presented; 5. Provide recommended solution(s) that optimize profitability and operations for the Board's consideration. 13 -6083 Airport Management Consultant RFP_Non_CCNATemplate_0101 /2013 11 Packet Page -627- 5/14/2013 14.A.1. Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each vendor's information provided in this area: • The County shall total the proposer's Preliminary Cost Assessment and create a ranking from lowest dollar to highest dollar. Proposers who do not turn in responses in this format will not receive any points for this section. • The greatest number of points allowed in this criterion will be awarded to the proposer who has the lowest number of days. • The highest proposer's number of dollars will be divided by the next highest proposer's dollars which will then be multiplied by criteria points to determine the proposers points awarded. Each subsequent proposer's point score will be calculated in the same manner. • Points awarded will be extended to a "whole" number (per Microsoft Excel). 6. Tab 6, References (10 Points) In order for the vendor to be awarded any points for this tab, the County requests that the vendor submits five (5) completed reference forms from clients whose projects are of a similar nature to this solicitation as a part of their proposal, as described below. The County will only use the methodology calculations for the first five (5)references (only) submitted by the vendor in their proposal. Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each vendor's information provided in this area: • The County shall total each of the vendor's five (5) reference questionnaires and create a ranking from highest number of points to lowest number of points. References marked with an N/A (or similar notation will be given the score of zero (0)). Proposers who do not turn in responses in this format will not receive any points for this section. • The greatest number of points allowed in this criterion will be awarded to the vendor who has the highest score. • The next highest vendor's number of points will be divided by the highest vendor's points which will then be multiplied by criteria points to determine the vendor's points awarded. Each subsequent vendor's point score will be calculated in the same manner. • Points awarded will be extended to a "whole" number (per Microsoft Excel). The points awarded by vendor will be distributed to the Selection Committee prior to their evaluation of the proposals. The Selection Committee will review the vendor's proposal to ensure consistency and completion of all tasks in the RFP, and review the Points Awarded per vendor. The Selection Committee may, at their sole discretion, contact references, and /or modify the reference points assigned after a thorough review of the proposal and prior to final ranking by the final Selection Committee. 13 -6083 Airport Management Consultant RF P_Non_CCNATemplate_0101 /2013 12 Packet Page -628- Caie�r Cory AdrrirdsUabve servbm nivow Purchasim 5/14/2013 14.A.1. Reference Questionnaire Solicitation: 13 -6083 Airport Management Consultant Reference Questionnaire for: (Name of Company Requesting Reference Information) Name of Individuals Requesting Reference Information Evaluator completing reference questionnaire: Evaluator's Company completing reference: Email FAX Telephone: Collier County is requesting reference information on firms or their key personnel to be used in the selection of a firm to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm /individual again) and 1 representing that you were very unsatisfied (and would never hire the firm /indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Name of Project Completed by Firm: Project Description Score 1 Project Start Date (from Notice to Proceed) Project End Date (2 weeks past implementation) Total Number of Days (over Schedule) Initial Project Budget Final Project Budget Overbudget Number of Change Orders Based on Dollars Number of Change Orders (Based on Additional Days Added) 4 Provide additional description of change in time or budget: Item- Criteria Score 1 Ability to manage the project costs minimize change orders to scope). 2 Ability to maintain project schedule (complete on -time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Close out project process (final product turnover; invoices; manuals or going forward documentation, etc. 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow agency's olicies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Please FAX this completed survey to: Packet Page -629- By 13 -6083 Airport Management Consultant RFP_Non_CCNATemplate_0101 /2013 13 5/14/2013 14.A.1. 7. Tab 7, Local Vendor Preference (10 Points) and Other Information to Submit Complete the following information as requested and return all completed materials below. • Attachment 5: Local Vendor Preference: Firms who do not provide the completed Attachment 5: Local Vendor Preference at the time of submittal shall receive zero (0) points for this criterion. • Indicate any exceptions to the general terms and conditions of the RFP, and to insurance requirements or any other requirements listed in this RFP. If no exceptions are indicated in this tabbed section, it will be understood that no exceptions to these documents will be considered after the award, or if applicable, during negotiations. Exceptions taken by a Vendor may result in evaluation point deduction(s) and /or exclusion of proposal for Selection Committee consideration, depending on the extent of the exception(s). Such determination shall be at the sole discretion of the County and Selection Committee. • Attachment 2: Vendor Check List • Attachment 3: Conflict of Interest Affidavit • Attachment 4: Vendor Declaration Statement • Attachment 6: immigration Affidavit Certification • Attachment 7: Vendor Substitute W -9 • Attachment 8: Insurance and Bonding Requirements 13 -6083 Airport Management Consultant RFP_Non_CCNATemplate_0101 /2013 14 Packet Page -630- Exhibit II: General RFP Instructions 1. Questions 5/14/2013 14.A.1. Direct questions related to this RFP to the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. Vendors must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Purchasing Department Online Bidding System website. For general questions, please call the referenced Procurement Strategist noted on the cover page. 2. Pre - Proposal Conference The purpose of the pre - proposal conference is to allow an open forum for discussion and questioning with County staff regarding this RFP with all prospective Vendors having an equal opportunity to hear and participate. Oral questions will receive oral responses, neither of which will be official, nor become part of the RFP. Only written responses to written questions will be considered official, and will be included as part of this RFP as an addendum. All prospective Vendors are strongly encouraged to attend, as, this will usually be the only pre - proposal conference for this solicitation. If this pre - proposal conference is denoted as "mandatory", prospective Vendors must be present in order to submit a proposal response. 3. Compliance with the RFP Proposals must be in strict compliance with this RFP. Failure to comply with all provisions of the RFP may result in disqualification. 4. Ambiguity, Conflict, or Other Errors in the RFP It is the sole responsibility of the Vendor if the Vendor discovers any ambiguity, conflict, discrepancy, omission or other error in the RFP, to immediately notify the Procurement Strategist, noted herein, of such error in writing and request modification or clarification of the document prior to submitting the proposal. The Procurement Strategist will make modifications by issuing a written revision and will give written notice to all parties who have received this RFP from the Purchasing Department. 5. Proposal, Presentation, and Protest Costs The County will not be liable in any way for any costs incurred by any Vendor in the preparation of its proposal in response to this RFP, nor for the presentation of its proposal and /or participation in any discussions, negotiations, or, if applicable, any protest procedures. 6. Delivery of Proposals All proposals are to be delivered before 12 Noon, Naples local time, on or before 4/24/13 to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Packet Page -631- 13 -6083 Airport Management Consultant RFP_Non_CCNATemplate_0101 /2013 15 5/14/2013 14.A.1. Attn: Joanne Markiewicz, Interim Purchasing Director The County does not bear the responsibility for proposals delivered to the Purchasing Department past the stated date and /or time indicated, or to an incorrect address by Consultant's personnel or by the Consultant's outside carrier. However, the Purchasing /General Services Director, or designee, reserves the right to accept proposals received after the posted close time under the following conditions: • The tardy submission of the proposal is due to the following circumstances, which may include but not be limited to: late delivery by commercial carrier such as Fed Ex, UPS or courier where delivery was scheduled before the deadline. • The acceptance of said proposal does not afford any competing firm an unfair advantage in the selection process. Vendors must submit one (1) paper copy clearly labeled "Master," and six (6) electronic media (CD's /DVD's /iump drives) with one copy of the proposal on each disk in Word, Excel or PDF. List the Solicitation Number and Title on the outside of the box or envelope. 7. Validity of Proposals No proposal can be withdrawn after it is filed unless the Vendor makes their request in writing to the County prior to the time set for the closing of Proposals. All proposals shall be valid for a period of one hundred eighty (180) days from the submission date to accommodate evaluation and selection process. 8. Method of Source Selection The County is using the Competitive Sealed Proposals methodology of source selection for this procurement, as authorized by Ordinance Number 87 -25, and Collier County Resolution Number 2006 -268 establishing and adopting the Collier County Purchasing Policy. The County may, as it deems necessary, conduct discussions with qualified Vendors determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 9. Evaluation of Proposals The County's procedure for selecting is as follows: 1. The County Manager or designee shall appoint a Selection Committee to review all proposals submitted. 2. Request for Proposals issued. 3. Subsequent to the closing of proposals, the Procurement Strategist will review the proposals received and verify whether each proposal appears to be minimally responsive to the requirements of the published RFP. 4. Meetings will be open to the public and the Procurement Strategist shall publicly post prior notice of such meeting in the lobby of the Purchasing Building at least one (1) day in advance of all such meetings. 5. The committee members will review each Proposal individually and score each proposal based on the evaluation criteria stated herein. 6. Prior to the first meeting of the selection committee, the Procurement Strategist will post a notice announcing the date, time and place of the first committee meeting. Said notice shall 13 -6083 Airport Management Consultant RFP_Non_CCNATemplate_0101 /2013 16 Packet Page -632- 5/14/2013 14.A.1. be posted in the lobby of the Purchasing Building not less than three (3) working days prior to the meeting. The Procurement Strategist will also post prior notice of all subsequent committee meetings and shall endeavor to post such notices at least one (1) day in advance of all subsequent meetings. 7. The committee will compile individual rankings, based on the evaluation criteria as stated herein, for each proposal to determine committee recommendations. The committee may at their discretion, schedule presentations or demonstrations from the top - ranked firm(s), make site visits, and obtain guidance from third party subject matter experts. The final recommendation will be decided based on review of scores and consensus of committee. The County reserves the right to withdraw this RFP at any time and for any reason, and to issue such clarifications, modifications, and /or amendments as it may deem appropriate. Receipt of a proposal by the County or a submission of a proposal to the County offers no rights upon the Vendor nor obligates the County in any manner. Acceptance of the proposal does not guarantee issuance of any other governmental approvals. Proposals which include provisions requiring the granting of zoning variances shall not be considered. 10. References The County reserves the right to contact any and all references pertaining to this solicitation and related proposal. 11. Proposal Selection Committee and Evaluation Factors The County Manager shall appoint a Selection Committee to review all proposals submitted. The factors to be considered in the evaluation of proposal responses are listed below. Tab II, Firm's Experience 20 Tab III, Firm's Fiscal Stability 20 Tab IV, Costs 20 Tab V, Schedule 20 Tab VI, References 10 Local Vendor Preference 10 TOTAL 100 Tie Breaker: In the event of a tie, both in individual scoring and in final ranking, the firm with the lowest paid dollars by Collier County to the vendor (as obtained from the County's financial system) within the last five (5) years will receive the higher individual ranking. If there is a multiple firm tie in either individual scoring or final ranking, the firm with the lowest volume of work shall receive the higher ranking, the firm with the next lowest volume of work shall receive the next highest ranking and so on. 12. Acceptance or Rejection of Proposals The right is reserved by the County to waive any irregularities in any proposal, to reject any or all proposals, to re- solicit for proposals, if desired, and upon recommendation and justification by Collier County to accept the proposal which in the judgment of the County is deemed the most advantageous for the public and the County of Collier. 13 -6083 Airport Management Consultant RFP_Non_CCNATemplate_0101 /2013 17 Packet Page -633- 5/14/2013 14.A.1. Any proposal which is incomplete, conditional, obscure or which contains irregularities of any kind, may be cause for rejection. In the event of default of the successful Vendor, or their refusal to enter into the Collier County contract, the County reserves the right to accept the proposal of any other Vendor or to re- advertise using the same or revised documentation, at its sole discretion. 13 -6083 Airport Management Consultant RFP_Non_CCNATemplate_0101 /2013 18 Packet Page -634- 5/14/2013 14.A.1. Exhibit III: Collier County Purchase Order Terms and Conditions 1. Offer and to comply with all carrier This offer is subject to cancellation by the regulations. Risk of loss of any goods COUNTY without notice if not accepted by sold hereunder shall transfer to the VENDOR within fourteen (14) days of COUNTY at the time and place of issuance. delivery; provided that risk of loss prior to actual receipt of the goods by the 2. Acceptance and Confirmation COUNTY nonetheless remain with This Purchase Order (including all VENDOR. documents attached to or referenced b) No charges will be paid by the COUNTY therein) constitutes the entire agreement for packing, crating or cartage unless between the parties, unless otherwise otherwise specifically stated in this specifically noted by the COUNTY on the Purchase Order. Unless otherwise face of this Purchase Order. Each delivery provided in Purchase Order, no invoices of goods and /or services received by the shall be issued nor payments made COUNTY from VENDOR shall be deemed to prior to delivery. Unless freight and be upon the terms and conditions contained other charges are itemized, any in this Purchase Order. discount will be taken on the full amount of invoice. No additional terms may be added and c) All shipments of goods scheduled on the Purchase Order may not be changed except same day via the same route must be by written instrument executed by the consolidated. Each shipping container COUNTY. VENDOR is deemed to be on must be consecutively numbered and notice that the COUNTY objects to any marked to show this Purchase Order additional or different terms and conditions number. The container and Purchase contained in any acknowledgment, invoice Order numbers must be indicated on bill or other communication from VENDOR, of lading. Packing slips must show notwithstanding the COUNTY'S acceptance Purchase Order number and must be or payment for any delivery of goods and /or included on each package of less than services, or any similar act by VENDOR. container load (LCL) shipments and /or with each car load of equipment. The 3. Inspection COUNTY reserves the right to refuse or All goods and /or services delivered return any shipment or equipment at hereunder shall be received subject to the VENDOR'S expense that is not marked COUNTY'S inspection and approval and with Purchase Order numbers. payment therefore shall not constitute VENDOR agrees to declare to the acceptance. All payments are subject to carrier the value of any shipment made adjustment for shortage or rejection. All under this Purchase Order and the full defective or nonconforming goods will be invoice value of such shipment. returned pursuant to VENDOR'S instruction d) All invoices must contain the Purchase at VENDOR'S expense. Order number and any other specific information as identified on the To the extent that a purchase order requires Purchase Order. Discounts of prompt a series of performances by VENDOR, the payment will be computed from the date COUNTY prospectively reserves the right to of receipt of goods or from date of cancel the entire remainder of the Purchase receipt of invoices, whichever is later. Order if goods and /or services provided Payment will be made upon receipt of a early in the term of the Purchase Order are proper invoice and in compliance with non - conforming or otherwise rejected by the Chapter 218, Fla. Stats., otherwise COUNTY. known as the "Local Government 4. Shipping and Invoices Prompt Payment Act," and, pursuant to a) All goods are FOB destination and must the Board of County Commissioners be suitably packed and prepared to Purchasing Policy. secure the lowest transportation rates 13 -6083 Airport Management Consultant RFP_Non_CCNATemplate_0101 /2013 19 Packet Page -635- 5. Time Is Of the Essence 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 insist upon further compliance with all specifications. 6. Changes 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. 7. Warranties 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. 8. Statutory Conformity Goods and services provided pursuant to this Purchase Order, and their production 5/14/2013 14.A.1. 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. 9. Advertising 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. 10. Indemnification VENDOR shall 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. 11. Warranty of Non - Infringement 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, trademark, copyright or trade secret; and c) do not constitute unfair competition. 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 Order are inconsistent with VENDOR'S representations and warranties in section 11 (a). 13 -6083 Airport Management Consultant RFP_Non_CCNATemplate_0101 /2013 20 Packet Page -636- 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). 12. Insurance Requirements 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. 13. Compliance with Laws 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 regarded by the COUNTY as a material and substantial breach of the contract arising from this Purchase Order. 14. Force Majeure Neither the COUNTY nor VENDOR shall be responsible for any delay or failure in performance resulting from any cause 5/14/2013 14.A.1. 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. 15. Assignment 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. Taxes Goods and services procured subject to this Purchase Order are exempt from Florida sales and use 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. 17. Annual Appropriations The COUNTY'S performance and obligation to pay under this Purchase Order shall be contingent upon an annual appropriation of funds. 18. Termination 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. 19. General 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 13 -6083 Airport Management Consultant RFP_Non_CCNATemplate_0101 /2013 21 Packet Page -637- 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. 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 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. d) The Vendor agrees to reimbursement of any travel expenses that may be 5/14/2013 14.A.1. 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. 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. 13 -6083 Airport Management Consultant RFP_Non_CCNATemplate_0101 /2013 22 Packet Page -638- 5/14/2013 14.A.1. Exhibit IV: Additional Terms and Conditions for RFP 1. Insurance Requirements The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in the Insurance and Bonding attachment of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County's separate Vendors, Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining, its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County." The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. Collier County Board of County Commissioners shall be named as the Certificate Holder. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. The "Certificate Holder' should read as follows: Collier County Board of County Commissioners Naples, Florida The amounts and types of insurance coverage shall conform to the minimum requirements set forth in the Insurance and Bonding attachment, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self- insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self- insured retentions or deductibles will be Vendor's sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Vendor and /or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non - renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty -four (24) hours after receipt, of any notices of expiration, cancellation, non - renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide 13 -6083 Airport Management Consultant RFP_Non_CCNATemplate_0101 /2013 23 Packet Page -639- 5/14/2013 14.A.1. 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. Should at any time the Vendor not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Vendor for such coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 2. Offer Extended to Other Governmental Entities Collier County encourages and agrees to the successful vendor extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful vendor. 3. Additional Items and /or Services Additional items and / or services may be added to the resultant contract, or purchase order, in compliance with the Purchasing Policy. 4. Use of Subcontractors Bidders on any service related project, including construction, must be qualified and directly responsible for 51 % or more of the solicitation amount for said work. 5. 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. 6. Additional Terms and Conditions of Contract Collier County has developed standard contracts /agreements, approved by the Board of County Commissioners (BCC). The selected Vendor shall be required to sign a standard Collier County contract within twenty one (21) days of Notice of Selection for Award. 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. 13 -6083 Airport Management Consultant RFP_Non_CCNATemplate_0101 /2013 24 Packet Page -640- 5/14/2013 14.A.1. 7. Payment Method Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor's invoices must include: • Purchase Order Number • Description and quantities of the goods or services provided per instructions on the County's purchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk's Finance Department ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 Naples FL 34112 Or emailed to: bccapclerk(a)collierclerk.com. Collier County, in its sole discretion, will determine the method of payment for goods and /or services as part of this agreement. Payment methods include: • Traditional — payment by check, wire transfer or other cash equivalent. • Standard — payment by purchasing card. Collier County's Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. The County may not accept any additional surcharges (credit card transaction fees) as a result of using the County's credit card for transactions relating to this solicitation. The County will entertain bids clearly stating pricing for standard payment methods. An additional separate discounted price for traditional payments may be provided at the initial bid submittal if it is clearly marked as an "Additional Cash Discount." Upon execution of the Contract and completion of each month's work, payment requests may be submitted to the Project Manager on a monthly basis by the Contractor for services rendered for that prior month. Services beyond sixty (60) days from current monthly invoice will not be considered for payment without prior approval from the Project manager. All invoices should be submitted within the fiscal year the work was performed. (County's fiscal year is October 1 - September 30.) Invoices submitted after the close of the fiscal year will not be accepted (or processed for payment) unless specifically authorized by the Project Manager. Payments will be made for articles and /or services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non - payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off -set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. 13 -6083 Airport Management Consultant RF P_Non_CCNATemplate_0101 /2013 25 Packet Page -641- 5/14/2013 14.A.1. Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218 Florida Statutes, otherwise known as the "Local Government Prompt Payment Act." Collier County reserves the right to withhold and /or reduce an appropriate amount of any payment for work not performed or for unsatisfactory performance of Contractual requirements. 8. Environmental Health and Safety All Vendors and Sub vendors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Vendors and Sub vendors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. All firewall penetrations must be protected in order to meet Fire Codes. Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and /or right -of -way for the purpose of inspection of any Vendor's work operations. This provision is non - negotiable by any department and /or Vendor. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 9. Licenses The Vendor is required to possess the correct Business Tax Receipt, professional license, and any other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of the required licenses must be submitted with the proposal response indicating that the entity proposing, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the contract documents. Failure on the part of any Vendor to submit the required documentation may be grounds to deem Vendor non - responsive. A Vendor, with an office within Collier County is also required to have an occupational license. All State Certified contractors who may need to pull Collier County permits or call in inspections must complete a Collier County Contractor License registration form and submit the required fee. After registering the license /registration will need to be renewed thereafter to remain "active" in Collier County. If you have questions regarding professional licenses contact the Contractor Licensing, 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. 10. Principals /Collusion By submission of this Proposal the undersigned, as Vendor, does declare that the only person or persons interested in this Proposal as principal or principals is /are named therein and that no person 13 -6083 Airport Management Consultant RFP_Non_CCNATemplate_0101 /2013 26 Packet Page -642- 5/14/2013 14.A.1. other than therein mentioned has any interest in this Proposal or in the contract to be entered into; that this Proposal is made without connection with any person, company or parties making a Proposal, and that it is in all respects fair and in good faith without collusion or fraud. 11. Relation of County It is the intent of the parties hereto that the Vendor shall be legally considered an independent Vendor, and that neither the Vendor nor their employees shall, under any circumstances, be considered employees or agents of the County, and that the County shall be at no time legally responsible for any negligence on the part of said Vendor, their employees or agents, resulting in either bodily or personal injury or property damage to any individual, firm, or corporation. 12. Termination Should the Vendor be found to have failed to perform his 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. 13. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied, either individually or collectively about a project for which a firm has submitted a Proposal. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the process, from Proposal closing to final Board approval, no firm or their agent shall contact any other employee of Collier County in reference to this Proposal, with the exception of the Purchasing Director or his designee(s). Failure to abide by this provision may serve as grounds for disqualification for award of this contract to the firm. 14. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.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) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. 15. Single Proposal Each Vendor must submit, with their proposal, the required forms included in this RFP. Only one proposal from a legal entity as a primary will be considered. A legal entity that submits a proposal as a primary or as part of a partnership or joint venture submitting as primary may not then act as a sub - consultant to any other firm submitting under the same RFP. If a legal entity is not submitting as a primary or as part of a partnership or joint venture as a primary, that legal entity may act as a sub - consultant to any other firm or firms submitting under the same RFP. All submittals in violation of this requirement will be deemed non - responsive and rejected from further consideration. 13 -6083 Airport Management Consultant RFP_Non_CCNATemplate_0101 /2013 0A Packet Page -643- 5/14/2013 14.A.1. 16. Survivability Bids (ITBs /RFPs): The Consultant/Contractor /Vendor agrees that any Work Order /Purchase Order that extends beyond the expiration date of Solicitation 13 -6083 Airport Management Consultant 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. 17. Protest Procedures Any actual or prospective Vendor to a Request for Proposal, who is aggrieved with respect to the former, shall file a written protest with the Purchasing Director prior to the due date for acceptance of proposals. All such protests must be filed with the Purchasing Director no later than 11:00 a.m. Collier County time on the final published date for the acceptance of the Request for Proposals. The Board of County Commissioners will make award of contract in public session. Award recommendations will be posted outside the offices of the Purchasing Department on Wednesdays and Thursdays. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Purchasing Director within two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Purchasing Director. 18. Public Entity Crime A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. 19. Security and Background Checks If required, Vendor / Contractor / Proposer shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department, and drug testing 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. 20. Conflict of Interest Vendor shall complete the Conflict of Interest Affidavit included as an attachment to this RFP document. Disclosure of any potential or actual conflict of interest is subject to County staff review 13 -6083 Airport Management Consultant RFP_Non_CCNATemplate_0101 /2013 28 Packet Page -644- 5/14/2013 14.A.1. 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. 21. Prohibition of Gifts to County Employees No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, the current Collier County Ethics Ordinance and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and /or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and /or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and /or quotes; and, c. immediate termination of any contract held by the individual and /or firm for cause. 22. Immigration Affidavit Certification Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E- Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet - based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Vendors / Bidders are required to enroll in the E- Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's /bidder's proposal. Acceptable evidence consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E- Verify Memorandum of Understanding for the company. Vendors are also required to provide the Collier County Purchasing Department 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 both the acceptable E- Verify evidence and the executed affidavit the bidder's / vendor's proposal may be deemed non - responsive. Additionally, vendors shall require all subcontracted vendors to use the E- Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E- Verify) program visit the following website: http: / /www.dhs.gov /E- Verify. It shall be the vendor's responsibility to familiarize themselves with all rules and regulations governing this program. Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award 13 -6083 Airport Management Consultant RF P_Non_CCNATemplate_0101 /2013 29 Packet Page -645- 5/14/2013 14.A.1. agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 23. Collier County Local Preference Policy Collier County provides an incentive to local business to enhance the opportunities of local businesses in the award of County contracts. In the evaluation of proposals, the County rewards Vendors for being a local business by granting a ten (10) points incentive in the evaluation criterion points. A "local business" is defined as a business that has a valid occupational license issued by either Collier or Lee County for a minimum of one (1) year prior to a Collier County bid or proposal submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well -being of either Collier or Lee County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. The vendor must complete and submit with their proposal response the Affidavit for Claiming Status as a Local Business which is included as part of this solicitation. Failure on the part of a vendor to submit this Affidavit with their proposal response will preclude said Vendor from being considered for local preference under this solicitation. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year. 13 -6083 Airport Management Consultant RFP_Non_CCNATemplate_0101 /2013 30 Packet Page -646- 5/14/2013 14.A.1. Attachment 1: Vendor's Non - Response Statement The sole intent of the Collier County Purchasing Department is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons for prospective Vendors not wishing to respond to this solicitation. If your firm is not responding to this RFP, please indicate the reason(s) by checking the item(s) listed below and return this form via email or fax, noted on the cover page, or mail to Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. We are not responding to Solicitation 13 -6083 Airport Management Consultant for the following reason(s): ❑ Services requested not available through our company. ❑ Our firm could not meet specifications /scope of work. ❑ Specifications /scope of work not clearly understood or applicable (too vague, rigid, etc.) ❑ Project is too small. ❑ Insufficient time allowed for preparation of response. ❑ Incorrect address used. Please correct mailing address: ❑ Other reason(s Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Packet Page -647- Date 13 -6083 Airport Management Consultant RFP_Non_CC NATem p late_0101 /2013 a 5/14/2013 14.A.1. +oter +Co�y AdmisMm Services Division Purchasing Attachment 2: Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Vendor should check off each of the following items as the necessary action is completed: ❑ The Proposal has been signed. ❑ All applicable forms have been signed and included, along with licenses to complete the requirements of the project. ❑ Any addenda have been signed and included. ❑ The mailing envelope has been addressed to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Joanne Markiewicz, Interim Purchasing Director ❑ The mailing envelope must be sealed and marked with Solicitation 13 -6083 Airport Management Consultant and 4/24/13, 12 Noon, Naples Local Time. ❑ The Proposal will be mailed or delivered in time to be received no later than the specified due date and time. (Otherwise Proposal cannot be considered.) ALL COURIER - DELIVERED PROPOSALS MUST HAVE THE RFP NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. Name of Firm: Address: City, State, Zip: Telephone: Email Representative Signature: Representative Name: Date 13 -6083 Airport Management Consultant RFP_Non_CCNATemplate_0101 /2013 32 Packet Page -648- 5/14/2013 14.A.1. ie'r ccmmu Addminis# Seivices Diuisio Purchasing Attachment 3: Conflict of Interest Affidavit By the signature below, the firm (employees, officers and /or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the proposed work; and bear on whether the firm (employees, officers and /or agents) has a possible conflict have been fully disclosed. Additionally, the firm (employees, officers and /or agents) agrees to immediately notify in writing the Purchasing /General Services Director, or designee, if any actual or potential conflict of interest arises during the contract and /or project duration. Firm: Signature and Date: Print Name Title of Signatory State of County of SUBSCRIBED AND SWORN to before me this 20 , by identification Notary Public My Commission Expires day of , who is personally known to me to be the for the Firm, OR who produced the following Packet Page -649- 13 -6083 Airport Management Consultant RFP_Non_CCNATemplate_0101 /2013 33 5/14/2013 14.A.1. Co per County Administratiue Servio m Wsion Purchasing Attachment 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: Solicitation: 13 -6083 Airport Management Consulting Dear Commissioners: The undersigned, as Vendor declares that this proposal is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor agrees, if this proposal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the proposal pertains. The Vendor states that the proposal is based upon the proposal documents listed by Solicitation: 13 -6083 Airport Management. (Proposal Continued on Next Page) 13 -6083 Airport Management Consultant RFP_Non_CCNATem plate_0101 /2013 34 Packet Page -650- 5/14/2013 14.A.1. PROPOSAL CONTINUED IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of 20 in the County of in the State of Firm's Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number: Federal Tax Identification Number CCR # or CAGE Code Telephone: FAX: Signature by: (Typed and written) Title: Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State, ZIP Telephone: FAX: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email 13 -6083 Airport Management Consultant RFP_Non_CCNATemplate_0101 /2013 35 Packet Page -651- 5/14/2013 14.A.1. C,An-r• cry Admbistrettve Serikm Division Purchasing Attachment 5: Affidavit for Claiming Status as a Local Business Solicitation: 13 -6083 Airport Management Consulting (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business ❑ Collier County ❑ Lee County Vendor affirms that it is a local business as defined by the Purchasing Policy of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XI of the Collier County Purchasing Policy; A "local business" is defined as a business that has a valid occupational license issued by either Collier or Lee County for a minimum of one (1) year prior to a Collier County bid or proposal submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well -being of either Collier or Lee County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. Vendor must complete the following information: Year Business Established in ❑Collier County or ❑ Lee County: Number of Employees (Including Owner(s) or Corporate Officers): Number of Employees Living in ❑ Collier County or ❑ Lee (Including Owner(s) or Corporate Officers): If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor's submission being deemed not applicable. Vendor Name: Date: Collier or Lee County Address: Signature: STATE OF FLORIDA ❑ COLLIER COUNTY ❑ LEE COUNTY Title: Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this Day of 120. Notary Public My Commission Expires: (AFFIX OFFICIAL SEAL) Packet Page -652- 13 -6083 Airport Management Consultant RFP_Non_CCNATemplate_0101 /2013 36 5/14/2013 14.A.1. Coffer City Administm" services WSW rurrhawng Attachment 6: Immigration Affidavit Certification Solicitation: 13 -6083 Airport Management Consulting This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (RFP) submittals. Further, Vendors / Bidders are required to enroll in the E- Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's /bidder's proposal. Acceptable evidence consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E- Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E- Verify program, may deem the Vendor/ Bidder's proposal as non - responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ( "INA "). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E- Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E- Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's / Bidder's proposal. Company Name Print Name Signature State of County of Title Date The foregoing instrument was signed and acknowledged before me this day of 20_, by who has produced (Print or Type Name) (Type of Identification and Number) Notary Public Signature Printed Name of Notary Public Notary Commission Number /Expiration as identification. The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. 13 -6083 Airport Management Consultant RF P_Non_CCNATemplate_010112013 [01r] Packet Page -653- 5/14/2013 14.A.1. 0& county Admir�s�tiue setvioes otvis�n Purchawng Attachment 7: Vendor Substitute W — 9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name (as shown on income tax return) Business Name (if different from taxpayer name) Address State Telephone Order Information Address City State FAX Email FAX Zip 2. Company Status (check only one) City Zip Email Remit / Payment Information Address City State FAX Email Zip _Individual / Sole Proprietor _Corporation _Partnership _Tax Exempt (Federal income tax - exempt entity _ Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c) 3) Enter the tax classification D = Disregarded Entity, C = Corporation, P = Partnership) 3. Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) (Vendors who do not have a TIN, will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature Date Title Phone Number 13 -6083 Airport Management Consultant RFP_Non_CCNATemplate_0101 /2013 38 Packet Page -654- 5/14/2013 14.A.1. DIM I Attachment 8: Insurance and Bonding Requirements Insurance ( Bond Type Required Limits 1. ® Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability 3. ® Commercial General Liability (Occurrence Form) patterned after the current ISO form $500,000 single limit per occurrence Bodily Injury and Property Damage $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor /Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ContractorNendor /Consultant or anyone employed or utilized by the ContractorNendor /Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 4. ® Automobile Liability $ 500,000 Each Occurrence; Bodily Injury & Property Damage, Owned /Non- owned /Hired; Automobile Included 5. ❑ Other insurance as ❑ Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. ❑ Pollution $ Per Occurrence Per Occurrence ® Professional Liability $ 1,000,000 Per Occurrence • $ 500,000 each claim and in the aggregate • $1,000,000 each claim and in the aggregate • $2,000,000 each claim and in the aggregate Packet Page -655- ■ :... . 7. ❑ Performance and Payment Bonds 5/14/2013 14.A.1. ❑ Valuable Papers Insurance $ Per Occurrence Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A -" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 11. ® Thirty (30) Days Cancellation Notice required. Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm Vendor Signature Print Name Insurance Agency Agent Name Packet Page -656- Date Telephone Number 13 -6083 Airport Management Consultant RFP_Non_CCNATemplate_0101 /2013 40 (" 0 c U Y C C o m v _ d e� m C Cn LL �fr Vc r.r C C N C C U r C 0 E a) R C M Co O t M Q. a_ L.L� � F= d N t 0 a) CL O U N a) m a) O. E O U O N N N Q) L 0 Cu L E N N (D O 0 a� C Q) N N Q m m C .N N U Q Packet Page -657- 5/14/2013 14.A.1. 0 a� on a. 5/14/2013 14.A.1. County Attendance Sheet Selection Committee Meeting AdniNslraWe Semces l MSK)n Collier County Department Sign -in Purchasing Date: 5/1/13; 2PM RFP: 13-60 Management Consultant Name.' Department G /Acq u istions/Tech Formsa ndLetters /Se lectio nComm itteeMeetingSigninSheet Revised: 4112110 Packet Page -658- r , Q s k �'. r :D /O L I 13 -6083 irp rt -Mar age ent Con tans Collier County Board off co Submitted on April 111, 2013 3[ P 's� F __ f I, 5 "412013 14.A.1. Solution -Based Airport Consulting f .11'4 JJU1'4 onsulting, Inc. Table of Contents 1. Management Summary and Project Understanding ............................................... ............................... l 1.1 Project Understanding Overview .................................................................... ..............................2 2. Firm's Experience .................................................................................................. ............................... 3 2.1 Recent Project Experience .............................................................................. ..............................4 3. Firm's Fiscal Stability ............................................................................................ .............................10 4. Costs ....................................................................................................................... .............................11 4.1 Key Personnel ................................................................................................ .............................12 5. Schedule ............................................................................................................... ............................... 31 5.1 Milestone Schedule ........................................................................................ .............................31 6. References ............................................................................................................ ............................... 32 7. Local Vendor Preference and Other Information ................................................... .............................33 Collier County 13 -6083 Airport Management Consultant April 24, 2013 Packet Page -660- Page I i UNISON Consulting, Inc. Solution -Bused Airport Consulting April 24, 2013 Ms. Joanne Markiewicz Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Ms. Markiewicz, Chicago, Illinois Orange County, California St. Louis, Missouri 5/14/2013 14.A.1. 4C -- — - - - Chicago, Illinois 60654 p. (312) 988 -3360 f. (312) 988 -3370 Unison Consulting, Inc. (Unison) is very pleased to submit this proposal to provide Collier County Board of Commissioners (Board) with management consulting services for the Collier County Airport Authority (Authority). As you will see in the attached proposal, the Unison team, comprised of Unison and its subcontractor, Loop Capital is well qualified and meets the minimum qualifications to achieve the Board's goals. The Unison team provides the following service offerings that will meet the requirements of this RFP: Airport Organizational Studies, Financial Feasibility Studies in support of Bond Financings, Airport Benchmarking Studies, Airport Governance Studies, P3 advisory services; underwriting, sales and trading of municipal debt for public infrastructure; underwriting, sales and trading of corporate debt/equity for private sector infrastructure financings. As a full- service financial consulting firm, Unison's professionals have more than 150 years of combined staff experience in assisting more than 100 airports since 1989 with a comprehensive portfolio of financial and retail consulting solutions. Unison has attracted respected, experienced industry experts to serve our airport clients. We believe that we bring a valuable perspective to client engagements that incorporate a realistic view of industry challenges and solutions that have been implemented to deliver positive results. If selected for this engagement, Unison will provide a project management team with over 80 years of combined experience in aviation consulting and deliver optimal results for the Board. Loop Capital is a national, full- service investment bank, brokerage and investment management firm headquartered in Chicago that provides creative capital solutions for governmental, institutional, and corporate entities. The firm has structured, marketed and financed some of the most innovative, dynamic and challenging municipal and corporate bond transactions in the country. The Unison team is committed to identify workable solutions to achieve the Board's goals related to this engagement by providing the following benefits: 1. Senior -level professionals with a more than 150 years of combined staff experience 2. Innovative solutions in airport consulting when the traditional approach was not feasible 3. Value -based fee structure that allows the Airport to take advantage of our team's high -level of expertise, local presence and innovative solutions at reasonable rates. Thank you for your consideration. If you have any questions or need additional information, please contact me. Sincerely, UNISON CONSULTING, INC. Anthony Q. Drake, Executive Vice President Page 11 Packet Page -661- 5/14/2013 14.A.1. Solution-Based Airport Consulting f j N I Sa N nsulting, Inc. 1.1 Project Understanding Overview The Unison team will first meet with the Board and Authority senior management to gain an understanding of the Authority's operations and goals and objectives. We will conduct an inventory of facility utilization to determine the role each airport plays in the community. This will form the basis for the goals that we will develop for our work. We will tailor our work tasks to provide the Board with a comprehensive business plan and recommendations to meet the Authority's needs. The Unison team will draw upon our extensive experience to evaluate key management, organizational, and financial aspects of the Authority. We will also use our knowledge of industry "best practices" to identify potential opportunities for the Authority. During the engagement, the Unison team will survey airports of similar size, to update our knowledge of industry "best practices ", and to evaluate the applicability of those practices to the Authority's airports. We will also evaluate the financial and operational implications of the various options available to the Authority to continue to operate its airports, compared to the options to sell of one or more of its airports. This analysis will incorporate consideration of the investments that would be required to keep the airports and the estimated return on investment that might be realized by the Authority. We will also evaluate the financial and operational implications of potential management structure changes. We will develop potential organizational charts for each type of management structure, and develop cost estimates of the implementation of each type of structure. After completing the evaluations and analyses described above, the Unison team will develop recommendations for the Board's consideration. These recommendations will include an analysis of the airports debt structure to identify ways to reduce existing debt. In developing our recommendations, we will take into account how the airports support each other historical to meet the Authority's objectives and how each decision will impact the historical operations of the airports. The recommended options will be those options that are anticipated to best assist the Authority in achieving its management, financial, and operational goals. We will prepare a decision - making matrix to assist the Authority in determining the best solution from a financial, operational and community perspective. The recommendations will describe the anticipated management, financial, and operational implications of each recommended option. For each option, we will identify the FAA criteria or regulations that may impact that decision such as potential repayment of prior AIP investments. Our final deliverable will include a written report that includes an analysis and process for analysis and detailed discussion of each recommendation with pro and cost for each option. In addition, we will prepare a PowerPoint to clearly communicate our final recommendations. Collier County 13 -6083 Airport Management Consultant April 24, 2013 Packet Page -662- Page 12 Solution-Based Airport Consulting 2. Firm's Experience 5/141201314A1, UNISON Consulting, Inc. Unison is a full- service financial aviation consulting firm founded in 1989. Our expertise and commitment to delivering superior service to our clients is recognized and respected throughout the aviation industry. Unison principals and staff have provided consulting services to more than 100 airports — helping clients achieve their goals by implementing creative solutions to capital program funding, preparing financial feasibility reports to support highly -rated bond issues, providing PFC program planning and implementation services, providing winning strategies for lease negotiations, and developing concessions solutions that maximize non- airline revenues while increasing customer satisfaction. The information provided in the table below is consistent with the request in the RFP to ensure consistent scoring of proposal demonstrating Unison's experience. Index Experience Information Response 1. Indicate the number of years the proposer has been in business. 24 (number of years) 2. Indicate the number of completed airport review studies that the firm has provided for private agencies 0 similar to this scope of work in the past five (5) years (number of completed studies) (1/1/2008 — 12/31/2012). 3. Indicate the number of completed airport review studies that the firm has provided for 4 public /governmental agencies similar to this scope of (number of completed studies) work in the past five (5) years (1/1/2008 — 12/31/2012). 4. Based on the response from Index #2 above, Indicate the number of private agencies who have "adopted 0 airport recommendations in the past five (5) years (number of agencies adopting the (1/1/2008 — 12/31/2012) recommendations) 5. Based on the response from Index #3 above, Indicate the number of public /governmental agencies who 4 have "adopted airport recommendations in the past (number of agencies adopting the five (5) years (1/l/2008 — 12/31/2012) recommendations) TOTAL Add items 1— 5 to determine the proposer's 32 Experience. TOTAL Collier County 13 -6083 Airport Management Consultant April 24, 2013 Packet Page -663- Page 13 5114/2013 14.A.1, Solution -Based Airport Consulting UNISON Consuiting, Inc. 2.1 Recent Project Experience Unison has provided airport consulting services similar to those listed in the RFP scope of services for airports of all sizes. The following recent project experiences demonstrate the firm's experience and qualifications to provide similar services to the Collier County. Birmingham - Shuttlesworth International BIRMINGHAM- SHUTTUSGVORTH Airport INTERNATIONAL AIRPORT Services Provided Strategic Financial Planning, including Rates and Charges Analysis and Airline Lease Negotiations Unison was involved in the financial planning for the BHM Terminal Improvement Program (TIP) from the early stages of the project. Unison identified all potential capital program funding sources and developed a funding plan, which included AIP funds; PFCs (with some PFCs applied on a Pay -As -You Go basis and some PFCs pledged to the payment of revenue bond debt service); FAA VALE grants; TSA funds; Airport discretionary cash; and revenue bond proceeds. Integral to the process was Unison's rates and charges analysis, which evaluated alternate rate making methodologies and enabled BHM to select a new methodology to increase airline revenues and thereby enhance the Airport's ability to generate sufficient discretionary cash flow to fund the TIP. Unison assisted BHM management in negotiating a new airline use and lease agreement that incorporated the selected airline rates and charges methodology. As a result of the successful lease negotiation process, Southwest Airlines, the airline with the highest market share at BHM, publicly confirmed its support for the TIP and associated funding plan. Representatives of Southwest Airlines participated in the rating agency presentations for the airport revenue bonds issued in December 2010 (see below for a description of that project), to reiterate Southwest's support for the TIP. Financial Feasibility Report Unison prepared the financial feasibility report in support of a $151.7 million issuance to fund a portion of the TIP capital costs. The financial feasibility report included: an assessment of the economic factors related to the air service area; an air traffic demand forecast; a description of the capital program and the related funding plan; the financial model that Unison used to prepare a financial analysis, including projections of key financial variables. Unison also prepared materials for, and participated in, the rating agency presentations. Unison's financial feasibility report was included as an appendix in the bond Official Statement. Collier County 13 -6083 Airport Management Consultant April 24, 2013 Packet Page -664- Page 14 Solution -Based Airport Consulting Services Provided 51141201314A1, UNISON Consulting, Inc. Glacier Park International Airport (Montana) Unison performed a financial analysis of the Glacier Park International Airport Master Plan and prepared a funding plan for the estimated capital costs. The analysis considered alternate airline rates and charges methodologies and the projected impact of the alternate methodologies on the Airport's financial operations. Unison prepared financial projections reflecting the Master Plan funding program, under the existing rates and charges model, and under the recommended alternate methodology. The funding plan developed by Unison for the Master Plan capital costs considered the eligibility of capital costs for Federal AIP grants (entitlement and discretionary) and Passenger Facility Charges (PFCs). The Airport's cash flow was projected under the existing and recommended alternate rates and charges methodology, to estimate the amount of the remaining capital costs that could be funded from Airport discretionary cash. The capital costs that could not be funded with AIP funds PFCs, or discretionary cash flow were assumed to be funded through bond financing. Unison estimated the Airport debt capacity to ensure that the Airport would be able to afford the resulting level of debt. Unison also prepared projections of airline cost per enplanement and debt service coverage, to assess the financial feasibility of the capital funding plan. Centennial Airport (Colorado) Services Provided Unison performed a financial analysis of the Centennial Airport Master Plan and prepared a funding plan for the estimated capital costs. Unison evaluated the Airport's lease structure and the terms of the existing tenant leases. We identified lease provisions that could be modified to benefit the Airport's financial operations. Unison also identified potential new sources of lease revenue. The financial projections prepared by Unison reflected the Master Plan funding program, under the existing tenant lease structure, and under a recommended alternate structure. The funding plan developed by Unison for the Master Plan capital costs considered the eligibility of capital costs for Federal AIP grants (entitlement and discretionary) and Passenger Facility Charges (PFCs). The Airport's cash flow was projected, to estimate the amount of the remaining capital costs that could be funded from Airport discretionary cash. The capital costs that could not be funded with AIP funds PFCs, or discretionary cash flow were assumed to be funded through bond financing. Unison estimated the Airport debt capacity to ensure that the Airport would be able to afford the resulting level of debt. Collier County 13 -6083 Airport Management Consultant April 24, 2013 Packet Page -665- Page 15 Solution -Based Airport Consulting 5114/2013 14.A.1. UNISON Consulting, Inc. L_CVE JO FIELD Dallas Love Field Services Provided Unison Consulting, Inc. (Unison) has provided various financial consulting services to Dallas Love Field (DAL) during the past three years, as briefly described below. Financial Modeling and Analysis Unison developed a comprehensive financial model to simulate the financial operations of DAL. The model was used by Unison to analyze historical O &M expenses, nonairline revenues, and airline revenues, and to prepare projections of key financial information, including O &M expenses, nonairline revenues, airline revenues, debt service requirements, debt service coverage, cash flow, airline cost per enplanement, and reserve balances. Unison prepared analyses to assist DAL management in formulating the funding plan for the capital program. The model was designed with the flexibility to allow sensitivity analyses, or "what -if' scenarios to evaluate alternate enplanement growth scenarios, capital cost estimates, and cost phasing. Financial Feasibility Study Unison prepared a financial feasibility study in support of the special facility revenue bonds issued in January 2010 to fund a portion of the cost of the Love Field Modernization Program (LFMP). The final report included a description of the LFMP and DAL's short-term CIP, an analysis of the local economic and demographic trends supporting air service demand at DAL, an analysis of recent air traffic demand at DAL and a forecast of future air traffic demand, and a financial analysis, including projections of key financial variables. The air traffic demand forecast reflected the anticipated effects of the removal of the Wright Amendment restrictions. Letter of Intent (LOI) Application In support of the funding plan for the LFMP, Unison prepared an application on behalf of DAL to secure an LOI grant to fund eligible costs included in the LFMP. The application process resulted in an award of a $56.3 million LOI from the FAA. In the LOI application, DAL sought a significant, multi -year commitment of grant funding from the FAA the Apron and Fuel System projects of the LFMP. The LFMP was integral to a compromise, as set forth in the Five Party Agreement and the Wright Amendment Reform Act that will open DAL to new markets and expanded flight operations, effectively increasing DAL's operating capacity. The LOI application reviewed the current facilities and conditions, including a discussion of the capacity constraints at DAL. The application presented the air traffic forecast, and a discussion of the anticipated benefits of the proposed capital improvements (the "project ") The capacity benefits of the project were described in detail, anticipated to result from the elimination of the Wright Amendment restrictions. The application also presented the proposed implementation schedule of the project. Continued 071 the follolti�ingPnge Collier County 13 -6083 Airport Management Consultant April 24, 2013 Packet Page -666- Page 16 Solution -Based Airport Consulting 5/14/2013 14.A.1. UNISON Consulting, Inc. The LOI application included a Benefit -Cost Analysis (BCA), which Unison prepared in accordance with the FAA guidance, comparing project benefits and costs using the criteria of Net Present Value (NPV) and Benefit/Cost (B /C) Ratio. The elimination of the Wright Amendment restrictions effectively increases the operating capacity of DAL by allowing expanded and more efficient air service. The BCA presented the project costs and benefits under a baseline case and under an alternative case. Also included in the LOI application was a financial analysis of the LFMP and the short-term CIP. The financial analysis incorporated a comprehensive funding plan for the LFMP and CIP, with descriptions and projections of the planned funding sources. The financial analysis also presented projections of key financial variables, and an assessment of the effect of the requested LOI on the financial feasibility of the LFMP. A sensitivity analysis was presented, which contemplated alternate levels of LOI funding and the resulting effects on the key financial variables and the financial feasibility of the LFMP. Benefit -Cost Analysis of Taxiway M Extension Unison prepared a BCA study to support a request for AIP discretionary grant funding for the extension of Taxiway M. The BCA evaluated the project costs and benefits over the project's economic life. Benefits consist of passenger and airline savings due to reduction in aircraft delay from more efficient aircraft flow. GaryChicago International Airport Services Provided Gary- Chicago International Airport As a subconsultant to Landrum and Brown, Unison assisted in developing a strategic business plan for the Gary- Chicago International Airport (GYY). GYY has a unique governance structure. The Gary/Chicago International Airport Authority is responsible for day -to -day operation of the airport and initial identification of capital development needs. The Chicago -Gary Regional Airport Authority has authority to review and approve capital development at GYY, as well as at Chicago O'Hare International Airport and Chicago Midway Airport. The Chicago -Gary Regional Airport Authority also provides financial support to GYY, including providing PFC revenue generated at O'Hare for eligible projects at GYY. For this project, Unison evaluated alternative governance structures that might encourage greater regional support for GYY, including additional regional financial assistance. Unison reviewed federal, state, and local legal requirements for implementing alternative governance structures. At the federal level, Unison focused on assuring that any change in governance did not adversely affect GYY's eligibility for Airport Improvement Program (AIP) funds. Unison also evaluated how any changes to GYY's governance or to its business model might affect its relationships under the Chicago -Gary Regional Airport Authority and its continued access to financial assistance from the Chicago airports. Finally, Unison conducted a financial analysis to determine GYY's capacity to meet current and anticipated operating and capital expenses and to quantify any additional funding that would be needed to meet those expenses. Collier County 13 -6083 Airport Management Consultant April 24, 2013 Packet Page -667- Page 17 Solution -Based Airport Consulting A01=111111k Indianapolis Airport Authority Services Provided 5/14/201314,A,1, UNISON Consulting, Inc. Indianapolis Airport Authority As a subconsultant to Landrum and Brown, Unison assisted in evaluating options for maximizing Indianapolis Airport Authority (IAA) revenue through the reuse or sale of airport property at Indianapolis International Airport and five general aviation reliever airports. For the reliever airports options included both the sale or lease of portions of the airport property for airport compatible use and the closure and redevelopment of the airport for alternative uses. Unison focused on identifying federal requirements and restrictions applicable to the IAA airports as a result of federal assistance the airports received. In addition, Unison identified those individual parcels whose sale or lease would trigger a requirement to reimburse the FAA; estimated the value of the reimbursement requirement; and estimated the potential reduction in net proceeds from sale or lease of those parcels due to the reimbursement requirement. I1 WILMINGTON Wilmington Air Park AIR PARK g Services Provided As a subconsultant to Jones Lang LaSalle, Unison assisted in developing a strategic reuse plan for the Wilmington Air Park (Air Park) — the former site of DHL's primary domestic package sort facility. The Air Park was owned by DHL. Following the decision to withdraw from the domestic package delivery business, DHL donated the Air Park to the Clinton County Port Authority (CCPA) with the understanding that the facility would continue to operate as an airport. The Air Park is not currently included in the FAA's National Plan of Integrated Airport Systems (NPIAS). This omission renders the Air Park ineligible for AIP funding. Unison reviewed state and local law to determine the scope of the CCPA's legal powers to engage in various commercial activities in its own name and to sell or lease airport property. Unison also reviewed the relevant transfer documents to identify any provisions that might affect the net return the CCPA. Finally, Unison evaluated the possibility of consolidating the Air Park with one or more AIP- eligible airports in the southwestern Ohio area to enable the Air Park to qualify for AIP funds. A successful consolidation would probably involve the closure of the AIP eligible airport to transfer eligibility to the Air Park. Therefore, Unison's review included the subject of the closure and disposal of an AIP- obligated airport. Collier County 13 -6083 Airport Management Consultant April 24, 2013 Packet Page -668- Page 18 Solution-Based Airport Consulting 0 KANSAS CITY T. AVIATION DEPARTMENT Services Provided 5/14/2013 14.A.1, UNISON Consulting, Inc. Kansas City Aviation Department Unison performed a review of alternative governance structures for the Kansas City Aviation Department (KCAD), which operates the Kansas City International Airport and Charles G Wheeler Downtown Airport, a general aviation reliever airport. For this engagement, Unison reviewed alternative organizational structures for the KCAD, which is currently a department of the city government of Kansas City. In addition, Unison reviewed alternative approaches to public private partnerships. Unison also evaluated how effective each alternative, including public - private partnerships, would be in meeting the objective of maximizing regional economic development potential. Unison's recommendation that the KCAD be converted to an independent airport authority is still under review by the client. Metropolitan Washington Airports MEETROPOLITAN WASHINGTON Authority (MWAA) AIRPOP.TS AUTHORITY Services Provided Unison served as Subject Matter Experts to the L &L team in completion of an organizational study for the Metropolitan Washington Airports Authority (MWAA). Unison performed research and data collection for matters such as benchmarking and "best practices" in various operational areas. Unison, as a sub - consultant, worked with a team engaged to review and evaluate the functional interactions among airport departments along with the integration of the toll road and Metrorail construction project in an effort to improve the organization's functionality. Unison supported several working groups made up of MWAA employees and lead by L &L. The purpose of the sessions was to engage members of MWAA's staff and understand issues within the organization from their perspective. Finally, Unison developed and managed a comprehensive organizational climate survey that was administered to 1,400 MWAA employees. Upon completion of the survey, Unison prepared the final report that summarized and evaluated the responses from the survey. Collier County 13 -6083 Airport Management Consultant April 24, 2013 Packet Page -669- Page 19 5/14/2013 14.A.1. Solution -Based Airport Consulting l..lN I SO N Consulting, Inc. 3. Firm's Fiscal Stability The information provided in the table below is consistent with the request in the RFP to ensure consistent scoring of proposal demonstrating Unison 's fiscal stability. Index ' Fiscal Stability Information Response 1. Provide the primary proposer's Dun and Bradstreet Composite Credit Appraisal rating. 1R3 • Provide a copy of the Dun and Bradstreet report for (number) primary proposer and all companies affiliated with the resultant proposal. — See attached* 2. Indicate the number of times the proposer or their principals have filed for bankruptcy during the past five year (January 0 1, 2008- December 31, 2012). (number) 3. Provide the average number of days the firm pays its 30 accounts payable transactions. (average number of days) 4. Provide the number of external audit "management comments / letters" received during the past five year 0 (January 1, 2008- December 31, 2012). (number) • Provide a copy of all management comments / letters during that period. TOTAL Add items 1— 4 to determine the proposer's Fiscal 33 Stability. TOTAL *NOTE: Unison's Dun and Bradstreet report is attached for review. The report lists one lien incidence filed by the IRS for $108,068, however Unison agreed to a payment arrangement prior to the lien being placed on the report. A copy of the payment arrangement is also included to show the firm's cooperation with the outlined terms. Collier County 13 -6083 Airport Management Consultant April 24, 2013 Packet Page -670- Page (10 Dun & Bra+dstreet CREDIBILITY CORP Unison Consulting Inc DUNS: 61 -897 -2483 Dashboard 409 W Huron St FI 4 Chicago, IL 60654 Phone: (312) 988 -3360 URL: www.unison- ucg.com 5/14/2013 14.A.1. Score Score Wass score s.Iass Kaung Kecommenoation Kaung 71 461 2 1440 A 4 6 r $25K 1 R3 04103!13 1 New Inquiry t i 03/21/13 1 New Inquiry a Most Recent 04/01/13 Retail Trade Comprehensive Report 03128113 Finance, insurance and Real Estate Commercial Credit Scoring Report 0312813 Finarce, Insurance and Real Estate Commercial Credit Scoring Report 03/19/13 Finance, Insurance and Real Estate Commercial Credit Scoring Report 03/01113 Services Comprehensive Report Top 5 Inquiries by SIC / Sector (12 Months) Packet Page -671- 12 G 3 Se a' Rwil r..Mt• Li:ctrr, an Gas RBI and Cstata Sercc ea Top 5 Inquiries by Report Type (12 Months) 22 0 5/14/2013 14.A.1. Scores 3 Month Paydex 71 V 74 14 days beyond term3 71 Understanding My Score The D&B PAYDEX is a unique, dollar weighted indicator of payment performance based on payment experiences as reported to D&B by trade references. Recent Payments Total (Last 12 Months): 32 Packet Page -672- trends ADC A; I 6G Sc IC 30 V-11.11 20 L) z 12 21, 12 Al D, 2 Li I J 2 1: 21 � 12 idustry Comparison Packet Page -673- 5/14/2013 14.A.1. 03/2013 Prt $5,000 $750 $0 mo 0312013 Pot $o so mo 03`2013 Ppt $1,000 $0, $0 N30 6-12 mos 03/2013 Ppt $500 $250 $0 N30 1 mo 03/2013 Ppt $100 $100 $o mo Key 100 Anticipate 40 60 Days Beyond Terms 90 Discount 30 90 Days Beyond Terms 80 Prompt 20 120 Days Beyond Terms 70 15 Days Beyond 1-19 Over 120 Days Beyond Terms 60 22 Days Beyond Terms UN Unavailable 50 30 Days Beyond Terms trends ADC A; I 6G Sc IC 30 V-11.11 20 L) z 12 21, 12 Al D, 2 Li I J 2 1: 21 � 12 idustry Comparison Packet Page -673- 5/14/2013 14.A.1. _'c G t)7 72 W o My Company (71) • Industry Median: (79) Based on payments collected over the last 4 quarters. • Current PAYDEX for this business is 71; or equal to 14 days beyond terms • The present industry median sccre is 73, or equal to 2 cays beyond terms 01 2A 5/14/2013 14.A.1. Ivioderate risk of severe payrncnt delinquency over next 112 months Understanding My Score The Commercial Credit Score predicts the likelihood that a company will pay its bills in a severely delinquent manner (90 days or more past terms), obtain legal relief from creditors or cease opera- tions without paying all creditors in full over the next 12 months. Scores are calculated using a statistically valid model derived from D &B "s extensive data files. Incidence of Delinquent Payment: Among Companies with this Classification: 10.60% I Factors Affecting Your Score: Evidence of open liens. Low proportion of satisfactory payment experiences to total payment experiences. Low number of satisfactory payments. I i Composite credit appraisal is rated fair. j Key Packet Page -674- Trends - Scores, 12 Month 1, C'r' 9GO lzCO C.0 Gl" 41-141 oaf 7u 4 EF —4C, F 477 477 4 &y7 —45"Co' �45 F-, �45 G 4 ��— j, ""ar �J-r A', L j 110 DL Z 2c 12 • My Company (461) Industry Comparison lr(-lir!–rV lnduWy Ernpluyve BUSINLSk Rampe LLCAL ZO `_lg AND LAU NEE R INC SE RVIC L-5 This business has a Credit S.-ore Percentile that Shows • Lower risk than ether companies in the same region • Lower risk than other companies in the same industry • 7,irnilai r,.sk compared to otier companies In the same employee size range • t.o-,,✓e- ijsk Thar other companies aorth a comparable rLlrrber of years In busti iess 5/14/2013 14.A.1. I 482-670 1 21 - 100 6.0% 4511 - 4811 2 71-90 10.6 ji; 404-450 3 3` -70 18.4 351-403 4 1? -30 3 350 5 1-10 70.0% Trends - Scores, 12 Month 1, C'r' 9GO lzCO C.0 Gl" 41-141 oaf 7u 4 EF —4C, F 477 477 4 &y7 —45"Co' �45 F-, �45 G 4 ��— j, ""ar �J-r A', L j 110 DL Z 2c 12 • My Company (461) Industry Comparison lr(-lir!–rV lnduWy Ernpluyve BUSINLSk Rampe LLCAL ZO `_lg AND LAU NEE R INC SE RVIC L-5 This business has a Credit S.-ore Percentile that Shows • Lower risk than ether companies in the same region • Lower risk than other companies in the same industry • 7,irnilai r,.sk compared to otier companies In the same employee size range • t.o-,,✓e- ijsk Thar other companies aorth a comparable rLlrrber of years In busti iess 5/14/2013 14.A.1. I i 1 440 v 4 31% 1'."loderFteto �iigh ��t: of se,rere finar�•ia stres4 such as a h2nkruptc„ over the nexi 12 months Understanding My Score Incidence of Financial Stress: Among Companies with this Classification: 0.84 (84 per 10000) Factors Affecting Your Score: Low proportion of satisfactory payment experiences to total payment experiences. Low Paydex Score. Evidence of open liens. 5/14/2013 14.A.1. • The Financial Stress Class Summary Model predicts the likelihood of a firm ceasing business without paying all creditors in full, or reorganization or obtaining relief from creditors under state /federal law over the next 12 months. Scores were calculated using a statistically valid model derived from D &B's extensive data files. Notes: • The Financial Stress Class indicates that this firm shares some of the same business and financial characteristics of other companies with this classification. It does not mean the firm will necessarily experience financial stress. • The Incidence of Financial Stress shows the percentage of firms in a given Class that discontinued operations over the past year with loss to creditors. The Incidence of Financial Stress - National Average represents the national failure rate and is provided for comparative purposes. • The Financial Stress National Percentile reflects the relative ranking of a company among all scorable companies in D &B's file. • The Financial Stress Score offers a more precise measure of the level of risk than the Class and Percentile. It is especially helpful to customers using a scorecard approach to determining overall business performance. • All Financial Stress Class, Percentile, Score and Incidence statistics are based on sample data from Key 1570-1875 ' 95 -100 6.0% '.510 -1569 2 65 -94 10.6911, 1450 -1509 3 34 -68 18.4°0 1340 -14,49 4 2 -33 31.5% 5001 -1339 5 1 70.0,.. Frends - Scores, 12 Month Packet Page -676- 5/14/2013 14.A.1. S rX rrt 2 Gl� 2 • My Company (1,440) ndustry Comparison Pasec cri payrner ' ts collected over fhe last 4 cuarteis - Higher risk triafl ether Companies in the same rearoii • Higher risk than other companies it the same industry - Hiaher risk than other companies in the same employee size range • Higher risir, than other -omparies, with a comparable number of years in business Hig`i risk of suppi'er F,.•pe,iencinc severe fi,urndi-fl stress: over fare .1exi 12 Understanding My Scare Packet Page -677 - The Supplier Evaluation Risk Rating 1-9 segmentation .--.,ial Stress Score that 66% 68% 52% 50% 31% ........ . .. INUUSILFy Ytar Ir- EASI NOR T H I1 -25 L LN'T F, AL "I dw.cr-, industry Employee PUSNUS, hapue LL(.AL AN 0 E N U NL L R I NC SEPVIL LS Pasec cri payrner ' ts collected over fhe last 4 cuarteis - Higher risk triafl ether Companies in the same rearoii • Higher risk than other companies it the same industry - Hiaher risk than other companies in the same employee size range • Higher risir, than other -omparies, with a comparable number of years in business Hig`i risk of suppi'er F,.•pe,iencinc severe fi,urndi-fl stress: over fare .1exi 12 Understanding My Scare Packet Page -677 - The Supplier Evaluation Risk Rating 1-9 segmentation .--.,ial Stress Score that predicts the likelihood of supplier failure over the next 12 months. The SER Rating is derived from I D &B's Financial Stress Score, which is calculated using a statistically valid model derived from D &B's extensive data files. Factors Affecting This Company's Score: Suits, Liens, and /or Judgments are present -'see PUBLIC FILINGS section. Average Payments are 14 day(s) beyond terms. Average Industry Payments are 2 day(s) beyond terms. Change in chief executive reported - see SPECIAL EVENTS section. Special events have been reported. UCC Filings present - See PUBLIC FILINGS section. Financing secured - See BANK /PUBLIC FILINGS sections. Under present management control 24 years. Trends i 3A rr} l f i Q 0 +r H ij J _ 2',12 2 G 1 2(i: 1 1: `^i F4 1i�n 4U"y" '1", �-eC Fib . My Company (6) PiF-k c.a C ory Ccnserva:ive Credit -irrit $25k ,:�riE5S3r£ Crec!t L..nl' $45k i 5/14/2013 14.A.1. Understanding Nly Score D &B's Credit Limit Recommendation is intended to help you more easily manage your credit decisions. It provides two recommended dollar guidelines: A conservative limit, which suggests a dollar benchmarF Packet Page -678- nd less credit to minimize risk. An aggressive limit, which suggests a dollar benchmark if your policy is to extend more credit with potentially 5/14/2013 14.A.1. risk. I The dollar guideline amounts are based on a historical analysis of credit demand of customers in D &B's U.S. payments database which have a similar profile to your business. Rating Pd;An;be -r of emFloyees: 1 R indicates 10 or more employees 1 R3 (;vmposite Credit Appraisal: 3 is fair 1R3 2010 -10 -29 1R2 2005 -07 -26 1R3 2003 -03 -19 1 R4 999 -10 -08 Understanding My Score Factors Affecting Your Score # of Employees Total: 45 (20 here) Payment Activity (based an 32 experiences): Average High Credit: $2,711 Highest Credit: $10,000 Total Highest Credit: $50,500 Note: The Worth amount in this section may have been adjusted by D &B to reflect typical deductions, such as certain intangible assets. Inquiries 12 Month Summary Over the past 12 months ending 4 -2013, 29 individual requests for information on your company were received; this represents a 62.07% decrease over the prior 12 month period The 29 inquiries were made by 9 unique companies indicating that some companies have inquired on your business multiple times and may be monitoring you. Of the total products purchased, 12, or 41 38% came from the Transportation, Communications, Electric, Gas and Sanitary Services sector; 8, or 27,59% came from the Services sector: 6, or 20.69% came from the Retail Trade sector. 12 Mo. Total: 29 12 Mo. Unique Companies; 9 Packet Page -679- 04101/'3 Comprehensive Report Retail Trade 03/28/13 Commercial Credit Scoring Report Finance, Insurance and Real Estate i 03128113 Commercial Credit Scoring Report Finance, Insurance anc Real Estate 03/19/i 3 i Commercial Credit Scoring Report Finance, Insurance and Real Estate 03/01/13 Comprehensive Report Services 12/27112', Commercial Credit ervices Scoring Report ! 12/27112 Commercial Credit Services Scoring Report 12/27112 Commercial Credit ;Services Scoring Report 12/20/12 Commercial Credit Services Scoring Report 12120/12 Commercial Credit Services Scoring Report 12/20/12 Commercial Credit Services Scoring Report 12120/12 Commercial Credit Services Scoring Report 11114/12 Comprehensive Report Retail Trade 11114112 Comprehensive Report Retail Trade 11/14/12 Comprehensive Report Retail Trade 11/08/12 Commercial Credit Transportation, Communications, Electric, i Scoring Report Gas and Sanitary Services s 11 i08112 Commercial Credit Transportation, Communications, Electric, Scoring Report Gas and Sanitary Services 09/28112 Commercial Credit Transportation, Communications, Electric, Scoring Report Gas and Sanitary Services 09'28112 Commercial Credit Transportation, Communications, Electric, Scoring Report Gas and Sanitary Services 081"7/12 commercial Credit Transportation, Communications, Electric, Scoring Report Gas and Sanitary Services 08117112 Commercial Credit Transportation, Communications, Electric, Scoring Report Gas and Sanitary Services 07/30/12 Commercial Credit Transportation, Communications, Electric, Scoring Report Gas and Sanitary Services 07130/112 ommercial Credit Transportation, Communications Electric, Scoring Report Gas and Sanitary Services 06/21112 commercial Credit Transportation, CommunicationL. Electric, Scoring Report Gas and Sanitary Services 06/21 /12 Commercial Credit Transportation, Communications, Electric, Scoring Report Gas and Sanitary Services 05123,1Z Comprehensive Report Retail Trade 05123112 Comprehensive Report Retail Trade 05/23112 commercial Credit Transportation, Communications, Electric, Scoring Report Gas and Sanitary Services 05/23/ 12 Commercial Credit Transportation, Communications, Electric, Scoring Report Gas and Sanitary Services Trends - 12 Month Packet Page -680- 5/14/2013 14.A.1. P 4�, v ILI I S L�p N U v -1 2 cd - 2 20 27::: ZO-- 2 -3 3 Top 5 Inquiries by Report Type (12 Months) 12 T—{-W—. fences ".4 F..— Trio ktss�xmu aaC Uwe Saroraiy Top 5 Report Types Graph(12 Months) 22 cc—.6.1 C..W-he- Regan km=j All Inquiries by Industry and SIC I Sector Packet Page -681- 161 5/14/2013 14.A.1. Commercial Credit Scoring Report 6 4 n 3 22 Comprehensive Report 2 0 3 2 7 Payment Analysis Report 0 0 0 0 0 Payments Current Paydex: 71 Equal to 14 days beyond terms Industry Median: 79 Equal to 2 DAYS BEYOND terms Payment Trend: a-+ i Unchanged, compared to payments three months ago Total payment Experiences in D &Bs File (HQ): 32 i Payments Within Terms (not dollar weighted): 81 Total Placed For Collection: NA Average Highest Credit: 2,711 Largest High Credit: 10,000 Highest Now Owing: 7,500 Highest Past Due: NA Currency: Shown in USD unless otherwise indicated ?013 14.A.1. 5/14/2013 14.A.1. Top Industries �/rA'Y3`t"#'w r'4 £Y.it.�SR''i'¢. bQ sy:•s'� 9'F� �i���`� ±f''iE;^+ Yy` .. Telepincne corr munictns 5 $3,350 $2.500 3% 93 4 0 0 Radiotelephone common 3 $11.750 $10,000 100% 0 D 0 0 jI Short-trm busn credit 2 $7,600 $7,500 100% 0 0 0 0 Misc business service 2 $7,500 $5,000 67`a 33 0 0 0 � I Mfg nonwd office furn 1 $10,C00 $10,000 C 100 0 0 0 � I Management services 1 $5,000 $5,000 100% 0 0 0 0 i i Aisc equipment rental 1 $1,000 $1,000 100% 0 C 0 0 E ' Photocopying service 1 $1,000 $1,000. 100 °� 0 0 0 0 I Whol computerslsoftwr 1 $1,000 $1,000 ` 1C0% 0 0 0 0 i Whol office supplies i 1 $500 $500 100';>a 0 0 0 0 Mfg miss office egpt 1 $100 $100 100 110 C 0 0 0 Other Categories Cash experiences .1 $1,400 $750 -- — 1 Unknown 2 $300 $250 — 4 iUnfavorable comments 0 $0 $0 Placed for collections with D &B. 0 $0 $0 -- -- -- -- I -- i Other 0 NIA $0 I Total in D &B's file 32 $50,500 $10,000 — i Total (Last 12 Months): 5 �/rA'Y3`t"#'w r'4 £Y.it.�SR''i'¢. bQ sy:•s'� 9'F� �i���`� ±f''iE;^+ Yy` .. 02/2013 Ppt -Slow 30 $5,000 $2,500 $0 -- 1 mo 0212013 Stow 30 $2,500 $0 $0 — 6 -12 mos 0212013 Slow 30 $500 $0 $0 — 6 -12 mos 0212013 Slow 30 -60 $250 $0 $0 — 6 -12 mos 0812011 Slow 30 $10,000 $0 $0 1 15 N30 6 -12 mos Total (Last 12 Months ): 32 Packet Page -683- Indications of slowness can be the result of disputes over merchandise, skipped invoices, etc. Accounts are sometimes placed in collection even though the existence or amount of debt is disputed. The public record items contained in this report may have been paid, terminated, vacated or released prior to the date this report was printed. History & Operations ncy: Shown in USD unless otherwise indicated Packet Page -684 -' 5/14/2013 14.A.1. 0312013 Ppt $5,000 $750 e0 ; mo i 03/20`3 I Ppt $1,000 50 $0 -- 1 me I t 03/2013 Ppt $1,000 $0 $0 N30 E -72 mos 03/20:3 Ppt $500 $250 $0 N30 s mo I 03/201.3 f Ppt $100 $100 $0 -- 1 mo 03/2013 Ppt $0 $0 -- i mo I 02120`3 Ppt $7,500 $7,500 $0 -- 1 mo I I 0212.013 ' Ppt $2,500 ` $2,500 $0 — 1 mo I 0212013 Ppt $100 so $0 -- me 1 02/2013 Ppt -Stow 30 $5;000 $2,500 $D — 1 mo F 0212013 Slow 30 $2,500 $0 $0 — 6 -12 mos j 0212013 Slow 30 $500 $0 $0 — 6 -12 mos 1 0212013 Stow 30-60 $250 $0 $0 — I 6-12 mos 0212013 (014) $50 — — Cash account 1 mo t 0112013 (015; $100 -- Cash account 1 mo 01/2013 (016) $50 -- — Cash account i mo 0112013 (017) $50 - Cash account 6 -12 mos I 0112013 (018) $50 - Cash account 6 -12 mos 12/2012 Ppt $100 $0 $0 N30 4 -5 mos I 12/2012 (020) $750 Cash account i mo 1212012 (021) $50 1 mo i f 1112012 Ppt V'000 . $250. Lease Agreemnt -- 10120'2 (023) $100 " -- — Cash account 6 -12 mos i ' 0712012 (024) $100 Cash account 1 mo ! Ii 06/2012 i (025) 850: — Cash account 6 -12 mos I 04/2012 opt $10,000' $5,000 $0 - -- 1 mo i 10;2011 Ppt $1,000 50 ' $0 -- i 6 -12 mos I 1012011 Ppt $750 $0 $0 — 6 -12 mos 1 08/2011 I Slow 30 $10,000 $0 $0 1 15 N30 6-12 mos i 06/2011 (030) $50 — -- Cash account 1 mo I 05/2011 (031) $250 $0 50 -- 6 -12 mos 0512011 (032) $50 — -- Cash account 6 -12 mos Indications of slowness can be the result of disputes over merchandise, skipped invoices, etc. Accounts are sometimes placed in collection even though the existence or amount of debt is disputed. The public record items contained in this report may have been paid, terminated, vacated or released prior to the date this report was printed. History & Operations ncy: Shown in USD unless otherwise indicated Packet Page -684 -' Company Name: Doing Business As: Street Address: Phone. Fax: UNISON CONSULTING INC UNISON CONSULTING INC 409 W Huron St Fl 4 Chicago, IL 60654 (312) 988 -3360 (312) 988 -3370 The following information was reported: 01114/2013 Officer(s): ANTHONY DRAKE, PRIES YOVETTE DRAKE, PRESIDENT GREG V CHAPPELL, TREA SHARON SARMIENTO, SEC DONALD C ARTHUR, DIR ROBERT J DOPUCH, DIR BRIAN DRAKE, DIR JOHN D SORENSEN, DIR DIRECTOR(S): THE OFFICER(S) URL: Stock Symbol: History: Operations: Present Management Control Annual Sales: www.unison- ucg.com NA NA NA NA NA 5/14/2013 14.A.1. Incorporated in the state of IL on 4/1411989. Business started 1989 by Anthony Drake. 24.64% of capital stock is owned by Yovette L Drake. 3.71 % of capital stock is owned by Greg V Chappell. 34.4% of capital stock is owned by Anthony Q Drake. 15.67% of capital stock is owned by Sharon Sarmiento. 3.71 % of capital stock is owned by Donald C Arthur. 5.91% of capital stock is owned by Robert J Dopuch. 5.54% of capital stock is owned by Brian Drake. 1.86% of capital stock is owned by Kevin C Dolliole. 4.62% of capital stock is owned by John D Sorensen -. ANTHONY DRAKE born 1955. 1989 - present active here. 1988 -1990 employed with Landrum & Brown, Chicago, IL. 1984 -1988 employed with City of Chicago, Chicago, IL. 1975 -1984 employed with State of Illinois, Chicago, IL. YOVETTE DRAKE. Work history unknown. GREG V CHAPPELL. Antecedents not available. SHARON SARMIENTO. Antecedents not available. DONALD C ARTHUR. Antecedents not available. ROBERT J DOPUCH. Antecedents not available. BRIAN DRAKE. Antecedents not available. JOHN D SORENSEN. Antecedents not available. CORPORATE AND BUSINESS REGISTRATIONS REPORTED BY THE SECRETARY OF STATE OR OTHER OFFICIAL SOURCE AS OF APRIL 15 2013. i Registered Name: Business Type: Corporation Type: Date Incorporated: State of Incorporation: Filing Date: FilingFedlD: Registration ID: 3 Duration: Duration Date: UNISON CONSULTING, INC. DOMESTIC CORPORATION PROFIT Apr 14 1989 ILLINOIS Apr 14 1989 NA 55486492 PERPETUAL NA Packet Page -685- Status: GOOD STANDING 5/14/2013 14.A.1 1 Status Attained Date: NA I i Where Filed: SECRETARY OF STATE /CORPORATIONS DIVISION, SPRINGFIELD, � IL I Registered Agent: JULIA MCGILL, 409 WEST HURON STE 400, CHICAGO, IL, 606103401 Agent Appointed: Mar 28 2007 i AgentStatus: NA i Principals: YOVETTE L DRAKE 1629 S PRAIRIEAVE #1801, CHICAGO, IL 60616, PRESIDENT j SHARON SARMIENTO 6 GIOVANNI ALISO VIEJO CA 92656, 1 SECRETARY i 01/14/2013 Description: Subsidiary of MAXIMUS, INC., RESTON, VA started 1975 which operates as management and consulting service. Parent company owns 100% of capital stock. Parent company has several other subsidiary(ies). Intercompany relations: Reported by management to consist of occasional loans and advances and merchandise transactions and service transactions. i Provides management consulting services. Provides business consulting services, specializing in traffic and systems analysis or design. Provides management services, specializing in financial management for business. Terms of sale are on a contract basis due net 30 days. Sells to governmental concerns and private industries. Territory : International. i Nonseasonal. i Employees: 45 which includes officer(s). 20 employed here. Facilities: Rents 4,000 sq, ft. in on 4th floor of a six story brick building. Location: Commercial section on well traveled street. i Branches: Maintains a branch location in West Orange, CA. i I j Subsidiaries: NA Subsidiaries: NA Subsidiaries: NA j Subsidiaries: NA i Subsidiaries: NA SIC: Based on information in our file; D &B has assigned this company an extended 8 -digit SIC. D &B's use of 8 -digit SICs enables us to be more specific to a company's operations that if we use the standard 4 -digit code.The 4 -digit SIC numbers link to the description on the Occupational Safety & Health Administration (OSHA) Web site. Links open in a new browser window. 8742 0000 Management consulting services 8748 0204 Traffic consultant 8748 0401 Systems analysis or design 8741 0102 Financial management for business NAICS: 541611 Administrative Management and General Management Consulting Services 541690 Other Scientific and Technical Consulting Services 561110 Office Administrative Services Packet Page -686- 5/14/2013 14.A.1. Public Filings Currency: Shown in USD unless otherwise indicated The following Public Filing data is for information purposes only and is not the official record. Certified copies can only be obtained from the official source. A lien holder can file the same lien in more than one filing location. The appearance of multiple liens filed by the same lien holder against a debtor may be indicative of such an occurrence. 2 Bankruptcy Proceedings I Open DOCKET NO. 1 21 99261 09 Judgments 0 Filed By: IRS G Liens 1 I Where Filed: 07/17/12 Suits O Date Filed: - UCCs 3 01/06/12 The following Public Filing data is for information purposes only and is not the official record. Certified copies can only be obtained from the official source. A lien holder can file the same lien in more than one filing location. The appearance of multiple liens filed by the same lien holder against a debtor may be indicative of such an occurrence. 1 Amount: 108068 Status: Open DOCKET NO. 1 21 99261 09 i Type State: Federal Tax Filed By: IRS Against: UNISON CONSULTING I Where Filed: NA Date Status Attained: 07/17/12 Date Filed: 07117/12 Latest Info Received: 08/07112 We currentiv don't have enouah data to disolav this Banking & Finance Packet Page -687- We currently don't have enough data to display this section. We currently don't have enough data to display this section. Special Events 08/30/2011 The Chief Executive Officer is now Yovette Drake, President. Corporate Linkage Parent Headquarters (US) US Linkages International Linkages We currently don't have enough data to display this section. We currently don't have enough data to display this section. We currently don't havc enough data to display this section. We currently don't have enough data to display this section.. Packet Page -688- 5/14/2013 14.A.1. Internal Revenue Service 230 S. DEARBORN STREET CHICAGO, IL 60604 -1505 UNISON CONSULTING INC 409 W HURON ST SUITE 400 CHICAGO, iL 606554 - 3431990 5/14/2013 14.A.1. Department of the Treasury Letter Date: 08/27/2012 Taxpayer identification Number: 36- 3648595 Telephone Number: 1- 800 - 829 -0115 We have approved your request to pay your taxes in installments. Your first payment of $5,000.00 is due on 11/15/2012. You agreed to make future payments of $5,000.00 on the 15th of each following month until you have paid the full amount you owe. The amount you owe as of s3 2712012 is $108,118.56, This amount does not include all accrued penalties and interest. We w4l' r,' arc; : --irties and interest until you pay the full amount you owe, because you didn't pay your total tax when it was due. You agreed to pay us by Direct Debit. This means that, on the same day each month, your financial institution will subtract (debit) the amount of your monthly payment from your checking /savings account and send that amount to us. By agreeing to pay by direct debit, you also authorize the financial institutions involved in the processing of your el- 'ionic payment of taxes to receive confidential informatJon recessary to answer inquiries and resolve issues n d to your payment. since eve, don't send you reminders, be sure to remember to subtract the payments from your account ba'a;nce Fact, month. If you don't have enough rnorie.y in your checking /savings account for the monthly payment, we must charge a penalty of $15 or two pt�rceni a,' yuui monthly payment, whichever is larger. If your monthly payment is less than $15, the penalty amouni will be the payment amount. Note: If the iRS is charging backup withholding on any of your accounts, it will continue. Having an installment agreement doesn't interrupt backup withhclding. Although we have an instairnerit p]an for you, vve must protect the government's interest. Therefore, a Notice of Federal fax Lien HAS ALREADY BEEN FILED A Notice of Federal Ts-- is a pLbiic notice that the goveMwent has a claim against your property to satisfy a debt. We will release. (remove) -6he ilea when you tinish paying what yr,,u owe. CONDITIONS OF THIS AGREEMENT: • We must receive each payment by the date shown above. If you nave a problem, contact us immediately. • This agreement is based on your current financial condition. We may change or cancel it if our information shows that your ability tc pay hay changed significantly. We may cancel tnis art Bement ii you ocin't give us updated finar -10 information when we ask for it. While this agreement if, in effect, you must pay any federal taxes you owe on time. We will apply your federal tax refunds (if any) to the amount you owe until it is fully paid. ou don't mart th-- -1 c.coi' ;firms of th's agreement, we vti!l ogncel it, aid may collect the entire amount you Owe by levy on yoii, i 1 . r; t> f ;i. accounts or -ther assets, or by 3eizing your property. We may cil:"i ,ei the agr.�rnent at any time if we find that collection of the tax is in jeopardy. There is a ?52.00 i :,s ailment agreement fee. If agreement rlefaults, „r,, m +1st pay a $45 Oil re packet Page - 689 - agreement is reinstated. Letter 2849 (Rev. 1/2007) Solution -Based Airport Consulting 5114/201314A1, f iNISON nsulting, Inc. 4. Costs Unison has a value -based approach to costing projects. We believe that providing quality services at reasonable rates is in the best interest of our clients. Our fee schedule outlines hourly rates by staff classification and we charge back at cost additional project needs such as travel and supplies. Indez Costlnformation " Response 1. Provide the total cost to provide all services outlined in this Director $190.50 scope of work. $99,500 (Dollars) $138 Analyst $100 • Provide resumes of the individuals who will be assigned $85 to complete this scope of service. See Section 4.1 2. Provide the hourly rate for any additional service not outlined in this scope of service. $129.28 (This hourly rates will be used for any additional services that may be added at a later date by the Board.) (Dollars) *Weighted average of Unison hourly rates based on the table below. • Provide a list of titles /positions that may be used during the course of this assignment. See Table 1 Hourly Rates TOTAL ' Add items 1— 2 to determine the proposer's TOTAL $99,629.28 Costs. (TOTAL) TABLE 1 HOURLY RATES: UNISON CONSULTING, INC. Unison Consulting, Inc.: Rates by Title Title Hourly Rate Principal /Officer $222.50 Director $190.50 Senior Consultant $162.50 Consultant $138 Analyst $100 Support $85 Collier County 13 -6083 Airport Management Consultant April 24, 2013 Packet Page -690- Page (11 Solution -Based Airport Consulting 4.1 Key Personnel Name, Title I Project Role Anthony Drake, Executive Vice President Officer -in- Charge Kevin Dolliole, Sr. Vice President Consulting Officer Gregory Chappell, Principal Project Manager Don Arthur, Principal Support Sharon Sarmiento, Ph.D., Principal Support Barry Molar, Director Support Brian Drake, Senior Consultant Support Head of Peter Bynoe Infrastructure Group Marlon Smith Managing Director Bob Walsh Managing Director Kimberly Mitchell Managing Director Erin Sloan Associate 5/14/2013 14.A.1. fNIS ON C2 sulting, Inc. The following professional resumes highlight the relevant experience and qualifications for key personnel. Collier County 13 -6083 Airport Management Consultant April 24, 2013 Packet Page -691- Page 112 5/14/2013 14.A.1. Co�nls< v ul itiJngV , Inc. Anthon Drake, Executive Vice President QUALIFICATIONS Anthony Drake is the founding Principal and Executive Vice President of Unison Consulting, Inc. Mr. Drake has 25 years of aviation finance experience and has directed and participated in financial planning assignments for small, medium, and large hub airports throughout the country. He is known as a problem - solver and creative - thinker in his approach to developing strategic financial plans that deliver solutions to complex situations. He participated in the preparation of the feasibility study and participated in the ratings presentation that resulted in the first stand -alone PFC financing. Mr. Drake oversees all of Unison Consulting's service areas with particular expertise in the area of airport financial strategic planning and analysis including the negotiating airline use and lease agreements and funding associated with capital improvements at airports. RELEVANT EXPERIENCE Mr. Drake has supported clients in all areas of financing, including: • Third -party financing projects • Financial feasibility studies to support the sale of airport revenue bonds ■ Passenger Facility Charge (PFC) applications that provide for pay -as- you -go and leverage bond funding • Special Facility funding including Customer Facility Charge bonds; and other non - traditional bonds • Airline use and lease agreement negotiations including the drafting of term sheets, agreements and related documents ■ Rental car negotiations including the drafting of term sheets, agreements and related documents ■ Financial plan development to support airport master plan programs • Grant maximization including Airport Improvement Program (AIP) analysis and Federal Aviation Administration (FAA) negotiations • Airline rate and charge development • Concessions program developement • Part 150 technical support • Airport operating and maintenance (O &M) budget development and analysis • Airport general financial advisory consulting Solution - BasedAirport Consulting Page 13 Packet Page -692- 5/14/2013 14.A.1. Anthony Drake, Executive Vice President fnsulting, Inc. Mr. Drake previously served as Vice President and Regional Manager of Landrum and Brown, Inc., where he managed the delivery of all client services within the firm's Central Regional office. Mr. Drake also headed the company's national finance and management practice, overseeing client services in the areas of airport financial feasibility studies, airport rates and charges analyses, and overall airport financial management. Mr. Drake also served as Chief Financial Officer for the City of Chicago's Department of Aviation. His responsibilities included the management of accounting, budgeting, collections, grants, concessions, property management, development finance, and personnel administration for Chicago's three airports. Mr. Drake directed the $1.8 billion O'Hare International Airport Redevelopment Program, the revitalization of Midway Airport, and the administrative oversight of Meigs Field. In addition he was responsible for managing the sale of bonds, including the coordination of financial feasibility studies and the development and analysis of rates and charges models. He also held the position of Deputy Chief Operating Officer of the City of Chicago, served on the Financial Policy Committee, and chaired the Management Task Force for the O'Hare Development Program. Mr. Drake assisted in the management of the City's 42 departments, including the Department of Aviation. Mr. Drake also represented the United States of America on a presidential trade mission to India where he discussed issues pertaining to airport development and finance. He participates in the Airport Operators Council International, the Airport Minority Advisory Council, the National Forum of Black Public Administrators, and the Organization of CEOs. EDUCATION /TRAINING • M.P.A., Public Policy, Southern Illinois University • B.S., Southern Illinois University Solution -Based Airport Consulting Packet Page -693- Page 114 5/14/2013 14.A.1. UNISON Kevin Dolliole, Senior Vice President Consulting, Inc. QUALIFICATIONS Mr. Dolliole is a highly respected and seasoned aviation professional with more than 35 years of combined experience in the airline and airport industries. He brings technical proficiency and innovative approaches in the areas of airline use agreements, financial analysis, PFC application development, FAA grant administration and overall financial strategy development. In addition, his background includes planning efforts for operational, organizational and airport development initiatives. Prior to joining Unison Consulting, Mr. Dolliole served as the Director of Airports for Lambert-St. Louis International Airport and San Antonio International Airport. He also served in several executive positions at Louis Armstrong New Orleans International Airport including Acting Director of Aviation. Mr. Dolliole served on the Policy Review Committee of the American Association of Airport Executives and has been a member of the Board of Directors of Airports Council International -North America. Appointed by former U.S. Secretary Norman Mineta, he also serves on the governing board for the Airport Cooperative Research Program. RELEVANT EXPERIENCE Mr. Dolliole's executive -level expertise in airports provides clients with strategic leadership coupled with hands -on tactical experience in all facets of airport operations. Having served as chief executive of major airports in St. Louis, San Antonio and New Orleans, he provides senior -level counsel about leadership matters common to major airports, including: • Planning, development, management and operations • Managing relationships with elected bodies and their leadership, as well as business and community leaders ■ Leading air service development while working with tourism and other civic organizations ■ Managing individual airport functions including Capital Improvement Programs, Operations and Maintenance, Administration and Finance, Planning and Development, Security, Safety, Landside Operations, Aircraft Rescue and Fire Fighting, Public Relations, Purchasing, Accounting and Legal • Formulating, developing and implementing policies, procedures and programs relating to airport maintenance, public safety, airfield and terminal operations at major airports • Leading airports' involvement in international trade missions ■ Developing revenue sources to help offset airline operating costs, including concession development and lease management Clients benefit from Mr. Dolliole's insight that proved critical to San Antonio International Airport receiving a number of honors, including: Solution -Based Airport Consulting Page 15 Packet Page -694- 5/14/2013 14.A.1. Kevin Dolliole, Senior Vice President A suitSi�N • A First Place Award in J.D. Power & Associates Global Airport Satisfaction Study in the small airports category • An FAA recognition as Texas' Outstanding Airport • Airport Revenue News first -place awards for concessions programs for three consecutive years • An Airports Council International award for Best Specialty Retail Program in the medium airport category General aviation clients benefit from his understanding and leadership that propelled Stinson Municipal Airport in San Antonio being recognized by the Texas Department of Transportation as the state's General Aviation Reliever Airport of the Year. Having managed passenger service functions for Eastern Airlines, Mr. Dolliole brings an appreciation and understanding of airlines' perspectives that proves valuable in managing ongoing relations and developments. With broad -based understanding of regional, national and global airport trends and developments, Mr. Dolliole was appointed by the U.S. Secretary of Transportation to serve on the governing board of the Airport Cooperative Research Program (ACRP). He also is a member of the American Association of Airport Executives (AAAE) and has served on that organization's Policy Review Committee. He was elected to serve on Airports Council International- North America (ACI -NA) Board of Directors. EDUCATION /TRAINING • M.B.A., University of New Orleans • B.S., Business Administration, Xavier University of New Orleans Solution -Based Airport Consulting Packet Page -695- Page 116 5/14/2013 14.A.1. Gregory Chappell, Principal (( KUNISON QUALIFICATIONS Mr. Chappell has more than 20 years of experience in financial management, development of financial models and operating and capital budgets, and evaluation and preparation of financial support for issuing municipal bonds. In addition, Mr. Chappell has a proven track record in formulating and implementing optimal solutions to weaknesses in financial controls, reporting and other management tools. RELEVANT EXPERIENCE Since joining Unison Consulting, Mr. Chappell has been involved with several projects with the St. Louis International Airport, which has been undergoing an Airport expansion project in excess of $1 billion over the past several years. In conjunction with the expansion and the ongoing capital improvement program his responsibilities have consisted of: Preparation of financial feasibility reports for several airport revenue bond issues in excess of $1 billion, which included two unique bond financings; one of the country's first Letter of Intent (LOI) supported bond financing for approximately $200 million and the largest Passenger Facility Charge- (PFC) backed Airport revenue bond financing in the state of Missouri in excess of $400 million. Review and oversight of the Capital Improvement Program (CIP) currently in excess of $152 million and the PFC program with a current project authorization in excess of $1.3 billion. Mr. Chappell's responsibilities also consist of the determination of the annual funding requirements of the Airport. In addition, Mr. Chappell also has been involved on various assignments to perform organizational reviews to address organizational restructuring and analyze organizations staffing needs due to change in business strategy and goals. Some of his key assignments are summarized below: Performed organizational reviews at Metropolitan Washington Airport Authority (MWWA), Gary- Chicago International Airport (GCIA), and Louis Armstrong New Orleans International Airport (LANOIA). For MWAA, the primary focus was developing recommendations for a part of the organizations that contained departments from other non - airport organizations and identify ways that each could communicate more effectively in an airport environment. For GCIA, it involved the review of the current organization with the objective of recommending how the organization would have to be Solution -Based Airport Consulting Page 117 Packet Page -696- Gregory Chappell, Principal 5/14/2013 14.A.1. F NISON nsulting, Inc. restructured to meet the return of commercial service operations to the airport. Lastly, LANOIA involved review and interviewing various mangers of the current structure to determine how to rebuild the airport organization to address increase in passenger activity following the aftermath of Katrina. Furthermore, Mr. Chappell has participated in the development of the annual rates and charges process and the rate settlement process, which account for airline revenue billings in excess of $60 million for the current FY 2004. Other services provided include: assisted in the development of an Amendatory Rates and Charges Contract, participated in the development of recommendations for the new Airline Use and Lease Agreement for FY 2006, provided assistance in the development and submission of the annual operating budget for fiscal years 1999 through 2004 that ranged between $60 million and $90 million, and provided assistance in the review and resolution of external audit generated management letter comments related to year -end audit observations made for fiscal years 1999 - 2004. Mr. Chappell also played an integral part in completion of various special projects, which in part consisted of. assisted in the development and implementation of the Airport's first commercial paper program in the amount of $125 million, assisted in the review of various aspects of the operating and capital budgets to identify and implement cost savings goals for Lambert-St. Louis International Airport following the adverse effects of September 11th, assisted in the development of several rating agency presentations associated with the issuance of airport revenue bonds, assisted in the research and responses to the FAA regarding the on -going status of various PFC and Airport Improvement projects, developed and implemented enhanced monthly reporting process to meet Airport management's informational needs. Prior to joining Unison, Mr. Chappell gained experience managing over 50 employees as Assistant CFO for the Chicago Park District. His daily responsibilities involved the oversight of the Treasury, Accounting, Purchasing Budgeting and Payroll departments. In addition, Mr. Chappell successfully managed the selection and implementation of a deferred compensation plan administrator and participated in the issuance of several municipal revenue bonds. During Mr. Chappell's tenure, he helped to achieve a bond rating upgrade due to the improved revenue generating programs he implemented. Mr. Chappell also obtained strong analytical skills through various analytical positions held at GD Searle and Morton International. This included development of business models to evaluate the profitability of newly released pharmaceutical drugs and tracking the profitability of various business segments. He also evaluated various components of the operating reports to identify and implement improvements. Further, Mr. Chappell worked as a controller for a manufacturing facility and provided sole financial support to ensure the on -going profitability of that facility. His responsibility included analyzing financial statements and assessing strengths and weaknesses in the operation's financial controls. EDUCATION /TRAINING • B.S. B.A., Accounting, Roosevelt University • M.M., Finance /Marketing, Northwestern University Solution -Based Airport Consulting Packet Page -697- Page 118 Donald Arthur, Principal QUALIFICATIONS 5/14/2013 14.A.1. KUNISON f ( Consulting, Inc. Don has more than 25 years of business experience in accounting and financial analysis, including 20 years in airport finance. Having worked as both an aviation consultant and an airport executive, Don is familiar with all aspects of airport finance. He brings to his consulting assignments an in -depth understanding of the issues facing airport executives. RELEVANT EXPERIENCE Don's experience includes the following areas related to airport finance: ■ Airport rental car facility analyses and studies, including analyses of concession agreements and special facilities leases, and financial feasibility studies in support of Customer Facility Charge (CFC) backed bonds ■ Public parking demand analyses, including financial analyses of planned public parking facilities ■ Funding plans for airport master plans and capital improvement programs • Airline rates and charges analyses and negotiations • Financial feasibility studies in support of general airport revenue bonds and PFC- backed bonds ■ Airport Improvement Program (AIP) and Passenger Facility Charge (PFC) funding analyses • PFC and Letter of Intent (LOI) applications • Bond continuing disclosure reports Consulting projects completed by Don include the following: '!"�`13Lr' RENTAL CAR FINANCIAL ANALYSES: Don directed `attle °k T � the preparation of financial feasibility reports in support of the Lbws Armstrong New orleans " consolidated rental car facilities at Louis Armstrong New Orleans International, Hartsfield- Jackson Atlanta International, Norfolk` Ted Stevens Anchorage International, Baltimore /Washington R,chmond International, Denver International and Dallas -Fort Worth International airports. For each project, he oversaw the San,Antort,o San D,e�go 1 preparation of the draft and final reports, including the St. George-IUrah)' , preparation of the rental car demand forecasts and financial projections; the preparation of rental car project affordability analyses; and the preparation of financial analyses evaluating the_required CFC level in support of project cost scenarios. Don has provided related rental car consulting services, such as continuing disclosure reports, analyses of rental car concession agreements and special facilities leases, and rental car facility financial affordability analyses, for Dallas -Fort Worth International, Denver International, Kansas City International, Birmingham- Shuttlesworth International, Des Moines International, Louis Armstrong New Orleans International, Miami International, Austin- Bergstrom International, Oklahoma City, and Baton Rouge Metropolitan airports. PUBLIC PARKING FACILITY DEMAND AND FINANCIAL ANALYSES: Don has directed and/or prepared parking analysis consulting assignments for a number of airports, including Cleveland Solution -Based Airport Consulting Packet Page -698- Page 119 Donald Arthur, Principal 5/14/2013 14.A.1. F NISON nsulting, Inc. Hopkins International, Dallas Love Field, General Mitchell International (Milwaukee), San Antonio International, Austin - Bergstrom International, Louis Armstrong New Orleans International, Kansas City International, and Dayton International. These projects have included parking demand analysis and financial analysis. The parking demand analysis studies have involved analyzing historical occupancy, vehicle exit, and peak parking data as a basis for forecasting future vehicle exits and parking space requirements. The financial analysis projects have involved analyzing historical parking revenue, expenses, and anticipated capital requirements, and projecting future revenue, expenses, debt service requirements, and debt service coverage. FUNDING PLANS FOR AIRPORT MASTER PLANS AND CAPITAL IMPROVEMENT PROGRAMS (CIP): Airport clients for which Don has prepared Master Plan and CIP funding plans include Cleveland Hopkins International, Lambert-St. Louis International, Kansas City International, San Antonio International, General Mitchell International, Knoxville Metropolitan, San Diego International, Los Angeles International, Little Rock National, Glacier Park International, Centennial, Grand Canyon and St. George (Utah). For each client, Don developed alternate funding scenarios that considered the availability of all funding sources, including AIP grants, PFCs, airport cash flow, state grants, and general airport revenue bonds. AIRLINE RATES AND CHARGES ANALYSES: Don's financial modeling experience includes the development of airline rates and charges analyses for various airports, including San Antonio International, San Diego International, Chicago Midway International, Los Angeles International, and Knoxville Metropolitan airports. His work has included the preparation of financial scenarios under alternative airline rate making methodologies. The financial models developed by Don have been flexible and tailored to each airport client in order to facilitate the evaluation of various alternatives. FINANCIAL FEASIBILITY REPORTS: Don directed the preparation of financial feasibility reports in support of general airport revenue bonds (GARBS) issued by San Diego International, Birmingham International, Chicago Midway International, San Antonio International, General Mitchell International, Kansas City International and Richmond International airports; and PFC- backed bonds issued by San Antonio International and Kansas City International Airports. For each project, Don coordinated the consulting staff assignments, oversaw the financial analyses, wrote major sections of the reports, served as the primary contact with the client staff, participated in the financing team meetings and document review sessions, and participated in the rating agency presentations. PFC, AIP AND LOI FINANCIAL ANALYSES AND APPLICATIONS: To assist airport clients in maximizing their capital program funding sources, Don has provided consulting services related to all aspects of PFC, AIP and LOI funding. His work in this area has included the preparation of financial analyses and funding applications. Don's analyses have included alternative financing scenarios designed to analyze the effect of different PFC and grant funding levels on an airport's overall funding strategy. Experienced in airport financial management, Don served in several capacities at John Wayne Airport in Orange County, Calif. He served most recently as Deputy Airport Director — Finance and Administration, directing all aspects of the airport's financial operations, including accounting, budgeting, financial planning, bond financial reporting and analyses, and various administrative responsibilities. In his consulting work, Don is able to view issues from the perspective of airport management and assist clients in developing workable solutions. Solution -Based Airport Consulting Page 120 Packet Page -699- Donald Arthur, Principal EDUCATION /TRAINING 5/14/2013 14.A.1. F NISON nsulting, Inc. • M.B.A., University of California, Irvine • B.S. in business administration with a major in accounting, California State University, Long Beach • Certified Public Accountant, State of Illinois Solution -Based Airport Consulting Packet Page -700- Page 121 5/14/2013 14.A.1. Sharon Sarmiento, Ph.D., Principal , NISON P Consulting, Inc. QUALIFICATIONS Sharon Sarmiento has more than 20 years of professional experience as an economist, including 15 years in aviation consulting. Sharon leads Unison's airport economic consulting services, and has completed numerous projects involving transportation demand forecasting and economic analysis for more than 50 airports. Her work has earned distinction for innovative analytical approaches and forecasting methodologies. Serving as a speaker and resource person at professional and aviation industry conferences, Sharon also has written research papers in urban economics, transportation economics, and applied econometrics. RELEVANT EXPERIENCE Sharon's work in aviation consulting involves the following: TRANSPORTATION DEMAND ANALYSIS AND FORECAST. Conducted and directed the analysis and forecast of aviation activity at 28 airports, of rental car demand at 15 airports, and of parking demand at 10 airports. Forecasts served as critical input to financial feasibility studies, master plans, terminal development plans, rates and charges models, and airport management decisions. REGIONAL ECONOMIC AND DEMOGRAPHIC ASSESSMENT. Prepared and directed regional economic and demographic assessment of airport service areas for 29 airports, providing the context for forecast growth in air traffic in financial feasibility studies, master plans, and other planning documents. BENEFIT -COST ANALYSIS (BCA). Conducted twelve BCA studies of various capacity improvement projects at eight airports, supporting requests for Letter of Intent (LOI) and discretionary grant applications under the Airport Improvement Program (AIP), and informing airport decisions regarding alternative capital investments. Solution -Based Airport Consulting Page 122 Packet Page -701- 5/14/2013 14.A.1. Sharon Sarmiento Ph.D., Principal UNISON = P Consuiting, Inc. LIFE CYCLE COST ANALYSIS (LCCA). Conducted LCCA of alternative identification technologies and access configurations for the Transportation Security Administration's Transportation Workers' Identification Credential (TWIC) program. FINANCIAL FEASIBILITY STUDY. Completed financial feasibility studies for 19 airports, many of which supported airport revenue bond issues to finance airport capital improvement programs (CIP), as well as special facilities such as consolidated rental car facilities, parking structures, and terminals. ECONOMIC IMPACT STUDY. Prepared economic impact studies of 60 airports, including Bob Hope Airport and John Wayne Airport in Southern California. SUR VEY RESEARCH AND DA TA ANAL YSIS. Conducted survey research and data analysis covering a variety of topics to aid planning and decision making at more than 20 airports. Sharon is the author of chapters on benefit -cost analysis and economic valuation for two ACRP research projects: ■ ACRP Contract 03 -19: Passenger Value of Time, Benefit -Cost Analysis and Airport Capital Investment Decision (Ongoing) • ACRP Report 27: Enhancing Airport Land Use Compatibility (2009) • Most recently she performed BCAs for the following projects and airports, all supporting requests for AIP LOIs and discretionary grants: • Extension of Runway 3 -21 at Charlottesville - Albemarle Airport, 2009 • Love Field Modernization Program and the Extension of Taxiway M for Dallas Love Field, 2009 • Construction of Parallel Runway 12L /30R at Hillsboro Airport Serving as a speaker and resource person at aviation industry conferences, Sharon also has written research papers in urban economics, transportation economics, and applied econometrics. Sharon leads the annual AAAE/Unison Workshop on CIP Finance held successfully in San Diego in 2009, Savannah in 2010, and Reno in 2011. Solution -Based Airport Consulting Packet Page -702- Page 123 Sharon Sarmiento, Ph.D., Principal EDUCATION /TRAINING 5/14/2013 14.A.1. t iNISON Consulting, Inc. • Ph.D. in economics, University of California, Irvine • M.A. in international and development economics (with honors), Yale University • M.A. in mathematical behavioral sciences, University of California, Irvine • Certificate (summa cum laude) — world banking/finance, The Economics Institute • Completed coursework for Master of Management degree, University of the Philippines • B.S. degree in Business Economics (cum laude), University of the Philippines • Elected to the International Honor Societies of Phi Kappa Phi and Pi Gamma Mu Solution -Based Airport Consulting Packet Page -703- Page 124 Barry Molar, Director QUALIFICATIONS 5/14/2013 14.A.1. KUNESUN f ( Consulting, Inc. Barry's 32 years in airport finance and legal affairs with the Federal Aviation Administration and other agencies means he effectively assists airports maximize funds received from federal airport programs. Most recently, he managed the Airport Improvement Program (AIP) and the Passenger Facility Charge (PFC) program as the FAA's manager, Airports Financial Assistance Division, Office of Airport Planning & Programming. Barry also has worked extensively in: the use of airport revenue, airport rates and charges, airport finance and airport access administrative procedures, and airport access competition plans. RELEVANT EXPERIENCE Funds from grant programs such as the AIP and revenues from the PFC program are critical to airport success. Barry's long career in addressing airport industry issues at the highest federal levels is comprehensive and greatly benefits airports: PASSENGER FACILITY CHARGES. Barry was on the team that wrote the original PFC regulation, and he reviewed all early PFC decisions that established policy and precedent for the program. As manager of the FAA's Airports Financial Assistance Division, he supervised revisions to the PFC regulation, including revisions to increase the PFC ceiling and create the pilot program for streamlining PFC reviews for non -hub airports. Barry was responsible for major PFC decisions issued by FAA headquarters, and he wrote the FAA proposals for PFC reform submitted to Congress in 2007. AIRPORT IMPROVEMENT PROGRAM. As manager of the FAA's Airports Financial Assistance Division, Barry was responsible for administering the grant program each year and for developing policies for distributing discretionary funds, the use of benefit -cost analysis in evaluating capacity projects, and administering AIP letters of intent (LOIs). He supervised issuance of: the current version of the AIP handbook in 2005; the BCA policy for AIP grants in 1999; and the new LOI policy in 2006. Barry also supervised the issuance of guidance for AIP changes included in AIR 21 and Vision 100. He wrote FAA proposals for AIP reform submitted to Congress in 2007. Barry also supervised issuance in 2008 of new guidance for the requirement that airports reuse or dispose of land bought for noise compatibility with AIP funds. AIRPORT FINANCE — USE OF AIRPORT REVENUE. As manager of the FAA's Airports Compliance Division, Barry supervised the drafting of the current policy statement on the use of airport revenue that was published in 1999. He also supervised resolution of all Office of Inspector General audit findings of airport revenue diversion by airports. Barry also reviewed and participated in the successful resolution of revenue diversion allegations involving Queen City Airport in Allentown. AIRPORT FINANCE — RATES AND CHARGES. Barry wrote the FAA's 1996 Rates and Charges Policy governing airport charges to air carriers and other aeronautical users. He assisted in the defense of legal challenges to the policy. He also wrote the proposed revisions to that policy published for comment in 2008. Solution -Based Airport Consulting Page 25 Packet Page -704- 5/14/2013 14.A.1. Barry Molar, Director fc�Nl�UN AIRPORT FINANCE AND AIRPORT ACCESS — ADMINISTRATIVE PROCEDURES. Barry supervised development of the FAA administrative procedural regulations (14 CFR Part 16) for complaints regarding compliance with airport grant assurances, including: airport rates and charges requirements; use of airport revenue; and reasonable access to airports on reasonable terms without unjust discrimination. As the first manager of the Airports Compliance Division, Barry successfully mediated a dispute between a small hub airport and regional carriers over the airport's proposed new terminal rental fee structure, facilitating voluntary dismissal of a Part 16 complaint. He also served as the principal FAA witness in the first oral evidentiary hearing brought under Part 16 in which the FAA's position was sustained. AIRPORT ACCESS — COMPETITION PLANS. As manager of the FAA's Airports Financial Assistance Division, Barry supervised implementation of the Competition Plan requirement. He oversaw development of initial Competition Plan filing and update requirements, and subsequent adjustment of update requirements. Barry led all efforts to informally resolve DOT concerns over specific issues identified in individual airport Competition Plan filings. Through Barry's leadership, all concerns were resolved without resorting to formal administrative actions. POST FAA PROJECTS — As a Unison Director, Barry has participated in various capacities in a wide range of projects for Unison clients, including review of federal requirements and restrictions for redevelopment or disposal of airport land for the Indianapolis Airport Authority. In addition, Barry served as team leader for preparation of LOI applications for Dallas Love Field and Charlottesville - Albemarle Airport. Barry prepared competition plan updates or reviewed competition plan issues for Love Field and Atlanta Hartsfield- Jackson International Airport. Barry also assisted in preparing PFC applications and amendments for Love Field and Sarasota Bradenton International Airport. He conducted an analysis of the rates and charges structure for Sacramento Executive Airport and developed alternate rates and charges models for the airport as an element of a master plan update. Barry also conducted an analysis of Greenville - Spartanburg Airport's proposals for air service incentive programs to assure consistency with federal requirements. HONORS • FAA Special Achievement Awards, 1999, 1997, 1995 1992 and 1990 • DOT Superior Achievement Award, 1993; Way to Go Award, 1990 • Department of State Superior Honor Award, 1992 • Civil Aeronautics Board Special Achievement Awards, 1983, 1981, 1980 PUBLICATIONS • "The Impact on the Airport Improvement Program of Funding Heightened Airport Security Requirements," The Air and Space Lawyer, Vol. 17, No. 3 (2003) • "Noise Land Reuse: What to Expect From FAA's New Guidance," Airport Consulting, (Fall 2008) • Strategies and Financing Opportunities for Airport Environmental Programs, ACRP Synthesis 24 Airport Cooperative Research Program (2011) EDUCATION /TRAINING ■ J.D. degree (Cum Laude), George Washington University, National Law Center, 1980 ■ B.A. degree (Magna Cum Laude), Economics, Michigan State University, 1975 Solution -Based Airport Consulting Packet Page -705- Page 126 5/14/2013 14.A.1. Brian Drake, Senior Consultant CUNV�UN Consulting, Inc. QUALIFICATIONS Brian Drake brings years of finance experience to the firm's Airport Finance and Economic Practice. Brian Drake specializes in spreadsheet modeling, rates and charges feasibility studies and financial analyses. Mr. Drake also offers clients expertise in complex financial modeling. He performs various forecasting techniques including sensitivity analysis of operating and capital budgets, develops financial spreadsheets, and evaluates financial support for issuing bonds. RELEVANT EXPERIENCE Mr. Drake's financial consulting projects include conducing financial analyses for various clients; including Glacier Park, San Antonio, and Kansas City. He has also participated in a number of industry bench mark and best practice research studies for U.S. airports. Brian has performed research and compiled detailed client results in an effort to determine and implement non - traditional funding methods for capital projects. Prior to joining Unison, Brian worked for BP as a Global Gasoline Trade Financial Control Analyst and a Financial Portfolio Advisor. As a Gasoline Trade Financial Control Analyst, Brian managed and monitored the exposure for the Gasoline Paper Portfolio and Naphtha Portfolio. Other responsibilities included calculating and reporting on the profit and loss for the Gasoline Paper Portfolio and Naphtha Portfolio. Brian also completed monthly reconciliations between reported profit loss and settlement statements for the Gasoline Paper Portfolio and the Naphtha Portfolio. Within the Financial Portfolio Advisory role, Brian monitored and reported on risk levels for the Global Chemicals Portfolio. He also created and maintained spreadsheet models to automatically track and flag risk violations and maintained an options tracking spreadsheet for all of Oil Americas. EDUCATION /TRAINING • M.B.A., Finance and Strategic Management concentration, Purdue University • B.A., Finance, Howard University Solution -Based Airport Consulting Page 127 Packet Page -706- 5/14/2013 14.A.1. *Loop Capital Loop Capital, Partner, Head of Infrastructure Advisory Group Peter Bynoe joined Loop Capital Markets in February 2008 and is currently a Partner and the COO of the Firm. In this role, Mr. Bynoe supports CEO /Chainnan Jim Reynolds' strategic planning and business management efforts by overseeing practice group operations, legal and compliance issues for the Finn. Mr. Bynoe also manages Loop Capital Markets' Infrastructure Advisory Group. Peter has served in a variety of leadership roles over the last 30 years to bring together public and private sector interests and deliver major infrastructure projects worth several billion dollars. This includes the delivery of New Comiskey Park (now U.S. Cellular Field) as the Chief Executive Officer of Illinois Sports Facility Authority, spearheading DLA Piper's Sport's Infrastructure Facility Practice on numerous professional sports facility transactions, and leading Loop Capital Market's Infrastructure Advisory and Finance Group for delivery of social and economic infrastructure projects. In these roles, Peter has advised a number of public entities in identifying funding, developing financing structures, and executing procurement as well as divestiture strategies. His additional P3 experience includes The Ohio State University, the Chicago Transit Authority, Los Angeles County Metropolitan Transportation Authority, Los Angles Parking System, The New York State Department of Transportation as well as a social infrastructure project for the City of Chicago Public Building Commission and the State of Connecticut. He currently serves as Senior Counsel to DLA Piper LLP (US). Mr. Bynoe is a Trustee of the Rush University Medical Center, The CORE Center for the Prevention and Treatment of Infectious Diseases and a Life Trustee of the Goodman Theatre. He is currently a Director of Covanta Holding Company and Frontier Communications Corporation. He served as Chairman of the Chicago Landmarks Commission for 13 years and the Chicago Plan Commission for 7 years. Mr. Bynoe is a graduate of Harvard College, Harvard Law School and the Harvard Business School. Day -to -Day Contact, Loop Capital, Managing Director Marlon Smith joined Loop Capital Markets in September 2009 and is currently a Managing Director. Mr. Smith has over 15 years of experience in investment banking and finance and has advised companies and boards of directors of numerous business enterprises including Fortune 100, mid -sized and family -owned companies on a range of strategic and financial matters. Mr. Smith has significant experience leading teams in connection with the planning and execution of diverse corporate transactions including acquisitions, sales of businesses, financial restructurings, and debt and equity financings. Prior to joining Loop Capital Markets, he was a Vice President in the Investment Banking Division of Goldman, Sachs and Co. Mr. Smith began his career as a Certified Public Accountant with Arthur Andersen. Mr. Smith is a Trustee of Merit School of Music. Mr. Smith received a B.S. in Accountancy from Northern Illinois University and an MBA from Harvard Business School. Page 128 Packet Page -707- 5/14/2013 14.A.1. *Loop Capital Managing Director, Loop Capital Transportation Specialist Mr. Walsh has over 21 years of public finance expertise. He joined Loop Capital Markets in 2008 after having served as the senior transportation banker at JPMorgan. Bob is a recognized expert in developing innovative financing structures for air and surface transportation projects throughout the nation. He has experience structuring and financing transactions for toll road facilities, mass transit systems, various state transportation departments, airports (both General Airport Revenue and Passenger Facility Revenue Bonds), and seaports. He is very knowledgeable in leveraging Federal Revenues, e.g., Highway and Transit Garvee Bonds, the TIFIA program and Private Activity Bonds. Bob has provided senior and co- senior banking services for clients including Denver International Airport, Miami Dade International Airport, Dallas -Fort Worth Airport, the Illinois State Toll Highway Authority, Harris County Toll Road Authority, the New York MTA, Chicago Transit Authority, Houston Metro, the Texas DOT, the Michigan DOT and the Georgia DOT. His P3 experience includes the groundbreaking Denver Fas Tracks, the Chicago Transit Authority and Los Angeles County Metropolitan Transportation Authority. Bob holds a B.A. from the State University of New York at Stony Brook, NY and a M.A. from New York University, NY. He holds Series 7, Series 53, and Series 63 securities registrations. Policy Advisor, Loop Capital, Managing Director Kimberly Mitchell covers the state of Florida and has run the Firm's West Palm Beach office for the past nine years. Ms. Mitchell has 19 years of experience in the investment banking industry, covering accounts primarily in Florida. Prior to joining Loop Capital Markets in 2003, Ms. Mitchell oversaw the Florida operations for Mesirow Financial for six years and before that Pryor, McClendon Counts & Co. Among others throughout the State, Ms. Mitchell has significant experience working closely with the State of Florida, Division of Bond Finance, Florida State University, Palm Beach County, Palm Beach County Solid Waste Authority, South Florida Water Management District, Miami -Dade County, Miami - Dade Public Schools, Broward County, Lee County, City of Orlando, City of Miami Gardens, City of Miami Lakes, Leon County (Blueprint 2000), City of Tallahassee, City of Ocala, Reedy Creek Improvement District, Orlando- Orange County Expressway Authority, Florida Hurricane Catastrophe Fund and Citizens Property Insurance Corporation. Ms. Mitchell's passion for effecting public policy began some 20 years ago, while serving as an aide to then -Palm Beach County Commissioner Carol Roberts. Her knowledge on a wide variety of issues became even greater when she went on to serve the Florida Legislature as senior aide to Representative Greg Gay. With her philosophy of governing firmly taking hold, Ms. Mitchell entered the private sector, where she began advocating for a number of public policy changes affecting minority and women businesses and economic development. Page 129 Packet Page -708- 5/14/2013 14.A.1. *Loop Capital One of her major accomplishments came in 1999 when the Florida Legislature passed landmark legislation leading to the creation of the state's first minority -owned property and casualty homeowner's insurance companies. Additionally, through her efforts, the State Board of Administration, which manages the state's pension funds, was nationally recognized and awarded for its policy for women and minority inclusion. Ms. Mitchell is a former board member of the Florida Education Practices Commission, having been nominated by then- Education Commissioner Tom Gallagher and confirmed by the Florida Senate. She is a founding member of Family Zone: West Palm Beach, a local, non - profit organization focused on helping the residents of the blighted neighborhoods in the City's north end. With the support of numerous local and state leaders, they are currently working on the plan for the Zone modeled after the uniquely successful effort being undertaken by Geoffrey Canada in New York City, the Harlem Children's Zone. The mission is to tackle the cycle of poverty and educational challenges faced in the neighborhood. Ms. Mitchell is currently in her sixth term as City Commissioner and CRA Board Member for the City of West Palm Beach, Florida. The daughter of Apollo XIV astronaut Edgar Mitchell, Kimberly grew up in Palm Beach County. Ms. Mitchell received her Bachelor of Arts degree from Florida State University. She holds a Series 52 license. Deal Execution, Loop Capital Associate Erin Slone joined Loop Capital in October 2010 with ten years of experience. She is responsible for all aspects of banking coverage and technical and banking support, assisting clients in evaluating project delivery options and developing financial plans for infrastructure projects. Her P3 experience includes a social infrastructure project for the City of Chicago Public Building Commission, Midway Airport, the Chicago Transit Authority, Los Angeles County Metropolitan Transportation Authority, the Ohio State University and the State of Connecticut. Prior to joining Loop Capital Markets, Erin served as an Assistant Vice President in the Healthcare and Renewable Energy Groups at Ziegler Capital Markets. She was involved in many complex high yield project finance structures including a sale leaseback financing for a liquidity challenged health system, a large repositioning for one of the largest not - for - profit senior living systems and numerous innovative private activity project financings and divestitures. Her structuring experience includes insured, synthetic fixed rate, non -rated fixed rate and variable rate transactions. She facilitated borrowers' broader communication with the rating agencies and investing public through the preparation of information packages, investor presentations and fielding questions during the marketing process. Ms Slone holds Series 7, 66 and 79 licenses and graduated from the University of Chicago with honors with a BA in economics. She is expected to receive an MA in Integrated Marketing Communications from Northwestern University Spring 2014. Page 130 Packet Page -709- Solution -Based Airport Consulting 5. Schedule 5/14/2013 14.A.1. UNISON Consulting, Inc- 5.1 Milestone Schedule _... _.. _.. Schedule Information = Res " onse p' 1. Provide the total number of days to complete the outlined in this scope of work. 84 • Provide a specific milestone schedule outlining the anticipated (Total Days) timeline to accomplish these tasks: 1. A review of the Airport management, organizational, fiscal (including the debt service), operational and service structures; 2. Provide "best business practices" for similar sized airports; 3. Provide options /alternatives for the Airport management, organizational, fiscal (including the debt service) and operational structures, including consideration of public and/or private partnership(s); sale of one, or more than one, of the airport(s); separation of the management of one, or more than one, of the airports; or any combination of the alternatives above; 4. Evaluate the options vis -a -vis the "best business practices" and develop benefits, limitations, and quantifiable impacts, organizational, fiscal (including the debt service) and operational including economical impacts, to each of the options presented; 5. Provide recommended solution(s) that optimize profitability and operations for the Board's consideration. structures, including consideration of public and/or private 5.1 Milestone Schedule _... _.. _.. Week Tasks 1 2 3 - 4 5 6 7 a 9 10 11 12 1. A review of the Airport management, organizational, fiscal (including the debt service), operational and service structures. 2. Provide 'best business practices" for similar sized airports. 3. Provide options /altematives for the Airport management, organizational, fiscal (including the debt service) and operational structures, including consideration of public and/or private partnership(s); sale of one, or more than one, of the airport(s); separation of the management of one, or more than one, of the airports; or any combination of the alternatives above. 4. Evaluate the options vis -a-vis the "best business practices' and develop benefits, limitations, and quantifiable impacts, including economical impacts, to each of the options presented. 5. Provide recommended solution(s) that optimize profitability and operations for the Board's consideration. Collier County 13 -6083 Airport Management Consultant April 24, 2013 Packet Page -710- Page (31 Solution -Based Airport Consulting 6. References The requested Reference Questionnaires were completed by the following clients: Project Name LAMBERT -ST. LOUIS Financial Planning Services INTERNATIONAL AIRPORT" Reference Contact Name 4000 Rhonda Hamm - Niebruegge SAN DIEGO Aga=i INTERNATIONAL AIRPORT Project Name Financial Planning Services Reference Contact Name Thella Bowens o ... < Project Name Financial Planning Analysis (CIP /PFC) r Reference Contact Name Barry Bateman MITCHELL CHICAGO Project Name Reference Contact Name Financial Consulting Services BIWINGHAM SHUTTtE.SIVORTH INTERNATIONAL AIRPORT Reference Contact Name Al Denson o ... < Project Name Financial Planning Analysis (CIP /PFC) r Reference Contact Name Barry Bateman MITCHELL CHICAGO Project Name Program Finance Services Reference Contact Name Tiffany Green Collier County 13 -6083 Airport Management Consultant April 24, 2013 Packet Page -711- 5/14/2013 14.A.1. uN►soN Consulting, Inc. Page 132 �� Corsnty Adnrustatme ServnnDpAson Puri awng 5/14/2013 14.A.1. Reference Questionnaire Solicitation: 13 -6083 Airport Management Consultant Reference Questionnaire for: Unison Consulting, Inc. (Name of Company Requesting Reference Information) Name of Individuals Requesting Reference Information: Anthony Drake, Unison Executive Vice President Evaluator completing reference questionnaire: Rhonda Hamm - Niebruegge Organizational Analysis Evaluator's Company completing reference: St. Louis International Airport Project End Date (2 weeks past Email: RKHamm- Niebruegge @flystl.com FAX: (314) 426 -5733 Telephone: (314) 426- 8020 Collier County is requesting reference information on firms or their key personnel to be used in the selection of a firm to perform this project. The Name of the Company listed in the Subject'above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm /individual again) and 1 representing that you were very unsatisfied (and would never hire the firmrindivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Name of Project Completed by Firm: Project Description Finanical Planning /Management Financial analyses including debt restructuring and I Organizational Analysis I organizational analysis/development Project Start Date (from Notice to Project End Date (2 weeks past Total Number of Days Proceed) implementation) (over Schedule) 7/2011 In-process 0 Initial Project Budget Final Project Budget Overbudget $300,000 $300,000 (ongoing) 0 Number of Change Orders Based on Number of Change Orders (Based on Additional Days Added) Dollars 0 0 10 Provide additional description of change in time or budget: Unison has been awarded several contracts with the Airport since 1993. Please FAX or email this completed survey to: 312- 988 -3370 or daniellegraves(o)unison- ucg.com Packet Page -712- Criteria .. Score 1 Ability to manage the project costs minimize change orders to scope). 9 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. g 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Close out project process (final product turnover, invoices; manuals or going forward documentation, etc. 9 7 Ability to verbally communicate and document information clearly and succinctly. 9 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow agency's policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS g6 Please FAX or email this completed survey to: 312- 988 -3370 or daniellegraves(o)unison- ucg.com Packet Page -712- a4 /1J /201J 0y: 2b 619- 4002448 SDCRAA EXEC OFFICES Pars= R1 /A1 5/14/2013 14.A.1. Reference Questionnaire adr�+rerye o►�an Collier County is requesting reference information on firms or their key personnel to be used in the selection of a firm to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisffed (and would hire the irrmrindividual again) and 1 representing that you were very unsatisfied (and would never hire the firrrdindivdival again). if you do not have sufficient knowledge of past performance in a particular area, leave R blank and the item or form will be scored "0." lt>rsm 1 Crlt�esria Ability to manage the project costs minimize change orders to sr a e . d 2 Ablitty to maintain pqect schedule (complete on -time or early), 3 5-u2lity of work. 4 Quality of consultative advice rovided on the project. 1 5 6 Professionalism and ability to mana personnel. Close out project process (final product turnover; invoices; manuals or going forward documentation etc. o 7 Ability to verbally communicate and document information clearly and succinctly. $ AbiltitV to manage risks and unexpected project circumstances. 9 Ability to follow agency's olicies rocedures rules regulations, etc. to 10 Overall comfort level with hiring the company in the future (customer satisfaction), TOTAL. SCORE OF ALL ITEMS Please FAX or email this completed survey to: 312. 988 -3370 or ctaniellearavescmunison- uca.com By Monday April 22, 2013 Packet Page -713- ripr ej euls ts:buf1 ! .!Wallis 2055990548 5/14/2013 14.A.1. r CZ1014°'b` Reference pd�ree�satio�ow Solicitation: 13-6083 Airport Management Consultant Reference Questionnaire for. Unison Consulting, Inc. (Name of Company Requesting Reference Information) Name of indlMusis Requesting Reference Information: Anthony Drake, Unison Executive Vice Evaluator completing reference questionnaire: AI Denson Evaluator's Company completing reference: Birmingham- Shuttlesworth international Airpor Email: (Receives email via assistant Judy Wallis) FAX: 205 - 599 -0538 Telephone: 2( Iwalllsl�flvhlrrninnham Collier County is requesting reference information on firms or their key personnel to be used in the selection of a firm to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisif®d (and would hire the firmflndividuai again) and 1 representing that yot were very unsatisfied (and would never hire the tirmllndivdlual again). if you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0.' Name of Project Completed by Firm: Rmimr.F ne�w.;w.:ww Financial Planning Burl Date (from Notice to Proceed) 11,210 Developed plan of finance, net related Project End Date (2 weeks past Implementation) 712008 Final Project Budget crated use agreement an as Total Number of Da s (over Schedule) 0 Number of Change Orders Based on Number of Change Orders (Based on Additional Days Adc Dollars 0 0 Provide additional description of In recent years, Unison was awarded other financial related cont a contracts for services including work related financial feasibility anrr a rikjo r 1 2 3 Criteria .. Abil' to manage the act costs minimize change orders to scope). Ability to maintain project schedule corn lete on -time or earl Quay of work. eh/ a 4 5 Quaff' of consultative advice Provided on the project Professionalism and abil to ma a personnel. f O / 6 Cbse out project process (final product turnover, invoices; manuals or going forward documentation etc. 7 8 9 10 Ability to verbally communicate and document information dearly and succinct! - Abil to mana risks and unex cted ro' circumstances. Abili to follow a en `s olksss roe edures rules, r uWons, etc. Overall comfort level with hiring the company in the future (customer G- �fiQG�w4iw -.\ P O 1 p / a Please FAX or email this completed survey to: 312- 988 -3370 or d_anieileoravesCuniso -UG0 corn By Monday April 22, 2013 Packet Page -714- ire liltf ccr cu,LJ Uo. rit) 41414t4ozo UMIA AUMiN F AUL 01/161 5/14/2013 14.A.1. Reference Questionnaire Solicitation: 13.6083 Airport Management Consultant Reference Questionnaire for Unison Consulting, inc. (Name of Company Requesting Reference Information) Name of Individuals Requesting Reference Information: Anthony Drake, Unison Executive Vice President Evaluator completing reference questionnaire: Barry Bateman Ability to manage the project costs minimize change orders to scope). Evaluator's Company completing reference: General Mitchell International Airport Project End Date (2 weeks past Ismail: bbateman @mitchellairport.com FAX: 414- 747 -4525 Telephone: 414 -747 -5322 Collier County is requesting reference information on firms or their key personnel to be used in the selection of a firm to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm /individual again) and 1 representing that you were very unsatisfied (and would never hire the firmAndivdival again), if you do not have sufficient knowledge of past performance in a particular area, leave it blank and the Item or form will be scored "0," Name of Project Completed by Firm: Project Description Financial Planning Analysis (CiPiPFC) Developed CIP Including finding and project phasing, Ability to manage the project costs minimize change orders to scope). negotiated use a Bement and established fees for airport use Project Start Date (from Notice to Project End Date (2 weeks past Total Number of Days Proceed) implementation) (over Schedule) 7/2009 Ongoing 0 Initial Project Budget Final Project Budget Overbudget r $500,000 $480,967 billed to date 0 4 Number of Change Orders Based on Number of Change Orders (Based on Additional Days Added) I Dollars 0 0 Provide additional description of change in time or budget: i In recent years, Unison was awarded other financial related contracts for services including a parking demand and supply study and airport revenue bonds. Imo.:... ..I. :. .. " . ........ Ct %t l'1a . ... ScCa�r� 1 Ability to manage the project costs minimize change orders to scope). 2 Ability to maintain project schedule (complete on -time or early), 3 Quality of work. 4 Qua& of consultative advice provided on the project. I c7 5 Professionalism and abifty to manse personnel. 10 6 Close out project process (final product turnover, invoices; manuals or going fbrward documentation, etc. ) f a 7 Ability to verbally communicate and document information clearly and succinctl , / O 8 Abiltity to manage risks and unexpected project circumstances, 9 Ability to follow agencys policies, -procedures, rules regulations, etc. 1 10 Overall comfort level with hiring the company In the future (customer satisfaction). / TOTAL SCORE OF ALL ITEMS Please FAX or email this completed survey to: 312 - 988,33(0 or ct _anteile- aravesaunison- ucg.com By Monday April 22, 2013 Packet Page -715- 04 -23 -13 15:41 From-CAPITAL FINANCE _ �� AwYuw=we s own +7736863743 T -467 P. - ''-' - " - 5/14/2013 14.A.1. Reference Questionnaire Solicitation - 13.6083 Airport Management Consultant Reference Questionnaire for. unison Consulting, Inc. (Name of Company Requesting Reference Information) Name of Individuals Requesting Reference Information Yovette Drake, unison President Evaluator completing reference questionnaire. Tiffany Green Chicago Airport System Evaluators Company completing reference. O'Hare international Airport Project End Date (2 weeks past Email tiffany.green &cityofchicago.org FAX: Telephone:773 -462 -7327 Collier County is requesting reference information on firms or their key personnel to be used in the selection of a firm to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they nerve previously performed work. Please complete the survey Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsabsfled (and would never hire the firm /indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blanK and the item or form will be scored -0: Name of Project Completed by Firm: Project Description Program Finance Services for the Program Finance Audit, Program Financial Controls, Program Chicago Airport System Management, Program Planning & Contract Compliance Project Start Date (from Notice to Project End Date (2 weeks past Total Number of Days Proceed) implementation) (over Schedule) W005 Ended 8/2008 and re- awarded 0 6 7 412011 j D ' O initial Project Budget Final Project Budget Overbudget $8,768,377 $15,114,132 $0 10 F-Aercised two I- Year Exterivan options Number of Change Orders Based on Number of Change Orders (Based on Additional Days Added) Dollars 0 0 Provide additional description of change in time or bud et Exercised two 1- ear Extension Options Walm-1 CritaAa Score 1 Ability to manage the project costs minimize change orders to scope) 2 Abilgy to maintain project schedule (complete on -time or earl 3 4 Quality of work Quality of consultative advice provided on the project 5 Professionalism and ability to manage personnel. 6 7 Close out project process (final product turnover; invoices, manuals or going forward documentation, etc Ability to verbally communicate and document information clearly and succinctly. j D ' O 8 Abiltily to manage risks and unexpected project circumstances. 9 Ability to follow agency's olicies rocedures, rules, regulations, etc j 10 Overall comfort level wan hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS I i Please FAX or email this completed survey to: 312.968 -3370 or ganie)leu aves0unison -um corn By Monday April 22, 2013 Packet Page -716- Solution -Based Airport Consulting 7. Local Vendor Preference and Other Information • Attachment 5: Local Vendor Preference • Attachment 2: Vendor Check List • Attachment 3: Conflict of Interest Affidavit • Attachment 4: Vendor Declaration Statement • Attachment 6: Immigration Affidavit Certification • Attachment 7: Vendor Substitute W -9 • Attachment 8: Insurance and Bonding Requirements Collier County 13 -6083 Airport Management Consultant April 24, 2013 Packet Page -717- 5/14/2013 14.A.1. f NISON nsulting, Inc. Page (33 5/14/2013 14.A.1. +Co��er CouHty Admtrastrative Services Division Purchasing Attachment 5: Affidavit for Claiming Status as a Local Business Solicitation: 13 -6083 Airport Management Consulting (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business N/A ❑ Collier County ❑ Lee County Vendor affirms that it is a local business as defined by the Purchasing Policy of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XI of the Collier County Purchasing Policy; A "local business" is defined as a business that has a valid occupational license issued by either Collier or Lee County for a minimum of one (1) year prior to a Collier County bid or proposal submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well -being of either Collier or Lee County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. Vendor must complete the following information: Year Business Established in []Collier County or ❑ Lee County: N/A Number of Employees (Including Owner(s) or Corporate Officers): 42 Number of Employees Living in ❑ Collier County or ❑ Lee (Including Owner(s) or Corporate Officers): 0 If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor's submission being deemed not applicable. Vendor Name: Unison Consulting, Inc. Date: April 22, 2013 Collier or Lee County Add Signature: N/A Title: hxecutive Vice STATE OF FLORIDA ILLINOIS ❑ COLLIER COUNTY ❑ LEE COUNTY [X] COOK COUNTY Sworn to and Subsfore Me, a Notary Public, for the above State and County, on this 22 Day of April - ELISE D. HOLLAND Notary Public OFFICIAL SEAL July 2 2013 Notary Public. State of Illinois U My Commission Expires: , a My Commission Expires July 02, 2013 (AFFIX OFFICIAL SEAL) 13 -6083 Airport Management Consultant RFP_Non_CCNATem plate_0101 /2013 411 Packet Page -718- 5/14/2013 14.A.1. COT Lier C Uc y Administrative Services Dmsw Purzhasing Attachment 2: Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Vendor should check off each of the following items as the necessary action is completed: ® The Proposal has been signed. ® All applicable forms have been signed and included, along with licenses to complete the requirements of the project. ® Any addenda have been signed and included. K1 The mailing envelope has been addressed to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Joanne Markiewicz, Interim Purchasing Director ® The mailing envelope must be sealed and marked with Solicitation 13 -6083 Airport Management Consultant and 454/13, 12 Noon, Naples Local Time. ® The Proposal will be mailed or delivered in time to be received no later than the specified due date and time. (Otherwise Proposal cannot be considered.) ALL COURIER- DELIVERED PROPOSALS MUST HAVE THE RFP NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Unison Consulting, Inc. 409 West Huron, Suite 400 Chicago, IL 60654 312- 988 -3360 tonydrake Aunison- ucg.com Anthony Q. Drake Date April 22, 2013 Packet Page -719- 13 -6083 Airport Management Consultant RFP_Non_CCNATemplate_0101 /2013 32 5/14/2013 14.A.1. er County At�ninistrative SwAoes Divisor Purchasing Attachment 3: Conflict of Interest Affidavit By the signature below, the firm (employees, officers and /or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the proposed work; and bear on whether the firm (employees, officers and /or agents) has a possible conflict have been fully disclosed. Additionally, the firm (employees, officers and /or agents) agrees to immediately notify in writing the Purchasing /General Services Director, or designee, if any actual or potential conflict of interest arises during the contract and /or project duration. Firm: Unison Consulting, Inc. Signature and Date: Print Name Anthony Q. Drake Title of Signatory Executive Vice President State of Illinois County of Cook 2013 SUBSCRIBED AND SWORN to before me this 22 day of April 20 13 by Anthony O. Drake who is personally known to me to be the Executive Vice President for the Firm, OR who produced the following Notary Public My Commission Expires July 2, 2013 ELISE D. HOLLAND OFFICIAL SEAL Notary Puo'ic, State of Illinois MY cormmission Expires July 02, 2013 Packet Page -720- 13 -6083 Airport Management Consultant RFP_Non_CCNATem plate_0101 /2013 33 5/14/2013 14.A.1. C10 Ter county Mm6sbaM Seviom Division .Purchasing Attachment 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: Solicitation: 13 -6083 Airport Management Consulting Dear Commissioners: The undersigned, as Vendor declares that this proposal is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor agrees, if this proposal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the proposal pertains. The Vendor states that the proposal is based upon the proposal documents listed by Solicitation: 13 -6083 Airport Management. (Proposal Continued on Next Page) 13 -6083 Airport Management Consultant RFP_Non_CCNATemplate_0101 /2013 34 Packet Page -721- 5/14/2013 14.A.1. PROPOSAL CONTINUED IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 22 day of April 12013 in the County of Cook in the State of Illinois Firm's Legal Name: Unison Consulting, Inc. Address: 409 West Huron, Suite 400 City, State, Zip Code: Chicago, Illinois 60654 Florida Certificate of F03000002392 Authority Document Number: Federal Tax Identification 36- 3648595 Number CCR # or CAGE Code n/a Telephone: 312- 988 -3360 FAX: 312- 988 -3370 Signature by: Anthony Q. Drake (Typed and written) Title: Executive Vice President Additional Contact Information Send payments to: Unison Consulting, Inc. (required if different from above) Company name used as payee Contact name: Julia McGill Title: Controller Address: 409 West Huron, Suite 400 City, State, ZIP Chicago, IL 60654 Telephone: 312 - 988 -3360 FAX: 312 -988 -3370 Email: juliamcgill @unison- ucg.com Office servicing Collier County to place orders (required if different from above) Contact name: ry pp ell Gregory V. Cha g Title: Principal Address: 409 West Huron, Suite 400 City, State, ZIP Chicago, IL 60654 Telephone: 312- 988 -3360 Email gregorychappell @unison- ucg.com 13 -6083 Airport Management Consultant RFP_Non_CCNATem plate_01 0 1 12 01 3 35 Packet Page -722- 5/14/2013 14.A.1. co er cry Admire alive 5ervioes Division Purchasing Attachment 6: Immigration Affidavit Certification Solicitation: 13 -6083 Airport Management Consulting This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (RFP) submittals. Further, Vendors / Bidders are required to enroll in the E- Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's /bidder's proposal. Acceptable evidence consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E- Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E- Verify program, may deem the Vendor! Bidder's proposal as non - responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ( "INA "). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E- Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E- Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's / Bidder's proposal. Company Name Unison Consulting, Inc. Print Name Anthony Q.Drake Signature State of Illinois County of Cook Title Executive Vice President Date April 22, 2013 The foregoing instrument was signed and acknowledged before me this Z2 day of April 20 13, b personally known Anthony Q. Drake who has produced P Y as identification. (Print or Type Name) (Type of Identification and Number) Notary Public Signature uu et ELISE D. HOLLAND Elise D. Holland OFFICIAL SEAL Printed Name of Notary Public Notary Public. State of Illinois 444155 - July 2, "2013 � � my Co July ion Expires Duly oz. 1e13 Notary Commission Number /Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. 13 -6083 Airport Management Consultant RFP_Non_CCNATem plate _0101 /2013 37 Packet Page -723- 5/14/2013 14.A.1. f: oLEier Cat -cfaty Purrhasty Attachment 7: Vendor Substitute W — 9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, -Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name Unison Consulting, Inca (as shown on income tax return) Business Name (if different from taxpayer name) Address 409 West Huron, Suite 400 City Chicago State Illinois Zip 60654 FAX 312- 988 -3370 Telephone 312 -988 -3360 Order Information Address 409 West Huron, Suite 400 city Chicago state IL Zip 60654 FAX 312- 988 -3360 Email gregorychappell @unison- ucg.com 2. Company Status (check only one) Email tonydrake@unison- ucg.com Remit / Payment Information Address 409 West Huron, Suite 400 City Chicago State IL Zip 60654 FAX 312- 988 -3370 Email luliamcgill @unison- ucg.com _Individual / Sale Proprietor Corporation Partnership _Tax Exempt (Federal income tax - exempt entity _ Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c) 3) C Enter the tax classification (D = Disregarded Entity, C = Corporation, P = Partnership) 3. Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) 36- 3648595 (Vendors who do not have a TIN, will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form Certification: Under ' penaU4es of perjury, I certify that the information shown on this form is correct to my knowledge. Signature Date April 22, Title Executive Vice President Phone Number - - 13 -6083 Airport Management Consultant RFP_Non_CCNATem plate_0101 /2013 38 Packet Page -724- 5/14/2013 14.A.1. c; A Me � co u nty Adrninishatke Services Division Purchasing Attachment 8: Insurance and Bonding Requirements Insurance /Bond Type Required Limits 1. ® Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $500.000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability 4. ® Indemnification To the maximum extent permitted by Florida law, the Contractor /Vendor /Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attomeys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ContractorNendor /Consultant or anyone employed or utilized by the Contractor /Vendor /Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 4. ® Automobile Liability $ 500,000 Each Occurrence; Bodily Injury & Property Damage, Owned /Non- owned /Hired; Automobile Included 5. ❑ Other insurance as ❑ Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. ❑ Pollution $ Per Occurrence Per Occurrence ® Professional Liability $ 1,000,000 Per Occurrence • $ 500,000 each claim and in the aggregate • $1,000,000 each claim and in the aggregate • $2,000,000 each claim and in the aggregate Packet Page -725- ■ :... . 7. ❑ Performance and Payment Bonds 5/14/2013 14.A.1. ❑ Valuable Papers Insurance $ Per Occurrence Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5 %u of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner, provided, however, the surety shall be rated as "A= or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 11. ® Thirty (30) Days Cancellation Notice required. Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm Unison Cw;sulting, Inc. Vendor Signature Print Name Insurance Agency Agent Name Anthony Q. Drake C.D. Rigdon & Associates, Ltd. Chris Rigdon Packet Page -726- Date April 22, 2013 Telephone Number 630 - 696 -4043 13 -6083 Airport Management Consultant RFP_Non_CCNATemplate_0101 /2013 40 UNISON Consulting, Inc. OR is c.n .. rD O r-+ n_ 0 LD QQ