Loading...
Agenda 06/12/2012 Item #16A24Proposed Agenda Changes Board of County Commissioners Meeting June 12, 2012 Move Item 16A16 to Item 11G: Recommendation to accept staffs progress report for locating a potential All Terrain Vehicle (ATV) site and that the Board adopt the proposed Resolution establishing the Collier County ATV Park Ad Hoc Committee, which Resolution also appoints the initial members to this Committee. (Commissioner Hiller's request) Move Item 16A24 to Item 1111: Recommendation to award Invitation to Bid (ITB) 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA (Stewardship Receiving Area) to Munilytics for a cost of $15,560. (Commissioner Hiller's request) Move Item 16C4 to Item 11I: Recommendation to accept the Water System Audit Progress Report and to approve adjustments to specific water /sewer accounts to correct previously billed water /sewer charges. (Commissioner Hiller's request) Move Item 16F8 to Item 11F: Recommendation to authorize the County Manager to reorganize certain functions within the County Manager's Agency to align strategic goals, optimize resources, and combine expertise under a balanced organizational structure. (Commissioner Hiller's request) Move Item 16G1 to Item 14A1: Recommendation that the Board of County Commissioners, acting in its official capacity as the Airport Authority, award Bid No. 12 -5822 USDA Immokalee Building Build Out in the amount of Two Hundred Ninety Six Thousand Ninety -Nine Dollars ($296,099) to One Source Construction Company & Builders, Inc., pending USDA approval. (Commissioner Hiller's request) Move Item 16G2 to Item 14A2: Recommendation to approve the conveyance of an Easement to Lee County Electric Cooperative for providing electric service to the Turbo Services Inc. leased site at the Immokalee Regional Airport located at 190 Airpark Boulevard, Immokalee at a cost not to exceed $27. (Commissioner Hiller's request) Move Item 16K2 to Item 12A: Recommendation to authorize an increase in the purchase order for Carlton Fields, P.A., in the case of Collier County v. John Reynolds & Sons, Inc., et al., Case No. 10- 6658 -CA (South Reverse Osmosis Raw Water Wellfield Pipeline Project No. 70030) (Fiscal Impact an additional $200,000). (Commissioner Hiller's request) Note: Item 1OC: Resolution has been revised to more clearly state that the straw ballot will be presented solely to the voters within the boundaries of the proposed Immokalee Area Master Plan. Copies of the revised Resolution have been supplied to Commission members. Time Certain Items: 6/12/2012 Item 16.A.24. EXECUTIVE SUMMARY Recommendation to award Invitation to Bid (ITB) 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA (Stewardship Receiving Area) to Munilytics for a cost of $15,560.00. OBJECTIVE: To provide direction to staff to retain the firm Munilytics to perform the review of the five -year fiscal report submitted by the Ave Maria Stewardship Receiving Area (SRA) and provide an analysis as to whether the fiscal neutrality requirement of the LDC has been satisfied, as well as provide the County recommendations upon best management practices for future five -year analysis, as required by the Land Development Code. CONSIDERATIONS: On February 14, 2012, the BCC directed the County manager or his designee to retain a third - parry independent firm to review the Ave Maria SRA five -year fiscal report and determine if the development is fiscally neutral to the County at the five -year anniversary of the project approval utilizing a cost - benefit approach. The Ave Maria SRA five -year report, as evaluated by staff was found to satisfy the fiscal neutrality requirement of the code. On December 14, 2010, the BCC requested the Clerk of Courts to perform an independent review of the findings. The Clerk of Courts was unable to reach a definite determination of fiscal neutrality and based upon this; the BCC requested a cost - benefit analysis from an outside firm. In addition to reviewing the fiscal analysis, the requested firm will provide the Board with suggestions for best management practices for future five year fiscal analysis required by the Land Development Code. Notice of solicitation 12 -5906 was sent to 632 firms on May 2, 2012. Of the 632 firms, 32 downloaded the solicitation and 2 two firms' submitted bids. Munilytics, Ft. Lauderdale, FL; $15,560.00, plus $175.00 per hour for Public Meetings in excess of 6 hours TischlerBise Bethesda, MD $24,650.00 From review of the submitted bids, both firms have indicated a competency within the field of fiscal analysis, as well as fiscal modeling. It should be noted that the solicitation did not request fiscal modeling, as required for a new SRA in the Rural Lands Stewardship Area (RLSA), but rather requested a cost benefit analysis of the fiscal analysis provided by the Ave Maria SRA, as well as recommendations for best management practices. It should be noted that the issues (verification of right -or -way donation, proportionate share allocation and property valuation) which prevented the Clerk of Courts from providing a definitive determination of fiscal neutrality to the Board may present similar difficulties for the selected firm. Staff recommends that the Board award this ITB to Munilytics, the lowest responsive bidder. FISCAL IMPACT: A budget amendment moving dollars from Unincorporated Area MSTD General Fund (I 11) reserves to the appropriate expense cost center in an amount up to $25,000 has been allocated. Packet Page -1344- 6/12/2012 Item 16.A.24. GROWTH MANAGEMENT PLAN (GMP) IMPACT: Fiscal Neutrality is a requirement of the Growth Management Plan (GMP), and as implemented within the LDC, a final determination of fiscal impact is required to satisfy Section 4.08.07.L.1. LEGAL CONSIDERATIONS: This executive summary has been reviewed by the County Attorney's Office. A majority vote is necessary for Board action. (HFAC) STAFF RECOMMENDATION: That the Board direct staff to issue a purchase order with Munilytics to provide a cost - benefit analysis of the Ave Maria SRA, consistent with the Land Development Code at its five -year anniversary (June 2010) of approval and provide best management practices for future five -year analysis. Prepared by: Mike Bosi, AICP, Comprehensive Planning Manager, Land Development Services Department Attachments: Exhibit "A" Solicitation 12 -5906 Five Year Cost Benefit Analysis of the Ave Maria SRA Exhibit `B" Bid Tabulation Exhibit "C" 12 -5906 Munilytics Proposal Exhibit "D" 12 -5906 TischlerBise Proposal Packet Page -1345- COLLIER COUNTY Board of County Commissioners Item Number: 16.A.24. 6/12/2012 Item 16.A.24. Item Summary: Recommendation to award Invitation to Bid (ITB) 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA (Stewardship Receiving Area) to Munilytics for a cost of $15,560. Meeting Date: 6/12/2012 Prepared By Name: BosiMichael Title: Manager - Planning,Comprehensive Planning 6/4/2012 1:43:21 PM Submitted by Title: Manager - Planning,Comprehensive Planning Name: BosiMichael 6/4/2012 1:43:23 PM Approved By Name: MarkiewiczJoanne Title: Manager - Purchasing Acquisition,Purchasing & Gene Date: 6/4/2012 4:03:33 PM Name: MarkiewiczJoanne Title: Manager - Purchasing Acquisition,Purchasing & Gene Date: 6/4/2012 4:03:53 PM Name: BetancurNatali Title: Executive Secretary,Transportation Engineering & C Date: 6/4/2012 4:07:05 PM Name: LorenzWilliam Title: Director - CDES Engineering Services,Comprehensive Date: 6/5/2012 8:39:54 AM Packet Page-1346- Name: MarcellaJeanne Title: Executive Secretary,Transportation Planning Date: 6/5/2012 9:13:05 AM Name: AshtonHeidi Title: Section Chief/Land Use- Transportation,County Attor Date: 6/5/2012 4:41:23 PM Name: FinnEd Title: Senior Budget Analyst, OMB Date: 6/5/2012 4:58:22 PM Name: KlatzkowJeff Title: County Attorney Date: 6/6/2012 8:04:13 AM Name: OchsLeo Title: County Manager Date: 6/6/2012 9:18 :14 AM Packet Page -1347- 6/12/2012 Item 16.A.24. _il 0 CD N Ca CD a Cr 0 fll O CD K m CD N Q N A i O CD CD CD a a CA m C CL CD CD CD m M w>>> D D D a p. W N Cn Cn -0 M -4 w0 D N 3 3 3 3 3 3 O Imo ? ci w Cn o `< r 7 � CD N OCD 7� n O 70 O 6 to 7 CD CD CD O O CD a W. W 3C) D O O CD 7 r o 5 c a 3 a= o C7 = 0 Q rn c v rt C5• '0 a a O Ca- O a Vl X cD 0 7 - M [A 0 CAD C Cn O O O C a =r 0 0 CD '0 -o � to > -h < 0 0 X CD o N iD __ O n =5 S y N CL N g CD M rCD CD CD 0 CD o N 0 O o CD N CD S l< CD m N O CD ID v► rfl -n f.S cn Cn O 3 c t D m Cn CD Cn Cl) vO D Cn CD Cn L CL CT CT O O G O O O CD CD CD CD CD o CD CD 'W" 'Cfi 6s 69 ;, n CD CD cn Cn m 3 d m T r d C C m rp N T r cc M i s CD s n ro a � O � 6/12/2012 Item 16.A.24. v o v o n o 0 0 0 0 0 0 °o o° °o °o °o °a 0 0 0 0 0 0 Packet Page -1348- d f'1 W M 3' d r+ H 3 O D Cu Cn H� 0 r+ S M C M 0 o 3 E rD v an v .. 7 D ,T C y Co O FD' N M { A d n 0 N to •: a 7 N W 0 O � O S A a G ID 3 d n. z a O O i 0 a m Co O- Z Q O O N n C - O tT CL rn w w O N N N �. CD a p. W N Cn Cn -0 M -4 w0 D �� D ?n m o_<0o0 CD CD "o -0 O Imo ? ci w Cn o `< r 0. O O y � CD N 0 0 En CD n O C O 6 to 0 CD CD CD O O CD a W. W 3C) D O O CD 7 n 0 �F03 CD „ <-00 0 0 0 0 o C7 v 3 C, Q rn c a v '0 a 0 a Vl X 0 S CD CD In 7 - M 7 O' CAD C Cn Q. �. CD Cr C .: CD CD y 0 '0 -o � �_ CD < 0 0 CD 0 N iD __ O n =5 S y CD 0 Cn O CL N g CD M rCD CD CD 0 CD CD S 7 0 O o CD N CD S l< CD m O CD v► rfl 69 f.S cn Cn M S 'y D CL CT CT O O G O O O o O o O 'W" 'Cfi 6s 69 ;, n CD CD cn Cn c y, v, r a _ CD M CD O O O :,::.6a1 COA O O O O O O _Cp v o v o n o 0 0 0 0 0 0 °o o° °o °o °o °a 0 0 0 0 0 0 Packet Page -1348- d f'1 W M 3' d r+ H 3 O D Cu Cn H� 0 r+ S M C M 0 o 3 E rD v an v .. 7 D ,T C y Co O FD' N M { A d n 0 N to •: a 7 N W 0 O � O S A a G ID 3 d n. z a O O i 0 a m Co O- Z Q O O N n C - O tT CL rn w w O N N N Exhibit "A" 6/12/2012 Item 16.A.24. c;0vier C:;��y 71urchasing INVITATION TO BID Date: Interested Firms From: Joanne Markiewicz (239) 252 -8975 (Telephone) (239) 252 -6480 (FAX) JoanneMarkiewicz @colliergov.net (Email) To: Prospective Vendors Solicitation: 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA (Stewardship Receiving Area) As requested by the Growth Management Division, the Collier County Board of County Commissioners Purchasing Department has issued this ITB for the purpose of obtaining fair and competitive responses. Please refer to the Public Notice included in this document for the opening date and time and any applicable pre -ITB conference. All questions regarding this ITB must be submitted online on the Collier County Purchasing Department E- Procurement website: www.colliergov.net/bid. All responses to questions will be posted on the website with electronic notification to all prospective vendors. We look forward to your participation in Collier County's competitive procurement process. cc: Michael Bosi Note: All ITB responses submitted must include one (1) original labeled MASTER, along with one (1 exact duplicate copies, including all required forms. W- ., ow igs...aM • Nmlm 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB Template-03012012 Packet Page =1349- Exhibit "A" 6/12/2012 Item 16.A.24. Invitation to Bid Index PublicNotice ................................................................................................. ..............................3 Exhibit I: Scope of Work, Specifications and Response Format .................. ..............................4 Exhibit II: General Bid Instructions ............................................................... ..............................7 Exhibit III: Standard Purchase Order Terms and Conditions ....................... .............................13 Exhibit IV: Additional ITB Terms and Conditions ......................................... .............................16 Attachment 1: Vendor Submittal - Vendor's Non - Response Statement ....... .............................21 Attachment 2: Vendor's Check List ............................................................. .............................22 Attachment 3: Vendor Submittal - Bid Response Form ............................... .............................23 Attachment 4: Vendor Submittal — Local Vendor Preference Affidavit .......... .............................25 Attachment 5: Vendor Submittal — Immigration Affidavit ............................... .............................26 Attachment 6: Vendor Substitute W — 9 ........................................................ .............................27 Attachment 7: Vendor Submittal - Insurance and Bonding Requirements ... .............................29 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB 2 Template-03012012 Packet Page -1350- Exhibit "A" 6/12/2012 Item 16.A.24. Public Notice Sealed bid responses for Solicitation 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA, will be received only at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112 until 11 AM Collier County local time on May 24, 2012. Solicitation responses received after the stated time and date will not be accepted. Solicitation 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA All questions regarding this ITB must be submitted online on the Collier County Purchasing Department E- Procurement website: www.colliergov.net /bid. All responses to questions will be posted on the website with electronic notification to all prospective vendors. All solicitation responses must be made on the official ITB response form included and only available for download from the Collier County Purchasing Department E- Procurement website noted herein. ITB Documents obtained from sources other than Collier County Purchasing may not be accurate or current. Collier County encourages vendors to utilize recycled paper on all manual bid response submittals. 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 Publicly posted on the Collier County Purchasing Department website: www.colliergov.net /purchasing and in the lobby of the Purchasing Building on 5/2/12. 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB Template-03012012 Packet Page -1351- Exhibit "A" 6/12/2012 Item 16.A.24. Exhibit I: Scope of Work, Specifications and Response Format As requested by the Collier County Growth Management Division (hereinafter, the "Division or Department'), the Collier County Board of County Commissioners Purchasing Department (hereinafter, "County ") has issued this Invitation to Bid (hereinafter, "ITB ") with the intent of obtaining bids from interested and qualified firms in accordance with the terms, conditions and specifications stated or attached. The Vendor, at a minimum, must achieve the requirements of the Scope of Work and Specifications stated herein. Description of Work The County is interested in receiving bid responses and contracting with a firm for the performance of a cost - benefit analysis of the Ave Maria Five -year fiscal analysis report and provide best practices for future five -year financial reports required by the Rural Lands Stewardship Area (RLSA) Overlay. The budget for this project is anticipated not to exceed $25,000. Background On February 14, 2012, the BCC directed staff to retain a third -party independent firm to review the Ave Maria SRA and determine if the development is fiscally neutral to the County at the five -year anniversary of the project approval utilizing a cost - benefit approach. The Ave Maria SRA (Stewardship Receiving Area) five -year report, as prepared by Fishkind evaluated by staff was found to satisfy the fiscal neutrality requirement of the Land Development Code (LDC) section 4.08.07.L. On December 14, 2010, the BCC requested the Clerk of Courts to perform an independent review of the findings. The Clerk of Courts was unable to reach a definite determination of fiscal neutrality as such, the BCC requested a cost - benefit analysis from an outside firm. The requirements for an SRA Economic Assessment are as follows: An Economic Assessment meeting the requirements of this Section shall be prepared and submitted as part of the SRA Designation Application Package. At a minimum, the analysis shall consider the following public facilities and services: transportation, potable water, wastewater, irrigation water, stormwater management, solid waste, parks, law enforcement, emergency medical services, fire, and schools. Development phasing and funding mechanisms shall address any adverse impacts to adopted minimum levels of service pursuant to the Chapter 6 of the Collier County Land Development Code (LDC). 1. Demonstration of Fiscal Neutrality. Each SRA must demonstrate that its development, as a whole, will be fiscally neutral or positive to the Collier County tax base, at the end of each phase, or every five (5) years, whichever occurs first, and in the horizon year (build -out). This demonstration will be made for each unit of government responsible for the services listed below, using one of the following methodologies: a. Collier County Fiscal Impact Model. The fiscal impact model officially adopted and maintained by Collier County. b. Alternative Fiscal Impact Model. If Collier County has not adopted a fiscal impact model as indicated above, the applicant may develop an alternative fiscal impact model using a methodology approved by Collier County. The BCC may grant exceptions to this policy of fiscal neutrality to accommodate affordable or workforce housing. 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB Template_03012012 Packet Page -1352- Exhibit "A" 6/12/2012 Item 16.A.24. 2. Monitoring Requirement. To assure fiscal neutrality, the developer of the SRA shall submit to Collier County a fiscal impact analysis report ( "Report") every five (5) years until the SRA is ninety (90) percent built out. The Report will provide a fiscal impact analysis of the project in accord with the methodology outlined above. Detailed Scope of Work The County's Growth Management — Comprehensive Planning Department is interested in receiving bids from interested firms who would perform the following service tasks between May 15, 2012 — January 31, 2013: 1. Review and provide an independent cost - benefit analysis of the Ave Maria SRA at the project's five year anniversary of approval (June 2010) utilizing the numbers provided for in the Ave Maria Stewardship Receiving Area (SRA) Fiscal Impact Analysis Model (FIAM) 5 -year fiscal assessment; and 2. Provide "best practice" suggestions for best management practices for future five year fiscal assessment reports required by Land Development Code (LDC) section 4.08.07.L. 3. Provide findings to the Board of County Commissioners or other Advisory Committees or Task Groups. The selected firm shall agree to: • Submit travel expenses for travel outside Lee and Collier County at the rates set forth in Section 112.061 Florida Statutes which sets limits for per diem travel expenses for public officers, employees and other authorized persons carrying out the task of said public officers or employees. Reimbursements shall be for such travel expenses as mileage, breakfast, lunch, dinner, airfare, rental car, lodging, and parking. • Submit reimbursable expenses for actual receipted costs for the completion of the task. Reimbursable expenses shall include, but not be limited to: postage, delivery fees, printing, copying, faxing, etc. Firms submitting bid responses for this ITB must have evidence of the following: 1. Three comparable public a_gency projects of similar scope. Provide a brief description of at least three projects related to the Growth Management Plan amendment process completed for public agencies; include dates of the projects and contact information (name, address, telephone and email address) for the main contact individual at the public agency. 2. Credentials of staff assigned to the County's project demonstrating at least 5 — 10 years of previous comparable experience: Provide the credentials and experiences of staff assigned to this project. 3. Proiect costs in the following format: 1. Lump sum cost to complete the services identified in the above Scope of Work. $ 2. Anticipated travel expenses to complete services identified in the above Scope of Work. $ 3. Anticipated reimbursable expenses to complete the services identified in the above Scope of Work. $ TOTAL Costs (Add '1 +2 + 3) $ 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB Template_03012012 Packet Page -1353- Exhibit "A" 6/12/2012 Item 16.A.24. 4. Completed Attachments 2 — 7. The County reserves the right to meet with the firm who provides the lowest responsive bidder to ensure that the firm addresses all of the service tasks in the most complete and effective manner in the interest of the citizens of Collier County. Award Criteria ITB award criteria is as follows: • All questions on the Bid document shall be answered as to price(s), time requirements, and required document submissions. • Award shall be based upon the responses to all questions on the Bid Response Page(s). • Further consideration may include but not be limited to, references, completeness of bid response and past performances on other County bids /projects. • Prices will be read in public exactly as input on the electronic bid response form or written on the manually submitted Bid Response Page(s) at the time of the bid opening; however, should an error in calculations occur whenever unit pricing and price extensions are requested, the unit price shall prevail. Mathematical miscalculations may be corrected by the County to reflect the proper response. • The County's Purchasing Department reserves the right to clarify a vendor's proposal prior to the award of the solicitation. • It is the intent of Collier County to award to the lowest, qualified and responsive vendor(s) by calculating the TOTAL Costs. • Collier County reserves the right to select one, or more than one suppliers, however, it is the intent to select a single awardee. • The contract will be in the form of a standard County Purchase Order. Term of Contract The contract term, if an award(s) is /are made is intended to be for current needs only per the scope of service. Prices shall remain firm for the term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. Projected Timetable Event Date Issue Solicitation Notice 5/2/12 Last Date for Receipt of Written Questions 5/15/12, 12 Noon, Naples Local Time Addendum Issued Resulting from Written Questions 5/16/12 Solicitation Deadline Date and Time 5/24/12, 11 AM, Naples Local Time Anticipated Evaluation of Submittals Late May 2012 Anticipated Issuance of Purchase Order I Late May 2012 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB Template_03012012 Packet Page -1354- Exhibit "A" Exhibit II: General Bid Instructions 6/12/2012 Item 16.A.24. Purpose /Objective s requested by the Collier County departments or divisions identified in Exhibit 1, the Collier County Board of County Commissioners Purchasing Department (hereinafter, the County) has issued this Invitation to Bid (hereinafter, the "ITB ", or "Bid ") with the sole purpose and intent of obtaining bid responses from interested and qualified firms in accordance with the terms, conditions, and specifications stated and /or attached herein /hereto. The successful vendor will hereinafter be referred to as the "Vendor" All bids must be submitted on the Bid form furnished by the County noted in Attachments 1, 2, 3, 4, and 5 of this ITB. No bid will be considered unless the Bid form is properly signed. Vendor is responsible to read and follow the instructions very carefully, as any misinterpretation or failure to comply with these instructions could lead to the bid submitted as being rejected as non - responsive. 2. Pricing Vendors must provide unit prices using the unit of measured specified by the County. All prices will remain firm for a period of one hundred and eighty (180) calendar days from date of bid opening. After award by the Board of County Commissioners, prices may only be adjusted as outlined in Exhibit I: Term of Contract. 3. Alternate Bid Pricing In the event that alternate pricing is requested, it is an expressed requirement of the bid to provide pricing for all alternates as listed. The omission of a response or a no -bid or lack of a submitted price will be the basis for the rejection of the submitted bid response. All bids responses received without pricing for all alternates as listed will be considered technically non - responsive and will not be considered for award. 4. Equal Product Manufacturer's name, brand name and /or model number are used in these specifications for the purpose of establishing minimum requirements of level of quality, standards of performance and /or design required, and is in no way intended to prohibit the bidding of other manufacturer's items of equal or similar material. An equal or similar product may be bid, provided that the product is found to be equal or similar in quality, standard of performance, design, etc. to the item specified. Where an equal or similar is bid, the Bid must be accompanied with two (2) complete sets of factory information sheets (specifications, brochures, etc.) and test results, if applicable, of unit bid as equal or similar. Equal product samples, if required for evaluation, and at no cost to the County, must be submitted with Bid. Unless otherwise directed in the solicitation, the bid will not be considered unless samples are delivered to specified address by bid due date. The County shall be sole judge of equality or similarity, and its decision shall be final in the best interest. 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB Template_03012012 Packet Page -1355- Exhibit "A" 6/12/2012 Item 16.A.24. 5. Discounts Any discounts or terms must be shown on the Bid form. Such discounts, if any, may be considered in the award of tie bids. In no instance should payment terms less than fifteen (15) calendar days be offered. 6. Exceptions Vendors taking exception to any part or section of these specifications shall indicate such exceptions on a separate sheet entitled "EXCEPTIONS TO SPECIFICATIONS." Failure to indicate any exceptions to the specifications shall be interpreted as the Vendors intent to fully comply with the specifications as written. The County, at its sole discretion, shall determine if the exceptions are material in nature, and if the Vendor's exceptions may be declared grounds for rejection of bid proposal. 7. Addenda The County reserves the right to formally amend and /or clarify the requirements of the bid specifications where it deems necessary. Any such addendum /clarification shall be in writing and shall be distributed electronically to all parties who received the original bid specifications prior to the deadline for submission of Bids. All changes to this ITB will be conveyed electronically through a notice of addendum or questions and answers to all vendors registered under the applicable commodity code(s) at the time when the original ITB was released, as well as those vendors who downloaded the ITB document. Additionally, all addendums are posted on the Collier County Purchasing Department E- Procurement website: www.colliergov.net/bid. Before submitting a bid response, please make sure that you have read all, understood clearly and complied completely with any changes stated in the addenda as failure to do so may result in the rejection of your submittal. 8. Bid Submission All paper bids shall be submitted to the County Purchasing Director, Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112, by the date and time as stated in the Legal Notice. The County assumes no responsibility for bid responses received after the due date and time, or at any office or location other than that specified herein, whether due to mail delays, courier mistakes, mishandling, inclement weather or any other reason. Late bid responses shall be returned unopened, and shall not be considered for award. Vendors must submit one (1) paper copy clearly labeled "Master," and one (1) compact disks (CD /DVD) with one copy of the proposal on each CD in Word Excel or PDF. List the Solicitation Number and Title on the outside of the box or envelope. All bids sent by courier service must have the bid number and title on the outside of the courier packet. Vendors who wish to receive copies of bids after the bid opening may view and download same from the Collier County Purchasing Department Internet bid site. 9. Questions If the vendor should be of the opinion that the meaning of any part of the Bid Document is doubtful, obscure or contains errors or omissions it should report such opinion to the Procurement Strategist before the bid opening date. Direct questions related to this ITB only to the Collier County 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB Template_03012012 Packet Page -1356- Exhibit "A" 6/12/2012 Item 16.A.24. Purchasing Department Internet website: www.coiliergov.net /bid. Questions will not be answered after the date noted on the ITB. 4 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 E- Procurement website. For general questions, please call the referenced Procurement Strategist identified in the Public Notice. 10. Protests Any actual or prospective respondent to an Invitation to Bid, who has a serious and legitimate issue with the ITB shall file a written protest with the Purchasing Director prior to the opening of the bid or the due date for acceptance of bid. All such protests must be filed with the Purchasing Director no later than 11:00 a.m. Collier County time on the advertised date for the opening of the bid or the acceptance date for the Request for Proposals. 11. Rejection and Waiver The County reserves the right to reject any and all bids, to waive defects in the form of bid, also to select the bid that best meets the requirements of the County. Vendors whose bids, past performance or current status do not reflect the capability, integrity or reliability to fully and in good faith perform the requirements denoted may be rejected as non- responsive. Bids that do not meet all necessary requirements of this solicitation or fail to provide all required information, documents or materials may be rejected as non - responsive. 12. Local Vendor Preference (LVP) The County is using the Competitive Sealed Quotation methodology of source selection for this procurement, as authorized by Ordinance Number 87 -25, and Collier County Resolution Number 2008 -181 establishing and adopting the Collier County Purchasing Policy. The Collier County Board of County Commissioners has adopted a Local Preference "Right to Match" policy to enhance the opportunities of local businesses to receive awards of Collier County purchases. A "local business" is defined as a business that has a valid Business Tax Receipt, formerly known as an Occupational License issued by either Collier or Lee County for a minimum of one (1) year prior to a Collier County quote 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 quote or proposal to be eligible for consideration as a "local business" under this section. When a qualified and responsive non -local business submits the lowest price quote, and the quote submitted by one or more qualified and responsive local businesses is within ten percent (10 %) of the price submitted by the non -local business, then the local business with the apparent lowest quote offer (i.e. the lowest local vendor) shall have the opportunity to submit an offer to match the 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB Template_03012012 Packet Page -1357- Exhibit "A" 6/12/2012 Item 16.A.24. price(s) offered by the overall lowest, qualified and responsive vendor. In such instances, staff shall first verify if the lowest non -local vendor and the lowest local vendor are in fact qualified and responsive vendors. Next, the Purchasing Department shall determine if the lowest local vendor meets the requirements of Section 287.087 F.S. If the lowest local vendor meets the requirements of 287.087, F.S., the Purchasing Department shall invite the lowest local vendor to submit a matching offer to the Purchasing Department which shall be submitted within five (5) business days thereafter. If the lowest local vendor submits an offer that fully matches the lowest quote from the lowest non -local vendor tendered previously, then award shall be made to the local vendor. If the lowest local vendor declines or is unable to match the lowest non local quote price(s), then award will be made to the lowest overall qualified and responsive vendor. If the lowest local vendor does not meet the requirement of Section 287.087 F.S. and the lowest non -local vendor does, award will be made to the vendor that meets the requirements of the referenced state law. Vendor must complete and submit with its quote 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 quote 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 quote submitted to the County will lose the privilege to claim Local Preference status for a period of up to one (1) year. The County may, as it deems necessary, conduct discussions with any of the competing 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. 13. 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 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB 10 Template_03012012 Packet Page -1358- Exhibit "A" 6/12/2012 Item 16.A.24. the BidderNendor 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 seg. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 14. Lobbying All firms are hereby placed on NOTICE that the County Commission does not wish to be lobbied either individually or collectively about a project for which a firm has submitted a bid. Firms and their agents are not to contact members of the County Commission for such purposes as meetings of introduction, luncheons, dinners, etc. During the bidding process, from bid opening to final Board approval, no firm or its agent shall contact any other employee of Collier County with the exception of the Purchasing Department. 15. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms submitting a response to this solicitation shall be required to provide a certificate of authority from the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 (www.sunbiz.org /search.html). A copy of the document shall be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. 16. General Information When it is deemed by the County that a bid cannot be awarded as originally intended, the County reserves the right to award this bid through an approach which is the best interest of the County. Alternate bids will not be considered unless authorized by the ITB. In case of identical bids tying as low bid, the County shall ask vendors to submit certification that they have a drug -free workplace in accordance with Section 287.087 Florida Statutes. Should all vendors provide said certification; the County will give local vendor preference. 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB 11 Template_03012012 Packet Page -1359- Exhibit "A" 6/12/2012 Item 16.A.24. 17. Bid Award Process Award of contract will be made by the Board of County Commissioners in public session. Awards pertaining to the Collier County Airport Authority will generally be made by that agency's approval Board. Award shall be made in a manner consistent with the County's Purchasing Policy. Award recommendations will be posted outside the offices of the Purchasing Department as well as on the Collier County Purchasing Department website on Wednesdays and Thursdays prior to the County Commission meetings. 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. 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB 12 Template-03012012 Packet Page -1360- Exhibit "A" 6/12/2012 Item 16.A.24. Exhibit III: Standard Purchase Order Terms and Conditions 1. Offer delivery; provided that risk of loss prior to This offer is subject to cancellation by the actual receipt of the goods by the COUNTY COUNTY without notice if not accepted by nonetheless remain with VENDOR. VENDOR within fourteen (14) days of issuance. b) No charges will be paid by the COUNTY for packing, crating or cartage unless otherwise 2. Acceptance and Confirmation specifically stated in this Purchase Order. This Purchase Order (including all documents Unless otherwise provided in Purchase attached to or referenced therein) constitutes Order, no invoices shall be issued nor the entire agreement between the parties, unless payments made prior to delivery. Unless otherwise specifically noted by the COUNTY on freight and other charges are itemized, any the face of this Purchase Order. Each delivery of discount will be taken on the full amount of goods and /or services received by the COUNTY invoice. from VENDOR shall be deemed to be upon the c) All shipments of goods scheduled on the terms and conditions contained in this Purchase same day via the same route must be Order. consolidated. Each shipping container must be consecutively numbered and marked to No additional terms may be added and Purchase show this Purchase Order number. The Order may not be changed except by written container and Purchase Order numbers must instrument executed by the COUNTY. VENDOR be indicated on bill of lading. Packing slips is deemed to be on notice that the COUNTY must show Purchase Order number and objects to any additional or different terms and must be included on each package of less conditions contained in any acknowledgment, than container load (LCL) shipments and /or invoice or other communication from VENDOR, with each car load of equipment. The notwithstanding the COUNTY'S acceptance or COUNTY reserves the right to refuse or payment for any delivery of goods and /or return any shipment or equipment at services, or any similar act by VENDOR. VENDOR'S expense that is not marked with Purchase Order numbers. VENDOR agrees 3. Inspection to declare to the carrier the value of any All goods and /or services delivered hereunder . shipment made under this Purchase Order shall be received subject to the COUNTY'S and the full invoice value of such shipment. inspection and approval and payment therefore d) All invoices must contain the Purchase Order shall not constitute acceptance. All payments are number and any other specific information as subject to adjustment for shortage or rejection. identified on the Purchase Order. Discounts All defective or nonconforming goods will be of prompt payment will be computed from the returned pursuant to VENDOR'S instruction at date of receipt of goods or from date of VENDOR'S expense. receipt of invoices, whichever is later. Payment will be made upon receipt of a To the extent that a purchase order requires a proper invoice and in compliance with series of performances by VENDOR, the Chapter 218, Fla. Stats., otherwise known as COUNTY prospectively reserves the right to the "Local Government Prompt Payment cancel the entire remainder of the Purchase Act," and, pursuant to the Board of County Order if goods and /or services provided early in Commissioners Purchasing Policy. the term of the Purchase Order are non - conforming or otherwise rejected by the 5. Time Is Of the Essence COUNTY. Time for delivery of goods or performance of services under this Purchase Order is of the 4. Shipping and Invoices essence. Failure of VENDOR to meet delivery a) All goods are FOB destination and must be schedules or deliver within a reasonable time, as suitably packed and prepared to secure the interpreted by the COUNTY in its sole judgment, lowest transportation rates and to comply shall entitle the COUNTY to seek all remedies with all carrier regulations. Risk of loss of available to it at law or in equity. VENDOR any goods sold hereunder shall transfer to agrees to reimburse the COUNTY for any the COUNTY at the time and place of expenses incurred in enforcing its rights. 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB 13 Template-03012012 Packet Page -1361- Exhibit "A" 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. 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. Statutory Conformity Goods and services provided pursuant to this Purchase Order, and their production and transportation shall conform to all applicable laws, including but not limited to the Occupational Health and Safety Act, the Federal Transportation Act and the Fair Labor Standards Act, as well as any law or regulation noted on the face of the Purchase Order. 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 6/12/2012 Item 16.A.24. 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). 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 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB 14 Template_03012012 Packet Page -1362- Exhibit "A" 6/12/2012 Item 16.A.24. 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 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 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 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. 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB 15 Template-03012012 Packet Page -1363- Exhibit "A" 6/12/2012 Item 16.A.24. Exhibit IV: Additional ITB Terms and Conditions 1. Additional Items and /or Services During the contract term, Collier County reserves the right to add related items and /or services upon negotiation of a satisfactory price by the Project Manager and Vendor. 2. Conflict of Interest Vendor shall provide a list of any businesses and /or organizations to which the firm has any affiliation or obligations within the past five (5) years; whether paid or donated, which could be construed by the County as a conflict of interest. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 3. Vendor Performance Evaluation Collier County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion /termination of agreement. 5. Use of Subcontractors Bidders on any service related project, including construction, must be qualified and directly responsible for 80% or more of the solicitation amount for said work. 6. Deductions for Non - Performance The County reserves the right to deduct a portion of any invoice for goods not delivered, or services not performed in accordance with requirements, including required timeframe. The County may also deduct, or chargeback the Vendor the costs necessary to correct the deficiencies directly related to the Vendor's non - performance. 7. 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. 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. 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB 16 Template_03012012 Packet Page -1364- Exhibit "A" 6/12/2012 Item 16.A.24. 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. Standards of Conduct The Vendor shall employ people to work on County projects who are neat, clean, well - groomed and courteous. Subject to the American with Disabilities Act, Vendor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Vendor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 10. Licenses The Vendor is required to possess the correct professional and other licenses, and any other authorizations necessary to perform the required work pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of all the required licenses must be submitted with the bid response indicating that the entity bidding, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the ITB documents. Failure on the part of any vendor to supply this documentation with their bid response may be grounds for deeming vendor non - responsive. A Vendor with an office within Collier County is 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. Questions regarding professional licenses should be directed to Contractor Licensing, Community Development and Environmental Services at (239) 252 -2431, 252 -2432 or 252 -2909. Questions regarding required Business Tax Receipt (formerly known as Occupational Licenses) should be directed to the Tax Collector's Office at (239) 252 -2477. 11. Protection of Property The Vendor shall ensure that the service is performed in such manner as to not damage any property. In the event damage occurs to any property as a direct result of the Vendor or their Sub vendor in the performance of the required service, the Vendor shall repair /replace, to the County's satisfaction, damaged property at no additional cost to the County. If the damage caused by the Vendor or their Sub vendor has to be repaired /replaced by the County, the cost of such work will be deducted from the monies due the Vendor. 12. Prohibition of Gifts to County Employees No organization or individual shall offeror 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: 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB 17 Template_03012012 Packet Page -1365- Exhibit "A" 6/12/2012 Item 16.A.24. submitting bids, RFP, and /or quotes; and, c. immediate termination of any contract held by the individual and /or firm for cause. 13. Invoice and Payments 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: bccapclerkCaD-coliierclerk.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. Collier County cautions vendors to consider both methods of payment when determining pricing as no additional surcharges or fees will be considered (per Rules for VISA Merchants and MasterCard Merchant Rules). 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 shall 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 must 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. 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB 18 Template_03012012 Packet Page -1366- Exhibit "A" 6/12/2012 Item 16.A.24. 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. 14. Survivability Purchase Orders: The Consultant/Contractor/Vendor agrees that any Purchase Order that extends beyond the expiration date of the original Solicitation 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this Purchase Order. 15. 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 Insurance and Bonding Requirements 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 "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 Requirements 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. 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB 19 Template_03012012 Packet Page -1367- Exhibit "A" 6/12/2012 Item 16.A.24. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Vendor and /or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non - renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty -four (24) hours after receipt, of any notices of expiration, cancellation, non - renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 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. 15. 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. 16. Grant Compliance The purchase of any goods and /or services that are funded through Federal Grant Appropriations, the State of Florida, or any other public or private foundations shall be subject to the compliance and reporting requirements of the granting agency. 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB 20 Template-03012012 Packet Page -1368- Exhibit "A" CoMer C:fnunn, Administrative Services Dmwn Purchasing 6/12/2012 Item 16.A.24. Attachment 1: Vendor Submittal - 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 why prospective Vendors did not wish to respond to this ITB. If your firm is not responding to this ITB, please indicate the reason(s) by checking any appropriate item(s) listed below and return this form via email or fax to the Procurement Strategist listed on the first page or mail to: Collier County Purchasing Department, 3327 Tamiami Trail East, Naples, Florida 34112. We are not responding to this ITB for the following reason(s): Solicitation: 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ❑ Services requested not available through our company. ❑ Our firm could not meet specifications /scope of work. ❑ Specifications /scope of work not clearly understood (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): Firm's Complete Legal Name Address City, State, Zip Telephone Number FAX Number Signature / Title Type Name of Signature Date: 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB 21 Template_03012012 Packet Page -1369- Exhibit "A" 6/12/2012 Item 16.A.24. t f aer County Acinvnistzatwe Services Drrision Flurchasinq Attachment 2: Vendor's Check List IMPORTANT: THIS SHEET MUST BE SIGNED BY VENDOR. Please read carefully, sign in the spaces indicated and return with bid. Vendor should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. The payment terms have been indicated. 5. Any required drawings, descriptive literature, etc. have been included. 6. Any delivery information required is included. 7. If required, the amount of bid bond has been checked, and the bid bond or cashiers check has been included. 8. Addendum have been signed and included, if applicable. 9. Affidavit for Claiming Status as a Local Business, if applicable. 10. Immigration Affidavit and company's E- Verify profile page or memorandum of understanding. 11. Copies of licenses, equipment lists, subcontractors or any other information as noted in this ITB. 12. The mailing envelope must be addressed to: Purchasing Director Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 The mailing envelope must be sealed and marked with: • Solicitation: 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA • Opening Date: 5/24/12, 11AM 13. The bid will be mailed or delivered in time to be received no later than the specified opening date and time. (Otherwise bid cannot be considered.) ALL COURIER DELIVERED BIDS MUST HAVE THE BID NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. Company Name Signature & Title Date 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB 22 Template_03012012 Packet Page -1370- Exhibit "A" 6/12/2012 Item 16.A.24. C;ore-r du ty AdrnnismWe Services Division Purchasing Attachment 3: Vendor Submittal - Bid Response Form FROM: Board of County Commissioners Collier County Government Center Naples, Florida 34112 RE: Solicitation: 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA Dear Commissioners: The undersigned, as Vendor, hereby declares that the specifications have been fully examined and the Vendor is fully informed in regard to all conditions pertaining to the work to be performed for as per the scope of work. The Vendor further declares that the only persons, company or parties interested in this Bid or the Contract to be entered into as principals are named herein; that this Bid is made without connection with any other person, company or companies submitting a Bid; and it is all respects fair and in good faith, without collusion or fraud. The Vendor proposes and agrees if this Bid is accepted, to contract, either by a County issued purchase order or formal contract, to comply with the requirements in full in accordance with the terms, conditions and specifications denoted herein, according to the following unit prices: 1. Three comparable public agency projects of similar scope: Provide a brief description of at least three projects related to the Growth Management Plan amendment process completed for public agencies; include dates of the projects and contact information (name, address, telephone and email address) for the main contact individual at the public agency. 2. Credentials of staff assigned to the County's proiect demonstrating at least 5 — 10 years of previous comparable experience: Provide the credentials and experiences of staff assigned to this project. 3. Project costs in the following format: 1. Cost to complete the services identified in the above Scope of Work. $ 2. Anticipated travel expenses to complete the services identified in the above Scope of Work. $ 3. Anticipated reimbursable expenses to complete the services identified in the above Scope of Work. $ TOTAL Costs (Add 1 +2 + 3) 4. Completed Attachments 2 — 7. 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB 23 Template-03012012 Packet Page -1371- Exhibit "A" 6/12/2012 Item 16.A.24. Note: If you choose to bid manually, please submit an ORIGINAL and ONE COPY of your bid response pages. The undersigned do agree that should this Bid be accepted, to execute a formal contract, if required, and present the formal contract to the County Purchasing Director for approval within fifteen (15) days after being notified of an award. By submitting this Bid Response Form, the firm certifies that it has not preformed services for the County initiated Rural Lands Stewardship Area (RLSA) 5 -year review or affiliated with any party involved in the review, and would be considered an independent reviewer. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of , 2012 in the County of , in the State of Firm's Complete Legal Name Address City, State, Zip Florida Certificate of Authority Document Number Federal Tax Identification Number Telephone Number FAX Number Signature / Title Type Name of Signature Date Additional Contact Information Send Payments To: (REQUIRED ONLY if different from above) Firm's Complete Legal Name Address City, State, Zip Contact Name Telephone Number FAX Number Email Address 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB 24 Template_03012012 Packet Page -1372- Exhibit "A" 6/12/2012 Item 16.A.24. county Adranisuabve Services DNision Purchasing Attachment 4: Vendor Submittal — Local Vendor Preference Affidavit Solicitation: 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA (Check 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: Address in Collier or Lee County: Signature: STATE OF FLORIDA ❑ COLLIER COUNTY ❑ LEE COUNTY Date: Title: Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this Day of .20 Notary Public My Commission Expires: (AFFIX OFFICIAL SEAL) 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB 25 Template_03012012 Packet Page -1373- 6/12/2012 Item 16.A.24. Exhibit "A" Cvler C Misty, Admni"he Services vision Purrhasina Attachment 5: Vendor Submittal — Immigration Affidavit Solicitation: 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (RFP) submittals. Further, Vendors / Bidders are required to enroll in the E- Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's /bidder's proposal. Acceptable evidence consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E- Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E- Verify Program may deem the Vendor / Bidder's proposal as non - responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ( "INA "). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E- Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E- Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's / Bidder's proposal. Company Name Print Name Title Signature Date State of County of The foregoing instrument was signed and acknowledged before me this day of , 20_, by (Print or Type Name) Notary Public Signature Printed Name of Notary Public who has produced as identification. (Type of Identification and Number) 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. 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB 26 Template_03012012 Packet Page -1374- 6/12/2012 Item 16.A.24. Exhibit "A" Go er Commy Adm rastrduve Sermoes Dvism Purrhasing Attachment 6: Vendor Substitute W — 9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name (as shown on income tax return) Business Name (if different from taxpayer name) Address State Telephone FAX Order Informatio Address City FAX Email City Zip Email n Remit / Payment Information Address State Zip City State Zip FAX 2. Company Status (check only one) Email 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, l certify that the information shown on this form is correct to my knowledge. Signature Date 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB Template-03012012 Packet Page -1375- 27 6/12/2012 Item 16.A.24. Exhibit "A" Title Phone Number 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB Template-03012012 Packet Page -1376- 28 Exhibit "A" Golder- cnulnty AdmnistROve Services Dvision Pur :hasing 6/12/2012 Item 16.A.24. Attachment 7: Vendor Submittal - 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 $ 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 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 parry 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 $ Each Occurrence; Bodily Injury & Property Damage, Owned /Non -owned /Hired; Automobile Included 5. ® Other insurance as ❑ Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ® Professional Liability $1,000,000 per claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB Template_03012012 Packet Page -1377- 29 Exhibit "A" 6/12/2012 Item 16.A.24. ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence 6. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. ❑ Performance and For projects in excess of $200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A -" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. 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 Date Telephone Number 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB 30 Template-03012012 Packet Page -1378- 6/12/2012 Item 16.A.24. c'-01 Mr county Purchasing Response To The Collier County, Florida Solicitation 12 -5906 Five Year Cost Benefit Analysis of the Ave Maria SRA May 24, 2012 Packet Page -1379- 6/12/2012 Item 16.A.24. co &r County .Adm ms%a Sen4ces vision Pumhasing Response To The Collier County, Florida Solicitation 12 -5906 Five Year Cost Benefit Analysis of the Ave Maria SRA May 24, 2012 Packet Page -1380- 6/12/2012 Item 16.A.24. per C �ouvmy AdnvrvVmbve Services Division zurchasing Attachment 2: Vendor's Check List IMPORTANT: THIS SHEET MUST BE SIGNED BY VENDOR. Please read carefully, sign in the spaces indicated and return with bid. Vendor should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. The payment terms have been indicated. 5. Any required drawings, descriptive literature, etc. have been included. 6. Any delivery information required is included. 7. If required, the amount of bid bond has been checked, and the bid bond or cashiers check has been included. 8. Addendum have been signed and included, if applicable. 9. Affidavit for Claiming Status as a Local Business, if applicable. 10. Immigration Affidavit and company's E- Verify profile page or memorandum of understanding. 11. Copies of licenses, equipment lists, subcontractors or any other information as noted in this ITB. 12. The mailing envelope must be addressed to: Purchasing Director Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 The mailing envelope must be sealed and marked with: • Solicitation: 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA • Opening Date: 5/24/12, 11AM 13. The bid will be mailed or delivered in time to be received no later than the specified opening date and time. (Otherwise bid cannot be considered.) ALL COURIER DELIVERED BIDS MUST HAVE THE BID NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. Munilvtics Company Name President Signature & Title May 22, 2012 Date 2 Packet Page -1381- 6/12/2012 Item 16.A.24. Oormrr +'o�y Adrrnisue Services Ivisicn Purchasing Attachment 3: Vendor Submittal - Bid Response Form FROM: Munilytics 3921 SW 47th Avenue Suite 1008 Fort Lauderdale, FL 33314 Board of County Commissioners Collier County Government Center Naples, Florida 34112 RE: Solicitation: 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA Dear Commissioners: The undersigned, as Vendor, hereby declares that the specifications have been fully examined and the Vendor is fully informed in regard to all conditions pertaining to the work to be performed for as per the scope of work. The Vendor further declares that the only persons, company or parties interested in this Bid or the Contract to be entered into as principals are named herein; that this Bid is made without connection with any other person, company or companies submitting a Bid; and it is all respects fair and in good faith, without collusion or fraud. The Vendor proposes and agrees if this Bid is accepted, to contract, either by a County issued purchase order or formal contract, to comply with the requirements in full in accordance with the terms, conditions and specifications denoted herein, according to the following unit prices: 1. Three comparable public agency projects of similar scope: Provide a brief description of at least three projects related to the Growth Management Plan amendment process completed for public agencies; include dates of the projects and contact information (name, address, telephone and email address) for the main contact individual at the public agency. Response: Our project and reference list is provided in Exhibit "A ". We have extensive experience in fiscal impact reports. Additionally, we have included a sample of a executive summary report of the type generally introduced into evidence for Developments of Regional Impacts and quasi - judicial hearings involvling land use amendments and rezonings. Additionally, we have used and critiqued the Fiscal Impact Analysis Model developed by Flshkind and Associates for the Florida Department of Environmental Protection and we are very familiar with its benefits and its limits. Our experience as local government finance and budget officials affords us a tremendous degree of insight into an entities finances. We can also model our forecasts to identify structural weaknesses that may not be apparent in the forecast models generally used by local governments. Packet Page -1382- 2. Credentials of staff assigned to the County's project demonstrating at 1 6/12/2012 Item 16.A.2-4. previous comparable experience: Provide the credentials and experiences of staff assigned to this project. The resumes of the two key employees that will work on this project are attached in Exhibit "B ", together with a client list for projects that involved a fiscal impact analysis for local governments. 3. Project costs in the following format: 1. Cost to complete the services identified in the above Scope of Work. $ 15,000.00 2. Anticipated travel expenses to complete the services identified in the above Scope of Work. $ 560.00 Not to Exceed, Includes up to 2 meetings totally 6 hours. Public Meetings in excess of 6 hours will be billed at $175.00 per hour. 3. Anticipated reimbursable expenses to complete the services identified in the above Scope of Work. $ None TOTAL Costs '(Add '1 +2 + 3) $ 15,560.00 4. Completed Attachments 2 — 7. Note: If you choose to bid manually, please submit an ORIGINAL and ONE COPY of your bid response pages. The undersigned do agree that should this Bid be accepted, to execute a formal contract, if required, and present the formal contract to the County Purchasing Director for approval within fifteen (15) days after being notified of an award. By submitting this Bid Response Form, the firm certifies that it has not preformed services for the County initiated Rural Lands Stewardship Area (RLSA) 5 -near review or affiliated with any party involved in the review, and would be considered an independent reviewer. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 22nd day of May 2012 in the County of Broward, in the State of Florida. Firm's Complete Legal Name Munilytics Address 3921 SW 47th Avenue, Suite 1008 City, State, Zip Fort Lauderdale, FL 33314 Florida Certificate of Authority P03000022769 (Secretary of State Certification Attached as Document Number Exhibit "C" Federal Tax Identification 56- 2328879 Number Telephone Number 954 - 903 -0712 FAX Number 954 - 903 -0712 Signature / Title , President Type Name of Signature Christopher Wallace Date May 22, 2012 4 Packet Page -1383- EM 6/12/2012 Item 16.A.24. Additional Contact Information Send Payments To: (REQUIRED ONLY if different from above) Firm's Complete Legal Name N/A Address City, State, Zip Contact Name Telephone Number FAX Number Email Address Packet Page -1384- 6/12/2012 Item 16.A.24. Cofer Cocrxcty Adffmstam sermces Dom, Pur&wsmg Attachment 5: Vendor Submittal — Immigration Affidavit Solicitation: 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA 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 Munilytics Print Name Christopher Wallace Title President Signature Date May 23, 2012 State of Florida County of Broward The foregoing instrument was signed and acknowledged before me this 23`d day of May, 2012, by Christopher Wallace who has produced a Florida Driver's License (W420- 883 -59- 164 -0) as identification. (Print or Type Name) (Type of Identification and Number) Notary Public Signature Printed Name of Notary Public Notary Commission Number /Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. Packet Page -1385- 6/12/2012 Item 16.A.24. Corer comi'l ty Adrnmtrative,limioesCimsion Purchasing Attachment 6: Vendor Substitute W — 9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) C 2. 3. 4 Taxpayer Name Munilytics (as shown on income tax return) Business Name Munilytics (if different from taxpayer name) Address 3921 SW 471h Avenue, Suite 1008 State Florida FAX Order Information Address 3921 SW 47th Avenue, Suite 1008 City Davie State FL Zip 33314 FAX 954 - 903 -0712 Email ChrisW @Munilytics.biz Company Status (check only one) City Fort Lauderdale Zip 33314 h Remit / Payment Information Address 3921 SW 471h- Avenue, Suite 1008 City Davie State Fl Zip 33314 FAX _954- 903 -0712 Email ChrisW @Munilytics.biz _Individual / Sole Proprietor XCorporation _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) Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) 56- 2328879 (Vendors who do not have a TIN, will be required to provide a social security number prior to an award of the contract.) Sign and Date Form Certification: Under penalties of perjury, / certify that the information shown on this form is correct to my knowledge. Signature Date May 22, 2012 Title President Phone Number 954 - 593 -3023 7 Packet Page -1386- 6/12/2012 Item 16.A.24. COT rJer County Adt runistalive Services Dmsion Purchasing Attachment 7: Vendor Submittal - 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 $ 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 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 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 $ Each Occurrence; Bodily Injury & Property Damage, Owned /Non- owned /Hired; Automobile Included 5. ® Other insurance as ❑ Watercraft noted: Per Occurrence ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence Packet Page -1387- ® Professional Liability claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate ❑ Project Professional Liability Occurrence ❑ Valuable Papers Insurance Occurrence 6/12/2012 Item 16.A.24. $1,000,000 per $ Per Per 6. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. ❑ Performance and For projects in excess of $200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A -" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. 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 Munilytics Vendor Signature Print Name Christopher Wallace Insurance Agency Hiscox,USA Agent Name Underwritten Directly_ Packet Page -1388- Date May 22, 2012 Telephone Number 866 -424 -8508 611212012 Item 16.A.24. AO&A%L Exhibit A Client List of Representative Projects Reference and Contact Information Sample Executive Summary Report Representative Projects and Contact Information Florida Panthers Entertainment/BankAtlantic Center. Project Description: A Development of Regional Impact providing for 1,450 hotel rooms, 4,800 residential units, 950,000 square feet of retail and restaurant, 1,850,000 square feet of office, 75,000 square feet of convention space; 30,000 square feet of educational space, and 5 Broadway -style theaters with 9,200 seats. Project Deliverables: a. A stand -alone fiscal impact analysis for the City of Sunrise and Broward County. b. A fiscal impact anaylsis as part of an Application for Development Approval for a Development of Regional Impact Under Florida Statute 380.06. c. A Housing Impact Analysis incorporated into the Human Resource Impacts of the Application for Development Approval for A Development of Regional Impact Under Florida Statute 380.06. Reference Contact Information: Client: Florida Panthers EntertainmentBankAtlantic Center Mr. Uri Man, Vice President of Development 1 Panther Parkway, Floor C Sunrise, Florida 33323 954.835.8072 2. Seminole Tribe of Florida, Seminole Casino Coconut Creek Expansion Project Description: An expansion of the Seminole Casino Coconut Creek including the addition of a 1,500 room hotel with a convention and business center, entertainment venues, retail establishments and food and beverage operations, with approximately 2.5 million square feet of new development. Packet Page -1389- -J�.dAL Project Deliverables: 6/12/2012 Item 16.A.24. a. A fiscal impact analysis in support of the Seminole Tribe of Florida's Trust Application for land located in the City of Coconut Creek, Florida to the U.S. Department of the Interior, Bureau of Indian Affairs. b. Findings of likely revenue impact to the City of Coconut Creek and other political subdivisions. c. Regional economic impacts and job creation from the development of the project. Reference Contact Information: Client: Seminole Tribe of Florida Mr. Fred Hopkins, Director of Real Estate Services 8300 Stirling Road Hollywood, FL 33024 954.966.6300 x11103 JPGP LLC, Main Street @Coconut Creek Project Description: A Development of Regional Impact providing for 3,750 residential units, 1,625,000 square feet of commercial, and 525,000 square feet of office space. a. A fiscal impact anaylsis as part of an Application for Development Approval for a Development of Regional Impact Under Florida Statute 380.06. b. A Housing Impact Analysis incorporated into the Human Resource Impacts of the Application for Development Approval for A Development of Regional Impact Under Florida Statute 380.06. Reference Contact Information: Client: JPGP LLC/RMGA Mr. Robert Gorlow 7485 Fairway Drive, Suite 430 Miami Lakes, FL 33014 305.812.8225 Packet Page -1390- '. 4. Turnberry/Davie Commons Holdings, Limited 6/12/2012 Item 16.A.24. Project Description: A Development of Regional Impact providing for 1,049,000 square feet of retail, 690,000 square feet of office, and a 240,000 square foot hotel. a. A fiscal impact analysis provided for the Town of Davie and Broward County. b. A comparative analysis of the impact of the development to existing residential housing using Mizner Park as a benchmark. c. A long -term financial forecast of the Town of Davie, Florida. d. A comparison of recreational and open space efforts in the various districts within the Town of Davie, Florida. Reference Contact Information: Client: JPGP LLC/RMGA Mr. Robert Gorlow 7485 Fairway Drive, Suite 430 Miami Lakes, FL 33014 305.812.8225 4. City of West Park, Florida Project Description: A review and analysis of a Broward County, Florida, incorporation study, for a proposed new municipality, together with a new long -term financial forecast of revenues and expenditures for the new municipality. a. Reviewed a financial feasibility report prepared on behalf of Broward County, Florida, for the incorporation of a new municipality. Identified significant forecasting deficiencies that led to a wrong conclusion regarding economic viability of the incorporation. b. Provided new forecast demonstrating significant shortfalls. Study documented errors that led to incorporation. A settlement agreement was reached with the county to make us the shortfalls. Reference Contact Information: Client: City of West Park, Florida Ajibola Balogun, City Manager 1965 S. SR 7 West Park, FL 33023 954.989.2668 Packet Page -1391- 6/12/2012 Item 16.A.24. 1 �', K a;' Client List Fiscal Impact Analyses and Studies Long -Term Financial Forecasts Market Studies Village of Bal Harbour, Florida City of Coconut Creek, Florida City of Cooper City, Florida City of Miramar, Florida Altman Companies Banyan Bay BMS Self Storage Centerline Homes Equity Residential IDI Matrix University CCDevco /Carr Residential /Codina Development PNC Bank Regency Centers Sample Road Investments, LLC Seminole Tribe of Florida Sheridan House Ministries Stiles Development Swerdlow TD Bank Toll Brothers Uniprop Westridge York Residential Packet Page -1392- 6/12/2012 Item 16.A.24. A%lk.k, M U N I L Y T I C S Exhibit B Resumes of Project Team Packet Page -1393- 6/12/2012 Item 16.A.24. A,INIL M U N I L Y T I C S Christopher Wallace Experience 2001— Present Munilytics, Inc. Fort Lauderdale, Florida President. Providing Consulting services to units of local government and the developer community in areas of cost /benefit studies, fiscal impact studies, market studies, revenue enhancement, forecasting and budget development, employee benefit support, financial statement support, and management and efficiency studies. *Forecasted Fiscal Impacts of several developments of regional impact on municipalities and provided assistance in negotiations and interlocal agreements •Provided Financial Management operating advice and review and recommendations of financial operations to municipalities. *Provided Long -Term Budget Forecast of municipal operations for national developers -Provided Fiscal Impact On Local Government Operations Analysis of Different Land Uses for national, regional, and local developers • Provided Consolidation of Services Study for a consortium of South Florida municipalities. •Provided utility acquisition and implementation services. *Provided market studies on selected parcels as requested by local governments. -Provided Special Assessment Methodology Reports to several municipalities and special districts •Provided several utility rates studies for various municipalities and special districts -Prepared over 60 fiscal impact analyses and market studies for land use and zoning changes -Prepared affordable housing studies for various DRI's -Prepared stormwater rate billing reports and studies. -Finance Director, contractual, City of Miami Gardens, inception transition -Finance Director, contractual, Village of Bal Harbour, current *Finance Director, contractual, City of West Park, current *District Manager, Belmont Lakes Community Development District *District Manager, Aqua Isles Community Development District *District Manager, Pembroke Harbor Community Development District *Conducted or oversaw long -range financial forecasts for municipalities and developers. -Conducted or oversaw fiscal impact studies for various municipalities and developers. *Provider of financial management services to not - for - profit agency in South Florida *Conducted study of South Florida municipality conceptual CRA area, identifying financing possibilities utilizing both a CRA and Chapter 189/190 mechanisms, with a goal of reducing the amount of Section 8 voucher housing and preventing the economic conditions that led to the deteriorating neighborhoods. -Financial advisor, Davie Community Redevelopment Authority, ongoing. -Financial advisor, Margate Community Redevelopment Authority, transaction complete. *Provide internal audit services to units of local government. 1985 -2001 Town of Davie Davie, Florida Budget and Finance Director. Administrative and Professional work directing the activities of the Budget and Finance Department. Responsible for financial planning, budget and research, accounting and auditing, treasury management, debt administration, procurement, payroll, and Town -wide Information Systems, with emphasis on formulation and administration of broad policies. Packet Page -1394- 6/12/2012 Item 16.A.24. • Conducted over 20 annexation studies, identifying areas of financial benefit to the Town. • Facilitated development of CRA streetscape program by developing financing mechanisms to advance fund improvements. • Developed interest rate reduction program for CRA located business to facilitate development and renovation of businesses. • Coordinated with CRA, Economic Development, and Town agencies economic incentive programs to help expand local pharmaceutical company. Implemented long -term financial policies designed to provide tax stability and diversity and to improve the financial condition of the Town. • Implemented a long -term financial trend monitoring system to identify areas of nee or potential in the Town's financial plan. • Developed long term capital project financing plans that addressed the Town's nee for infrastructure improvement. • Developed an internal interest rate hedge strategy. • Administered defined benefit plans, 401 plans, and deferred compensation plans. • Conducted efficiency and operational audits of programs within the Town. 1983 -1985 Town of Davie Davie, Florida Town Accountant. Technical and Professional work related to the preparation of financial statements and direct supervision of finance and accounting personnel. Responsible for general accounting, internal auditing, financial reporting, and computer systems. Assisted with budget preparation and special reporting and analysis. • Implemented corrections to internal accounting control systems • Identified weaknesses in the Town's financial plans and recommended cievelopmer of long -range goals and monitoring of plan components. • Converted accounting system from manual system to computer system, providing more up -to -date information with fewer errors. • implemented modern cash management techniques that saved time and maximize, interest earnings on Town deposits and cash transactions. These practices eliminated the need for one position immediately and the need for as many as 3 positions long term. • Overhauled payroll system to provide better record keeping with less paperwork ar assured compliance with federal tax code provisions. • Assisted in budget developments that included the implementation of an internal service fund strategy that would allow for financial stability and continued capital source for internal equipment replacements. • Recommended and implemented a full costing strategy that would allow the Town accurately identify its costs and target areas for improvement. 1979 -1983 Federal Highway Administration Tallahassee, Florida Assistant To Financial Manager. Technical and Administrative work involving federal financial oversight of federal aid highway programs. Responsible for the auditing of final vouchers of project costs, review of current billings for payments, maintenance of revolving fund records and disbursements; month and year end reconciliation and analysis of fund and account reports and assisted state agency as necessary. • Received the Federal Highway Administration's Special Achievement Award for Superior Service and Outstanding Achievement. • Performed cash management analysis of state transactions that would result in interest savings of hundreds of thousands of dollars to the State. Packet Page -1395- 6/12/2012 Item 16.A.24. • Developed comprehensive review procedures that eliminated unnecessary delays ii processing, detection of more material errors, and uncovered deficiencies in intern control procedures. • Converted Division Office system from a manual system to a computerized system. Education and •B.S., Business Administration, Major in Accounting Specialized • *Certificate in Financial Planning Training • •Derivative Risk Management, University of Chicago Graduate School of Business • •Economic Development Financing, GFOA • *Financial Analysis For Evaluating Service Delivery, GFOA • -Public Budgeting, National Guidelines For Best Practices, GFOA • *Special Topics In Debt Financing, Debt Management, GFOA • •FreshwaterAquaculture, Nova Southeastern University • •Financial Management, Imaging, GFOA • *Internet For Finance Departments, GFOA • -Public Employee Retirement Administration, GFOA • -Governmental Pension Accounting, GFOA • *Risk Financing Options, GFOA • *Capital Budgeting and Financing, GFOA • *Planning and Sale of Municipal Bonds, GFOA • *Designing and Improving Cost Information and Control Systems, AMA • *Costing Government Services, GFOA Affiliations and Government Finance Officer's Association Of The United States and Canada Memberships Florida Government Finance Officer's Association South Florida Government Finance Officer's and City Clerk's Association Charter Member, Budget Review Program, GFOA Charter Member, CIPFA -GFOA Financial Management Model Community Program Davie Economic Development Council Packet Page -1396- 6/12/2012 Item 16.A.24. A+1j% 6 k16' M U N I L Y T I C S Patricia W. Breslau QUALIFICATIONS Experience in various levels of governmental accounting. Working closely with our clients to make sure they properly report their current position and understand the reports and statements that we prepare. Experience with financial statement preparation, bank reconciliations including multiple funds, audit preparations, schedules, accounts payable, journal entry creation, payroll reports and other financial data related to governmental accounting. EDUCATION 1978 -1981 B.S, Accounting, Florida State University 1982 -1983 MBA, Florida Atlantic University EMPLOYMENT 1983 -1984 Controller, HSW Investments Responsible for project statement preparation, bank reconciliations, spreadsheets for projects. Worked with partner accountants to prepare financial data. 1991 -1992 JCCerrone Construction Accounting 1995 -1999 Substitute teacher, eroward County Schools 2003 - present New Community Strategies /Munilytics Deputy Finance Director, City of Miami Gardens, 2004 -2006 Deputy Finance Director, City of West Park 2005 - present Deputy Finance Director, Town of Loxahatchee Groves, 2011- Present Financial Project Manager, Belmont Lakes CDD, 2004 -2011 Financial Project Manager, Aqua Isles CDD, 2006 - Present Financial Project Manager, Pembroke Harbor CDD, 2006 - Present Financial Project Manager, Coral Bay CDD, 2003 -2008 Packet Page -1397- 6/12/2012 Item 16.A.24. C r coup ► AdrnnstraWe Sermoes D!VlSicin Purchasing Attachment 2: Vendor's Check List IMPORTANT: THIS SHEET MUST BE SIGNED BY VENDOR. Please read carefully, sign in the spaces indicated and return with bid. Vendor should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. The payment terms have been indicated. 5. Any required drawings, descriptive literature, etc. have been included. 6. Any delivery information required is included. 7. If required, the amount of bid bond has been checked, and the bid bond or cashiers check has been included. 8. Addendum have been signed and included, if applicable. 9. Affidavit for Claiming Status as a Local Business, if applicable. 10. Immigration Affidavit and company's E- Verify profile page or memorandum of understanding. 11. Copies of licenses, equipment lists, subcontractors or any other information as noted in this ITB. 12. The mailing envelope must be addressed to: Purchasing Director Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 The mailing envelope must be sealed and marked with: • Solicitation: 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA • Opening Date: 5/24/12, 11AM 13. The bid will be mailed or delivered in time to be received no later than the specified opening date and time. (Otherwise bid cannot be considered.) ALL COURIER DELIVERED BIDS MUST HAVE THE BID NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. TischlerBise, Inc Company Name Signature & Title Date Packet Page -1398- 6/12/2012 Item 16.A.24. C0 1er Compiv. Adrmrvs#ave Services 17vsw umhasing Attachment 3: Vendor Submittal - Bid Response Form FROM: TischlerBise. Inc. Board of County Commissioners Collier County Government Center Naples, Florida 34112 RE: Solicitation: 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA Dear Commissioners: The undersigned, as Vendor, hereby declares that the specifications have been fully examined and the Vendor is fully informed in regard to all conditions pertaining to the work to be performed for as per the scope of work. The Vendor further declares that the only persons, company or parties interested in this Bid or the Contract to be entered into as principals are named herein; that this Bid is made without connection with any other person, company or companies submitting a Bid; and it is all respects fair and in good faith, without collusion or fraud. The Vendor proposes and agrees if this Bid is accepted, to contract, either by a County issued purchase order or formal contract, to comply with the requirements in full in accordance with the terms, conditions and specifications denoted herein, according to the following unit prices: . 1. Three comparable public agency projects of similar scope: Provide a brief description of at least three projects related to the Growth Management Plan amendment process completed for public agencies; include dates of the projects and contact information (name, address, telephone and email address) for the main contact individual at the public agency. TischlerBise is a fiscal, economic, and planning consulting firm specializing in fiscal /economic impact analysis, impact fees, infrastructure financing studies and related revenue strategies. Our firm has been providing consulting services to public agencies for over thirty years. In this time, we have prepared over 700 fiscal /economic impact evaluations and over 800 impact fee /infrastructure financing studies — more than any other firm. Through our detailed approach, proven methodology, and comprehensive product, we have established TischlerBise as the leading national expert on revenue enhancement and cost of growth strategies. Although not specifically part of the Growth Management Plan amendment process, the TischlerBise project team has conducted several analyses similar in complexity and scale to this assignment. The majority of these assignments included the evaluation of multiple scenarios reflecting differences in absorption and phasing, geographic service areas, variations in levels of service, and density and physical development patterns, all of which affect the factors used in development of the fiscal impact model. Our Florida local government fiscal impact clients, include Deerfield Beach, Hernando County, Kissimmee, Miami -Dade County, Plant City, Sarasota County, Sebastian, Stuart, and Sunrise. 2 Packet Page -1399- 6/12/2012 Item 16.A.24. Below are references of work performed for local governments and projects that are of similar size and complexity to the County's assignment. Sarasota County, FL – Fiscal Neutrality Analysis (2090) Roland Piccone, GAP Engineering and Planning, LLC 5605 Marquesas Circle Sarasota, FL 34233 (941) 923 -6900 roland @gapep.com TischlerBise conducted a Fiscal Neutrality analysis for submission to Sarasota County as part of a rezone request on the proposed Lindvest Mini - Village in Sarasota County. As part of the analysis, TischlerBise obtained and reviewed Sarasota County's adopted fiscal impact analysis model (FIAM) and identified shortcomings with it. The analysis was ultimately conducted using TischlerBise's proprietary model instead of FIAM. The resulting fiscal neutrality analysis of the Lindvest Mini - Village development used a marginal /average cost hybrid methodology that determines new growth's share of capital and related operating costs and includes both the County and County Schools. Because this was a specific development project —as opposed to a countywide analysis or large development —a marginal /average cost hybrid approach was appropriate. In a countywide analysis, for example, one would want to take into account potential excess capacity in infrastructure (such as excess school capacity) to determine where existing infrastructure can handle additional growth. In contrast, to determine the fiscal impact of a development project, assuming average costs reflects the incremental impact of the project especially because most projects are not large enough to trigger entire new facilities or additions. The approach for the Lindvest Fiscal Analysis was to show the development's share of directly attributable operating and capital costs. The Fiscal Neutrality Report provided findings and detail on the proposed project for each phase and in total. It set forth the information required by the County to meet the requirements of the Fiscal Neutrality process. The overall finding was that the proposed development is fiscally neutral to Sarasota County and generates a small net deficit to Sarasota County Schools (reflecting less than .01 percent of Sarasota County Schools' annual budget). The analysis included all variable revenues generated by the development as well as proposed contributions by the developer (shown separately). All operating and capital costs attributable to the development were included in the analysis. Hillsborough County City - County Planning Commission – Fiscal Impact Analysis (2005) Robert Hunter, FAICP, Executive Director 601 E. Kennedy Blvd., 18th Floor Tampa, Florida 33602 (813) 273 -3774 execdir @plancom.org This was a two -phase assignment that was conducted at both a macro and micro level. First, TischlerBise conducted a countywide fiscal analysis of the current growth trend over a 25 -year period. This included dividing the County into 12 subareas, or fiscal analysis zones. The analysis indicated that the county was unable to maintain current levels of service for new growth without new revenue sources or increases to existing rates. The second phase involved developing a fiscal impact model that could be used to evaluate specific development proposals at a micro level. As part of this phase, TischlerBise prepared a comparison of several 3 Packet Page -1400- 6/12/2012 Item 16.A.24. hypothetical development examples using our model versus the Hillsborough County FIAM model. Contrasting results were found in all four case studies. Henrico County, VA — Fiscal impact Analysis of Comprehensive Plan (2007 -2008) Joe Emerson, Director of Planning 4301 East Parham Road Henrico, VA 23228 (804) 501 -4605 eme @co.henrico.va.us TischlerBise recently completed a fiscal impact analysis in conjunction with the development of the Henrico County 2026 Comprehensive Plan, prepared by Clarion Associates. TischlerBise employed a case study - marginal cost approach to evaluate the fiscal impact of various growth scenarios developed through the comprehensive planning process. The analysis evaluated the fiscal impacts by sub -area based on location, density /intensity, and timing of growth. The results were provided to the County as a stand -alone analysis as well as incorporated into the final Comprehensive Plan. In addition, TischlerBise developed and implemented a customized fiscal impact model for use by the County to analyze individual development proposals. The model allows the County to vary land use and financial assumptions to reflect changing conditions. Town of Sahuarita, Arizona — Fiscal Analysis of Rancho Sahuarita Town Center (2009) A.C. Marrioti, CPA, Finance Director 375 W. Sahuarita Center Way Sahuarita, AZ 85629 (520) 822 -8844 amarriotti @ci.sahuarita.az.us TischlerBise conducted a three -part evaluation for the Town of Sahuarita. The analysis was triggered by the proposed Rancho Sahuarita Town Center that is seeking a certain level of financing through the future sales tax collections. In response, TischlerBise conducted an assessment of the opportunities for additional retail, transient accommodations and other land uses. The fiscal evaluation conducted by TischlerBise indicated that althougli the project generates net surpluses, the Town should not enter into a tax - sharing agreement. The Town derives little revenue from residential development because there is no property tax. Since the Town has a significant amount of residential development when compared to nonresidential development, it is imperative that any sales tax revenue generated by new development be utilized to subsidize future residential development (including that of the first phase of Rancho Sahuarita) since the Town, at present, does not have a significant sales tax base. The third phase of this assignment involved implementing a fiscal impact model for the Town's use in reviewing future development proposals. Town of Windsor, CT — Conducted Fiscal Impact Analysis of the Great Pond Village Development (2010 -11) Emily Moon, Assistant Town Manager 275 Broad Street Windsor, CT 06095 Ph. 860 - 285 -1807 moon @townofwindsorct.com TischlerBise recently completed a Fiscal Impact Analysis of the Great Pond Village Mixed -Use"" Development in the Town of Windsor, CT. Based on the methodologies and factors developed 11 Packet Page -1401- 6/12/2012 Item 16.A.24. as part of extensive data acquisition and on -site interviews with Town staff, TischlerBise developed the fiscal impact model for, and analyzed the fiscal impacts of each potential development program associated with Great Pond Village. The model projected all municipal revenue (one -time and recurring), all municipal operating and capital impacts (including schools), and net fiscal results for each development scenario by phase. This analysis included detailed infrastructure assumptions obtained from the development team, including assumptions for tax increment financing and whether the development program is anticipated to be fiscally beneficial to the Town. 2. Credentials of staff assigned to the County's project demonstrating at least 5 — 10 years of previous comparable experience: Provide the credentials and experiences of staff assigned to this project. To successfully navigate through any fiscal /economic analysis, the consultant and their team must possess specific, detailed, and customized knowledge, not only of the technical aspects of the analysis, but also of the context of the analysis in achieving policy goals at the local level. Our project team of Carson Bise, AICP, and Julie Herlands, AICP, has over thirty -five years of combined experience performing projects requiring the same fiscal /economic impact expertise as that needed to serve Collier County. Our project team will provide seamless support to this assignment. Both TischlerBise project team members are national leaders in the field of fiscal /economic impact analysis. Mr. Bise and Ms. Herlands frequently present at national, regional, and state conferences, and served as organizers and presenters at a half -day American Institute of Certified Planners (AICP) Training Workshop entitled "Fiscal Impact Assessment' at the American Planning Association (APA) National Planning Conference in 2008 and 2009. Mr. Bise is featured in the APA/AICP education and training series workshops: "The Economics of Density ;" "From Soup to Nuts: Paying for Growth;" and Fiscal Assessment. " L. Carson Bise, AICP, President of TischlerBise, has unsurpassed local government fiscal /economic impact analysis credentials. He has twenty years of fiscal, economic, and planning experience and has conducted fiscal and economic analyses in twenty -seven states. Mr. Bise has developed and implemented more fiscal /economic impact models than any consultant in the country. Julie Herlands, AICP, Principal at TischlerBise, has unsurpassed experience preparing fiscalieconomic impact analyses, and has demonstrated strong project management skills on numerous national assignments. She has fifteen years of experience and frequently organizes and presents on "cost of growth" topics, to elected officials as well as in professional venues as noted above. N Packet Page -1402- 6/12/2012 Item 16.A.24. Project team resumes are provided below. L. Carson Bise, II, AICP, President EXPERIENCE Carson Bise has twenty years of fiscal, economic and planning experience and has conducted fiscal and infrastructure finance evaluations in twenty -seven states. Mr. Bise has developed and implemented more fiscal impact models than any consultant in the country. The applications which he has developed have been used for evaluating multiple land use scenarios, specific development projects, annexations, urban service provision, tax - increment financing, and concurrency /adequate public facilities monitoring. Mr. Bise is also a leading national figure in the calculation of impact fees, having completed over 175 impact fees for the following categories: parks and recreation, open space, police, fire, schools, water, sewer, roads, municipal power, and general S}x7 government facilities. In his six years as a planner at the local government ; level, he coordinated capital improvement plans, conducted market analyses and business development strategies, and developed comprehensive plans. Mr. Bise has also written and lectured extensively on fiscal impact analysis and infrastructure financing. His most recent x` m publications are Fiscal Impact Analysis: Methodologies for Planners, r; -MI published by the American Planning Association, a chapter on fiscal impact analysis in the book Planning and Urban Design Standards, also published by the American Planning Association, and the ICMA IQ Report, Fiscal Impact Analysis: How Today's Decisions Affect Tomorrow's Budgets. Mr. Bise was the principal author of the fiscal impact analysis component for the Atlanta Regional Commission's Smart Growth Toolkit and is featured in the recently released AICP CD -ROM Training Package entitled The Economics of Density. Mr. Bise is currently on the Board of Directors of the Growth and Infrastructure Finance Consortium and recently Chaired the American Planning Association's Paying for Growth Task Force. SELECTED FISCAL /ECONOMIC IMPACT ANALYSIS EXPERIENCE • Anchorage, Alaska — Fiscal /Economic Impact Analysis of General Plan Alternatives • Matsu Borough, Alaska — Fiscal Impact Analysis • Town of Sahuarita, Arizona — Fiscal /Economic Impact Model Clovis, California — Fiscal Impact Analysis of Annexation Alternatives ■ Napa County, California — Fiscal Equity Study ■ Pasadena, California — Cost of Land Uses Fiscal and Economic Analysis Imperial County, California — Fiscal and Economic Analysis of Annexation Areas ■ Mesa County, Colorado — Fiscal Impact Analysis of Growth Scenarios • City of Westminster, Colorado — Economic Impact Model ■ City of Steamboat Springs, Colorado — Cost of Land Uses Study ■ City of Kissimmee, Florida — Fiscal Impact Analysis of Annexation Areas • Hernando County, Florida — Fiscal /Economic Impact Analysis ■ Hillsborough County, Florida — Fiscal /Economic Impact Analysis of Current Land Use Trend ■ Miami -Dade County, Florida — Fiscal and Economic Analysis of Rural and Agricultural Areas Sarasota County, Florida — Fiscal and Economic Analysis of Development Prototypes 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB 6 Template-03012012 Packet Page -1403- 6/12/2012 Item 16.A.24. • Columbus Consolidated Government, Georgia — Fiscal Impact Analysis • City of Lawrence, Kansas — Fiscal Impact Analysis of Growth Scenarios; Cost of Land Uses Study • City of Lenexa, Kansas — Fiscal /Economic Impact Analysis of Growth Scenarios; Cost of Land Uses Study • City of Olathe, Kansas — Fiscal /Economic Impact Analysis of Blue River 12 Plan • Carroll County, Maryland — Fiscal Impact Analysis of Growth Scenarios; Revenue Strategies; Fiscal Model ■ Calvert County, Maryland — Fiscal Impact Analysis of Growth Scenarios • Charles County, Maryland — Cost of Land Use Study • Howard County, Maryland — Fiscal Impact Analysis of General Plan ■ Prince George's County, Maryland — Fiscal Impact Analysis of Growth Scenarios; Revenue Strategies; Fiscal Model • Coon Rapids, Minnesota — Fiscal Impact Analysis of Growth Scenarios (Metro Council Study) • Cottage Grove, Minnesota — Fiscal Impact Analysis of Growth Scenarios(Metro Council Study ■ Minneapolis, Minnesota — Fiscal Impact Analysis of Growth Scenarios(Metro Council Study ■ St. Paul, Minnesota — Fiscal Impact Analysis of Growth Scenarios(Metro Council Study • City of Lee's Summit, Missouri — Long -Term Financial Model ■ Town of Salem, New Hampshire — Economic Impact Model • West Windsor, New Jersey— Fiscal Impact Analysis of T.O.D. Project and TIF Analysis • Edison, New Jersey — Economic Impact Analysis of T.O.D. Project and TIF Analysis • Town of Hempstead, New York— Cost of Land Use Analysis • Sterling Forest, New York — Fiscal /Economic Impact Model • City of Wilson, North Carolina — Cost of Land Use Analysis and Revenue Strategies • City of Wilmington, North Carolina — Fiscal Impact Analysis of Urban Services Provision • Guilford County, North Carolina — Fiscal /Economic Impact Analysis of Growth Scenarios ■ New Hanover County, North Carolina — Fiscal Impact Analysis of Urban Services Provision • City of Dublin, Ohio — Fiscal Impact Analysis of Land Use Scenarios • City of Oklahoma City, Oklahoma— Fiscal impact Analysis of Growth Scenarios; Fiscal Impact Model • City of Greeneville, South Carolina — Cost of Land Use Study • Beaufort County, South Carolina — Fiscal impact Analysis of North Beaufort Plan • Shelby County, Tennessee — Fiscal Equity Study • City of Germantown, Tennessee — Fiscal Impact Analysis of Annexation Alternatives It Knox County, Tennessee — Fiscal Equity Study ■ City of San Antonio, Texas — Cost of Land Use Study ■ City of Tyler, Texas — Cost of Land Use Study ■ City of Draper, Utah —Fiscal Impact Analysis of SunCrest Development Project ■ City of Chesapeake, Virginia — Fiscal Impact Model • Frederick County, Virginia — Development Impact Model ■ City of Sun Prairie, Wisconsin — Fiscal /Economic impact Analysis of Three Growth Scenarios EDUCATION M.B.A., Economics, Shenandoah University B.S., Geography /Urban Planning, East Tennessee State University B.S., Political Science /Urban Studies, East Tennessee State University SPEAKING ENGAGEMENTS 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB Template-03012012 Packet Page -1404- 6/12/2012 Item 16.A.24. • Fiscal Impact Assessment, AICP Training Workshop, American Planning Association National Planning Conference • Dealing with the Cost of Growth: From Soup to Nuts, International City /County Management Association National Conference • Demand Numbers for Impact Analysis, National Impact Fee Roundtable • Calculating Infrastructure Needs with Fiscal Impact Models, Florida Chapter of the American Planning Association Conference • Economic Impact of Home Building, National Impact Fee Roundtable • Annexation and Economic Development, American Planning Association National Conference • Economics of Density, American Planning Association National Conference • The Cost/Benefit of Compact Development Patterns, American Planning Association National Conference • Fiscal Impact Modeling: A Tool for Local Government Decision Making, International City /County Management Association National Conference • Fiscal Assessments, American Planning Association National Conference • From Soup to Nuts: Paying for Growth, American Planning Association National Conference • Growing Pains, International City /County Management Association National Conference • Mitigating the Impacts of Development in Urban Areas, Florida Chapter of the American Planning Association • Impact Fee Basics, National Impact Fee Roundtable • Fiscal Impact Analysis and Impact Fees, National Impact Fee Roundtable • Are Subsidies Worth It ?, American Planning Association National Conference PUBLICATIONS ■ Fiscal Impact Analysis: Methodologies for Planners, American Planning Association. ■ Planning and Urban Design Standards, American Planning Association, Contributing Author on Fiscal Impact Analysis. ■ "Fiscal Impact Analysis: How Today's Decisions Affect Tomorrow's Budgets," ICMA Press. ■ "The Cost/Contribution of Residential Development," Mid - Atlantic Builder. ■ "Are Subsidies Worth It ?" Economic Development News & Views. ■ "Smart Growth and Fiscal Realities," ICMA Getting Smart! Newsletter. ■ "The Economics of Density," AICP Training Series, 2005, Training CD -ROM (American Planning Association) Julie Herlands, AICP, Principal EXPERIENCE Julie Herlands is a Principal with TischlerBise and has fifteen years of planning, fiscal, and economic development experience. She holds a B.A. in Political Science from the University of Buffalo and a Masters of Community Planning (M.C.P.) from the University of Maryland. Prior to joining TischlerBise, Ms. Herlands worked in the public sector for Fairfax County, VA, and in the private sector for the International Economic Development Council. She has conducted fiscal impact analyses using the case -study marginal approach to evaluate multiple land use scenarios, specific development projects, and annexations. In addition, Ms. Herlands has prepared over eighty impact fees and other one -time fees for communities across the country. She frequently presents at national and regional 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB 8 Template-03012012 Packet Page -1405- 6/12/2012 Item 16.A.24. conferences, and served as co- organizer and co- presenter at a half -day AICP Training Workshop entitled Fiscal Impact Assessment at the American Planning Association National Planning Conference in 2008 and 2009. A recent session on impact fees and cash proffers presented at the APA National Conference is available through the APA training series, Best of Contemporary Community Planning 2005. Ms. Herlands is currently the Chair -Elect of the Economic Development Division of the APA. SELECTED FISCAL IMPACT ANALYSIS EXPERIENCE • Town of Queen Creek, Arizona — Fiscal Impact Analysis of Growth Scenarios; Fiscal Impact Analysis of Development Project • Napa County, California — Fiscal Equity Study • Lake County Schools, Florida — Cost of Land Use Study; Revenue Strategies • Shreveport Metropolitan Planning Commission of Caddo Parish, Louisiana — Fiscal Impact Analysis of Growth Scenarios • Anne Arundel County, Maryland — Fiscal Impact Analysis of Growth Scenarios; Revenue Strategies; Fiscal Model • Rouse Company /Howard County (Columbia), Maryland — Fiscal Impact Analysis of Development Project • Town of Snow Hill, Maryland — Fiscal Impact Analysis of Development Project • Lincoln County, Nevada — Cost of Land Use Study; Revenue Strategies; Fiscal Model ■ City of North Las Vegas, Nevada — Cost of Land Use Study ■ Nye County/Town of Pahrump /Nye County Schools, Nevada — Cost of Land Use Study; Fiscal Impact Analysis of Growth Scenarios ■ University of North Carolina - Chapel Hill, North Carolina — Fiscal Impact Analysis of Development Project; Fiscal Model; Multijurisdictional Study ■ City of Coppell, Texas — Economic Impact Analysis of Development Project ■ City of Bluffdale, Utah — Economic Impact Analysis of Development Project ■ Henrico County, Virginia — Fiscal impact Analysis of Growth Scenarios; Fiscal Model ■ Town of Leesburg, Virginia — Fiscal Impact Analysis of Growth Scenarios; Fiscal Impact Analysis of Annexation; Fiscal Model ■ Shenandoah University (Winchester, Virginia) — Economic Impact Analysis ■ Somerset Homes /King George County, Virginia — Fiscal Impact Analysis of Development Project EDUCATION Masters of Community Planning, University of Maryland (Summa Cum Laude, Phi Kappa Phi) B.A., Political Science, University of Buffalo (Magna Cum Laude, Phi Beta Kappa) SPEAKING ENGAGEMENTS • Fiscal Sustainability, American Planning Association Webcast, 2010 • Fiscal Impact Assessment, AICP Training Workshop, American Planning Association National Planning Conference, 2009 and 2008 ■ Infrastructure Financing: Funding the Gap, American Planning Association National Planning Conference, 2009 ■ Economic Development for Planning Practitioners, Training Workshop, American Planning Association National Planning Conference, 2009 ■ Voluntary Mitigation Payments: An Alternative to Impact Fees, American Planning Association National. Planning Conference, 2007 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB 9 Template-03012012 Packet Page -1406- 6/12/2012 Item 16.A.24. • Proffers vs. Impact Fees: The Virginia Experience, National Impact Fee Roundtable, 2006 • Impact Fee—Or Is It? American Planning Association National Planning Conference, 2005 • Integrating Planning with School Demands, American Planning Association National Planning Conference, 2005 • Planning and Fiscal Reality, American Planning Association National Planning Conference, 2004 PUBLICATIONS • "Should Impact Fees Be Reduced in a Recession ?" Economic Development Now, August 10, 2009 (International Economic Development Council) • "Agreements, Fees, and CIP," The Best of Contemporary Community Planning, 2005, Training CD -ROM (American Planning Association and Lincoln Institute of Land Policy) • "The Connection between Growth Management and Local Economic Development," Economic Development News & Views (Economic Development Division of the APA) 3. Proiect costs in the following format: 1. Cost to complete the services identified in the above Scope of Work. $ 22,700 2. Anticipated travel expenses to complete the services identified in the above Scope of Work. $ $1700 3. Anticipated reimbursable expenses to complete the services identified in the above Scope of Work. $ $250 TOTAL Costs (Add 1 +2 + 3) $ 24,650 4. Completed Attachments 2 – 7. Note: If you choose to bid manually, please submit an ORIGINAL and ONE COPY of your bid response pages. The undersigned do agree that should this Bid be accepted, to execute a formal contract, if required, and present the formal contract to the County Purchasing Director for approval within fifteen (15) days after being notified of an award. By submitting this Bid Response Form, the firm certifies that it has not preformed services for the County initiated Rural Lands Stewardship Area (RLSA) 5 -year review or affiliated with any party involved in the review, and would be considered an independent reviewer. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 24 day of May , 2012 in the County of Montgomery , in the State of Maryland. Firm's Complete TischlerBise, Inc. Legal Name Address 4701 Sangamore Road, S240 City, State, Zip Bethesda, MD 20816 Florida Certificate of Authority Document F96000006127 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB 10 Template_03012012 Packet Page -1407- 6/12/2012 Item 16.A.24. Number Federal Tax 52- 1087538 Identification Number Telephone Number 301 - 320 -6900 FAX Number 301 - 320 -4860 Signature / Title President Type Name of L. Carson Bise, II, AICP Signature Date Additional Contact Information Send Payments To: (REQUIRED ONLY if different from above) Firm's Complete Legal Name Address City, State, Zip Contact Name Telephone Number FAX Number Email Address 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB 11 Template-03012012 Packet Page -1408- 6/12/2012 Item 16.A.24. co er county Administrative Services Division Purchasing Attachment 4: Vendor Submittal — Local Vendor Preference Affidavit Solicitation: 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA (Check 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: Address in Collier or Lee County: 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 , 20 Notary Public My Commission Expires: (AFFIX OFFICIAL SEAL) 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB 12 Template-03012012 Packet Page -1409- Colriej 6/12/2012 Item 16.A.24. �- +Cousit� Adnmwasne sere es Dmsio; rrrrhasing Attachment 5: Vendor Submittal — Immigration Affidavit Solicitation: 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA 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 TlschlerBise. Inc. L. Carson Bise, II, AICP Title President Date The foregoing instrument was signed and acknowledged before me this day of who has produced (Print or Type Name) Notary Public Signature Printed Name of Notary Public Notary Commission Number /Expiration as identification. (Type of Identification and Number) 20_, by 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. 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB Template-03012012 Packet Page -1410- 13 6/12/2012 Item 16.A.24. coyier County ftmsiiative semces Dviv= Purchasinq Attachment 6: Vendor Substitute W — 9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name TischlerBise Inc. (as shown on income tax retum) Business Name (if different from taxpayer name) Address 4701 Sanoamore Road, S240 City Bethesda State Maryland Zip Telephone (301) 320 -6900 FAX (301) 320 -4860 Email info(a-)tischlerbise.com Order Information Address 4701 Sanaamore Road. S240 City Bethesda State MD Zip 20816 FAX (301) 320 -4860 Email infona tischlerbise.com 2. Company Status (check only one) Remit / Payment Information Address 4701 Sanoamore Road, S240 City Bethesda State MD Zip 20816 FAX (301) 320 -4860 Email info(atischlerbise.com _Individual / Sole Proprietor X 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) 52- 1087538 (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, / certify that the information shown on this form is correct to my knowledge. Signature Date Title President Phone Number (301) 320 -6900 Ext, 12 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB Template-03012012 Packet Page -1411- 14 6/12/2012 Item 16.A.24. coler County Adn rtisWatve SeMoes l ivwn Purchasina Attachment 7: Vendor Submittal - 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 $ 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 $ Each Occurrence; Bodily Injury & Property Damage, Owned /Non- owned /Hired; Automobile Included 5. ® Other insurance as ❑ Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ® Professional Liability $1,000,000 per claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB Template-03012012 Packet Page -1412- iN 6/12/2012 Item 16.A.24. ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence 6. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. ❑ Performance and For projects in excess of $200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A -" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. 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 TischlerBise, Inc. L. Carson Bise, II, AICP Date Insurance Agency Erie Insurance Agent Name Henry L. Latimer Telephone Number (301) 229 -1500 12 -5906: Five Year Cost Benefit Analysis of the Ave Maria SRA ITB 16 Template-03012012 Packet Page -1413- 6/12/2012 Item 16.A.24. State of Florida Department of State I certify from the records of this office that TISCHLER BISE, INC. is a corporation organized under the laws of District of Columbia, authorized to transact business in the State of Florida, qualified on November 22, 1996. The document number of this corporation is F96000006127. I further certify that said corporation has paid all fees due this office through December 31, 2012, that its most recent annual report was filed on March 20, 2012, and its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of Florida, at Tallahassee, the Capital, this the Twenty Second day of May, 2012 VA P47V406b jar Secretary of State Authentication ID: 600235400026- 052212- F96000006127 To authenticate this certificate,visit the following site, enter this ID, and then follow the instructions displayed. https• / /efle eunhiz or /certauthv ht 1 • Packet Page -1414- EmployerWizard 6/12/2012 Item 16.A.24. u' � �t Sr(•G' g UpSA Employment Eligibility Verification Kate Dirks KDiRS51u 02 9P10 - 0511512012 Log Out Click any ® for help Home Company Information My Cases New Case View Cases Company Name: TischierBise. Inc, View i Edit z _ Search Cases Company ID Number: 287904 My Profile Doing Business As (DBA) Edit Profile Name: Change Password DUNS Number: Change Security Ouestions physical Location: Mailing Address: My Company Address 1: 4701 Sangamore Road Address 1: Edit Company Profile Address 2: Suite 5240 Address 2: Add New User City: Bethesda City: View Existing Users State: MD State: Close Company Account Zip Code: 20816 Zip Code: County: MONTGOMERY My Reports View Reports Additional information: My Resources Employer Identification Number: 521087538 View Essential Resources Total Number of Employees: 5 to 9 Take Tutorial Parent Organization: View User Manual Administrator: Organization Designation: Contact Lis Employer Category: None of these categories apply NAICS Code: 541 - PR OFESSIONA�, SCrEi i T IFIC, AND TECHNICAL View /Edit SERVICES Total Hiring Sites. Total Points of Contact: 1 U' L. v"pgn€nem ci Hc>r•,:efand Sec- €r, � ~v Ohs go, U.S Caixe r1hp and i;nrt±?crau�.. Sera „�; tiv+vx.i.s..:s.raoe hG,.e :.,itu i ,, Ckw :z «:; Y3UVJi}! : https:// e- verify.uscis.gov /emp/EmployerW Packet Page -1415- 5/15/2012