Loading...
Agenda 09/25/2018 Item #16F109/25/2018 EXECUTIVE SUMMARY Recommendation to award solicitation # 18-7352, “Management Services for Pelican Bay Services Division” to Dorrill Management Group, LLC, and authorize the Chairman to execute the attached agreement. OBJECTIVE: To obtain professional management services for the Pelican Bay Services Division. CONSIDERATIONS: The Community of Pelican Bay has been designated a dependent Municipal Services Taxing and Benefit Unit (MSTBU) district within Collier County and oversees the operations of the Pelican Bay Services Division (PBSD) as per Collier County Ordinance No. 2002-27, as amended. The Community thus receives all services directly from Collier County and all special, non -County services and benefits from the PBSD. Pelican Bay property owners (both residential and commercial) tax and assess themselves each year to pay for the special PBSD services and amenities. These PBSD funds are collected by the County but are administered by the Administrator of the Pelican Bay Services Division with County Commission approval. In as much as all funds administered by the Administrator are derived from Pelican Bay property owners, and all services, programs and projects are done to benefit these same property owners, it is the Administrator’s primary job to manage these funds and the PBSD activities for the benefit of the Pelican Bay Community. Per Ordinance, the PBSD Board exercises decision and control of the day to day operational affairs of the unit to the maximum extent allowed by law, unless and except when there is some overriding governmental reason to do otherwise. On April 24, 2018, the Procurement Services Department released Request for Proposal 18 -7407 to 18,538 vendors for “Management Services for Pelican Bay Services Division.” Interested parties downloaded 111 solicitation packages and the staff received one responsive and responsible proposal by the May 24, 2018 deadline. The proposal received is summarized below: VENDOR PROJECT COST Dorrill Management Group, LLC $7,999/mo. On July 19, 2018, members of the Pelican Bay Services Board sat as a selection committee to review proposals and selected Dorrill Management Group, LLC to serve as Administrator and provide professional management services to the PBSD. County staff recommends awar ding the project to Dorrill Management Group, LLC, which has a satisfactory performance of the previous contract for professional management services at PBSD. After the receipt of the lone proposal, staff incorporated several additional requirements into the Scope of Services attached to Exhibit “A” to the proposed Agreement that were not included in the Scope included in the RFP. Those changes generally include a responsibility by the Administrator to ensure that his employees comply with the Collier County Practices and Procedures of the County Manager (the “CMAs”), that the Administrator be responsible for completing annual performance evaluations of PBSD employees, and that the Administrator report monthly the time spent during that period in the performance of his duties to the PBSD Board and on any financial invoices provided for payment from Collier County. Finally, staff slightly modified the duties of the Administrator, with respect to working with the Chairperson of the PBSD Board and its various committees; but the Scope still carries the same requirement to assist in preparing agendas and attending and participating in all its various committee meetings. With those incorporated revisions, the revised Scope shall dictate the duties of the Administrator. 16.F.1 Packet Pg. 2303 09/25/2018 FISCAL IMPACT: The cost of management services will be billed at $7,999 monthly, or $95,988 annually. Funds are available in the Pelican Bay Services Operations Budget, Funds 109 and 778. ADVISORY BOARD RECOMMENDATION: During the September 5, 2018 PBSD Regular Session Board Meeting, members of the Pelican Bay Services Board voted in favor of awarding the contract to Dorrill Management Group by a vote of 6-1. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. RECOMMENDATION: To award bid number 18-7352, “Management Services for Pelican Bay Services Division” to Dorrill Management Group, LLC and authorize the Chairman to execute the attached agreement. Prepared by: Sean Callahan, Executive Director, Corporate Business Operations ATTACHMENT(S) 1. 18-7352 NORA Signed (PDF) 2. 18-7352 Score Sheets (PDF) 3. PBSD_RFP_18-7352 (PDF) 4. 18-7352 Solicitation (DOCX) 5. 18-7352 DorrillManagement_Contract_VendSign with Insurance (PDF) 16.F.1 Packet Pg. 2304 09/25/2018 COLLIER COUNTY Board of County Commissioners Item Number: 16.F.1 Doc ID: 6509 Item Summary: Recommendation to award bid number 18-7352, “Management Services for Pelican Bay Services Division” to Dorrill Management Group, LLC and authorize the Chairman to execute the related agreement. Meeting Date: 09/25/2018 Prepared by: Title: – County Manager's Office Name: Sean Callahan 08/30/2018 1:29 PM Submitted by: Title: Manager - Pelican Bay Services – Pelican Bay Services Name: Marion Bolick 08/30/2018 1:29 PM Approved By: Review: County Manager's Office Sean Callahan Executive Director - Corp Bus Ops Completed 08/30/2018 1:31 PM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 08/30/2018 2:40 PM Procurement Services Ted Coyman Additional Reviewer Completed 08/30/2018 5:53 PM Procurement Services Evelyn Colon Additional Reviewer Completed 08/31/2018 2:02 PM Procurement Services Swainson Hall Additional Reviewer Completed 09/05/2018 10:09 AM Procurement Services Sandra Herrera Additional Reviewer Completed 09/11/2018 9:23 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 09/11/2018 4:14 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 09/11/2018 4:30 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 09/12/2018 7:33 AM Budget and Management Office Mark Isackson Additional Reviewer Completed 09/12/2018 12:39 PM County Manager's Office Leo E. Ochs Level 4 County Manager Review Completed 09/17/2018 1:55 PM Board of County Commissioners MaryJo Brock Meeting Pending 09/25/2018 9:00 AM 16.F.1 Packet Pg. 2305 16.F.1.aPacket Pg. 2306Attachment: 18-7352 NORA Signed (6509 : PBSD Management Services Award) 16.F.1.b Packet Pg. 2307 Attachment: 18-7352 Score Sheets (6509 : PBSD Management Services Award) 16.F.1.b Packet Pg. 2308 Attachment: 18-7352 Score Sheets (6509 : PBSD Management Services Award) 16.F.1.b Packet Pg. 2309 Attachment: 18-7352 Score Sheets (6509 : PBSD Management Services Award) 16.F.1.b Packet Pg. 2310 Attachment: 18-7352 Score Sheets (6509 : PBSD Management Services Award) 16.F.1.b Packet Pg. 2311 Attachment: 18-7352 Score Sheets (6509 : PBSD Management Services Award) 16.F.1.b Packet Pg. 2312 Attachment: 18-7352 Score Sheets (6509 : PBSD Management Services Award) 16.F.1.b Packet Pg. 2313 Attachment: 18-7352 Score Sheets (6509 : PBSD Management Services Award) 16.F.1.b Packet Pg. 2314 Attachment: 18-7352 Score Sheets (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2315Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2316Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2317Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2318Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2319Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2320Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2321Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2322Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2323Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2324Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2325Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2326Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2327Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2328Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2329Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2330Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2331Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2332Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2333Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2334Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2335Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2336Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2337Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2338Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2339Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2340Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2341Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2342Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2343Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2344Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2345Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2346Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2347Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2348Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2349Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2350Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2351Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2352Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2353Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) 16.F.1.cPacket Pg. 2354Attachment: PBSD_RFP_18-7352 (6509 : PBSD Management Services Award) COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROPOSAL (RFP) FOR Management Services for Pelican Bay Services Division SOLICITATION NO.: 18-7352 EVELYN COLON, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-2667 Evelyn.colon@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format (Rev 8/7/2017). Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.F.1.d Packet Pg. 2355 Attachment: 18-7352 Solicitation (6509 : PBSD Management Services Award) SOLICITATION PUBLIC NOTICE REQUEST FOR PROPOSAL (RFP) NUMBER: 18-7352 PROJECT TITLE: Management Services for Pelican Bay Services Division LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 PLACE OF RFP OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Pelican Bay Services Division (hereinafter, the “Division”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Request for P roposal (hereinafter, “RFP”) with the intent of obtaining proposals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specificat ions or Scope of Work stated. The successful firm will be responsible for the oversight and the day-to-day management services for the Pelican Bay Services Division. The spend to date on the prior contract (14-6230) is approximately $322,240.95 BACKGROUND The Community of Pelican Bay has been designated a dependent Municipal Services Taxing and Benefit Unit (MSTBU) district within Collier County and oversees the operations of the Pelican Bay Services Division (PBSD) as per Collier County Ordinance #2002-27 (“Ordinance”), Attachment “A.” The Community thus receives all services directly from Collier County and all special, non-County services and benefits from the Pelican Bay Services Division (PBSD). Pelican Bay property owners (both residential and commercial) tax and assess themselves each year to pay for the special PBSD services and amenities. These PBSD funds are collected by the County, but are administered by the Administrator of the Pelican Bay Services Division with County Commission approval. In as much as all funds administered by the Administrator are derived from Pelican Bay property owners, and all services, programs and projects are done to benefit these same property owners, it is the Administrator’s primary job to manage these funds and the PBSD activities for the benefit of the Pelican Bay Community. Per Ordinance, the PBSD Board exercises decision and control of the day to day operational affairs of the unit to the maximum extent allowed by law, unless and except when there is some overriding governmental reason to do otherwise. TERM OF CONTRACT The contract term, if an award is made, is intended to be three (3) years with one (1) two (2) year renewal option. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. DETAILED SCOPE OF WORK The Contractor shall be legally considered an independent contractor, and neither the Contractor nor their employees shall, under any circumstances, be considered employees or agents of the County nor PBSD, and that the County and PBSD shall be at no time legally responsible for any negligence on the part of said Contractor, their employees or agents, resultin g in either bodily or personal injury or property damage to any individual, firm, or corporation. The Contractor’s personnel and management to be utilized for this project shall be knowledgeable in their areas of expertise. The County and Pelican Bay Services Division Board reserves the right to perform investigations as may be deemed necessary to insure that competent persons will be utilized in the performance of the contract. Selected firm shall assign as many people as nece ssary to complete the services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the required service dates. The firm shall not change key personnel unless the following conditions are met: 1. Proposed replacements have substantially the same or better qualifications and/or experience. 16.F.1.d Packet Pg. 2356 Attachment: 18-7352 Solicitation (6509 : PBSD Management Services Award) 2. The County is notified in writing as far in advance as possible. Firm shall make commercially reasonable efforts to notify Collier County within seven (7) days of the change. The PBSD retains final approval of proposed replacement personnel. The Administrator’s duties and responsibilities include the following: 1. It will be the Administrator’s main responsibility to implement the policies of the PBSD, as directed by the Pelican Bay Services Division Board. 2. The Administrator shall prepare the necessary organizational structure and interview and recommend personnel to be hired and employed by the County for the PBSD. The Administrator shall supervise the personnel employed by the PBSD in accordance with all Federal, State and County laws, rules and regulations where applicable. The Administrator shall request approval of the PBSD Board for any significant changes in size or makeup of the organization. Currently, the Administrator has the following people reporting: one (1) Operations Manager; one (1) Project Manager; one (1) Operations Analyst, one (1) Administrative Assistant and nineteen (19) field employees plus temporary labor. 3. It will be the Administrator’s job to coordinate activities of the PBSD as assigned in an effective, efficient and professional manner. The job requires an individual who has an ability to conceive, obtain approval for and implement programs or projects desired by the Pelican Bay Community as identified by the PBSD Board. 4. The Administrator shall be expected and prepared to make recommendations, on a regular basis, for programs to improve the Pelican Bay community. 5. The Administrator may be asked by the PBSD Board to participate in certain meetings, discussions, project site v isits, workshops and hearings, which pertain to the administration of the services being provided and report results to the Board. 6. The Administrator shall work with the Chairperson of the PBSD Board in the preparation of the Board’s Agenda for the monthly Board Meeting and will participate in this monthly meeting. The Administrator will provide background information to support the agenda of the meetings according to PBSD protocols. The Administrator may also work with Committee Chairs in the preparation of agendas and participate in the Committee Meetings of the Budget Committee and all committees established by the PBSD Board. PBSD committees which have had regular meetings include:  Water Management Committee  Clam Bay Committee  Landscape and Safety Committee  Beach Renourishment Committee  Budget Committee (The length of a typical committee meeting is approximately two (2) hours) 7. The Administrator may be called on to provide assistance to any or all other committees that are currently and may be created by PBSD Board. 8. The Administrator shall prepare and administer the PBSD budget in accordance with all state and county laws and regulations. The Administrator shall assist and cooperate wi th the Budget Committee in the preparation of the PBSD’s Annual Budget in accordance with County rules and regulations where applicable. 9. The Administrator will have an understanding of Florida County government operations, good management principles and skills, as well as some knowledge in personnel relations, public relations, accounting and computer software operations. 10. The Administrator’s performance may be critiqued by any PBSD Board Member at a regular monthly Board Meeting in regards to performance and responsibilities. Board members may also meet privately with the Administrator to discuss the Administrator’s performance. 11. The Administrator will respond to any requests for information or data from the County Manager’s Office. 12. The Administrator shall devote such time as necessary to complete the duties and responsibilities assigned according to the scope of work of this RFP. The PBSD Board may require a minimum amount of time onsite to address specific concerns. The Administrator shall report in detail on a monthly basis the time spent during that period in the performance of these duties to the PBSD Board. The PBSD currently provides on-site space for the Administrator in Pelican Bay, but is not contractually required to do so. 13. At the Board’s direction, the Administrator will:  Provide regular updates / reports on projects, community events, etc. 16.F.1.d Packet Pg. 2357 Attachment: 18-7352 Solicitation (6509 : PBSD Management Services Award)  Respond to PBSD Board member inquiries in a timely manner as established in the PBSD protocols. 14. The Administrator may be called to provide additional services at the discretion of the PBSD Board, and/or County Manager, or designee, which will require the engagement of additional personnel such as a: Principal Account Manager, Account Manager, Accountant, Secretary/Clerical, and Project Manager. These additional services and categories of personnel will be billed at a pre-established hourly rate. REQUEST FOR PROPOSAL (RFP) PROCESS 1.1 The Proposers will submit a qualifications proposal which will be scored based on the criteria in Section 5.0 Grading Criteria for Development of Shortlist, which will be the basis for short-listing firms. The Proposers will need to meet the minimum requirements outlined herein in order for their proposal to be evaluated and scored by the COUNTY. The COUNTY will then grade and rank the firms and enter into negotiations with the top ranked firm to establish cost for the services needed. The COUNTY reserves the right to issue an invitation for oral presentations to obtain additional information after grading and before the final r anking. With successful negotiations, a contract will be developed with the selected firm, based on the negotiated price and scope of services and submitted for approval by the Board of County Commissioners. 1.2 The COUNTY will use a Selection Committee in the Request for Proposal selection process. 1.3 The intent of the scoring of the proposal is for respondents to indicate their interest, relevant experience, financial capab ility, staffing and organizational structure. 1.4 The intent of the oral presentations, if deemed necessary, is to provide the vendors with a venue where they can conduct discussions with the Selection Committee to clarify questions and concerns before providing a final rank. 1.5 Based upon a review of these proposals, the Selection Committee will rank the Proposers based on the discussion and clarifying questions on their approach and related criteria, and then negotiate in good faith an Agreement with the top ranked Proposer. 1.6 If, in the sole judgment of the COUNTY, a contract cannot be successfully negotiated with the top-ranked firm, negotiations with that firm will be formally terminated and negotiations shall begin with the firm ranked second. If a contract cannot be successfully negotiated with the firm ranked second, negotiations with that firm will be formally terminated and negotiations shall begin with the third ranked firm, and so on. The COUNTY reserves the right to negotiate any element of the proposals in the best interest of the COUNTY. GRADING CRITERIA FOR DEVELOPMENT OF SHORTLIST: 1.7 For the development of a shortlist, this evaluation criterion will be utilized by the COUNTY’S Selection Committee to score each proposal. Proposers are encouraged to keep their submittals concise and to include a minimum of marketing materials. Proposals must address the following criteria: Evaluation Criteria Maximum Points 1. Management Summary and Project Understanding 10 Points 2. Company Experience/Profile and References 25 Points 3. Ability to Perform Scope of Work 25 Points 4. Cost of Services 10 Points 5. Company Challenges 10 Points 6. Specialized Expertise of Team Members 10 Points 7. Local Vendor Preference 10 Points TOTAL POSSIBLE POINTS 100 Points Tie Breaker: In the event of a tie at final ranking, award shall be made to the proposer with the lower volume of work previously awarded. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty -four (24) months prior to the RFP submittal deadline. Payment information will be retrieved from t he County’s financial system of record. The tie breaking procedure is only applied in the final ranking step of the selection process and is invoked by the Procurement Services Division Director or designee. In the event a tie still exists, selection will be determined based on random selection by the Procurement Services Director before at least three (3) witnesses. ---------------------------------------------------------------------------------------------------------------------------------------------------------- Each criterion and methodology for scoring is further described below. 16.F.1.d Packet Pg. 2358 Attachment: 18-7352 Solicitation (6509 : PBSD Management Services Award) EVALUATION CRITERIA NO. 1: MANAGEMENT SUMMARY AND PROJECT UNDERSTANDING (10 Total Points) In a maximum of two (2) pages provide:  A cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of providing the services stated herein;  Include the name(s), address, telephone number(s), FAX number(s) and email address(es) of the authorized contact person(s) concerning proposal;  A brief overview of the company’s mission, goals and objectives with respective to property management services; and,  List any proposed subcontractors who may participate as a part of this scope of work. EVALUATION CRITERIA NO. 2: COMPANY EXPERIENCE/PROFILE AND REFERENCE (25 Total Points)  Provide information that documents your assigned administrator’s qualifications to produce the scope of work identified, including ability, skills, and financial strength, and number of years of experience in providing the services. Also describe the experience in working with a large and complex County or District Board. The County requests that the vendor submits no fewer than three (3) and no more than ten (10) completed reference. Provide information on previous work of similar size, scope and complexity using form provided in Attachment B – Form 8. EVALUATION CRITERIA NO. 3: ABILITY TO PERFORM SCOPE OF WORK (25 Total Points) In this tab, provide a detailed description of:  The business plan; include with the business plan or as an attachment, a copy of a report as an example of work product for a similar account. This should be for one of the projects listed as a reference.  Address the components of the scope of work by outlining the major tasks and subtasks.  Provide a detailed timeline for completion of the tasks on an annual basis.  Attach the assigned administrator’s resume. EVALUATION CRITERIA NO. 4: COST OF SERVICES (10 Total Points) In this tab, include the following but not limited to:  Provide the fixed annual guaranteed price that PBSD will be assessed for the entire scope of services in the solicitation: ________________________Annual Price Guarantee  Provide the minimum number of guaranteed services hours to perform the scope of work identified by the assigned administrator. ________________________Minimum Annual Guaranteed Hours EVALUATION CRITERIA NO. 5: COMPANY CHALLENGES (10 Total Points) In this tab, include the following but not limited to:  Provide a 2-page summary explaining any prior management difficulty, explain what solutions were implemented and also include the results. EVALUATION CRITERIA NO. 6: LOCATION (10 Total Points) The professional team’s approach to management and execution of work with respect to location of various key project team members will be evaluated under this criterion. The Proposer shall demonstrate from the project kick-off how they will establish the project location in order to manage day-to-day or on-site information collection and distribution between internal and external team members, and County staff, as well as other entities involved in the project. EVALUATION CRITERIA NO. 7: LOCAL VENDOR PREFERENCE (10 Total Points) Local business is defined as the vendor having a current Business Tax Receipt issued by the Collier or Lee County Tax Collector for at least one year prior to proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier or Lee County from which the vendor’s staff operates and performs business in an area zoned fo r the conduct of such business. 16.F.1.d Packet Pg. 2359 Attachment: 18-7352 Solicitation (6509 : PBSD Management Services Award) 16.F.1.ePacket Pg. 2360Attachment: 18-7352 DorrillManagement_Contract_VendSign with Insurance (6509 : PBSD Management Services Award) 16.F.1.ePacket Pg. 2361Attachment: 18-7352 DorrillManagement_Contract_VendSign with Insurance (6509 : PBSD Management Services Award) 16.F.1.ePacket Pg. 2362Attachment: 18-7352 DorrillManagement_Contract_VendSign with Insurance (6509 : PBSD Management Services Award) 16.F.1.ePacket Pg. 2363Attachment: 18-7352 DorrillManagement_Contract_VendSign with Insurance (6509 : PBSD Management Services Award) 16.F.1.ePacket Pg. 2364Attachment: 18-7352 DorrillManagement_Contract_VendSign with Insurance (6509 : PBSD Management Services Award) 16.F.1.ePacket Pg. 2365Attachment: 18-7352 DorrillManagement_Contract_VendSign with Insurance (6509 : PBSD Management Services Award) 16.F.1.ePacket Pg. 2366Attachment: 18-7352 DorrillManagement_Contract_VendSign with Insurance (6509 : PBSD Management Services Award) 16.F.1.ePacket Pg. 2367Attachment: 18-7352 DorrillManagement_Contract_VendSign with Insurance (6509 : PBSD Management Services Award) 16.F.1.ePacket Pg. 2368Attachment: 18-7352 DorrillManagement_Contract_VendSign with Insurance (6509 : PBSD Management Services Award) 16.F.1.ePacket Pg. 2369Attachment: 18-7352 DorrillManagement_Contract_VendSign with Insurance (6509 : PBSD Management Services Award) 16.F.1.ePacket Pg. 2370Attachment: 18-7352 DorrillManagement_Contract_VendSign with Insurance (6509 : PBSD Management Services Award) 16.F.1.ePacket Pg. 2371Attachment: 18-7352 DorrillManagement_Contract_VendSign with Insurance (6509 : PBSD Management Services Award) 16.F.1.ePacket Pg. 2372Attachment: 18-7352 DorrillManagement_Contract_VendSign with Insurance (6509 : PBSD Management Services Award) 16.F.1.ePacket Pg. 2373Attachment: 18-7352 DorrillManagement_Contract_VendSign with Insurance (6509 : PBSD Management Services Award) 16.F.1.ePacket Pg. 2374Attachment: 18-7352 DorrillManagement_Contract_VendSign with Insurance (6509 : PBSD Management Services Award) 16.F.1.ePacket Pg. 2375Attachment: 18-7352 DorrillManagement_Contract_VendSign with Insurance (6509 : PBSD Management Services Award) 16.F.1.e Packet Pg. 2376 Attachment: 18-7352 DorrillManagement_Contract_VendSign with Insurance (6509 : PBSD Management Services Award) 16.F.1.ePacket Pg. 2377Attachment: 18-7352 DorrillManagement_Contract_VendSign with Insurance (6509 : PBSD Management Services Award) ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH- STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD D2NMCCARRICK Nancy McCarrick 09/12/2018 DORRMAN-01 A CAP5162891 A CAP5162891 B 52115793 A CAP5162891 C PM1001795K Gen'l Aggregate 1,000,000 1,000,000 1,000,000 0 1,000,000 1,000,000 2,000,000 1,000,000 2,000,000 10,000 500,000 1,000,000 1,000,000 X X X X X X X License # L077730 10/06/2018 10/06/2019 10/06/2018 10/06/2019 10/12/2018 10/12/2019 06/18/2018 06/18/2019 10/06/2018 10/06/2019 It is agreed that Collier County Board of Commissioners is included as Additional Insured with respect to the General Liability as per form GA210 (02/09). AssuredPartners of Florida, Naples 8950 Fontana Del Sol Way Suite 300 Naples, FL 34109 (239) 261-2803(239) 280-3614 Collier County Board of Commissioners 3327 Tamiami Trail E Naples, FL 34112 Dorrill Management Group, Inc. 5672 Strand Court Ste. 1 Naples, FL 34110 Cincinnati Indemnity BusinessFirst Insurance Company United States Liability Ins 23280 11697 25895 X nancy.mccarrick@assuredpartners.com 2,000,000Professional Liabili 16.F.1.e Packet Pg. 2378 Attachment: 18-7352 DorrillManagement_Contract_VendSign with Insurance (6509 : PBSD Management Services Award)