Loading...
Agenda 06/09/2020 Item #16C4 (RFP #20-7690 w/Angie Brewer & Associates)06/09/2020 EXECUTIVE SUMMARY Recommendation to award an Agreement for Request for Proposal No. 20-7690 “Loan and/or Grant Acquisition and Compliance Services,” to Angie Brewer & Associates, L.C. OBJECTIVE: To procure loan/grant acquisition and compliance services in an efficient and cost- effective manner to the benefit of rate payers, while providing staff with accessibility to a stable and reliable source of loan/grant acquisition and compliance services, thus facilitating timely sources of funding for capital projects and fulfillment of loan/grant requirements. CONSIDERATIONS: Since 2012, the Public Utilities Department has utilized loan/grant services to perform compliance and close out activities for State Revolving Fund loans related to water and wastewater capital improvement projects and funding strategy analyses and acquisition services for the Resource Recovery Business Park, South Florida Water Management District Alternative Water Supply Program, Everglades City Funding Strategy, and Golden Gate City Funding Technical Assistance. This contract will provide a vehicle for acquisition and compliance services for future funding opportunities. On January 27, 2020, the County issued RFP No. 20-7690, Loan and/or Grant Acquisition and Compliance Services, to a total of 6,027 suppliers via the County’s online bidding system, BidSync. Interested firms viewed forty-five (45) solicitation packages and the County received three proposals by the March 4, 2020 closing date. A selection committee reviewed the proposal packages, met on May 12, 2020 to score and rank the proposals and selected Angie Brewer & Associates, LC, of Bradenton, Florida as the top ranked firm. Staff determined the proposed cost of services to be fair and reasonable after reviewing the market for comparable services. Company Name Final Ranking Angie Brewer & Associates, LC 1 Guardian Community Resource Management, Inc. 2 BellTower Consulting Group, LLC 3 The attached Agreement provides for an initial three-year term, with two additional one-year renewal options. FISCAL IMPACT: Agency-wide annual expenditures are not expected to exceed $300,000 but will be dependent on the number and scope of the proposals. As the County's number of grant programs increase, the need for loan/grant acquisition and compliance services may increase to compliment County resources. The funding for each proposal under the approved contract will come from each user Department/Division. Public Utilities Department sources of funds are anticipated to be Water Impact Fees Fund (411), Water User Fees Fund (412), Sewer Impact Fees Fund (413), Sewer User Fees Fund (414), and the County Water/Sewer Operating Fund (408). Proposals made in FY2020 will be consistent with the FY2020 budget as approved by the Board of County Commissioners (Board). Proposals made in the fiscal years beyond 2020 will be consistent with future budgets as approved. It is noteworthy that the contract is also compliant with federal rule which will give the County the ability to use grant funds when eligible and/or allowable. GROWTH MANAGEMENT IMPACT: There are no impacts on the Growth Management Plan. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT 16.C.4 Packet Pg. 972 06/09/2020 RECOMMENDATION: To award an Agreement for Request for Proposal No. 20-7690, “Loan and/or Grant Acquisition and Compliance Services,” to Angie Brewer & Associates, L.C., and to authorize the Chairman to sign the attached agreement. Prepared by: Amia Curry, Financial and Operational Support Manager, Public Utilities Operation Support Joseph Bellone, Director, Public Utilities Financial & Operational Support ATTACHMENT(S) 1. 20-7690 - Solicitation RFP - 1-24-20 (PDF) 2. 20-7690 - Final Ranking (PDF) 3. 20-7690 - NORA Final signed (PDF) 4. 20-7690 Angie Brewer & Associates, L.C._Vendor Signed (PDF) 5. ABA General and Professional COI (PDF) 6. ABA Workers Compensation COI (PDF) 16.C.4 Packet Pg. 973 06/09/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.4 Doc ID: 12488 Item Summary: Recommendation to award an Agreement for Request for Proposal No. 20-7690 “Loan and/or Grant Acquisition and Compliance Services,” to Angie Brewer & Associates, L.C. Meeting Date: 06/09/2020 Prepared by: Title: Management/Budget Analyst – Public Utilities Operations Support Name: Tara Castillo 05/26/2020 11:08 AM Submitted by: Title: Division Director - Operations Support – Public Utilities Operations Support Name: Joseph Bellone 05/26/2020 11:08 AM Approved By: Review: Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 05/29/2020 10:40 AM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 06/01/2020 2:57 PM Procurement Services Sue Zimmerman Additional Reviewer Completed 06/01/2020 2:59 PM Procurement Services Sandra Herrera Additional Reviewer Completed 06/01/2020 3:08 PM Procurement Services Evelyn Colon Additional Reviewer Completed 06/01/2020 3:09 PM Public Utilities Operations Support Drew Cody Additional Reviewer Skipped 06/02/2020 9:49 AM Public Utilities Department Drew Cody Level 1 Division Reviewer Completed 06/02/2020 9:57 AM Grants Erica Robinson Level 2 Grants Review Completed 06/02/2020 10:01 AM Grants Carrie Kurutz Additional Reviewer Completed 06/02/2020 11:00 AM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 06/02/2020 11:35 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 06/02/2020 2:11 PM Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 06/02/2020 3:03 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 06/02/2020 3:09 PM Grants Therese Stanley Additional Reviewer Completed 06/02/2020 3:56 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 06/02/2020 4:16 PM Board of County Commissioners MaryJo Brock Meeting Pending 06/09/2020 9:00 AM 16.C.4 Packet Pg. 974 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROPOSAL (RFP) FOR LOAN AND/OR GRANT ACQUISITION AND COMPLIANCE SERVICES SOLICITATION NO.: 20-7690 SUE ZIMMERMAN, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8034 Sue.Zimmerman@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.C.4.a Packet Pg. 975 Attachment: 20-7690 - Solicitation RFP - 1-24-20 (12488 : Recommendation to award an Agreement) 2 SOLICITATION PUBLIC NOTICE REQUEST FOR PROPOSAL (RFP) NUMBER: 20-7690 PROJECT TITLE: LOAN AND/OR GRANT ACQUISITION AND COMPLIANCE SERVICES PRE-PROPOSAL CONFERENCE: NO PRE-PROPOSAL MEETING LOCATION: N/A DUE DATE: Wednesday February 26, 2019 at 3:00p.m. 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 Public Utilities Department (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Request for Proposal (hereinafter, “RFP”) with the intent of obtaining proposals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. Historically, County departments have spent approximately $300,000; however, this may not be indicative of future buying patterns. BACKGROUND Collier County Public Utilities Department is seeking the non-exclusive services of a Loan and/or Grant Acquisition and Compliance Services professional to provide training, planning, solicitation assistance, documentation, monitoring, and other related services pertaining to the administration of Federal, State, or other potential loans and grants i.e. state revolving funds (SRF) or loans. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one (1) year renewals. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. DETAILED SCOPE OF WORK The Vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated herein. Collier County Public Utilities Department is seeking a provider of these services which may consist of, but shall not be limited to, research, grant writing, application assistance, compliance training, oversight of funding related projects, documentation of fund disbursement, monitoring and documentation of compliance, close-out coordination and assistance, and draft preparation of audit requirements. The County expects that the successful vendor shall conduct research, and draft and present to the County for final review and approval, any, and all documents as described in each of the following six services. The County foresees utilizing the successful proposer for the following six services. 16.C.4.a Packet Pg. 976 Attachment: 20-7690 - Solicitation RFP - 1-24-20 (12488 : Recommendation to award an Agreement) 3 1. Planning, Application Development and Submittal a. Review of project concept and design b. Review budget for grant eligibility and approval c. Provide cost benefit analyses d. Assist in negotiation and review of funding agreements e. Draft and coordinate legal ads and recording of Board of County Commissioner’s Resolutions f. Assist and participate in presentations to the Board of County Commissioners g. Work directly with County Attorney and Grant Compliance Office on required reviews h. Work with prospective Grantors in support of application i. Prepare and submit application j. Provide assistance in updating the County’s Grant Administration Handbook k. Provide training to selected County staff in grant writing, research to insure appropriate and responsive interface with County, State and Federal Agencies l. Develop and provide training of 2 CFR Part 200 compliance with inclusion of County procedures and practices m. Research and collaborate with County divisional staff on new funding opportunities 2. Pre-Construction Requirement a. Prepare applicable plans and submit documentation to funding source provider for contract award b. Assist in providing information to potential respondents on Loan and/or grant requirements c. Provide technical assistance and compliance training during bidding phase in accordance with requirements d. Provide support at public hearing meetings, including presentations to the Board e. Provide required bid and other documents for loans/grants f. Independently process forms requiring County management’s review and approval, i.e., “Authorized Representative Site Certification” 3. Contractor Processing, Payment and Reporting a. Assist in review of payment applications/invoices (including stored materials when applicable) b. Provide cost identification and data entry- for Loan and/or grant eligibility prior to release of funds 4. Grantor Agency Reporting and Submittal Requirements a. Accumulate data for calculation of request for funds b. Prepare and submit as directed by the County, documentation required to support request for funds c. Prepare final request forms and packages d. Review detail data of grant/loan funds available for amendments e. Monitor funds requested and cash flow management for Loan and/or grant compliance f. Prepare Capital Financing Plan g. Prepare documents for inclusion of specific project h. Prepare grant related environmental impact assessments for the project i. Prepare periodic status reports, frequency to be determined on a project by project basis j. Coordinate with other potential funding source providers k. Coordinate responses to Regulators and Auditors questions through Office of Management and Budget (OMB) and/or Public Utilities Department (PUD) staff 5. Monitoring for Compliance a. Review Florida Certified Minority-Owned Business Enterprises (MBE) and Woman-Owned Business Enterprises (WBE) reports to determine actual level of participation b. Provide assistance with MBE/WBE status revisions c. Perform Davis-Bacon Act monitoring to insure weekly certified payroll compliance and EEO requirements when applicable d. Perform Buy America/American Act monitoring when applicable e. Monitor grants/loans contractual requirements as determined 6. Program Coordination a. Schedule and participate in program coordination meetings b. Participate in Pre-Construction meetings to review grant compliance requirements passed on to Third Parties such as the Davis Bacon Act c. Review draft change orders for eligibility d. Coordinate submittals to funding source of change orders and documentation e. Assist in contract, project and report closeout including final amendment f. Assist with preparation of documentation for audit of project/program g. Project close-out assistance with the Department of Environmental Protection (DEP) and external auditors h. Work directly with consultants to get needed engineering documentation 16.C.4.a Packet Pg. 977 Attachment: 20-7690 - Solicitation RFP - 1-24-20 (12488 : Recommendation to award an Agreement) 4 REQUEST FOR PROPOSAL (RFP) PROCESS 1.1 The Proposers will submit a qualifications proposal which will be scored based on the criteria in Evaluation 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 score 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 scoring and before the final ranking. 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 capability, 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 COUNTY will rank the Proposers based on the discussion and clarifying questions on their approach and related criteria, and then negotiate in good faith an Agreement with the top ranked Proposer. 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. RESPONSE FORMAT AND EVALUATION 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. Cover Letter / Management Summary 5 Points 2. Certified Minority Business Enterprise 5 Points 3. Experience and Capacity of the Firm 25 Points 4. Business Plan 20 Points 5. Cost of Services to the County 20 Points 6. Specialized Expertise of Team Members 25 Points TOTAL POSSIBLE POINTS 100 Points Tie Breaker: In the event of a tie at final ranking, award shall be made to the proposer with the lower volume of work previously awarded. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty-four (24) months prior to the RFP submittal deadline. Payment information will be retrieved from the County’s financial system of record. The tie breaking procedure is only applied in the final ranking step of the selection process 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. ***Proposals must be assembled, at minimum, in the order of the Evaluation Criteria listed or your proposal may be deemed non-responsive*** 16.C.4.a Packet Pg. 978 Attachment: 20-7690 - Solicitation RFP - 1-24-20 (12488 : Recommendation to award an Agreement) 5 EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENT SUMMARY (5 Total Points) Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the services stated herein. Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Vendor's certification that the Vendor will accept any awards as a result of this RFP. EVALUATION CRITERIA NO. 2: CERTIFIED MINORITY BUSINESS ENTERPRISE (5 Total Points) Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Minority Business Enterprise. EVALUATION CRITERIA NO. 3: EXPERIENCE AND CAPACITY OF THE FIRM (25 Total Points Available) This criterion measures the proposer’s past experience and capacity with loans or grants and results. Please provide experience with all elements of the project scope as generally described herein for evaluation with specific emphasis on the following information as requested: 1. Provide the number of state revolving funds (SRF) loans you have helped clients execute over the last 5 years (10/1/2014 – 9/30/2019 that were over $3 million in project costs. 2. Provide at least two examples. • Of the total number provided in response #1 above, how many SRF loans were for public utilities (water)? • Of the total number provided in response #1 above, how many SRF loans were for public utilities (wastewater)? 3. Please identify your success rate of grant applications approved (in both number and percentage format; for example: 68/100 = 68.0%). 4. What type of grant compliance and reporting to local, state and federal agencies represents the largest percentage of your grant work? What types of grants does your company work on? 5. During the last five years, what is your track record for post-award audit? 6. Provide the number of years the company has been conducting research, designing, drafting and presenting to the companies for final review and approval, any, and all documentation as described in the six services identified in this solicitation. The County requires that the vendor submits five (5) completed reference forms from clients whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the vendor that best represent projects of similar size, scope and complexity of this project using the form provided. Vendors may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Proposer on relevant project work. EVALUATION CRITERIA NO. 4: BUSINESS PLAN (20 Total Points Available) Provide how the firm will accomplish each of the six services for a SRF loan. Include the tasks and responsibilities that the Public Utilities Division must complete in order to ensure the successful completion of the project. The six services to be addressed are: 1. Planning and Application Development 2. Pre-Construction Requirement 3. Contractor Processing, Payment and Reporting 4. Agency Reporting and Request for Funds 5. Monitoring for Compliance 6. Program Coordination Describe other sources of low interest financing that the firm would be able to offer the County, beyond SRF. These alternative financing sources must be current and viable programs. EVALUATION CRITERIA NO. 5: COST OF SERVICES TO THE COUNTY (20 Total Points Available) For all services, please provide a proposed Fee Schedule of principals and staff (including sub-consultants). Fee Schedule pricing shall be inclusive of all costs and shall be full compensation for all services, labor, tools, equipment, local travel (within Lee and Collier County) and any other items required for project completion and/or completion of services. Travel expenses outside of Lee and Collier County shall be reimbursed at the rates used by Collier County for its employees as per Section 112.061 Florida Statute. 16.C.4.a Packet Pg. 979 Attachment: 20-7690 - Solicitation RFP - 1-24-20 (12488 : Recommendation to award an Agreement) 6 Based on the Fee Schedule, please complete the below for all services related to the acquisition or compliance of loans and/or grants: a. Under $2 million b. Between $2 million and $5 million c. Over $5 million but less than $15 million d. Between $15 million and $25 million e. Over $25 million Estimated % of Cost per $1,000 a. $ __________________ b. $ __________________ c. $ __________________ d. $ ___________________ e. $____________________ Initial pricing is for grading purposes and are subject to change during negotiations with the selected vendor. EVALUATION CRITERIA NO. 6: SPECIALIZED EXPERTISE OF TEAM MEMBERS (25 Total Points Available) Identify the firm’s transition plan should a vacancy occur in one of the key project positions. Provide information that documents your firm’s personnel assigned to this contract as requested below: 1. Provide the number of years of SRF and grant compliance experience that the project manager(s) assigned to this contract has/have in the scope of work identified by the County. Attach resume(s). 2. Provide the number of SRF water loans that the project manager has coordinated. 3. Provide the number of SRF wastewater loans that the project manager has coordinated. 4. Identify the number of fulltime equivalents that will be assigned to Collier County from the firm. (Fulltime is defined as 100% assigned to Collier County.) (Attach resumes.) 5. Identify the number of part-time equivalents that will be assigned to Collier County from the firm. (Part-time is defined as 50% or less assigned to the Collier County account.) (Attach resumes.) VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List)*** 16.C.4.a Packet Pg. 980 Attachment: 20-7690 - Solicitation RFP - 1-24-20 (12488 : Recommendation to award an Agreement) Selection Committee Final Ranking Sheet RFP# 20-7690 Title: Loan and/or Grant Acquisition and Compliance Services Name of Firm TARA CASTILLO LORRAINE LANTZ CHRISTOPH ER JOHNSON MAGGIE LOPEZ JENNIFER RAINEY Total Selection Committee Final Rank Angie Brewer & Associates, L.C.1 1 1 1 1 5 1.0000 Guardian Community Resource Management, Inc.2 2 2 2 2 10 2.0000 BellTower Consulting Group, LLC 3 3 3 3 3 15 3.0000 Procurement Strategist:Sue Zimmerman 5/12/20 Step 1: Upon direction by the Procurement professional, the individual selection committee member should provide their ranking of the proposals (from highest being number one (1) to lowest. Step 2: The procurement professional will review the mathematically calculated final rank and discuss the rank order and determine if consensus is reached. 16.C.4.b Packet Pg. 981 Attachment: 20-7690 - Final Ranking (12488 : Recommendation to award an Agreement) Notice of Recommended Award Solicitation: 20-7690 Title: LOAN AND/OR GRANT ACQUISITION AND COMPLIANCE SERVICES Due Date and Time: May 12, 2020 2:00 p.m. Company Name City State Final Ranking Responsive/Responsible Angie Brewer & Associates, L.C. Bradenton FL 1 Yes/Yes Guardian Community Resource Management, Inc. Dade City FL 2 Yes/Yes BellTower Consulting Group, LLC Miami FL 3 Yes/Yes Utilized Local Vendor Preference: Yes No XX Recommended Vendor(s) For Award: On January 27, 2020, the Procurement Services Division released Request for Proposal No. 20-7690 to Six Thousand Twenty-Seven (6,027) vendors for the “Loan and/or Grant Acquisition and Compliance Services project. Forty-five (45) bid packages were reviewed, and Three (3) Submittals were received by the March 4, 2020, deadline. A selection committee convened on May 12, 2020. Award is recommended to Angie Brewer & Associates, L.C. Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Herrera Date DocuSign Envelope ID: 543D0C8A-75FC-420C-8FE6-ED832B209D15 5/18/2020 16.C.4.c Packet Pg. 982 Attachment: 20-7690 - NORA Final signed (12488 : Recommendation to award an Agreement) 16.C.4.d Packet Pg. 983 Attachment: 20-7690 Angie Brewer & Associates, L.C._Vendor Signed (12488 : Recommendation to award an Agreement) 16.C.4.d Packet Pg. 984 Attachment: 20-7690 Angie Brewer & Associates, L.C._Vendor Signed (12488 : Recommendation to award an Agreement) 16.C.4.d Packet Pg. 985 Attachment: 20-7690 Angie Brewer & Associates, L.C._Vendor Signed (12488 : Recommendation to award an Agreement) 16.C.4.d Packet Pg. 986 Attachment: 20-7690 Angie Brewer & Associates, L.C._Vendor Signed (12488 : Recommendation to award an Agreement) 16.C.4.d Packet Pg. 987 Attachment: 20-7690 Angie Brewer & Associates, L.C._Vendor Signed (12488 : Recommendation to award an Agreement) 16.C.4.d Packet Pg. 988 Attachment: 20-7690 Angie Brewer & Associates, L.C._Vendor Signed (12488 : Recommendation to award an Agreement) 16.C.4.d Packet Pg. 989 Attachment: 20-7690 Angie Brewer & Associates, L.C._Vendor Signed (12488 : Recommendation to award an Agreement) 16.C.4.d Packet Pg. 990 Attachment: 20-7690 Angie Brewer & Associates, L.C._Vendor Signed (12488 : Recommendation to award an Agreement) 16.C.4.d Packet Pg. 991 Attachment: 20-7690 Angie Brewer & Associates, L.C._Vendor Signed (12488 : Recommendation to award an Agreement) 16.C.4.d Packet Pg. 992 Attachment: 20-7690 Angie Brewer & Associates, L.C._Vendor Signed (12488 : Recommendation to award an Agreement) 16.C.4.d Packet Pg. 993 Attachment: 20-7690 Angie Brewer & Associates, L.C._Vendor Signed (12488 : Recommendation to award an Agreement) 16.C.4.d Packet Pg. 994 Attachment: 20-7690 Angie Brewer & Associates, L.C._Vendor Signed (12488 : Recommendation to award an Agreement) 16.C.4.d Packet Pg. 995 Attachment: 20-7690 Angie Brewer & Associates, L.C._Vendor Signed (12488 : Recommendation to award an Agreement) 16.C.4.d Packet Pg. 996 Attachment: 20-7690 Angie Brewer & Associates, L.C._Vendor Signed (12488 : Recommendation to award an Agreement) 16.C.4.d Packet Pg. 997 Attachment: 20-7690 Angie Brewer & Associates, L.C._Vendor Signed (12488 : Recommendation to award an Agreement) 16.C.4.d Packet Pg. 998 Attachment: 20-7690 Angie Brewer & Associates, L.C._Vendor Signed (12488 : Recommendation to award an Agreement) 16.C.4.d Packet Pg. 999 Attachment: 20-7690 Angie Brewer & Associates, L.C._Vendor Signed (12488 : Recommendation to award an Agreement) 16.C.4.d Packet Pg. 1000 Attachment: 20-7690 Angie Brewer & Associates, L.C._Vendor Signed (12488 : Recommendation to award an Agreement) 16.C.4.d Packet Pg. 1001 Attachment: 20-7690 Angie Brewer & Associates, L.C._Vendor Signed (12488 : Recommendation to award an Agreement) 16.C.4.d Packet Pg. 1002 Attachment: 20-7690 Angie Brewer & Associates, L.C._Vendor Signed (12488 : Recommendation to award an Agreement) 16.C.4.d Packet Pg. 1003 Attachment: 20-7690 Angie Brewer & Associates, L.C._Vendor Signed (12488 : Recommendation to award an Agreement) 16.C.4.d Packet Pg. 1004 Attachment: 20-7690 Angie Brewer & Associates, L.C._Vendor Signed (12488 : Recommendation to award an Agreement) 16.C.4.d Packet Pg. 1005 Attachment: 20-7690 Angie Brewer & Associates, L.C._Vendor Signed (12488 : Recommendation to award an Agreement) 16.C.4.d Packet Pg. 1006 Attachment: 20-7690 Angie Brewer & Associates, L.C._Vendor Signed (12488 : Recommendation to award an Agreement) 16.C.4.d Packet Pg. 1007 Attachment: 20-7690 Angie Brewer & Associates, L.C._Vendor Signed (12488 : Recommendation to award an Agreement) 16.C.4.d Packet Pg. 1008 Attachment: 20-7690 Angie Brewer & Associates, L.C._Vendor Signed (12488 : Recommendation to award an Agreement) 16.C.4.d Packet Pg. 1009 Attachment: 20-7690 Angie Brewer & Associates, L.C._Vendor Signed (12488 : Recommendation to award an Agreement) CERTIFICATE HOLDER © 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $ UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS WC STATU-TORY LIMITS OTH-ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe under DESCRIPTION OF OPERATIONS below (Mandatory in NH) OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNEDAUTOSAUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) 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 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). The ACORD name and logo are registered marks of ACORD COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS:E-MAIL FAX(A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Delivered By EzCOI.com Stratum Insurance Agency LLC 10620 Southern Highlands Pkwy Suite 110-276 Las Vegas, NV 89141 Angie Brewer & Associates, LLC 9080 58th Drive East, Suite 200 Small Business Team (949) 270-0609 (949) 270-0608 helpdesk@stratuminsurance.com RLI Insurance Company 13058 Bradenton FL 34202 A X PMB0001254 12/20/2019 12/20/2020 2,000,000 1,000,000 X 10,000 2,000,000 4,000,000 4,000,000 X X A PMB0001254 12/20/2019 12/20/2020 2,000,000 X X A Professional Liability X RTP0018256 2/17/2020 2/17/2022 Each Claim $1,000,000 Aggregate $2,000,000 Collier County of Board of County Commissioners 3295 Tamiami Trail E. Naples FL 34112 Blanket Additional Insured for business owner liability applies per form PPB3046 04 13 and RTP 101 (02/17). For any and all work performed on behalf of Collier County. Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government, OR, Collier County included as an additional insured under the captioned Commercial General Liability on a primary and non-contributory basis if and to the extent required by written contract. Stratum Insurance Agency LLC 126993 5/19/2020 16.C.4.e Packet Pg. 1010 Attachment: ABA General and Professional COI (12488 : Recommendation to award an Agreement) Policy Number: RLI Insurance Company Named Insured: PPB 304G 04 13 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. RLIPack®FOR PROFESSIONALS BLANKET ADDITIONAL INSURED ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESSOWNERS COVERAGE FORM -SECTION II –LIABILITY 1.C. WHO IS AN INSURED is amended to include as an additional insured any person or organization that you agree in a contract or agreement requiring insurance to include as an additional insured on this policy, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused in whole or in part by you or those acting on your behalf: a.In the performance of your ongoing operations; b.In connection with premises owned by or rented to you; or c.In connection with “your work” and included within the “product-completed operations hazard”. 2.The insurance provided to the additional insured by this endorsement is limited as follows: a.This insurance does not apply on any basis to any person or organization for which coverage as an additional insured specifically is added by another endorsement to this policy. b.This insurance does not apply to the rendering of or failure to render any professional services. c.This endorsement does not increase any of the limits of insurance stated in D. Liability And Medical Expenses Limits of Insurance. 3.The following is added to SECTION III H.2. Other Insurance –COMMON POLICY CONDITIONS (BUT APPLICABLE ONLY TO SECTION II – LIABILITY) However, if you specifically agree in a contract or agreement that the insurance provided to an additional insured under this policy must apply on a primary basis, or a primary and non-contributory basis, this insurance is primary to other insurance that is available to such additional insured which covers such additional insured as a named insured, and we will not share with that other insurance, provided that: a.The "bodily injury" or "property damage" for which coverage is sought occurs after you have entered into that contract or agreement; or b.The "personal and advertising injury" for which coverage is sought arises out of an offense committed after you have entered into that contract or agreement. 4.The following is added to SECTION III K. 2. Transfer of Rights of Recovery Against Others to Us –COMMON POLICY CONDITIONS (BUT APPLICABLE TO ONLY TO SECTION II – LIABILITY) We waive any rights of recovery we may have against any person or organization because of payments we make for "bodily injury", "property damage" or "personal and advertising injury" arising out of "your work"performed by you, or on your behalf, under a contract or agreement with that person or organization. We waive these rights only where you have agreed to do so as part of a contract or agreement with such person or organization entered into by you before the "bodily injury" or "property damage" occurs, or the "personal and advertising injury" offense is committed. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. PMB0001254 Angie Brewer & Associates, LC 16.C.4.e Packet Pg. 1011 Attachment: ABA General and Professional COI (12488 : Recommendation to award an Agreement) ADDITIONAL INSURED ENDORSEMENT (Clients or Customers) It is agreed: 1. The definition of Insured in Section 5. g. also means any client or customer of the Named Insured, but only if a written contract between the Named Insured and such client or customer specifically requires that such client or customer be added as an Additional Insured to any professional liability or errors and omissions insurance maintained by the Named Insured. 2. Coverage afforded by reason of this Endorsement shall only apply to Claim Expenses for Claims (i) first made against such client or customer, during the Policy Period and on or after the effective date of this Endorsement, and first reported to the Insurer during the Policy Period, the Automatic Extended Reporting Period, or if applicable, during the Extended Reporting Period, and (ii) for vicarious or imputed liability of such client or customer based upon Wrongful Acts committed solely, by the Named Insured. The Policy will not provide coverage for any Wrongful Act committed by such client or customer. 3. Exclusion b. shall not apply to Claims by such client or customer. 4. The effective date of this Endorsement is: ___________ . 5. Solely as respects the coverage afforded by reason of this Endorsement, this Policy is amended as follows: A. Section 1. INSURING AGREEMENTS, is deleted in its entirety and replaced with the following: “1. INSURING AGREEMENTS a. The Insurer will pay on behalf of the Insured,Claim Expenses and Damages in excess of the Deductible and not exceeding the Limits of Liability shown on the Policy Declarations that the Insured shall become legally obligated to pay because of Claims first made against the Insured during the Policy Period and first reported to the Insurer during the Policy Period, the Automatic Extended Reporting Period, or if applicable, during the Extended Reporting Period, for Wrongful Acts to which this insurance applies. b. The Insurer will pay on behalf of the Insured,Claim Expenses and Damages in excess of the Deductible and not exceeding the Limits of Liability as described in Section 7.c. that the Insured shall become legally obligated to pay because of Claims alleging Third Party Discrimination first made against the Insured during the Policy Period and first reported to the Insurer during the Policy Period, the Automatic Extended Reporting Period, or if applicable, during the Extended Reporting Period.” B. Section 7. LIMITS OF LIABILITY AND DEDUCTIBLE is deleted in its entirety and replaced with the following: “7. LIMITS OF LIABILITY AND DEDUCTIBLE Regardless of the number of Insureds under this Policy,Claims brought on account of Wrongful Act(s)or otherwise, the Insurer's liability is limited as follows: a. for Claims arising under Insuring Agreement 1. a. of this Policy, the Limit of Liability specified in Item 3. b. of the Policy Declarations as the Annual Aggregate shall be the Insurer’s maximum liability for Claims Expenses and Damages for all Claims during the Policy Year. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Page 1 of 2RTP 335 (09/11) Policy Number: 02/17/2016 RTP0007180 RLI Insurance Company Insured RTP0011523 02/17/2018 16.C.4.e Packet Pg. 1012 Attachment: ABA General and Professional COI (12488 : Recommendation to award an Agreement) Page 2 of 2RTP 335 (09/11) ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. b. for Claims arising under Insuring Agreement 1. a. of this Policy, the Limit of Liability specified in Item 3. a. of the Policy Declarations as the Limit for each Claim shall be the Insurer’s maximum liability for Claims Expenses and Damages for each Claim during the Policy Year, and subject to the Annual Aggregate Limit of Liability specified in Item 3. b. of the Policy Declarations. c. for Claims arising under Insuring Agreement 1. b. of this Policy, the Insurer’s maximum liability for Damages and Claim Expenses shall not exceed $25,000, subject to the Annual Aggregate Limit of Liability specified in Item 3. b. of the Policy Declarations. d. the Deductible amount stated in Item 4. of the Policy Declarations shall apply to Damages and Claim Expenses and shall apply separately to each and every Claim. The Named Insured must pay the Deductible stated in Item 4. of the Policy Declarations for Damages and Claim Expenses. Subject to the Limits of Liability, the Insurer shall only be liable to pay for Damages and Claim Expenses in excess of such Deductible, and such Deductible shall not be insured under this Policy. e. the Limit of Liability for the Automatic Extended Reporting Period and the Extended Reporting Period, if applicable, shall be part of and not in addition to the Limits of Liability specified in Item 3. of the Policy Declarations. f.Claims based upon or arising out of the same Wrongful Act, interrelated Wrongful Acts, or a series of similar or related Wrongful Acts shall be considered a single Claim subject to one Claim Limit and shall be considered first made during the Policy Period, the Automatic Extended Reporting Period or Extended Reporting Period, if applicable, in which the earliest Claim arising out of such Wrongful Act(s)was first made and all Claim Expenses and Damages from such Claims shall be subject to the one Limit of Liability that applies to such earliest Claim. g. the Limits of Liability of this Policy apply separately to each consecutive annual period and to any remaining period of less than twelve (12) months, starting with the beginning of the Policy Period shown in Item 2. of the Policy Declara- tions, unless the Policy Period is extended after issuance for an additional period of less than twelve (12) months. In that case, the additional period will be deemed part of the last preceding twelve (12) month period for purposes of determining the Limits of Liability.” Insured 16.C.4.e Packet Pg. 1013 Attachment: ABA General and Professional COI (12488 : Recommendation to award an Agreement) AMEND SUBROGATION ENDORSEMENT It is agreed that Section 14. SUBROGATION is deleted in its entirety and replaced with the following: “14. SUBROGATION In the event of any payment under this Policy, the Insurer shall be subrogated to the extent of such payment to all the Insureds’ rights of recovery. The Insureds shall execute and deliver all instruments and papers and do whatever else is necessary to secure and preserve such rights, including the execution of such documents necessary to enable the Insurer to effectively bring suit in the name of the Insureds. However, it is agreed that the Insurer waives its rights of subrogation under this Policy against clients of the Insured as respects Claim(s)arising from Professional Services under the client’s contract requiring waiver of subrogation but only to the extent required by written contract.” THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Page 1 of 1RTP 363 (11/13) ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. Policy Number:00070 RLI Insurance CompanyRTP0011523 16.C.4.e Packet Pg. 1014 Attachment: ABA General and Professional COI (12488 : Recommendation to award an Agreement) See below RE:For any and all work performed on behalf of Collier County. Workers' Compensation coverage is limited to worksite employees of Angie Brewer And Associates LC through a co-employment agreement with TriNet HR III, Inc. T3-83S 5/18/2020 Risk Management Department Commercial Lines - (305) 443-4886 (866) 443-8489 (800) 889-0021 USI Insurance Services LLC Work.Comp@Trinet.com 2601 South Bayshore Drive, Suite 1600 Coconut Grove, FL 33133 Indemnity Insurance Company of North America 43575 TriNet HR III, Inc. RE: Angie Brewer And Associates LC 9000 Town Center Parkway Bradenton, FL 34202 14986990 A WLR_C66084139 7/1/2019 7/1/2020 X 2,000,000 N 2,000,000 2,000,000 (This certificate replaces certificate# 14335788 issued on 6/24/2019) Collier County Board of County Commissioners Collier County Purchasing Dept 3295 Tamiami Trail E. Naples FL 34112 16.C.4.f Packet Pg. 1015 Attachment: ABA Workers Compensation COI (12488 : Recommendation to award an Agreement)