Loading...
Agenda 07/14/2020 Item #16A36 (Master Agt. #20-046-NS w/Metro Forecasting Models)07/14/2020 EXECUTIVE SUMMARY Recommendation to waive formal competition and approve Master Agreement No. 20-046-NS with Metro Forecasting Models, LLC, as a single source consultant for software and services related to Metro's proprietary County Interactive Growth Model. OBJECTIVE: To provide and maintain currency of the Collier County Interactive Growth Model for continuous master planning in order to identify and coordinate projects to maintain adequate public utilities infrastructure and the ability to meet demand for services, and to spatially identify future land uses for both short- and long-term planning efforts. CONSIDERATIONS: Since May 2006, the Board affirmed and approved the use of the Collier County Interactive Growth Model ("CIGM") to project population growth, project spatial growth patterns, identify future land uses, and identify the future infrastructure needs of Collier County. The information gained through modeling efforts utilizing the CIGM is used in master planning to identify and coordinate projects related to projected spatial population growth and the corresponding timing of infrastructure needs. The data upon which the CIGM is based is now more than two years old and is becoming increasingly inaccurate and inadequate for current projections and master planning efforts. Both Public Utilities and Growth Management Departments received proposals from Metro Forecasting Models, LLC. Public Utilities Department: For the purpose of maintaining currency of the database for the CIGM in order to provide spatial population forecasting and the related demand for services provided by the Department, including, but not limited to, potable water, wastewater, and irrigation quality water services, solid and hazardous waste management services, and facilities management services. Public Utilities Work Tasks: • Task 1. Update the CIGM Baseline Data • Task 2. Update the CIGM Buildout Scenario • Task 3. Develop Alternative Service Demand Scenarios • Task 4. Model Calibration and Public Utilities Department Staff Training • Task 5. Update the CIGM Baseline Data - Maintain Currency • Task 6. Update the CIGM Buildout Scenario - Maintain Currency • Task 7. Adjust Zone Geometry - Maintain Currency Growth Management Department: For the purpose of maintaining currency of the database for the CIGM in order to develop a spatial land use model and other tasks for short and long-range planning efforts using the CIGM. Growth Management Tasks: • Task 1. Provide Spatial Population Projections and Estimates • Task 2. Conduct Land Use Needs Analysis of Proposed Projects & Study Areas • Task 3. Test Proposed Land Use Scenarios in CIGM and Process Results • Task 4. Provide Traffic Analysis Zone Reviews • Task 5. Provide Technical Assistance with Economic Assessments and Fiscal Impact Analysis Packet Pg. 1355 07/14/2020 • Task 6. Provide Technical Assistance and Data Analysis Related to Adopted Levels of Service • Task 7. Present CIGM Data at Public Hearings and Meetings • Task 8. Train Key Staff on Accessing, Reviewing, and Analyzing CIGM Data Metro Forecasting Models, LLC, holds the exclusive rights to use and sell services related to the Interactive Growth Model®. Pursuant to Section Eleven, sub -paragraph 11 of the Collier County Procurement Ordinance 2017-08, as amended, staff requests that the Board reaffirm that it is in the County's best interest to waive competition and declare Metro as the single source consultant for the Collier County Interactive Growth Model software and services. The Board approved its existing Agreement No. 17-7216-WV with Metro on November 14, 2017 (see Agenda Item 16.A.16 and attached single source waiver). Agreement No. 17-17-7216-WV expires on November 13, 2020. Subject to and upon the Board's approval of attached Agreement #20-046-NS, the prior agreement and associated waiver will terminate. FISCAL IMPACT: The maximum amount of total funding is $500,000 per annum over the term of the Master Agreement No. 20-046-NS with Metro Forecasting Models, LLC. However, the estimated annual spending is as follows: $70,000 is budgeted per year for the three years of the term in the Public Utilities Department Water and Wastewater Capital Budgets in Fund Centers 412-273512 and 414-263614. $70,000 is budgeted per year for the three years of the term in the Growth Management Department Impact Fee Administration Fund 107-138920; and $80,000 is budgeted over the next three years of the term in the Growth Management Department General Fund for Comprehensive Planning in 111-138317. GROWTH MANAGEMENT IMPACT: There are no Growth Management Impacts associated with this action. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To waive formal competition and approve Metro Forecasting Models, LLC, as the single source provider of software and services related to the Collier County Interactive Growth Model, and to authorize the Chairman to sign the attached Master Agreement No. 20-046-NS. Prepared by: Public Utilities Department: Paul Mattausch, Manager - Planning, Engineering and Project Management Division; and Growth Management Department Rose Burke, Manager - Financial and Operational Support, Operations & Regulatory Management Division ATTACHMENT(S) 1. [LinkedX] 20-046-NS MetroForecasting_VendorSigned rev p6 (PDF) 2. Commercial Gen Liability for Collier County 6-1-2020 (1) (PDF) 3. METRO—FORECASTING—MODELS—LLC UB1N691224_06302020 (PDF) 4. Prof. Liability for Collier County 6-1-2020 (PDF) 5. FY20 Exemption Request 193 - Metro Forecasting Models signed (PDF) Packet Pg. 1356 16.A.36 07/14/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.36 Doe ID: 12818 Item Summary: Recommendation to waive formal competition and approve Master Agreement No. 20-046-NS with Metro Forecasting Models, LLC, as a single source consultant for software and services related to Metro's proprietary County Interactive Growth Model. Meeting Date: 07/14/2020 Prepared by: Title: Supervisor - Operations — Road Maintenance Name: Diane Lynch 06/30/2020 2:33 PM Submitted by: Title: Dept Head - Growth Management — Growth Management Department Name: Thaddeus Cohen 06/30/2020 2:33 PM Approved By: Review: Growth Management Department Diane Lynch Level 1 Reviewer Growth Management Department James C French Deputy Department Head Review Public Utilities Department George Yilmaz Additional Reviewer Growth Management Department Jeanne Marcella Department Head Review Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Procurement Services Sue Zimmerman Additional Reviewer Procurement Services Sandra Herrera Additional Reviewer County Attorney's Office Scott Teach Level 2 Attorney Review Office of Management and Budget Laura Wells Level 3 OMB Gatekeeper Review County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Office of Management and Budget Laura Zautcke Additional Reviewer County Manager's Office Nick Casalanguida Level 4 County Manager Review Board of County Commissioners MaryJo Brock Meeting Pending Completed 06/30/2020 2:33 PM Completed 06/30/2020 4:48 PM Completed 07/01/2020 8:21 AM Completed 07/01/2020 10:20 AM Completed 07/01/2020 10:52 AM Completed 07/01/2020 11:19 AM Completed 07/01/2020 12:34 PM Completed 07/06/2020 12:18 PM Completed 07/06/2020 12:31 PM Completed 07/06/2020 1:07 PM Completed 07/06/2020 3:52 PM Completed 07/07/2020 10:33 AM 07/14/2020 9:00 AM Packet Pg. 1357 GENERAL SERVICE AGREEMENT (NON -SOLICITATION # 20-046-NS for SPATIAL LAND USE MODELING AND POPULATION FORECASTING THIS AGREEMENT, made and entered into on this day of 20 20 , by and between METRO FORECASTING MODELS, LLC , authorized to do business in the State of Florida, whose business address is 9410 Fountain Medical Ct. #103, Bonita Springs, FL 34135 (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. AGREEMENT TERM. The Agreement shall be for a three 3 ) year period, commencing W■ upon the date of Board approval or ❑ on terminating on three (,I) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two ( 2 ) additional one ( 1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a 0 Purchase Order Q Notice to Proceed. 3. STATEMENT OF WORK. The Contractor shall provide services/products in accordance with the terms and conditions of this Agreement, W■ Exhibit A — Scope of Services, attached to this Agreement 0 Exhibit B — Fee Schedule, attached to this Agreement and made an integral part of this Agreement. Services/products acquired through this Agreement have been authorized through the approval of a 0 Single-Soar-ee Waiver, ❑ SaeSo a `^'aiveF, []■ Exemption from the Competitive Process, 0 Other: as a Single Source vendor Page 1 of 17 General Service Agreement Non -Solicitation 42017.004 (Ver,2) 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 3.2 The execution of this Agreement shall not be a commitment to the Contractor to order any minimum or maximum amount. The County shall order items/services as required but makes no guarantee as to the quantity, number, type or distribution of items/services that will be ordered or required by this Agreement. 4. THE AGREEMENT SUM. ■❑ The County shall pay the Contractor for the performance of this Agreement an estimated maximum amount of Five Hundred Thousand and no1100 Dollars------------------ ($ 900,000.00 ) per County fiscal year, based on units/services furnished per Exhibit B- Fee Schedule, attached hereto and the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". FAMEI.�R�1 4.1 Price Methodology (as selected below): .... _ .. , _ .... _.. _.. c.., ... ..,...__�. ... -� FN-1 Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of Page 2 of 17 General Service Agreement Non -Solicitation #2017-004 (Ver.2) K materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for 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 the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "lathes" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. w _ .. _ .. _ _ ... . . . . . _ _ . _ . _ _ _ _ C.. Map _._{ Page 3 of 17 General Service Agreement Non -Solicitation 92017-004 (Ver.2) 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531 C. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Company Name: METRO FORECASTING MODELS, LLC Address: 9410 Fountain Medical Ct,, #103 Bonita Sorinas. FL 34135 Authorized Agent: David Farmer, Manager Attention Name & Title: same Telephone: - - 9 (office); 23,9-292-6081 (direct) .... ... ...... . .... ....___._ E-Mail(s): dave@metroforecasting.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Tom Chmelik and Amy Patterson Division Name: EPMD and IF/CPP/PM Address: Administrative Agent/PM: Telephone: E-Mail(s): 3299 Tamiami Trail E, 3rd Fl, Naples, FL 34112 2800 N Horseshoe Dr. Naoles. FL 34104 Eric Fe PUD and Rose Burke GMD 239-252-1037 and 239-252-8736 Eric.Fey@Colliercountyfl.gov; Rose.Burke@Colli The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Page 4 of 17 General Service Agreement Non -Solicitation #2017-004 (Ver.2) Payment for all such permits issued by the County shall be processed internally by the County. All non -County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be the sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: A. FE-1 Commercial General Liability: Coverage shall have minimum limits of $1,000,000.00 Per Occurrence, $ 2,000,000.00 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. � c]'• 1. 9-' � � - � � , .. _. ..-..- � �. . Y. � .... �.... !� - � w .i. �4 y .A• i — t vl • �i • i Page 5 of 17 General Service Agreement Non -Solicitation #f2017-004 (Ver.2) Property Damage Liability. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non -Ownership. C. 0 Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $ 500,000.00 for each accident. D. 0 Professional Liability: Shall be maintained by the Contractor to ensure its legal liability for claims arising out of the performance of professional services under this Agreement. Contractor waives its right of recovery against County as to any claims under this insurance. Such insurance shall have limits of not less than $1.000. 000.00 each claim and aggregate. E. ❑ C s of — _- _ _-per claim. F. ❑ GoveFage shall haveArinWrlunn Hmits of-5 . _. per Glagm. Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify 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 Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, 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, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, Page 6 of 17 General Service Agreement Non -Solicitation 92017-004 (Ver.2) property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor 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. 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Public Utilities Department and Growth Management Department W11111111111109190WIRMil[9T-9 INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: ❑ 0 Insurance Certificate(s), 0 Exhibit A Scope of Services, ■❑ Exhibit B Fee Schedule, ❑ suW Other Exhibit/Attachment: Exemption 17. APPLICABILITY. Sections corresponding to any checked box (IR expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, 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 Page 7 of 17 General Service Agreement Non -Solicitation 92017-004 (Ver.2) individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with 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; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, Page S of 17 General Service Agreement Non -Solicitation 42017.004 (Ver.2) ■ the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 22. PAYMENTS WITHHELD. The County may decline to approve any Application for Payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. ■ .. a �: -- c ^-o ^- ' - - - - 10 - a a a - as . n w �. w w. - w w - �... - - .. . . . - - .- ■ . - 24. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it Page 9 of 17 General Service Agreement Non -Solicitation 92017-004 (Ver.2) 9 deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. .__..,... ,. ..C_. C.0 ..,Z. .....0 0=2- N.. CI 14C I [z] 1-1=91Ci 9:191-1 1=14 t] MMOMI t TZI-, = C.:, C .. C -M.e 27. 0 PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due to Contractor. B. eeded- ice- a > > i nn+rnnFnr in Ir.� r 1 a,-,te,r- ,' Page 10 of 17 General Service Agreement Non -Solicitation 42017-004 (Ver.2) µ.f immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials form specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by the County, and the County shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. 30. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 31. ADDITIONAL ITEMSISERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 33. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 34, ❑ Kay GentmGtoF!s Page 11 of 17 General Service Agreement Non -Solicitation #2017-004 (Ver.2) ] AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. 35. 0 ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of solicitation the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to Page 12 of 17 General Service Agreement Non -Solicitation 42017-004 (Ver.2) maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. (Intentionally left blank -signature page to follow) Page 13 of 17 General Service Agreement Non -Solicitation #2017-004 (Ver.2) IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: Crystal Kinzel, Clerk of Courts & Comptroller M Dated: (SEAL) Contractor's Witnesses: Con ractor's First Witness b TType/print witness nameT Con#ractor',,4Second Witn ss ness name Approved as to Form and Legality: County Attorney Print blame BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA i Burt L. Saunders, Chairman METRO FORECASTING MODELS, LLG Contractor Signatufe TType/print signature arid titleT Exhibit A Scope of Services FE-1 following this page (pages 1 through 3 ) ❑ this exhibit is not applicable Page 15 of 17 General Service Agreement Non -Solicitation #2017-004 (Ver.2) SCHEDULE A-PUD iiii MFM METRO FORECASTING MODELS 2020 Continuing Professional Services for Collier County Public Utilities Engineering and Project Management Division Metro Forecasting Models, LLC (CONSULTANT), proposes to provide continuing planning and consulting services on an as -needed basis to the Collier County Public Utilities Engineering and Project Management Division (CLIENT). Sco12e f.)f Sel-vices The CLIENT, in consultation with the CONSULTANT, will organize a staff task force for the development, implementation of the Collier Interactive Growth Model (CIGM) Utility Sub - Model. Services are requested for updating the baseline data and updating the buildout for the based on prospective land use changes. The CLIENT will appoint staff members and representatives on an as needed basis. One member assigned to the staff task force will be a staff member with experience in Geographic Information System (GIS). The purpose of the task force is to assist the CONSULTANT for the purpose of maintaining currency of the database for the CIGM in order to provide spatial population forecasting and the related demand for services provided by the Department, including, but not limited to, potable water, wastewater, and irrigation quality water services, solid and hazardous waste management services, and facilities management services. Public Utilities Work Tasks The CONSULTANT has been contracted to develop a spatial land use model (the CIGM) based on local data. The CLIENT may direct additional continuing work tasks on an as needed basis. Below, the CONSULTANT has described potential additional work tasks which will benefit the CLIENT's short and long-range planning efforts using the CIGM. The work tasks are outlined below; 1. Update the CIGM Baseline Data 2. Update the CIGM Buildout Scenario 3. Develop Alternative Service Demand Scenarios 4, Model Calibration and Public Utilities Department Staff Training 5. Update the CIGM Baseline Data — Maintain Currency 6. Update the CIGM Buildout Scenario — Maintain Currency 7. Adjust Zone Geometry — Maintain Currency SCHEDULE A — GMD1 err MFM METRO FORECASTING MODELS 2020 Continuing Professional Services for Collier County Impact Fees Capital Project Planning & Project Manallement Division Metro Forecasting Models, LLC. (CONSULTANT), proposes to provide continuing planning and consulting services on an as -needed basis to the Collier County Impact Fees, Capital Project Planning & Project Management Division of the Growth Management Department (CLIENT). Scope of Services CONSUTLTANT will update the Collier Interactive Growth Model (CIGM) on as a needed basis. Additional services are requested for CIGM data analysis to support CLIENT in reviewing proposed land use changes and their impacts on the study area. CLIENT will appoint staff members on an as -needed basis to work with and direct CONSUTLTANT. One of CLIENT's staff will have experience in Geographic Information System (GIS). Work Tasks The CONSULTANT has been contracted to develop a spatial land use model (the CIGM) based on local data. The CLIENT may direct additional continuing work tasks on an as needed basis. Below, the CONSULTANT has described potential additional work tasks which will benefit the CLIENT's short and long-range planning efforts using the CIGM. The work tasks are outlined below: 1. Provide Traffic Analysis Zone (TAZ) reviews, including analysis of updates, FDOT compliance and other related tasks 2. Provide technical assistance with Economic Assessments and Fiscal Impact Analysis for proposed projects using CIGM data a. Evaluate use of CIGM as the County model for Economic Assessments or the peer review tool for developer sponsored Economic Assessments 3. Present CIGM data at public hearings and meetings. 4. Provide technical assistance and data analysis related to adopted levels of service, recommended changes to levels of service, etc. using CIGM data. a. Coordinate with impact fee consultants on level of service analysis and issues 5. Provide spatial population projections and estimates as requested. b. Conduct land use needs analysis of proposed projects using CIGM data. 7. Test proposed land use scenarios in CIGM and process results related to capital projects and capital project planning. 8. Train key staff on how to access, review and analyze CIGM data for planning analyses. SCHEDULE A — GMD2 iii . i MFM METRO) FORECASTING MODELS 2020 Continuing Professional Services for` Collier County Zoning Division Metro Forecasting Models, LLC. (CONSULTANT), proposes to provide continuing planning and consulting services on an as -needed basis to the Collier County Zoning Division of the Growth Management Division (CLIENT). Scope of Services CONSUTLTANT will update the Collier Interactive Growth Model (CIGM) on as a needed basis. Additional services are requested for CIGM data analysis to support CLIENT in reviewing proposed land use changes and their impacts on the study area. CLIENT will appoint staff members on an as -needed basis to work with and direct CONSUTLTANT. One of CLIENT's staff will have experience in Geographic Information System (GIS). Work Tasks The CONSULTANT has been contracted to develop a spatial land use model (the CIGM) based on local data. The CLIENT may direct additional continuing work tasks on an as needed basis. Below, the CONSULTANT has described potential additional work tasks which will benefit the CLIENT's short and long-range. planning efforts using the CIGM. The work tasks are outlined below: l . Present CIGM data at public hearings and meetings. 2. Provide spatial population projections and estimates. 3. Conduct land use needs analysis of proposed projects and study areas using CIGM data. 4. Test proposed land use scenarios in CIGM and process results. S. Train key staff on how to access, review and analyze CIGM data for planning analyses. �9 Exhibit B Fee Schedule Al following this page (pages 1 t#r -h ) ❑ this exhibit is not applicable 1 The payment method will be by ACH with the payment instructions to be provided to County by Contractor. 2 The Contractor shall submit monthly invoices electronically to bccapclerk@collierclerk.com with a copy to County staff at: GMD invoices to: GMDFinancial@colliercountyfl.gov and PUD invoices to: Eric.Fey@colliercountyfl.gov. 3 The invoice(s) submitted by the Contractor shall include: Invoice number, purchase order number, period, staff name, position, hours worked, date of service, and applicable task number. Page 16 of 17 General Service Agreement Non -Solicitation 42017-004 (Ver.2) (9 SCHEDULE B diiMETRO FORECASTING MFM. MODELS 2020 Rate Schedule Principal Planner/Ph.D $220/hr Project Manager $175/hr Senior Data Analyst $145/hr Staff Planner $135/hr Research Assistant/Model Technician $95/hr GIS Professional $150/hr GIS Data Analyst $100/hr Prc: cif, c Data I Expc� rt Analytic s I t p tir.vial ` olu-i.ioiis Description: Other Exhibit/Attachment Exemption from Competitive Process ❑® following this page (pages 1 #deg# ) ❑ this exhibit is not applicable Page 17 of 17 General Service Agreement Non -Solicitation M17-004 (Ver.2) Coder C01414ty Administrative Services Department Procurement Services Division Exemptions from the Competitive Process lnstrurtions The following procurement.cate9ories may eligible for exemption from the competitive process based upon the.determination of the County.manager orDesigne..e that approval of such an:exemption is. in the best.interest.of the County. , Purchases greater than $50,000 will require final .approval by the.'Board of County Commissioners Requester Name: Rose Burke and Paul Mattausch Vendor Name: METRO FORECASTING MODELS, LLC Division: GM D and PU D item I Service: CIGM data report, presentations, planning support and maintenance Budget Year: FY20 thru FY25 Not to Exceed $500,000.00 er Fiscal Year: One time purchase: ❑ Multiple purchases: i] Requosted date range: June 2020-June 2025 Is there an agreement associated with this Yes M No ❑ Exemption? ❑ 1. Government Agency/Non- ❑ 2. Registratlonslduesl ❑ 3. Subscriptionsiperiodicals/ ❑ 4. Advertisements Profit training printed materials ❑ 5. Utility services — subject ❑ 6. Educationlacademic ❑ 7. Legal services ❑ 8. Purchases required by to government control programs/trainers, speakers grants/gifts Q g.Compatibilitylproprietary ❑ 10. Shop estimates on ❑ 11. Personneitrecruitment ❑ 12. works of art for public with current systems disassembled equipment services display ❑ 13. [)treat purchases 1 ❑14. Financial instruments ❑ 15. Entertainment services ❑ 16. Management studies as for County sponsored events directed by County Manager ❑ 17. Resolution/BCC direction (Indicate resolution number and approval date): Description of Purchase: Enter a description of the item(s) items that will be purchased under this exemption. The BCC directed staff to project population growth, project spatial growth patterns, identify future land uses, and identify the future infrastructure needs of Collier County. This includes updates to the Rural Land Stewardship Area and Growth Management Plan amendments based on the findings of the Collier Inter -Active Growth Model (CIGM) that models land use changes and population growth in disaggregated zones from the baseline to build -out. Metro Forecasting Models, LLC holds the exclusive rights to use and sell services related to the Interactive Growth Model® (IGM). Metro Forecasting Models, LLC services are needed to provide a report on the commercial assumptions used in the CIGM and to explain the assumptions to stakeholders and defend them through RLSA public hearings. Includes, but not limited to, software support and maintaining coacurrency of the Collier Interactive Growth Model (CIGM). Purpose: Describe in detail, the purpose of the requested item(s). The Collier County Growth Management Plan adopted by the Board directs future growth in our area. Periodically the Board directs staff to study and update area Master Plans. All updates and plan amendments are required to be supported by data and analysis. The CIGM is a tool used by Collier County Water -Sewer District and the Growth Management Department (Zoning Division & Impact Fees, Capital Project Planning & Project Management Division) to identify and coordinate projects related to spatial population forecasting and the related timing of infrastructure needs and additionally the spatial land use model. During this process, the currency of the database will be updated. Requester: Rose Burke (on behalf of both) Signature:BurkeRose Deea1o2oo 09ned y1B7 3 8 Date:06109/2020 -04'00' Division Director: Amy Patterson Si nature:Dig11a11yslgnedbyAmy Pallor— g AmY Patterson,,,.: 2.2. 06.1008:41:30.04'00' Date: Procurement Strategist: Sara SChneeberger O1g11a 4 slgned by Signature: SchneebergerSara oahezozoosiotl:z,a,-o,oa Date: Procurement Director: Catherine Bigelow egaa,ry a�ned Ay GI B�ebn Signature: Cat Bigelow Date: ordesi nee For Procurement Use Only: ❑ One time approval ❑ One year approval ❑N Multi -Year Approval; Start 06/10/2020 End 06/30/2025 16.A.36. b ® CERTIFICATE OF LIABILITY INSURANCE DATE( 05/26/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THI CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIE BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZEI 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 endorse( If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement o this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Hiscox Inc. 520 Madison Avenue 32nd Floor New York, NY 10022 INSURED Metro Forecasting Models 9410 Fountain Medical Ct #103 Bonita Springs, FL 34135 COVERAGES CERTIFICATE NUMBER: (A/C. No. Ext): ($$$) 202-3007 W. No): ADDRESS: contact@hiscox.com INSURER(S) AFFORDING COVERAGE NAIC INSURERA: Hiscox Insurance Company Inc 10200 INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIO INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THI CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERM: EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 CLAIMS -MADE � OCCUR DAMAGE TO RENTE - PREMISES (Ea occur ence) $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL BADVINJURY $ 0 A Y UDC-1772787-CGL-20 06/24/2020 06/24/2021 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 X POLICY jEO- F7 LOC PRODUCTS - COMP/OP AGG $ S/T Gen. Agg $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY UMBRELLA LIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N PER OTH- STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ OFFICER/MEMBEREXCLUDED? ❑ N/A E.L. DISEASE - EA EMPLOYEE $ (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Collier County Board of County Commissioners For any and all worked performed on behalf of Collier County CERTIFICATE HOLDER CANCELLATION Collier County Board of County Commissioners 3295 Tamiami Trail East SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFOR Naples FL 34112 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED I ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Packet Pg. 1358 ® DAT 16.A.36.c A`O/zo CERTIFICATE OF LIABILITY INSURANCE 06/ THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. TI CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELC o THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATI OR PRODUCER, AND THE CERTIFICATE HOLDER. y IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certific does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER AUTOMATIC DATA PROC INS 1 ADP BLVD # 625 ROSELAND, NJ 07068 INSURED METRO FORECASTING MODELS LLC 9001 HIGHLAND WOOD BLVD SUITE BONITA SPRINGS, FL 34134 No, Ext): (888) 661-3938 872-8921 INSURER(S) AFFORDING COVERAGE A: THE TRAVELERS INDEMNITY COMPANY OF AMERICA B: C: D: E: F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: NAIC # 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. INSTR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS EACH OCCURRENCE DAMAGE TO RENTED COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence) CLAIMS -MADE = OCCUR MED EXP (Any one person) GEN'L AGGREGATE LIMIT APPLIES PER: PRO- POLICY ❑ UECT ❑ LOC PERSONAL & ADV INJURY GENERAL AGGREGATE OTHER: PRODUCTS - COMP/OPAGG $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) ANY AUTO BODILY INJURY (Per person) OWNED SCHEDULED BODILY INJURY (Per accident) PROPERTY DAMAGE AUTOS ONLY AUTOS HIRED NON -OWNED (Per accident) $ AUTOS ONLY HAUTOS ONLY UMBRELLA LIAB OCCUR EACH OCCURRENCE EXCESS LABCLAIMS-MADE AGGREGATE DED RETENTION $ ❑ ORKERSCOMPENSATION AND EMPLOYERS' LIABILITY NSA UB-1N691224-20-42 07/01/2020 07/01/2021 X PER STATUTE ER EACH ACCIDENT $1,000,000 A ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N OFFICER/MEMBER EXCLUDED? ElE.L. (Mandatory in NH) If yes, describe under E.L. DISEASE - EA EMPLOYEE $1,000,000 DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION a� METRO FORECASTING MODELS LLC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCEL E 9001 HIGHLAND WOOD BLVD SUITE BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVEREI v BONITA SPRINGS, FL 34134 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Q © 1988-2015 ACORD CORPORATf Packet Pg. 1359 ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD 16.A.36.d �mT ACORN CERTIFICATE OF LIABILITY INSURANCE DATE (hmreer 05/26/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THI CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIE BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZEI 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 endorse( If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement o this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Hiscox Inc. HONE Ext : (888) 202-3007 A/c No): 520 Madison Avenue -ADDRESS: contact@hiscox.com 32nd Floor New York, NY 10022 INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Hiscox Insurance Company Inc 10200 INSURED Metro Forecasting Models 9410 Fountain Medical Ct #103 Bonita Springs, FL 34135 INSURER B INSURER C INSURER D INSURER E COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIO INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THI CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERM: EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICYNUMBER POLICY EFF MM/DDIYYYY POLICY EXP MM/DDIYYYY LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ DAMAGETO CLAIMS-MADE1:1 OCCUR PREMISES Ea occurrence)$ PREMISES MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY PRO ❑ LOC JECT PRODUCTS - COMP/OP AGG $ $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY UMBRELLA LIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N PER OTH- STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? ❑ N / A E.L. DISEASE - EA EMPLOYEE $ (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ A Professional Liability Y Y UDC-1772787-EO-20 06/24/2020 06/24/2021 Each Claim: $ 2,000,000 Aggregate: $ 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Collier County Board of County Commissioners For any and all worked performed on behalf of Collier County c CERTIFICATE HOLDER CANCELLATION E Collier County Board of County Commissioners 3295 Tamiami Trail East SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFOR v Naples FL 34112 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED 1 2 ACCORDANCE WITH THE POLICY PROVISIONS. Q AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Packet Pg. 1360 16.A.36.e 006'Y C011.Vlty Administrative Services Department Procurement Services Division Exemptions from the Competitive Process Instructions The following procurement categories may be eligible for exemption from the competitive process based upon the determination of the County manager or Designee that approval of such an exemption is in the best interest of the County. Purchases greater than $50,000 will require final approval by the Board of County Commissioners. Requester Name: Rose Burke and Paul Mattausch Vendor Name: METRO FORECASTING MODELS, LLC Division: GMD and PUD Item / Service: CIGM data report, presentations, planning support and maintenance Budget Year: FY20 thru FY25 Not to Exceed $500,000.00 per Fiscal Year: One time purchase: ElMultiple purchases: H Requested date range: June 2020-June 2025 Is there an agreement associated with this Yes ❑■ No ❑ Exemption? ❑ 1. Government Agency/Non- ❑ 2. Registrations/dues/ ❑ 3. Subscriptions/periodicals/ ❑ 4. Advertisements Profit training printed materials ❑ 5. Utility services — subject ❑ 6. Education/academic ❑ 7. Legal services ❑ 8. Purchases required by to government control programs/trainers, speakers grants/gifts ❑■ 9.Compatibility/proprietary ❑ 10. Shop estimates on ❑ 11. Personnel/recruitment ❑ 12. Works of art for public with current systems disassembled equipment services display ❑ 13. Direct purchases ❑14. Financial instruments ❑ 15. Entertainment services ❑ 16. Management studies as for County sponsored events directed by County Manager ❑ 17. Resolution/BCC direction (Indicate resolution number and approval date): Description of Purchase: Enter a description of the item(s) items that will be purchased under this exemption. The BCC directed staff to project population growth, project spatial growth patterns, identify future land uses, and identify the future infrastructure needs of Collier County. This includes updates to the Rural Land Stewardship Area and Growth Management Plan amendments based on the findings of the Collier Inter -Active Growth Model (CIGM) that models land use changes and population growth in disaggregated zones from the baseline to build -out. Metro Forecasting Models, LLC holds the exclusive rights to use and sell services related to the Interactive Growth Model® (IGM). Metro Forecasting Models, LLC services are needed to provide a report on the commercial assumptions used in the CIGM and to explain the assumptions to stakeholders and defend them through RLSA public hearings. Includes, but not limited to, software support and maintaining concurrency of the Collier Interactive Growth Model (CIGM). Purpose: Describe in detail, the purpose of the requested item(s). The Collier County Growth Management Plan adopted by the Board directs future growth in our area. Periodically the Board directs staff to study and update area Master Plans. All updates and plan amendments are required to be supported by data and analysis. The CIGM is a tool used by Collier County Water -Sewer District and the Growth Management Department (Zoning Division & Impact Fees, Capital Project Planning & Project Management Division) to identify and coordinate projects related to spatial population forecasting and the related timing of infrastructure needs and additionally the spatial land use model. During this process, the currency of the database will be updated. Requester: Rose Burke (On behalf of both) Digiturkeose Signature :BurkeROSe Datea12020.06.09ly signedY1633:58 Date:06/09/2020 -04'00' Division Director: Amy Patterson Signature:Am Patterson Digitally signed by Amy Patterson y Date 2020.06.10084138-04'00' Date: Procurement Strategist: g Sara Schneeberger Signature: Digitaeberlly nedby g SchneebergerSara Date 2 20.06101 Date: 2020.06.10 11:24:14 Date: -04'00' Procurement Director: Catherine Bigelow D.g.tally signed by Cat Bigelow Cat BigelowD" .-Daalgelowo=Doilaeso Signature Boa,1�a1h�.oe-P,o��,ame�,s Date: Ordesignee net, 101154,02-4rgavnet.c-�5 Date:I2020 061011:54:02-00'g0' For Procurement Use Only: ❑ Onetime approval ❑ One year approval ❑■ Multi -Year Approval: Start 06/10/2020 End 06/30/2025 Packet Pg. 1361