Loading...
Agenda 07/14/2020 Item #16F 5 (Award RFP #20-7706 to Lou Hammond & Associates, Inc.)07/14/2020 EXECUTIVE SUMMARY Recommendation to award Request for Proposal (RFP) No. 20-7706 for Tourism Public Relations Services to Lou Hammond & Associates, Inc. (FL), authorize the Chairman to execute the County Attorney approved contract and make a finding that this expenditure promotes tourism. OBJECTIVE: The purpose is to award Tourism Public Relations Services to the number one ranked firm, Lou Hammond & Associates, Inc. (FL) of New York City, NY. CONSIDERATIONS: On January 21, 2020, the Procurement Services Division released notices of Request for Proposal No. 20-7706 Tourism Public Relations Services. 11,821 firm were notified, 96 firms viewed/downloaded the bid information and four (4) proposals were received by the due date of February 21, 2020. A selection committee convened May 8, 2020. The committee scored and ranked the vendors based on the criteria outlined in the solicitation. The vendor will create and implement for the County an effective out of market media relations strategy that provides a full range of media pitching and targeting that includes: • Nurture personal media relationships on County’s behalf; • Develop pitches specifically targeted to each individual outlet and journalist by niche; • Create pitches that reference the journalist's recent stories and specific section topics; • Utilize statistics wherever possible to support trends; and • Employ unobtrusive follow-up with journalists The balance of services the vendor will provide are outlined in the Scope of Services included in the attached bid document supplied by the vendor. Respondents: Company Name City County State Final Ranking Responsive/ Responsible Lou Hammond & Associates Inc. (FL) New York NY NY 1 Yes/Yes Paradise Advertising & Marketing Inc. St. Petersburg Pinellas FL 2 Yes/Yes The Zimmerman Agency Tallahassee Leon FL 3 Yes/Yes The Partnership of Atlanta Inc. Atlanta Fulton GA 4 Yes/Yes Award is recommended to Lou Hammond & Associates, Inc. (FL). FISCAL IMPACT: Funds in the annual amount of $151,992 ($132,000 annual service fee plus $19,992 in annual out of pocket expenses) are available in the proposed FY21 Tourism Division Fund 184 budget in Contracted Service. The PR audit addition ($2,500) is not included in this total. GROWTH MANAGEMENT IMPACT: There is no impact of the Growth Management Plan Identify with this action. ADVISORY BOARD RECOMMENDATION: The Tourist Development Council recommended approval of this item 8-0 at the June 22, 2020 meeting. 16.F.5 Packet Pg. 2651 07/14/2020 LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for approval. - CMG RECOMMENDATION: To approve award of RFP No. 20-7706 for Tourism Public Relations Services to Lou Hammond & Associates, Inc. (FL), authorize the Chairman to execute the County Attorney approved contract and make a finding that this expenditure promotes tourism. Prepared by: Jack Wert, Tourism Director ATTACHMENT(S) 1. 20-7706 Solicitation (PDF) 2. 20-7706 LHG Proposal -Cost to County (PDF) 3. 20-7706 Final Rank (PDF) 4. 20-7706 NORA (PDF) 5. [LinkedX] 20-7706 Lou Hammond_Contract_VendorSigned_corrected (PDF) 6. 20-7706 Lou Hammond_Insurance_6-17-20 (PDF) 16.F.5 Packet Pg. 2652 07/14/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.F.5 Doc ID: 12746 Item Summary: Recommendation to award Request for Proposal (RFP) No. 20-7706 for Tourism Public Relations Services to Lou Hammond & Associates, Inc. (FL), authorize the Chairman to execute the County Attorney approved contract and make a finding that this expenditure promotes tourism. Meeting Date: 07/14/2020 Prepared by: Title: Tourist Development Tax Coordinator – Tourism Name: Kelly Green 06/24/2020 8:40 AM Submitted by: Title: Division Director – Tourism Name: Jack Wert 06/24/2020 8:40 AM Approved By: Review: Tourism Kelly Green Stage 1 Review Completed 06/24/2020 8:40 AM Procurement Services Sandra Herrera Level 1 Purchasing Gatekeeper Completed 06/24/2020 9:16 AM Procurement Services Sue Zimmerman Additional Reviewer Completed 06/24/2020 1:23 PM Corporate Business Operations Kelly Green Stage 1 Review Skipped 06/25/2020 10:00 AM Public Services Department Jennifer Reynolds Stage 1 Review Completed 06/25/2020 10:29 AM Procurement Services Sandra Herrera Additional Reviewer Completed 06/25/2020 10:42 AM Tourism Jack Wert Director Review Completed 06/25/2020 10:52 AM Corporate Business Operations Sean Callahan Executive Director- Corp Business Ops Completed 06/29/2020 4:46 PM County Attorney's Office Colleen Greene Level 2 Attorney Review Completed 06/30/2020 11:09 AM Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 06/30/2020 11:14 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 06/30/2020 2:04 PM Budget and Management Office Ed Finn Additional Reviewer Completed 06/30/2020 2:37 PM County Manager's Office Leo E. Ochs Level 4 County Manager Review Completed 07/07/2020 11:41 AM Board of County Commissioners MaryJo Brock Meeting Pending 07/14/2020 9:00 AM 16.F.5 Packet Pg. 2653 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROPOSAL (RFP) FOR TOURISM PUBLIC RELATIONS SERVICES SOLICITATION NO.: 20-7706 VIVIANA GIARIMOUSTAS, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8375 Viviana.Giarimoustas@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format (Rev 8/7/2017). Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.F.5.a Packet Pg. 2654 Attachment: 20-7706 Solicitation (12746 : RFP # 20-7706 Tourism Public Relations Services) 2 SOLICITATION PUBLIC NOTICE REQUEST FOR PROPOSAL (RFP) NUMBER: 20-7706 PROJECT TITLE: TOURISM PUBLIC RELATIONS SERVICES DUE DATE: Tuesday, February 18, 2020 9:00 AM EST 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 Tourism Division (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. The Tourism Division has an in-house Public Relations & Communications team that works on local and regional communications and Community Relations. The Division also has traditionally contracted national and crisis communications to an outside firm that specializes in Destination Marketing Organizations. Historically, County departments have spent approximately $515,000 for the entire term of the agreement at an average cost of $175,000 annually plus travel and out of pocket reimbursable expenses. However, this may not be indicative of future buying patterns for these services. BACKGROUND The Tourism Bureau is a Division of Collier County Florida Government and operates as a Convention & Visitors Bureau (CVB). Public Relations is an integral part of the annual marketing strategy employed by the CVB to market our community worldwide as a destination of choice for visitors seeking unique vacations, group meeting sites and sports event venues. The tourism industry is a highly competitive and outward facing industry and is subject to various threats and challenges to its success. The Naples Marco Island, Everglades CVB has found that PR and Communications in the tourism sector are unique and operates in a highly competitive marketplace that is ever changing. The CVB is interested in continuing to offer Public Relations & Communications services to support their tourism industry partners and to continually monitor local, reginal, national and International media to be sure our story is told correctly. The successful bidder will have national presence and a wide range of national and International media contacts. They will need to have the capacity and bench strength to react immediately 24 hours a day and 7 days a week to any adverse situation. 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 vendor 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. 16.F.5.a Packet Pg. 2655 Attachment: 20-7706 Solicitation (12746 : RFP # 20-7706 Tourism Public Relations Services) 3 DETAILED SCOPE OF WORK The vendor will create and implement for the County an effective out of market media relations strategy that may include but not be limited to the following: 1. Provide full range of media pitching and targeting that includes: • Nurture personal media relationships on County’s behalf; • Develop pitches specifically targeted to each individual outlet and journalist by niche; • Create pitches that reference the journalist's recent stories and specific section topics; • Utilize statistics wherever possible to support trends; and • Employ unobtrusive follow-up with journalists 2. Develop a media grid of agreed-upon, targeted outlets for the destination's key niche segments. The vendor will then craft pitch angles and story ideas customized for the audience. The vendor will utilize the segmented media grid to track responses and plan additional tactical outreach such as desk-sides and media visits. 3. Implement a proactive campaign directed to the broadcast media. The vendor will continually research and review programs on network and cable TV as well as shows in syndication that may be appropriate for the County. The vendor will work with the County to target key broadcast outlets that have national exposure on morning shows, talk shows, cable networks such as Travel Channel, Food Network, HGTV, Wealth TV, Bravo, etc. and more. The vendor will work closely with the outlets' publicists and editors to provide regular, current information. 4. Provide access to the County for the agency's extensive computerized database. 5. As part of its media mailing services, the vendor will create an addendum for each client, which includes personnel and other non-media contacts the client wants to reach with its materials. 6. Release of a tailored calendar of events, with emphasis on particular seasons and holidays. These are times when media are particularly looking for news and special offerings. 7. Operate an aggressive Collier County News Bureau. The bureau will be staffed and equipped to pitch the media proactively and respond 24-hours-a-day to inquiries, refer coverage opportunities to the appropriate parties, give advice on trends and developments and provide current information. The vendor will provide a fully- staffed extension the Collier County media team to help County be execute activities for which you may not previously have had the time or staff to utilize. Actions of the News Bureau will include: • Handle inquiries, referring to the County as necessary; • Alert the media to news, developments and opportunities; • Maintain a fact file, electronic image and multimedia library; • Provide current information on all aspects of the destination; • Research editorial calendars to facilitate placements; • Review potential media visits; • Maintain updated listings of journalists with their specific interests; continuing regular contact to maximize enthusiasm, providing information as necessary; • Develop and present high-impact story ideas; • Providing the client with clips of all media coverage; and • Monitor and maintain an Online News Room. 8. Incorporate the County into as many appropriately themed agency-wide releases as possible. 9. Post material on the vendor’s Facebook site and tweet about news from the vendor's Twitter handle followers. 10. Participate actively in the Collier County marketing process. This will include being involved in the strategic planning process, contributing the contents for the Public Relations’ (“PR”) section of the annual Strategic Plan and participating in key tourism meetings and events. 11. Provide a 12-month program and timeline of activities in cooperation with the Tourism Division’s in-house Public Relations team. In addition, no releases or other materials will be disseminated without written client approval. 12. Distribute the following resource guides to the County and its constituents on an annual basis: 16.F.5.a Packet Pg. 2656 Attachment: 20-7706 Solicitation (12746 : RFP # 20-7706 Tourism Public Relations Services) 4 • Calendar of Holidays - This year-long calendar outlines major North American holidays with corresponding deadlines for editorial coverage of related news; • Hotel/Tourism Award Listings - This book is a compilation of significant opportunities for hotel/ tourism awards and surveys; information provided includes criteria, deadlines and contact names for entries. 13. Coordinate seminars to benefit the County’s tourism partners. The seminars will be designed for people who can benefit by learning from public relations experts and are staged in a central location convenient for multiple tourism and economic development partners. Participants will also receive an update on the public relations program. 14. The vendor will create periodic newsletters for the County and produce a monthly Partner Newsletter with the assistance of the in-house County PR staff. These newsletters will contain a mix of destination updates, partner news, and promotions, supported by appropriate imagery. 15. Develop and implement a Visiting Journalist Program in which the vendor makes individual judgments on each journalist and influencer or blogger requesting a visit. Further, it is essential that this program be developed and monitored monthly to ascertain placement timing. The vendor will: • Aggressively encourage the right journalists to visit the destination; • Review requirements/requests and anticipated results with client approvals; • Work with an airline partner to secure airline tickets; • Assist client with itinerary arrangements including hotels, attractions, dining and shopping venues; • Forward press materials; and • Monitor and report results. Each individual press trip request is submitted to the client with the agency's press request form, outlining the journalist's affiliation, audience reach and special interests as well as agency recommendation and remarks. A client signature authorizes the agency to proceed with the trip. For any top media that are not allowed by company policy to participate in sponsored visits, the vendor will work with this media outlet to find a way to arrange a way for the media outlet representative to visit at their own expense. Through one-on-one contact, the vendor will make a compelling case about the destination and its news value. The vendor will offer assistance with fact checking, photography and source material to help them create their stories. 16. Create an integrated social media campaign that will help the County build brand equity and credibility, engage customers, attract events, reach goals, track metrics and conversation trends. The vendor will: • Advise the County’s in-house PR team regarding best practices to use social media sites effectively given the synergy between the various communication channels ( i.e., an iPhone image can be posted to Instagram, or a Facebook page and then tweeted). Across all social media platforms, the vendor will also monitor to evaluate, track/ measure conversations. • Support the presence on relevant social networks such as Facebook for the Naples, Marco Island, and Everglades - Paradise Coastal brand to launch direct-to-consumer incentives, online events, contests and communication to increase fans. Promotions can be customized and targeted to both the peak leisure season and slower season as need dictates. • The vendor will provide Collier County with tips and suggested course of action to leverage micro blogging sites such as Twitter, developing a content calendar as necessary. The vendor can create exclusive promotions/incentives for followers and engage those followers through experts, live events and conferences. The vendor will monitor topics and retweets, as well as link Tweets between Facebook, YouTube, etc. as desired. • The vendor will also feature Collier County and its partners on its own social media platforms • The vendor will monitor coverage and reviews, responding to noteworthy blog posts as agreed upon by the client to help manage perceptions within the online community and become part of blog conversation with transparent messaging at the authority's direction as well. The vendor will serve as an advisor regarding best practices for establishing its own blog, if desired, including proper language, tone and frequency of posts, as well as offering direction on linking blog updates to client Facebook page and other social media outlets. • The vendor will work with Collier County to ensure that any information that appears on Wikipedia is correct, helping to implement any revisions if necessary. Agency, at client direction, can also create entries. • The vendor will post on Video sharing Web sites such as YouTube, Yahoo! Video and Google Video allow users to distribute video clips to the masses. With the proper distribution, consumers interested in learning more about Collier County can easily find related videos online. The vendor will develop a distribution strategy and schedule 16.F.5.a Packet Pg. 2657 Attachment: 20-7706 Solicitation (12746 : RFP # 20-7706 Tourism Public Relations Services) 5 consisting of appropriate video sharing Web sites and "tagging" with the goal of achieving a viral effect, measuring viewers as necessary. • Post on travel and media web sites to enable marketers to share and post images with several audiences, including media. The vendor can support Collier County capitalizing on current photo-sharing trends, with tactics ranging from the upload- of high-impact photography and strategic "tagging" and "geotagging" of online photos, to participation in relevant online groups and the execution of online photos contests, all the while measuring viewers as necessary. • The vendor will assist in concepting and developing personalized apps that interface with smart phone technologies. The vendor will provide ongoing counsel on how to build the Naples, Marco Island and Everglades brand through social media, keeping abreast of all new developments. The vendor is also to help strategize and integrate all social media efforts, linking each outlet to the other. • The vendor will be an active partner in all emergency situations requiring crisis communications tactics including media monitoring, continual contacts with Collier tourism partners, support continual updates t the County’s Beach Conditions pages and contribute photos and videos from user generated content to support the crisis communications operations. • The vendor has the option to provide monthly Media Monitoring Services and reporting to the County as part of their scope of services as provided by a nationally known service that provides these services to tourism bureaus on a regular basis. The bid document should be specific as to whether these services are part of the service fee or a separate add on option and cost. • The vendor will assist the in-house CVB PR staff with local and regional media relations support and planning, and escorting media familiarization trip participants while in the destination and in situations where the in-house PR team needs additional help to respond to media inquiries. 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 16.F.5.a Packet Pg. 2658 Attachment: 20-7706 Solicitation (12746 : RFP # 20-7706 Tourism Public Relations Services) 6 2. Certified Minority Business Enterprise 5 Points 3. Business Plan 20 Points 4. Cost of Services to the County 20 Points 5. Experience and Capacity of the Firm 20 Points 6. Specialized Expertise of Team Members 20 Points 7. Local Vendor Preference 10 Points TOTAL POSSIBLE POINTS 100 Points Tie Breaker: In the event of a tie at final ranking, award shall be made to the proposer with the lower volume of work previously awarded. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty-four (24) months prior to the RFP submittal deadline. Payment information will be retrieved from 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*** EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENT SUMMARY (5 Total Points Available) 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 Available) Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Minority Business Enterprise. EVALUATION CRITERIA NO. 3: BUSINESS PLAN (20 Total Points Available) In this tab, include but not limited to: • Detailed plan of approach (including major tasks and sub-tasks). • Detailed time line for completion of the project. • Include with the Business Plan or as an attachment, a copy of a PR campaign as an example of work product. This should be for one of the projects listed as a reference. EVALUATION CRITERIA NO. 4: COST OF SERVICES TO THE COUNTY (20 Total Points Available) In this tab, include but not limited to: • Provide a monthly service fee that will cover all the staff work described in your proposal and extend that cost to the annual amount. • Provide the projected monthly total cost and projected annual cost for out of pocket expenses to be reimbursed to the vendor. These costs should include copying, shipping, postage and pre-approved travel expenses on County tourism business for which your firm will provide the work as described in the RFP. • Provide proposed fee schedule of principals and staff (including sub-vendors) for additional pre-approved work provided to the vendor that is not covered by the monthly service fee. EVALUATION CRITERIA NO. 5: EXPERIENCE AND CAPACITY OF THE FIRM (20 Total Points Available) In this tab, include but not limited to: • Provide information that documents your firm’s staff and subcontractors’ qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. • Describe the various team members’ successful experience in working with one another on previous projects. 16.F.5.a Packet Pg. 2659 Attachment: 20-7706 Solicitation (12746 : RFP # 20-7706 Tourism Public Relations Services) 7 The County requests that the vendor submits three (3) reference forms from clients (during the past 5 years) 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 form provided in Attachment B – Form 8. 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. 6: SPECIALIZED EXPERTISE OF TEAM MEMBERS (20 Total Points Available) In this tab, include but not limited to: • Description of the proposed contract team and the role to be played by each member of the team. • Attach brief resumes of all proposed project team members who will be involved in the management of the total package of services, as well as the delivery of specific services. • Attach resumes of any sub-vendors and attach letters of intent from those stated sub-vendors must be included with proposal submission. • Examples of the work done by the team members for other Destination Marketing Organizations. EVALUATION CRITERIA NO. 7: LOCAL VENDOR PREFERENCE (10 Total Points Available) Local business is defined as the vendor having a current Business Tax Receipt issued by the Collier or Lee County Tax Collector prior to proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier or Lee County from which the vendor’s staff operates and performs business in an area zoned for the conduct of such business. 16.F.5.a Packet Pg. 2660 Attachment: 20-7706 Solicitation (12746 : RFP # 20-7706 Tourism Public Relations Services) Response to Request for Proposal Solicitation 20-7706 - Tourism Public Relations Services February 2020 Collier County New York | Charleston | Denver | Houston | Los Angeles | Miami 16.F.5.b Packet Pg. 2661 Attachment: 20-7706 LHG Proposal -Cost to County (12746 : RFP # 20-7706 Tourism 62 Cost of Services to the County. 16.F.5.b Packet Pg. 2662 Attachment: 20-7706 LHG Proposal -Cost to County (12746 : RFP # 20-7706 Tourism 63Budget.LHG works on a monthly retainer annual contract basis. It does not bill on an allocated “time” basis and, in fact, no time records are maintained. All personnel are available as needed to achieve desired results regardless of time considerations. Clients receive the attention they need, when they need it. Activity is conducted on the basis of the public relations program developed jointly with the client team and quantified to the extent possible. The fee is developed from this program. • Retainer fees are payable monthly in advance • No expenses incurred on behalf of clients are marked up in any way • Supervision costs are included in fees • Approved expenses are billed one month in arrears • Retainer contracts are subject to termination with 90 days’ notice by either party Lou Hammond Group proposed 12-month fee remains at $132,000 payable monthly in advance at $11,000. Included in that cost are out of pocket expenses such as telephone, postage, messenger and photocopying. Additional expenses such as staff/media travel and media events are pre-approved and billed at cost with no markup. LHG would continue to operate from an annual out of pocket expense budget of $19,992 ($1,666 per month). In addition to our PR work, LHG can provide an annual, in-depth audit of all Paradise Coast social media platforms for a cost of $2,500. 16.F.5.b Packet Pg. 2663 Attachment: 20-7706 LHG Proposal -Cost to County (12746 : RFP # 20-7706 Tourism Selection Committee Scoring Sheet (STEP 1) RFP 20-7706 Title: Tourism Public Relations Services Name of Firm Geoff Buzzy Jack Amanda Deborah Total Scores Final Rank Lou Hammond Group 82 85 83 78 77 405.00 1 Paradise Advertising 75 78 69 77 77 376.00 2 Zimmerman Agency 75 73 55 70 62 335.00 3 The Partnership 56 58 45 48 63 270.00 4 Procurement Professional Viviana Giarimoustas Step 1: Upon direction by the Procurement professional, the individual selection committee member should provide their scoring of the proposals. Step 2: The procurement professional will review the mathematically tabulated scores. Step 3: The Committee will determine the number of proposers to bring back for oral presentations. Page 1 of 1 16.F.5.c Packet Pg. 2664 Attachment: 20-7706 Final Rank (12746 : RFP # 20-7706 Tourism Public Relations Services) Notice of Recommended Award Solicitation: 20-7706 Title: Tourism Public Relations Services Due Date and Time: 2/21/2020 10:00 AM Respondents: Company Name City County State Final Ranking Responsive/Responsible Lou Hammond & Associates Inc. New York NY NY 1 Yes/Yes Paradise Advertising & Marketing Inc. St. Petersburg Pinellas FL 2 Yes/Yes The Zimmerman Agency Tallahassee Leon FL 3 Yes/Yes The Partnership of Atlanta Inc. Atlanta Fulton GA 4 Yes/Yes Utilized Local Vendor Preference: Yes No Recommended Vendor(s) For Award: On January 21, 2020 the Procurement Services Division released notices of Request for Proposals 20-7706 Tourism Public Relations Services. 11,821 firms were notified, 96 firms viewed/downloaded the bid information and four (4) proposals were received by the due date of February 21, 2020. A selection committee convened May 8, 2020. The committee scored and ranked the vendors based on the criteria outlined in the solicitation. Award is recommended to Lou Hammond & Associates Inc. Required Signatures Project Manager: Jack Wert Procurement Strategist: Viviana Giarimoustas Procurement Services Director: __________________________________ _________________ Sandra Herrera Date DocuSign Envelope ID: 88F8C8BD-854D-464B-A0E0-3931D35CC342 5/11/2020 5/11/2020 5/11/2020 16.F.5.d Packet Pg. 2665 Attachment: 20-7706 NORA (12746 : RFP # 20-7706 Tourism Public Relations Services) 16.F.5.e Packet Pg. 2666 Attachment: [LinkedX] 20-7706 Lou Hammond_Contract_VendorSigned_corrected (12746 : RFP # 20-7706 Tourism Public Relations Services) 16.F.5.e Packet Pg. 2667 Attachment: [LinkedX] 20-7706 Lou Hammond_Contract_VendorSigned_corrected (12746 : RFP # 20-7706 Tourism Public Relations Services) 16.F.5.e Packet Pg. 2668 Attachment: [LinkedX] 20-7706 Lou Hammond_Contract_VendorSigned_corrected (12746 : RFP # 20-7706 Tourism Public Relations Services) 16.F.5.e Packet Pg. 2669 Attachment: [LinkedX] 20-7706 Lou Hammond_Contract_VendorSigned_corrected (12746 : RFP # 20-7706 Tourism Public Relations Services) 16.F.5.e Packet Pg. 2670 Attachment: [LinkedX] 20-7706 Lou Hammond_Contract_VendorSigned_corrected (12746 : RFP # 20-7706 Tourism Public Relations Services) 16.F.5.e Packet Pg. 2671 Attachment: [LinkedX] 20-7706 Lou Hammond_Contract_VendorSigned_corrected (12746 : RFP # 20-7706 Tourism Public Relations Services) 16.F.5.e Packet Pg. 2672 Attachment: [LinkedX] 20-7706 Lou Hammond_Contract_VendorSigned_corrected (12746 : RFP # 20-7706 Tourism Public Relations Services) 16.F.5.e Packet Pg. 2673 Attachment: [LinkedX] 20-7706 Lou Hammond_Contract_VendorSigned_corrected (12746 : RFP # 20-7706 Tourism Public Relations Services) 16.F.5.e Packet Pg. 2674 Attachment: [LinkedX] 20-7706 Lou Hammond_Contract_VendorSigned_corrected (12746 : RFP # 20-7706 Tourism Public Relations Services) 16.F.5.e Packet Pg. 2675 Attachment: [LinkedX] 20-7706 Lou Hammond_Contract_VendorSigned_corrected (12746 : RFP # 20-7706 Tourism Public Relations Services) 16.F.5.e Packet Pg. 2676 Attachment: [LinkedX] 20-7706 Lou Hammond_Contract_VendorSigned_corrected (12746 : RFP # 20-7706 Tourism Public Relations Services) 16.F.5.e Packet Pg. 2677 Attachment: [LinkedX] 20-7706 Lou Hammond_Contract_VendorSigned_corrected (12746 : RFP # 20-7706 Tourism Public Relations Services) 16.F.5.e Packet Pg. 2678 Attachment: [LinkedX] 20-7706 Lou Hammond_Contract_VendorSigned_corrected (12746 : RFP # 20-7706 Tourism Public Relations Services) 16.F.5.e Packet Pg. 2679 Attachment: [LinkedX] 20-7706 Lou Hammond_Contract_VendorSigned_corrected (12746 : RFP # 20-7706 Tourism Public Relations Services) 16.F.5.e Packet Pg. 2680 Attachment: [LinkedX] 20-7706 Lou Hammond_Contract_VendorSigned_corrected (12746 : RFP # 20-7706 Tourism Public Relations Services) 16.F.5.e Packet Pg. 2681 Attachment: [LinkedX] 20-7706 Lou Hammond_Contract_VendorSigned_corrected (12746 : RFP # 20-7706 Tourism Public Relations Services) 16.F.5.e Packet Pg. 2682 Attachment: [LinkedX] 20-7706 Lou Hammond_Contract_VendorSigned_corrected (12746 : RFP # 20-7706 Tourism Public Relations Services) 16.F.5.e Packet Pg. 2683 Attachment: [LinkedX] 20-7706 Lou Hammond_Contract_VendorSigned_corrected (12746 : RFP # 20-7706 Tourism Public Relations Services) 16.F.5.e Packet Pg. 2684 Attachment: [LinkedX] 20-7706 Lou Hammond_Contract_VendorSigned_corrected (12746 : RFP # 20-7706 Tourism Public Relations Services) 16.F.5.e Packet Pg. 2685 Attachment: [LinkedX] 20-7706 Lou Hammond_Contract_VendorSigned_corrected (12746 : RFP # 20-7706 Tourism Public Relations Services) 06/09/2020 C. T. Lowndes - Mt. Pleasant Office 966 McCants Dr. Mt. Pleasant SC 29464 Karen Ferrara, CISR (843) 884-3159 (843) 881-8891 kferrara@ctlowndes.com Lou Hammond & Associates Inc 145 King St Suite 411 Charleston SC 29401 Ohio Security - Montgomery 24082 Ohio Casualty 24074 Continental Casualty - CNA 20443 19-20 GL, UMB, E&O A Y BZS55609265 07/12/2019 07/12/2020 1,000,000 1,000,000 15,000 2,000,000 2,000,000 A Y BZS55609265 10/10/2019 07/12/2020 1,000,000 B 10,000 USO55609265 07/12/2019 07/12/2020 5,000,000 5,000,000 COVERAGE NOT PROVIDED C ERRORS & OMISSIONS 596361873 08/28/2019 08/28/2021 $2,000,000 Those usual to the insureds operation. Collier County Board of Commissioners, Board of County Commissioners in Collier County, Collier County Government or Collier County included as additional insured as respects general liability per endorsement BP7996 (09-16) & auto liability on a primary and noncontributory basis when required by written agreement. Project: Any and all work performed on behalf of Collier County by Lou Hammond & Associates, Inc. Collier County Board of County Commissioners 3295 Tamiami Trail East Naples FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD 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. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 16.F.5.f Packet Pg. 2686 Attachment: 20-7706 Lou Hammond_Insurance_6-17-20 (12746 : RFP # 20-7706 Tourism Public Relations Services) 26247 X X X Indemnity Insurance Company of NorthAmerica - CHUBB INSURER A: CERTIFICATE OF LIABILITY INSURANCE 1,000,000.00 1,000,000.00 AGGREGATE 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 endorsements(s). 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. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAME 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. REVISION NUMBER: 06/15/2020 INSURER B: INSURERS AFFORDING COVERAGE COVERAGES EACH OCCURRENCEDAMAGE TO RENTED MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS-COMP/OP AGG COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) EACH OCCURRENCE E.L. EACH ACCIDENT E.L. DISEASE-EA EMPLOYEE E.L. DISEASE-POLICY LIMIT CERTIFICATE HOLDER CANCELLATION ACORD 25 (2010/05)© 1988-2010 ACORD CORPORATION. All rights reserved. PREMISES (Ea occurrence) ADD'LINSRD POLICY NUMBER POLICY EFF(MM/DD/YYYY) WC STATU-TORY LIMITS OTH-ER GEN'L AGGREGATE LIMIT APPLIES PER: AUTOMOBILE LIABILITY ANY AUTOALL OWNEDAUTOS SCHEDULEDAUTOSHIRED AUTOS NON-OWNEDAUTOS UMBRELLA LIAB EXCESS LIAB DED CLAIMS MADE RETENTION $WORKERS COMPENSATIONAND EMPLOYERS' LIABILITYANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe under OFFICER/MEMBER EXCLUDED? DESCRIPTION OF OPERATIONS below $ $ $ $ $ $ $ $ $ $ $ POLICY EXP(MM/DD/YYYY)LIMITS $ $ $ GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR POLICY PRO-JECT LOC INSURER C: INSURER D: INSURER E: NAIC# PRODUCER INSURED Collier County Board of County Commissioners 3295 Tamiami Trail ENaples FL, 34112 C66684386 09/30/2019 09/30/2020 1,000,000.00 INSRLTR TYPE OF INSURANCE DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks, Schedule, if more space is required) 43575 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. E-MAIL ADDRESS: Risk@ExtensisGroup.com PHONE (A/C, No, Ext): 888-473-6398 CONTACT NAME: INSURER F:CERTIFICATE NUMBER: DATE (MM/DD/YYYY) SUBRWVD $ Y/N N/A The ACORD name and logo are registered marks of ACORD X FAX (A/C, No): Not Applicable Not Applicable OCCUR (Mandatory in NH) 206266 AUTHORIZED REPRESENTATIVE A Jay Peichel Keystone Risk Partners LLC604 East Baltimore Pike Media PA, 19063 Extensis IV, Inc. L/C/FLOU HAMMOND & ASSOCIATES INC (LOU HAMMOND & ASSOCIATESINC)900 US HWY 9 North, Suite 203Woodbridge, NJ 07095 B 10,000 X UMB 5499247-06 09/30/2019 09/30/2020 $ $ 10,000,000.00 10,000,000.00 American Guarantee & Liability - Zurich 16.F.5.f Packet Pg. 2687 Attachment: 20-7706 Lou Hammond_Insurance_6-17-20 (12746 : RFP # 20-7706 Tourism Public Relations Services)