Loading...
HomeMy Public PortalAbout22-9983 American Rescue Plan ActSponsored By: City Manager RESOLUTION NO. 22-9983 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA- LOCKA, FLORIDA, ACCEPTING THE PROPOSAL OF ATKINS NORTH AMERICA, INC. FOR AMERICAN RESCUE PLAN ACT (ARPA) FUNDING CONSULTING SERVICES PURSUANT TO RFQ NO. 22-0422100; AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY; PROVIDING FOR ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, on March 23, 2022, the City of Opa-Locka ("City") published Request for Quotes (RFQ) 22-0422100 for American Rescue Plan Act (ARPA) Funding Consulting Services; and WHEREAS, six (6) sealed proposals were received by the City Clerk's Office and certified by the City Clerk on April 27, 2022; and WHEREAS, the Evaluation Committee reviewed the proposals and subsequently selected Atkins North America, Inc. ("Contactor") as the most responsive responsible bidder; and WHEREAS, the City Commission finds that acceptance of Atkins North America, Inc.'s proposal for American Rescue Plan Act (ARPA) Funding Consulting Services and entering into an agreement with Contractor is in the best interest of the City of Opa- Locka and its residents. NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA- LOCKA, FLORIDA: SECTION 1. The recitals to the preamble herein are incorporated by reference. SECTION 2. The City Commission of the City of Opa-Locka, Florida hereby accepts the proposal of Atkins North America, Inc. relating to Request for Quotes (RFQ) 22-0422100, to provide American Rescue Plan Act (ARPA) Funding Consulting Services and authorizes the City Manager to enter into an agreement, in a form acceptable to the City Attorney. SECTION 3. Sections of this Resolution may be renumbered or re -lettered and corrections of typographical errors which do not affect the intent may be authorized by the City Manager, or the City Manager's designee, without need of public hearing, by filing a corrected copy of the same with the City Clerk. Resolution No. 22-9983 SECTION 3. This Resolution shall take effect upon adoption and is subject to the approval of the Governor or Governor's Designee. PASSED and ADOPTED this 25th day of May, 2022. Vronica J. Williams, Mayor ATTEST: Jo a Flores, City Clerk APPROVED AS TO FORM AND LEGAL SU CIENCY: Bur . d- e Norris -We- s, P.A. City Attorney Moved by: Vice Mayor Taylor Seconded by: Commissioner Davis VOTE: 5-0 Commissioner Bass YES Commissioner Davis YES Commissioner Dominguez YES Vice -Mayor Taylor YES Mayor Williams YES City of Opa-locka Agenda Cover Memo Department Director: Department Director Signature: City Manager: Darvin Williams CM Signature: j6'e Commission Meeting Date: 05.25,2022 Item Type: XEnterX in box) Resolution Ordinance Other X Fiscal Impact: (Enter X in box) Yes No Ordinance Reading: (EnterX in box) 1st Reading 2nd Reading X Public Hearing: (Enter X in box) Yes No Yes No X X Funding Source: Account# : (Enter bund & Dept) Ex: See Financial Impact Section Advertising Requirement: (Enter X in box) Yes No X Contract/P.O. Required: (Enter X in box) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (Enter X In box) Yes No Strategic Plan Priority Enhance Organizational Bus. & Economic Public Safety Quality of Education Qual. of Life & City Communication Area: Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X • Dev NII El I■ Image EN III Sponsor Name City Manager Department: City Manager Short Title: A resolution authorizing the City Manager to accept the proposal of Atkins North America, Inc, for the American Rescue Plan Act (ARPA) Consulting Services pursuant to RFQ No. 22-0422100 and further authorizing the City Manager to enter into an agreement with Atkins North America, Inc. Staff Summary: Request for Quotes (RFQ) 22-0422100 was published on March 23, 2022 for ARPA Consulting Services. Six (6) companies submitted proposals/documents which were certified by the City Clerk on April 27, 2022, The documents submitted by Emergen, Inc. did not include a proposal, therefore the company was disqualified. In addition, Crowe, LLP submitted a document with a letter which stated "Crowe did not respond to the RFP, as we did not feel our Firm was the best candidate to provide these services. Crowe does, however, provide a unique software product, the Crowe Grant Recipient Tracker, which we believe can be an excellent fit to assist the City with its diverse ARPA reporting requirements". Based on the letter received from Crowe, LLP, this company was also disqualified. The Evaluation Committee reviewed the proposals and subsequently selected Atkins North America, Inc. as the most responsive responsible bidder. The proposals are listed in order from highest to lowest ranking based on Evaluation Committee scoring. (1st) Atkins North America, Inc. was ranked first. The company has been supporting emergency management at all levels of government for more than 30 years. The Atkins team was selected by the City of Miami to oversee more than $137 Million Dollars in funding. They committed to provide the subject matter expertise across all scope areas for the City of Opa-locka if selected. Based on the proposal submitted, the company proposed fees consisted of an hourly rate per staff member. (2nd) Government Services Group, Inc. (GSG) was ranked second. For aver ten years, the company have supported various recovery efforts for public sector clients, (ARPA, CARES, FEMA, American Reinvestment & Recovery Act, CDBG, SHIP, Economic Development, and Broadband), and have worked directly with public agencies for over 25 years. The company currently provide similar services in multiple municipalities. Based on the proposal submitted, the total estimated cost for services is $459,210. (3rd) The Integrity Group was ranked third. For over eleven years, the company performed disaster recovery consulting services for Florida local and state entities with a strong focus on quality and fill compliance with all regulations. The proposal detailed work in CARES, ARPA, FEMA Public Assistance, HUD CDBG-DR and other federal and state funding and grant programs. Based on the proposal submitted, the company proposed fees consisted of an hourly rate per staff member. (4th) The Balmoral Group was ranked fourth. Since 2014, the company has provided grant management services to the Gulf Consortium, the organization of the 23 Gulf Coast counties charges with implementing $293 Million Dollars in funding from the Deepwater Horizon Settlement, Based on the proposal submitted, the company proposed feat consisted of an hourly rate per staff member. Financial Impact; The City's APRA allocation is $7,957,062, with half received last fall and the remainder to be received in the near future. Under ARPA terms these funds can be, and are, deposited in an interest -bearing bank account, increasing the total slightly. Atkins North America, Inc. proposed an hourly rate per staff member. During the Selection Committee Meeting the company verbally committed to a 5% cap of the total allocation, or approximately $400,000, for which ARPA funds can be used. Proposed Action: Staff recommends the City Commission approve the recommendation for Atkins North America, Inc. based on the Selection Committee review, scoring and ranking, and authorize the City Manager to enter into an agreement with said company. Attachment: RFQ No. 22-0422100 Bid Certification Committee Evaluation Forms Bid Proposals Office of the City Manager 780 Fisherman Street, 4th Floor Opa-locka, FL 33054 Darvin Williams, JD, MBA, MPH Telephone (305) 953-2821 Interim City Manager Email: dwilliams@opalockafl.gov To: Mayor Veronica Williams Vice Mayor John H. Taylor, Jr. Commissioner Sherelean Bass Commissioner Chris Davis Commissioner Audrey Dominguez From: Darvin Williams, Interim City Manager Date: May 10, 2022 Re: Resolution: Cominittee Selection for ARPA Funding Consulting Services Request: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA- LOCKA, FLORIDA, ACCEPTING THE PROPOSAL OF ATKINS NORTH AMERICA, INC. PURSUANT TO RFQ NO. 22-0422100; FURTHER AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT WITH THE LOWEST RESPONSIVE RESPONSIBLE BIDDER; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. Description: ARPA Funding Consulting Services. Analysis: Bid proposals were certified by the City Clerk on April 27, 2022. The City Clerk's Office opened sealed proposals and certified the bids under the provisions of Sec. 2- 320.1 of the City's Code of Ordinance. The following six (6) companies submitted proposals/documents: Government Services Group, Inc. (GSG) The Balmoral Group The Integrity Group Atkins North America, Inc. Crowe LLP (No proposal submitted) Emergen, Inc. (No proposal submitted) The evaluation committee met on May 9, 2022 to review proposals. Members of the evaluation committee included: Robert Anathan, Budget Administrator - City of Opa-locka Sandra Bridgeman, Acting Assistant Finance Director - Consultant TriMerge CPA George Ellis, Assistant City Manager — City of Opa-locka Gregory Gay, Community Development Director — City of Opa-locka Adelina Gross, CIP Manager - City of Opa-locka Each committee member's review evaluation and scoring of proposals were based on the following criterion and weight system: Criterion Weight Experience and Qualifications 25% Quality of Service 25% References 25% Proposed Fee 25% Below you will find the selection committee evaluations that include scoring of the four (4) proposals. The proposals are listed in order from highest to lowest in ranking: Atkins North America, Inc. Name Rating Robert Anathan 5.00 Sandra Bridgeman 4.50 George Ellis 3.25 Gregory Gay 2.75 Adelina Gross 3.50 TOTAL 3.80 Government Services Group, Inc. Name Rating Robert Anathan 4.75 Sandra Bridgeman 4.25 George Ellis 4.00 Gregory Gay 2.50 Adelina Gross 3.00 TOTAL 3.70 The Integrity Group Name Rating Robert Anathan 3.50 Sandra Bridgeman 4.25 George Ellis 3.50 Gregory Gay 3.25 Adelina Gross 2.00 TOTAL 3.30 The Balmoral Group Name Rating Robert Anathan 3.75 Sandra Bridgeman 4.00 George Ellis 2.75 Gregory Gay 3.00 Adelina Gross 2.50 TOTAL 3.20 ( j:t) Atkins North America, Inc. was ranked first. The company has been supporting emergency management at all levels of government for more than 30 years. The Atkins team was selected by the City of Miami to oversee more than $137 Million Dollars in funding. They committed to provide the subject matter expertise across all scope areas for the City of Opa-locka if selected. Based on the proposal submitted, the company proposed fees consisted of an hourly rate per staff member. (2„d) Government Services Group, Inc. (GSG) was ranked second. For over ten years, the company have supported various recovery efforts for public sector clients, (ARPA, CARES, FEMA, American Reinvestment & Recovery Act, CDBG, SHIP, Economic Development, and Broadband), and have worked directly with public agencies for over 25 years. The company currently provide similar services in multiple municipalities. Based on the proposal submitted, the total estimated cost for services is $459,210. (3rd) The Integrity Group was ranked third. For over eleven years, the company performed disaster recovery consulting services for Florida local and state entities with a strong focus on quality and fill compliance with all regulations. The proposal detailed work in CARES, ARPA, FEMA Public Assistance, HUD CDBG-DR and other federal and state funding and grant programs. Based on the proposal submitted, the company proposed fees consisted of an hourly rate per staff member. (4th) The Balmoral Group was ranked fourth. Since 2014, the company has provided grant management services to the Gulf Consortium, the organization of the 23 Gulf Coast counties charges with implementing $293 Million Dollars in funding from the Deepwater Horizon Settlement. Based on the proposal submitted, the company proposed fee's consisting of an hourly rate per staff member. Recommendation(s): Staff recommends the City Commission approve the recommendation for Atkins North America, Inc. based on the Selection Committee review, scoring and ranking, and authorize the City Manager to enter into an agreement with said company. Attachments: Request for Quotes (RFQ) #22-0422100 Bid Certification Committee Evaluation Forms Bid Proposals *** END OF MEMORANDUM*** Office of the City Manager 780 Fisherman Street, 4th Floor Opa-locka, FL 33054 Darvin Williams, JD, MBA, MPH Telephone (305) 953-2821 Interim City Manager Email: dwilliams@opalockafl.gov To: Mayor Veronica Williams Vice Mayor John H. Taylor, Jr. Commissioner Sherelean Bass Commissioner Chris Davis Commissioner Audrey Dominguez From: Darvin Williams, Interim City Manager Date: May 10, 2022 Re: Resolution: Committee Selection for ARPA Funding Consulting Services Request: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA- LOCKA, FLORIDA, ACCEPTING THE PROPOSAL OF ATKINS NORTH AMERICA, INC. PURSUANT TO RFQ NO. 22-0422100; FURTHER AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT WITH THE LOWEST RESPONSIVE RESPONSIBLE BIDDER; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. Description: ARPA Funding Consulting Services. Analysis: Bid proposals were certified by the City Clerk on April 27, 2022. The City Clerk's Office opened sealed proposals and certified the bids under the provisions of Sec. 2- 320.1 of the City's Code of Ordinance. The following six (6) companies submitted proposals/documents: Government Services Group, Inc. (GSG) The Balmoral Group The Integrity Group Atkins North America, Inc. Crowe LLP (No proposal submitted) Emergen, Inc. (No proposal submitted) The evaluation committee met on May 9, 2022 to review proposals. Members of the evaluation committee included: Robert Anathan, Budget Administrator - City of Opa-locka Sandra Bridgeman, Acting Assistant Finance Director - Consultant TriMerge CPA George Ellis, Assistant City Manager — City of Opa-locka Gregory Gay, Community Development Director — City of Opa-locka Adelina Gross, CIP Manager - City of Opa-locka Each committee member' s review evaluation and scoring of proposals were based on the following criterion and weight system: Criterion Weight Experience and Qualifications 25% Quality of Service 25% References 25% Proposed Fee 25% Below you will find the selection committee evaluations that include scoring of the four (4) proposals. The proposals are listed in order from highest to lowest in ranking: Atkins North America, Inc. Name Rating Robert Anathan 5.00 Sandra Bridgeman 4.50 George Ellis 3.25 Gregory Gay 2.75 Adelina Gross 3.50 TOTAL 3.80 Government Services Group, Inc. Name Rating Robert Anathan 4.75 Sandra Bridgeman 4.25 George Ellis 4.00 Gregory Gay 2.50 Adelina Gross 3.O0 TOTAL 3.70 The Integrity Group Name Rating Robert Anathan 3.50 Sandra Bridgeman 4.25 George Ellis 3.50 Gregory Gay 3.25 Adelina Gross 2.00 TOTAL 3.30 The Balmoral Group Name Rating Robert Anathan 3.75 Sandra Bridgeman 4.00 George Ellis 2.75 Gregory Gay 3.00 Adelina Gross 2.50 TOTAL 3.20 (15t) Atkins North America, Inc. was ranked first. The company has been supporting emergency management at all levels of government for more than 30 years. The Atkins team was selected by the City of Miami to oversee more than $137 Million Dollars in funding. They committed to provide the subject matter expertise across all scope areas for the City of Opa-locka if selected. Based on the proposal submitted, the company proposed fees consisted of an hourly rate per staff member. (2nd) Government Services Group, Inc. (GSG) was ranked second. For over ten years, the company have supported various recovery efforts for public sector clients, (ARPA, CARES, FEMA, American Reinvestment & Recovery Act, CDBG, SHIP, Economic Development, and Broadband), and have worked directly with public agencies for over 25 years. The company currently provide similar services in multiple municipalities. Based on the proposal submitted, the total estimated cost for services is $459,210. The Integrity Group was ranked third. For over eleven years, the company performed disaster recovery consulting services for Florida local and state entities with a strong focus on quality and fill compliance with all regulations. The proposal detailed work in CARES, ARPA, FEMA Public Assistance, HUD CDBG-DR and other federal and state funding and grant programs. Based on the proposal submitted, the company proposed fees consisted of an hourly rate per staff member. The Balmoral Group was ranked fourth. Since 2014, the company has provided grant management services to the Gulf Consortium, the organization of the 23 Gulf Coast counties charges with implementing $293 Million Dollars in funding from the Deepwater Horizon Settlement. Based on the proposal submitted, the company proposed fee' s consisting of an hourly rate per staff member. Recommendation(s): Staff recommends the City Commission approve the recommendation for Atkins North America, Inc. based on the Selection Committee review, scoring and ranking, and authorize the City Manager to enter into an agreement with said company. Attachments: Request for Quotes (RFQ) #22-0422100 Bid Certification Committee Evaluation Forms Bid Proposals *** END OF MEMORANDUM*** EVALUATION MATRIX RFQ No. 22-0422100 ARPA Funding Consulting Services Firm Name: Evaluation Criterion Reviewer Name: Weight Experience and Qualification 25% Quality of Service 25% References 25% Proposed Fee 25% Total 100% Firm Name: Evaluation Criterion Reviewer Name: Weight Experience and Qualification 25% Quality of Service 25% References 25% Proposed Fee 25% Total 100% Firm Name: Evaluation Criterion Reviewer Name: Weight Experience and Qualification 25% Quality of Service 25% References 25% Proposed Fee 25% Total 100% Government Services Group, Inc. (GSG) Robert Anathan Rating Score 5 1.25 5 1.25 5 1.25 4 1.00 4.75 Robert Anathan Rating Score 4 1.00 5 1.25 2 0.50 4 1.00 3.75 Robert Anathan Rating Score 5 1.25 5 1.25 4 1.00 2 0.50 4.00 Sandra Bridgeman Rating Score 5 1.25 4 1.00 5 1.25 3 0.75 4.25 George Rating Ellis Score 4 1.00 3 0.75 5 1.25 4 1.00 4.00 The Balmoral Group Sandra Bridgeman Rating Score 4 1.00 4 1.00 4 1.00 4 1.00 4.00 George Rating Ellis Score 4 1.00 3 0.75 2 0.50 2 0.50 2.75 The Integrity Group Sandra Bridgeman Rating Score 5 1.25 4 1.00 4 1.00 4 1.00 4.25 George Rating Ellis Score 3 0.75 4 1.00 4 1.00 3 0.75 3.50 Gregory Rating Gay Score 3 0.75 2 0.50 3 0.75 2 0.50 2.50 Gregory Rating Gay Score 3 0.75 3 0.75 2 0.50 4 1.00 3.00 Gregory Rating Gay Score 4 1.00 3 0.75 3 0.75 3 0.75 3.25 Adelina Rating Gross Score 3 0.75 3 0.75 3 0.75 3 0.75 3.00 Adelina Rating Gross Score 2 0.50 3 0.75 2 0.50 3 0.75 2.50 Adelina Rating Gross Score 2 0.50 2 0.50 2 0.50 2 0.50 2.00 EVALUATION MATRIX RFQ No. 22-0422100 ARPA Funding Consulting Services Firm Name: Evaluation Criterion Atkins North America, Inc. Reviewer Name: Weight Experience and Qualification 25% Quality of Service 25% References 25% Proposed Fee 25% Total 100% Reviewer: Robert Anathan Sandra Bridgeman George Ellis Gregory Gay Adelina Gross Robert Anathan Rating Score 5 1.25 5 1.25 5 1.25 5 1.25 5.00 Govemment Services Group, Inc. (GSG) 4.75 4.25 4.00 2.50 3.00 Sandra Bridgeman Rating Score 4 1.00 5 1.25 5 1.25 4 1.00 4.50 George Ellis Rating Score 4 1.00 4 1.00 3 0.75 2 0.50 3.25 FIRM SELECTED Gregory Rating Gay Score 3 0.75 3 0.75 3 0.75 2 0.50 2.75 The Balmoral Group The Integrity Group Atkins North America, Inc. 3.75 4.00 2.75 3.00 2.50 3.50 4.25 3.50 3.25 2.00 AVERAGE RATING 3.70 3.20 3.30 5.00 4.50 3.25 2.75 3.50 Adelina Rating Gross Score 3 0.75 4 1.00 3 0.75 4 1.00 3.50 City of Opa-locka RFQ NO: 22-0422100 REQUEST FOR QUOTES (RFQ) ARPA FUNDING CONSULTING SERVICES STATE TERM CONTRACT 801015500-20-1 FOR MANAGEMENT CONSULTING SERVICES OR STATE TERM CONTRACT 84111600-20-1 FOR FINANCIAL AND PERFORMANCE AUDITS CITY OF OPA-LOCKA ARPA FUNDING CONSULTING SERVICES RFQ NO. 22-0422100 TABLE OF CONTENTS Subject Page Number Cover 1 Table of Contents 2 RFQ Summary 3 Part - I -Guidelines 4 Part -II - Nature of Services Required 8 Part - III - Proposal Requirements 11 Part - IV - Evaluation of Proposals 13 Proposer Qualifications 16 Price Proposal 17 Debarment, Suspension Certification 18 Drug -Free Certification 20 Non -Collusion Affidavit 21 Non -Discrimination Affidavit 22 E -Verify Form 23 21 CITYOFOPA LOCKA REQUEST FOR QUOTE RFQ NO: 22-0422100 ARPA Funding Consulting Services Sealed Proposals for ARPA Funding Consulting Services will be received by the City of Opa-locka at the Office of the City Clerk, 780 Fisherman St, 4th Floor, Opa-locka, Florida 33054, Friday. April 22.2022 by 1:00 p.m. Any RFQ Package received after the designated closing time will be returned unopened. The City of Opa-locka will be accepting proposals by mail, however it is your responsibility to submit your proposal by the due date. In addition, proposals may be submitted via www.demandstar.com (e -bid). The address to submit sealed proposals is listed below: CITY OF OPA-LOCKA Office of the City Clerk 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 An original and six (6) copies for a total of seven (7) plus 1 copy of the Proposal package on USB Flash Drive in PDF format shall be submitted in sealed envelopes/packages addressed to the City Clerk, City of 0pa-locka, Florida, and marked RFQ for ARPA Funding Consulting Services. Proposers desiring information for use in preparing proposals may obtain a set of such documents by visiting the City's website at www.opalockafl.gov or www.demandstar.com. The City reserves the right to accept or reject any and all proposals and to waive any technicalities or irregularities therein. The City further reserves the right to award the contract to that proposer whose proposal best complies with the RFQ NO: 22-0422100 requirements. Proposers may not withdraw their proposal for a period of ninety (90) days from the date set for the opening thereof. A pre -bid meeting will be held on Tuesday, April 5, 2022 at 10:00 a.m. at 780 Fisherman Street, Ste. 220, Opa-locka, FL 33054 and via zoom. To participate via Zoom, please use the call -in information listed below: https://us02web.zoom.us/j/86866794565?pwd=UkdrYzVySVNHR1o2bmxQdkNpcWJaUT09 Meeting ID: 868 6679 4565 Passcode: 736545 One tap mobile +16465588656„86866794565#,,,,*736545# US (New York) +13017158592„86866794565#,,,,*736545# US (Washington DC) Dial by your location +1 646 558 8656 US (New York) +1 301 715 8592 US (Washington DC) +1 312 626 6799 US (Chicago) +1 669 900 9128 US (San Jose) +1 253 215 8782 US (Tacoma) +1 346 248 7799 US (Houston) Find your local number: https://us02web.zoom.us/u/kdJIG87Yzi City Clerk Joanna Flores, CMC 3 1 1' CITY OF OPA-LOCKA RFQ NO. 22-0422100 ARPA FUNDING CONSULTING SERVICES PART I PROPOSAL GUIDELINES 1-1. Introduction: The City of Opa-locka requests quotes proposals from qualified firms of Management Consultants, Public Accountants and/or Accountants to perform general accounting services in accordance with the provisions set forth in this REQUEST FOR QUOTES in accordance with the terms and provisions with the State of Florida Department of Management Services State Term Contract 80101500-20-1 (For Management Consulting Services) or the State of Florida Department of Management Services State Term Contract 84111600-20-1 (For Financial and Performance Audits). 1-2. Proposal Submission and Withdrawal: The City of Opa-locka will be accepting proposals by mail. However, it is the Proposer's responsibility to submit their proposal by the due date. In addition, proposals may be submitted via www.demandstar.com (e -bid). The City must receive all proposals by 1:00 p.m. on Friday. April 22. 2022. The address to submit sealed proposals is: CITY OF OPA-LOCKA Office of the City Clerk 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 To facilitate processing, the outside of the proposal package should be clearly marked as follows: RFQ 22 04 2 4 * T ----.ii Consulting Q......:.... T1.' package hall also Lido RFQ NO. 2L-V`YGG1UV - tiilrH Funding l.V1iJUiLiiig Services. cJ. 111113 painasc 311a11 ai. i include the Proposer's return address. Proposers may withdraw their proposals by notifying the City in writing at any time prior to the deadline for proposal submittal. After the deadline, the proposal will constitute an irrevocable offer, for a period of 90 days. Once opened, proposals become a record of the City and will not be returned to the Proposer. The City cautions proposers to assure actual delivery of mailed or hand -delivered proposals directly to the City Clerk's Office at 780 Fisherman Street, 4th Floor, Opa-locka, Florida 33054 prior to the deadline set for receiving proposals. Telephone confirmation of timely receipt of the proposal may be made by calling (305) 688-4611 before proposal closing time. Any proposal received after the established deadline will not be considered and will be returned unopened to the Proposer. 1-3. Number of Copies: Proposers shall submit an original and six (6) copies (a total of 7) plus one copy on a Flash Drive in PDF format of the proposal in a sealed, opaque package marked as noted above. The Proposer will be responsible for timely delivery, whether by personal delivery, U.S. Mail or any other delivery medium. 41Pa:1c 1-4. Development Costs: Neither the City nor its representatives shall be liable for any expenses incurred in connection with preparation of a response to this REQUEST FOR QUOTES. Proposers should prepare their proposals simply and economically, providing a straightforward and concise description of the Proposer's ability to meet the requirements of the RFQ. 1-5. Inquiries: The City Clerk will receive written requests for clarification concerning the meaning or interpretations of the RFQ until eight (8) days prior to the submittal date. City personnel are authorized only to direct the attention of prospective Proposers to various portions of the RFQ so that they may read and interpret such for themselves. No employee of the City is authorized to interpret any portion of this RFQ or give information as to the requirements of the RFQ in addition to what is contained in the written RFQ document. 1-6. Addendum: The City may record its response to inquiries and any supplemental instructions in the form of written addenda. The CITY may mail written addenda up to three (3) calendar days before the date fixed for receiving the proposals. Proposers shall contact the City to ascertain whether any addenda have been issued. Failure to do so could result in an unresponsive proposal. Any oral explanation given before the RFQ opening will not be binding. All Proposers are expected to carefully examine the proposal documents. Any ambiguities or inconsistencies should be brought to the attention of the City's Purchasing Agent through written communication prior to the opening of the proposals. 1-7. Contract Awards: The City anticipates entering into an Agreement with the Proposer who submits the proposal judged by the City to be most advantageous. The Proposer understands that this RFQ does not constitute an Offer or an Agreement with the Proposer. An Offer or Agreement shall not be deemed to exist and is not binding until proposals are reviewed and ultimately accepted by the City Commission. The City reserves the right to reject all proposals, to abandon the project and/or to solicit and re -advertise for other proposals. 1-8. Contractual Agreement: This RFQ and Consultant/Contractor proposal shall be included and incorporated in the final award. The order of contractual precedence will be the Contract or Agreement document, original Terms and Conditions, and Proposer response. Any and all legal action necessary to enforce the award will be held in Miami -Dade County and the contractual obligations will be interpreted according to the laws of Florida. Any additional contract or agreement requested for consideration by the Proposer must be attached and enclosed as part of the proposal. 1-9. Selection Process: The proposals will be evaluated and assigned points. The firm with the highest number of points will be ranked first; however, nothing herein will prevent the City from assigning work to any firm deemed responsive and responsible. The City reserves the right to further negotiate any proposal, including price, with the highest rated Proposer. If an agreement cannot be reached with the highest rated Proposer, the City reserves the right to negotiate and recommend award to the next highest Proposer or subsequent Proposers until an agreement is reached. 5IPage 1-10. Public Records: Upon award recommendation or ten (10) days after opening, whichever occurs first, proposals become "public records" and shall be subject to public disclosure consistent with Chapter 119 Florida Statutes. Proposers must invoke the exemptions to disclosure provided by law in the response to the RFQ and must identify the data or other materials to be protected, and must state the reasons why such exclusion from public disclosure is necessary. Document files may be examined, during normal working hours. 1-11. News Releases: The Proposer shall obtain the prior approval of the City Manager's Office of all news releases or other publicity pertaining to this RFQ or the service, study or project to which it relates. 1-12. Insurance: The awarded Proposer(s) shall maintain insurance coverage reflecting at least the minimum amounts and conditions specified herein. In the event the Proposer is a governmental entity or a self -insured organization, different insurance requirements may apply. Misrepresentation of any material fact, whether intentional or not, regarding the Proposers' insurance coverage, policies or capabilities may be grounds for rejection of the proposal and rescission of any ensuing Agreement. 1. Evidence of General Liability coverage with limits not less than $1,000,000 per Occurrence/ $2,000,000 Aggregate (Including Policy Number and Policy Period); 2. Evidence of Auto Liability coverage with limits not less than $1,000,000 per Occurrence/$1,000,000 Aggregate (Including Policy Number and Policy Period); 3. Evidence of Workers' Compensation coverage with statutory limits and Employer's Liability coverage with limits not less than $100,000 (Including Policy Number and Policy Period); 4. Professional Liability Insurance coverage with limits not less than $1,000,000 per Occurrence/$2,000,000 Aggregate (Including Policy Number and Policy Period); 4.The City listed as an additional insured (this may be specifically limited to the specific job(s) the contractor will be performing); 5. Minimum 30 -day written notice of cancellation. 1-13. Licenses: Proposers, both corporate and individual, must be fully licensed and certified in the State of Florida at the time of RFQ submittal. The proposal of any Proposer who is not fully licensed and certified shall be rejected. 1-14. Public Entity Crimes: Award will not be made to any person or affiliate identified on the Department of Management Services' "Convicted Vendor List". This list is defined as consisting of persons and affiliates who are disqualified from public contracting and purchasing process because they have been found guilty of a public entity crime. No public entity shall award any contract to, or transact any business in excess of the threshold amount provided in Section 287.017 Florida Statutes for Category Two (currently $25,000) with any person or affiliated on the "Convicted Vendor List" for a period of thirty-six (36) months from the date that 6IPage person or affiliate was placed on the "Convicted Vendor List" unless that person or affiliate has been removed from the list. By signing and submitting the RFQ proposal forms, Proposer attests that they have not been placed on the "Convicted Vendor List". 1-15. Code Of Ethics: If any Proposer violates or is a party to a violation of the code of ethics of the City of Opa-locka or the State of Florida with respect to this proposal, such Proposer may be disqualified from performing the work described in this proposal or from furnishing the goods or services for which the proposal is submitted and shall be further disqualified from submitting any future proposals for work, goods or services for the City of Opa-locka. 1-16. Drug -Free Workplace: Preference shall be given to businesses with Drug -Free Work Place (DFW) programs. Whenever two or more proposals which are equal with respect to price, quality, and service are received by the City for the procurement of commodities or contractual services, a proposal received from a business that completes the attached DFW form certifying that it is a DFW shall be given preference in the award process. 1-17. Permits and Taxes: The Proposer shall procure all permits, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. 1-18. Protests: Protests of the plans, specifications, and other requirements of the REQUEST FOR QUOTES and bids must be received in writing by the City Clerk's Office at least ten (10) working days prior to the scheduled bid opening. A detailed explanation of the reason for the protest must be included. Protests of the award or intended award of the bid or contract must be in writing and received in the City Clerk's Office within seven (7) working days of the notice of award. A detailed explanation of the protest must be included. 1-19. Termination for Convenience: A contract may be terminated in whole or in part by the City at any time and for any reason in accordance with this clause whenever the City shall determine that such termination is in the best interest of the City. Any such termination shall be effected by the delivery to the contractor at least five (5) working days before the effective date of a Notice of Termination specifying the extent to which performance shall be terminated and the date upon which termination becomes effective. An equitable adjustment in the contract price shall be made for the completed service, but no amount shall be allowed for anticipated profit on unperformed services. 1-20. Public Records: The documents submitted in response to this REQUEST FOR QUOTES become a public record, upon submission to the City, subject to mandatory disclosure upon request by any person unless the documents are exempted from public disclosure. The City is a public agency subject to Chapter 119, Florida Statutes. If the City receives a request for inspection or copying of any such documents, it will promptly notify the person submitting the documents to the City. The City assumes no contractual obligation to enforce any exemption on behalf of a respondent to this RFQ. 7IPage PART II NATURE OF SERVICES REQUIRED 2-1 PURPOSE AND SCOPE OF WORK The City of Opa-locka, FL has been awarded $7,957,062 in conjunction with the American Rescue Plan Act (ARPA) and is seeking consultancy services to ensure full compliance with U.S. Department of Treasury Coronavirus State & Local Fiscal Recovery Funds (CSLFRF) Final Rule and all other Federal, State, County, and other agency requirements, as follows: 1. Ensure any infrastructure project the City is considering undertaking in conjunction with ARPA is fully eligible for ARPA reimbursement. 2. Develop recommendations for programs in the (1) Public Health & Economic Responses and (2) Premium Pay for Essential Workers sections of ARPA to benefit the community. 3. Oversee all procurement undertaken in conjunction with ARPA projects to ensure it is executed in full compliance with applicable regulations and federal guidelines. 4. Identify alternate sources of funding to leverage ARPA funds and the availability for ARPA funds to be utilized as part of any matching requirements. 5. Conduct City Commission ARPA workshops to facilitate Commission selection of the optimal mix of ARPA projects best addressing City needs. 6. When appropriate, work with external agencies having ARPA oversight responsibilities to ensure City always remains compliant with all ARPA requirements. 7. Assist City in completing the appropriate documentation required for Federal grant funding and the submission of all eligible expenditures to the appropriate agencies within required deadlines. 8. Provide assistance in identifying and ensuring that all eligible expenses have been quantified and presented for reimbursement; and that meet Treasury guidelines 9. Assist in tracking all documentation submitted to all relevant agencies. 10. Maintain records of all documentation provided by the City submitted to any agency for reimbursement. 11. Assist the City in organizing, reviewing, evaluating, auditing, and tracking requests for CSLFRF reimbursement. Reconcile City invoices with City CSLRFR reports. Evaluate timesheets for eligibility and audit timesheets against payroll records. Assist in the preparation of final submission for the U.S. Inspector General review. 12. Assist in development of closeout strategies and procedures and assist City in their implementation. 13. Assist with responding to any request for audit information by any agency and the preparation of responses. 14. Use generally recognized accounting principles in carrying out any services according to the contract. 15. Provide City with monthly and final reports summarizing the total reimbursement requested, total expenditure by Project Worksheet and any exceptional circumstances. 16. Provide technical assistance with the development, promotion, and maintenance of a web - based portal to provide public information regarding the status of ARPA project implementation. 8IPage 17. Provide technical assistance with the development, promotion, and maintenance of a secure web -based portal to collect sub -recipient information and documentation to substantiate their requests for reimbursement under CSLRFR. 18. Timely submittal of required period and comprehensive reporting; with monthly status update reporting on ARPA projects to the City Manager, or as needed. 19. Work with City external auditors in the completion of City Single Audit Reports to develop the Schedule of Federal Expenditures associated with SCLRFR for the fiscal year audits. 20. Timely provide monthly detailed billing statements regarding hours expended by project and cost incurred in providing these consultancy services. ADDITIONAL SERVICES 1. Other services as needed. 2. Provide miscellaneous services not otherwise described which City may require during the contract or any other tasks associated with accounting services or documentation reimbursement process as requested by City. 9IPage 2-2 PROPOSER QUALIFICATIONS Adequate information and documentation must be provided in the Proposal to support or confirm satisfaction of the required qualifications below: • A detailed description of the firm including address, telephone number License Classification with number and date of expiration, applicable License status, and banking and credit references. • Briefly describe the educational background and professional experience in a resume format of the firm owners, supervisors and key employees. • List similar contracts for consultancy services held by your firm and other similar contracts, if any formerly held. List at least one person for each such contract who may be contacted by the City who is knowledgeable about your work. List telephone numbers for these individuals. • This contract will be awarded only to responsible Proposers qualified by experience to do the work specified herein who are included as qualified firms within the State of Florida DMS Contract #80101500-20-1 (Management Consulting Services) or Contract #84111600-20-1 (Financial and Performance Audits). The Proposer shall submit satisfactory evidence of experience in like work and that they are fully prepared with the necessary organization, capital, equipment and machinery to complete the work to the satisfaction of the City. • Company shall have been in continuous service and incorporated in the State of Florida for a minimum of three (3) years. • Company must be fully licensed with all required State and/or Local government licenses and permits. • Demonstrate an overall combination of skills, prior work experience, business reputation, and commitment to diversity. 2-3 TERM OF CONTRACT The term of the contract shall be from the date of the last signature on this contract through February 29, 2024, unless terminated earlier in accordance with the incorporated Special Contract Conditions, and subject to renewal upon mutual written agreement by both Parties through February 28, 2027 pursuant to the incorporated Special Contract Conditions. 101Page PART III PROPOSAL REQUIREMENTS 3-1 RULES FOR PROPOSALS In order to maintain comparability and enhance the review process, proposals shall be organized in the manner specified below and include all information required herein. The proposal must name all persons or entities interested in the proposal as principals. The proposal must declare that it is made without collusion with any other person or entity submitting a proposal pursuant to this RFQ. 3-2 SUBMISSION OF PROPOSALS The proposal shall be submitted on 8 1 "x 11" paper, portrait orientation, with headings and sections numbered appropriately. Ensure that all information is written legibly or typed. The following should be submitted for a proposing firm to be considered: 3.2.1 Cover Page - Show the name of Proposer's agency/firm, address, telephone number, name of contact person, date, and the proposal number and description. 3.2.2 Tab 1 - Table of Contents Include a clear identification of the material by section and by page number. 3.2.3 Tab 2 - Letter of Transmittal 3.2.3.1 Limit to one or two pages. 3.2.3.2 Briefly state the Proposer's understanding of the work to be done and make a positive commitment to perform the work. 3.2.3.3 Give the names of the persons who will be authorized to make representations for the Proposer, their titles, addresses and telephone numbers. 3.2.3.4 Provide an official signature of a Corporate Officer certifying the contents of the Proposer's responses to the City's REQUEST FOR QUOTES. 3.2.4 Tab 3 - General Information 3.2.4.1 Name of Business. 3.2.4.2 Mailing Address and Phone Number. 3.2.4.3 Names and contact information of persons to be contacted for information or services if different from name of person in charge. 3.2.4.4 Normal business hours. 3.2.4.5 State if business is local, national, or international and indicate the business legal status (corporation, partnership, etc.). 3.2.4.6 Give the date business was organized and/or incorporated, and where. 3.2.4.7 Give the location of the office from which the work is to be done and the number of professional staff employees at that office. 3.2.4.8 Indicate whether the business is a parent or subsidiary in a group of firms/agencies. If a subsidiary, please state the name of the parent company. 3.2.4.9 State if the business is licensed, permitted and/or certified to do business in the State of Florida and attach copies of all such licenses issued to the business entity. 111Page 3.2.5 Tab 4 - Project Approach Describe in detail the proposal to fulfill the requirements of the scope of services listed in section 2.1 of this RFQ. Description should include each task and the resources required to be responsive to this RFQ. 3.2.6 Tab 5 - Experience and Qualifications (Personnel History and Experience) 3.2.6.1 Specify the number of years the Proposer has been in business. 3.2.6.2 Identify the Proposer's qualifications to perform the services identified in this RFQ as listed in section 2-1, Scope of Services. Include resumes, not exceeding one page each, of all key personnel who will be assigned to the City. 3.2.7 Tab 6 - Schedule 3.2.7.1 Include a timetable that identifies the amount of time required to complete each component of the Program. 3.2.7.2 Indicate the earliest available start date for your project team. 3.2.7.3 Indicate the project completion date based on the date provided in 3.2.7.1. 3.2.8 Tab 7 - Pricing of Services 3.2.8.1 Fee basis should be an all-inclusive, hourly fee as related to each task by category of consultant, e.g., Principal, Senior Consultant, etc. 3.2.9 Tab 8 - References (Past Performance and Experience) 3.2.9.1 List a minimum of three (3) references in Florida for which the Proposer has provided Consulting Services. Include the name of the organization, brief description of the project, name of contact person telephone number and email address. 3.2.10 Tab 9 - Additional Forms Proposers must compete and submit as part of its Proposal all of the following forms and/or documents • Proposer Qualifications • Certification regarding debarment and suspension • Drug Free workplace certification FAILURE TO SUBMIT ALL OF THE ABOVE REQUIRED DOCUMENTATION MAY DISQUALIFY PROPOSER. 121Page PART IV EVALUATION OF PROPOSALS 4-1 SELECTION COMMITTEE A Selection Committee, consisting of City personnel, will convene, review and discuss all proposals submitted. The Selection Committee will use a point formula during the review process to score proposals and assign points in the evaluation process in accordance with the evaluation criteria. The Proposer shall satisfy and explicitly respond to all the requirements of the RFQ including a detailed explanation of how the services shall be performed. Each proposal will be reviewed to determine if the proposal is responsive to the submission requirements outlined in the Solicitation. A responsive proposal is one that follows the requirements of this Solicitation, including all documents being submitted in the format outlined in this Solicitation, is of timely submission, and has the appropriate signatures as required on each document. Failure to comply with these requirements may result in the proposal being deemed non- responsive. The Contract will be awarded to the most responsive Proposer whose proposal best serves the interest of and represents the best values to the City of Opa-locka. 4-2 EVALUATION CRITERIA The Committee may select and choose to invite any and/or or all firms to make presentations and be interviewed by the Committee as part of the evaluation process for this Solicitation. The Committee's decision will be communicated by staff to all Proposers. The Proposer's presentation may clarify but may not modify their submitted proposal. Any discussion between the Proposers and Evaluation Committee during presentations are intended only for purposes of providing clarification in response to questions from the Committee. Category Points Experience and Qualifications of professional personnel assigned to project 1. Expertise in public, private and/or non-profit sectors. 2. Qualifications 81. experience of the firm. 3. Availability of qualified personnel. 4. Ability to meet set standards and timelines. 5. Previous contracting experience with the other public, private and/or non- profit agencies. 6. Financial resources and capabilities by demonstrating financial solvency. 7. Evidence of insurance and/or bonding capacity. 8. Location of local office. 25 Quality of Services / Technical Approach to the Scope of Work 1. High -quality level of services to be provided to the City. 2. Understanding of City needs. 3. Ability to convey a depth of understanding of the Scope of Work and the firm's capacity to accomplish it successfully. 4. Conveyance of a willingness to work with City staff to maximize resources. 25 13 1Page 5. Technical soundness of the proposal. 6. Applicability of the service offered. References 1. Performances of similar services for governmental clients including at least two references. 25 Proposed Fee 1. Pricing Structure 2. Fee Schedule/Cost Proposal 3. Any other additional costs 25 TOTAL 100 4-3 ORAL PRESENTATIONS Proposers may be required to make individual presentations to the City Selection Committee in order to clarify their proposals. Only those firms with the highest rated scores in accordance with the stated criteria and their weights will be invited to give oral presentations. However, the City has the right to accept, in its judgment, the best proposal as submitted, without discussion or negotiation. If the City determines that such presentations are needed, a time and place will be scheduled for oral presentations. Each Proposer shall be prepared to discuss and substantiate any of the areas of the proposal submitted, and its qualifications to perform the specified services. During the oral presentations, the Proposers should relate their discussion to the evaluation criteria, which will include (but not be limited to) their approach to the project. The proposed Project Manager must be in attendance. The Evaluation Criteria may be changed for the oral presentations evaluation phase. References and site visits (if completed) shall be included in the final evaluation criteria, along with other criteria and weights as determined by the Selection Committee. Finalists will be informed as to the revised criteria, if any, prior to their oral presentations. Additionally, prior to award of an Agreement pursuant to this RFQ the City may require Proposers to submit such additional information bearing upon the Proposer's ability to perform the services in the Agreement as the City deems appropriate. 4-4 FINAL SELECTION The City of Opa-locka will select the firm that meets the best interests of the City. The City shall be the sole judge of its own best interests, the proposals, and the resulting negotiated agreement. The City's decisions will be final. Following the notification of the selected firm, it is expected that an Agreement will be executed between both parties. City staff will recommend award to the responsible Proposer whose proposal is determined to provide overall best value to the City, considering the evaluation factors in this RFQ. 4-5 AWARD AND CONTRACT EXECUTION After review by the Selection Committee of the proposals and oral presentations, a recommendation will be made to the City Manager for submission to the City Commission for final approval. Upon Commission authorization, contract negotiations will be initiated with the first -ranked firm. If those negotiations are unsuccessful, the City will formally terminate negotiations with the first -ranked 141Page firm and will commence contract negotiations with the next -ranked firm, etc. Upon successful contract negotiations with the prevailing firm, the remaining firms will be notified that the process has been completed and that they were not selected. 151Page RFQ NO. 22-0422100 ARPA FUNDING CONSULTING SERVICES PROPOSER QUALIFICATIONS The Proposer, for purposes of this proposal, MUST hold a County and/or Municipal Contractor's Business Tax Receipt in the area of their fixed business location. The following information MUST be completed and submitted with the proposal to be considered: 1. Legal Name and Address: Name: Address: City, State, Zip: Phone/Fax: 2. Check One: Corporation () Partnership () Individual () 3. If Corporation, state: Date of Incorporation: State in which Incorporated: 4. If an out-of-state Corporation, currently authorized to do business in Florida, give date of such authorization: 5. Name and Title of Principal Officers Date Elected 6. The length of time in business: years 7. The length of time (continuous) in business as a service organization in Florida: years 8. Provide a list of at least three commercial or government references that the Proposer has supplied services meeting the requirements of the City of Opa-locka specification, during the last thirty-six months. 9. A copy of County and/or Municipal Business Tax Receipts Note: Information requested herein and submitted by the proposers will be analyzed by the City of Opa-locka and will be a factor considered in awarding any resulting contract The purpose is to insure that the Contractors, in the sole opinion of the City of Opa-locka, can sufficiently and efficiently perform all the required services in a timely and satisfactory manner as will be required by the subject contract. If there are any terms and/or conditions that are in conflict, the most stringent requirement shall apply. 161 P. RFQ NO: 22-0422100 PRICE PROPOSAL FORM 1. Provide the hourly rate of each category of Proposer's staff to be engaged in this project. 171Page CITY OF OPA-LOCKA CERTIFICATION REGARDING DEBARMENT, SUSPENSION PROPOSED DEBARMENT AND OTHER MATTERS OF RESPONSIBILITY 1. The Proposer certifies, to the best of its knowledge and belief, that the Proposer and/or any of its Principals: A. Are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency. B. Have not, within a three-year period preceding this proposal, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and C. Are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph 1-B of this provision. 2. The Proposer has not, within a three-year period preceding this offer, had one or more contracts terminated for default by any City, State or Federal agency. A. "Principals," for the purposes of this certification, means officers; directors; owners; partners; and, persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment, and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. B. The Proposer shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Proposer learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. C. A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Proposer's responsibility. Failure of the Proposer to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Proposer non- responsive. D. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of a Proposer is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 181P��,, E. The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Proposer knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM COMPLIES FULLY WITH THE ABOVE REQUIREMENTS. Signature Printed Name 191Page CITY OF OPA-LOCKA RFQ NO. 22-0422100 DRUG -FREE WORKPLACE CERTIFICATION FORM Whenever two (2) or more bids/proposals, which are equal with respect to price, quality, and service, are received by the City of Opa-locka for the procurement of commodities or contractual services, a bid/proposal received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of controlled substances is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in number (1). 4. In the statement specified in number (1), notify the employees that as a condition for working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction on or plea of guilty or no contest to any violation of Chapter 893, Florida Statutes or of any controlled substance law of the United States or any singular state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of Section 287.087, Florida Statutes. This Certification is submitted by the (Name) of (Title/Position) (Company) who does hereby certify that said Company has implemented a drug -free workplace program, which meets the requirements of Section 287.087, Florida Statutes, which are identified in numbers (1) through (6) above. Date Signature 201P����� CITY OF OPA-LOCKA NON -COLLUSION AFFIDAVIT STATE OF FLORIDA - COUNTY OF MIAMI DADE being first duly sworn, deposes and says that: (1) He/She/They is/are the (Owner, Partner, Officer, Representative or Agent) of the PROPONENT that has submitted the attached proposal; (2) He/She/They is/are fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the said PROPONENT nor any of its officers, partners,, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other PROPONENT, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from Proposing in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any PROPONENT, firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other PROPONENT, or to fix any overhead, profit, or cost elements of the Proposed Price or the Proposed Price of any other PROPONENT, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; (5) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the PROPONENT or any other of its agents, representatives, owners, employees or parties of interest, including this affiant. Signed, sealed and delivered in the presence of: By: Witness Signature Witness Print Name and Title 21 1 F' . NON-DISCRIMINATION AFFIDAVIT I, the undersigned, hereby duly sworn, depose and say that the organization, business or entity represented herein shall not discriminate against any person in its operations, activities or delivery of services under any agreement it enters into with the City of Opa-locka. The same shall affirmatively comply with all applicable provisions of federal, state and local equal employment laws and shall not engage in or commit any discriminatory practice against any person based on race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mental disability, political affiliation or any other factor which cannot be lawfully used as a basis for service delivery. By: Title: State of Florida County of The foregoing instrument was acknowledged before me via ❑ physical presence OR ❑ online notarizations this day of , 2022. By Personally known OR produced identification Notary Public My Commission Expires 2214' E -VERIFY Effective January 1, 2021, public and private employers, contractors and subcontractors will be required to register with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/sub-consultants/sub-contractors) assigned by Vendor /Consultant/ Contractor to perform work pursuant to the contract with the Department. The Vendor /Consultant/ Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City; and By entering into a Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If t contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. The Contractor acknowledges it is liable to the City for any additional costs as a result of termination of the contract due to Contractor's failure to comply with the provisions herein. 231 P, E -VERIFY FORM Definitions: "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. Effective January 1, 2021, public and private employers, contractors and subcontractors will begin required registration with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/subconsultants/subcontractors) assigned by Vendor/Consultant/Contractor to perform work pursuant to the contract with the Department. The Vendor/Consultant/Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City of Opa-locka; and Should vendor become successful Contractor awarded for the above -named project, by entering into this Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor not toy, contract with, subcontract with, an unauthorized alien The contractor shall does viiipiv,y, or maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. Company Name: Authorized Signature: Print Name: Title: Date: 241Patre ARPA FUNDING CONSULTING SERVICES RFQ#22-0422100 ADDENDUM -01 Please see responses to all questions asked to date: 1. Per Section 3.2.5 the Project Approach asks for a "description of each task and resources required to be responsive to the RFQ". It is understood that the scope of work should be addressed in the approach but can the City please clarify what is meant by resources? Is this staffing? Will referencing the staff and organizational charts in other sections be sufficient? Availability of qualified staff and access to whatever tools and information necessary to complete a task. 2. Section 3.2.9 ask for References to be included at Tab 8. These are also requested in the Qualifications form to be submitted in the forms at Tab 9 (as shown in the snip below). May we state that references are included in a prior section in response to the Qualifications form? Since it appears to be duplicative information, seems to be a reasonable request. The City accepts the request. 3. Section 3.2.8, Tab 7 is pricing. Is it necessary to use the format included in the RFQ (as shown in the snip below) or may we use our own formatted table as long as an all- inclusive rate is included for each labor category? It should be in the requested format for evaluation purposes. RFQ NO: 22-0422100 PRICE PROPOSAL FORM 1. Provide the hourly rate of each category of Proposer's staff to be engaged in this project. CITY OF OPA-LOCKA CERTIFICATION REQUEST FOR QUOTES (RFQ) RFQ NO. 22-0422100 ARPA FUNDING CONSULTING SERVICES STATE TERM CONTRACT 801015500-20-1 FOR MANAGEMENT CONSULTING SERVICES OR STATE TERM CONTRACT 84111600-20-1 FOR FINANCIAL AND PERFORMANCE AUDITS I, Joanna Flores, City Clerk of the City of Opa-Iocka, Florida, do hereby certify that proposal(s) were received and opened at the Opa-locka Municipal Complex, 780 Fisherman Street, 4th Floor, Opa-Iocka, Florida, at 1:25 p.m. this 22"d day of April,, 2022. PROPOSAL(S) RECEIVED NAME/ADDRESS 1. Government Services Group, Inc. (GSG) 280 Wekiva Springs Rd, Suite 2070 Longwood, FL 32779 Contact: David G. Johosky, Senior Vice President Tele: 407.629.6900 Fax: 407.629.6968 Email: David.iahoskyAanseradvisorv.com 2. The Balmoral Group 165 Lincoln Avenue Winter Park, FL 32789 Contact: Valerie Seidel, President Tele: 407.629.2185 Ext. 104 3. The Integrity Group 2120 Killarney Way Tallahassee, FL 32309 Contact: Gary Yates, Senior Partner Tele: 850.739.3600 Email: garv.vatesAtheintegritvgroup.net 4. Crowe LLP 225 West Wacker Drive, Suite 2600 Chicago, IL 60606 Contact: Robert S. Dobis, Partner Tele: 630.586.5252 Email: bob.dobis(aicrowe.com Certification RFQ No. 22-0422100 5. Emergen, Inc. 245 San Marcos Avenue Sanford, FL 32773 Contact: Cedric Maddox, CEO Incomplete — no proposal submitted, only forms 6. Atkins North America, Inc. 800 Waterford Way, Suite 700 Miami, FL 33126 Contact: Ruben Hernandez Gregorat, Vice President Tele: 305.514.3233 Email: ruben.hernandezgregorat(a�atkinsglobal.com Please note that the proposals from Government Services Group, Inc., The Balmoral Group, The Integrity Group, Crowe LLP and Emergen, Inc. were submitted via Demand Star (e -bid) and provided to the City Clerk by the City Manager's Office on April 22, 2022. I further certify that proposal(s) were submitted and properly opened in the presence of the following: Sha'mecca Lawson Assistant City Manager City of Opa-locka Joanna Flores, CMC City Clerk 2 EVALUATION FORM RFQ No. 22-0422100 ARPA Funding Consulting Services By signing this form as an Evaluator, I certify that 1 have no conflict of interest. Reviewer Name: Signature: Firm Name: . r't i w t i+t sue. Evaluation Notes: riterion Ratin Experience and Qualifications S Quality of Service f'7 References 44 Proposed Fee 14 Firm Name: Evaluation Date: C'i ° - e-beurzek. Ch — t^ c (a: . - r:,6 Notes: Ratin Experience and Qualifications Quality of Service References Proposed Fee 4 dye Firm Name: Evaluation Rja-S44lb Q 1 k - r^ — Cl ra"� BSr.V- Ratin Experience and Qualifications 6 - Quality of Service References 4 Proposed Fee V., Notes: r Q cn4w 'pC ✓d 5 EVALUATION FORM RFQ No, 22-0422100 ARPA Funding Consulting Services By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Firm Name: nkar-c .4 Evaluation Notes: Criterion Experience and Qualifications Quality of Service 5 - References 5 - Proposed Fee Rating Firm Name: Evaluation Criterion Experience and Qualifications Quality of Service Date: c .. 'V- `c�(G v.- tNir C'[ o-0... S% Ratin References Proposed Fee Firm Name: E.,.,i,.-,l4,., Criterion Experience and Qualifications Notes: Ratin g Quality of Service References Proposed Fee EVALUATION FORM RFQ No. 22-0422100 ARPA Funding Consulting Services By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Firm Name: Evaluation Criterion d r7A � � rid %i eA414/vi 6:10kfM4,0471— e'64 Experience and Qualifications % Quality of Service References Proposed Fee Firm Name: Evaluation Criterion Notes: 5-6e171:. /✓/2J' /✓err - r9 k% .11( ,i" r e`' �tC� rl •i ✓ 1m tif f j -3.a /,;1 ti 091- Experience and Qualifications Quality of Service 4, References 4 Proposed Fee " Firm Name: Evaluation Criterion Notes: 1,12* ;�� rt.)tZ()L • k Date: l�� lsC.. N{/ L4�r/11G- l.j/Gc� �/�'��c:l✓'T.i- fr Ratin Experience and Qualifications //1 - Quality of Service it/r- References ii//? Proposed Fee r r. Notes: if L EVALUATION FORM RFQ No. 22-0422100 ARPA Funding Consulting Services By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Firm Name: Evaluation Criterion Experience and Qualifications 4 Quality of Service s References Proposed Fee r-1' \J ft4 rv4 0A44 nAA, 6-1,443 Notes: Ratan Firm Name: Evaluation Criterion Experience and Qualifications ,'-- Quality of Service it References i-/ Proposed Fee "'Y Date: rn' _ ^-4T • .� .n "_ '711 / p,> 1 (;- / Notes: Ratin Firm Name: Evaluation Criterion Experience and Qualifications ///, Quality of Service //.- References /s,5/ Proposed Fee J?%Z () r f :.i:. =•i Ratin Notes: EVALUATION FORM RFQ No. 22-0422100 ARPA Funding Consulting Services By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Firm Name: Evaluation Criterion 44.cok&is 6, 61,05 �sG Ratin Experience and Qualifications it Quality of Service 3 References g Proposed Fee 4' Firm Name: Evaluation Criterion Notes: Date: Siiko,Jf- /ht -1144 h/ +°!--4Z, v�� Ratin Experience and Qualifications q/ Quality of Service References le Proposed Fee 2, Firm Name: Evaluation Criterion Notes: -1P6 is a/Li-z `9 Ratin Experience and Qualifications 3 Quality of Service irf References ir Proposed Fee 3 Notes: �rv-e 60497-.471,Jte /, S6 D lib -- GvGlc11' EVALUATION FORM RFQ No. 22-0422100 ARPA Funding Consulting Services By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Firm Name: Evaluation Criterion Experience and Qualifications Quality of Service 4, References Proposed Fee z /246 6. auSjt/ Ratin Firm Name: Evaluation Criterion Notes: Date: Rating Experience and Qualifications Quality of Service References Proposed Fee Firm Name: Evaluation Criterion Experience and Qualifications Notes: Ratin 9 Quality of Service References Proposed Fee Netas: EVALUATION FORM RFQ No. 22-0422100 ARPA Funding Consulting Services By signing this form as an Evaluator, I certify that I have no conflict of interest, Reviewer Name: Signature: Firm Name: Evaluation Criterion �401f reemoi,k4 c5rz)a 1645 �iri2v i l� Experience and Qualifications Quality of Service 2 References Proposed Fee Z Firm Name: Evaluation Criterion Experience and Qualifications 3 Quality of Service �7 References 2, Proposed Fee 4 Firm Name: Evaluation Criterion Date: Notes: X76 tr'7, o 4r4-e.tie Notes: hU 4'3 f 1 f f241 Greol..4i Ratin Experience and Qualifications /� ` t Quality of Service References 3 Proposed Fee 2J Notes: feeft/i/ 14.41,t:&55' (i f/1g Z p LLOA 014 070 Gri1 ZW EVALUATION FORM RFQ No. 22-0422100 ARPA Funding Consulting Services By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Firm Name: Evaluation Criterion Experience and Qualifications 3 Quality of Service References 75 Proposed Fee 2 Ratin Firm Name: Evaluation Criterion Experience and Qualifications Quality of Service References Proposed Fee Rating Notes: 1 /.4D 12,-7 /oil/4ajs /o1/4 /i4/4/ //44 Notes: Date: t>6 roes au czu.. N►A.1) P- t2ft,r A4er,- �� /Liff1- i /-/(4(J(df frit/ d'1(L 1 &I/4 /•# [ D (2f/t)90,5, JtD( n Firm Name: ,w Fyn!, infinn Criterion Rating Experience and Qualifications Quality of Service References Proposed Fee /P2 OA> ,5144.. rx/C7 EVALUATION FORM 10FZ, RFQ No. 22-0422100 ARPA Funding Consulting Services By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Firm Name: Evaluation Criterion Gk. qA Experience and Qualifications 3 Quality of Service ` References 3 Proposed Fee 3 Firm Name: Evaluation Criterion Experience and Qualifications Rating Quality of Service References Proposed Fee Firm Name: Evaluation Criterion Rating Experience and Qualifications Quality of Service References Proposed Fee Date: Notes: ("--)1A C1-1() Notes: tv,-,2c4;1, EVALUATION FORM RFQ No, 22-0422100 ARPA Funding Consulting Services By signing this form as an Evaluator, I certify that I have no conflict of Interest. Reviewer Name: Signature: Firm Name: Evaluation Criterion Experience and Qualifications '*:i) Quality of Service $ 41 References Proposed Fee 41 ;\9 flOss Rati Firm Name: Evaluation Criterion Experience and Qualifications Quality of Service CO References Proposed Fee Rating Firm Name: Evaluation Criterion References Proposed Fee Date: CA(49) Notes: (RkAq VSS2 '91\cN5 (\M A*ACcA Q'\00s\ANY& GrauoQ1 Notes: Notes: ATKINS City of Opa-Iocka Member of the SNC-Lavatin Group DEPARTMENT OF MANAGEMENT SERVICES (DMS) ARPA FUNDING CONSULTING SERVICES RFQ Number: 22-0422100 1 April 22, 2022 ATKINS NORTH AMERICA, INC. 800 Waterford Way, Suite 700 Miami, FL 33126 Tel: +1.800.477.7275 FEIN No. 59-0896138 STC Contract No. 80101500-20-1 This Quote is valid for 180 days PRIMARY CONTACT: Ruben Hernandez Gregorat, PE Principal -in -Charge Tel: +1.305.514.3233 1 email: ruben.hernandezgregorat©atkinsglobal.com in this Iocal RESPONSIVE proven ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Tab 1 — Table of Contents Page Tab 1 — Table of Contents ii Tab 2 — Letter of Transmittal iv Tab 3 — General Information 1 3.1 Name of Business 1 3.2 Mailing Address and Telephone Number 1 3.3 Contact Information 1 3.4 Normal Business Hours 1 3.5 Business Type 1 3.6 Date Incorporated and Location 1 3.7 Office Location and Staff Size 1 3.8 Business Type (Parent or Subsidiary) 2 3.9 Licenses, Permits, and Certifications 2 Tab 4 — Project Approach 3 4.1 Response to Scope of Services 3 Tab 5 — Experience and Qualifications 11 5.1 Number of Years in Business 11 5.2 Qualifications to Perform 11 5.2 Key personnel Qualifications 16 Tab 6 — Schedule 31 6.1 Timetable 31 6.2 Start Date 31 6.3 Project Completion Date 31 Tab 7 — Pricing of Services 35 Tab 8 — References (Past Performance and Experience) 37 8.1 References 37 Tab 9 — Additional Forms 41 ii ARPA Funding Consulting Services City of Opa-locka, RFQ No 22-0422100 Contents This page intentionally left blank. ATKINS Member of the SNC-Lavaiin Group April 22, 2022 Joanna Flores and Selection Committee City of Opa-locka Office of the City Clerk 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 Atkins North America, Inc. 800 Waterford Way, Suite 700 Miami, Florida 33126 Telephone: +1.305.592.7275 www.atkinsglobal.com/northamerica Re: Request for Quotation for ARPA Funding Consulting Services (RFQ No. 22-0422100) Dear Ms. Flores and selection committee members: In response to the Request for Quotation (RFQ) No. 22-0422100, Atkins North America, Inc. (Atkins), prepared this submission to present our qualifications and fee proposal to carry out the American Rescue Plan Act (ARPA) Funding Consulting Services. With national headquarters in Florida, and a significant presence throughout the state, Atkins will serve this project from our local office in Miami. The Atkins team will be led by Ruben Hernandez Gregorat, PE, as Principal -in -Charge, alongside Alejandro Irizarry -Velez, PE, as Program/Project Manager, and two program subject matter experts, Erin Capps, JD, and Jamelyn Trucks, PMP, CFM, CGM. Atkins has been supporting emergency management at all levels of government for more than 30 years. Our team brings years of experience in program management, fiscal monitoring, and oversight of the distribution of Federal grant funding for HUD, FEMA, and related programs. We have delivered an impressive portfolio of successful projects —many in Florida, including FDEM's COVID-19 Public Assistance Disaster Recovery Grants Management Support Services and disaster recovery and hazard mitigation programs for the City of Mexico Beach. In addition, the Atkins team is currently the City of Miami's ARPA Funding Consultant since January of this year. The Atkins team is uniquely positioned to evaluate potential projects for effectiveness and compliance and monitor and manage program costs. It is this expertise and underlying knowledge, coupled with our core grant management, oversight, and monitoring background, that will provide the City of Opa-locka added assurances that the overall goals of the program can be monitored, measured, and reported accurately with the greatest efficiency and benefit. At Atkins, we are: Proud to be local. With over 1,000 employees and 13 offices within in the state, we have an unmatched depth of resources. Our entire key staff are dedicated to this project from the notice to proceed. We can offer full redundancy for all positions and a number of additional technical resources in all areas. Responsive to the needs of the City. Our strong, local team of grant managers and finance experts allows us to quickly escalate and resolve any issues. We perform all integral services in house, within one firm, and bolster this with nationwide resources, all within Atkins. Proven management and consulting services. Our deep history and unparalleled experience in this area includes the oversight and implementation of ARPA State and Local Fiscal Recovery Funding (SLFRF), management of statewide funding programs amounting to over $50 billion in recovery, and statewide COVID-19 recovery services. City of Opa-locka April 22, 2022 Page 2 As an Atkins Vice President, I am authorized to make representations for Atkins and commit and sign on behalf of Atkins for this contract. This quote remains valid for 180 days. 1 will also serve as the point of contact for the attached response and can be reached by cellphone at 786.717.9567, office direct dial 305.514.3233, by email to ruben.hernandezgregorat@atkinsglobal.com, and at the following address: 800 Waterford Way, Suite 700, Miami, FL 33126. As a leader in the industry, and headquartered in Florida, we have all the necessary qualifications within our firm to further the success of the overall mission of the ARPA Program for the City of Opa-locka. We have offered discounted rates, are flexible in our pricing proposal, and are committed to providing you with a service of excellence. We are committed to performing this work, have a keen understanding of the scope, and look forward to representing you on this cornerstone program. Sincerely,_ _ Ruben Hernandez Gregorat, PE Vice President, Principal -in -Charge �' local RESPONSIVE proven ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Tab 3 — General Information 3.1 Name of Business Atkins North America, Inc. 3.2 Mailing Address and Telephone Number Atkins North America, Inc. 800 Waterford Way, Suite 700 Miami, FL 33126 Tel: 305.514.3233 3.3 Contact Information Ruben Hernandez Gregorat, PE Principal -in -Charge Tel: 305.514.3233 Cell: 786.717.9567 Email: ruben.hernandezgregorat@atkinsglobal.com 3.4 Normal Business Hours Our normal business hours are from 7:30 a.m. to 6:30 p.m., Eastern Standard Time, Monday through Friday. 3.5 Business Type Corporation 3.6 Date Incorporated and Location February 29, 1960, Tampa, Florida 3.7 Office Location and Staff Size 800 Waterford Way, Suite 700 Miami, Florida 33126 Tel: 305.514.3233 Nationally our staff size is over 5,000. Within the state of Florida, our staff size is 1,035, with 130 working in our Miami office. 1 ARPA Funding Consulting Services City of Opa-locka, RFQ No 22-0422100 General Information 3.8 Business Type (Parent or Subsidiary) Parent 3.9 Licenses, Permits, and Certifications Please see Tab 9 for all licenses, permits, and certifications. 2 ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Tab 4 — Project Approach Atkins North America, Inc. (Atkins) is a nationally recognized firm with in-depth experience in oversight and management of infrastructure programs and subrecipient compliance, including managing more than $50 billion in disaster recovery and 50,000 projects across recovery and mitigation. To reduce the disaster damage cycle, we have local, statewide, and national experience to minimize risks of natural hazards through detailed technical assistance, grant development, and oversight and monitoring of projects through our local Miami office, throughout the State of Florida, and nationwide. _'` Nor ‘1/! local RESPONSIVE proven The Atkins team expertise in program management spans communications, accountability, responsiveness, and how to work in close coordination with all our clients and stakeholders. From our experience and past performance, we have the resources and skills to establish the right protocols and determine the steps to obtain approvals when carrying out our deliverables and reporting under the U.S. Treasury requirements for the ARPA SLFRF program for the City of Opa-locka. 4.1 Response to Scope of Services In addition to our experience in recovery, mitigation, and resiliency, the Atkins team has been providing support for Coronavirus relief efforts for communities throughout Florida and nationwide. Most recently the team was selected to oversee more than $137 million in funding for the City of Miami. We will leverage the team experience and knowledge to provide the subject matter expertise across all scope areas for the City of Opa-locka's Fiscal Recovery Fund Program. Project initiation, eligibility review, and policy/procedure development While disasters can be unpredictable, our approach is consistent and proven, based on an extensive history in providing federal program management and technical advisory services for nearly 30 years. We have been providing assistance to communities and states since the beginning of the pandemic, including managing the allocation of funds and prioritization of projects between FEMA funding, CARES Act, and now the American Rescue Plan Act (ARPA). The funds available through ARPA for Fiscal Recovery Funding follow the same rules and guidance, 2 CFR 200, that our team has provided policy guidance, technical assistance, and expertise for communities nationwide. We will prioritize the most urgent needs and establish a liaison within our team for each department to fully evaluate the overall impact and extent of damage. The Atkins team 3 ARPA Funding Consulting Services City of Opa-locka, RFQ No 22-0422100 Project Approach believes in open communication with the City and its departments. Not only do we foster communication, but we ensure a successful program management and closeout. The Atkins team will work with the City to establish a shared set of priorities so that the most urgent projects are addressed first. By formulating/grouping projects in a way that simplifies the process for the City and aligns with the City's departments and financial structure, we will develop target deadlines to complete all project reporting and monitoring activities. We will monitor and provide status updates on a weekly basis through effective communication tools such as dashboards and reports. The Atkins team will communicate early and will request the types of supporting documentation needed from each department to support grant application claims. COVID-19 EXPERIENCE. Our team is involved and well -versed in the most recent programmatic rollouts for recovery from the COVID-19 pandemic, and has provided guidance, technical assistance, and training to cities, state agencies, and state governments since the implementation of 2 CFR 200. The Atkins team utilizes both internal and external programs to provide detailed planning, cash flow management, financial analysis, data management, and reports for every project. This includes our internal reporting mechanisms and detailed quality control process. We leverage national expertise internally and across our team members for the interpretation and implementation of federal guidance for procurement, compliance, reimbursement, and closeout. Our focus is on closeout compliance first and foremost as that will establish how documents are managed and projects developed. We will leverage policies and procedures developed from detailed eligibility review of grant applications to provide draft guidance to the City on: • Cost principles • Audit requirements • 2 CFR 200 Procurement and compliance • Reporting • Record retention in compliance with Financial Accountability and Transparency Act (FATA) Internal financial tracking and documentation, internal audits, and reporting The Atkins team provides instrumental service as a liaison to critically impacted applicants, providing reliable reports and forecasts, and managing required grant deadlines/period of performances. We also provide helpful training, tools, checklists, and policy references to our clients. Our goal will be to provide support, guidance, and mentorship to enable the City to receive and maintain the maximum reimbursements available under the law. Atkins utilizes both internal and external tracking systems for managing documentation, reviews, and eligible costs for reimbursement. We bring a wealth of knowledge and 4 ARPA Funding Consulting Services City of Opa-locka, RFQ No 22-0422100 Project Approach expertise from working in multiple programs both internally and externally with clients, and in the document management and storage of data for reporting to regulatory agencies. The figure below is an example of the type of detailed reporting the Atkins team is responsible for in the implementation of reviews for FDEM, as a prime contractor supporting COVID-19 recovery. Atkins staff have developed unique tracking systems for clients utilizing Microsoft PowerBl and SharePoint in addition to external programs. Feihy.yEts Rudgot tdaI Ammon - Ytuvcl: hyui:llirt:Of(lcn - Ehmnle Recomm $107,899,176 Prelectx hatdio $50,506,000 Lod, Ylig.hility Review audget ltil 7 $49,168,176 i,Fllmmar•y RFgucat: illrgpt tr Yrcccl. by il, upySlaw: - $3,550,000 NCI R?COnR112410?d Prop?Ct, Oudget Total P,O,ecta 000nlAils! 7 :xpendltur, Projects $2,500,000 61 'oval tapoui d - - tspond.° sdlw - $21,568,468.17 ,utal elilllumrvn $2,175,000 1 0 upmlRl-L- - •: • Figure 1. Example of reporting showing eligibility review status, total amount expended, and other useful data for City of Miami ARPA Program Whether it is internal file sharing through our Microsoft SharePoint, our internal electronic file transfer, or drawing down information from external sources, Atkins' support includes an active project team leader who will provide programmatic guidance, maintain reliable reports, and communicate with the City to track the payment and reimbursement on projects in addition to multiple data points for ease of reporting. 5 ARPA Funding Consulting Services City of Opa-locka, RFQ No 22-0422100 Project Approach For the Mississippi Emergency Management Agency (MEMA), when Atkins determined there were significant lags between FEMA obligations and payments to local governments, our team developed a plan to expedite the payment process from the state. After consideration and acceptance of the plan by MEMA, Atkins assisted with the payment process until the state had more resources to accommodate the ongoing workload. More recently, for SCEMD, FDEM, Mexico Beach, and other state agencies, Atkins incorporated the management cost tracker within the invoices, so that the invoice and tracker met compliance. In support of Atkins' strong focus on program management and performance, our team will provide an effective system to manage, report, and achieve success on this contract. Specific efforts will include the following: • Establishment of refined, relevant, and detailed job descriptions, based upon actual needs, timeframes, and project conditions • Detailed monitoring of progress and internal financial tracking, including General Accepted Accounting Principles (GAAP) • Implementation of valid time estimating procedures and protocols to closely monitor project status and contain costs • Communication of specific and measurable staff performance standards that are geared toward project closure • Implementation of procedures and protocols to capture work activity and progress on a weekly basis for comparison with established standards • Ongoing internal auditing and review of project packages in accordance with Atkins QA/QC processes prior to submission to confirm quality • Use of team leaders to monitor performance and take actions to expedite closure of projects and resolve local hurdles • Weekly (or as directed by the City) performance reports with both detailed data and summary level results 6 ARPA Funding Consulting Services City of Opa-locka, RFQ No 22-0422100 Project Approach In progress Milestone A:1 Name 12)1411 Hhlllk;) 5/041, 7/05') 2&102 9/S1, 8000 088/0 39071 2300 43065 43085 41511 44420 44.1)i 41200 JL 1113 44704 18138 40102 47174 17406 40013 148017 462.75M AP•I1eaOa. Coco 477 Co•et of Propct 7 46,15 Tlm• 6.29M lusaa Amount (2901 c) In prcgran: '4 Ic:tana hy' 1 prcirocn 7n:Inhic 4rna.rn141$0,4, n pro4rrml tkic::.ne 8Oe0t.5ne l/4152 eMl1.ncn. in pnegro.. .tone Projects Overview WI ttlt2in O e 4410'• P.Iw, .14451659.:1m Clty4/ IV4r9'oo0 1o4 VAIM1dr..4 Vwtcn C4yet All All .1S1106 Virg. MenyVlkbod, IenyArrls MU5AIealy04/014 ''Vvotta 242404(144;421 151009 Vila 9r4,Arnacm,• I51999.VPA )/sgoratW4hoo Small t 1141411 111.a1C•r1r/Pe)r/Awaa/lenatetsv WrlimtVAtt n Lego1 i® ,72, 179514' 110EV080 Sob. F.O.A1t 14ap1F11 7zti uRW 17855,fLW.Etiamuumme. • Pr.'S# Status 135044 ragaN.lA11ag. of 143922. Snamta.. (hot holyAtrvt $179(3 rib Prcparatory.ka4amy 0n4ad C4r*h1alt n'JA4* 4011 r. 181141210 04142 A.4 anta t nth (ar,pgla. NWg40* 5ncctacleh Clout 164544 ;01408.21 mvll1 SM•efic4Uh LAM is® i16S663 4akilett ,.4 terYyNruk 51,411 t Scthifelman IMBEINSMIMININIM 149693 5t.npt ae4•411 Rtr( 119942 5 Vixeieatholt G.11 3ernyAt9r•A Mat Scargl1aslkati Cayof 0frogottt1Vshon MiAlm •itita1A 24=17412CdhclicArddocae 461, 149991 7wn$1N8AKaxeCudi4Clutda MllrgarctWYan /Ck1A4s6gi6ly084 Pn.++>.1 t:thpll0 Nddvl5a clh_, A5 $557.85M Expecteim1ptbn 3.30M OHI•dr2nesnt(USA) 46.72K HOW, t8at•d 477 rota ho3ae14 Figure 2. A mock-up using PowerBI Project completion and review Our team has developed and implemented workflow processes for efficient and successful intake of applications, review and analysis of projects, and tracking of reimbursement for major grant programs from multiple federal, state, and local sources. For City of Mexico Beach, we track and align funding and eligibility for the following programs. • FEMA Public Assistance and Hazard Mitigation • HUD CDBG-DR and CDBG-MIT • FHWA • EPA funding ARPA Funding Consulting Services City of Opa-locka, RFQ No 22-0422100 Project Approach • State Safer grants • FDEP grants • Volunteer resources and contributions This in-depth experience provides our team with significant advantage and allows us to begin work immediately. Our team members have worked together in the management of large state programs to perform the following. • Set priorities • Identify, document, and implement process improvements • Monitor the application and construction process • Identify and resolve issues, while processing applications efficiently and effectively • Implement plans, policies, and procedures • Direct technical assistance and manage applicant expectations To achieve a streamlined process, we will develop checklists prior to Notice to Proceed, which will leverage processes, best practices, and lessons -learned from programs in Florida, New York, North Carolina, South Carolina, Puerto Rico, and Texas. Quality assurance and quality control (QA/QC) Atkins has developed a formal quality assurance plan (QAP) that employs our 5 -step review process. This quality management system is maintained and continually improved upon and allows Atkins to hold an ISO 9001 certification. Atkins ensures the accuracy of documents through project plans, project quality managers (PQM), audits, and project processes. More importantly, our oversight and project management emphasizes responsiveness, effective communication, and trust. We know that with disaster recovery services every dollar and every hour count for not only ensuring reimbursement but maximizing recovery to prevent deobligation. Further, it is through our effective management that we will establish detailed project and financial tracking so that our services are reimbursable to the City. Every project is required to have a PQM who produces the project QAP, regularly com- municates that plan to project staff, and audits the project to verify QAP implementation. Atkins requires all work products to complete a QC review by a second set of independent eyes prior to submittal to the client, internal or external. QC reviews must be documented and verified by the PQM to confirm quality procedures have been followed prior to submittal to the client. The project QAP will identify any additional QC reviews required and any non -conforming item is identified and cannot continue through the QC review process until the non- conformance is resolved and closed by the PQM. All milestone deliverables go through our 5 -step review process as depicted in the figure below. 8 ARPA Funding Consulting Services City of Opa-locka, RFQ No 22-0422100 Project Approach For this contract, Ruben Hernandez, PE, as Principal in Charge and Program Manager, Alejandro Irizarry -Velez, PE, will work with the City to define project deliverables and with the PQM for sound, effective delivery. LJ Ready for Review Originator/ Independent lead technical reviewer professional Review Et 6E 0 Resolve Changes Comments Made Lead technical Originator professional Verify QA Certified Independent Project quality reviewer manager Figure 3. Atkins' 5 -step process for quality assurance and quality control (QA/QC) Atkins' quality program involves a series of procedures for all contract documents and deliverables. Our program, which includes quality control reviews by senior -level staff, mandates the creation of comprehensive project -specific quality plans. This customized QA/QC plan detailing our project approach and methodology will be submitted to the City at the first progress meeting. Through our many years working in financial and grant management, the Atkins team has a comprehensive understanding of your quality requirements —we aim to exceed those expectations. Atkins' project and task managers are trained to identify and track project risks, and create plans to mitigate and monitor those risks throughout the project life cycle. This level of risk management and awareness is essential to our focus on quality assurance, and enables us to identify any project elements that need special attention, thereby ensuring that the deliverables will meet our client's needs. In addition to quality checks and assurances, our processes involve assigning appropriately qualified staff to each task element to strengthen our overall delivery. Atkins' project managers are well trained to focus on quality —project metrics and project performance are regularly reviewed and tracked throughout all levels of the organization, and communication plans are designed to prioritize meeting client expectations and objectives. Our focus on quality begins the moment we receive an assignment and continues as a fundamental component of the project life cycle. We use lessons learned on each project to improve and refine our future quality programs. Our combined quality processes create an overarching, comprehensive quality platform that is intrinsic to the way Atkins does business. Final reconciliation, appeals Atkins has worked on both the state and local side in processing appeals for communities. Atkins' Program SME, Jamelyn Austin Trucks, PMP, CFM, CGM, has assisted in the development of policies for appeal. Our SMEs ATKINS BY THE NUMBERS • More than 25 years in disaster recovery • 22 Declarations • 15,000 Project worksheets • Management of $ 50 billion 9 ARPA Funding Consulting Services City of Opa-locka, RFQ No 22-0422100 Project Approach bring a wealth of experience in working through federal compliance and will work to establish procedures for appeal prior to closeout. This approach includes not only leveraging our detailed QA/QC process but the development of a monitoring plan to address final reconciliation and any potential appeals. Atkins manages large federal programs in the management of funding under both FEMA programs and HUD CDBG-DR and has never had an audit finding in the implementation of these programs. We utilize and audit -ready or closeout -first approach in managing and tracking documentation and reimbursements. Should an audit be conducted or an appeal be necessary, we will work with U.S. Treasury department in providing compliance reports or other documentation. The Atkins team, with coordination and approval from the City, will develop an Oversight and Compliance Plan for continued financial tracking and monitoring after projects are completed or at the end of the contract. This plan will identify all program rules and requirements, performance metrics, auditing procedures, reporting requirements, and contractual obligations of the Fiscal Recovery Fund program. At a minimum, this plan will regulate compliance with and testing of activities for performance of internal policies and procedures and Federal Register requirements, including 2 CFR 200. Resources and responsiveness Atkins brings a local team, proven in grant and financial management with experience delivering the ARPA SLFRF program. IOcal RESPONSIVE proven We are ready to initiate, engage, and support the City of Opa-locka upon issuance of Notice to Proceed. We are a local team with the knowledge and resources to scale our assign- ments, utilizing effective technology for coordination. While our team will work closely with the City in providing reporting, technical assistance, and training, we will coordinate for delivery of an effective and efficient program. Key communications, accountability, responsiveness and close coordination will ensure the best use of the City's resources in delivery of this program. We bring expertise in program management, which includes establishing protocols for approval of deliverables and integration of key personnel as needed and will provide guidance and recommendations to the City for a successful program. 10 ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Tab 5 — Experience and Qualifications 5.1 Number of Years in Business Atkins has been in business for 62 years. We've worked in Miami -Dade County for more than 50 years, and have been working in the field of emergency management since 1992. We have a dedicated emergency management division with local and statewide resources to ensure that our clients can plan for, respond to, and recover from the effects of natural or man-made disasters. ";I local RESPONSIVE proven 5.2 Qualifications to Perform Atkins has covered all major disasters for the State of Florida. Our services have relieved a myriad of natural hazard events, including most major natural disasters that affected the southeast since Hurricane Andrew in 1992. Currently, the Atkins team is providing oversight and management for the City of Miami's ARPA Fiscal Recovery Fund Program. Additionally, Atkins is supporting recovery efforts as a prime contractor in response to COVID-19 for Florida Division of Emergency Management (FDEM) Region 7, and as a subcontractor for Hurricanes Irma and Michael. Our resources are deep, and our professionals are adept at rapid response to disasters from the floods in Colorado, wildfires in California, and winter storms in the northeast to hurricanes and severe weather throughout the Gulf Coast. Atkins' comprehensive knowledge of emergency operations and disaster recovery greatly assists all our clients in effectively identifying eligible recovery projects, leveraging multiple programs for funding, and ensuring efficient completion of those projects. Our leadership team has worked together to manage large-scale mitigation programs at all levels of government, including extensive program management projects throughout Florida. Our expertise include development or review of more than 15,000 public worksheets (PW), working with the Federal Emergency Management Agency (FEMA) to resolve issues and appeals, and preparing audit -ready documentation of field activities in support of all levels of government. We establish solutions before issues arise and bring unmatched program management. Atkins provides oversight and guidance at all levels of government in management and administration of mitigation programs, including oversight of collectively more than 50,000 grant projects. As further described in the next section, our team has provided consulting, management, and oversight services for high volume and high dollar grant awards on behalf of many large public entities. As required, the Atkins team can also integrate any additional personnel should the project demands. We are confident in our capacity to lead this initiative. Our team can provide guidance and recommendations to the City to achieve a successful program. 11 ARPA Funding Consulting Services City of Opa-locka, RFQ No 22-0422100 Experience and Qualifications Locally, statewide, and nationwide across complex programs, from FEMA to HUD recovery and resiliency to the newly implemented programs in response to COVID-19, Atkins has experience with all levels of government to provide project management, program analysis, training, technical assistance, and policy and regulatory support. The most significant indicator of Atkins' success is our high volume of repeat business -90 percent —which reflects our sincere commitment to client service. While our skill set is a perfect match for delivery of this contract, we are uniquely qualified due to our strong presence and depth of resources in Florida, our breadth of experience administering PA program grants, and our experience following policy and assisting with COVID-19 response efforts. Our team has worked with local communities, states, agencies, and nonprofit groups, and with FEMA regions and headquarters, in multiple roles to provide PA technical assistance, training, project development and review, assessments and inspections, reimbursement requests, and closeout support. Through our understanding of applicable challenges, we help clients navigate FEMA requirements and work with involved stakeholders. As shown on Figure 4 below, in addition to our City of Miami ARPA services, our work spans local, state, and federal agencies in the development and delivery of grant programs. Florida Division of Emergency Management Mississippi Emergency Management Agency (MEMA) Massachusetts Emergency Management Agency (MEMA) Puerto Rico Department of Housing City of Houston Figure 4. Example grant and financial management clients Florida Department of Environmental Protection FEMA Headquarters North Carolina Emergency Management (NCEM) South Carolina Emergency Management Division (SCEMD) US Virgin Islands Housing + Finance Authority Texas General Land Office ARPA Funding Consulting Services City of Opa-locka, RFQ No 22-0422100 Experience and Qualifications The COVID-19 response has completely disrupted normal life for every American, resulted in disaster declarations across all states and territories, and put extreme pressure on state and local governments. Atkins' hand -in -hand work with partners to navigate this unparalleled crisis has led to our deeper understanding of funding sources available at all levels of government and how these funding pools should be utilized to maximize refunds and minimize possible duplication of benefits. Our tracking of funding sources for the COVID-19 response includes the CARES Act, U.S. Department of Agriculture (USDA) resources, Small Business Administration (SBA) loans, and funding from the Department of Health and Human Services (HHS). Our team is adept at managing and tracking funding to prevent duplication of benefits while maximizing recovery. Our understanding of PA and other federal funding sources, combined with our insight and relationships at FEMA Region IV and Headquarters, enables us to provide FDEM with informed guidance to recover funding in an expedited and efficient manner. Although the coronavirus is novel, our staff, expertise, and programmatic support remain constant and have been in place for decades. Through our work with FEMA Headquarters and FEMA regions across the nation, we remain apprised of policy changes, memorandums, and guidance as it is developed or updated. Our professionals have years of experience in providing fiscal and programmatic compliance, with an emphasis on 2 CFR 200, which is the guiding regulation for American Rescue Plan Act (ARPA) Fiscal Recovery Funds (FRF). These professionals are also highly adept with Florida PA and the FEMA Grants Portal due to work on previous and ongoing projects both within the state and in FEMA Region IV. Further, our unique experience includes working directly with states, including those within FEMA Region IV, to respond to the COVID-19 pandemic. Atkins is assisting with the processing of PA requests and providing technical assistance and training related to eligible costs. We are also helping the U.S. Army Corps of Engineers with the development of a COVID-19 alternate care site at the Miami Beach Convention Center. PROVEN, LOCAL EXPERTISE. Along with extensive disaster recovery experience, Atkins has a 30 -year history of working in Miami -Dade County in program design and management, design and delivery, grant management, and engineering services. We understand the unique issues that communities are facing with the availability of Fiscal Recovery Funds. We have assisted communities responding to disasters in the prioritization, allocation, distribution, and management of funds through FEMA, HUD, FHWA, and other state and local funding programs. Additionally, we bring a wealth of knowledge in working with the City and an understanding of the projects anticipated for funding. In addition to our specific past performance, the table below emphasizes our depth and breadth of experience in assisting communities with the monitoring and management of grant funding. Atkins pursues the core values of integrity, hard work, loyalty, quality performance, technical excellence, honesty, open and respectful communication, innovation, and professionalism in the conduct of our daily work. 13 ARPA Funding Consulting Services City of Opa-locka, RFQ No 22-0422100 Experience and Qualifications Table 1. List of past performance experience for large disaster recovery and mitigation projects Client 1 Contract Scope Value Duration Experience highlights City of Miami Responsible for oversight, $2.6M 2022- • Project eligibility evaluation ARPA Consulting Services compliance, management, and eligibility across all categories for the City's Fiscal 2024 .Compliance and procurement • Financial/grant management support Recovery Fund program. • Technical assistance and training • Reporting City of Houston Prime contractor responsible $3.5M 2020- • Project reporting (COH) General Engineering for project management and oversight in the development 2021 .Technical assistance and training Services (GES) of large consolidation projects through PA 406 Hazard Mitigation Proposals • Project development and eligibility • Engineering and construction management oversight (HMP) FDEM COVID-19 Prime contractor providing $9M 2020- • Auditing PA FEMA PA consulting services in response to the 2024 'Project reporting COVID-19 Pandemic • Technical assistance and training • Request for reimbursement, program review and validations • Municipal coordination • Subrecipient monitoring • Financial/grant management support FDEM Hurricane Subcontractor technical $3M 2018- • Auditing Irma and Michael PA Services assistance to communities throughout the state, from project start to compliance reviews and closeout 2021 • Project reporting • Technical assistance and training • Requests for reimbursement • Project and plan development • Financial/grant management support City of Mexico Prime contractor providing $6M 2018- • Auditing Beach FEMA PA, HMA, and HUD 2021 Compre- Community Development •Project reporting hensive Block Grant for Disaster • Technical assistance and training Disaster Recovery (CDBG-DR) policy • Requests for reimbursement Recovery services following the • Project and plan development Services devastation of Hurricane Michael • Financial/grant management support South Carolina Prime contractor providing $6M 2014- • Auditing Emergency Management debris monitoring and PA consulting to include damage 2022 . project reporting Division (SCEMD) assessments, PIN • Technical assistance and training Disaster Recovery Services development, site visits, reimbursement requests, quarterly reporting, and closeout • Requests for reimbursement, program review and validations • Municipal coordination • Subrecipient monitoring • Financial/grant management support 14 ARPA Funding Consulting Services City of Opa-locka, RFQ No 22-0422100 Experience and Qualifications Client 1 Contract Scope Value Duration Experience highlights Maine Emergency Management Agency (MEMA) Emergency Management and Planning Services Subcontractor PA project assistance including training, technical assistance, and closeout $200K 2018- 2021 • Technical assistance and training . Project development and eligibility • Requests for reimbursement, program review and validations • Municipal coordination • Subrecipient monitoring • Financial/grant management support Mississippi Emergency Management Agency (MEMA) Disaster Recovery Services - Hurricane Katrina Prime contractor providing PA consulting, debris management, engineering, and compliance review services in response to Hurricane Katrina $42M 2006- 2021 • Technical assistance and training . project development and eligibility Requests for reimbursement, program review and validations • Municipal coordination • Subrecipient monitoring • Engineering and construction management oversight • Financial/grant management support FDOT District Seven Emergency Management Services Service as FDOT District Seven's emergency management consultant, provided a full range of emergency planning, response, and recovery support $1.5M 2004- 2017 • Project reporting .Technical assistance and training • Project development and eligibility • Financial/grant management support Massachusetts Emergency Management (MEMA) I Hazard Mitigation Assistance Management Providing HMA grant management expertise on behalf of MEMA, to include detailed projects reviews across all programs: HMGP, FMA, PDM, and BRIC $750K 2020- 2021 • Program development • Project reporting •Technical assistance and training • Financial/grant management • Subrecipient monitoring North Carolina Emergency Management 1 Hazard Mitigation Oversight Prime contractor providing HMA support in the management of all grants from Hurricane Florence, from project development to answering RFIs and closeout $2M 2019- 2022 • Program development • Project reporting •Technical assistance and training • Financial/grant management • Subrecipient monitoring FEMA 1 Hazard Mitigation Technical Assistance Program Subcontractor providing HMA support nationwide under the HMTAP contract $564K 2015 to present • Project reporting . Technical assistance and training • Financial/grant management • Subrecipient monitoring 15 ARPA Funding Consulting Services City of Opa-locka, RFQ No 22-0422100 Experience and Qualifications Client 1 Contract Scope Value Duration Experience highlights FEMA 1 Risk MAP Production and Technical Services (PTS) Contract Joint Venture (JV) partner supporting FEMA's national mitigation programs $600K 2014- 2023 • Project reporting .Technical assistance and training • Financial/grant management • Subrecipient monitoring North Dakota Department of Emergency Services Provided mitigation assistance in the review of more than 100 HMP applications and BCA review $600K 2011 to present • Program development • project reporting • Technical assistance and training • Financial/grant management • Subrecipient monitoring 5.2 Key personnel Qualifications Atkins is ready to respond quickly to the City's project needs with the technical talent, local resources, and industry -wide experience to assist the City of Opa-locka. We are pleased to provide the City with a veteran leadership team with proven experience, subject matter expertise, and commitment to deliver. Our key personnel are shown in Table 2 below with the position description and functions to perform. While we have shown an expansive team to answer the needs of the program, staff members will be tasked as needed to maximize efficiency for the City. Our project organization chart (Figure 5) is shown on the next page, followed by staff resumes. Table 2. Key personnel functions and position description based on hourly rate Key personnel Functions to perform Position description Ruben Hernandez Gregorat, PE Principal -in -charge Principal Consultant Alejandro Irizarry -Velez, PE Project manager Senior Consultant Jamelyn Austin Trucks, PMP, CFM, CGM Program SME Senior Consultant Erin Capps, JD Program SME Senior Consultant Crystal Jones Grants lead Consultant Elba Guerrero Grants specialist Junior Consultant Jose Morata Grants specialist Junior Consultant William Clewis Grants specialist Junior Consultant Kim Varjabedian, CPA Financial lead Senior Consultant Jeremy Cook Financial specialist Consultant Yami Abreu Administrative support Program and Administrative Support 16 ARPA Funding Consulting Services City of Opa-locka, RFQ No 22-0422100 Experience and Qualifications CITY OF OPA-LOCKA I PRINCIPAL -IN -CHARGE Ruben Hemandez-Greeorat, PE PROGRAM/PROJECT MANAGEMENT TEAM Alejandro. ',rzarry`lelez. PE PROGRAM SUBJECT MATTER EXPERTS Jarre!yn Trucks, PMP, C: M, CGM Ern Capps, JD PROJECT SUPPORT TEAM PROJECTS EVALUATION A ieiand,o •czar^;-Ve''ez. PE iLeadj Elba Y Guerrero, E Jose Murata. E PROJECT PRIORIZATION TEAM Alejand o fzarry Ve''ez, PE (Lead) Crysta I Jones, MA, SC CEM Eta Guerrero. E REPORTS AND TRACKING ADMINISTRATIVE WORK E ba'' Gue'rero, E (Lead) Yam! Abreu LVi'Iam C etIis Figure 5. Project Organization GRANTS EVALUATION Jame ,m Trucks. PMP, C=M, CGM (Lead, Crysa Jones, MA, SC CEM Elba Y Guerrero. E FINANCIAL K :Fr be A Varabedian, CPA :,Lead) Jerem'° Cock 17 ARPA Funding Consulting Services City of Opa-locka, RFQ No 22-0422100 Experience and Qualifications This page intentionally left blank. 18 ATKINS Member of the SNC-Lavatin Group Ruben Hernandez Gregorat, PE Principal -in -Charge Ruben Hernandez Gregorat has 30 years of experience in the management of large capital improvement programs and projects for sectors including transportation and transit, public works, water and wastewater, pharma and manufacturing, and commercial systems. He has managed a wide range of complex projects throughout the life cycle, from pre -planning through post construction, start-up, and commission- ing. Mr. Hernandez Gregorat's experience also includes program management, construction and contracts management, alternative project delivery methods, private - public partnerships (P3's), asset management, risk assessments, renewable energy, cost analysis and reduction, project controls and federal program grants management. His software experience includes using Microsoft Office, AutoCAD, Bluebeam, Microsoft Project, Linux. As Senior Division Manager, Mr. Hernandez Gregorat leads the firm's Community and Intermodal Infrastructure Business Unit in South Florida, manages project delivery and execution, client relations and business growth for a large operating unit of the firm with large client and technical disciplines. He is responsible for developing/maintaining public and private client relationships and ensuring the firm's client commitments are met — including business growth, quality, client satisfaction, multi -service staffing assignments and coordination, and project profitability goals and objectives for the area of responsibility. Mr. Hernandez Gregorat's current portfolio includes the programs and projects with the following Florida clients: City of Miami - Mr. Hernandez Gregorat oversees the multi -year Capital Program Support Services (CPSS 2017) contract ($8.2M) and supports the Atkins team and subconsultants engaged with the program. Mr. Hernandez reviews the team's performance with the client to ensure Atkins continues providing the contracted services and discusses additional services requested by the client to identify staff requirements and availability. Miami Dade Water and Sewer Department (WASD) - Program manager for the project controls and cost estimating multi -year contract of $11M, leading Atkins deployed staff and subconsultants working at the client's site. Mr. Hernandez Gregorat provides the necessary expertise to help WASD with the implementation of their eBuilder construction management software tool and supported WASD with their program management office (PMO) implementation. He also leads the supporting staff who developed and streamlined WASD's processes and procedures, and the necessary workflows and configurations adopted in eBuilder. Miami Dade Department of Transportation and Public Works (DTPW) - Project contract manager for key DTPW projects including the Metromover Overhaul CEI ($7.8M), the South Dade Transitway BRT CEI ($4.5M), and other large multi -year contracts. Mr. Hernandez Gregorat interacts with the client to ensure the Atkins team is delivering per the contract terms and necessary supporting staff and subconsultants are engaged with the projects. Other South Florida clients supported by Mr. Hernandez Gregorat include cities of North Miami Beach, Miami Beach, Fort Lauderdale, Hollywood, and Key West. Mr. Hernandez Gregorat also maintains the customer services with Broward, Palm Beach, Monroe, Martin, and St. Lucie counties. Total years of experience 30 Years with firm 6 Education M.E.M., Masters in Engineering Management, Polytechnic University of Puerto Rico B.S.; Electrical Engineering, Polytechnic University of Puerto Rico Registrations/licenses Professional Engineer Florida 79629 Puerto Rico 11957 Professional affiliations Project Management Institute Construction Industry Institute (CID Institute of Electrical and Electronics Engineers Institute of Risk Management American Water Works Association Professional development Project Delivery System Change Orders, Extended Overhead and Differing Site Conditions Hazardous Waste Operations and Emergency Photovoltaic Systems Installer Predictive and Preventive Maintenance Aerial Power Electrical Lines Design Resume 1 Atkins, a member of the SNC-Lavalin Group ATKINS Member of the SNC•Lavalin Group Alejandro Irizarry -Velez, PE Project Manager Alejandro Irizarry -Velez has 8 years of experience in project management on projects from private and public sectors. He is experienced in project inspection, cost estimating, scheduling, scope analysis, field crew management, construction management, project bidding, and surveying. Mr. Irizarry-Velez's Atkins project experience includes: Consulting Services to manage the compliance process related to Coronavirus State and Local Fiscal Recovery Funds ("SLFRF") City of Miami, FL. The City of Miami received an allocation of $137.6 M, from the Coronavirus State and Local Fiscal Recovery Funds ("SLFRF") established by the American Rescue Plan Act ("ARPA") on March 11, 2021. Atkins is responsible for the financial and data management and the implementation of best practices to ensure compliance of statutory requirements and the successful performance of grant funds for their specific purpose. As Project Manager, responsibilities include: Review proposed projects for SLFRF funding and determine their eligibility in accordance with the grant's guidance and requirements. Assist in proposing alternate projects based on eligibility of the grant and based on City's needs and priorities. Ensure funds comply with procedures and requirements as outlined in the Final Rule and the Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards, 2 CFR Part 200 (the "Uniform Guidance"). Develop strategies and procedures for final review of completed projects, make necessary adjustments or rejections, perform final inspections and audits, and process close-outs ensuring compliance with all regulatory and legal requirements. Duration: 01/2022 -present e -Builder Implementation, Miami -Dade County Water and Sewer Department (WASD), Miami -Dade County, FL. Team leader for the implementation of e -Builder in support of the Department's CIP which is used as the central point for developing, improving and disseminating WASD's policies, procedures, and best management practices that govern the Department's CIP. Miami Beach Street Intersections Subsurface Utility Engineering Survey Services, City of Miami Beach, FL. Project manager for this subsurface utility engineering survey services project. FEMA Support, FEMA. Team member responsible for running logistics for FEMA inspectors in disaster zones. Total years of experience 8 Years with firm 3 Education B.S.C.E., Civil Engineering, University of Puerto Rico Registrations/licenses Professional Engineer Florida 89317 Certifications 10 -Hour OSHA Professional development New Construction Materials, Construction History, Universidad Politecnica de Madrid, 2009 CAPSTONE Project: Design and Planning of a National Trauma Center for the City of Mayaguez, Puerto Rico, 2009 Speaker, National CMAA 2021 Conference, presenting the implementation of e -Builder in the Miami -Dade WASD Resume 1 Atkins, a member of the SNC-Lavalin Group 20 ATKINS Member of the SNC-Lavatin Group Jamelyn Trucks, PMP, CFM, CGM Program Subject Matter Expert Jamelyn Trucks has 25 years of experience in the areas of mitigation, disaster resilience, planning, project development, and business development. Her experience includes management of stakeholder engagement, financial analysis, budget development, contract negotiations, training, database testing, federal grant administration, and policy development and implementation. Ms. Trucks' understanding of federal, state, and local government policies and procedures in relation to federal disaster grant implementation, as well as her active involvement in Federal Disaster Response assists clients in applying best practices as well as developing improved methodologies. Ms. Trucks' Atkins project experience includes: Consulting Services to manage the compliance process related to Coronavirus State and Local Fiscal Recovery Funds ("SLFRF") City of Miami, FL. Responsible for the financial and data management and the implementation of best practices to ensure compliance of statutory requirements and the successful performance of grant funds for their specific purpose. As Program Subject Matter Expert, responsibilities include: Review proposed projects for SLFRF funding and determine their eligibility in accordance with the grant's guidance and requirements. Assist in proposing alternate projects based on eligibility of the grant and based on City's needs and priorities. Ensure funds comply with procedures and requirements as outlined in the Final Rule and the Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards, 2 CFR Part 200 (the "Uniform Guidance"). Develop strategies and procedures for final review of completed projects, make necessary adjustments or rejections, perform final inspections and audits, and process close-outs ensuring compliance with all regulatory and legal requirements. Duration: 01/2022 -present COVID-19 Recovery, Florida Division of Emergency Management (FDEM) Principal (Senior Project Manager) Atkins is contracted to provide applicant support as an extension of FDEM staff to provide technical assistance to applicants regarding the process, procedures, and requirements of the Public Assistance (PA) Program for DR4486 — Florida COVID-19 Pandemic in support of FEMA to the nation's first -ever pandemic response. Our team is implementing and executing FDEM's strategic plan in Region 7 of the state to meet closeout and grant management metrics and compliance with established deadlines. This plan includes not only reviewing the final closeout claims as submitted by the subrecipient, but also proactively identifying reimbursement issues and working those issues as assigned by FDEM management and driving projects into closeout as per FDEM's criteria of closeout readiness. In my role as Principal, I manage a team of 30+ personnel in the execution of contract requirements. Total years of experience 25 Years with firm 5 Education B.B.A., Marketing, University of Georgia Certifications Certified Floodplain Manager (CFM) Certified Grants Manager (CGM) (Federal Track) Project Management Professional (PMP), Project Management Institute (PMI). 2560240 Honors and awards Federal Emergency Management Agency (FEMA) Federal Coordinating Officer (FCO) Coin, Hurricane Isaac, Presented by FCO Sandy Coachman 2012; FEMA R6 Coin, Presented by RA Tony Robinson for Louisiana Recovery Office, 2013 Professional affiliations Water Collaborative of Greater New Orleans Natural Hazard Mitigation Association Association of State Floodplain Managers, Co -Chair — Stormwater Management Committee National Emergency Managers Association (NEMA) Project Management Institute (PMI) Professional development L 292 DFOM — Disaster Field Operations Mgmt. I.O. L 253 Coordinating Environmental and Historic Preservation Compliance L778 - Field Operations Training for Middle Managers E273 - Managing Floodplain Management through the National Resume 1 Atkins, a member of the SNC-Lavalin Group 21 ATKINS Member of the SNC-Lavatin Group Erin Capps, J.D. Program Manager Erin Capps is a licensed attorney and has provided oversight, management, technical assistance, and quality control on local, state, and national contracts for FEMA and HUD funding. As an attorney, she is well versed in the Stafford Act, and has hands-on experience providing guidance on 2 CFR, 44 CFR, and Section 404 and 406 Hazard Mitigation. She is adept in all areas of mitigation and recovery from the development of Public Assistance (PA) and Hazard Mitigation Assistance (HMA) projects, plans, and grants, to managing Hazard Mitigation Grant Program (HMGP), Pre -Disaster Mitigation (PDM), and Flood Mitigation Assistance (FMA) programs on behalf of states and communities. Additionally, Ms. Capps has tracked the implementation of the Disaster Recovery Reform Act (DRRA) and has developed webinars and presentations on the Building Resilient Infrastructure and Communities (BRIC) program. She leverages her broad subject matter expertise in compliance and federal grant programs to maximize funding for communities. Ms. Capps' project experience includes: American Rescue Plan Act (ARPA) Fiscal Recovery Funds (FRF) Implementation, City of Miami, FL. As a Subject Matter Expert, Ms. Capps provides detailed reviews of infrastructure projects for funding eligibility under the ARPA program for the City. She applies her detailed knowledge of 2 CFR 200 in conducting project briefings for stormwater and drainage projects throughout the City. Duration: 12/2021 -present FEMA Subject Matter Expert, General Engineering Services Contract, City of Houston, TX. Provides FEMA PA and 406 Hazard Mitigation advisory support to the City of Houston, Houston Public Works, in the Hazard Mitigation consolidation project for Wastewater Treatment Plants (WWTP). In this role, Ms. Capps has established FEMA tiger teams, worked with consultants, and performed detailed technical assistance in the development of Benefit Cost Analysis (BCA) for the eventual completion of Hazard Mitigation Proposals (HMP) as part of projects to be developed in response to Hurricane Harvey. Ms. Capps also provides PA guidance in the development of improved and alternate projects and the application of repair versus replacement and consensus -based codes. Duration: 06/2020 -present Hazard Mitigation Assistance (HMA) and Building Resilient Infrastructure and Communities (BRIC) Services, Massachusetts Emergency Management Agency, MS. Provides program management and oversight for HMA grants, including BRIC policy expertise in the review of projects for the Massachusetts Emergency Management Agency. This includes the establishment of priorities and criteria for their state -led vulnerability grant program. Duration: 02/2020 -present Program and Policy Subject Matter Expert, Staff Augmentation Contract, City of Houston, TX. Provides FEMA Public Assistance advisory support to the City of Houston, Houston Public Works, in the collection of additional and latent damages, the development of detailed technical memoranda, and reports for the completion of projects in response to Hurricane Harvey. Duration: 10/2019 -present Total years of experience 18 Years with firm 3 Education J.D., Baylor University, 2007 B.S., Business Advertising, University of Texas at Austin, 2002 Certifications Attorney at Law, 24062650, Texas, 2008 Professional affiliations Natural Hazard Mitigation Association, President Texas Floodplain Managers Association Association of State Floodplain Managers Software ArcGIS Adobe InDesign, Illustrator, Photoshop, and FileMaker Pro EM Grants Pro FEMA Benefit -Cost Analysis Software, v.6 FEMA Grants Portal Professional development Introduction to Benefit -Cost Analysis Training IS -30: Mitigation eGrants System for the Subgrant Applicant IS -208.a: State Disaster Management IS -212: Intro to Unified Hazard Mitigation Assistance IS -393.a: Intro to Hazard Mitigation IS -394.a: Protecting Your Home or Small Business from Disaster IS -395: FEMA Risk Assessment Database IS -403: Introduction to Individual Assistance (IA) Resume 1 Atkins, a member of the SNC-Lavalin Group 22 ATKINS Member of the SNC-Lavatin Group Crystal Jones, PSM, PLS Grants Lead Crystal Jones has 10 years of experience working with local, state, and federal governments, tribal nations, and the private sector in disaster preparedness, response, recovery, and hazard mitigation planning, program management, reviewing/submitting request for information and operations. Ms. Jones also has extensive experience with FEMA public assistance grant management, reviewing applications, project development and management, reviewing for duplication of benefits, appeals review, time extension reviews, reimbursement requests and reviews, and quarterly reports. As an emergency management specialist, Ms. Jones has worked in logistics in the State EOC through three major disasters. She also has experience as a public assistance specialist, closeout specialist, training, facilitator, appeal analyst, planner, and damage assessment team lead. Ms. Jones' recent project experience includes: Consulting Services to manage the compliance process related to Coronavirus State and Local Fiscal Recovery Funds ("SLFRF") City of Miami, FL. Responsible for the financial and data management and the implementation of best practices to ensure compliance of statutory requirements and the successful performance of grant funds for their specific purpose. As a Grants Lead, responsibilities include: Florida Division of Emergency Management COVID-19 Public Assistance Support Services, Statewide. Responsible for providing FEMA public assistance subject matter policy guidance and project quality reviews in accordance with the Stafford Act, FEMA PAPPG, CDC and additional FEMA guidance specific to COVID- 19 to support FL sub -recipients with COVID-19 public assistance projects. Supports Atkins COVID-19 specialists with tools, FEMA compliance assistance to streamline and maximize efficiency with sup -recipient applications, reimbursements, determinations and appeals, and closeout. State of New York COVID-19 Public Assistance Support Services, Statewide. Responsible for providing FEMA public assistance subject matter policy guidance, expense and documentation review in accordance with the Stafford Act, FEMA PAPPG, CDC and FEMA guidance review specific to COVID-19 to support NY Division of Budget and NY agencies and authorities. Supports Atkins COVID-19 specialists with tools, FEMA compliance assistance to streamline and maximize efficiency with agency expense submissions. Maine Emergency Management Legacy Disasters and COVID-19 Closeout, Statewide. Responsible for review of documentation to prepare projects for closeout. Provides quality reviews for other team members. Provide feedback and recommendations based on validation of documents provided by applicants to support final closeout requirements. Total years of experience 10 Years with firm 1 Education M.A., Security Management, American Military University M.A., Homeland Security, American Military University B.S., Pre -Law, Mountain State University Certifications FEMA HSEEP, 2020 SC Certified Emergency Manager, 2019 Professional development FEMA Coursework: Principles of Emergency Management (IS 230) Incident Command Systems (ICS 100- 700) HSEEP (L 146) COOP Program Manager (L 548) COOP Planning (L 550) Basic EOC Functions (IS 2200) Intro to Debris Operations (IS 632.a) Local Damage Assessment (IS 559) Intro to Individual Assistance (IS 403) National Response Framework (IS 800) Reconstruction Planning (IS 545) Preparing for Federal Disaster Operations (IS 102.c) Procurement Disaster Assistance Team (PDAT) Rapid Needs Assessment (G 557) Critical Asset Risk Management (MGT 315) Disaster Assistance Workshop Emergency Management Logistics Workshop EMAC Mission Ready Package Workshop Emergency Planning (G 205) Resume I Atkins, a member of the SNC-Lavalin Group 23 ATKINS Member of the SNC-Lavalin Group Elba Guerrero Grants Specialist Elba Guerrero recently graduated with a Bachelor of Science in civil engineering. Ms. Guerrero's responsibilities include drafting plans and profiles, assembling plans and conceptual proposals, working closely with team to help meet deadlines and submittals, visiting work sites and producing daily construction reports, developing drainage proposals, designs, and drainage networks for projects working closely with project managers, producing cost estimates and quantity take offs, support project managers with project reviews and quality control, permitting, and building and organizing civil documents. Additionally, Ms. Guerrero has roughly 2 years of experience with Federal Emergency Management Agency (FEMA) Public Assistance project development, management, compliance, and policy support. Prior to joining Atkins, Ms. Guerrero participated in the Apprenticeship Program of The Associated General Contractors South Florida Chapter where she learned about different construction methods. Ms. Guerrero's Atkins project experience includes: Consulting Services to manage the compliance process related to Coronavirus State and Local Fiscal Recovery Funds ("SLFRF") City of Miami, FL. The City of Miami received an allocation of $137.6 M, from the Coronavirus State and Local Fiscal Recovery Funds ("SLFRF") established by the American Rescue Plan Act ("ARPA") on March 11, 2021. Atkins is responsible for the financial and data management and the implementation of best practices to ensure compliance of statutory requirements and the successful performance of grant funds for their specific purpose. Our services include but are not limited to the following: Review proposed projects for SLFRF funding and determine their eligibility in accordance with the grant's guidance and requirements. Assist in proposing alternate projects based on eligibility of the grant and based on City's needs and priorities. Ensure funds comply with procedures and requirements as outlined in the Final Rule and the Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards, 2 CFR Part 200 (the "Uniform Guidance"). Develop strategies and procedures for final review of completed projects, make necessary adjustments or rejections, perform final inspections and audits, and process close-outs ensuring compliance with all regulatory and legal requirements. Duration: 01/2022 -present Total years of experience 3 Years with firm 3 Education B.S., Civil Engineering, Florida International University A.Arch., Architecture, Miami -Dade College American Institute of Professional Geologists American Society of Civil Engineers, Concrete Canoe Team Professional development Mechanics and Materials. 2017 Materials Testing, 2017 Structures and Systems, 2017 Dynamics, 2017 Fundamentals of Digital Design, 2012 Design Graphics 1 and 2. 2009 Design Studio 1-4, 2009 FEMA Coursework: IS -1000: Public Assistance Program and Eligibility IS -1001: The Public Assistance Delivery Model Orientation IS -1006: Documenting Disaster Damage and Developing Project Files IS -1008: Scope of Work Development (Scoping and Costing) IS -1012: Direct Administrative Costs IS -1020: Public Assistance Donated Resources IS -1026: Eligibility of Private Nonprofit Organizations Resume 1 Atkins, a member of the SNC-Lavalin Group 24 ATKINS Member of the SNC-Lavalin Group Jose Morata, El Grants Specialist Jose Morata has 4 years of construction and civil engineering experience involving field inspections, site plan design, utilities design, stormwater design, paving and grading, and emergency management. Prior to joining Atkins, he worked with a general contractor and was involved in carrying out field duties at the downtown Miami Met Square project. His responsibilities include assisting Federal Emergency Management Agency and Florida Division of Emergency Management with the COVID-19 relief efforts. Mr. Morata's Atkins project experience includes: Consulting Services to manage the compliance process related to Coronavirus State and Local Fiscal Recovery Funds ("SLFRF") City of Miami, FL. The City of Miami received an allocation of $137.6 M, from the Coronavirus State and Local Fiscal Recovery Funds ("SLFRF") established by the American Rescue Plan Act ("ARPA") on March 11, 2021. Atkins is responsible for the financial and data management and the implementation of best practices to ensure compliance of statutory requirements and the successful performance of grant funds for their specific purpose. As a Grants Specialist, responsibilities include: Review proposed projects for SLFRF funding and determine their eligibility in accordance with the grant's guidance and requirements. Assist in proposing alternate projects based on eligibility of the grant and based on City's needs and priorities. Ensure funds comply with procedures and requirements as outlined in the Final Rule and the Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards, 2 CFR Part 200 (the "Uniform Guidance"). Develop strategies and procedures for final review of completed projects, make necessary adjustments or rejections, perform final inspections and audits, and process close-outs ensuring compliance with all regulatory and legal requirements. Duration: 01/2022 -present Wickham Park Disability Building, Brevard County, Melbourne, FL. Assisted with site layout and design, including utility design, and permit coordination of the county disability building which was being built in Rodes Park and was then moved to the Wickham Park location. Attended coordination meetings with the county and architect to develop a site plan, as well as accommodating the plan to fit the new location in Wickham Park. Duration: 11/2018-07/2020 Viera Regional Park Expansion, Brevard County, Melbourne, FL. Assisted with site design, stormwater design, site grading, and permit coordination for the expansion project. This project involved county coordination to ensure the drainage aspect of the site met guidelines and regulations set forth in the Viera Basin DRI ERP. Assisted with application submission to Brevard County for review and approval. Duration: 03/2020-05/2020 Total years of experience 4 Years with firm 3 Education B.S., Civil Engineering, Florida International University, 2016 Software AutoCAD Civil 3D ICPR 3.0 w/ Perc Pack ICPR 4.0 Bentley WaterCAD PONDS ArcGIS Procore Microsoft Excel Microsoft Word Microsoft Outlook Bluebeam Revu Bentley ProjectWise Monday.com Workflow Management FEMA Grants Portal FDEM FloridaPA (Public Assistance) — Application Tracking & Document Handling Resume 1 Atkins, a member of the SNC-Lavalin Group 25 ATKINS Member of the SNC-Lavalin Group Will Clewis Grants Specialist Will Clewis has experience with the facilitation of disaster relief funding through FEMA's public assistance program under the Stafford Act. He has provided financial and grant management assistance on the FL PA COVID-19 contract for entities located in Miami -Dade, Broward, and Palm Beach counties. In this role, he regularly prepares forms, manages team time entries, processes payments, reviews submitted application materials, and helps to prepare and submit monthly invoices to the Florida Division of Emergency Management. He is familiar with using FEMA's Grants Portal and the state's official portal for public assistance programming Mr. Clewis Atkins project experience includes: Consulting Services to manage the compliance process related to Coronavirus State and Local Fiscal Recovery Funds ("SLFRF") City of Miami, FL. The City of Miami received an allocation of $137.6 M, from the Coronavirus State and Local Fiscal Recovery Funds ("SLFRF") established by the American Rescue Plan Act ("ARPA") on March 11, 2021. Atkins is responsible for the financial and data management and the implementation of best practices to ensure compliance of statutory requirements and the successful performance of grant funds for their specific purpose. As a Grants Specialist, responsibilities include: Review proposed projects for SLFRF funding and determine their eligibility in accordance with the grant's guidance and requirements. Assist in proposing alternate projects based on eligibility of the grant and based on City's needs and priorities. Ensure funds comply with procedures and requirements as outlined in the Final Rule and the Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards, 2 CFR Part 200 (the "Uniform Guidance"). Develop strategies and procedures for final review of completed projects, make necessary adjustments or rejections, perform final inspections and audits, and process close-outs ensuring compliance with all regulatory and legal requirements. Duration: 01/2022 -present Municipal Separate Storm Se706 (MS4 GIS), FDEP, FL. Contract involves creation of state geodatabase containing geographic locations of outfalls in municipalities across the state. Handles data append process for conversion to the existing geodatabase schema through the use of ESRI ArcGIS Pro and ArcMap. Duration: 04/2021- present. Hazard Mitigation Process 1085, Hillsborough County, FL. Reviewed and edited hazard mitigation plan documents for accessibility and added alt text to photos and graphics. Created bookmarks on PDFs for navigation purposes and increased accessibility for users in the public sphere. Duration: 02/2021-03/2021 Total years of experience 1.5 Years with firm 1.5 Education B.S., Public Relations, concentration in Business Administration, University of Florida, 2020 Registrations/licenses Advertising on Facebook Mobile Marketing Foundations Mobile Marketing: Creating a Strategy Google Analytics Training Certifications Hootsuite Platform Certification Professional Affiliations Public Relations Society of America, Tampa Bay Chapter, Association Member Software Adobe Creative Cloud ArcGIS Pro Microsoft Excel, Word, PowerPoint, Publisher Google Drive, Google Analytics WordPress Trello Clockify Resume 1 Atkins, a member of the SNC-Lavalin Group 26 ATKINS Member of the SNC-Lavalin Group Kim Varjabedian Financial Specialist Kim Kim Varjabedian has 29 years of experience. She has extensive experience in leading strategic planning and analysis teams, digital and customer marketing strategy analysis, operational efficiencies, and business development. Ms. Varjabedian has international finance experience including Europe, China, and Japan operations from acquisition and valuation analysis through integration and support of the in -country finance leaders and teams. Ms. Varjabedian's core competencies include: • Financial, planning, and analysis • General accounting • International finance • Partnerships and alliances • Marketing and campaign analytics • Digital marketing analytics • Strategy development • Competitive analysis • Contracts and negotiations • Mergers and acquisitions • New business planning • Cross functional collaboration Ms. Kim Varjabedian's Atkins project experience includes: Consulting Services to manage the compliance process related to Coronavirus State and Local Fiscal Recovery Funds ("SLFRF") City of Miami, FL. The City of Miami received an allocation of $137.6 M, from the Coronavirus State and Local Fiscal Recovery Funds ("SLFRF") established by the American Rescue Plan Act ("ARPA") on March 11, 2021. Atkins is responsible for the financial and data management and the implementation of best practices to ensure compliance of statutory requirements and the successful performance of grant funds for their specific purpose. As a Financial Specialist, responsibilities include: Review proposed projects for SLFRF funding and determine their eligibility in accordance with the grant's guidance and requirements. Assist in proposing alternate projects based on eligibility of the grant and based on City's needs and priorities. Ensure funds comply with procedures and requirements as outlined in the Final Rule and the Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards, 2 CFR Part 200 (the "Uniform Guidance"). Develop strategies and procedures for final review of completed projects, make necessary adjustments or rejections, perform final inspections and audits, and process close-outs ensuring compliance with all regulatory and legal requirements. Duration: 01/2022 -present Total years of experience 29 Years with firm 2 Resume 1 Atkins, a member of the SNC-Lavalin Group 27 ATKINS Member of the SNC-Lavatin Group Jeremy Cook Financial Specialist Jeremy Cook has 5 years of experience, including 3 months of experience with Federal Emergency Management Agency (FEMA) Public Assistance project development, compliance, and policy support. Mr. Cook has experience working in management roles, managing as many as 5 to 20 employees. He has an extensive background in financial processes and all bookkeeping functions, including accounts payable, accounts receivable, payroll, monthly sales tax and use tax, bank reconciliations, and preparation of the U.S. Federal and State income tax returns. Mr. Cook has also prepared departmental budgets, maintained cash flows utilizing budget analysis software, and performed financial compilation and reviews. Mr. Cook's Atkins project experience includes: Consulting Services to manage the compliance process related to Coronavirus State and Local Fiscal Recovery Funds ("SLFRF") City of Miami, FL. The City of Miami received an allocation of $137.6 M, from the Coronavirus State and Local Fiscal Recovery Funds ("SLFRF") established by the American Rescue Plan Act ("ARPA") on March 11, 2021. As a Financial Specialist, Jeremy is responsible for the financial and data management and the implementation of best practices to ensure compliance of statutory requirements and the successful performance of grant funds for their specific purpose. COVID-19 Recovery, Florida Division of Emergency Management (FDEM). Consultant. Providing guidance and supervision of team assigned to subset of applicants; providing guidance to team members on processing subgrant agreements, project formulation, eligibility reviews, and project reviews for assigned applicants; and providing quality control and checks on all team project reviews. As such, worked with FEMA in support of the nation's first -ever pandemic response. Mr. Cook aided applicants on the development of projects, including scoping, as well as identifying and optimizing funding opportunities. Additionally, he was directly involved in formulating and reviewing Project Worksheets, evaluating subrecipient performance, reviewing obligated projects for accuracy and completeness, processing subgrant agreements and amendments, time extension requests, and quarterly reports. Mr. Cook was also involved in preparing requests for reimbursement, including the validation of expenses and payment upon acceptance notification from applicants. Mr. Cook also ensured all activities and documents were recorded and uploaded into Florida PA and Grants Portal. Furthermore, Mr. Cook also responded to requests from Florida Division of Emergency Management and subrecipients and completed project closeout for both small and large projects. This project involves providing applicant support as an extension of FDEM staff to provide technical assistance to applicants regarding the process, procedures, and requirements of the Public Assistance Program for DR4486 — Florida COVID-19 Pandemic in support of FEMA to the nation's first -ever pandemic response. Atkins is implementing and executing FDEM's strategic plan in Region 7 to meet closeout and grant management metrics and compliance with established deadlines. This plan includes not only reviewing the final closeout claims as submitted by the subrecipient, but also proactively identifying reimbursement issues and working through those issues as assigned by FDEM management and driving projects into closeout as per FDEM's criteria of closeout readiness. Total years of experience 5 Years with firm < 1 year Education B.S.A., Florida State University Professional development FEMA Coursework: IS -1000: Public Assistance Program and Eligibility IS -1001: The Public Assistance Delivery Model Orientation IS -1006: Documenting Disaster Damage and Developing Project Files Risk Rating 2.0 Fundamentals Resume 1 Atkins, a member of the SNC-Lavalin Group 28 ATKINS Member of the SNC-Lavalin Group Yami Abreu Document Control Specialist Yamilet Abreu is currently an operations coordinator with the South Florida Business Unit division. In this position, she is responsible for overseeing daily administrative functions. Ms. Abreu is a reliable administrative professional with more than 18 years of experience in the engineering field including transportation and construction management. She has completed several deployments to assist with FEMA work and has coordinated marketing and quality assurance activities for Atkins, its client and partners in different capacities. She is experienced with quantity take -offs for construction cost estimating and has attended Critical Path Method trainings for scheduling work. Her experience is summarized below: Documents Control Specialist (August 2019- Present) Provide project support for City of Miami, Miami -Dade S. Busway and Miami -Dade Metromover Wayside CEI contracts. Complete Vision and (gate records for each opportunity. Submit TCT for project initiation. Process purchase orders for subconsultant/contractors. Support the distribution and review of Project Documents. Assist with record management procedures and policies including documentation, record retention, and retrieval. Help project team members receive and process project documents such as meeting minutes, drawings specifications, approvals, and related items. Provide support to the site Team as required. Cost Estimating / Scheduling Technician (January 2019 — Present) Assisted Senior estimator/scheduler developed cost estimates for various county divisions. Scope of work included repairs, and additions. Some of the projects included: • Orange County Valencia Ballroom Prefunction Area Upgrade • School Board of Broward County - Tamarac Elementary Schools • School Board of Broward County Arthur Ashe Center • Southwest Florida Inter. Airport/Maintenance Facility Expansion • USACE Carrizo Springs Checkpoint Accounting Call Center Rep. (October 2017 — December 2017) Worked in a busy call center environment handling high call volumes of about 80- 100 incoming calls per day to provide support to field inspectors deployed to multiple disasters (Texas, Florida and Puerto Rico). Assisted hurricane victims with establishing connection with home damage inspectors. Provided hurricane victims information to resolve damage claims. Provided responses to hurricane victims and home inspectors via telephone and email. Contacted hurricane victims residing in shelters to ensure damage inspectors have been in contact with them regarding their house inspection. Responsible for reviewing inspector expense report submittals and provided customer service assistance to inspectors who required help with their expense reports. Translated • Make outbound calls to field inspectors to collect new bank info. in order to get their payments expedited. • Provided payment info. through the Costpoint software. • Helped processed Stipend payments for multiple disasters. • Handled all Spanish calls for our Puerto Rico disaster. • Trained new staff with expense reporting procedures & the handling of incoming calls. Total years of experience 18 Years with firm 18 Software Microsoft Word Microsoft Excel Microsoft Teams Adobe Acrobat Microsoft Power Point Microsoft Outlook Foxit PhantonPDF On -Screen Takeoff 3 Snipping Tool Oracle Resume 1 Atkins, a member of the SNC-Lavalin Group 29 ARPA Funding Consulting Services City of Opa-locka, RFQ No 22-0422100 Experience and Qualifications This page intentionally left blank. 30 ATKINS, A Iv1ENIBER OF THE SNC-LAVALIN GROUP Tab 6 — Schedule 6.1 Timetable Our schedule as shown on the following page (Figure 6) includes a timetable identifying approximate dates for completion of internal and required reporting. 6.2 Start Date Our earliest start date is to begin 24 hours following any Notice to Proceed. 6.3 Project Completion Date Atkins is committed to working on the project until completion of the contracts, February 29, 2024, and beyond with any extensions. Presuming extensions, we have shown a full schedule to 2027 in the project schedule (Figure 6). Green shading indicates periods of task activity. 31 ARPA Funding Consulting Services City of Opa-locka, RFQ No 22-0422100 Schedule This page intentionally left blank. 32 ARPA Funding Consulting Services City of Opa-locka, RFQ No 22-0422100 Schedule Figure 6. Project Schedule 2022 2023 Project Tasks Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec No tice to Proceed Project Clo seout Projects Review and Monitoring Project Eligibility Reviews Expenditure Mon itoring Bi-Weekly Status Meetin gs Projects Bu dget Allocation Due Date Projects Budget Expenditure Comple tio n Due Date Reporting Internal Bi-Weekly Reporting Dept. of Treasury Annual Repo rt 2024 2025 Project Tasks Jan Feb Mar Apr May Jun Jul Aug S ep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Notice to Pro ce ed Project Closeout Projects Review and Mon ito ring Project Eligibility Reviews Expenditure Monitoring Bi-Weekly Status Meetings Projects Budget Allocation Due Date Projects Budget Expenditure Completion Due Date Reporting Internal Bi-Weekly Reporting Dept. of Treasury Annual Report 33 ARPA Funding Consulting Services City of Opa-locka, RFQ No 22-0422100 Schedule Figure 6, cont'd 2026 2027 Pro je ct Tasks Jan Feb Mar Apr May Jun Jul Aug Sep Oct N ov Dec Jan Feb Mar Apr Notice to Proceed Project Closeout Projects Review and Monitoring Project Eligibility Reviews Expenditure Monitoring Bi-Weekly Status Meetings Projects Budget Allocation Due Date Projects Budget Expenditu re Completion Due Date Reporting Internal Bi-Weekly Reportin g Dept. of Treasury Annual Report 34 ATKINS; A MEMBER OF THE SNC-LAVALIN GROUP Tab 7 — Pricing of Services Atkins confirms that we will offer to provide all the requested services in accordance with RFQ No. 22-0422100 and the State of Florida's Management Consulting Services Contract No. 80101500-20-1. The hourly rates per position are shown below. Our pricing reflects a discount from our state term rates and is an all-inclusive, hourly fee related to each category. Table 3. Hourly Rates by Position Position descriptions Hourly rate Principal Consultant $274.48 Senior Consultant $223.14 Consultant $154.85 Junior Consultant $119.41 Program and Administrative Support $83.89 Miscellaneous Services (if any) None anticipated 1. The prices above shall be fixed and firm for the first year. The prices for any additional years and any option to renew periods may be negotiated at the sole discretion of the City. 2. Travel per diem, all necessary food, water, restroom, and lodging facilities, if approved, will not be reimbursed separately. Refer to CH.112.061 of the Florida Statutes regarding adherence to travel expenses. 3. The positions identified in the table above shall be the same as the key positions identified in the proposal. The City expects that the personnel in those positions will be performing the services. 35 ARPA Funding Consulting Services City of Opa-locka, RFQ No 22-0422100 Pricing of Services This page intentionally left blank. 36 ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Tab 8 — References (Past Performance and Experience) 8.1 References Atkins presents the following seven project references from the past three years, where we advised government clients on compliance with federal grants, including, but not limited to identification of authorized uses of such funds and any subsequent reporting requirements. At least three of Atkins' references below are from governmental entities of similar size and complexity for which grant management services has been performed. All references below include the name of the organization, brief description of the project, name of contact person, telephone number, and email address. Consulting Services for Oversight, Management and Compliance in Connection with the American Rescue Plan Act of 2021 and the Coronavirus Aid, Relief and Economic Security Act Client: City of Miami Description of work: As a prime contractor, Atkins is responsible for the successful management and implementation of the Citys' ARPA FRF program, including: • Conducting project analyses to determine eligibility for reimbursement. • Providing recommendations across all eligible use categories. o public sector revenue loss o public health and economic response O premium pay for essential works o investments in water, sewer, and broadband infrastructure • Overseeing all procurement and compliance for the initiation and implementation of ARPA projects. • Providing technical assistance and training. • Maintaining documentation and assisting with reviewing, evaluating, auditing, and tracking any requests for reimbursement. • Developing and submitting monthly, quarterly, and annual reports. Total dollar value: $2.6 million; program size: $137 million Dates covering the term of the contract: January 2022 to December 2024 Client contact person and phone number: Marie "Maggie" Gouin 1 Director of Management and Budget, City of Miami 1 305.416.1585 1 MGouin@miamigov.com Results of the project: Ongoing services. Client is very satisfied with Atkins' work. 37 ARPA Funding Consulting Services City of Opa-locka, RFQ No 22-0422100 References (Past Performance and Experience) COVID-19 Public Assistance Disaster Recovery Grants Management Support Services for FDEM Client: Florida Division of Emergency Management (FDEM) Description of work: Since 2020, Atkins has provided more than $500 million of public assistance (PA) and grant management services for 150+ applicants in South Florida, who were impacted by COVID-19. This includes Miami -Dade County, City of Miami, Broward County, and Palm Beach County, FL as a prime contractor to FDEM. The project involves eligibility determination, initial and final applicant review processes, bookmarking and validating invoices, cost summary validation, drafting cost summary of requests for information (RFI), validation of information report (VIR) development, RFR drafting, creation of project budgeting tools, and organizing FEMA grants portal informational reference documents for Applicants. Atkins' management and finance team adheres to strict documentation and accountability for all work performed. We ensure compliance with contract standards implemented by FDEM. We deliver high level coordination and guidance with the FDEM leadership team on program changes, FEMA engagement and program progress analysis, inclusive of an eligibility matrix to assess consistency of FEMA eligibility determinations. Total dollar value: $15 million; program size: $500 million Dates covering the term of the contract: July 2020 to December 2024 Client contact person and phone number: Buck Dickinson, State Public Assistance Officer ( 850.591.4381 I frederick.dickinson@em.myflorida.com Results of the project: Atkins continues to receive high praise from FDEM and recently completed the first applicant large project closeout for COVID-19. Capital Program Support Services (CPSS) for City of Miami Client: City of Miami Description of work: As a prime contractor, Atkins has been serving the City of Miami as a prime contractor to provide project controls, project management, and program management for the Capital Program Support Services (CPSS) in Miami, FL. Atkins is responsible for planning, coordination, implementation, and monitoring of the construction -related capital projects within the city and supports the financial management of capital funds of assigned projects. Total dollar value: $8.35 million; program size: $300 million per year Dates covering the term of the contract: August 2008 to April 2022 Client contact person and phone number: Hector Badia, Deputy Director Office of Capital Improvement! 305.416.1236 1 hbadia@miamigov.com Statement of whether proposer was the prime contractor or subcontractor: Atkins is the prime contractor, with SBE-A/E commitment of 15% to subcontractors. Results of the project: Ongoing continued services; client's recent evaluation score for Atkins is 4/4, as excellent. 38 ARPA Funding Consulting Services City of Opa-locka, RFQ No 22-0422100 References (Past Performance and Experience) Miami -Dade Water and Sewer Department (WASD) for City of Miami Client: Miami -Dade County Description of work: Since 2015, Atkins has been serving the City of Miami to set up the initial program master schedule for the Miami -Dade Water and Sewer Department (WASD). This entailed the investigation and confirmation of scope, budget, and schedule for projects in the program, and the cost estimating and scheduling systems that could be used by WASD staff. Atkins, as the prime contractor, dedicated a team to assist WASD with e - Builder implementation. The WASD program includes improvements estimated at more than $10 billion over the next 12 years, including a consent decree program, an ocean outfall program, a pump station improvement program, and WASD-managed projects to improve water treatment and transmission, as well as sewer collection and treatment throughout Miami -Dade County, FL. Total dollar value: $11 million; program size: $10 billion Dates covering the term of the contract: June 2015 to June 2023 Client contact person and phone number: Harold Concepcion, PMO Director 786.552.8358 ( harold.concepcion@miamidade.gov Results of the project: Ongoing continued services; client's recent evaluation of Atkins is at exceeds expectations. Safety, Music and Arts, Athletics, Renovation, and Technology (SMART) Program for School Board of Broward County Client: School Board of Broward County (SBBC), Broward County Description of work: In 2021, Atkins began serving the SBBC to carry out cost and program control management for the school district's ongoing $1.3 billion SMART program. Our scope of services includes roofing, heating, ventilation, air conditioning (HVAC), and interior renovation projects for facilities in the school district. Total dollar value: $8.5 million; program size: $1.3 billion Dates covering the term of the contract: March 2021 to March 2024 Client contact person and phone number: Frank Girardi, CGC, Executive Director, Capital Programs Broward County Public Schools 1754.321.15251 fgirardi@browardschools.com Results of the project: Ongoing continued services; client's recent evaluation of Atkins is at exceeds expectations. Hurricane Michael Comprehensive Disaster Recovery and Hazard Mitigation Services Client: City of Mexico Beach Description of work: Following the devastation of Hurricane Michael in October 2018, Atkins was hired by the City of Mexico Beach as a prime contractor to conduct a comprehensive disaster recovery and hazard mitigation services. From project start to closeout, Atkins provides PA and hazard mitigation assistance (HMA) grant development and management services. Atkins has assisted in every aspect of recovery, including 39 ARPA Funding Consulting Services City of Opa-locka, RFQ No 22-0422100 References (Past Performance and Experience) oversight and monitoring of the financial recovery. The operating budget is less than $3 million and Atkins has been integral in the management of more than $380 million as a result of damage from Hurricane Michael. Total dollar value: $6 million; program size: $400 million Dates covering the term of the contract: October 2018 to October 2021 Client contact person and phone number: Al Cathey, Mayor 1 850.227.8623 1 a.cathey@mexicobeachgov.com Results of the project: Ongoing continued services; Atkins helped ensure that the City of Mexico Beach was the first to receive reimbursement from Hurricane Michael. Emergency Management Planning, Response, and Recovery Services Client: Florida Department of Transportation (FDOT), District 7 Description of work: From 2004 to 2017, Atkins served as FDOT District 7's emergency management consultant to provide a full range of emergency management planning, response, and recovery services. In addition to developing various emergency management plans and pre -event contracts, Atkins conducted annual FEMA PA and Federal Highway Administration (FHWA) emergency relief training for all local agencies in District 7. By providing staff assistance at the Emergency Operations Center (EOC), Atkins also helped with the response and recovery from all disasters that affected District 7. Atkins staffed all positions in the EOC's planning section and provides backfills for any other EOC needs, following disasters. After Hurricanes Hermine and Matthew in 2016, Atkins staffed the EOC, as we have supported since 2004. Our responsibilities as operations specialist included writing scopes of work and request for proposals (RFP) for District 7's pre -event debris removal and monitoring contracts. We served on the committees responsible for scoring and awarding these contracts and performed debris removal coordination with the five counties and 37 municipalities within District 7. Atkins provided an efficient emergency debris operation and maximized federal reimbursement in the event of a large debris -generating disaster. Total dollar value: $7 million; program size: $72 million Dates covering the term of the contract: 2004 to 2017 Client contact person and phone number: Angela Aborizk, Emergency Operations Coordinator 1 813.615.8630 1 angela.aborizk@dot.state.fl.us Results of the project: Atkins assisted District 7 with all activities and issues related to FEMA PA and FHWA emergency response programs. Our technical insight and management guided District 7 through all compliance and resulted in no deobligations. 40 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP Tab 9 — Additional Forms The following forms are attached: 1. Qualifications Form: a. 2022 State of Florida Certificate b. Listing of Directors and Officers c. Local Business Tax Receipt d. Professional Licenses and Certificates 2. Debarment and Suspension 3. Drug -Free Workplace 41 ARPA Funding Consulting Services City of Opa-locka, RFQ No 22-0422100 Additional Forms This page intentionally left blank. 42 CITY OF OPA-LOCKA CERTIFICATION REGARDING DEBARMENT, SUSPENSION PROPOSED DEBARMENT AND OTHER MATTERS OF RESPONSIBILITY 1. The Proposer certifies, to the best of its knowledge and belief, that the Proposer and/or any of its Principals: A. Are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency. B. Have not, within a three-year period preceding this proposal, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and C. Are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph 1-B of this provision. 2. The Proposer has not, within a three-year period preceding this offer, had one or more contracts terminated for default by any City, State or Federal agency. A. "Principals," for the purposes of this certification, means officers; directors; owners; partners; and, persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment, and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. B. The Proposer shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Proposer learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. C. A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Proposer's responsibility. Failure of the Proposer to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Proposer non- responsive. D. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of a Proposer is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 181 I E. The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Proposer knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM COMPLIES FULLY WITH THE OVE REQUIREMENTS. Signature r Printed Name Ruben A. Hernandez Gregorat, PE 191 CITY OF OPA-LOCKA RFQ NO. 22-0422100 DRUG -FREE WORKPLACE CERTIFICATION FORM Whenever two (2) or more bids/proposals, which are equal with respect to price, quality, and service, are received by the City of Opa-locka for the procurement of commodities or contractual services, a bid/proposal received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of controlled substances is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in number (1). 4. In the statement specified in number (1), notify the employees that as a condition for working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction on or plea of guilty or no contest to any violation of Chapter 893, Florida Statutes or of any controlled substance law of the United States or any singular state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of Section 287.087, Florida Statutes. This Certification is submitted by Ruben A. Hernandez Gregorat the (Name) Vice President of Vice President (Title/Position) (Company) who does hereby certify that said Company has implemented a drug -free workplace program, which meets the requirements of Section 287.087, Florida Statutes, which are identified in numbers (1) thro igh (6) above. D'A 4'2.04.2 Date Sign 2011' CITY OF OPA-LOCKA NON -COLLUSION AFFIDAVIT STATE OF FLORIDA - COUNTY OF MIAMI DADE Ruben A. Hernandez Gregorat being first duly sworn, deposes and says that: (1) He/She/They is/are the Vice President (Owner, Partner, Officer, Representative or Agent) of Atkins North America, Inc. the PROPONENT that has submitted the attached proposal; (2) He/She/They is/are fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the said PROPONENT nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other PROPONENT, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from Proposing in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any PROPONENT, firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other PROPONENT, or to fix any overhead, profit, or cost elements of the Proposed Price or the Proposed Price of any other PROPONENT, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; (5) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the PROPONENT or any other of its agents, representatives, owners, employees or parties of interest, including this affiant, Signed, sealed and delivered in the presence of: By: -ss Signature aibum-ukt Witness Ruben A. Hernandez Gregorat, Vice President Print Name and Title NON-DISCRIMINATION AFFIDAVIT 1, the undersigned, hereby duly sworn, depose and say that the organization, business or entity represented herein shall not discriminate against any person in its operations, activities or delivery of services under any agreement it enters into with the City of Opa-locka. The same shall affirmatively comply with all applicable provisions of federal, state and local equal employment laws and shall not engage in or commit any discriminatory practice against any person based on race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mental disability, political affiliation or any other factor which cannot be lawfully used as a basis for service delivery. By: Ruben A. Hernandez Gregorat. PE Title: Vice President State of Florida County of ri/amf 11 The foregoing instrument was acknowledged before me via LET physical presence OR ❑ online notarizations this /,_,)-; da,yy of /1/ 2022. By kyl ey h`e///asi 77z Personall known t— ,OR produced identification "- Notary Public My Commission Expires er�nan-do Diaz Commission # HH 85267 Commission Expires 01-26.2025 Bonded Through - Cynanotary Florida - Notary Public 22I c E -VERIFY Effective January 1, 2021, public and private employers, contractors and subcontractors will be required to register with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/sub-consultants/sub-contractors) assigned by Vendor /Consultant/ Contractor to perform work pursuant to the contract with the Department. The Vendor /Consultant/ Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City; and By entering into a Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or ifa subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If t contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. The Contractor acknowledges it is liable to the City for any additional costs as a result of termination of the contract doe to Contractor's failure to rnmply with the provisions herein. 23 1 $-VERIFY FORM Definitions: "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. Effective January 1, 2021, public and private employers, contractors and subcontractors will begin required registration with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/subconsultants/subcontractors) assigned by Vendor/Consultant/Contractor to perform work pursuant to the contract with the Department. The Vendor/Consultant/Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City of Opa-locka; and Should vendor become successful Contractor awarded for the above -named project, by entering into this Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. Company Name: Atkins Nortly Amer ra, Inc. Authorized Signature. Print Name: Ruben A. Hernandez Gregorat, PE Title: Vice President Date: 241.' ARPA Funding Consulting Services State Term Contract 80101550-20-1 Management Consultin • A_Services April 22, 2 s _. David G. Jahosky, Senior Vice Preside Government Services Group, Inc. kiva Springs Rd, Suite 2070, gwood, FL 32779 I. .4e7a., _'..9u.. Tab 1— Table of Contents Table of Contents Tab 1— Table of Contents 1 Tab 2 — Letter of Transmittal 2 Tab 3 — General Information 4 Tab 4 — Project Approach 5 Planning for Project Success, Relationship With the City 5 Development and Planning 7 Program Coordination 7 Grant Management 14 Overall Project Management Tasks that Apply to the City's ARPA Program 15 Technology Tools 15 Information Management 15 Administrative Duties 15 Our Team and its Availability to Perform 16 Proposed Organization Chart 17 Tab 5 — Experience and Qualifications 18 Company Overview 18 Key Personnel Assignments 20 Qualifications 21 Our Experience 23 Previous Involvement with Similar Projects 23 Tab 6 — Schedule 25 Tab 7- Pricing of Services 26 Tab 8 -References 27 Additional Client References 32 Why GSG? 32 Tab 9 — Additional Forms 33 Appendix A — Staff Resumes 44 City of Opa-locka, Florida ,4RPA Funding Consulting Services RFQ No. 22-0422100 1 Tab 2 — Letter of Transmittal April 22, 2022 The City of Opa-Locka Department of the City Clerk 780 Fisherman Street, 4th Floor Opa-locka, FL 33053 RE: Request for Quotes — ARPA Funding Consulting Services — RFQ # 22-0422100 3.2.3.2 To the Selection Committee, GSG is pleased to submit our response to the the City of Opa-Locka, Florida (the City) Request for Proposal for Consulting Services for ARPA Funds (RFQ). We have brought together a team of highly experienced and seasoned professionals that bring strategy and management consulting services to clients like the City, and best leverage this significant opportunity to affect meaningful short-term recovery outcomes as well as long-term growth. In our response to the RFQ, we have demonstrated our Team's capabilities, capacity, and hands-on relevant experience to provide meaningful and value-added services to the City. Acknowledgment: GSG acknowledges it has reviewed the proposal schedule and deadlines, located on the solicitation cover page. Through the successful delivery of comparable projects for over 25 years, we have demonstrated our collaborative approach to client services and desire to exceed your expectations. For over ten years, we have supported various recovery efforts for public sector clients (ARPA, CARES, FEMA, American Reinvestment & Recovery Act, CDBG, SHIP, Economic Development, and Broadband), and have worked directly with public agencies for over 25 years. Our approach to ARPA builds upon the City's progress to date. It melds the City's critical aspects of compliance and program management along with a targeted approach to stakeholder engagement, needs assessment, including eligibility review, proactive planning regarding ARPA expenditures, and disbursement of funds. We will also help to augment and support the City staff through the administrative burden of managing the City's ARPA program. We are currently assisting over 30 local governments with similar work requested by the City and assisting in administering over $400 million in ARPA funding. We will "hit the ground running" and do not require "learn as we go." We will leverage our current ARPA tools, templates, as well as our experience administering over $100 million in CARES Act funding. We will bring these experiences to serve the City of 0pa-Locka. Having successfully delivered these services across disaster relief, grant management, program management, auditing, compliance advisory, and programming for capital and social programs, we are ready to start immediately and positively impact the City's strategy of maximizing the benefits of the ARPA while minimizing the risks of federal claw backs. We believe the relevant experience in our response aligns with the City's services. Along with our current ARPA experience, our recent CARES Act, and other projects funded via federal dollars, we have overseen and delivered billions of dollars' worth of capital projects and financial compliance services. We understand the imperatives around federal programs to ensure compliance from project initiation through closeout and audit, the nuance of working with public infrastructure and social programs, and how those projects can be best set up for success. We would be proud to serve the City and these critical community investments. City of Opa-locka, Florida ARPA Funding Consulting Services RFQ No. 22-0422100 2 In our proposal, we have highlighted a few of our proposed Team's prior accomplishments, including: 1. The development and grants management assistance of ARPA Needs Assessment Reports, identification of spending priorities by U.S. Treasury expense category, geographic/census tract area, as well as alignment of project specifications to locally adopted improvement programs; 2. Grants management of CARES Act program funding to 10 counties from June 2020 to February 2021; 3. Recommendation and assistance in implementing program enhancements, program staffing needs, or service alternatives; 4. Helping hundreds of government policymakers and managers with improving their respective agency's management, organizational structure, and operations; 5. Experience servicing government clients and provided executive leadership with objectivity and knowledgeable insights to make informed decisions; and 6. Over 100 years of collective Team experience, specifically providing grant management, project administration, grant optimization, and revenue maximization studies. We have worked with over 200 local government clients nationally and managed over many billion dollars' of capital improvement plans. At our core, we are a diverse team comprised of accounting professionals, grant managers, project managers, pre - construction advisors, engineers, architects, and other specialist subject matter experts. We each individually and collectively are experts in supporting public clients, navigating competing interests within project environments, and driving productive efforts towards the strategic goals of and for our clients. This means that administrative and management services delivered by the Team are equally attuned to the needs of the City. Our mission is to provide high -quality services to help the communities we live in to utilize the American Rescue Plan to deliver benefits to the community; it is why we refer to our deliverable as the "prosperity plan." We sincerely appreciate your consideration, and we look forward to furthering this initiative with you. Should you have any questions or concerns, please do not hesitate to contact me at 407.383.9642 or email at david.jahosky@anseradvisory.com. 3.2.3.3 David G. Jahosky Sr. Vice President and National ARPA Leader I Government Services Group, Inc. 280 Wekiva Springs Rd, Suite 2070, Longwood, FL 32779 407.383.9642 david.jahosky@anseradvisory.com 3.2.3.4 (zPe City of Opa-locka, Florida ARPA Funding Consulting Services RFQ No. 22-0422100 3 Tab 3 — General Information Subsection 3.2.4.1 3.2.4.2 3.2.4.3 3.2.4.4 3.2.4.5 3.2.4.6 3.2.4.7 3.2.4.8 3.2.4.9 Requested Information Firm Name Office Location Contact Information (If different than identified officer) Business Hours Legal Status Date of Firm Incorporation Work Location Parent/Subsidiary Status Company Licenses City of Opa-locka, Florida ARPA Funding Consulting Services RFQ No. 22-0422100 Response Government Services Group, Inc. (GSG) 280 Wekiva Springs Rd, Suite 2070, Longwood, FL 32779 407-629-6900 N/A Monday -Friday 8 AM -5 PM GSG is a corporation under the laws of the State of Florida. Dec 31, 1996 Tallahassee, Florida Work for this project will be performed out of our Longwood and Tallahassee offices, totaling 61 employees. GSG is a wholly owned subsidiary of Anser Advisory, LLC GSG is authorized to perform work in the State of Florida (See attached license) 4 Tab 4 — Project Approach We understand that the City of Opa-Locka is seeking to obtain services from a firm experienced in federal funding. With approximately $8 million of ARPA allocation to the City, we recognize the importance of transparency and thoroughness throughout this process. Our team is here to provide top -tier compliance, federal funding, and grant administration services for the City's ARP allocation for compliance, administration, and programs. A successful project entails having the right staff — right when you need them. We are proud of the accomplishments our team has provided our clients, and we are confident that we can successfully deliver the services requested by the City. This Team will assist the City in managing its ARPA expenditures associated with the program. Our Team can chair meetings to ensure that the decision -making process is streamlined with professional guidance to the City, with recommendations following the outlined goals of the project(s). As part of the pre -implementation phase of the program, working alongside staff, we will establish and execute the development plan for projects and identify any opportunities to procure services that would result in greater efficiency. Existing protocols, if necessary, will be reviewed, and any necessary cost reporting and compliance with financial reporting requirements will be established in all associated contracts and scopes. Compliance with established controls is a benchmark of our service. We will provide oversight and guidance to guarantee compliance, including performing internal control risk assessments as required. Planning for Project Success, Relationship With the City Our approach to ARPA Services will be based on the City's request for assistance and the role it would like the Team to perform. We have successfully delivered ARPA programs of a similar scale and our services include: • Review grant applications, contracts, invoices 71 Submittals to Governmental Agencies • Prevention of claw back of funds • Establishing the workflow with the City project team and accounting/finance staff 71 Reviewing applications for processing • Reconciling costs with the payment applications to the amounts • Reviewing general conditions 71 Closeout audit, which will include reviewing final costs We will assist the City with timely services that include but are not limited to visioning and planning recommendations, project prioritization, compliance, reconciliation, and stakeholder engagement, and sub - recipients accounts. We drive projects from idea to closeout. Our Team of experts can quickly assemble the right resources to provide critical services, including: • Information Management T Program Management a Resource Management City of Opa-locka, Florida ,-1RPA Funding i:'onsulting Services RFQ No. 22-0422100 5 Six -Step Project Management Approach for ARP Success byAnser-GSG trc 601 American Rescue Plan Project Initiation • Conduct kick-off meeting Define Stakeholders fit. Confirm Project Objectives Funding Opportunity Research Anal sis 'T• Determine Fligt __ • Review for Allowab yan Reasonableness of Costs t • Conf inn Approved ARP Plan Expenditure Needs Assessment • • Define resource requirornen Grant Management & Com • liance • Presentations to stakeholders • State or Federal reporting d S@9t1YCedr i Grant Technical Support • Minimize clawbacks • Eliminate dupiicaiton of benefits • Submit timely request for. reimbursement as requires Grants Reporting Mira and programmatic reporting • Continuous monitoring of US Treasury Guideline updates • Compliance Ohl. eder1, State or Lace t • r Project Planning Audit Support 71 Federal Funding Compliance 71 Financial Recovery Reconciliation 71 Grant Management T Deliverable Development 7 Communications Plans This Team has provided similar services for over 25 years and continues to do so for related governmental entities. Our processes and methodologies are recognized as leading industry practices, including from the Government Accountability Office (GAO), as well as our work in compliance testing on disaster recovery reconstruction efforts. We will support the City and staff in tracking and ensuring compliance with all costs associated with the revenue sources and be responsible for reporting expenses charged. This program can include cost tracking and reporting, budget development, funding plans, cost segregation, invoice audits for contract compliance, funding recommendations, assistance with guaranteed maximum price (GMP) negotiations, review of trade awards and contingency requests, help with financial closeout activities, and other related services as requested by the City. The ARPA funds permitted uses are outlined in the Interim Final Rule for American Rescue Plan Act of 2021, also called the COVID-19 Stimulus Package. Our deep understanding of the Final Rule provides insight on the allowable uses and best practices. Fund expenses must be incurred from March 3, 2021, through December 31, 2024. The City has until December 31, 2026, to expend the funds for items incurred during the eligibility period. We structured our project team with our most experienced resources to provide the City with immediate access to the best possible technical expertise. Not only do we understand the front end of planning and funding management, but we also understand the implementation of projects. Our Team is here to provide top -tier visioning and implementation for the City's ARPA allocation for project selection, administration, and programs. A successful project entails having the right staff — right when you need them. We are proud of the accomplishments our Team has provided our clients, and we are confident that we can successfully deliver the services requested by the City. City of Opa-locka, Florida ARPA Funding Consulting Services RFQ No. 22-0412100 6 Development and Planning Through our approach, we will provide the City with the results of its needs assessment after reviewing existing plan in the form of an ARP Prosperity Plan. The Plan will include the following categorical elements and a high-level analysis. The graphic below details our steps to developing our program plan and the integration of our team within the City of Opa-Locka. Our team is comfortable helping develop ideas based on our experience and track record for ARPA governance success. E 0 c a c Decision Making (Exec.committee / other stakeholders?) Allowable Expenses (Past & Planned Uses - rev. replacement, vax etc) Review existing CIP/Policy Initiatives/New Issues ARP Performance Report ARP Interim Report ARP Qtrly Report Delivery & Execution Plan Meetings & Communications Framework Develop master responsibility matrix & staffing plan Stakeholder mapping & engagement planning Compliance/Controls Needs Analysis & Planning Program on -boarding & training Risk Assessment and Due Diligence Calendaring, Support and Protocols Audit Alignment ARP Qtrly Report The City of Opa-Locka Prosperity Plan (PUBLIC) ARP Execution Plan (INTERNAL) Program Coordination Our American Rescue Plan management approach is derived trom the success and experience of our experienced staff working directly for public entities, including local municipalities. Our management foundations are transparency, collaboration, and diligent attention to detail. We will guarantee to the City and all stakeholders that every dollar is tracked, and project execution creates the maximum value for the people of the City of Opa-Locka. Our staff who have been assigned to this contract and who will be working directly with the City and stakeholders have decades of relevant experience in their individual fields of specialty and will readily apply this experience to expertly execute your project(s). ARP Rapid DeploymentbyAnserGSG Funding Maximization Distribution & Project Structuring Oversight & Compliance Continuous ARP Support & Stakeholder Management City of Opa-locka, Florida rLi/1005 Consulting Services RFQ No. 22 0422100 7 A successful program and oversight are centered on mutual trust, open communication, and the freedom to express ideas and hold each other accountable. It must be founded on the belief that each party has valuable insight and experiences that, when combined, provide the best value and outcome for the City. On every project, we not only promote collaboration but ensure that it remains in place throughout the project duration, enabling project success for all stakeholders. Tried and true processes coupled with good planning and communication ensures that we determine the answers to the following questions early in the engagement: T Program needs: What needs to be accomplished? T Program and Project budgets: How many dollars are available and for what purposes? 71 Project schedule and interdependencies: When is it required? 71 Appropriate assignment: Who will execute the work? 71 Deliverables required: What is the end product? T Operational Viability: How is the end product going to be viable in the future? T Project KPl's: Define what success looks like Our team will utilize the answers to these questions to employ a proactive approach which guarantees the strategies developed around these answers are implemented while also eliminating waste and bloat to maximize efficiency in grant management through implementation, design, and construction. Concept Assessment Our team will conduct a thorough review of the operations and plans to date as the first step in our engagement. This review process will allow our team to understand all the underlying assumptions and provide quality assurance/quality control (QA/QC) to identify any valuable additional details or information that may be beneficial to add. As part of this QA/QC review, we would spend time further recognizing the funding source(s) of the program, timing restrictions on the funds, and the strategy on how those restrictions may drive particular allocation plans for the uses. We will work with the City to analyze the pros and cons for each project. We will also engage to understand any other potential grants or reimbursement funding sources for the program as a whole or for individual projects so that we can maximize the strategy and also set the stage for accurate and efficient compliance monitoring through the program. Execute Program Wide Eligibility This team will assist the City with expenditures associated with the program. Our team can chair meetings to ensure that the decision -making process is streamlined with professional guidance to the City, providing recommendations in accordance with the outlined goals of the project(s). As part of the pre -implementation phase of the program, we will work alongside staff and establish and execute the development plan for projects and identify any opportunities to procure services that will result in greater efficiency. Compliance with controls established is a benchmark of our service. We provide oversight and guidance to guarantee compliance, including performing internal control risk assessments as required. Marketing the Program A planned informational effort is recommended. We will take a comprehensive approach to marketing the program. To broaden the reach of the program, we have used informational flyers, dedicated ARPA Project websites, townhall meetings, social media posts to area users, create information page on the City's website, and hosting information sessions online or in -person for interested parties. The subrecipient grant program will likely be oversubscribed, and the important task is to make sure that it is best applied to maximum value. Based on our experience with ARPA programs is important to realize what we define as "high impact "opportunities. City of Opa-Iocka, Florida ARPA Funding Consulting Services RFQ No. 22-0422100 8 Mechanism for Grant Subrecipient Approval All applications can be submitted through an electronic portal or hard copy depending on the presence of the City. We will create a portal and process controls on behalf of the City should there not be an existing system in place. Should requirements such as matching funds be required, we will communicate and account for these conditions. Items requested from applicants can include: A Organization Overview A Program Description for which Funds are A Leadership Resumes being Requested A Resumes for Program Administrators A Cost Breakdown A Audited Financials for Two Years Determining Eligibility After a thorough review process, the team will identify qualified options that have supplied evidence of all required documentation and have received positive endorsements from stakeholders. For each subrecipient, we will assist the City to gather the financial and non -financial performance indicators and record them, as appropriate, in the seven (7) programmatic areas identified by the ARPA. As part of our educational sessions for the proposers/applicants, we guide applicants to capture project financial and non -financial performance indicators that must be monitored. Identify Approval Agencies We have in-depth knowledge and vast experience coordinating and working with several state and local public agencies as it relates to construction projects. Our team members have decades of experience working within Pennsylvania and are very familiar with the requirements of the state and U.S. Treasury. Status Reports As part of our process to provide weekly and/or monthly updates to City stakeholders we will include "health checks" with tracking outcomes of recovery spending. Deliverables for American Rescue Plan Programs Through this six -step approach, we will provide the City with the results of its needs assessment in the form of an ARPA Prosperity Plan. The Plan will include the following categorical elements and a high-level analysis: Revised Financial Estimates by Tranche, such as: • Public health emergency concerning COVID-19 or its negative economic impacts, A Lost revenue due to such emergency; and A Identify Need and Establish Program Plan for: o Projects with Beneficiaries including Local Districts, Non -profits, Businesses, and Industries o Premium Pay to Eligible Workers and Eligible Employers o Necessary Water, Sewer, or Broadband Infrastructure Program Plan T Priority listing in implementing the City's Plan, A Timeline for completion of approved activities through December 31, 2024. • Project management services, monitoring plan, and ongoing communications plan; and • Estimate of fees and resources required to implement the Plan. • Ongoing operational plan City of Opa-locka, Florida a Funding Consulting Services RFQ No. 22-0422100 9 We have proposed the end date for due diligence of 90 days after the eligibility period to submit final documentation to the City's cognizant agency and close out the ARP grant. Per the Final Rule, the City must expend its funds by December 31, 2026. Communications Our Team utilizes effective communications management to inform our stakeholders of the project's status as part of our approach. Our team routines provide executive -level briefings to: • Management Team • Formal Presentations to the elected or appointed, Boards, Councils or Commissions • Informal Elected Official Briefings • Written and verbal project status reports The Communications Plan is developed in coordination with our clients. We routinely provide the following technical assistance at the direction of our clients: • Call Center Assistance • Public Information Request Response • Intergovernmental Communication Assistance • Social Media Posts • Outreach Programs/Town Hall Meetings • Website Updates • Press Releases As we have done for all our existing American Rescue Plan Projects, we will develop weekly and monthly reports that meet the U.S. Treasury Guidelines for State and Local Fiscal Recovery Funds (SLRF) to build public awareness, increase accountability, and monitor compliance of eligible uses. As for community engagement, we strive to make the feedback as streamlined and focused as possible. As illustrated in the image below, we have provided options for input, clear, concise, and easy to follow for the City's stakeholders should the City request those services. If the City uses existing services such as Open.gov, our team can provide feedback on how to best utilize that for beneficial community feedback. Subsidized Pool Program for Kenmore Youth Q $50,000 Funds to subsidlae swimming lessons at on Indoor pool for the children of low•Income families from preschool up to age 11 to promote wafer safety. We will explore public pools in nearby diler In on attempt to find a suitable location. Salad liwww rrfJ.oA pia://vwrlinh.ew/abrdthatafl Catch -Up Learning and Childcare Support Q $100,000 The pandemic has had a profound impact on students and familla.. These funds would provide tutoring or other support I program. de childcare fundingkindergarten through 1nd grade dudenrs for basic skills, moth, reading and writing. It could a provide support for parents as they balance work and school. Remove Ilene lala ae,J/walW aw/ePlr eaMl Homelessness Response Pilot Program $50,000 Homelessness is a crisis throughout the Puget Sound region. This would fund o pilot program with a nonprofit partner to provide targeted outreach to Kenmore residents who are homeless or of risk of homelessness in hopes of connecting them to housing and services and stabilising their situation. City of Opa-locka, Florida ARPA rending Consulting Services RFQ No. 22-0422100 10 As identified in our ARP Management approach, through our assessment and information gathering phase, we will assist the City in developing appropriate policies and procedures for using the American Rescue Plan Funds. Our Team has provided comprehensive project controls representation to implement an effective knowledge -transfer program between the Team and City personnel. This program is responsive to any of your requests and can cover topics such as, but not limited to: ■ Technical Submittals ■ Project Management ■ Contract Administration ■ Process Development, Implementation, and Best Practices ■ Schedule & Project Controls ■ Management analysis and estimating ■ Revenue Loss Calculations four all four -date snapshots ■ Highest and Best use of Capital In addition, we strive to share lessons learned, Best Practices, and developmental knowledge across a range of project and industry -specific subjects to ensure that all information needed for future administration is clearly and usefully imparted to the City's Team. Audit and Compliance Duties Our team will provide auditing services to mitigate waste and abuse associated with expenditures, the number of parties involved, and the overall complexity of projects. Our auditors collaborate with various stakeholders throughout the life of the program to ensure that the City complies with government regulations. Our team of experts quickly develop a comprehensive understanding of each client's program, projects, budget, and capital sources and apply our critical thinking and problem -solving skills to provide cost effective solutions to their audit and compliance challenges. Our audit services include eligibility of costs submitted as well as adherence to the conditions set forth by the various types of local, state, and federal funds used to fund a project. Our team has experience in disaster recovery, aviation, transportation, and many other applicable realms, enabling a proactive lesson learned approach to this engagement. Our approach to auditing services will be based on the approach that we have delivered to previous clients with ARPA programs of similar scale. Base service tasks can include: ■ Reviewing applications, contracts, and invoices ■ Submittals to governmental agencies ■ Prevention of claw back of funds ■ Establishing the workflow with the City project team and accounting/finance staff ■ Reviewing applications for processing ■ Reconciling costs with the payment applications to the amounts ■ Reviewing general conditions ■ Closeout audits which will include reviewing final costs To ensure optimal results, we will first establish workflow through meetings with the City. These meetings will identify how items will be recorded, reviewed, revised, and processed. Once we have agreed upon the most effective invoice workflow with the City, we will communicate the process with the recipient to ensure smooth City of Opa-Iocka, Florida ARPA Funding Consulting Services RFQ No, 22-0422100 11 implementation. Our team has handled billion -dollar audit and compliance projects. Our audit process ensures testing for fraud and abuse. While a good plan can mitigate waste, we still ensure that we are not at risk of clawback. We pride ourselves on not only being experts in audit and compliance but specifically the requirements set forth by the American Rescue Plan. The scoring matrix below demonstrates an example of our "risk analysis" that is run on every proposed project and the score we attribute to any potential project and subrecipient. Risk Rating and Criteria Risk Rating Criteria Per Final Rule 1— Minimal Risk Explicitly eligible Eligible through general interpretation Additional detail and substantiation required 2 — Low Risk 3 — Moderate Risk 4 —Significant Risk Minimal Eligibility Found, Potential Revenue Loss Use Recommended 5 — High/Unknown Risk No Eligibility Found GSG will play a critical role in assisting with the following American Rescue Plan process activities: • Hosting a pre -implementation conference with the internal the City and other involved parties to inform of program requirements such as 2 CFR Part 200 and MBE reporting and other statutory regulations • Ensuring that a management timetable, schedule, and milestones and draw schedule prior to commencement of activities • As the plan progresses, we will conduct periodic health checks to ensure that the project is proceeding according to compliance guidelines and • GSG will conduct regular progress and draw inspections to determine appropriateness and compliance with the applicable program rules • Will ensure that work has been verified and the appropriate signoffs are made prior to recommending disbursement of any funds. Funds are disbursed per the agreed schedule • There is a transparent and unbiased scoring and evaluation process in place • Input is received and evaluated in accordance with local procurement procedures, bids will be awarded in compliance with the local policies • Ensure that single source procurements are conducted in accordance with the provisions of 2 CFR 200, if applicable • Ensure that the appropriate clauses of 2 CFR 200 are included in the contract language after award (breach of contract, termination, and and external stakeholders, representatives of ANSER 48`0150 a_... 2 CFR Appendix [Ito Part 200 - Contract Provisions for Non -Federal Entity Contracts Under Federal Awards 5. Contract, far more then trio limplifi*0 61quiti0on In *66014. •wnien If the inhati06 I4juIad amount 0*temi6d by she Civilian AWN ACquiliti0n 8041011 and the Defense Acquif,0On Rerulitianl C0u4c11 C0u4Ci*11 at canonised by u.5•C. 190)1. mug adralt adminimllivi• contlCtull. or 4501 ram -dial in m Rasta wharf contractors or broth contract tam,. 610 provide for Nth 11nchant anti penates as 1441074616. 2. All Contracts In Neils 01510.000 mutt ad01611 Temmlton for C.ule and Convtni6n Ca by alt n0n•Lideril entity ingu1411011 marine which it will b.1f1RC5R4 and 0506 for lettllminl. 3. Cqull Cmplo4ah*nt4:4016unity. Wept as ;thorn's* Fro rid*31n0er 41 CFR Part G0 IIIMnmalf that matt 014 Oinr11104 of "100116'.4 0106160 COIItNCSOn Onntra6' mat CFR part 60.1.6 mutt 21040* aril 04.11 04461'unity Claud proidltl undea3CIR 18.84101, in accordance with Er6cutive order 11105. 'Equal Cm4la/mint Opportunity" 130 40 12309 11039,3CPA Part, 114.6•6605 Comp., p. 5591, at emended by - utrueOr0661lst4. '300044E.4eutive 0143, 11245 Ae,iti45t0Lquel0T11o,menl0p4arturtv.- 360lmplNlNtinrregulators 1141 CFR Pan s0, '010.61 0144Coral Contract 1omplllace *105'.mt, 5qual amploymet 0pporh,niv, Oepulment of ubor.' 1. IoM INIRASSRYCURC PR000063 OIRLAIL* T1AN 510.000,Ot00001-0acon Act el amended 143 t,.5 c 3121.3118). when 4)11:514 Cy War,' progr.m NJIS11n5n, NOM, tanttrunlur contract, n NCR110151,000 awarded ay non -Pima] amain mutt In0006 145038:04 for compliance wen ina pg'!i4 Bacon Act (440 V.5.C. 3141.31,44 1n0 4130.0 661up01emena0 by (Mermen' of Lebo, I61ula11001(14 010 ✓art @. -up015:5(141(00 Fr04111000. 001CIDe t0 Con06Cit VJyeing fe0MiN finance* and 3a'R*0 CananoCOan'). In SCCo,Oan:,461 tn.661161, LC1C6RClt mutt 06 r*quira0 ll 01y •va5a to laborer, arc! mCr•ania at a rata flat Ian than th* prtrailin5 raw IRONIC 3 a nap 4atemin614an 61144 ty 1111 S6 cram? of LAW 146331ti01 C0ntieceoll mug Ca rlquireo t0 p*', wage het left than Int** r:N1'.:ha n0na1de4' lrity 0006 plea 6 oapy of the currant prevailing .page d6a•m.natb1 mid by tits 06;trm1ent of Labor .n each talicititi*n. Thy Ofcl1(0n t0 i0e4 a tOntrall or Sua*Cnt'IR mug ha con400n10 '.pen the acceptance of the nage datermilation. The non•NOer11 annR., mur Wait all Su54a1taa Or reported •4140Cn6 to 1116 Federal 11,1,4:?, 1511Cy. 2/16 =n06Clt mum alto 1101406 6 pray tan for comp'.iarca with 1116 Copeland 'Anti.eickbeck' AR 100 0.3.0 31451, at tuppltmantetl 8y Wagm*11 0f 8040,'itula4Grs l'-9 Cra part3 'COfllrittOrS ,no 1450011(6044160461008 9udiPn5 01 040110.0010 Finan11O in.0401* or in Pan 0y Lana or Oa116 640m mt 0,1.160 3tat.,'j. 416 act 45601041 mat each commoner lubrecipi env mug 04 or0nibii*d from inducing, by 14.04441,45y orlon employed in VIe c4n64 o41iun, •ionlp:eliun, 01 Wok ok Of 40011.401). 1021'51 up illy pert of the campe1,6t1a1 to 4.100 he or 111* 15 0enewll* 610'10. VIM* 16n•P*5118 entity mug (moon NI NUIp6C10 0:" 1001110 0016006, 10 014 F.olrtl 6wardi15 *SeN. Our team works extensively with staff to develop internal control plan and best practices City of Opa-locka, Florida ARPA Funding Consulting Services RFQ No. 22-0422100 records retention) 12 Additional risk management matrix Department Funding Requested Engineering & Operations Engineering & Operations Parks & Recreation Sustainable Management Environmental Services Legislative & Community Aff2 Public Affairs & Marketing Financial Services Environmental Services Environmental Services Facilities Environmental Services Economic Development Planning & Development Siv Planning & Development Sry Planning & Development Siv Parks & Recreation Parks & Recreation $ 2,400,000.00 $ 1,500,000.00 $ 750,000.00 $ 3,500,000.00 $ 3,000,000.00 $ 300,000.00 $ 150,000.00 $ 450,000.00 $ 110,000.00 $ 100,000.00 $ 80,000.00 $ 160,000.00 $ 35,000.00 $ 160,000.00 $ 9,000.00 $ 2,000.00 $ 50,000.00 $ 35,000 00 and GSG ARPA process are referenced below: Eligibility Category Infrastructure Infrastructure Public Health Infrastructure Infrastructure Economic Impact Public Health Public Health Public Health Public Health Public Health Public Health Economic Impact Public Health Public Health Public Health Public Health Public Health Priority 2 3 Risk Expenditure Category Risk Weighting 3 3 5.6 6.000 5.6 3.750 3.9/1.7 16.875 An initial risk -weighting will be assessed on each project based on allowability under the current guidelines outlined in the Final Rule and the risk and impact of potential clawback of funds from the Treasury Department. The risk assessment will allow us to measure impact and value for prioritization and scheduling in addition to establishing the compliance baseline. City of Opa-locka, Florida ARPA Funding Consulting Services RFQ No. 22-0422100 4 5 5.8 78.750 5.11 7.500 ANSER' Single Audit Risk Mitigation Guidelines ADVISORY 1. Written policies a) the client mutt meintan formal written panto for each Of applicable) b) Cash management c) Tlme and tart mooning (sae u Now) di Procurement lea Iv) 1) conRlcta of interest f) Subradpintmonitoring (sea wl) 2. Equipment tracking equipment purchased with federal Sundt must be tricked by the client. At 'minimum, the following mould be documented in the dusts property records: a1 c) di e1 fl 5) hi i) Description of the property Seder number or other Identifying number Sours of the funding used to purchatn the uses Home of the title holder Atqulihlbn date Don PNtentege of federal panlclpidon In the equipment con Location We and cona1aon or the item Disposition data IIf spoilable) 3. Time and Effort This Wen to thatruking Ind reporting of enroll rained costs: a) Required that time distribution records must be maintained for el employees whose glary is paid in whole or in part with federal funds (or act to mat a match). Is) Some note on ensrpngbudgoh employercompenndon to Waal grate Dr the Cantchooes to do chit): p Budgeted eloadona alone will HOT suffice, rather, alloations of Marla and wages among grant programs need to be supported by actual hours worked. 111 budgeted elloadons may be used imcutly.however, s yar and truewp must be midi SO OUT each grant Is appropriately merged. Ili) budgeted aadmstet used far interim accounting outgoes most produce rutanobi* ooproslmations. Iv) Significant cameos in the vrons activity of itch person muff be Identified end aloud timely, and IC must Include procaine to review ahsr thtfaa charges mediated an budget animate'. A compliance guidelines/checklist for Single Audit is a useful be a useful compliance tool with all of our clients 13 Grant Management 1. IDENTIFICATION Identify Funding Opportunities Identify Needs and Projects 5. START-UP Programming of Grant Establish of Budget and Billing Codes Procurement/Request for Proposals Sub Agreements - Develop & Execute A N S E RN I GRANT 2. DEVELOPMENT ADVISORY MANAGEMENT Grant Summary and Workplan/Matrix Proposal Development Authorization Quality Assurance/Quality Control 3. SUBMITTAL Finalization of Proposal Package Proposal Submittal Authorization 6. MONITORING On -going Administration and Reporting On -going Invoices On -going Compliance 4. AWARD Negotiate Award Terms and Scope Governing Authorization Grant Agreement Exeoution 7. CLOSE-OUT Acceptance of Deliverables Sub Agreements Closed Out Final Reports and Invoices Step 1: Identification. The team learns about the goals, objectives, status of active grants and types of grants pursued, then research funding opportunities to fit these needs and assess grants. When a grant opportunity has been identified, we will provide a Summary Fact Sheet. On a "go" decision, a grant is developed. Step 2: Development. The team supports the proposal via active engagement in matching needs to requirements, gaining stakeholder support, and final QA/QC before timely submission. Step 3:Submittal. We ensure timely submittal and follow-up, Step 4: Award. The team negotiates the Terms and Conditions of the grant award and prepares Governing Board Resolutions as needed. We also execute grant agreements and provide debriefs and lessons learned for any grant not awarded. Step 5.• Start -Up. The team supports the programming of the grant, establishes budget and billing codes, and supports the delivery of the program as needed. Step 6.• Monitoring. The team aids in setting up required and requested reporting and ongoing certifications and support grant administration, such as invoicing, amendment or budget revisions, and any other ongoing compliance requirements. City of Opa-locka, Florida 1 RPA Funding Consulting Services RFQ No, 22-0422100 14 Overall Project Management Tasks that Apply to the City's ARPA Program We will first establish the workflow through meetings with the City to ensure optimal results. These meetings will identify how items will be recorded, reviewed, revised, and processed. Once we have agreed upon the most effective invoice workflow with the City, we will communicate the process with the contractor to ensure a smooth implementation. Additional service tasks that may fall under this contract include the following: ■ Development of contract ■ Provide consultation to develop industry -standard contract language for contract ■ Review of proposals Having knowledgeable compliance professionals involved in the project before execution is an investment that can pay dividends if problems arise on the project. Technology Tools As identified in our ARP management approach, through our assessment and information gathering steps we will assist the City in developing appropriate policies and procedures for use of the ARP funds. Our team is committed to implementing an effective knowledge -transfer program between the team and City personnel. This program is responsive to any requests by you and can cover topics such as, but not limited to: ■ Technical Submittals ■ Project Management ■ Contract Administration ■ Process Development, Implementation and Best Practices • Schedule & Project Controls ■ Management analysis and estimating ■ Revenue Loss Calculations four all four date snapshots ■ Highest and Best use of Capital Information Management Our Team has performed systems implementations and integrations for clients in government, transportation, utilities, military, and private sectors, managing billions of dollars of funding. We have experience implementing full -suite portfolio management software systems available in the industry and customized -built tools tailored to clients' needs. Our staff is well -versed in the numerous ERP systems, including Workday. Administrative Duties We acknowledge the intent of the given scope, and our comprehensive service will include, but not be limited to: • Monitor program compliance, including all ARP Act requirements. • Assist in establishing and maintaining financial processes. • Provide technical advisory services related to recovery from COVID-19. • Establish and maintain record -keeping systems. ■ Assist with resolving monitoring and audit findings. ■ Serve as monitoring liaison. • Assist with the system of record, documentation, reports, change requests, the progress of projects. City of Opa-locka, Florida ARPA Funding Consulting Services RFQ No. 22-0422100 15 • Provide Project Management Services that coordinate all stakeholders and vendor/contractor's implementation. ■ Assist in public hearings. ■ Assist staff in organizing, reviewing, evaluating, and auditing eligibility of requested projects using ARP Funds. This work shall include any payments made to outside agencies or cost -sharing projects with external agencies. ■ Assist in tracking, maintaining, and reporting key project performance indicators, including output and outcome measures that describe each project and its impact. ■ Maintain document files to support compliance. ■ Research, develop and prepare grant applications and/or other public assistance documents. ■ Collaborate with City on project formulation, information gathering, project development. ■ Develop program guidelines, policies, procedures, implementation plans, or other pertinent documents. ■ Assist in responding to Requests for Information from the United States Department of Treasury and/or other federal grants and/or state agencies. ■ Provide and prepare public procurement documentation and any additional procurement assistance, including but not limited to preparing and writing requests for qualification, request for proposals, or other applicable procurement processes for identified projects that align with the grant and P.W. forms, all in compliance with Federal and State Law. ■ Assist with the procurement of services, materials, rental/lease equipment, professional design services, or other items needed to implement grant projects —may include multiple bids for contracted work for various projects (in conjunction with the City). ■ Attend meetings with FEMA, U.S. Treasury, or other agencies necessary on behalf of the City. ■ Assist in reporting and submitting all necessary documentation to the U.S. Department of Treasury, including a required Recovery Plan performance report. This work shall include any interim, quarterly or annual reports and maintain and track all documentation submitted. • Assist with and provide guidance regarding quality assurance documentation for conformance with the City's criteria and specifications. • Provide and present periodic each project's status. • Provide the City with grant/funding services to ensure funding is retained. Our Team and its Availability to Perform Our proposed Team brings a full suite of complementary skills to the City, and each member proposed has the availability to perform services under this contract. Our Team is set up as an integrated, full -service provider of ARPA and other Grant services for the City. We know the assembled Team can handle the scope identified. The team members have worked together on multiple ARPA and CARES Act projects and are currently working on ARPA projects similar to the scope of work published by the City. One of our main differentiators is that we bring a diverse array of subject matter experts of services to our clients. This is not work that can be provided by generalists. Whether to assist a client with eligibility determination, develop sub -recipient agreements, grants monitoring, reporting, or work with the external auditor on Single Audit compliance requests, we have provided all these services to our clients. Clients select us because we bring objectivity and insight to complex, real -world issues. We understand public sector motives and private sector methods. We bring leading practices and practical solutions to our clients. Our team members have a deep understanding and working experience in the public sector. Our Team includes those who have served in and for C -level executive financial management positions within State and local governments. Our highly experienced Team offers a unique perspective because we have worked in government and the private sector City of Opa-locka, Florida ARPA Funding Consulting Services RFQ No. 22-0422100 16 for large and small entities. Not only have we been in our client's shoes, but we have also been in their communities and neighborhoods. Proposed Organization Chart While the American Rescue Plan Act may be new, natural disaster recovery support and the range of services requested by the City are not unique to this Team. We have been providing a full spectrum of disaster recovery services from inception to close out for over 25 years — specifically, services funded by U.S. Treasury, Federal Emergency Management Agency Public Assistance (FEMA PA), and Community Development Block Grant Disaster Recovery (CDBG-DR) programs. Additional personnel will be utilized throughout the duration of the engagement and based on the City's specific needs. We have the right resources and relevant ARPA grant experience when you need them. The City of Opa-Locka, Florida 11 Chris Polischuck Quality Control and Assurance Danielle Hendry Monitoring Workstream Lead David Jahosky Project Director Primary City Contact Kristen Plews ,Program 'Compliance Workstream Lead Joseph Sheets Project Manager Members of the teams are experienced in: ■ ARPA, CARES, FEMA and Other Federal Grants Management programs • Developing standard applications and approval processes • Creating and implementing online application process • Application support for individual, small business, and non -profits ■ Evaluating requests and recommending funding options for City consideration Holly Vera Program Management Workstream Lead Chris Curington Financial Compliance Workstream Lead This team will help the City execute on its vision of developing opportunities for programs through: ■ Prioritization of projects • Developing a timeline for the distribution of funds ■ Analyzing project risk through our proprietary tool • Submission of ARPA Quarterly Reporting, program monitoring, Quality Assurance Ongoing Commitment to Continuing Professional Educations and Training • FederalDollars.com is proudly brought to you by Anser Advisory + Government Services Group (GSG). Thought leadership on Federal Funding, American Rescue Plan Act (ARPA) and the Infrastructure Investment & Jobs Act as well as related news from national specialists • Participation in the White House Intergovernmental Affairs Weekly Briefing Call • Participation in the National Association of Counties, National League of Cities and Government Finance Officers briefings, webinars and presentation on COVID/ARPA City of Opa-locka, Florida ARPA Funding Consulting Services RFQ No. 22-0422100 17 Tab 5 — Experience and Qualifications We support organizations by solving complex problems through ideas, insights, and outcomes. Working as an extension of the City of Opa-locka, we will eliminate learning curves, reduce risk, provide cost savings, deliver on time, and improve organizational performance to capture the biggest bang -for -buck from ARPA for the City. Company Overview Our Team's diverse experience brings a full suite of complementary skills to the City. We have structured our project team with our most experienced resources to provide the City with immediate access to the best possible technical expertise and a "one -stop" approach for ARPA and other grant services. GSG provides various services, including ARPA, disaster recovery, grant G S G management, construction management, capital project administration, and program administration. GSG supports their clients with expertise in FEMA and GOVERNMENT SERVICES GROUP, INC. CDBG-DR eligibility determination, project management, appeals preparation, grant AnAnser Advisory Company management, financial recovery, financial and project progress reporting, insurance reconciliation, grant monitoring and compliance, grant closure, and audit preparation, defense, and appeals. Founded in 1996, GSG specializes in management support services in capital program management, utility operations, capital financing, bond issue compliance, contractual performance oversight, financial administration, full -service governmental accounting, utility customer service, billing services, and city and county property services. We have demonstrated our approach to client services, collaborative approach, and our desire to exceed your expectations. On behalf of local government partners, GSG has tackled the successful transition of numerous troubled water and sewer utility systems to high -quality, modern, municipal -standard, customer -friendly operations. GSG has designed and implemented innovative public service delivery alternatives and effective governance solutions in close collaboration with policymakers, public executives, and citizen stakeholders. GSG's capital project management and civic engagements have received state and national recognition. GSG has perfected its grant management capabilities, regulatory requirements, special assessments, and data management, offering deliverables tailored to each specific client's needs. Anser Advisory is a national program management and advisory firm, that provides A N S E Re reasoned solutions to our client's challenges. Our services include strategic ADVISORY organizational planning and managing each project's execution and compliance. With a diverse client base, our Team is adept at adding value to early program creativity and diving into projects at any phase of the development cycle, always with a critical focus on driving value and maximizing accountability. We are unconventional as a firm because we believe in honoring old -school traditions while leveraging new -school methods. This helpfully translates into our value proposition, as concisely summarized below. We deliver upon this value -proposition by bringing world -class people together in a nationally recognized Great Place to WorkTM with the management and technology infrastructure to continually offer clients deep expertise, sector -specific experience, and rapid deployment of project resources. City of Opa-locka, Florida ARPA Funding Consulting Services RFQ No. 22-0422100 18 Our business is structured around two main service lines, each of which will be brought together for this assignment, leveraging relevant GSG resources from across the board: • Advisory and Compliance — including organizational development, change management, program controls, estimating, alternative delivery, and finance, including public -private partnership expertise, assurance, and auditing; and • Management — program and project management, construction manager -agency services, and complete owner's representative roles. GSG proposes to manage this project out of our Longwood and Tallahassee Florida offices. We will support this project nationally with ARPA professionals from our offices in Ohio, Pennsylvania, Florida, New York, New Jersey, Colorado, California, Alaska, Texas, Massachusetts, and North Carolina. With a diverse, talented staff of over 700 professionals nationwide, our expertise is derived from the project and program managers, management consultants, estimators, schedulers, financial analysts, procurement specialists, grant managers, system configuration specialists, architects, engineers, construction managers, certified professional accountants, and construction auditors who represent the Anser brand. City of Opa-locka, Florida I Rl 4 landing Consulting Services RFQ No. 22-0422100 19 Key Personnel Assignments We are proud to provide the individuals below, collectively our "Team" and are confident that we can successfully deliver the services requested by the City. The Team identified below has the capacity to support the City of Opa- locka during this endeavor. Included in Tab 9 are resumes for the key members listed below. DAVID JAHOSKY Sr. Vice President Project Director Principal CHRIS POLISCHUCK Sr. Advisor Quality Control and Assurance Principal Joseph Sheets Sr. Project Manager Project Manager Senior Consultant Holly Vera Project Manager Program Management Work Stream Leader Senior Consultant City of Opa-locka, Florida ARPA Funding Consulting Services RFQ No. 22-0422100 David brings highly specialized experience helping local governments become more efficient, focusing on everything from staffing analysis to program and infrastructure funding and accounting. From studies to identify cost optimization and revenue recovery to grant compliance and performance audits, David has helped local and State governments develop the processes and policies necessary for greater efficiency in human and financial resources. David is the technical lead for all GSG ARP projects. David is based out of our Orlando office but will service this project in -person and remotely. Chris has been serving public sector entities exclusively for 35 years, helping them meet the challenges they face in serving the public good — achieving regulatory compliance, improving operations and performance, and enhancing accountability and reporting. Chris' current and past clients include large state agencies, some of the largest U.S cities and counties, public transit agencies, and the Federal government. Joseph Sheets is a Senior Project Manager for GSG specializing in applying the American Rescue Plan for over 20 communities throughout the United States. Joseph has created Standard Operating Procedures for project eligibility determinations, risk mitigation, and revenue loss analysis. His understanding of the American Rescue Plan and its complexities has helped clients maximize their usage of funds, mitigate potential claw back exposure, and create communications plans for their staff and communities. Holly Vera is a Project Manager specializing in grant financial compliance and monitoring. Holly worked with Florida's Executive Office of the Governor on natural disaster recovery efforts throughout the state of Florida. She assisted the grants management and financial validation consultants who primarily supported state and local governments seeking FEMA Disaster Response reimbursements. She has served as the Project Lead for CARES Act, FEMA reimbursement, and is currently leading a team managing ARPA Program for several cities in Broward County, Florida. 20 Chris Curington Project Manager Financial Compliance Work Stream Leader Consultant Kristin Plews \ Assistant Project Manager Compliance Work Stream Leader Junior Consultant Danielle Hendry Assistant Project Manager Monitoring Work Stream Leader Junior Consultant Chris Curington is a highly skilling program project management professional with over 12 years of specialized experience in grant writing and infrastructure project planning. Chris has served clients throughout the United States and internationally and contributed to numerous projects, including fire assessment and grant writing services, and renewable energy, residential, wastewater, stormwater, communication, and transportation infrastructure development projects. Working closely with the GSG American Rescue Plan team, Chris helping local governments become more efficient and focused on project analysis and program and infrastructure funding, Kristin Plews is a skilled project management professional, having served over a dozen ARPA clients in various roles. Her skills in eligibility determinations, alternative funding analysis, community outreach, and program design, have helped cities throughout the United States in implementing their ARPA Plan. Kristin has been an essential part of the American Rescue Plan team, ensuring procedural and program compliance at every step of the program timeline. Danielle Hendry is a program project management professional with specialized experience helping local governments maximize value through various grant funding sources. Danielle has helped local and state governments alike implement the processes and policies necessary for greater human and financial resource efficiency, from grant compliance to eligibility requirements. Her experience with ARPA, CDBG, and Florida's Emergency Rental Assistance Program, allow her to create efficiencies throughout the monitoring process. Qualifications Our Team has considerable experience in evaluating the unique and dynamic characteristics of local governments and providing options for reviewing and funding vital local government services, having delivered similar services to clients with capital programs covering a wide range of program sizes. We believe that the combination of our firm -level specific ARPA experience and the hands-on experience of our personnel allow our Team to develop enhanced solution -based strategies to address the diverse governance and stakeholder hurdles faced by the City. As such, our Team combines and offers the best options, alternatives, and innovative solutions, particularly related to government funding management, project management, grant monitoring, reporting, and compliance. The chart below illustrates the collective experiences of the team members assigned to this project. For ease of presentation, the experiences have been aggregated and shown at the firm level. City of Opa-locka, Florida ARPA Funding Consulting Services RFQ No. 22-0422100 21 Team Attribute and Experience Ensure any infrastructure project the City is considering undertaking in conjunction with ARPA is fully eligible for ARPA reimbursement Develop recommendations for programs in the (1) Public Health & Economic Responses and (2) Premium Pay for Essential Workers sections of ARPA to benefit the community Oversee all procurement undertaken in conjunction with ARPA projects to ensure it is executed in full compliance with applicable regulations and federal guidelines Identify alternate sources of funding to leverage ARPA funds and the availability for ARPA funds to be utilized as part of any matching requirements Conduct City Commission ARPA workshops to facilitate Commission selection of the optimal mix of ARPA projects best addressing City needs When appropriate, work with external agencies having ARPA oversight responsibilities to ensure City always remains compliant with all ARPA requirements. Assist City in completing the appropriate documentation required for Federal grant funding and the submission of all eligible expenditures to the appropriate agencies within required deadlines Provide assistance in identifying and ensuring that all eligible expenses have been quantified and presented for reimbursement; and that meet Treasury guidelines Assist in tracking all documentation submitted to all relevant agencies Maintain records of all documentation provided by the City submitted to any agency for reimbursement. Assist the City in organizing, reviewing, evaluating, auditing, and tracking requests for CSLFRF reimbursement. Reconcile City invoices with City CSLRFR reports. Evaluate timesheets for eligibility and audit timesheets against payroll records. Assist in the preparation of final submission for the U.S. Inspector General review Assist in development of closeout strategies and procedures and assist City in their implementation Assist with responding to any request for audit information by any agency and the preparation of responses Use generally recognized accounting principles in carrying out any services according to the contract Provide City with monthly and final reports summarizing the total reimbursement requested, total expenditure by Project Worksheet and any exceptional circumstances Provide technical assistance with the development, promotion, and maintenance of a web -based portal to provide public information regarding the status of ARPA project implementation Provide technical assistance with the development, promotion, and maintenance of a secure web -based portal to collect sub -recipient information and documentation to substantiate their requests for reimbursement under CSLRFR Timely submittal of required period and comprehensive reporting; with monthly status update reporting on ARPA projects to the City Manager, or as needed Work with City external auditors in the completion of City Single Audit Reports to develop the Schedule of Federal Expenditures associated with SCLRFR for the fiscal year audits The City of Opa-locka, Florida ARPA Funding Consulting Services RFQ # 22-0422100 GSG 22 Team Attribute and Experience Timely provide monthly detailed billing statements regarding hours expended by project and cost incurred in providing these consultancy services Other services as needed. Provide miscellaneous services not otherwise described which City may require during the contract or any other tasks associated with accounting services or documentation reimbursement process as requested by City. GSG Our Experience Previous Involvement with Similar Projects We are proud to provide the Team below and are confident that we can successfully deliver the services requested by the City. The Team identified below has the capacity to support the City of Opa-locka during this endeavor. Included in Appendix B are resumes for the key members listed below. The Team is currently providing ARP consulting and advisory services for ARP funds to over thirty counties, cities, and towns across the country. We leverage best practices, lessons learned, and ARPA-specific tools to eliminate your learning curve. A sample of our current clients are below: The Team is identifying spending priorities by U.S. Treasury expense category, geographic or census tract area, aligning to locally adopted capital improvement programs, and revenue loss calculation and review for over $400 million in combined ARP initiatives. Deerfield Beach Florida MARGATE 'Nether Ne \LAr II Cowl � I, THE s� 1lLLECTRIE)LJ CITY/ NOR TH Newberry UDERDALE A Fun City In The Heart Of Broward The City of Opa-Iocka, Florida ARPA Funding Consulting Services RFQ # 22-0422100 I, WAKULLA c0 U N T T 23 The team is identifying spending priorities by U.S. Treasury expense category, geographic or census tract area, aligning to locally adopted capital improvement programs, and revenue loss calculation and review for over $400 million in combined ARP initiatives. A sample of the local level projects our team is currently working on below. Client Allocation Size Services Length of ARPA En:a:ement City of Scranton PA $68,000,000 Will County, IL Township of Cherry Hill, NJ City of Everett, MA City of Randolph, MA City of Malden, MA City of Alvin, TX City of Gainesville, FL City of Deerfield Beach, FL Jefferson County, FL City of Lakeland, FL City of Leesburg, FL City of Lighthouse Point, FL City of Margate, FL City of Newberry, FL City of North Lauderdale, FL City of Ocoee, FL City of Titusville, FL City of Vero Beach, FL $134,000,000 $11,591,815 $48,500,000 $28,500,000 $8,000,000 $5,000,000 $32,000,000 $16,284,885 $2,750,000 $22,720,000 $11,850,000 $5,650,000 $10,850,000 $3,100,000 $22,168,784 $24,150,000 $8, 600,000 $2,550,000 Program Management, Compliance & Audit Support Program Management, Compliance & Audit Support 2021 to Current 2021 to Current Program Management, Compliance & 2021 to Current Audit Support Program Management, Compliance & Audit Support Program Management, Compliance & Audit Support NCS Housing ARPA Consortium Program Management & Compliance Program Management, Compliance & Audit Support Program Management, Compliance & Audit Support Program Management, Compliance & Audit Support Program Management, Compliance & Audit Support Program Management, Compliance & Audit Support Strategic Planning & Compliance Strategic Planning & Compliance Strategic Planning & Compliance Program Management & Compliance Program Management & Compliance Technical Advisory Assistance Technical Advisory Assistance 2021 to Current 2021 to Current 2022 to Current 2021 to Current 2022 to Current 2021 to Current 2021 to Current 2021 to Current 2021 to Current 2021 to Current 2021 to Current 2021 to Current 2021 to Current 2021 to Current 2021 to Current 2021 to Current The City of Opa-locka, Florida ARPA Funding Consulting Services RFQ # 22-0422100 24 Tab 6 — Schedule 3.2.7.1 Managing the American Rescue Plan As illustrated in the flow chart, our approach is delineated in six tasks: • Task 1. Initiation Objective: Taking an information -gathering approach to identify the key functional elements of the project and home in the City's definition of value. In this process, we will formalize the vision guiding the ARP strategy. • Task 2. Needs Assessment and Project Confirmation. (first 90 days from initiation) This task can include but is not limited to the following: Strategic Road Map o Assisting the City with development of their ARPA Spending Plan. o Timeline for completion of approved activities through December 31, 2024. o Monitoring plan and ongoing communications plan; and o Estimate of fees and resources required to implement the Plan. Revenue Reconciliation Other ARPA eligible fund uses • Task 3. Review Process Prepared Revised Financial Estimates by Tranche, such as: o Capital and Social Infrastructure Projects o Public health emergency concerning COVID-19 or its negative economic impacts, o Lost revenue due to such emergency; and o Investments in water, sewer, or broadband infrastructure • Task 4. Program Support (Disbursement of Funds— End of Engagement) 71 Pre -Procurement • Project Management m Subrecipient Program Design and Management • Assistance Program Design, Application Review • Task 5. Reporting (Month 3 — End of Engagement) Administrative Duties Reconciling Reported Expenditures with Invoicing A Authorized User Access to Treasury Portal for Quarterly Project & Expenditure Reports • Task 6. Monitoring Activities (Month 3 — End of Engagement) • Subrecipient Monitoring • Internal Financial and Compliance Monitoring 3.2.7.2 — Our team is ready to begin work within 10 days of Notice to Proceed. 3.2.7.3 — Project completion date shall be February 28, 2027, 60 days after the December 31, 2026 conclusion of the ARPA Program Lifecycle. This will allow adequate time for proper closeout procedures and records archival. The City of Opa-Iocka, Florida ARP<I Funding Consulting Services RFQ # 22-0422100 25 Tab 7- Pricing of Services RFQ NO: 22-0422100 PRICE PROPOSAL FORM 1. Provide the hourly rate of each category of Proposer's staff to be engaged in this project. We would be happy to discuss our approach to fees and how services and level of effort may be matched to need in the implementation of the program. Per the Coronavirus State and Local Fiscal Recovery Funds Frequently Asked Questions dated as ofluly 14, 2021, the costs of our professional services would be considered an allowable cost against the allocation to the City by the U.S. Treasury. The table below provides additional detail by personnel for estimated hours and hourly rates for the project duration. The overall fee covers the full range of services. As noted above, the services, level of effort, and fee can be the subject of discussion based on need. Reflecting upon our ARPA work performed to date, we are proposing a budget for our services $459,210 for this program from the date of execution. The table below expresses our proposed Team's fixed hourly rate for each assigned position and support staff to be assigned or potentially to be assigned as part of providing services related to the American Rescue Plan. Senior Principal Consultant Task $250 $185 10 20 Needs Assessment 48 1 72 40 80 130 1 160 210 80 120 160 Initiation Review Process Program Support Reporting Monitoring Activities Total Hours Project Expenses Total Estimated Cost 120 140 160 Junior Consultant Consultant $150 $115 20 20 70 96 96 j 312 100 100 320 210 710 160 520 160 370 500 630 630 Total Hours Total $11,500 $50,760 $51,300 $117,750 $84,600 580 $98,300 2,130 $414,210 $45,000 $459,210 Expenses for the project duration will be billed per section 112.061, Florida Statutes. If necessary, instead of on -site visits, periodic telephone conference calls or "WebEx" type meetings may be scheduled to discuss project status. Terms and Conditions GSG is providing a quotation to assist the City of Opa-locka, Florida (City) utilizing the State of Florida Department of Management Services, Management Consulting Services Contract #80101500-20 (State Contract). The contract terms and conditions used in this document are managed by the Florida Department of Management Services and are in the State Contracts, Agreements and Price Lists. The State Contract is incorporated herein by reference and maintained in the contract manager's file. Contract Details can be found through the link below: https://www.dms.myflorida.com/business_operations/state_purchasing/state_contracts_and_agree ments/state_term_contracts/management_consulting_services2 The City of Opa-locka, Florida ARPA Funding Consulting Services RFQ # 22-0422100 26 Tab 8 -References As important it is to hire the right firm, it is equally important to have the Team Members who performed the work and have the ability to drive efficiencies, effectiveness, best practices, and to maximize the benefit to the City while providing the regulatory safeguards in developing the City's ARPA Program. Our Team has collaboratively delivered the projects noted below. JEFFERSON COUNTY PROSPERITY CARES ACT ADMINISTRATION JEFFERSON COUNTY, FL Jefferson County brought GSG in to help develop its local application of the American Rescue Plan Act, the Prosperity Plan. What we were able to help develop presented an opportunity to leverage federal dollars to propel the greater community forward by expanding and diversifying local economy, creating a more resilient economic ecosystem, facilitating equitable opportunity for wealth creation, and creating lasting public value. This plan was constructed around five overarching priorities, all of which are interrelated and additive to the overall goals and outcomes: ■ Strategic Investment in Infrastructure ■ Strategic Investment in Local Business Incubation, Development, and Acceleration ■ Strategic Investment in Revenue Stabilization and Diversification ■ Strategic Investment in Leveraging State/Federal Programs and Liaison Services/Technical Assistance for Non-profit Partners and Community Organizations ■ Strategic Investment in Economic Uncertainty Since guidance from the U.S. Treasury is forthcoming, the Board of County Commissioners adopted this plan to provide the framework for the ongoing (and future) development of specific strategic initiatives, projects, and programs aligned with the American Rescue Plan. No individual project, program, or initiative will be executed until the County Manager returns with a further developed plan that allocates ARP dollars to specific projects, programs, and initiatives for the Board's consideration. CLIENT / LOCATION JEFFERSON COUNTY JEFFERSON COUNTY, FL CLIENT CONTACT INFORMATION Shannon Metty, Planning Official 445 W Palmer Mill Rd Monticello, FL 32344 (850) 342-0223 smetty@jeffersoncountyfl.gov TIME FRAME FOR COMPLETION This project had a proposed time frame of 7 months. Completed within this time frame: June 2020 to December 2020 GSG IS CURRENTLY UNDER CONTRACT PROVIDING ARPA ADMINISTRATION AND BROADBAND ASSISTANCE TO JEFFERSON COUNTY, FLORIDA. The City of Opa-locka, Florida ARPA Funding Consulting Services RFQ # 22-0422100 27 NASSAU COUNTY CARES ACT PLAN CARES ACT ADMINISTRATION NASSAU COUNTY, FL Nassau County retained the team in June 2020 to develop and manage the implementation of the Coronavirus Aid, Relief, and Economic Security (CARES) Act program. The County allotted over $4.5 million for individual, small business, and non-profit assistance programs. We worked closely with representatives from the Florida Division of Emergency Management (FDEM) and Nassau County when developing this program to ensure it was based on eligible and reimbursable expenditures that complied with the CARES Act: ■ Development of eligibility criteria for allowable programs or services; pre -Award eligibility determination, allowable cost, or service review; ■ Application review to prevent duplication of benefits (individuals, non-profit, and small business); ■ Development of consistent documentation requirements compliant to U.S. Treasury guidance, FDEM requirements, County policy, Clerk of the Court's financial policies, and external audit requirements are pursuant to single audit provisions as well as application provisions promulgated in 2CFR200; ■ Individual and small business assistance; ■ Ongoing grants management, post -award compliance checklist development, and documentation retention. CLIENT / LOCATION NASSAU COUNTY NASSAU COUNTY, FLORIDA Taco Pope, County Manager 96135 Nassau Place, Suite 1 Yulee, FL 32097 (904) 530-6010 tpope@nassaucountyfl.com TIME FRAME FOR COMPLETION This project had a proposed time frame of 12 months. This project was completed within this time frame: June 2020 to March 2021 We safely and quickly assembled a team to work on -site to develop specialized processes and procedures, navigate issues that occurred during this process, and coordinate activities across multiple levels of city, county, and state government and FDEM. To effectively meet all required deadlines, we were able to distribute assistance and issue payments to those qualified within four months. The City of Opa-Iocka, Florida ARPA Funding Consulting Services RFQ # 22-0422100 28 DEERFIELD BEACH ARPA ADMINISTRATION CITY OF DEERFIELD BEACH, FLORIDA The City of Deerfield Beach County retained the team in May 2021 to assist in the develop, management and technical assistance of the City's ARPA "Revive, Renew, Recover" Plan." The Team's efforts, while currently underway, fall into the following three workstreams: Task i. Grants Technical Support • Define sub -recipient program eligibilities. • Establish procedures for preventing duplication of benefits. • Provide advice to the City about accounting and compliance procedures related to federal grants. • Provide guidance, technical, and administrative assistance in the implementation of assistance programs. Task 2. Grants Management • Support as required to meet all stated deadlines to meet ARP Act of 2021 required timelines to recover full reimbursement. • Provide assistance to determine if any eligible expenses have not been quantified and presented for reimbursement. • Track ARP documentation submitted to the Cognizant Agency • Assist with developing closeout strategies and procedures for the City and assist the City with implementing those strategies and procedures. CLIENT/ LOCATION CITY OF DEEFIELD BEACH DEERFIELD BEACH, FLORIDA David Santucci, City Manager 150 NE 2nd Avenue Deerfield Beach, FL 33441 (954)480-4261 dsantucci@deerfield-beach.com TIME FRAME FOR COMPLETION May 2021 to Present. This project is currently on -going. The City of Opa-Iocka, Florida ARPA Funding Consulting Services RFQ # 22-0422100 29 • Respond to any requests for audit information by any source and assist with preparing responses to any audit. ■ Provide the City with a final report summarizing the total reimbursement requested, total expenditures by Project Worksheet, and any special circumstances, • As needed, provide and present comprehensive financial reports and analysis to present to the City Council or Committees. • Work with the City's external auditors, who represent the City as Compliance Officers, for the City's Single Audit Reports. ■ As requested, meet with federal or state representatives to discuss the City's COVID-19 related costs and expenditures. Task 3. Grants Reporting • Assist the City in completing the appropriate documentation required for federal grant funding and submitting all eligible expenditures to the appropriate agencies within the required deadline. • Creating City documents that are in compliance with ADA requirements. • Maintain records of all the documentation provided by the City submitted to any outside agency for reimbursement and provide the City with said copies. • Assist City staff in organizing, reviewing, evaluating, auditing, and tracking City department requests for CSLFRF reimbursements. Reconcile City departmental invoices with City CSLFRF reports. Evaluate City departmental timesheets for eligibility and audit timesheets against existing payroll records. Prepare a final submission for U.S. Inspector General Review. • Provide miscellaneous services not otherwise described but which the City may require during the contract or any other tasks associated with accounting services or documentation reimbursement process as requested by the City. • Provide technical assistance with developing, promoting, and maintaining public -facing web -based portals to publish information ■ Provide technical assistance with developing, promoting, and maintaining a secured web -based portal to collect sub -recipient information and documentation to substantiate their request for reimbursement under the CSLFRF. The City of Opa-locka, Florida ARPA Funding Consulting Services RFQ # 22-0422100 30 i O SARASOTA COUNTY ADMINISTRATION CENTER "Dedicated To Quality Service" .Yap.. SARASOTA COUNTY CARES ACT PLAN CARES ACT ADMINISTRATION SARASOTA COUNTY, FL Sarasota County retained the team from September 2020 to March 2021 to administer the CARES Act funding. Our team performed the engagement from the initial application process, eligibility determination, to disbursement of funds. We worked directly with the County Administration and the Clerk of the Circuit Court. The team performed tasks including calculating award amounts and verifying and validating documents submitted by the Business, Individual, Arts, Human Services, and Medical applicants. Business Assistance reached the goal of $44 million by December 22, 2020, and Individual Assistance reached $7.2 million. CLIENT / LOCATION SARASOTA COUNTY SARASOTA COUNTY, FLORIDA Richard Collins, Emergency Management Director 1660 Ringling Blvd. Sarasota, FL 34236 (941) 861-5578 rcollins@scgov.net TIME FRAME FOR COMPLETION This project had a proposed time frame of 12 months. This project was completed within this time frame: September 2020 to March 2021 The team assisted with disbursing a total amount of $59,560,265,67 among the five programs, meeting the County's goal with no return in funding to the State of Florida Division of Emergency Management. The team assisted with 7,084 disbursements over $59 million to 2,939 applicants after validating 6,283 applications. The team included 28 on -site team members from Junior Consultant to Principal from September 2020 through March 2021. The City of Opa-Iocka, Florida ARPA Funding Consulting Services RFQ # 22-0422100 31 Additional Client References Project Name, Owner Iescription of Services Contact Information Address Project Name, Owner Description of Services Dates Contact Information Address Prosperity Plan - Local Application of the American Rescue Plan Act, Nassau County, FL Nassau City's plan to leverage ARPA funding to propel the greater community forward by expanding and diversifying the local economy, creating a more resilient economic ecosystem, facilitating equitable opportunity for wealth creation, and creating lasting public -value. • Monitor program compliance including all Federal Funding requirements • Experience with the U.S. Treasury, CARES Act and American Rescue Plan Act 2020 to Current Taco A. Pope, County Manager, tpope@nassaucoountyfl.com, 904-530-6010 96135 Nassau PI, Yulee, FL 32097 North Lauderdale American Rescue Plan — "Stronger, Better, Together", North Lauderdale, Florida The City of North Lauderdale hired our team as comprehensive Program Managers for its ARPA funding, beginning with the development of its needs assessment and Spending Plan. The GSG team is currently assisting with all aspects of program implementation for both its community assistance programs and capital projects, including targeted community outreach, application design and eligibility determination, subrecipient monitoring, procurement advisory, and engagement of elected officials. 2021 to Current Tammy Reed -Holguin, Community Development Director, tholguin@nlauderdale.org, 954-597-4737 701 SW 715` Ave, North Lauderdale, FL 33068 Why GSG? Through our work with over 30 ARPA clients, we've learned there are no "one size fits all" solutions for the American Rescue Plan Act. Every community is unique. Every local government is unique. This means every ARPA plan must be uniquely designed and administered, navigating complex Federal requirements with a personal approach and solutions catered to serve those communities and governments. The successes and lessons learned serving communities for over 20 years provides GSG with the people and skills necessary to give The City of Opa-locka that level of service. We thank the City for its consideration. The City of Opa-locka, Florida ARPA Funding Consulting Services RFQ # 22-0422100 32 Tab 9 — Additional Forms The City of Opa-locka, Florida ARPA Funding Consulting Services RFQ # 12-0422100 33 NON-DISCRIMINATION AFFIDAVIT 1, the undersigned, hereby duly sworn, depose and say that the organization, business or entity represented herein shall not discriminate against any person in its operations, activities or delivery of services under any agreement it enters into with the City of Opa-locka. The same shall affirmatively comply with all applicable provisions of federal, state and local equal employment laws and shall not engage in or commit any discriminatory practice against any person based on race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mental disability, political affiliation or any other factor which cannot be lawfully used as a basis for service delivery. By: David G Jahosky Title: Senior Vice President State of Florida County of SO,. VIo The foregoing instrument was acknowledged before me via notarizations this " day of ,1 , 2022. By ti G t.4os Pe� rsonall t owp > OR p oduced identification Notary Public My Commission Expires lolon physical presence OR ❑ online V r, ASHLEY LAUREN DUCKWORTH 1.1 MY COMMISSION N GO 926522 �.. «a`/ EXPIRES: October 27, 2023 .Pr,.,,° •' Bonded nru Na4n rualc Uf dente. 1*! 221P:ig.e CITY OF OPA-LOCKA RFQ NO. 22-0422100 DRUG -FREE WORKPLACE CERTIFICATION FORM Whenever two (2) or more bids/proposals, which are equal with respect to price, quality, and service, are received by the City of Opa-locka for the procurement of commodities or contractual services, a bid/proposal received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of controlled substances is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in number (1). 4. In the statement specified in number (1), notify the employees that as a condition for working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction on or plea of guilty or no contest to any violation of Chapter 893, Florida Statutes or of any controlled substance law of the United States or any singular state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation ill a drug abuse assistance or rehabilitation program if such is available in the employee's community by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of Section 287.087, Florida Statutes. This Certification is submitted by David G Jahosky the (Name) Senior Vice President of Government Services Group Inc. (Company) (Title/Position) who does hereby certify that said Company has implemented a drug -free workplace program, which meets the requirements of Section 287.087, Florida Statutes, which are identified in numbers (1) through (6) above. q/ 4z Date 201 Pa CITY OF OPA-LOCKA CERTIFICATION REGARDING DEBARMENT, SUSPENSION PROPOSED DEBARMENT AND OTHER MATTERS OF RESPONSIBILITY 1. The Proposer certifies, to the best of its knowledge and belief, that the Proposer and/or any of its Principals: A. Are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency. B. Have not, within a three-year period preceding this proposal, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and C. Are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph 1-B of this provision. 2. The Proposer has not, within a three-year period preceding this offer, had one or more contracts terminated for default by any City, State or Federal agency. A. "Principals," for the purposes of this certification, means officers; directors; owners; partners; and, persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment, and similar positions). This Certification Concerns a Matter Within the jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. B. The Proposer shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Proposer learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. C. A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Proposer's responsibility. Failure of the Proposer to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Proposer non- responsive. D. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of a Proposer is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. E. The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Proposer knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM COMPLIES FULLY WITH THE.ABOVE REQUIREMENTS. Signature Printed Name David G Jahos 191Pogo J -VERIFY FORM Definitions: "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. Effective January 1, 2021, public and private employers, contractors and subcontractors will begin required registration with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/subconsultants/subcontractors) assigned by Vendor/Consultant/Contractor to perform work pursuant to the contract with the Department. The Vendor/Consultant/Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City of 0pa-locka; and Should vendor become successful Contractor awarded for the above -named project, by entering into this Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. Company Name: _Government Services Group Inc. Authorized Signature: Print Name: David G Jahosky Title: Senior Vice President Date: iZo/7AZ.2--- 241Pa e RFQ NO. 22-0422100 ARPA FUNDING CONSULTING SERVICES PROPOSER QUALIFICATIONS The Proposer, for purposes of this proposal, MUST hold a County and/or Municipal Contractor's Business Tax Receipt in the area of their fixed business location. The following information MUST be completed and submitted with the proposal to be considered: 1. Legal Name and Address: Name: Government Services Group Inc. Address: 280 Wekiva Springs Rd., Protegrity Plaza, Ste. 2070 City, State, Zip:Longwood, FL 32779Phone/Fax: (407) 629-6900 2. Check 0ne: Corporation (x) Partnership () Individual () 3. If Corporation, state: Date of Incorporation: 1996 State in which Incorporated: Florida 4. If an out-of-state Corporation, currently authorized to do business in Florida, give date of such authorization: 5. Name and Title of Principal Officers Date Elected Robert Sheets Exe. VP 11 /05/82021 David Jahosky Sr. VP Steve Spratt Sr. VP 11 /05/2021 11/05/82021 6. The length of time in business: 26 years 7. The length of time (continuous) in business as a service organization in Florida: 26 years 8. Provide a list of at least three commercial or government references that the Proposer has supplied services meeting the requirements of the City of Opa-locka specification, during the last thirty-six months. 9. A copy of County and/or Municipal Business Tax Receipts - GSG is currently not required to hold the requested license by Seminole or Leon County, FL. Note: Information requested herein and submitted by the proposers willbe analyzed by the City of Opa•locka and will be a factor considered in awarding any resulting contract The purpose is to insure that the Contractors, in the sole opinion of the City of Opa•locka, can sufficiently and efficiently perform all the required services in a timely and satisfactory manner as will be required by the subject contract. If there are any terms and/or conditions that are In conflict, the most stringent requirement shall apply. lblf)age d4WRL ANSERAD-01 KSUTTON CERTIFICATE OF LIABILITY INSURANCE DAIS (MM/DDIYYYY) 4/22/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Ames & Gough 8300 Greensboro Drive Suite 980 McLean, VA 22102 INSURED Government Services Group, Inc. 1500 Mahan Drive Tallahassee, FL 32308 COVERAGES CERTIFICATE NUMBER: Wlec PHONE (A/C, No, Est): (703) 827-2277 Mss:admin@amesgough.com INSURER(S) AFFORDING COVERAGE FAX A C, No): (703) 827.2279 INSURER A ; National Fire Insurance Company of Hartford A(XV) INSURER B : Continental Insurance Company A(XV) INSURER c:American Casualty Co of Reading, PA A(XV) INSURER D : Evanston Insurance Company INSURER E : NAIC # 20478 35289 20427 35378 INSURER F : • 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 POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INBR LTR TYPE OF INSURANCE ADDL INSD SUER WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYYI UMIr8 A X COMMERCIAL GENERAL LIABILITY 7011411355 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR 10/26/2021 1/17/2023 PREMISES (Ea occurrence) $ 1,000,000 MED EXP (Any one person) $ 15,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE X LIMIT APPLIES jeT X PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ A AUTOMOBILE X LIABILITY ANY AUTO AUITOS ONLY SCHEDULED SSWULEEDp AUTOS O 4t 7011411369 COMBINED SINGLE LIMIT (Ea accident) 1,000,000 $ 10/26/2021 1/17/2023 BODILY INJURY (Per Person) J INJURY (Per accident) $ PB�ODILY (Perr accident) AMAGE $ $ B X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE 7011652381 EACH OCCURRENCE $ 10,000,000 10/26/2021 1/17/2023 AGGREGATE $ 10,000,000 DED X : RETENTION$ 10,000 C WORKERS COMPENSATION AND EMPLOYERS' LIABILI'T'Y ANY PRRRO//PRIIETgO�RR/PARTNER/EXECUTIVE andatory in NH) EXCLUDED? If yes, describe under DESCRIPTION OF OPERATIONS below N N / A 7011411372 X STATUTE OTH- ER 1/17/2022 1/17/2023 E.L. EACH ACCIDENT 1,000,000 $ E.L. DISEASE • EA EMPLOYEE 1,000,000 $ E.L. DISEASE - POLICY LIMIT 1,000,000 $ D Professional Llab. MKLV7PL0005111 1/17/2022 1/17/2023 Per Claim/Aggregate 2,000,000 DESCRIPTION OF OPERATIONS / LOCA !IONS 1 VEHICLES (ACORD 101 Additional Remarks Schedule, may be attached if more apace is required) RE: RFQ No: 22.0422100 ARPA Funding Consult ng Services City of Opa-Locka, FL is included as additional Insured with respect to General Liability, Automobile Liability and Umbrella Liability when required by written contract. General Liability and Automobile Liability are primary and non-contributory over any existing insurance and limited to (lability arising out of the operations of the named insured and when required by written contract. 30 -day Notice of Cancellation will be issued for the General Liability, Automobile Liability, Umbrella Liability, Workers Compensation and Professional Liability policies in accordance with policy terms and conditions. Umbrella Liability coverage sits excess over General Liability, Automobile Liability and Employers Liability coverage. CERTIFICATE HOLDER ANCELLATION City of Opa-Locka Office of the City Clerk 780 Fisherman Street, 4th Floor Opa Locka, FL 33054 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CITY OF OPA-LOCKA NON -COLLUSION AFFIDAVIT STATE OF FLORIDA - COUNTY OF MIAMI DADE David G Jahosky being first duly sworn, deposes and says that: (1) He/She/They is/are the Senior Vice President (Owner, Partner, Officer, Representative or Agent) of Government Services Group Inc. the PROPONENT that has submitted the attached proposal; (2) He/She/They is/are fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the said PROPONENT nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other PROPONENT, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from Proposing in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any PROPONENT, firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other PROPONENT, or to fix any overhead, profit, or cost elements of the Proposed Price or the Proposed Price of any other PROPONENT, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; (5) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the PROPONENT or any other of its agents, representatives, owners, employees or parties of interest, including this affiant. JlgileCl, ti dlCU and UCIIVCJ U ui the presence w: fitness David G Jahosky Senior Vice President Print Name and Title 21 I I' a << c E -VERIFY Effective January 1, 2021, public and private employers, contractors and subcontractors will be required to register with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/sub-consultants/sub-contractors) assigned by Vendor /Consultant/ Contractor to perform work pursuant to the contract with the Department. The Vendor /Consultant/ Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City; and By entering into a Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. if t contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. The Contractor acknowledges it is liable to the City for any additional costs as a result of termination of the contract due to Contractor's failure to comply with the provisions herein. 23IP;a� State of Florida Department of State I certify from the records of this office that GOVERNMENT SERVICES GROUP, INC. is a corporation organized under the laws of the State of Florida, filed on December 31, 1996. The document number of this corporation is P96000104587. I further certify that said corporation has paid all fees due this office through December 31, 2022, that its most recent annual report/uniform business report was filed on March 15, 2022, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Fifteenth day nf1March, 2022 6totAlight- Secretary of State Tracking Number: 0130041921CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services. sunbiz.org/Filings/CertificateOfs tatu s/C ertificateAuthentication Appendix A — Staff Resumes The City of Opa-locka, Florida ARPA Funding Consulting Services RFQ # 22-0422100 44 Education Master of Arts, Political Science, The University of Florida Bachelor of Arts, Political Science, The University of Florida Licenses/Certifications Certificate of Public Administration - University of Florida, 1993 Organizations/Affiliations Member, Government Finance Officers Association Member, Project Management Institute Experience Years' Experience: 27 Years with Anser: 5 G ANSER' ADVISORY GO\'EF NM NT SE . ' , l DAVID G. JAHOSKY PROJECT DIRECTOR David brings highly specialized experience helping local governments become more efficient and focused with everything from staffing analysis to program and infrastructure funding and accounting. From studies to identify costing optimization and revenue recovery to grant compliance and performance audits, David has helped local and state governments develop the processes and policies necessary for greater efficiency in both human and financial resources. David spent 14 years with a "Big 4" accounting firm in the regulatory compliance practice for State and Local Governments. David is currently managing a premier team that specializes grants administration services, including Davis -Bacon and prevailing wage rates. The scope of services provided by our Team includes American Rescue Plan Act, CARES Act, CDBG, CDBG-DR, and SHIP and CARES Act grants management, grants administration, and grants compliance. REPRESENTATIVE EXPERIENCE Nassau County, Florida — American Rescue Plan Nassau County retained GSG in April 2021 to help develop the County's Prosperity Plan - the local application of the American Rescue Plan Act. As such, the Nassau Florida Prosperity Plan is an opportunity to leverage federal dollars to propel the greater community forward by expanding and diversifying our local economy, creating a more resilient economic ecosystem, facilitating an equitable opportunity for wealth creation, and creating lasting public value. The Nassau County Prosperity Plan has been constructed around five overarching priorities that are interrelated and additive — each builds one upon the other to create a whole greater than the sum of the parts. • Strategic Investment in Infrastructure • Strategic Investment in Local Business Incubation, Development and Acceleration • Strategic Investment in Revenue Stabilization and Diversification • Strategic Investment in Leveraging State/Federal Programs and Liaison Services/Technical Assistance for Non-profit Partners and Community Organizations • Strategic Investment in Economic Uncertainty Nassau County, Florida — Nassau CARES Nassau County retained the team in June 2020 to administer the CARES Act program. We worked closely with representatives from the Florida Division of Emergency Management (FDEM) and the County in developing a CARES Act Program based on eligible and reimbursable expenditures that complied with Section 5001 of the CARES Act. • Development of eligibility criteria for allowable programs or services, • Pre -Award eligibility determination, • Allowable cost or service review, • Application review to prevent duplication of benefits (Individuals and Non -Profit and Small Business) • Development of consistent documentation requirements compliant to U.S. Treasury guidance, FDEM requirements, County policy, Clerk of the Court's financial policies, and external audit requirements are pursuant to single audit provisions as well as application provisions promulgated in 2CFR200. • Individual and small business assistance • Ongoing grants management, and development of post -award compliance checklist and documentation retention The County issued payments to qualified individuals, businesses, and non-profit organizations within four months. We quickly, effectively, and safely assembled a team to work on -site at the County. To accomplish these tasks, the team had to develop new processes and procedures, navigate complex solutions, and coordinate activities across multiple levels of County government and FDEM. 11111.111111111111111111111Fj0,1,! Education Master of Public Administration, The Ohio State University Bachelor of Business Administration, The Ohio State University Organizations/Affiliations Member, Government Finance Officers Association Member, Association of Government Accountants Experience Years' Experience: 35 Years with Anser: 3 S G ANSER° ADVISORY CHRIS POLISCHUCK PROIJECT MANAGER Chris has been serving public sector entities exclusively for over 35 years, including State of Florida clients for over 20 years, including over 10 years with a "Big 4 accounting firm," helping them meet the challenges they face in serving the public good — achieving regulatory compliance, improving operations and performance, and enhancing accountability and reporting. Chris has extensive experience in government client service delivery and project management at all levels of government. Chris' current and past clients include large state agencies, counties, cities, transit agencies, and the Federal government. REPRESENTATIVE EXPERIENCE Nassau County, Florida —American Rescue Plan Nassau County retained GSG in April 2021 to help develop the County's Prosperity Plan - the local application of the American Rescue Plan Act. As such, the Nassau Florida Prosperity Plan is an opportunity to leverage federal dollars to propel the greater community forward by expanding and diversifying our local economy, creating a more resilient economic ecosystem, facilitating an equitable opportunity for wealth creation, and creating lasting public value. The Nassau County Prosperity Plan has been constructed around five overarching priorities that are interrelated and additive — each builds one upon the other to create a whole greater than the sum of the parts. ■ Strategic Investment in Infrastructure ■ Strategic Investment in Local Business Incubation, Development and Acceleration ■ Strategic Investment in Revenue Stabilization and Diversification ■ Strategic Investment in Leveraging State/Federal Programs and Liaison Services/Technical Assistance for Non-profit Partners and Community Organizations ■ Strategic Investment in Economic Uncertainty Nassau County, Florida — Nassau CARES Nassau County retained the team in June 2020 to administer the CARES Act program. We worked closely with representatives from the Florida Division of Emergency Management (FDEM) and the County in developing a CARES Act Program based on eligible and reimbursable expenditures that complied with Section 5001 of the CARES Act. ■ Development of eligibility criteria for allowable programs or services, ■ Pre -Award eligibility determination, ■ Allowable cost or service review, ■ Application review to prevent duplication of benefits (Individuals and Non -Profit and Small Business) ■ Development of consistent documentation requirements compliant to U.S. Treasury guidance, FDEM requirements, County policy, Clerk of the Court's financial policies, and external audit requirements are pursuant to single audit provisions as well as application provisions promulgated in 2CFR200. ■ Individual and small business assistance ■ Ongoing grants management, and development of post -award compliance checklist and documentation retention The County issued payments to qualified individuals, businesses, and non-profit organizations within four months. We quickly, effectively, and safely assembled a team to work on -site at the County. To accomplish these tasks, the team had to develop new processes and procedures, navigate complex solutions, and coordinate activities across multiple levels of County government and FDEM. Education Master of Business Administration, The University of Central Florida Bachelor of Arts, The University of Central Florida Organizations/Affiliations Member, Government Finance Officers Association Experience Years' Experience: 12 Years with Anser: 1 S G ANSWER' C+OVfr: i-.'.IEN SERVICES GROUP. LLC JOSEPH SHEETS, MBA TEAM LEAD, PROGRAM MANAGEMENT Joseph specializes in applying the American Rescue Plan. He is responsible for working closely with the Team to ensure the success of all workstreams. As the Project Manager for several American Rescue Plan clients, Joseph has helped create Standard Operating Procedures for project eligibility determinations, risk mitigation, and revenue loss analysis. His understanding of the American Rescue Plan and its complexities has helped clients maximize their usage of funds, mitigate potential clawback exposure, and create communications plans for their staff and communities. Joseph served in the private sector for 12 years, innovating dynamic solutions to modern business challenges. As a transformative leader for a private firm with over $600 million in revenue, he helped create new strategies in operational efficiency, supply chain, logistics, price optimization, market strategy, and project management. He created and implemented new market strategies across the State of Florida, helping businesses understand and cater to local markets more effectively. His skills in supply chain management established lasting procedures and protocols that maximized savings at every cost center. Joseph utilizes his extensive private sector experience and skills to enhance local government services. REPRESENTATIVE EXPERIENCE Nassau County, Florida — American Rescue Plan Nassau County retained GSG in April 2021 to help develop the County's Prosperity Plan - the local application of the American Rescue Plan Act. As such, the Nassau Florida Prosperity Plan is an opportunity to leverage federal dollars to propel the greater community forward by expanding and diversifying our local economy, creating a more resilient economic ecosystem, facilitating an equitable opportunity for wealth creation, and creating lasting public value. The Nassau County Prosperity Plan has been constructed around five overarching priorities that are interrelated and additive — each build one upon the other to create a whole greater than the sum of the parts. • Strategic Investment in Infrastructure ▪ Strategic Investment in Local Business Incubatjnn Develnpr ent and Acceleration • Strategic Investment in Revenue Stabilization and Diversification • Strategic Investment in Leveraging State/Federal Programs and Liaison Services/Technical Assistance for Non-profit Partners and Community Organizations • Strategic Investment in Economic Uncertainty American Rescue Plan Client Experience Representative Florida Clients • City of Dania Beach, Florida • City of Fernandina Beach, Florida • City of Lake Wales, Florida • City of Leesburg, Florida • City of Lighthouse Point, Florida • City of Mascotte, Florida • City of Monticello, Florida • City of North Lauderdale, Florida • City of Ocoee, Florida • City of Titusville, Florida • City of Vero Beach, Florida • Jefferson County, Florida • Nassau County, Florida Other Local Governments Clients ■ City of Everett, Massachusetts • City of Cherry Hill, New Jersey • City of Scranton, Pennsylvania • City of Alvin, Texas Education Doctor of Environmental Planning, Seoul National University, Seoul, South Korea Master of Urban Planning, Florida State University, Tallahassee, FL Bachelor of Science, History, Florida State University, Tallahassee, FL Lice nses/Certifications Emergency Management Institute— National Response Framework, FEMA ARC GIS Certification International Teaching Certification Organizations/Affiliations American Planning Association APA Florida Asian Planning Association CS Ambassador - Seoul Experience Years' Experience: 12 Years with Anser: 1 G ANSEW ADVISORY GOVERNMENT SERVICES GROUP, INC. An Amor Advisory Company CHRIS CURINGTON PROJECT MANAGER Chris Curington is a highly skilling program project management professional with over 12 years of specialized experience in grant writing and infrastructure project planning. Chris has served clients throughout the United States and internationally and contributed to numerous projects, including fire assessment and grant writing services, and renewable energy, residential, wastewater, stormwater, communication, and transportation infrastructure development projects. Working closely with the Anser American Rescue Plan team, Chris helping local governments become more efficient and focused on project analysis and program and infrastructure funding. REPRESENTATIVE EXPERIENCE City of Deerfield Beach, American Rescue Plan Phase I and II, Deerfield Beach, FL Chris is part of the team that is providing American Rescue Plan Phase I and Phase 11 needs assessment consulting and advisory services and formulating a spending plan for ARP funds distributed in the City of Deerfield Beach. The team identified spending priorities by the United States Treasury expense category, geographic or census tract area, aligning to locally adopted capital improvement programs, and revenue loss calculations and reviews for collectively over $16 million in combined ARP initiatives. Chris is currently assisting the City in selection of projects and administration of programs to help maximize long term local benefit, mitigate risk exposure, and ensure procedural and reporting compliance. City of Brooksville, American Rescue Plan Phase I and II, Brooksville, FL Chris is part of the team that is providing American Rescue Plan Phase 1 and Phase 11 needs assessment consulting and advisory services and formulating a spending plan for ARP funds distributed in the City of Brooksville. The team identified spending priorities by the United States Treasury expense category, geographic or census tract area, aligning to locally adopted capital improvement programs, and revenue loss calculations and reviews for collectively over $4 million in combined ARP initiatives. Chris is currently assisting the City of Brooksville in administering the ARPA funding and developing engagement strategies, holding public meetings, and collecting data to inform a regional gap analysis and select and administer projects which will maximize long term benefit to the local community. City of Newberry, Grant Writing Services, Newberry, FL Anser is assisting City of Newberry in continuing grant writing services for local infrastructure and economic development projects. Chris has submitted grants to the State of Florida to develop a regional Agri -tech business park and the Champions Park Sports Facility on behalf of the City. State of Florida Division of Emergency Management, Hazard Mitigation Grant Program, Tallahassee, FL As a Planner with the Hazard Mitigation Grant Program, Chris has assisted private and public sector agencies in disaster mitigation projects under the Hazard Mitigation Grant Program, Local Mitigation Strategies, FEMA, as well as the National Flood Insurance Program. Chris drafted, researched, and submitted successful grant applications leading to federal funding for local mitigation projects in five Florida counties. Seoul National University, City Energy Lab, Seoul, South Korea As a researcher in the City Energy Lab at Seoul National University, Chris participated in several projects focused on "Smart Energy Neighborhoods" with responsibilities including professional reports and academic journal submissions. Chris's other duties included the submission and editing of academic articles, research grant applications, website maintenance, and the organization and writing of the lab newsletter. Education Master of Arts Public Interest Media and Communication, Florida State University, Tallahassee, FL Bachelor of Arts, Digital Media Production, Florida State University, Tallahassee, FL Licenses/Certifications Graduate Certificate in Project Management, Florida State University, 2021 Organizations/Affiliations Project Management Institute Experience Years' Experience: 3 Years with Anser: 3 G ANSER" ADVISORY GOVERNMENT SERVICES GROUP, INC An Anse, Advisory Cumpe,ry HOLLY VERA PROJECT MANAGER Holly Vera is a program project management professional with specialized experience working with national program management teams in the delivery of grant management and compliance services. Holly previously supported the team working with Florida's Executive Office of the Governor on natural disaster recovery efforts that impacted many local governments throughout Florida. She also helped the grants management and financial validation consultants who primarily supported state and local governments seeking FEMA Disaster Response reimbursements. She has served as the Project Lead and supports the Senior Project Manager for CARES Act, FEMA reimbursement and grants administration services for several Florida government clients including Taylor County, Nassau County, and the Florida Department of Corrections. Her extensive experience with CARES Act has allowed her to incorporate those skills with ARPA clients and projects. REPRESENTATIVE EXPERIENCE City of North Lauderdale, American Rescue Plan Consulting Services, North Lauderdale, FL Holly is part of the team that is providing American Rescue Plan Phase 1 needs assessment consulting and advisory services and formulating a spending plan for ARP funds distributed in the City of North Lauderdale. The team identified spending priorities by the United States Treasury expense category, geographic or census tract area, aligning to locally adopted capital improvement programs, and revenue loss calculations and reviews for collectively over $16.3 million in combined ARP initiatives. Sarasota County, CARES Act Consulting Services, Sarasota County, FL In September 2020, Anser worked as the prime subcontractor to assist the County with CARES act funding distribution for individual, small businesses and art and health services organization assistance needed in response to COVID-19. Sarasota County allotted approximately $60 million for these programs required to be distributed to qualified individuals, businesses, and non-profit organizations within five months. Anser and the prime team seamlessly integrated into the existing County team to successfully distribute all of the funds. To accomplish this, the team had to learn, adapt, and map the processes; navigate a complex software solution; and coordinate activities across multiple levels of County government. Taylor County, CARES Act Consulting, Taylor County, FL Anser served as the Prime Contractor for Taylor County as part of the FDEM CARES Act administered program. Holly served as an Assistant Project Manager on a variety of initiatives. Anser worked closely with clients and provided the following services to the counties, such as: • Development of eligibility criteria for allowable programs or services, • Pre -award eligibility information • Allowable cost or service review • Application review to prevent duplication of benefits • Development of consistent documentation requirements compliant to United States Treasury guidance, FDEM requirements, County policy, Clerk of the Court's financial policies, and external audit requirements were pursuant to single audit provisions as well as application provisions promulgated in 2 CFR 200 • Individual assistance (foreclosure prevention, rental assistance, utility assistance) • Ongoing grants management • Development of post -award compliance checklist and documentation retention Education Bachelor of Science, Exercise Physiology, Florida State University, Tallahassee, FL Experience Years' Experience: 1 Years with Anser: 1 S G ANSEW ADVISORY GOVERNMENT SERVICES GROUP, INC. M Amer M ,loo,y Company KRISTIN PLEWS ASSISTANT PROJECT MANAGER Kristin Plews has a wide range of skills from her previous years of experience in customer service and serving clients in the healthcare and private sector. Since being with Anser, Kristin has been an essential part of the American Rescue Plan team. As an Assistant Project Manager, she has worked on various projects assisting with meeting deliverables and providing clients with the tools for successful implementation of the federal funds. REPRESENTATIVE EXPERIENCE City of North Lauderdale, American Rescue Plan Consulting Services, North Lauderdale, FL The City of North Lauderdale has been working closely with Anser on the implementation of American Rescue Plan funds. The team has been able to work closely with the City to assess priorities and align the projects with the ARPA funds. The focus for the usage of ARP has been resilience and long-term effects for the selection of projects. One of the focuses of the City of North Lauderdale was to provide direct help to its residents. The City is using ARPA funds for community development projects, in which the residents are receiving assistance for repairing their homes and strengthening the households against the hurricanes that are prevalent in South Florida. Anser will be assisting the City with all the varying projects but has been most involved in these ones — from creating a communications plan to reach residents to redesigning projects to be more accessible to North Lauderdale residents. City of Fernandina Beach, American Rescue Plan Consulting Services, Fernandina Beach, FL Anser has been working alongside the City of Fernandina Beach to formulate a resiliency plan specific to the City's needs for the American Rescue Plan Funds. The City has adopted the initiative to use the ARPA funds to preserve, conserve, and invest in the city. Being a coastline city, it has a history of flooding and storms, which have a large impact on the businesses and residents. Due to the stormwater concerns, the City is primarily using the funds to go toward water infrastructure and stormwater projects. The Anser ARPA team is collaborating with the City to allocate the remaining funds and aid in reporting and compliance for the selected ARPA projects. City of Dania Beach, American Rescue Plan Consulting Services, Dania Beach, MA Kristin is part of the team that is providing American Rescue Plan Phase I needs assessment consulting and advisory services and formulating a spending plan for ARP funds distributed in the City of Dania Beach. The team is currently identifying spending priorities by the United States Treasury expense category, geographic or census tract area, aligning to locally adopted capital improvement programs, and revenue loss calculations and reviews for collectively over $13.6 million in combined ARP initiatives. City of Mascotte, American Rescue Plan Consulting Services, Mascotte, FL Kristin is part of the team that is providing American Rescue Plan Phase I needs assessment consulting and advisory services and formulating a spending plan for ARP funds distributed in the City of Mascotte. The team is currently identifying spending priorities by the United States Treasury expense category, geographic or census tract area, aligning to locally adopted capital improvement programs, and revenue loss calculations and reviews for collectively over $3 million in combined ARP initiatives. Township of Cherry Hill, American Rescue Plan Consulting Services, Cherry Hill, NJ Kristin is part of the team that is providing American Rescue Plan Phase I needs assessment consulting and advisory services and formulating a spending plan for ARP funds distributed in the Township of Cherry Hill. The team is currently identifying spending priorities by the United States Treasury expense category, geographic or census tract area, aligning to locally adopted -capital improvement programs, and revenue loss calculations and reviews for collectively over $11.6 million in combined ARP initiatives. Education Bachelor of Arts, Communication, University of North Florida, Jacksonville, FL (2023) Associates of Arts, Tallahassee Community College, Tallahassee, FL Experience Years' Experience: 1.5 Years with Anser: 1.5 G ANSEW ADVISORY GOVERNM NT SERVICES GROUP. INC MAnger AUVNPICO,PPeny DANIELLE HENDRY ASSISTANT PROJECT MANAGER Danielle Hendry is a program project management professional with specialized experience helping local governments become more efficient and focused on project analysis and program and infrastructure funding. Danielle has helped local and state governments alike implement the processes and policies necessary for greater human and financial resource efficiency, from grant compliance to eligibility requirements. REPRESENTATIVE EXPERIENCE State of Florida, Emergency Rental Assistance Program (ERAP), Florida Tidal Basin retained the Anser ARPA team in May 2021 to help with the Emergency Rental Assistance Program - the state application of the American Rescue Plan Act. As such, this was an opportunity to aide citizens from all parts of the state of Florida with rental and utility assistance. This propelled the state of Florida forward by alleviating the stress of overdue (or prospective) utility and rental bills for tenants, landlords, and utility companies. The ERAP daily duties consisted of: ■ ■ • • • Pre -Award eligibility determination Application review to prevent duplication of benefits Ensure the team is up to date with understanding new implementations as the program progressed Supervise a team of 25 Eligibility Specialists to ensure cases are worked correctly and in a timely manner Train employees on program eligibility, program logistics, and computer skills City of North Lauderdale, American Rescue Plan Consulting Services, North Lauderdale, FL The City of North Lauderdale, Florida retained the Team in March 2022 to administer the Storm Protection and Residential Home Repair Programs. We worked closely with representatives from the County in developing Storm Protection and Residential Home Repair Programs based on eligible and reimbursable expenditures. Components of these programs included: • Development of eligibility criteria and deliverables for allowable programs or services • Pre -Award eligibility determination i of benefits and ibi ty applicants • Application review to prevent duplication ensure eligibility of aNNn�anw (Individuals, Non -Profit, and Small Business) • Individual and small business assistance • Ongoing grants management and development of post -award compliance checklist and documentation retention • Communications Plan and Social Media Development • Presentations and Deliverables of ongoing programs at Informational Sessions City of Brooksville, American Rescue Plan Consulting Services, Brooksville, FL The City of Brooksville retained the team in March 2022 to lead on compliance and oversight of their received ARPA funding. We worked closely with representatives from the County in developing their Request for Proposals on the projects to be done with ARPA funding. Wakulla County, Septic to Sewer Program, Wakulla County, FL Wakulla County retained the Anser team in December 2021 to help with the Septic to Sewer Grant Program. As such, this was an opportunity to aide residents of Wakulla County with septic and sewer home renovation. The local Wakulla County Septic to Sewer Program surrounds the following activities on an everyday basis: • Pre -Award eligibility determination, • Application review, • Documentation review, • Application outreach if more information is needed, • Contractor outreach April 22, 2022 City of Opa-Locka RFQ NO: 22-0422100 ARPA FUNDING CONSULTING SERVICES The Balmoral Group 165 Lincoln Avenue Winter Park, FL 32789 407-629-2185 x104 Valerie Seidel, President 1 Tab 1 - Table of Contents Tab 1 - Table of Contents 2 Tab 2 - Letter of Transmittal 3 Tab 3 - General Information 4 Tab 4 — Project Approach 5 Tab 5 — Experience and Qualifications (Personnel History and Experience) 7 Tab 6 —Schedule 10 Tab 7 — Pricing of Services 12 Tab 8 — References (Past Performance and Experience) 14 Tab 9 — Additional Forms 16 2 Tab 2 - Letter of Transmittal April 18, 2022 CITY OF OPA-LOCKA Office of the City Clerk 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 Re: RFQ NO: 22-0422100 ARPA Funding Consulting Services As the COVID-19 pandemic reaches its two-year milestone, sales tax revenues and economic activities have seen increases. However, year to year revenue expectations are still below pre -pandemic forecasts. During COVID-19, the City of Opa-Locka took extraordinary actions to protect the public health, safety and welfare of its citizens and businesses. Additionally, Congress passed the American Rescue Plan Act (ARPA) in order to invest in communities and mitigate the harm caused by COVID-19. Opa-Locka was awarded $7,957,062 as part of this Act and requires a consultant to assist the city in ensuring compliance with federal, state, county and other agency requirements through these funds. The Balmoral Group presents its qualifications to perform the above work for the City. We are very familiar this type of work and have specifically provided grants management services for Hernando County and the City of Edgewood (ARP Funds), as well as advisory services to clients seeking to match ARPA funds with other funding sources. We are also well -versed in requirements for reporting and for allowable use of funding. Since 2014, The Balmoral Group has provided grant management services to the Gulf Consortium, the organization of the 23 Gulf Coast counties charged with implementing $293 million in funding (Florida's RESTORE Council Bucket 3) from the Deepwater Horizon settlement. The following persons are authorized to make representations for The Balmoral Group. • Valerie Seidel, President at 165 Lincoln Avenue, Winter Park, FL 32789, Phone 407-629-2185 x104 • Jennifer Nunn, Vice President/Corporate Secretary at 165 Lincoln Avenue, Winter Park, FL 32789. Phone 407-629-2185 x108 The undersigned Valerie, Seidel, President certifies the contents of this response to the City's Request for Quotes. Valerie Seidel President The Balmoral Group 3I Tab 3 - General Information Name of Business: The Balmoral Group Mailing Address and Phone Number: 165 Lincoln Avenue, Winter Park, FL 32789 407-629-2185 Names and contact information of persons to be contacted for information or services if different from name of person in charge. Valerie Seidel, President, 407-629-2185 ext104 Normal business hours. Monday — Friday 8am-5pm State if business is local, national, or international and indicate the business legal status (corporation, partnership, etc.). Local business. LLC Give the date business was organized and/or incorporated, and where. August 5, 2004 in Florida Give the location of the office from which the work is to be done and the number of professional staff employees at that office. Winter Park, Florida Indicate whether the business is a parent or subsidiary in a group of firms/agencies. If a subsidiary, please state the name of the parent company. Parent State if the business is licensed, permitted and/or certified to do business in the State of Florida and attach copies of all such licenses issued to the business entity. Licensed to do business in Florida 41 Tab 4 - Project Approach Kickoff Meeting Timing is critical with grants management. Our first step will be to meet with City and obtain information regarding planned improvement projects, overall objectives, funding available from internal sources for matching, and timelines. A proposed status meeting schedule and confirmation of all administrative details, including signature routing, delegated authority and turnaround times, would be agreed at task inception and maintained timely throughout the task assignment. We would work closely with City administration and stakeholders to identify the particular utility infrastructure projects in order to align projects with potential funding source priorities. Grant Administration Services Once potential grants are identified, a draft schedule of all required submittal data, deliverables, monitoring and anticipated funding will be prepared for review with the project team to ensure common understanding of grants management requirements. The team will prepare grant application language, milestones and other draft content for confirmation and review with the City, and timely submittal of all required forms. Upon award, all relevant dates and reporting requirements will be flagged to ensure compliance. We will confirm that all required tracking is setup properly to support grant disbursement and avoid "claw back" in later audits. Thirty days' notice for all deadlines will be entered into calendar appointments for all critical dates, allowing sufficient time to gather documentation and prepare forms for any required review or approval by the City. One hundred twenty days prior to scheduled end of the performance period, we will confirm project progress toward close-out, or request a No Cost Extension if timely completion is in peril. We will prepare all Closeout documentation and file timely, in coordination with Financial reporting. Finance/Program Recommendations This task includes procurement oversight, organizing, reviewing, evaluating, auditing, and tracking requests for CSLFRF reimbursement, response to requests for audit information. Our accounting team strictly follows all Federal Acquisition Regulation (FAR) guidelines for internal and external financial reporting purposes. We use a cost accounting system for our projects and we would use the same to meet the City's accounting needs as well. All of our consolidated financial statement preparation is done in accordance with generally accepted accounting principles (GAAP). We use a DCAA-compliant brand of accounting and timekeeping software and create unique and distinct job numbers for each individual project for our clients. Our employees are then able to specifically divide their time worked among these projects down to the minute. Our accounting team routinely audits the employee's time sheets for completeness and correctness. We propose to build on our use of this software to include all tasks and responsibilities for the City, and define as many job numbers (and sub -tasks) as needed to accommodate the scope of activities. The Balmoral Group has extensive experience with Florida financial records, disclosure, and reporting laws having worked with city, state, state authorities for over 12 years. We have been excellent stewards of millions of dollars in state contract dollars in terms of fiduciary duty, financial management, and efficiency. We would treat the financial reporting, record keeping, and financial management of the ARP grants with the same due care and consideration. Our staff are also well -versed in compliance requirements (mainly 5 2 CFR part 200 for federal funding), and the effects of compliance on procurement, timing of funding, cost allocation, post -award monitoring, reporting, and close-out. As a result of our proactive approach to ensuring compliance with requirements for internal controls and segregation of duties, we were able to achieve an improved risk rating for the Gulf Consortium, allowing the Consortium to access funds timelier and with less overhead cost. Our grant consultants have performed oversight on procurements and audits related to The Gulf Consortium and has processes in place to ensures that all projects are executed in compliance with applicable regulations and federal guidelines. These processes would be directly applied to the City of Opa-Locka. Monthly and final reports will be provided to the City which summarize total reimbursement requested and total expenditures. Additionally, monthly detailed billing statements regarding our hours and cost incurred providing these consultancy services will be provided. Workshops This task identifies city commission workshops. TBG has established broad skills in group facilitation, promoting mindful discussion, and consensus development. Our specific experience in consensus building and developing participant buy -in through improving pools of options, sharing understanding of positions, and creating synergies for the City is an additional added value. The number of workshops facilitated will be determined at project kick-off. Dashboard An easily accessible online data dashboard will allow the public and other City stakeholders to access in real-time all ARPA grants activity and funding status. An example of this online data dashboard is illustrated in our work for the Gulf Consortium. Because of the federal funding underpinning all of the Gulf Consortium's projects and Sunshine Law requirements around all Gulf Consortium projects, transparency is of utmost importance. To maintain transparency and improve communication, we developed an online dashboard to monitor project status and review available funding. Balmoral developed the dashboard so that policymakers (and their staff) have constant access to current information - a sample page is shown in Figure 1 and at: http://datavisual.balmoralgroup.us/GulfConsortiumProlects. Federal funding Figure 1. Example dashboard grants management status reporting management requires planning and aggressive grants management to ensure project performance aligns with grant contract schedules. All of our staff put forward for this project have experience with grant requirements and the importance of understanding scope specifications and deliverables schedules. 'or SI Grant application status Camty radrn Istambia l0 films 731110440 Pa<o Pried Pain_ kola Rr7OKt 01717IM RAAMS 51.1043 10.1; 066141 Pul4M1 Atf CIS 71013141 laao4110 Wdlidnfnn mdy 1-1: Cayow (070 Conlamineled Sediment submitted - In Reme411171 hn)sd -100 R15TORf review 127: 110,47,1114110111/ fedol Key 0Ys1e1 RPSUMAI1110 in Re313101ion RI51059 lefew 11.2. C10031101,115lleme Carol Rnat Ramp -1030 41,0,4.111' 141:'WNW Roel Program 100 and Avardedl!! Mavlaiog 15.1: Cott Ri¢IIq Walnnhml 5lamwnler .7 hold Management Plgxl - Construction 15.5: Adifeial Re1.A Program • Hudson Real Awarded!!! 154:C1owe lake lyddloblpe Restoration Withdlewn GULF4' CONSORTIUM An10inn 10 51,24.555 51.0.05.41, 3611.040 1413.201 35041.440 1111005 _ _ . ..... 10.. 112.511.111 < 7017 Status •001,143401 •41,7014 •RmemiI,IJ.. •x6 11:- • Wn!M1309 a10403111111 n hold !IISUUMI 1100 - in Ib51011110ayi0W :ubndund to RE770571CN0 Wllbdrawn Wage Tab 5 - Experience and Qualifications (Personnel History and Experience) The Balmoral Group has been in business for 18 years. A key strength of our firm stands in the combination of technical/engineering expertise and grants administration experience. This understanding of infrastructure project design and permitting provides important context in our grant management services. The Balmoral Group is experienced with detailed research and compilation of available state, federal and private funding sources. Recently, we provided similar services to the Indian River Lagoon Council in regards to stormwater and water quality funding for their CCMP (Figure 2). The team reviewed hundreds of funding sources for compatibility with IRL objectives, identified those most likely to be successful, matching requirements, timelines and probability of success. Similar work was completed for Miami - Dade County, identifying public and private sources to improve waterfront access for recreation. Figure 2. Example from IRL project of state sources for funding CCMP objectives Funding Program Beach Management Funding Assistance Program Coastal Partnership Initiative program Federal Clean Water Act Section 319(h) Funding M 1 10 �.I d IS 2 N a 1 cC 6 x x 8,719481 x x x x 35,000 x x x x 325,000 x x 65,625 x 74,000 x 1,500,000 x x x 125,000 x x 578,000 500,000 x x 155,855 x 163,452 Stan Mayfield Working Waterfronts grant program Rural and Family Lands Protection Program SJRWMD - District Wide Cost Share Program SJRWMD - Agricultural Cost -Share Programs SFWMD - Cooperative Funding Program x FFWCC - Derelict Vessel Grant FFWCC - Florida's State Wildlife Grants Program FFWCC - The Harmful Algal Bloom (HAB) Grant Program $12.2M Figure 3 describes the relationship of the Management Team to Opa-Locka. Valerie Seidel, Manager, will be supported by Dan Dourte, Ph.D., Amy Bainbridge, M.S. and Richard Bernier, MBA. Administrative staff will also be available for the duration of the project. Ms. Seidel, Dr. Dourte, and Ms. Bainbridge all have experience researching, drafting and shepherding grant applications and award documents through the grant funding process. While not shown in the organizational chart, The Balmoral Group includes 10 additional P.E.'s, and 8 non-P.E. engineers for support. Richard Bernier, Controller for The Balmoral Group, will provide financial management and accounting services support. Mr. Bernier has provided similar duties over the past two years disbursing grants under the State Expenditure Plan for the Gulf Consortium and related reporting and compliance services for Hernando County and City of Edgewood American Rescue Plan Grant Consultant services. 7 Figure 3. Staffing Chart Commissioners Valerie Seidel Principal in Charge Daniel Dourte Grant Manager Amy Bainbridge Grant Specialist Richard Bernier Controller Valerie Seidel will be Principal -in -Charge for this contract. Valerie Seidel spent ten years as a federal regulator and is very familiar with the federal working timelines, practice, and terminology. Valerie has worked closely with clients to secure State and Federal funding for a broad range of projects. She is principal in charge for the Gulf Consortium which oversees the BP Oil spill funds and for Hernando County and City of Edgewater ARP grants management. Past examples include assisting the St. Johns River Water Management District in developing grant requests from the USEPA through the National Estuary Program to evaluate the effects of sea level rise on seagrass habitat in the Indian River Lagoon. Valerie was project manager on a project for Highlands County Economic Development Council which included two grant requests through the Florida Defense Alliance for economic development strategies tied to the presence and activities of the Avon Park Air Force Range, including a proposed runway expansion. For Seminole County she assisted in its efforts to secure a Homeland Security grant for a business resource inventory for emergency support functions and coordinated with the City of Webster to obtain a technical assistance grant from the Dept. of Economic Opportunity for analysis of the impacts of recreational trail facilities Valerie Seidel Education: M.S. University of Sydney (AU), Economics B.S. Accounting, University of Tampa Daniel Dourte, Ph.D., Senior Consultant: A skilled facilitator and project manager, Dr. Dourte works closely with RESTORE Coordinators from the 23 counties of the Gulf Consortium facilitating 10-12 meetings each year, in which county personnel convene on lessons -learned from implementation of grant projects funded by Treasury and RESTORE Council. Dan co -led the Edgewood project, assisting the City in determining how best to manage their ARP funds. Other past work includes the USDA project - Southeast Climate Extension, which included workplan development across multiple government agencies, universities and disciplines, strategy development and regulatory compliance. Daniel Dourte Education: Ph.D., UF, Agricultural and Biological Engineering B.S., Messiah College, Mechanical Engineering 8 Amy Bainbridge is efficient and highly effective in data collection, grant application drafting and grants management and monitoring. Amy completed her Masters working on SEANET, a $20 million NSF -funded research program. She has been involved with grant support to Gulf Consortium management, City of Edgewood and Hernando County, as well as the IRL funding research, reviewing hundreds of funding sources for compatibility with IRL objectives. For this project she will provide grant support to Dan and Valerie, and subject matter expertise. Amy Bainbridge Education: M.S. University of Maine, Economics B.S. UCF, Economics (Honors) B.A. Ohio State, English Richard Bernier, Controller for The Balmoral Group, will provide financial management and accounting services support. Mr. Bernier has provided such duties over the past two years disbursing grants under the State Expenditure Plan and American Rescue Plan Grant Consultant Services for Hernando and the City of Edgewood. Richard Bernier Education: B.S. Business Administration and Management Master of Business Administration Unlike consulting firms dedicated to either management or accounting services alone, The Balmoral Group can provide additional capacity in research, statistics, finance, GIS and engineering. Questions or concerns that would otherwise require subcontracting may be addressed "in-house" efficiently by staff familiar with grants management, local government planning, and state and federal funding. In sum, TBG can complement its indicated grant management services with its recognized skills in natural resource economics, community level socio-economics and civil engineering. Resumes for key personnel are included on the following pages. 9 EXPERIENCE 32 years EDUCATION • University of Sydney, Australia; Master of Commerce in Economics • University of Central Florida; Post- graduate studies: Environmental Economics • University of Tampa; Bachelor of Science Accounting, Economics PROFESSIONAL • Leadership Florida Class XXXI • American Applied Economics Association • Association of Environmental and Resource Economists VALERIE SEIDEL Principal Economist the ba moral PROFILE Valerie Seidel is President and Principal Economist of The Balmoral Group. Her economics experience has focused on infrastructure and resource valuation, GIS/statistical models of resource allocation and optimization, and cost -benefit analysis. She has completed projects researching economic impacts of public policies, and application of econometric methods. She has proven ability to manage detailed and sensitive projects successfully, participate in public forums to address concerns of stakeholders, and generate innovative solutions to complex issues. RELATED EXPERIENCE Manager, Gulf Consortium Principal in Charge; developed organizational architecture to oversee management of Florida Oil Spill Impact funding (approximately $300 million) for the 23 Gulf coastal counties in Florida, including Board administration, budgeting, coordination of grant requests with U.S. Treasury, compliance, internal controls, and public meetings. Office of Energy Hybrid Conversion Efficiency Study, FDACS Project Manager. Designed and implemented survey of owners of hybrid vehicles who installed conversion kits to allow "plug-in" charging of their hybrid vehicles. The survey was administered electronically and through direct mailing. Responses were collected and compiled for analysis. With funding from the American Recovery and Reinvestment Act, the program provided rebates of up to $5,000 to 68 participants. A requirement of the federal grant was to monitor the outcome of the rebate program and to estimate its impact on fuel use and related emissions of carbon dioxide. Predictive Economic Impact, Webster Trail, FDEO Principal. Estimated economic impacts from two alternative alignments of the Coast -to -Coast Connector Trail were prepared to support the City's grant from FDEO. The two alignments generate varied local revenues and visitorship/user trips due to proximity to different population centers and differing spending opportunities in each corridor. Estimated employment, income, and spending impacts over ten years were prepared and presented at a public workshop. Valuation of Wetland Ecosystem Services, U.S. EPA. Researcher. This project developed an economic model using GIS data on land use and 190,000 parcels to estimate economic values of wetlands in Florida. Compiling extensive databases of GIS data including historical parcel ownership data, land use, aquifer recharge, wildlife habitat corridors, and water quality, this project included preparing wetland maps of 120 sites throughout three Central Florida counties based on wetland type, condition, size and proximity to selected economic factors, for reference by researchers and the public. The information was used to develop a computer -based survey to measure public perceptions of value using choice -set modelling. The study was funded by an EPA STAR Grant. Waste Less Recycle More Program Review, NSW EPA, Australia Reviewed NSW EPA Litter Prevention and Illegal Dumping funding programs for cost effectiveness. Litter Prevention data was reviewed at grant level and expenditures and progress were measured against overall program outcomes. Summary reports for each fund were provided for a master report summarizing all eight EPA WLRM funding programs. The final report was presented in a Cabinet Minute for NSW Environment Minister. The Knowledge You Need, The Integrity You Trust"' The Balmoral Group EXPERIENCE 16 years SOFTWARE PROFICIENCY • R Studio • MATLAB Simlab SWAT AFSIRS • WaterFootprint • MODFLOW • HYDRUS SCS Runoff Curve Number Green-Ampt DSSAT EPIC • GIS • ArcGIS QGIS EDUCATION • University of Florida Ph.D. and M.E.; Agricultural and Biological Engineering Messiah College, Grantham PA; B.S. in Mechanical Engineering PROFESSIONAL AFFILIATIONS • Member, ASABE Member, AWRA PROFILE Dr. Dourte has coordinated large, regional, inter -agency projects with policy impacts, and multi- year, multi -agency grant funding. He is experienced in model development, programmatic strategy, spatial data analysis, risk management, stakeholder engagement and education, and software development for decision support. RELATED EXPERIENCE Risk -Based Vulnerability Assessment of the Indian River Lagoon to Climate Change, IRL NEP Provided technical support and outreach assistance. Applied EPA 2014 Workbook Protocol to complete a lagoon -wide vulnerability assessment related to climate change. Assessed risks relating to CCMP action plans and corresponding climate -related vulnerability, identified methods to provide data consistently and accessibly to stakeholders and prepared consequence/probability matrix for risks to IRL. City of Edgewood American Rescue Plan The Balmoral Group was tasked by the City of Edgewood with supporting the establishment of priorities and providing guidance towards decision making for spending of the Rescue Act funds. Tasks included a presentation and technical memorandum providing an overview of ARP process for funds, rules, and eligibility as it related to the City of Edgewood. Implementation of American Rescue Plan Program, 2021 for Hernando County Provided assistance with the creation and implementation of a plan to provide disbursements to pass through entities such as the Constitutional Offices, Not -for -profits, and Municipalities. Assisted with research and procurements related to the ARP 2021 Act and strategic planning to determine and analyze spending options. Provided Monthly Project schedule progress reports to the county. Manager, Gulf Consortium Grants and Project manager, overseeing management of Florida Oil Spill Impact funding (approximately $300 million) for the 23 Gulf coastal counties in Florida, including Board administration, budgeting, coordination of grant requests with U.S. Treasury, and all communications with 23 county commissioners, and 6 governor's appointees. Chair, Water Resources Council, FDEP Project Manager for this legislated entity which coordinates all long-term water monitoring activities among government bodies charged with managing or monitoring Florida waters, per Section 373.026(3), Florida Statutes. Responsible for agenda management, Council administration, and committee coordination among twenty-one multi -agency stakeholders through meetings, projects, and online resources. The Council facilitates data and education coordination among water quality monitoring reporting entities. The Knowledge You Need, The Integrity You TrustTM The Balmoral Group EXPERIENCE 7 years SOFTWARE PROFICIENCY • ArcGIS • R Studio • STATA • Limdep EDUCATION • University of Maine; Master of Science in Resource Economics & Policy • University of Central Florida; Bachelor of Arts, Economics I I IC VI Illl Jla to University; Bachelor of Arts, English PROFESSIONAL AFFILIATIONS • Association of Environmental and Resource Economists, Member • American Water Resources Association, Member the ba moral PROFILE Amy Bainbridge is a Resource Economist and Grant Specialist with The Balmoral Group. Amy is a strong technical writer, GIS analyst and policy analyst. She has experience addressing concerns of stakeholders, community members, and policy makers in a variety of settings including local, state, national, and international settings. RELATED EXPERIENCE City of Edgewood American Rescue Plan The Balmoral Group was tasked by the City of Edgewood with supporting the establishment of priorities and providing guidance towards decision making for spending of the Rescue Act funds. Tasks included establishing interviewees with council member and staff to determine project preferences, gage a general understanding of the American Rescue Plan (ARP) Act, prepare and present an overview of ARP and workshop. Implementation of American Rescue Plan Program, 2021 for Hernando County Provided assistance with the creation and implementation of a plan to provide disbursements to pass thru entities such as the Constitutional Offices, Not -for -profits, and Municipalities; assistance with procurements related to the ARP 2021 Act; Strategic planning to determine and analyze spending options; Monthly Project schedule progress reports. Grants and Project Specialist, Gulf Consortium Grants and Project specialist, screen grants to be approved by the Gulf Consortium using guiding criteria for Florida Oil Spill Impact funding (approximately $300 million) for the 23 Gulf coastal counties in Florida. Review submitted grant application materials and assist counties in identifying and/or prioritizing preliminary project concepts, and finalizing project nomination forms. Ensure projects are eligible for RESTORE Act funding and consistent with the goals, objectives and guiding principles (including Best Available Science practices) requirements. Indian River Lagoon Comprehensive Management Plan Support The Balmoral Group was tasked with updating and expanding the IRL Restoration project list with projects grouped in categories of activities that align with the CCMP. Projects within the IRL Restoration Project List were prioritized based on stakeholder input, quantified benefits to the lagoon, "shovel ready" status and economic cost. Economic cost estimates were prepared. Tasks included reviewing funding programs and providing additional sources of financial assistance and finance strategy assistance. Perceptions of and Preferences for Marine Coastal Issues Studied citizen preferences for environmental priority areas in order to determine growing demands for coastline usages. Identified coastal zone priority areas included Coastal Hazards in the form of impacted infrastructure (roads, bridges, buildings) in support of hazard mitigation and Cumulative and Secondary impacts of development including impacts of barriers such as dams or undersized road crossings in rivers and streams. Tasks included evaluating citizen perception of and preferences for coastal zone priority areas in order to accommodate demand and examine considered alternatives. Worked with the University of Maine, Maine SEAGRANT, members from NOAA NCCOS as well as Maine stakeholders, community members, county planners, etc. The Knowledge You Need, The Integrity You TrustIm The Balmoral Group EXPERIENCE 23 years EDUCATION B.S. Business Administration and Management Master of Business Administration PROFESSIONAL AFFILIATIONS Member, Institute of Management Accountants Member, Controllers Council CERTIFICATIONS Certified Professional Controller Certified Business Manager ba moral .."--- group PROFILE Richard Bernier has over 20 years of experience in the financial field where he has improved financial systems to reduce audit costs, controlled expenses by researching new services and products and implementing forecasting controls to prevent any over spending on contracted programs. He started his career as an Audit Supervisor and holds a Bachelors of Science and two Masters' degrees. Recognized as the southeast regions Financial Executive of the Year in 2003 for the accomplishments achieved with Excel Alternatives, Inc./ACS, a non-profit alternative education organization. RELATED EXPERIENCE City of Edgewood American Rescue Plan Controller. Prepare revenue loss calculation and presentation to City Commissioners, update Technical Memo. Finance Manager, Gulf Consortium Manages the accounting records and is responsible for the production of financial reports from grant payment request review to disbursements of the BP Oil Spill Impact Funds for 23 Florida Gulf Coast Counties. Oversees all employees involved in the accounting process. Creation of controls and procedures in order to ensure compliance with internal policies along with state and federal control requirements. Responsible for creating the annual budget and interim financial statements of the Gulf Consortium as well as directly facilitating the annual independent audit. Hernando County American Rescue Plan Program Services Controller. Review requirements and run revenue calculations. Excel Alternatives, Inc./ACS Senior Financial Executive. Directed all financial reporting, monthly closing activities, budgeting, forecasting, contract monitoring and reporting, cash management, accounts payable, accounts receivable, payroll, information technology, and banking relations. Facilitated strategic and operational planning for the youth services division. Managed $12 million dollars annually in Workforce Investment Act (WIA) grants to assist "at -risk youth". Developed a formal budgeting system and service pricing model used to manage 11 schools and 4 federal youth employment contracts. Directly facilitated the annual A-133 Single Audit. The Knowledge You Need, The Integrity You TrustTM The Balmoral Group Tab 6 - Schedule The following timetables assumes an earliest start date of June 1, 2022. Task Complete Date Total Hours Initial Draft Project List & Workshops Kickoff Meeting and preparation; Prepare and disseminate meeting minutes 6/1/2022 23 Review current infrastructure projects for ARPA reimbursement eligibility; Interviews with Council Members/Staff 6/30/2022 38 Develop Recommendations for programs in the 1) Public Health & Economic Responses and (2) Premium Pay for Essential Workers; Identify alternate sources of funding to leverage ARPA funds and the availability for ARPA funds to be utilized as part of any matching requirements. 7/15/2022 20 Materials preparation and scheduling coordination 7/30/2022 10 Initial/draft calculations of estimated revenue loss potentially eligible for ARPA funds 7/30/2022 6 City Commission ARPA Workshop facilitation and discussion of the optimal mix of ARPA projects best addressing City needs. 8/15/2022 34 Grant Management and Compliance Oversee all procurement undertaken in conjunction with ARPA projects to ensure it is executed in full compliance with applicable regulations and federal guidelines; Use generally recognized accounting principles in carrying out any services according to the contract; Provide City with monthly and final reports summarizing the total reimbursement requested, total expenditure by Project Worksheet and any exceptional circumstances; Assist in tracking all documentation submitted to all relevant agencies; Maintain records of all documentation provided by the City submitted to any agency for reimbursement. 2/29/2024 106 Timely submittal of required period and comprehensive reporting, with monthly status update reporting on ARPA projects to the City Manager, or as nePriPd; Provide monthly detailed billing statements regarding hours expended by project and cost incurred in providing these consultancy services. 2/29/2024 20 Assist City in completing the appropriate documentation required for Federal grant funding and the submission of all eligible expenditures to the appropriate agencies within required deadlines; Provide assistance in identifying and ensuring that all eligible expenses have been quantified and presented for reimbursement; and that meet Treasury guideline 2/29/2024 6 Provide technical assistance with the development, promotion, and maintenance of a web -based portal to provide public information regarding the status of ARPA project implementation. 2/29/2024 15 Work with City external auditors in the completion of City Single Audit Reports to develop the Schedule of Federal Expenditures associated with SCLRFR for the fiscal year audits; Additionally, when appropriate, work with external agencies having ARPA oversight responsibilities to ensure City always remains compliant with all ARPA requirements. 2/29/2024 14 Assist the City in organizing, reviewing, evaluating, auditing, and tracking requests for CSLFRF reimbursement. Reconcile City invoices with City CSLRFR reports. 2/29/2024 12 10 Evaluate timesheets for eligibility and audit timesheets against payroll records. Assist in the preparation of final submission for the U.S. Inspector General review. Assist the City in organizing, reviewing, evaluating, auditing, and tracking requests for CSLFRF reimbursement. Reconcile City invoices with City CSLRFR reports. Evaluate timesheets for eligibility and audit timesheets against payroll records. Assist in the preparation of final submission for the U.S. Inspector General review. 2/29/2024 10 Administrative Assistant Services will be provided with submittal of required period and comprehensive reporting, documentation, and grant services 2/29/2024 40 11 1 Tab 7 - Pricing of Services The fee is included on the RFQ supplied form, which follows. 121 RFQ NO: 22-0422100 PRICE PROPOSAL FORM 1. Provide the hourly rate of each category of Proposer's staff to be engaged in this project. The hourly rates are provided below as requested by the Price Proposal Form. A total price was uploaded in DemandStar with the submittal as required by the DemandStar submittal. Title Hourly Charge Principal Consultant/Principal Senior Consultant/Sr Grant Specialist -PM Senior Consultant/Compliance Specialist Consultant/Grant Specialist Administrative Assistant $260 $150 $150 $100 $60 13 1 Tab 8 - References (Past Performance and Experience) The following references provides descriptions of relevant projects and includes contact information for each. Reference #1 - Gulf Consortium Management Services The Balmoral Group currently manages the Gulf Consortium, which holds responsibility for disbursing $293 million in federal funds relating to the Deepwater Horizon oil spill. The Consortium is a special entity created by an interlocal agreement under Chapter 163, comprised of 23 Florida counties and 6 Governors' appointees. Since initial award of the management contract, Balmoral developed policies and procedures to stand up the entity, proactively improved the Consortium's risk rating with federal regulators, achieved compliance with all applicable federal policies, and provided advisory services across the 23 counties to ensure timely disbursement of funds. Balmoral's consultants have processed more than $53 million in grant applications to date and coordinated with more than a dozen regulatory agencies to identify compliance or permitting constraints early in the process, for timely and complete regulatory review. To maintain transparency and ease of communication, The Balmoral Group introduced online reporting, which provide policymakers (and their staff) with current information about the status of all grants under management, the rates of expenditure on project funding, oversight and management costs, and the types, timing and funding sources of forecast projects (see Figure 4). Balmoral developed the dashboard so that policymakers (and their staff) have constant access to current information; see more detail at http://datavisual.balmoralgroup.us/GulfConsortiumProjects. Figure 4. Example dashboard grants management status reporting Grant application status County Protect Name tor RAAMS Status Amount Taylor 10-1: Coastal Public Access Program Feasibility Withdrawn S0 Study bearable 1-1: Bayou Chico Contaminated Sediment submitted - in 11,228,553 Remediation Project - MD 0050080 review Lew 12-0: Suwannee Sound / Cedar Key Oyster RESUBMIT -13U - in 12,073.490 Restor,linn RCSTORC review 111101 1.1./1 Crass 010 140 IIa10e Canal 0041 Ramp • 1BIO Awmdad11! 0895,071 Hernando 14-I: Artificial Reel Program 140 and Awarded!!' 5453,80/ Monitoring Pasco 15-1: Port Richey Watershed Slomuvater on hold 15,081,444 Management Project - Construction Pasco 15-5: Arlillcial Reel Program - Hudson Reef Awarded!!! Pasco 15-7: Crews Lake Hydrologic Restoration Withdrawn Total CONSORTIUM 'erBl < 7of7 1117,905 00 102.603.386 Status •r,lr I�r��u Awardcdlll 0,1 hold ItESUBMI I I tL1 - in 121.510(11, review sal rnIttu11 in 0(50000 review: Withdrawn ,,,I. 01 ,11 I1!! Contact Person: Lynn Hoshihara, Legal Counsel to the Gulf Consortium, Phone 850-224-4070, Ioshihara@ngn-tally.com Hernando County 2021 American Rescue Plan Grant Administration The Balmoral Group was retained to provide timely and federally compliant management of the American Rescue Act Funds received by Hernando County. TBG developed and implement a grants management 14 1 program for Hernando County's American Rescue Plan funding. The COVID stimulus funding is intended to comply with all ARP 2021 Act requirements and extend to eligible constitutional offices, not -for -profits and municipalities. The approach included establishing parameters for reviewing eligible grants, establishing parameters for determining whether COVID impacts are relevant to grant programs, drafting subrecipient agreements, reviewing applications, approving award and expenditures, and tracking compliance for the County. Monthly status reports were provided to the county. Contact: Toni Brady, MBA, CPM, Director, Office of Management & Budget Board of County Commissioners Hernando County Phone: (352) 754-4413 Email: tbrady@co.hernando.fl.us City of Edgewood American Rescue Plan Grant Consultant Services The Balmoral Group was tasked by the City of Edgewood with supporting the establishment of priorities and providing guidance towards decision making for spending of the Rescue Act funds. Tasks included a presentation and technical memorandum providing an overview of ARP process for funds, rules, and eligibility as it related to the City of Edgewood. Contact: John T. Freeburg, Chief of Police Phone: (407) 851-2820 Email: jfreeburg@edgewood-fl.gov 15 1 Tab 9 - Additional Forms The following documents are included within this section • Proposer Qualifications • Certification regarding debarment and suspension • Drug Free workplace certification 16 1 CITY OF OPA-LOCKA CERTIFICATION REGARDING DEBARMENT, SUSPENSION PROPOSED DEBARMENT AND OTHER MATTERS OF RESPONSIBILITY 1. The Proposer certifies, to the best of its knowledge and belief, that the Proposer and/or any of its Principals: A. Are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency. B. Have not, within a three-year period preceding this proposal, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and C. Are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph 1-B of this provision. 2. The Proposer has not, within a three-year period preceding this offer, had one or more contracts terminated for default by any City, State or Federal agency. A. "Principals," for the purposes of this certification, means officers; directors; owners; partners; and, persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment, and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. B. The Proposer shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Proposer learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. C. A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Proposer's responsibility. Failure of the Proposer to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Proposer non- responsive. D. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of a Proposer is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 181Pagc E. The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Proposer knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM COMPLIES FULLY WITH THE ABOVE REQUIREMENTS. Signature - . Printed Name Valerie Seidel 19 I P a CITY OF OPA-LOCKA RFQ NO. 22-0422100 DRUG -FREE WORKPLACE CERTIFICATION FORM Whenever two (2) or more bids/proposals, which are equal with respect to price, quality, and service, are received by the City of Opa-locka for the procurement of commodities or contractual services, a bid/proposal received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of controlled substances is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in number (1). 4. In the statement specified in number (1), notify the employees that as a condition for working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction on or plea of guilty or no contest to any violation of Chapter 893, Florida Statutes or of any controlled substance law of the United States or any singular state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of Section 287.087, Florida Statutes. This Certification is submitted by Valerie Seidel the (Name) President of The Balmoral Group (Title/Position) (Company) who does hereby certify that said Company has implemented a drug -free workplace program, which meets the requirements of Section 287.087, Florida Statutes, which are identified in numbers (1) through (6) above. 4/22/2022 �e Date Signature 201Pa,2` E -VERIFY FORM Definitions: "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. Effective January 1, 2021, public and private employers, contractors and subcontractors will begin required registration with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/subconsultants/subcontractors) assigned by Vendor/Consultant/Contractor to perform work pursuant to the contract with the Department. The Vendor/Consultant/Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City of Opa-locka; and Should vendor become successful Contractor awarded for the above -named project, by entering into this Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. Company Name: The Balmoral Group Authorized Signature: Vx—� Print Name: Valerie Seidel Title: President Date: 4/22/2022 241Pdee CITY OF OPA-LOCKA NON -COLLUSION AFFIDAVIT STATE OF FLORIDA - COUNTY OF MIAMI DADE �2hr -C8r N.uwtn being first duly sworn, deposes and says that: (1) He/She/They is/are the Vic IPrtsi den+ (Owner, Partner, Officer, Representative or Agent) of l �y 'i3alwin rc,1 G 1 the PROPONENT that has submitted the attached proposal; (2) He/She/They is/are fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the said PROPONENT nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other PROPONENT, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from Proposing in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any PROPONENT, firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other PROPONENT, or to fix any overhead, profit, or cost elements of the Proposed Price or the Proposed Price of any other PROPONENT, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; (5) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the PROPONENT or any other of its agents, representatives, owners, employees or parties of interest, including this affiant. Signed, sealed and delivered in the presence of: Witnes By 4-4.11-\ Signature ail4PAAt. )0715/1 d.RA4cc Nunn, U;u. eresicLAt Witness U Print Name and Title EVELYN RUIZ MONTERO Notary Public • State of Florida Commission S HH 113818 1, My Comm. Expires Apr 9, 2025 Bonded through National Notary Assr. 21 1 1' NON-DISCRIMINATION AFFIDAVIT 1, the undersigned, hereby duly sworn, depose and say that the organization, business or entity represented herein shall not discriminate against any person in its operations, activities or delivery of services under any agreement it enters into with the City of Opa-locka. The same shall affirmatively comply with all applicable provisions of federal, state and local equal employment laws and shall not engage in or commit any discriminatory practice against any person based on race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mental disability, political affiliation or any other factor which cannot be lawfully used as a basis for service delivery. Title: V tcx Pres, State of Florida County of The foregoing instrument was acknowledged before me via physical presence OR ❑ online notarizations this 19 day of 14-rvi I , 2022. By Personally known X OR produced identification Notary Public `J v � My Commission Expires .41/0 4/a"2.S' ' E 1 'li\ Notary Public UStateNofEFlorida iN et Commission,,,,,, 9111 ?Tt AM vie/ Commission tt.v .. ?5M"' My Comm. Expires Apr 9, 2025 Bonded through National Notary Assn, 22 1 (' RFQ NO. 22-0422100 ARPA FUNDING CONSULTING SERVICES PROPOSER QUALIFICATIONS The Proposer, for purposes of this proposal, MUST hold a County and/or Municipal Contractor's Business Tax Receipt in the area of their fixed business location. The following information MUST be completed and submitted with the proposal to be considered: 1. Legal Name and Address: Name: The Balmoral Group Address: 165 Lincoln Avenue City, State, Zip Winter Park, FL 32789 Phone/Fax: 407-629-2185 2. Check One: Corporation () Partnership () Individual () (X) LLC 3. If Corporation, state: Date of Incorporation: 8/5/2004 State in which Incorporated: 2004 4. If an out-of-state Corporation, currently authorized to do business in Florida, give date of such authorization: 5. Name and Title of Principal Officers Date Elected Valerie Seidel, President 8/5/2004 Gregory Seidel, Vice President 8/5/2004 Jennifer Nunn, Vice President/Corporate Secretary 6. The length of time in business: 18 years 7. The length of time (continuous) in business as a service organization in Florida: 18 years 8. Provide a list of at least three commercial or government references that the Proposer has supplied services meeting the requirements of the City of Opa-locka specification, during the last thirty-six months. References are included in Tab 8 9. A copy of County and/or Municipal Business Tax Receipts Note: Information requested herein and submitted by the proposers will be analyzed by the City ofOpa-locka and will be a factor considered in awarding any resulting contract. The purpose is to insure that the Contractors, in the sole opinion of the City of Opa-locka, can sufficiently and efficiently perform all the required services in a timely and satisfactory manner as will be required by the subject contract If there are any terms and/or conditions that are in conflict, the most stringent requirement shall apply. 161 P i e lax t,,ouector acott Kanaoipn Local tsusmess lax Kecelpt ()range county, Honda 5000 ENGINEER OFFICE TOTAL TAX PREVIOUSLY PAID TOTAL DUE 2021 EXPIRES 9/30/2022 $40.00 14 EMPLOYEES $40.00 $40.00 $0.00 165 LINCOLN AVE #100 (MOBILE) B - WINTER PARK, 32789 PAID: $40.00 0098-01030093 9/24/2021 SEIDEL VALERIE BALMORAL GROUP LLC SEIDEL VALERIE 165 LINCOLN AVE WINTER PARK FL 32789 Tax Collector Scott Randolph Local Business Tax Receipt 5000-0580181 Orange County, Florida This local Business Tax Receipt Is in addition to and not in lieu of any other tax required by law or municipal ordinance. Businesses are subject to regulation of zoning, health and other lawful authorities. This receipt Is valid from October 1 through September 30 of receipt year. Delinquent penalty Is added October 1. 5000 ENGINEER OFFICE TOTAL TAX PREVIOUSLY PAID TOTAL DUE 2021 EXPIRES 9/30/2022 $40.00 14 EMPLOYEES $40.00 $40.00 $0.00 165 LINCOLN AVE #100 (MOBILE) B - WINTER PARK, 32789 PAID: $40.00 0098-01030093 9/24/2021 SEIDEL VALERIE BALMORAL GROUP LLC SEIDEL VALERIE 165 LINCOLN AVE WINTER PARK FL 32789 This receipt is official when validated by the Tax Collector. Orange County Code requires this local Business Tax Receipt to be displayed conspicuously at the place of business In public view. It is subject to Inspection by all duly authorized officers of the County. 5000-0580181 octaxcol.com IUD Ig octaxcol TAB 1 Table of Contents Tab 2: Letter of Transmittal 3 Tab 3: General Information .5 Tab 4: Project Approach 6 Tab 5: Experience & Qualifications .16 Tab 6: Schedule 25 Tab 7: Pricing of Services 27 Tab 8: References 28 Tab 9: Additional Forms 33 THE INTEGRITY GROUP 111 i' TAB 2: Letter of Transmittal April 22, 2022 Ms. Joanna Flores, City Clerk City of Opa-locka 780 Fisherman Street, 4th Floor Opa-locka, FL 33054 Re: RFQ-22-0422100 ARPA Funding Consulting Services Dear Ms. Flores: The Integrity Group (dba of Blue Sky Emergency Management, LLC) is pleased to submit this proposal to provide American Rescue Plan Act funding consulting services to the City of Opa-locka. We certainly understand the scope of this critical project and the need to ensure the City's activities are in 100% compliance, while maximizing results. The City's RFQ very successfully outlined the important tasks of administering the ARPA Program. This proposal fully meets those standards. As will be seen in this proposal, our firm has significant successful experience in the area of compliance monitoring and specific grant management —including several engagements for the Coronavirus Aid, Relief, and Economic Security (CARES) Act (2020), and the American Rescue Plan Act 2021 (ARPA) funded grant programs. Our focus in all of these projects has been consistent with the goals and objectives outlined by the City in this RFQ. For these clients, we have developed compliant spending plans and ensured full adherence to U.S. Treasury and State guidelines. Additionally, we have served clients in the full administration of COVID-19 related Grant Programs. Combined, our current and previous clients' allocation for CARES and ARPA funding totals approximately $120 million. In all of these programs, we have been responsible for all components of the Grant Programs, including the use of our anti -fraud tools and full quality and compliance review of all cases. Key to these services is assisting clients in maximizing the use of their funding and ensuring that all expenditures are managed in a manner that is consistent with Federal guidelines established by the U.S. Department of Treasury. Regarding Fraud Prevention and Detection, we are the only contractor on Florida State Term Contract (Financial & Performance Audits) that is a State -licensed Private Investigative/Security Firm. This designation provides access to significant tools to identify attempts to defraud in these grant programs. For over eleven years, our team has performed disaster recovery consulting services for Florida local and state entities with a strong focus on quality and full compliance with all regulations. Details in this proposal describe our work in CARES, ARPA, FEMA Public Assistance, HUD CDBG-DR and other federal and state funding and grant programs. Our professionals have managed disaster recovery work for hundreds of counties, municipalities, school districts, special districts, and non-profit organizations. Our team has specific experience working with counties and other local entities in all regions of Florida. We understand the difficulty, and urgency, of obtaining and managing grant funds, in a timely manner, while complying with the myriad of state and federal regulations. Since 2010 our team has developed, managed, monitored for compliance, and closed out over 10,000 disaster recovery projects valued at over $3.7 Billion. It is important to note that our firm has undergone detailed audits and reviews by Federal and State Auditors/Inspectors General. The results of these audits have been zero significant adverse findings. Additionally, no FEMA or HUD project that we have written and managed has been de -obligated by the Page 13 federal agencies. This proven performance is extremely rare. This success has been achieved via our rigorous quality assurance process to ensure compliance with all Federal and State standards. We have closely examined, fully understand, and will comply with the scope of work, technical requirements, terms and conditions, staff qualifications and performance criteria, and all legal requirements included in the RFQ. We stand ready to provide any additional information and appreciate the opportunity to compete for this important work for the City of Opa Locka. Please be advised that I (Gary J. Yates), a Senior Partner with the firm is authorized to make presentations for our company. Sincerely, 67a ....et t/a Gary J. Yates Senior Partner 850.739.3600 2120 Killarney Way Tallahassee, Fla. 32309 www. theintegritygroup .net THE I NTEG RITY � GROUP ,V e I, Page 14 TAB 4: Project Approach Background As a result of Public Law 117-2 (the American Rescue Plan), Opa Locka will be receiving an estimated $7.9 million related to COVID 19 recovery. This funding will be received in two equal tranches (each for one half of total amount). The first allocation has been provided by the Florida Division of Emergency Management (FDEM). Eligible uses of these funds include: + Revenue replacement for the provision of government services to the extent of the reduction in revenue due to the COVID-19 public health emergency, relative to revenues collected in the most recent fiscal year prior to the emergency + COVID-19 expenditures or negative economic impacts of COVID-19, including assistance to small businesses, households, hard-hit industries, and economic recovery + Premium pay for essential workers + Investments in water, sewer, and broadband infrastructure. Details concerning this program, which will be key to our efforts include: ♦ This funding is provided to Opa Locka from the U.S. Department of Treasury through the Florida Division of Emergency Management (FDEM). ♦ The City has until December 31, 2026, to expend this funding (all must be encumbered by December 31, 2024). ♦ If the City chooses to pursue grant programs, the requirements for the use of this funding for assistance to local residents, small businesses, and non-profit organizations are far less stringent that the previous Federal CARES guidelines. This will enable more expeditious distribution to those in need. While less stringent, it is important to note that there will needs to be a continual focus on fraud prevention and detection, as well as avoidance of duplication of benefits. + Our focus will be on full compliance with all Federal and State guidelines. Kev Project Action Items Step 1: City has already been provided first tranche of funding and has deposited funds in an interest bearing account (interest earned can be spent on any items deemed necessary by the City). Step 2: Execute Contract with The Integrity Group (TIG) and finalize operational details. Step 3: TIG will assist the City in the conduct of an analysis of loss revenue due to COVID-19 (utilizing U.S. Treasury Guidelines). This analysis will determine the amount of funding that may be used for any purpose identified by the City. Step 4: Work with City to develop a detailed spending plan for submission to FDEM/U.S. Treasury, including quarterly status reports. Page 16 TAB 3: General Information Business Name: The Integrity Group (dba of Blue Sky Emergency Management) Mailing Address: 2120 Killarney Way, Tallahassee 32309 Phone: 850.739.3600 Contact Person: Gary Yates, Senior Partner (gary.yates@theintegritygroup.net) Hours: 8:30AM-5:30PM Status of Firm: Blue Sky Emergency Management (dba The Integrity Group) is a Limited Liability Corporation (LLC) registered with the Florida Department of State, Division of Corporations (aka Sunbiz). Date Firm Organized: August 26, 2011, with Florida Division of Corporations Project Location: City Project will be managed out of Tallahassee Office Linkage with other firms: None, we are independent firm not associated nor legally tied with any other firms Page 1 5 Step 5: The Rescue Plan funding provides the City the opportunity to make necessary investments to improve access to clean drinking water, support vital wastewater and stormwater infrastructure, and to expand access to broadband internet. Congress recognized the critical importance of clean drinking water and the critical role of highly effective collection and treatment of wastewater and stormwater in maintaining public health. The interim final rule provides allows wide latitude to identify investments in water and sewer infrastructure that are of the highest priority for the City. Step 6: TIG will work with City to establish a fully compliant ARPA program, including all reporting to U.S. Treasury and FDEM, ongoing compliance assessments; period reporting required; and City-wide outreach and support for grant programs to be implemented. The goal is maximum success and benefits to Opa Locka, its residents, and businesses. Step 7: As directed, work with City to determine amount of funding to be provided in the form of grants to residents, businesses, and non-profit organizations. Based upon the first allocation of approximately $3.95 million, a portion of this amount may be utilized for grant programs. Please see following section for descriptions of potential grant programs; recipients; and a discussion of the less stringent eligibility and documentation requirements. The anticipated value of grants to be provided to eligible recipients would be determined by the City through the planning process. Step 8: Based upon needs identified by the City, aggressively pursue other grants available to supplement ARPA funding. Potential Grants to Community Members The grant programs and funding amounts provided below are offered as a starting point for consideration. Of course, the eligibility requirements, documentation required, and grant amounts may be adjusted to meet Opa Locka's needs. These are examples of successful grant programs being provided in other jurisdictions. Residents Assistance —Cash or Food Card Pro ' ram This program will assist citizens of the City who have been adversely impacted by the COVID-19 pandemic or its direct or indirect effects and who are not otherwise eligible to receive food assistance through State, county, or city -run programs (due to their income exceeding the allowable dollar threshold), but still experiencing food shortage in their residence. Cash or food cards provided will be based on number of residents living in the applying household. food cards could be purchased from Food Stores in Opa Locka. Eligibility and Documentation Requirements: + Resident must complete and sign an Attestation stating that they were impacted by COVID- 19 and are not eligible to receive assistance through any state, county, or Opa Locka food assistance programs. ♦ Must submit copy of Driver's License or State issued ID card showing residence in Opa Locka. Page7 + If State -issued ID or driver's license is not available, must submit copy of most recent utility bill validating residence in Opa Locka. + Must provide the full names and ages of all individuals residing in the household. Grant Amounts to Eligible Applicants: + Households of 1-3: $XXXXX + Household of 4 or more: $ XXXXX Total Amount: $ XXXXXXX Non -Profit Organization Assistance Program This program will assist non-profit organizations located in Opa Locka that have been impacted by COVID-19. These organizations provide the medical, food, educational, or childcare services. Eligibility and Documentation Requirements: + Designated official of the applying non-profit must submit signed Attestation that the organization was in operation prior to March 1, 2020, and is based in Opa Locka, serving the community. + Attest and describe the organization's role in providing medical, food, educational and childcare services to residents in Opa Locka during the COVID-19 pandemic. + Submit documentation showing the organization lost donations/ revenue due to COVID- 19 and describe how this loss negatively impacted the community. Or, the applying non- profit may describe additional eligible services that were provided, and expenditures incurred due to COVID-19. + Provide amount of loss or new costs (2020 revenue or expenditures compared to 2019) + Submit documentation validating location in Opa Locka (utility bill, other) + Submit 501e3 determination letter or Tax Exempt Certificate. + All grant award totals will be reduced by the amount of any Payroll Protection Program (PPP) or other COVID 19 related funding received by the applicant. + Applicant must complete and submit an IRS W-9 Form prior to receipt of funding. Grant Amounts to Eligible Non -Profits: + Loss of revenue or new costs totaling $5,000 to $ 9,999: Max of $ XXXXX + Loss of revenue or new costs totaling $10,000 or more: Max of $ XXXXX Total Amount: $XXXXXXX Small Business Assistance Program Due to the more stringent requirement of CARES funding in the first Grant Program, many small businesses across Florida were likely unable to qualify and receive grant funding. With less complicated documentation requirements and a focus on outreach to the community, this Page 18 program will assist Opa Locka small businesses that have experienced a loss of revenue or increased expenditures due to COVID-19 and the pandemic's economic impact on the community. In this new program, a qualifying business can be a home -based business or a brick -and -mortar type business. With a focus on small businesses, the applicant must have less than 100 employees, and not be a publicly traded company or a component of a publicly traded company. Eligibility and Documentation Requirements: + Business owner owning 20% or more of the business must submit copy of Florida Driver's License, ID or other document validating that the business is located in Opa Locka. + Submit tax returns or other business records reflecting loss of revenue in 2020 compared to 2019, or increased expenditures due to a COVID-19 environment. + Submit attestation that the business was operational prior to March 1, 2020, and that it is currently operational. + Submit most recent full -month's payroll register or record, validating less than 100 employees. + Submit signed Attestation (by owner or principal) that the reported losses are accurate, valid, and true. + All grant award totals will be reduced by the amount of any Payroll Protection Program (PPP) or other COVID 19 related funding received by the applicant. + Applicant must complete and submit an IRS W-9 Form prior to receipt of funding. Grant Amounts to Eligible Small Businesses: + Loss of revenue or additional COVID expenses of $2,000 to $19,999: Max $ XXXXX + Loss of revenue or additional COVID expenses of $20,000 or more Max $XXXX + Loss of revenue or additional COVID expenses of $20,000 or more: Max $XXXX Total Amount: $XXXXXXXX Religious Organizations Assistance Program Religious organization in Opa Locka may have been financially impacted by COVID 19 — either in loss of revenue or additional costs. So, public awareness efforts will include outreach to various Church Associations and individual churches. Eligibility and Documentation Requirements: + Designated Church Leader must complete and sign an Attestation that the church was financially impacted by COVID-19 through reduced donations and/or increased expenditures and that it was in operation prior to March 1, 2020. This Attestation must also include the current number of members of the church. + Submit copy of 501c3 determination letter (Non-profit organization certificate) or Tax Exemption Certification. ♦ Submit church's most recent 2021 utility bill, for a Opa Locka address verification. Page 19 + All grant award totals will be reduced by the amount of any Payroll Protection Program (PPP) or other COVID 19 related funding received by the applicant. + Applicant must complete and submit an IRS W-9 Form prior to receipt of funding. Grant Amounts to Eligible Religious Organizations: + Churches with 10-99 members: Maximum of $ XXXXX + Churches with 100 or more members: Maximum of $ XXXXX Total Amount: $ XXXXXX Scope of Work The City of Opa-locka has been awarded $7,957,062 in conjunction with the American Rescue Plan Act (ARPA) and is seeking consultancy services to ensure full compliance with U.S. Department of Treasury Coronavirus State & Local Fiscal Recovery Funds (CSLFRF) Final Rule and all other Federal, State, County, and other agency requirements, as follows: Task/Deliverables Integrity Group Has Significant Experience With This Task Ensure any infrastructure project the City is considering undertaking in conjunction with ARPA is fully eligible for ARPA reimbursement. Yes Develop recommendations for programs in the (1) Public Health & Economic Responses and (2) Premium Pay for Essential Workers sections of ARPA to benefit the community. Yes Oversee all procurement undertaken in conjunction with ARPA projects to ensure it is executed in full compliance with applicable regulations and federal guidelines. V es Identify alternate sources of funding to leverage ARPA funds and the availability for ARPA funds to be utilized as part of any matching requirements. Yes Conduct City Commission ARPA workshops to facilitate Commission selection of the optimal mix of ARPA projects best addressing City needs. Yes When appropriate, work with external agencies having ARPA oversight responsibilities to ensure City always remains compliant with all ARPA requirements. Yes Assist City in completing the appropriate documentation required for Federal grant funding and the submission of all eligible expenditures to the appropriate agencies within required deadlines. Yes Provide assistance in identifying and ensuring that all eligible expenses have been quantified and presented for reimbursement; and that meet Treasury guidelines Yes Page 110 Assist in tracking all documentation submitted to all relevant agencies. Yes Maintain records of all documentation provided by the City submitted to any agency for reimbursement. Yes Assist the City in organizing, reviewing, evaluating, auditing, and tracking requests for CSLFRF reimbursement. Reconcile City invoices with City CSLRFR reports. Evaluate timesheets for eligibility and audit timesheets against payroll records. Assist in the preparation of final submission for the U.S. Inspector General review. Yes Assist in development of closeout strategies and procedures and assist City in their implementation. Yes Assist with responding to any request for audit information by any agency and the preparation of responses. Yes Use generally recognized accounting principles in carrying out any services according to the contract. Yes Provide City with monthly and final reports summarizing the total reimbursement requested, total expenditure by Project Worksheet and any exceptional circumstances. Yes Provide technical assistance with the development, promotion, and maintenance of a web- based portal to provide public information regarding the status of ARPA project implementation. Yes Provide technical assistance with the development, promotion, and maintenance of a secure web -based portal to collect sub -recipient information and documentation to substantiate their requests for reimbursement under CSLRFR. Yes Timely submittal of required period and comprehensive reporting; with monthly status update reporting on ARPA projects to the City Manager, or as needed. Yes Work with City external auditors in the completion of City Single Audit Reports to develop the Schedule of Federal Expenditures associated with SCLRFR for the fiscal year audits. Yes Timely provide monthly detailed billing statements regarding hours expended by project and cost incurred in providing these consultancy services. Yes Additional Services. Provide miscellaneous services not otherwise described which City may require during the contract or any other tasks associated with accounting services or documentation reimbursement process as requested by City. Yes Page 111 City of Opa Locka ARPA Program Administration Under the supervision of the City Manager, overall administration will be conducted by The Integrity Group. Administration will include a variety of major tasks —including implementation of the program via an electronic portal (including smartphone capabilities) and paper applications. An enhanced aspect of this program will be outreach and technical sessions (as described above) for maximum impact to the City. These services are necessary for all programs funded under the City's assistance programs. This effort will include outreach services, workshop training and community operations/ outreach. Administrative tasks will also include development and validation all eligibility and documentation requirements; and ongoing monitoring to ensure full compliance with Public Law 117-2 and U.S. Treasury Guidance. Following is a summary of overall administrative tasking: Project Management • All phases of project planning, implementation, compliance monitoring and final audit/close-out • Directing and controlling the performance of the service obligations • Defining qualifications and experience for each staff member that are relevant to this project; including: o Certifications o Experience o Pertinent qualification o Background investigations • Ongoing communication with City leadership, including timely reporting to elected officials • Coordination with other City contractors Project Staff Performing and exceling in all tasks associated with this project, including: • Determining applicant eligibility • Calculating and distributing accurate benefit payments • Civil Rights compliance • Data security and confidentiality • Project progress reporting • Documentation of all contacts with applicants throughout the process • Tabulating the number of applications received • Reporting the number of applications processed, approved, and denied • Reporting funds encumbered and distributed • Results of the quality control reviews detailing errors identified and efforts to remedy errors or fraud • Number and dollar amount of overpayments, overpayment returns requested, and overpayments returned to City • Assisting in marketing and communication activities • Meet all performance measures Page 112 Perform specific tasks to ensure efficiency of outreach and to maximize dollars: including but not limited to: • Organizing and leading targeted local workshops to inform eligible groups about the available grants, and the documentation necessary to receive them. o Church Leaders o Small Businesses o Child Care Providers o Non -Profits • Provide in person assistance with citizens to provide assistance in Grant completion including providing citizens with o Allow for scheduled appointments with a grant specialist o document checklists o answers to specific questions o review documentation o Provide computer and scanner to assist applicants. • If necessary, deliver online webinars for applicants to ask questions, clarify documentation needs, and learn about grant programs Technology Develop, implement, and operate a comprehensive software solution to automate and streamline the grant program processes and functions. • The Technology Solution includes: o Platform for application submissions (branded portal) o "Back room" project management system for all steps of review, including access to project "dashboard" and details by City staff and leadership. o Secure hosting environment with data recovery capabilities • Capability to digitize paper applications submitted • Maximum feedback to applicants and documentation of phone, electronic communications • Electronically deliver an extract of data to the City based on individual grant requests and reporting requirements for final review and payments (to be defined by the City) • Ability to receive and utilize data from multiple entities to incorporate into the eligibility determination processes Eligibility Requirements and Process • Work with City leadership and staff to develop eligibility requirements for all available grants o Meet all U.S. Treasury and Florida Division of Emergency Management Guidelines o Identify minimum documentation requirements to verify eligibility o Draft and implement appropriate "attestation" tools to properly document need • Offer and implement "best practices" from other jurisdictions that offer to positively impact program • Establish and adhere to internal controls and guidelines to enforce these requirements in every aspect of grant administration o Staff training o Portal and other technology o Marketing and advertising of grants Page 113 Financial Management Ensure high quality, timely and 100% compliant program: • Address internal controls for program quality and financial management • Establish, measure, and meet project performance goals and standards • Prevent, detect, and report any project vulnerabilities to the City • Ongoing analyses of processes and performance for potential redirection of funding and program efforts • Handle any disputes with applicants that may be denied funding • Implement a verification process that ensures an independent review of the eligibility determination • Deploy a method of addressing confirmation of both the eligibility and the proper amount of assistance, which minimizes bottlenecks and maximizes automation for efficiency • Provide a training plan to all City and contractor staff associated with this project, including the following: • A summary of Federal guidance and requirements • A summary of Florida Division of Emergency Management guidance of requirements • Prioritization of benefits • Use of technology solution • Paper application intake and processing • Fraud prevention and detection protocols Communications and Outreach • Provide recommendations to the City regarding materials, timeframes, formats • Suggest relevant posting of content to the City's webpage and social media page • Detail strategies and tactics to successfully raise awareness of grants available to residents, businesses, and other grant applicants • Create proactive communications, including but not limited to o Frequently Asked Questions o Press releases o Media advisories o Op-eds o Success stories o Informational documents addressing various audiences • Coordinate with the City to identify announcements and special events • Ensure that all outreach, communications, and marketing efforts include support to applicants with disabilities. Provide specific assistance to residents in completing an application Call Center • Implement and operate a City Call Center that will provide assistance to citizens, businesses, churches, and other non -profits: o Dedicated phone number for City applicants o Operate 8am-8pm Monday -Friday o Ensure all calls are returned with 24 hours (unless weekends, those calls will be returned Monday morning) Page 1 14 • The Call Center will be able to track and report on the following: o Number of calls o Frequently asked questions (will update current FAQs) o Number of return calls o Number of times an applicant outreach was attempted Page 1 15 TAB 5: Experience & Qualifications The Integrity Group (dba of Blue Sky Emergency Management, LLC), based in Tallahassee, is a full - service compliance assurance, emergency management, public safety, long-term planning, and management consulting firm. Our current team consists of over 250 professionals, managed through our headquarters in Tallahassee and field offices from Pensacola to Miami. While most of our work is performed for state and local governmental agencies and non-profit organizations throughout Florida, we also serve governmental clients in Mississippi, Kentucky, Tennessee, North Carolina, and Ohio. Our clients include general governmental entities/jurisdictions with specific work also performed in the areas of Emergency Management, Public Safety, Education, HealthCare, public and private utilities, and other organizations. We possess the critically -needed experience, skills, and focus on exceptional service to provide quality program management, compliance assurance, and operational/financial audit consulting services to any governmental entity related to the principle functions of planning, program design, organization and re- organization, rule development, hiring, regulation, legislative bill analysis, employee and management training, process implementation and improvement, disaster preparation, response and recovery, program launching and execution, financial recovery, review of systems and processes, communications management, and budgeting. In addition to our general government management and audit consulting capabilities, our team has significant specialized experience in successfully managing the complex areas of government financial emergency avoidance and recovery, policy development and revision, public assistance and public healthcare (Medicaid) oversight, the FEMA Public Assistance reimbursement grant program, Florida's Hazard Mitigation Grant Program, management of U.S. HUD Community Development Block Grant funds, and management of funds provided to the State of Florida through the United States Department of Justice. Our principals and professional associates include former state program managers, former state bureau chiefs, legislative aides, former state division directors, former inspectors general, former chief auditors, and a former agency head. Additionally, our team includes Attorneys; Certified Public Accountants; Certified Financial Crimes Investigators; Certified Inspectors General; Certified Fraud Examiners, FEMA Disaster Recovery Managers & Specialists; HUD CDBG Experts, Licensed Civil and Mechanical Engineers, Certified Building Contractors; Certified Home and Wind Mitigation Inspectors; Insurance Adjusters, Environmental Specialists, Licensed Drone Pilots; and other professionals. Every task we perform for every client we serve focuses on quality, cost-effectiveness, and responsiveness to our clients' needs. For over eleven years, The Integrity Group team has performed consulting services for state and local governmental entities and non-profit organizations with a strong focus on quality and timeliness. The Integrity Group fully understands the importance of meeting, in a timely manner, the needs of diverse clients. It is critical that all clients, in any location, be served by qualified, experienced, and proven consultants in the areas of Management Consulting and Financial/Performance Audits. We offer full client service and the deployment/management of our professionals in all regions of Florida. It is important to note that, in addition to our core team, we also maintain professional relationships with a significant number of qualified professionals for our extraordinarily talented bench. These professionals are routinely deployed for specific projects —based upon their expertise relevant to the project tasks. After those projects are successfully completed and their high performance is validated, these professionals revert to our bench to await the next deployment. While The Integrity Group is not a massive corporate entity, we are well equipped to scale up (and down) to meet all clients' needs in an effective and cost-efficient manner. In all of our projects, we utilize a "just Page 116 in time" deployment approach through which we assign the resources needed when, and only when, there is a need. COVID-19 CARES, ARPA, ERA and HAF Funding Programs Our firm has significant and successful experience in the area of compliance monitoring and specific grant case review and validation —including several engagements for CARES, and ARPA funded grant programs. Our focus in all of these projects has been consistent with the goals and objectives outlined by City in this RFQ. For these clients, our focus has been on the development of compliant spending plans and ensuring full adherence to U.S. Treasury and State guidelines. Additionally, we have served clients in the full administration of COVID-19 related Grant Programs totaling approximately $120 million. In all of these programs, we have been responsible for all components of the Grant Programs, including the use of our anti -fraud tools and full quality and compliance review of all cases. Key to these services is assisting clients in maximizing the use of their funding and ensuring that all expenditures are managed in a manner that is consistent with Federal guidelines established by the U.S. Depaitinent of Treasury. HUD Community Development Block Grants Our team is well -experienced and currently active in supporting several local govern -mental entities in the pursuit, management, and eventual final closeout of U. S Department of Housing and Urban Development, Community Development Block Grants. These large funding programs, which are coordinated through the Florida Department of Economic Opportunity (FDEO), includes Disaster Recovery as well as Mitigation programs focusing on housing, infrastructure, and economic revitalization of disaster affected areas. Work currently includes close support with clients seeking participation in the CDBG Mitigation program in 51 eligible counties affected by Hurricanes Irma, Hermine, and Matthew. This program totals $633 million in federal funding. Additionally, a total of $735 million in funding is available to eight North Florida counties impacted by Category Five Hurricane Michael. In both programs, our services include the development of eligible projects; creative winning applications; managing all aspects of funded projects and ongoing compliance monitoring. In our work with several local governmental entities, we have secured CDBG-DR funding totaling $40 million for those clients. FEMA Disaster Recovery Consulting Since 2010, The Integrity Group team has provided services to many hundreds of local and state governmental entities and non-profit organizations affected by Federally declared disasters —including the current COVID-19 Pandemic. A key service area is our support to clients participating in the Federal Emergency Management Agency (FEMA), Public Assistance Program. Through this program, Federal funding is provided to reimburse state and local governments and non-profit organizations for eligible costs incurred as the result of a Presidentially Declared Disaster. In these efforts, our team has written, managed, audited, and closed over 10,000 projects valued at over $3.7 billion in 33 major disasters. The most recent work efforts have been related to COVID-19, Hurricane Sally, and Hurricane Michael. Our COVID-19 work has been national with a focus on public safety, healthcare, and educational entities. We are supporting more than 50 clients nationwide with this complex disaster recovery process. This includes a contract with the National Sheriffs' Association to provide support to their large membership. A key part of this effort is linking FEMA funding with other funding sources (such as CARES & ARPA) to achieve maximum benefits to the clients, but strictly avoid any duplication of payments or other non- compliance. Page 117 In the area of FEMA Public Assistance, our efforts include all phases of disaster recovery work, including preliminary damage assessments; drone video/photographic capture; cost identification and analyses; project development; fund management and reporting; financial reconciliation and fmal closeout of large and small grants. Throughout this complex process we also provide experts in the areas of debris management; environment review; historical analyses; insurance adjusting; disaster mitigation; certified accounting; and disaster recovery legal analyses (including appeals). In addition to assisting our local government clients in the development and management of disaster recovery grants, we have also been actively involved in their development and processing of Requests for Reimbursement and the validation of costs associated with Stafford Act reimbursement claims. A key area in which we excel is in ongoing compliance monitoring to ensure full compliance with the myriad federal and state rules and regulations. These efforts are to help clients avoid any potential de - obligation of funding due to a negative audit —even years from the disaster event. Compliance and Assurance Services The Integrity Group has vast experience successfully managing federally funded grant programs on behalf of clients in Florida, Alabama, Mississippi, Wisconsin, Kentucky, Ohio, and Tennessee. Our success is based on continuous communications with clients, understanding the importance of the program purpose, a focus on compliance and assurances services, and fraud prevention and detection. Federally funded grant programs provide state and local governments with an opportunity to provide important services and support for their residents. Successful management of these programs requires strict adherence to the laws, policies, procedures, and regulations that created and defined the program. The Integrity Group expresses and reinforces the importance of compliance with the rules, regulations, policies, and laws related to the specific grant program. Compliance monitoring and testing is the most effective means of ensuring a program is being operated as intended and progressing toward fulfillment of the grant's purpose. Monitoring and testing results provide an opportunity for program personnel to address deficiencies and make course direction changes to prevent de -obligation of funding and failing to meet the needs of residents. Generally, The Tntegrity Group's compliance monitoring and assurance services are based on six priority areas. These six areas ensure an understanding of the grant program criteria and requirements; risks associated with the program; compliance testing and monitoring; test schedule; testing and reporting; and assessment. Addressing these priority areas includes the following. • Establish a criteria library to identify, establish and document the regulatory requirements, intended purpose and goals applicable to the program. Documentation of the process the primary vendor will use to implement and manage the program to a successful conclusion. • Conduct a risk assessment to identify, assess, and prepare for potential losses, dangers, hazards, and other potentials for harm that may interfere with achieving program goals. The process seeks to determine the likelihood that risk will occur, and if so, the potential effect of the risk's occurrence and how those risks should be managed. • Develop a compliance testing approach to establish how to test whether internal controls have been effective in controlling risk and ensuring compliance. The Integrity Group developing this approach based upon the statement of work and in consultation of the Department of Economic Opportunity. • Compliance monitoring and testing will be scheduled based on the criteria established in the statement of work, risk assessment results, and probability of identified risks. • Compliance monitoring and testing will be conducted following the established schedule, testing protocols, and with appropriate notifications. Provide a report to appropriate management officials. Page 118 • Conduct periodic assessments to review policies, procedures, and related documents for compliance program requirements as well as workplace environment, employee identification with the organization, role of compliance in the organization, and ability of employees to speak up. Fraud Prevention and Detection The Integrity Group is a State -licensed (DOACS) Private Investigative/Security Firm. We are the only firm on the Florida State -term Contract for Financial & Performance Audits with this designation. This, along with the experience and credentials of our leadership in Florida State and Local Criminal Justice, enables our team to provide a number of fraud prevention and detection tools. These tools have been deployed in all Grant Programs we have administered. This has proven to be vitally important as we have detected attempts to defraud by individuals and even organized groups. We dedicate considerable effort to the prevention and detection of fraud. Ensuring that Federal funds are used as intended and distributed to eligible applicants is paramount to maintaining the integrity of Federal grant funded programs and state agencies charged with administering the program. To that end, The Integrity Group: • provides guidance and training to assigned personnel that enhances their abilities to prevent and detect fraud related to the specific program, • conducts periodic audits of case management files to identify data and information that are prime indicators of attempted fraud, • as a licensed private investigative agency, The Integrity Group uses restricted access and publicly available databases of aggregated information to verify the veracity of data provided on applications evidencing alleged fraudulent activity. • The Integrity Group has identified suspected fraudulent activities on the part of individuals and on the part of suspected organized groups of individuals on numerous occasions. Suspected fraudulent activities are reported to the appropriate agency and law enforcement officials. Other Major Compliance Monitoring/Auditing Projects Our team of experts provide experienced management consulting and performance auditing services to governmental and private sector clients. This includes technical program studies and process management consulting as well as quality control, assurance, and inspection services to ensure that private and public - sector organizations regain compliance or remain fully compliant with specific laws (Federal & State) under which they operate. Our customers include local and state governmental organizations as well as public and private sector entities in the medical, insurance, banking, transportation, and other regulated industries. Our compliance services include annual (or other periodic) reviews conducted in a proactive manner to validate and verify full compliance. Page 1 19 Proposed Project Staff The Integrity Group proposes to staff this project with the following professionals that make up one of the most respected, experienced, and productive teams in the nation working on ARPA and CARES programs., Following this table are biographical summaries of the team members. Name Project Title/Role John Czernis Project Manager Jeremy Tidwell Project Technology Manager Amanda Cox Project Compliance Consultant (Procurements) Dave Ostrander Project Compliance Consultant (General) Zach Williams Senior Consultant (Grants) Lauren Scott Senior Consultant (Grants) Fredericka Hamilton Senior Consultant (Grants) KC Charlton Project Consultant (Grants) John Czernis, Project Manager Mr. Czernis serves as Chief Compliance Officer to The Integrity Group. He brings more than 46 years of public and private sector experience serving in positions of successively greater responsibility and leadership m state and local law enforcement, government compliance, and non-profit executive management. Before joining The Integrity Group, Mr. Czernis served as the Chief of Investigations for the Office of the Chief Inspector General for the State of Florida, Office of the Governor. Mr. Czernis was responsible for investigations related to allegations of misconduct, malfeasance, and misfeasance. Conducted compliance reviews regarding issues falling under the mandate of the Chief Inspector General. Mr. Czernis served as the President and Chief Executive Officer of the Institute for Intergovernmental Research (IIR). He was integrally involved in strategic direction, management, and policy issues as well as project design and program oversight. Prior to this role, he oversaw the Training, Information Sharing, and Multimedia departments within the company. Prior to joining IIR, Mr. Czernis served as Colonel and Director of the Florida Highway Patrol (FHP) and was responsible for providing leadership and direction to more than 2200 sworn and non -sworn positions. He was responsible for the state's law enforcement mission of highway safety. He served as a liaison between the division and other local, state, and federal agencies on law enforcement issues. He encouraged a responsible and functional working relationship among the Florida Highway Patrol, the Florida sheriffs and chiefs of police, and other state and federal law enforcement agency chief executives through collegial cooperation and assistance. During his tenure with FHP, Mr. Czernis served on several commissions, boards and committees focused on public safety. He served as a Commissioner on the Florida Criminal Justice Standards and Training Commission, as a member of the Florida Criminal Justice Executive Institute Policy Board, as the law enforcement representative on the International Board of Directors for the American Association of Motor Vehicle Administrators, and as a member of the Governor's Drug Policy Advisory Board. He also served as an assessor for the Commission on Accreditation for Law Enforcement Agencies, Inc. During his career with the Florida Highway Patrol, he also served Deputy Director of Special Operations Command managing the Patrol's budget, personnel, and administrative functions; as Chief Investigator managing the Patrol's criminal, administrative and professional compliance investigations; Chief Training Officer; and as the Grants, Accreditation, and Policy Administrator. His field experience spanned seventeen Page I20 years beginning as a trooper in 1977. He promoted through the ranks serving in field command and leadership positions until retiring from FHP in 2011. Jeremy Tidwell — Project Technology Manager With over 16 years of relevant experience, Mr. Tidwell serves as Chief Information Officer of the Integrity Group and is actively involved in the company's disaster recovery service offerings through the Integrity Group Florida. Jeremy has ten years of proven leadership for an international non-profit organization in the areas of finance and information technology. With a keen understanding of emerging technologies and vision to implement innovations for long-term, sustainable delivery of services, Jeremy brings passion and expertise to our team. Jeremy is also a Certified Scrum Master and has over 5 years of experience working with Agile development teams. He manages the Integrity Group professional time documentation system as well as the critical disaster recovery project tracking system. Jeremy manages all project technology systems and reporting protocols needed by clients, including the application portals and management information systems related to CARES and ARPA grant programs. Amanda L. Cox — Project Compliance Consultant --Procurements Amanda Cox has over thirteen years of experience as a litigation attorney and over four years of experience in disaster recovery including the FEMA Public Assistance Program. Mrs. Cox has worked on no less than 15 Federally Declared Disasters supporting 100's of Subgrantees in areas such as project scope of work changes, expense validation for payment and project closeout. This FEMA PA experience has included work on over five hundred Large Projects totaling over $175 million. Ms. Cox's legal understanding has proven valuable in review of procurement and contract issues in Emergency Work and Permanent Work project assessments. David Ostrander — Project Compliance Consultant --General David serves as a Compliance Officer for The Integrity Group and is actively involved in the company's service offerings through Blue Sky Florida (Emergency Mgt.); Detail Prime (Secondary Duty Services); and Capital Assurance Professionals (corporate & governmental compliance services). David began working as an investigator in March 1984 and has continued in that profession since that date. In 1994, David went to work for the Florida Department of Revenue (DOR), Office of Inspector General, as a Revenue Investigator. During his time at DOR, David attended the Federal Law Enforcement Training Center where he received the designation of Seized Computer Evidence Recovery Specialist. In 2004, David was hired by the Florida Agency for Healthcare Administration, Office of Inspector General, as the Director of Investigations. In August 2007, David and his family moved to the Atlanta, Georgia, area where he was hired as an Internal Affairs Investigator for the Georgia Department of Community Health, Office of Inspector General. In 2009, David was promoted to Director of Internal Affairs. In 2011, David was promoted to Director of Provider Enrollment where he managed the processes responsible for enrolling medical providers into the Georgia Medicaid Program. In 2012, David was promoted to Deputy Inspector General and in 2016 he was promoted to Inspector General. As Inspector General, David was responsible for providing leadership and direction to a staff of over 65 employees including Program Integrity, Provider Enrollment, Background Investigations, Special Investigations, Audits and Third -Party Liability. During David's time with the Integrity Group, he has worked on several projects, including the Shuttered Venue Operators Grant which resulted in grants totaling over $9.7 million dollars to promoters and live venue operators who were hurt financially due to COVID-19. David is also the Point of Contact for Reporting for a CARES and ARPA grantee and is responsible for preparing their Emergency Rental Assistance (ERA1 and ERA2) monthly and quarterly reports, including Page 121 the Participant Household and Demographics. David has also conducted monitoring reviews for counties that received CARES funding due to the COVID-19 pandemic to ensure that fiends that went to businesses, churches and individuals were in compliance with federal law and regulations. Zach Williams - Project Consultant --Grants Zach Williams started at The Integrity Group in early 2020 as a Project Specialist. Since joining, he has worked on sixteen COVID-19 related individual, business, and non-profit related relief programs authorized by the Coronavirus Aid, Relief, and Economic Security (CARES) Act and the American Rescue Plan Act (ARPA). This has included three Emergency Rental Assistance (ERA) programs under the American Rescue Plan Act (ARPA) in both Florida and Mississippi, totaling approximately $40 million dollars of assistance. As a project specialist, Zach works directly with applicants and local governmental entities. With a prior background in accounting and bookkeeping, Zach is proficient in reviewing financial reports and documents provided by grant applicants and works diligently to ensure both accuracy and legitimacy in adherence to the U.S. Department of Treasury guidelines. Zach is an effective communicator who works well with others and is able to quickly establish rapport and provide exceptional customer service. Zach has excellent attention to detail and is a natural at identifying potential fraud. Lauren Scott Project Consultant --Grants Lauren Scott has over 10 years of experience in disaster recovery and the FEMA Public Assistance Program, working on 18 Federally Declared Disasters. During this time, Ms. Scott has worked on over 70 disaster recovery grants valued at over $150 million, building relationships and rapport with 31 sub - grantees. Other Grant Management experience includes ARPA funding working with 5 Local Governments on 17 Grant Programs, three being specific to the Emergency Rental Assistance Program. Also, Non -Profit Sexual/Domestic Violence Center/Shelter, managing 13 grants, maintaining compliance, and providing deliverables. Ms. Scott is a resolute worker, who enjoys working under pressure and doing what is needed to get a job done effectively and efficiently. Displays a positive personality with effective communication skills. Works well on a team, and independently. Fredericka Hamilton -Project Consultant --Grants Ms. Fredericka Hamilton is a seasoned disaster emergency response and recovery professional having worked disaster projects spanning Hurricane Andrew through Hurricane Michael. She has over 23 years of relevant experience. Her disaster emergency management assignments have included working in Florida, Massachusetts, New Jersey, and Louisiana. Her work has included all levels of the process —from damage assessments through final project closeouts. Overall, she has worked on 22 disasters and managed in excess of $250 million in recovery funds. During her Hurricane Sandy assignment in New Jersey, she was selected by her State Team Lead to perform state level quality control and assessments on FEMA staff written CATEGORY A (debris) project worksheets, and assist the FEMA Debris Team Lead, which resulted in favorable queue reviews and Sub - applicants receiving grant funding in a timely manner. During her Hurricane Wilma assignment, she worked with Miami -Dade County Public Schools and Broward County Public Schools. Broward County Public Schools had numerous eligible projects with FEMA funding denials and over -looked damages. Through the FEMA appeal process, Fredericka worked with Broward County Public Schools assessing each project in question, which resulted in the school board receiving an additional $1+ million dollars for the eligible, over -looked disaster damages and denied project costs. Page 1 22 In addition to working the FEMA Public Assistance Program on the state level, she has worked with the FEMA Hazard Mitigation Grant Program, and the Flood Mitigation Assistance Program on the state level while employed at the Florida Division of Emergency Management. Over the past two years she has extensive experience in COVID-19 recovery programs (i.e., CARES, ARPA) for local jurisdictions. Fredericka has worked in the State of Florida House of Representatives, Office of the Clerk, as well as the Florida Department of Environmental Protection and Florida A & M University. KC Charlton - Project Consultant --Grants Mr. Kamari Charlton has worked U.S. Treasury Department funded county grant programs for: small businesses, non -profits, non-profit healthcare organizations, resident food assistance, and churches/ religious organizations with budgets totaling $11.5 million+. He has provided customer service, data entry of applications and supporting documentation, program status updates, and audit reviews of submitted application documentation for the grant programs. Additionally, Mr. Charlton has over 20 years working in the hospitality and customer service industry managing daily resort and resort restaurant operations with annual budgets of $25-40 million, managing weekly budgets, staffing, expenses and profit margins, and guest quality controls. Mr. Charlton has over 30 years of construction management experience working in construction and construction master trades. He has managed project budgets, scheduling, ordering equipment, tools, and supplies, reviewed blueprints and site plans, reviewed project amendments and change orders, conducted staging, facilitated installation, inspections, certification of occupancy, clean-up, ensured customer satisfaction for commercial and residential jobs, and conducted project and contract quality control. Construction project budgets that Mr. Charlton has worked on have spanned to millions of dollars. Summary of The Integrity Group's Capabilities ✓ Relevant, Proven Success. We have served several local governmental entities in the full administration of CARES & ARPA related Programs. Combined, our clients' allocation totals approximately $120 million. We have been responsible for all components of Grant Programs, including development of eligibility criteria; implementation of electronic portals for application processing (and paper applications); outreach efforts; comprehensive application reviews; case approvals/disapprovals; a specific management information system (with key dashboard); and fmal review for accuracy and compliance with U.S. Treasury and other guidelines. s/ The Right Team. Our Florida team (all state natives or long-term residents) includes experienced professionals that are critical for effective monitoring. We offer former State Agency Inspectors General; Chief Auditors; Certified Project Managers; Certified Fraud Examiners; Certified Public Accountants; Grant Program Experts; and Information Technologists that have built and operated systems similar to the City's Program. We have significant Florida state government experience. ✓ Fraud Prevention & Detection. Many experts generally assume that approximately 10% of Federal grant funding is targeted by individuals (or organized groups) for fraudulent purposes. Because of this high risk, our team focuses on fraud prevention and detection. As a state -licensed investigative/security firm (the only entity on State Term Contract 84111600-20-1 with this designation), our experienced staff utilize an array of anti -fraud tools and techniques to detect such activity. In fact, in several programs, we have referred a number of cases to the FBI and/or appropriate local law enforcement agencies. Page 123 / Right Size With Right Results. We are a Tallahassee -based firm with a team of 250 staff. Not huge, but big enough to scale up when necessary. In 12 years, we have developed, managed, and conducted final reconciliations on more than 10,000 disaster recovery projects valued at $3.7 billion. We have also secured funding totaling approximately $40 million for communities that were impacted by Hurricane Michael. We will assist those local entities in project management, working with to ensure full compliance. We have never had a project that we authored and managed de -obligated by FEMA or HUD. Our firm has also been audited a number of times —with zero adverse findings. This is extremely rare for firms that work in the area of disaster grant management. Page 124 TAB 6: Schedule Following is a tentative project schedule. The Integrity Group is prepared to adjust this timeline and start this important project immediately. Date Action Project Activity May 15 1 Execute Contract and final operational details/staffing, etc. May 18 2 With City Manager, present overall plan and timeline to City Commission May 18 3 Confirm that City has already been provided first tranche of funding and has deposited funds in an interest bearing account (interest earned can be spent on any items deemed necessary by the City). May 25 4 Assist the City in the conduct of an analysis of loss revenue due to COVID- 19 (utilizing U.S. Treasury Guidelines). This analysis will determine the amount of funding that may be used for any purpose identified by the City. May 25- Ongoing 5 Work with City to establish a fully compliant ARPA program, including all reporting to U.S. Treasury and FDEM, ongoing compliance assessments; period reporting required; and City-wide outreach and support for grant programs to be implemented. The goal is maximum success and benefits to the City, its residents, and businesses. This will include the development of electronic portal and tools such as dashboard for ongoing monitoring and reporting. May 25- June 20 6 ARPA funding provides the City the opportunity to make necessary investments to improve access to clean drinking water, support vital wastewater and stormwater infrastructure, and to expand access to broadband internet. Congress recognized the critical importance of clean drinking water and the critical role of highly effective collection and treatment of wastewater and stormwater in maintaining public health. The interim final rule provides allows wide latitude to identify investments in water and sewer infrastructure that are of the highest priority for the City. Workshop to identify priorities. May 25- June20 7 As directed, work with City to determine amount of funding to be provided in the form of grants to residents, businesses, and non-profit organizations. Based upon the first allocation of approximately $3.95 million, a portion of this amount may be utilized for grant programs. Please see following section for descriptions of potential grant programs; recipients; and a discussion of the less stringent eligibility and documentation requirements. The anticipated value of grants to be provided to eligible recipients would be determined by the City through the planning process. June 20 8 Based upon the above workshops, develop a detailed spending plan for submission to FDEM/U.S. Treasury, including quarterly status reports. Page 125 Ongoing 9 Based upon needs identified by the City, aggressively pursue other grants available to supplement ARPA funding. June 30 10 As directed by the City, for grants to residents, business, non -profits • Finalize Outreach Plan/Schedule/Locations • Finalize Marketing Campaign • Finalize Program Eligibility Criteria and Standards ■ Draft Application forms, attestations, and other program aids • Communication Soft Roll -out (Radio, Newspaper, Website, Facebook, etc.) • Develop Grant Portal and Management System • Finalize paper applications and other application tools • Final modifications of Portal, Management System, Applications • Establish Call Center • Begin Application Phase • Review and recommend approval/disapproval to city July 15 11 Conduct Audit & Closeout of Phase One July 15 12 Repeat steps above upon receipt of second tranche of funding Page 126 TAB 7: Pricing of Services As requested in the RFQ, the proposed team, project title/role, and hourly rates are as follows: Name Project Title/Role Hourly Rate John Czernis Project Manager $180 Jeremy Tidwell Project Technology Manager $160 Amanda Cox Project Compliance Consultant (Procurements) $160 Dave Ostrander Project Compliance Consultant (General) $160 Zach Williams Senior Consultant (Grants) $160 Lauren Scott Senior Consultant (Grants) $160 Fredericka Hamilton Senior Consultant (Grants) $160 KC Charlton Project Consultant (Grants) $160 ♦ All professional consulting fees are 100% covered by ARPA funds. No city expenditures are required throughout this entire project. + Please note that these professionals will be deployed to the City "just in time". This will enable high quality service that does not exceed the authorized administrative allowance provided by US Treasury. ♦ Travel costs will be billed with zero mark-up and be consistent with State of Florida guidelines. Page 127 TAB 8: References Our firm has significant and successful experience in the area of Federal funding administration, compliance monitoring and specific grant case review and validation —including several engagements for CARES, and ARPA funded grant programs. Our focus in all of these projects has been consistent with the goals and objectives outlined by the City in this RFQ. For these clients, our focus has been on the development of compliant spending plans and ensuring full adherence to U.S. Treasury and State guidelines. Additionally, we have served clients in the full administration of COVID-19 related Grant Programs totaling approximately $120 million. In all of these programs, we have been responsible for all components of the Grant Programs, including the use of our anti -fraud tools and full quality and compliance review of all cases. Key to these services is assisting clients in maximizing the use of their funding and ensuring that all expenditures are managed in a manner that is consistent with Federal guidelines established by the U.S. Depaitinent of Treasury. Relative to the current needs of the City in the administration of the ARPA Funding Program, the following recent projects reflect our experience in the administration and compliance monitoring for COVID-related grant programs since early 2020 (CARES & ARPA). Client: Gadsden County, Florida Project: Administration & Compliance Assurance of Coronavirus Aid, Relief, and Economic Security Act (CARES) & American Rescue Plan Act Grant Programs totaling $13 million Contact: Chairman Dr. Anthony O. Viegbesie, Gadsden County Commission Phone: 850.875.8650 Email: aviegbesie@gadsdencountyfl.gov Description: The Integrity Group began working with the Gadsden County, FL Board of County Commissioners in early 2020. The focus of our efforts in administration of significant COVID-19 funding was on full compliance of all regulations and high -quality work product. Our Team worked with county leadership and staff on the county's creation of the Gadsden County Coronavirus Aid, Relief, and Economic Security Act (CARES Act) Program to develop, manage, administer, interface with the public, audit and successfully close out (with the Florida Division of Emergency Management) this U.S. Treasury Department federal grant funded program totaling $13 million. These federal grant funds were coordinated through the Florida Division of Emergency Management. Our Team worked with county commissioners, staff, and the County Administrator to develop program guidelines, supporting documentation criteria, and outreach programs to assist county residents, small businesses and non-profit organizations impacted by COVID-19. The county also received federal grant funds from the program to offset unexpected COVID- 19 pandemic related expenses that allowed continuation of county operations and county workforce work throughout the COVID-19 pandemic. Additionally, local cities and municipalities were granted a funding "pass through" from the county program to assist with increased operating expenses due to the COVID-19 pandemic. Our Team created paper applications, an on-line portal for e -application submissions, interfaced with county residents and small business owners daily during the program's operation, and provided program progress reports to county commissioners during monthly board meetings and workshops. Our Team continues to work with the County on the county's first tranche of U.S. Treasury Department, American Rescue Plan Act Program federal grant program funding received in 2021, directly to the Page 128 county. The county program was named the Gadsden County American Rescue Plan (GCARP) Program. Our Team with input from the county commissioners created and developed program guidelines and supporting documentation criteria, applications used for the paper and portal applications for the various assistance programs: county resident assistant/ food card program, non-profit organizations assistance program, non-profit healthcare assistance program, churches and religious organizations assistance program, and small business assistance grant programs. Our Team worked closely with county staff and administrators, and provided customer service via phone/ in person, audited supporting documentation submitted with applications, audited county COVID-19 related increased costs and expenses for reimbursement, recommended funding awards for applicants who were approved, and provided quarterly report updates to the county for submission to the U.S. Treasury Department. Our Team presented program updates to the Gadsden County Board of County Commissioners during public county workshops and board meetings. With the successful outcome of the first tranche of program funding in the county, our Team will continue assisting Gadsden County, FL Board of County Commissioners with their second tranche of U.S. Treasury Department, American Rescue Plan Act Program federal grant program funding to be received in 2022. Client: Bay County, Florida Project: Administration & Compliance Assurance of Coronavirus Aid, Relief, and Economic Security Act (CARES Act) Grant Program totaling $42 million Contact: Commissioner Robert Carroll Phone: 850.248.8140 Email: rcarroll@baycountyfl.gov Description: Under our comprehensive Disaster Recovery Contract with Bay County, The Integrity Group was tasked to develop and administer COVID-19 funded grants to small businesses and non-profit organizations throughout the County. The value of this countywide program was approximately $42 million. As is the case in all of our grant administration projects, the focus of our efforts in the project was on full compliance of all regulations and timely and quality results. Our Team worked with county leadership and staff on the creation of the Bay County Coronavirus Aid, Relief, and Economic Security Act (CARES Act) Program. We developed the eligibility criteria, application and documentation requirements; developed and administered an electronic portal/interface for application submission; developed paper applications and designed a method to collect and digitize those documents; provided outreach and technical assistance to interested applicants; implemented and operated a 12 hour per day call center; conducted a comprehensive review of all applications; implemented fraud prevention and detection tools; and, based upon our analyses, recommended approval or disapproval of all applications. Finally, we conducted a final audit and reconciliation of all funds to effectively close out the program. As a result of our demonstrated success in the administration and compliance assurance related to this project, the Bay County Clerk's Office, engaged our team to conduct a comprehensive audit of a similar grants program (see below). Client: Bay County Clerk of Court & Comptroller Project: Audit of Coronavirus Aid, Relief, and Economic Security Act (CARES Act) Grant Program Page 1 29 Contact: Chief Deputy Clerk Katy Nail, Bay County Clerk of Court & Comptroller Phone: 850.747.5101 Email: knaik baycoclerk.com Description: The Integrity Group was tasked by the Bay County Clerk's Office to complete a comprehensive audit of the CARES grant program for residents impacted by COVID-19. The County had contracted with the United Way of Northwest Florida (UWNWFL) to disburse $5 million in federal Coronavirus Aid, Relief, and Economic Security Act (CARES Act) funds to Bay County's citizens in need of financial assistance. The United Way of Northwest Florida (UWNWFL) accomplished the distribution of the majority of the $5 million to Bay. This was in addition to the grant program for small businesses and non-profit organizations which The Integrity Group was tasked to administer fully (from initial application to review and quality control of all cases (see above). Our compliance monitoring team reviewed the results and processes employed by the UWNWFL and its partners in this audit. The Integrity Group has found that UWNWFL, between November 1, 2020, and December 30, 2020, made 1,513 grants totaling $3,524,363.43 to persons who represented themselves as Bay County residents adversely impacted by the pandemic and in need of assistance. The Integrity Group identified several issues and concerns with the grant administration process. These concerns were fully documented in its report, but center around the following general areas: insufficient internal controls, a delayed implementation of a database to monitor the program for duplicate applicants and relief recipients, and non-compliance with relief expenditure expectations imposed by the CARES Act, FDEM's funding agreement with Bay County, and Bay County's contract with UWNWFL. This audit resulted in significant corrective actions and enhanced results of the program overall. Client: Okaloosa County, Florida Project: Coronavirus aid, Relief, and Economic Security Act (CARES Act) and Emergency Rental Assistance Grant Programs totaling $51 million Contact: Deputy County Manager Craig Coffey Phone: 850.689.5050 Email: ccoffey@myokaloosa.com Description: In additional to assisting in the overall spending plan for CARES funding, The Integrity Group was tasked to develop and administer COVID-19 funded grants to small businesses and non-profit organizations throughout the County. The value of this countywide CARES/ARPA program was approximately $51 million. As is the case in all of our grant administration projects, the focus of our efforts in the project was on full compliance of all regulations and timely and quality results. Our Team worked with county leadership and staff on the creation of the Okaloosa County Coronavirus Aid, Relief, and Economic Security Act (CARES Act) Program. We developed the eligibility criteria, application and documentation requirements; developed and administered an electronic portal/interface for application submission; developed paper applications and designed a method to collect and digitize those documents; provided outreach and technical assistance (in County) to interested applicants; implemented and operated a 12 hour per day call center; conducted a comprehensive review of all applications; implemented fraud prevention and detection tools; and, based upon our analyses, recommended approval or disapproval of all applications. Finally, we conducted a final audit and reconciliation of all funds to effectively close out the program. Page 130 Client: Wakulla County, Florida Project: Coronavirus Aid, Relief, and Economic Security Act (CARES) totaling $11 million Contact: David Edwards, County Administer Phone: 850.926.0919 Email: dewardsamywakulla.com Description: In additional to assisting in the overall spending plan for CARES funding The Integrity Group provided professional consulting services to Wakulla County, Florida in the development, implementation, and management of their CARES Act funding. This included presentations to the Wakulla County Board of Commissioners on the CARES Act funds allowable and unallowable uses, refming Wakulla County's spending plan for conformance with the CARES Act and US Treasury requirements. Our team developed paper applications as well as a web -based portal for households and business in making application for financial assistance. The portal also allowed applicants to view the status of their application and real-time management reports. TIG provided staff in Wakulla County to assist County staff, residents and business with the CARES Act programs that included assistance to residents and businesses in completing applications, processing payments, and management reports showing the overall success of the relief programs. TIG also worked closely with the County's housing department to review recipients for their CARES Act Housing program to ensure there were no duplication of services between similar rental assistance programs. Additionally, TIG supported County staff in the reimbursement of County offices for eligible PPE costs, sanitization of offices, and other eligible costs, as well as the sub -granting of CARES Act funds to provide needed funding to the County Health Department and Sheriff's Office for retrofitting the HVAC units, testing sites, salary/benefits for eligible first responders, and PPE supplies. Client: Hinds County, Mississippi Project: Admin. & Compliance Assurance of Emergency Rental Assistance Grant Programs totaling $45 million Contact: Nkemdili Lewis, Director of Budget and Finance Phone: 601.714.6209 Email: nlewisna,co.hinds.ms.us Description: Amidst the COVID-19 Pandemic and the American Rescue Plan Act (ARPA) implementation, Hinds County has offered emergency relief to eligible tenants and landlords. The Integrity Group (TIG) was contracted to develop, implement, administer, and verify full compliance with all regulations for the Hinds County Emergency Rental Aid Program (HCERA). Funding is provided directly through the U.S. Department of Treasury's Emergency Rental Assistance Program to the Hinds County Board of Supervisors. HCERA has made nearly $15 million available to assist Hinds County households that have been unable to pay rent due to the COVID-19 Pandemic. Upon the completion of ERA1 spending and in addition to their initial allotment, Hinds County was able to receive a portion of Treasury's reallocated funds, consequently allowing more funding to be dispersed to those financially impacted. Under this program, we developed branded paper applications and a branded online portal for submitting electronic applications and uploading required documentation from residents and landlords. In this portal, frequently asked questions were developed and continuously updated to mimic the fluctuating Treasury guidance. We have developed and administered many grant programs to provide relief and assistance to those financially affected. Within these programs, we have conducted outreach events, assessed programmatic operations to ensure expediency and efficiency, collected and processed individual applications, and performed validation reviews through payment initiation. We have received approximately 4,000 applications, awarding close to $15 million. The portal syncs with a real-time quick Page 1 31 view dashboard to allow leadership to track grant disbursement performance. The online dashboard serves as our Case Management System, which receives all portal application information and uploaded documentation. Our dashboard is updated in real-time with status changes and reviewers' comments documenting interactions with applicants throughout the application review process, also allowing applicants to track and view their status. TIG provided training to Grant Specialists on the designated hotline that encompasses a trunked call system with voicemail and texting capabilities. Training also included assistance for in -person applications with a local team, utilization of checklists for qualifying applications to determine the eligibility of funds to be awarded, along with associated documentation to justify such requests. All programmatic implementations were performed following current and updated Treasury guidance. Our team integrates internal anti -fraud controls to prevent duplicate payments, overpayments and paying ineligible recipients while processing all payments to Landlords, Applicants, Utility Providers, and "other associated expenses" as allowable. TIG prepared complete monthly and quarterly reports and other reporting required by Treasury. Lastly, final reconciliation and reporting to Hinds County regarding program expenditures and balances of accounts. Page 132 TAB 9: Additional Forms Page 133 RFQ NO. 22-0422100 ARPA FUNDING CONSULTING SERVICES PROPOSER QUALIFICATIONS The Proposer, for purposes of this proposal, MUST hold a County and/or Municipal Contractor's Business Tax Receipt in the area of their fixed business location. The following information MUST be completed and submitted with the proposal to be considered: 1. Legal Name and Address: Name: Blue Sky Emergency Management (DBA The Integrity Group) Address: 2120 Killarney Way City, State, Zip: Tallahassee, FL 3230Phone/Fax: 850-739-3600 2. Check One: Corporation () Partnership (J Individual () 3. If Corporation, state: Date of Incorporation: State in which Incorporated: 4. If an out-of-state Corporation, currently authorized to do business in Florida, give date of such authorization: 5. Name and Title of Principal Officers Date Elected Gary Yates 8/26/2011 Tim Moore 8/26/2011 6. The length of time in business: 12 years 7. The length of time (continuous) in business as a service organization in Florida: 12 years 8. Provide a list of at least three commercial or government references that the Proposer has supplied services meeting the requirements of the City of Opa-locka specification, during the last thirty-six months. 9. A copy of County and/or Municipal Business Tax Receipts Note: Information requested herein and submitted by the proposers will be analyzed by the City of Opa-locka and will be a factor considered in awarding any resulting contract The purpose is to insure that the Contractors, in the sole opinion of the City ofOpa-locka, can sufficiently and efficiently perform all the required services in a timely and satisfactory manner as will be required by the subject contract If there are any terms and/or conditions that are in conflict, the most stringent requirement shall apply. Page 1 34 CITY OF OPA-LOCKA CERTIFICATION REGARDING DEBARMENT, SUSPENSION PROPOSED DEBARMENT AND OTHER MATTERS OF RESPONSIBILITY 1. The Proposer certifies, to the best of its knowledge and belief, that the Proposer and/or any of its Principals: A. Are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency. B. Have not, within a three-year period preceding this proposal, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and C. Are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph 1-B of this provision. 2. The Proposer has not, within a three-year period preceding this offer, had one or more contracts terminated for default by any City, State or Federal agency. A. "Principals," for the purposes of this certification, means officers; directors; owners; partners; and, persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment, and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. B. The Proposer shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Proposer learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. C. A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Proposer's responsibility. Failure of the Proposer to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Proposer non- responsive. D. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of a Proposer is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. Page 1 35 E. The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Proposer knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM COMPLIES FULLY WITH THE ABOVE REQUIREMENTS. Signature Printed Name Gary Yates Page 136 CITY OF OPA-LOCKA RFQ NO. 22-0422100 DRUG -FREE WORKPLACE CERTIFICATION FORM Whenever two (2) or more bids/proposals, which are equal with respect to price, quality, and service, are received by the City of Opa-locka for the procurement of commodities or contractual services, a bid/proposal received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of controlled substances is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in number (1). 4. In the statement specified in number (1), notify the employees that as a condition for working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction on or plea of guilty or no contest to any violation of Chapter 893, Florida Statutes or of any controlled substance law of the United States or any singular state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of Section 287.087, Florida Statutes. This Certification is submitted by Gary Yates the (Name) Senior Partner of Blue Sky Emergency Management (DEA The Integrity Group) (Title/Position) (Company) who does hereby certify that said Company has implemented a drug -free workplace program, which meets the requirements of Section 287.087, Florida Statutes, which are identified in numbers (1) through (6) above. 4/21/2022 Date g q4.:ta._} Signatufie Page 137 CITY OF OPA-LOCKA NON -COLLUSION AFFIDAVIT STATE OF FLORIDA - COUNTY OF MIAMI DADE Gary Yates being first duly sworn, deposes and says that: (1) He/She/They is/are the Senior Partner (Owner, Partner, Officer, Representative or Agent) of Blue Sky Emergency Management the PROPONENT that has submitted the attached proposal; (2) He/She/They is/are fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the said PROPONENT nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other PROPONENT, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from Proposing in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any PROPONENT, firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other PROPONENT, or to fix any overhead, profit, or cost elements of the Proposed Price or the Proposed Price of any other PROPONENT, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; (5) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the PROPONENT or any other of its agents, representatives, owners, employees or parties of interest; including this affiant: Signed, sealed and delivered in the presence of: By: Wi ; ss j / Signature Gary Yates. Senior Partner itness / Print Name and Title Page 1 38 NON-DISCRIMINATION AFFIDAVIT I, the undersigned, hereby duly sworn, depose and say that the organization, business or entity represented herein shall not discriminate against any person in its operations, activities or delivery of services under any agreement it enters into with the City of Opa-locka. The same shall affirmatively comply with all applicable provisions of federal, state and local equal employment laws and shall not engage in or commit any discriminatory practice against any person based on race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mental disability, political affiliation or any other factor which cannot be lawfully used as a basis for service delivery. By: AA.17 tiet.t.e4._ Title: Senior Partner State of Florida County of 1. on The foregoing instrument was acknowledged before me via gf physical presence OR ❑ online notarizations this 0 I St- day of 2022. By qa r yy Personallyktiown V OR produced identification Notary Public My Commission Expires 0 % /0/9a6 Page 1 39 E -VERIFY Effective January 1, 2021, public and private employers, contractors and subcontractors will be required to register with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/sub-consultants/sub-contractors) assigned by Vendor /Consultant/ Contractor to perform work pursuant to the contract with the Department. The Vendor /Consultant/ Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City; and By entering into a Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If t contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. The Contractor acknowledges it is liable to the City for any additional costs as a result of termination of the contract due to Contractor's failure to comply with the provisions herein. Page 140 E -VERIFY FORM Definitions: "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. Effective January 1, 2021, public and private employers, contractors and subcontractors will begin required registration with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/subconsultants/subcontractors) assigned by Vendor/Consultant/Contractor to perform work pursuant to the contract with the Department. The Vendor/Consultant/Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City of Opa-locka; and Should vendor become successful Contractor awarded for the above -named project, by entering into this Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. Company Name: Blue Sky Emergency Management (DBA The Integrity Group) Authorized Signature: Print Name: Gary Yates Ailii t/a- Title: Senior Partner Date: 4/21/2022 Page 141