Broward County Board of GEN2119422P1 County Commissioners 5

ADG Strategy Group

Bid Contact Shira Kastan Goldstein Address HOLLYWOOD, FL 33026 [email protected] Ph 305-781-7310 Bid Notes Please note the attached proposal by ADG Strategy Group above is for categories 1-4, all categories. The price total, categories 1-4, of $335,000 in the proposal is annual cost.

Item # Line Item Notes Unit Price Qty/Unit Total Price Attch. Docs

GEN2119422P1--01-01 Category 1: Supplier First Offer - $27,916.6667 36 / month $1,005,000.0012 Y Y Branding, Product Media and Code: Marketing Supplier Services Notes: Please note the attached proposal by ADG Strategy Group in for categories 1-4. The price total in the proposal of $335,000 is annual cost.

GEN2119422P1--01-02 Category 2: Supplier First Offer - 1 / n/a Y Crisis Product Communication Code: Services Supplier Notes: Please note the attached proposal by ADG Strategy Group above is for categories 1-4, which includes details for this category. The price total, categories p. 1 1-4, of $335,000 in the proposal is annual cost.

GEN2119422P1--01-03 Category 3: Supplier First Offer - $0.0278 36 / month $1.0008 Y Digital Content Product Delivery Code: Services Supplier Notes: Please note the attached proposal by ADG Strategy Group above is for categories 1-4, which includes details for this category. The price total, categories 1-4, of $335,000 in the proposal is annual cost.

GEN2119422P1--01-04 Category 4: Supplier First Offer - 1 / month Y Video Scripting Product and Production Code: Supplier Notes: Please note the attached proposal by ADG Strategy Group above is for categories 1-4, which includes details for this category. The price total, categories 1-4, of $335,000 in the proposal is annual cost.

Supplier Total $1,005,001.002 6 3 4 5

ADG Strategy Group

Bid Contact Shira Kastan Goldstein Address HOLLYWOOD, FL 33026 [email protected] Ph 305-781-7310 Bid Notes Please note the attached proposal by ADG Strategy Group above is for categories 1-4, all categories. The price total, categories 1-4, of $335,000 in the proposal is annual cost.

Item # Line Item Notes Unit Price Qty/Unit Total Price Attch. Docs

GEN2119422P1--01-01 Category 1: Supplier First Offer - $27,916.6667 36 / month $1,005,000.0012 Y Y Branding, Product Media and Code: Marketing Supplier Services Notes: Please note the attached proposal by ADG Strategy Group in for categories 1-4. The price total in the proposal of $335,000 is annual cost.

GEN2119422P1--01-02 Category 2: Supplier First Offer - 1 / n/a Y Crisis Product Communication Code: Services Supplier Notes: Please note the attached proposal by ADG Strategy Group above is for categories 1-4, which includes details for this category. Broward County Board of GEN2119422P1 The price County Commissioners total, categories 1-4, of $335,000 in the proposal is annual cost.

GEN2119422P1--01-03 Category 3: Supplier First Offer - $0.0278 36 / month $1.0008 Y Digital Content Product Delivery Code: Services Supplier Notes: Please note the attached proposal by ADG Strategy Group above is for categories 1-4, which includes details for this category. The price total, categories 1-4, of $335,000 in the proposal is annual cost.

GEN2119422P1--01-04 Category 4: Supplier First Offer - 1 / month Y Video Scripting Product and Production Code: Supplier Notes: Please note the attached proposal by ADG Strategy Group above is for categories 1-4, which includes

details for p. 2 this category. The price total, categories 1-4, of $335,000 in the proposal is annual cost.

Supplier Total $1,005,001.002 6 3 4 5

ADG Strategy Group

Bid Contact Shira Kastan Goldstein Address HOLLYWOOD, FL 33026 [email protected] Ph 305-781-7310 Bid Notes Please note the attached proposal by ADG Strategy Group above is for categories 1-4, all categories. The price total, categories 1-4, of $335,000 in the proposal is annual cost.

Item # Line Item Notes Unit Price Qty/Unit Total Price Attch. Docs

GEN2119422P1--01-01 Category 1: Supplier First Offer - $27,916.6667 36 / month $1,005,000.0012 Y Y Branding, Product Media and Code: Marketing Supplier Services Notes: Please note the attached proposal by ADG Strategy Group in for categories 1-4. The price total in the proposal of $335,000 is annual cost.

GEN2119422P1--01-02 Category 2: Supplier First Offer - 1 / n/a Y Crisis Product Communication Code: Services Supplier Notes: Please note the attached proposal by ADG Strategy Group above is for categories 1-4, which includes details for this category. The price total, categories 1-4, of $335,000 in the proposal is annual cost.

GEN2119422P1--01-03 Category 3: Supplier First Offer - $0.0278 36 / month $1.0008 Y Digital Content Product Delivery Code: Services Supplier Notes: Please note the attached proposal by ADG Strategy Group above is for categories 1-4, which includes details for this category. The price total, categories 1-4, of $335,000 in the proposal is annual cost.

GEN2119422P1--01-04 Category 4: Supplier First Offer - 1 / month Y Video Scripting Product and Production Code: Supplier Notes: Please note the attached proposal by ADG Strategy Group above is for categories Broward County Board of GEN2119422P1 1-4, which County Commissioners includes details for this category. The price total, categories 1-4, of $335,000 in the proposal is annual cost.

Supplier Total $1,005,001.002 6 ------~~3 4

p. 3 Broward County Board of GEN2119422P1 County Commissioners 5 ADG Strategy Group Item: Category 1: Branding, Media and Marketing Services

Attachments ADG Strategy Group Broward County TSP Proposal_Final.pdf

D6

p. 4 ADG STRATEGY GROUP

Broward County Board of County Commissioners GEN2119422PI

Communications and Marketing Services

Transportation Surtax Plan

ADG Strategy Group Inc. | Shira Kastan Goldstein 10776 Charleston Place | Cooper City, Fl 33026 | 305-781-7310 | [email protected] Broward County Board of GEN2119422P1 County Commissioners 10/16/2019 SeptemberBidSync 6, 2019 p. 5 Broward County Board of GEN2119422P1 County Commissioners

p. 6 Broward County Board of GEN2119422P1 County Commissioners

Table of Our Commitment: ADG Strategy Group ...... 2 About ADG Strategy Group ...... 3 Contents What Makes Us Diferent...... 7 Our Collective Experience ...... 11

Ability of Professional Personnel (Categories 1-4) ...... 13 Team Member Bios ...... 14 Resumes...... 22

Project & Service Approach (Categories 1-4) ...... 47 Project & Service Approach-Categories 1-4 ...... 48 Additional Instructions – Category 2 ...... 53 Additional Instructions – Category 3 ...... 59 Additional Instructions – Category 4 ...... 65 Additional Instructions – Category 1...... 66 Current Portfolio Sample – Category 1 ...... 68 Resources & Risk Anticipation – Categories 1-4 ...... 80 Prior Projects & Case Studies- Categories 1-4 ...... 82 Cost Estimates & Controls – Categories 1-4...... 98

Past Performance & Samples (Categories 1-4) ...... 99 Experience on Projects of Similar Nature, Samples & Case Studies ...... 100 References & Evidence of Satisfactory Completion ...... 150 Some of Our Partners & Ailiates...... 158 Additional Instructions – Categories 1-4 ...... 159 Sample Deliverables ...... 160

Workload of the Firm (Categories 1-4) ...... 161

Location of the Firm & Willingness to Meet Time & Budget (Categories 1-4)...165

Pricing (Categories 1-4) ...... 167

Financials ...... 169

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 1 p. 7 Broward County Board of GEN2119422P1 County Commissioners

At ADG Strategy Group we will leverage our expertise to connect the dots, and Our execute strategies that inform the community-at-large of the issues that matter and impact them. Our staf, many of whom work and live in Broward County, have earned Commitment their stripes working with elected oicials, local and state government, the media and some of the top names in the worlds of nonproits and academic medical centers. To The ADG Strategy Group’s Experience With a collective 40+ years under our belt, we have garnered extensive community Broward County outreach, public afairs, and advocacy experience, and we are conident that we can promote and solicit support for you while building enthusiasm with partners, Transportation stakeholders and our communities. Our team’s collective experiences are UNPARALLELED because we have worked Surtax Plan with unparalleled brands, companies and policymakers including: University of and Health System, Miami-Dade County Board of County Commissioners, Miami-Dade County MPO, Broward County Penny for Transportation campaign, Department of Transportation, Miami-Dade Beacon Council, Johns Hopkins Medicine, , Commuter Services, WTVJ NBC 6, WFOR CBS 4, American Red Cross national headquarters in DC, Nicklaus Children’s Hospital (formerly Miami Children’s Hospital), Becker Poliakof, Baptist Health South Florida and others. It is not just our combined expertise that sets us apart; it is our combined high-level experience in public relations, government, and community outreach that we are able to achieve more impactful results for our clients. ADG’s lines of business don’t work in silos and we do not see any one strategy or activity from a single lens. We understand PR, community relations and government afairs and have the ability to craft real programs and campaigns with meaningful messaging and share it across diferent avenues to a variety of inluencers and contacts. That is how ADG works and that’s how ADG impacts. That is our secret sauce. We have done this many times over for clients and our method has worked to create public awareness and action. We are often complimented for displaying incredible passion for our projects while sparking similar passion in others. We strongly believe in paying attention to detail and producing quality work. Simply put, our goal is to provide a high level of accountability, dependability, customer satisfaction and excellent service both for internal and external clients. At ADG, we pride ourselves at helping others achieve the next level of success and we can do the same for Broward County Board of County Commissioners’ Transportation Surtax Plan.

Shira Kastan Goldstein President & Chief Strategist ADG Strategy Group

2 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 10/16/2019 BidSync p. 8 Broward County Board of GEN2119422P1 County Commissioners

Clients seek us out to tell their stories, shape their policy environments, About ADG communicate, formulate business strategy, market and transform their identities. Why? Because the team at ADG Strategy Group has worked the busy Strategy news desks, behind the podium with local, state and federal elected oicials, and hand-in-hand with the country’s top academic medical centers and renown Group non-proits.

That means ADG STRATEGY GROUP has an extensive list of contacts with media outlets, thought leaders, and policy makers. ADG Strategy Group is the strategic partner that can help you “connect the dots” to ind solutions.

Under the leadership of founder and president Shira Kastan Goldstein, ADG Strategy Group ofers an integrated and complementary suite of services to plan, build and execute all manner of strategies, campaigns and programs.

ADG Strategy Group has Communications & Public Afairs four core capabilities: We can assist you to tell your story, build relationships and cultivate a Communications & positive reputation Public Afairs, Strategy & • Public and media relations Business Development, • Develop content, issue advocacy and design campaigns Government Afairs & • Media training Community Relations, and • Thought leadership Marketing & Branding. • Communications strategy planning • Digital and social media • Crisis communications • Video production and photography

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 3 p. 9 Broward County Board of GEN2119422P1 County Commissioners

Strategy & Business Development Scott Pollack from Forbes described it best. “Business development is the creation of long-term value for an organization from customers, markets, and relationships…interactions that combine together to create opportunities for growth.” • Organizational analysis for growth opportunities • Develop strategic plans and/or business development strategies and implementation • Design international business strategies, outreach and trade missions • Process improvement

Government Afairs & Community Relations Together we can help drive policy change, appropriations and political strategies on a wide range of issues. We coordinate legislative eforts and work closely with state, local, and federal governments as well as media. • Develop government and community strategies and tactics • Create policy and appropriations proposals and message development • Structure grassroots advocacy programs, tactics and speaking points • Identify legislative champions • Assist with navigating various levels of government (legislative, administrative, regulatory) • Community Engagement and Social Responsibility • Event management and community activations

4 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 10/16/2019 BidSync p. 10 Broward County Board of GEN2119422P1 County Commissioners

Marketing & Branding Marketing is a push tactic that promotes a product or service. Branding pulls an audience in with the organization, product or services’ values, sense of purpose, reputation, and attributes. Together, Marketing & Branding is a powerhouse. We can help with: • Marketing consultation services • Creative services including concept, design and copy • Develop concepts for all printed collateral, out-of-home and broadcast & electronic media • Media negotiation and buying, plan development and media veriication • Support services for trade shows and conferences

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 5 p. 11 Broward County Board of GEN2119422P1 County Commissioners

p. 12 Broward County Board of GEN2119422P1 County Commissioners

Unparalleled Expertise

What Makes Our Team. At ADG, we are unique because our team is comprised of experts in their Us Diferent respective ields. Yes, we can ofer expertise and guidance in each of the four categories detailed by Broward County, but in addition, we can ofer something more because when we work together, we create something magniicent. That is because we see and approach all situations and opportunities from a multi-lens perspective.

Here is just a snapshot of the ADG leadership team:

• Shira Kastan Goldstein, founder and award-winning principle of ADG Strategy Group, has brought about signiicant change to the landscape of South Florida’s government, healthcare, irst responder, higher education and nonproit communities for over two decades. Shira served as Associate Vice President of Strategic Initiatives for the University of Miami Health System, South Florida’s only academic based health system. She played a critical role in the strategic planning eforts for the Sylvester Comprehensive Cancer Center and architected and executed an $80 million state appropriation with the Governor and Florida Legislature which recently propelled Sylvester into the national spotlight as a distinguished center for cancer care. Shira was one of the visionaries behind the Fireighters Cancer Initiative where cancer researchers continue to evaluate the increased cancer risks within Florida’s ire service. This widely-recognized public health initiative has saved many ireighters’ lives and resulted in best practices in the way ireighters conduct their work to ensure their safety and good health. She served as the Director of Legislative Afairs for the Chairman of the Miami-Dade County Board of County Commissioners. In that role, she managed all legislative agendas for the Chairman including, Board of County Commission Meetings, Planning & Zoning, Metropolitan Planning Organization (MPO), annual budget hearings, committee meetings and others. She led the efort with the Chairman with CSX relating to light rail transportation proposal and demonstration project.

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 7 p. 13 Broward County Board of GEN2119422P1 County Commissioners

• Cynthia Gutierrez-White is a nationally-recognized PR and Communications Strategist and leads the Communications and Public Afairs arm of ADG Strategy Group. With over 20 years of experience under her belt, Cynthia has worked with a variety of note-worthy organizations from Network to Nicklaus Children’s Hospital in Miami, the American Red Cross to Johns Hopkins Medicine in Washington DC and Baltimore, respectively. Prior to joining ADG Strategy Group, Cynthia served as Senior Director of Strategic Communications and Public Afairs at Johns Hopkins Medicine where she led the media relations, public relations, corporate communications, and internal communications teams for Johns Hopkins Medicine, the $7.7 billion system that unites the Johns Hopkins University School of Medicine with the Johns Hopkins Health System.

• Susan Greene is a senior level marketing professional with 20+ years of experience in marketing and communications strategy, media relations, community engagement, organizational change, and business development. As the former Chief Marketing Oicer for the Miami-Dade Beacon Council she was member of the “C Suite” leadership team who helped oversee organizational activities, operations and budget. She supervised a team of marketing, communications, events and investor relations professionals and was primarily responsible for brand strategy and execution, communications, digital marketing, new media engagement, event strategy and government relations. Susan has a proven track record of creating game-changing ideas for enhanced brand understanding, new business opportunities, strategic partnerships and increased revenues.

• Cheryl Seinfeld is a government afairs and fundraising expert and has worked on many successful local campaigns, including the Broward Penny Sales Tax ballot initiative, Fort Lauderdale City Commission Ben Sorensen, and the City of Fort Lauderdale parks and bonds ballot items. Previously, she served for three years as the Government Afairs Liaison for the Florida Department of Transportation, District 4. In this capacity she was able to work with elected oicials (local, state, & federal) in assisting them with their needs related to the Department; as well as, working with FDOT’s central oice on statewide transportation issues. Additionally, she has worked in the legislative process for 17 years. Some of her roles have included working on Capitol Hill, Deputy Legislative Afairs Director at the Agency for Health Care Administration (AHCA) under then Governor Charlie Crist and many other statewide campaigns.

8 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 10/16/2019 BidSync p. 14 Broward County Board of GEN2119422P1 County Commissioners

• Roly Rodriguez, founder of The Pink Collective located in vibrant downtown Hollywood Florida. The Collective is a uniquely collaborative, full-service, creative experience, brand and advertising agency that is passionately fearless in its pursuit of truths that engage and transform people. Roly brings a dynamic, multicultural, cross–disciplinary mix of brand, business strategy, marketing, advertising, media and sales professionals with expertise across multiple industries and virtually all media channels. He is an invested and active contributor to the development and expansion of the City of Hollywood’s business community. In addition, several Pink team members both work and reside in Hollywood. He Helped launch and develop the Spark Hollywood FL start-up competition, which was formed to help boost economic development and bring business innovators to the City of Hollywood. He hosts “PinkForward” events designed to help the local business community and is a part of the Downtown Hollywood Business Task Force, which works with the City to help the businesses of Downtown Hollywood to have a voice.

The collective experience of the team is truly unparalleled.

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 9 p. 15 Broward County Board of GEN2119422P1 County Commissioners

p. 16 ADG STRATEGY GROUP

Our Collective Experience

FDOTI) R RT EVERGLADES ~ -·

GREATER J::Oi:r t.. AUDE~ DALE

--su '' (p Parkinson's LJ Foundation MIAMI

~N1''Ell81TYOl'II IAMI \ ~~ l JHealth I L.l.Jffi. HOOi, _,._...,.,,_ of IEDICJ. ·g l Wizard Crea ol)S' ,~;tJ camp Kesem laA NP~ll lll lli:RC!

Amerfean Nicklaus Redcross ChUdren's JOHr Hospital H II [I I C I lit ■ +

• Becker l .Jfill~ INVWffl'OfMIAMl~!iYmM

~~ROWAR rALM BEACH STAT[ UNITEDSTllT OL G COL L E.GE. POsflll. ERYIC

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 11 p. 17 12 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 10/16/2019 BidSync p. 18 ADG Strategy Group Categories 1-4:

ADG STRATEGY GROUP

Ability of Professional Personnel

p. 19 Broward County Board of GEN2119422P1 County Commissioners ADG Strategy Group: Management Summary

Shira Kastan Goldstein has been portfolios for Sylvester in Broward, working in South Florida for more Palm Beach and Miami-Dade than two decades in various industries Counties. including, but not limited to, the During her ten years at the University healthcare and higher education of Miami she has had over $1 billion communities. She is principle of in positive impact and advocated ADG Strategy Group focused on for more than $100 million in annual Shira Kastan Goldstein, ADG communications and public afairs, state appropriations. She has worked Strategy Group Founder & Principle strategy & business development, on public afairs programs including Strategy, Planning, Outreach, Public government afairs and external the Dolphins Cancer Challenge, “Fit Afairs and Government Expert relations, and marketing and branding. to Play” program, The Clinton Global She has developed the strategic plans Initiative- University and much more. for the Department of Pediatrics She was the visionary and at the University of Miami Health architect behind the nationally and System as well as the Gordon Center on the Ft. Lauderdale’s Perspectives internationally recognized Fireighters for Research in Medical Education on Healthcare annual program Cancer Initiative where cancer at UM Miller School of Medicine, and is Chair of the Political Afairs researchers have been evaluating International Medicine Department at Committee and gives of her time to increased cancer risks within the ire the University of Miami Health System numerous other organizations in our service in Florida. The efort is not and Sylvester Comprehensive Cancer community. only saving ireighters’ lives but has Center. She has an Executive MBA from the become a widely recognized public University of Miami and a MPA from Prior to ADG Strategy Group, she was health initiative where day to day Florida International University. She Associate Vice President of Strategic activities are changing with the way is a resident of Cooper City with her Initiatives for the University of Miami ireighters are conducting their daily husband and three girls. Health System, South Florida’s only work routines within the ire service. academic based health system. In that Shira Kastan Goldstein is proud to She is active with the Greater role she led the strategic planning have envisioned and created various Miami, Coral Gables and the Florida eforts for Sylvester Comprehensive partnerships and compelling initiatives Chambers of Commerce and has Cancer Center, as well as created a over the years which have become served on numerous boards such unique initiative and subsequently national models, have been recognized as the Board of Directors of the negotiated an $80 million state internationally and nationally, received Plantation Chamber of Commerce, appropriation with the Governor and awards of recognition and have Winterfest Boat Parade and has Florida Legislature that has recently received extensive media coverage. been a trustee level member of propelled Sylvester to become a She is a two-time Emmy Award chambers such as Boca Raton, nationally recognized distinguished winning storyteller. Hollywood and Fort Lauderdale center for our community. She Chambers of Commerce. She serves developed the community outreach

14 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 10/16/2019 BidSync p. 20 Broward County Board of GEN2119422P1 County Commissioners

Cynthia Gutierrez-White

Cynthia Gutierrez-White is a bilingual communications and marketing professional with over 20 years of experience. She leverages her talents and enthusiasm to successfully craft and execute communications and marketing initiatives across a multitude of platforms to increase public awareness, engagement and visibility in the ields of healthcare, non-proit and technology. Most recently she served as Senior Director, Strategic Communications and Cynthia Gutierrez White Public Afairs for one of the most reputable health systems in the world, Johns Hopkins Medicine in Baltimore Maryland. She managed the internal and external ADG Strategy Group: communications, which includes PR, media relations and crisis communications, Communications & Marketing for Johns Hopkins Medicine, the $8 billion system that unites the Johns Hopkins Expert University School of Medicine with the Johns Hopkins Health System. The health (Resume Attached) system is comprised of six academic and community hospitals, including Johns Hopkins Hospital in East Baltimore, four suburban health care and surgery centers, nearly 40 primary health care outpatient sites, as well as programs for national and international patient activities. But her career started in South Florida in 1996, as Communications Coordinator at the Archdiocese of Miami. She was the contact person for the media, wrote press releases, organized press conferences, handled the crisis management, and planned and implemented publicity campaigns for Archdiocesan events and issues. It was at this time she learned about the diverse community that made up South ARCHDIOCESE of MIAMI Florida. It was there she met Father Thomas Wenksi and was given the opportunity to witness the Polish man from South Florida engage with and advocate for the Haitian community at Miami’s Notre-Dame d’Haiti Church. At the Archdiocese she promoted various programs and services to parishioners throughout South Florida and advocated for immigrants. It gave her the opportunity to raise funds and supplies for the people impacted by the hurricanes in Central America.

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 15 p. 21 Notably in 1998, she, along with the Director of Communications, served as the media point person for the historical papal visit in Havana, Cuba. She worked with media representatives from around the world and the local Cuban community to tell the stories of changes and hope that the visit brought about. At Nicklaus Children’s Hospital, Gutierrez-White was the Senior Public & Media Children's Relations Specialist. She was the institution’s spokesperson and served as primary point-of-contact for the media. Support and maintain the positive image of the Hospital health system. Coordinate press conferences and prepare press releases to increase public awareness and promote hospital programs and events. Develop community events. Other responsibilities include: crisis management and communications, serve as the in-house producer for extensive TV shoots, policy writing, media training for hospital spokespersons, and maintained content on the media web page. Being the premier pediatric medical health system in South Florida, it was her job to be aware of the multicultural markets, making sure that the collateral was available in English, Spanish, Creole, occasionally in Portuguese, and the faces represent the children and families served. One of her biggest accomplishments include a creating a monthly segment on D --ie.rta· Network’s “Despierta America” called Primeros Pasos (First Steps) aimed ~ MERICA at providing advice and tips to Spanish-speaking parents of children 0-5 years old. She later joined the American Red Cross as South Florida Regional Director of Communications & Marketing and subsequently with National Headquarters in DC. In her local role, she rolled up her sleeves to provide helpful, at times, lifesaving information to the community. Resources were minimal and the need was great, especially among the poor and newly arrived. She developed and implement communications, media and marketing strategies that successfully deliver the Red Cross humanitarian mission. She crafted messages regarding disaster relief, preparation and prevention to the public while maximizing fundraising eforts and public awareness. Programs include: • Partnering with Miami-Dade County and the mayor for the start of Hurricane Season press conference. The Red Cross launched also a multilingual prep campaign • Partnering with the Miami Heat to bring attention to the importance of swimming and water safety to African-American communities. Ofering accessible swimming/water safety programs at various county pools at reduced costs.

16 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 22 Broward County Board of GEN2119422P1 County Commissioners

• Collaborated with Spanish- and Creole-speaking AmeriCorps members and partnered them with University of Miami MBA students to divide the South Florida region to create and implement campaigns to build trust, increase awareness and engagement. • Creating Spanish PSAs with WLTV 23 Univision

Accomplishments for Gutierrez-White include: • Serving as the lead Red Cross representative for the “Unidos por Haiti” American telethon on Univision Network. Over 8 million people tuned in and the Red Cross American Red Cross raised $ 7.5 Million that night. • Served as a national Red Cross spokesperson for the Haitian earthquake + relief efort and was the face for national Spanish media. Over 200 media interview requests were fulilled. • In January 2011, one year after the earthquake in Haiti, the South Florida Region Communications & Marketing Department garnered over 2,200 Haiti-related media stories. • Since 2008, media appearances (hits) increased from 600 hits FY 08 to 2,400 FY 11 and web visits increased by 50%. • Upon arrival in 2008, she implemented a media database system to log, track and create queries on local Red Cross media hits. • Partnered with the University of Miami Hyperion Council, the Marketing Honor Society, and the College of Business Zif Center of Graduate Studies. The Hyperion Council and Gutierrez-White prepared a marketing campaign to introduce the Red Cross to the students of the campus and she were given two MBA students for a 10-week summer fellowship with the Red Cross. • Partnered with Emergency Management & Homeland Security for the annual Storm Prep Expo at the Miami Beach Convention Center. • Served as a bilingual national spokesperson and was selected by Red Cross president to promote Holiday Giving Campaign in a satellite media tour. Interviewed with various Spanish TV and radio networks and ailiates across the country.

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 17 p. 23 • Improved local Red Cross Chapter online visibility and public awareness with the redesign of www.southloridaredcross.org and www.tucruzroja.org websites, the creation of the regional blog – SFLRedCross.blogspot.com and integration with popular social media websites: Facebook.com/SFLRedCross, Twitter.com/SFLRedCross and YouTube.com/user/SFLRedCross. • Univision Network’s “Despierta America,” established monthly TV Red Cross appearance schedule on television’s highest rating morning program (1.2 million viewers), 2008 – 2011. Interview topics include: CPR, disaster preparedness, water safety, and pet irst aid. In her role with Johns Hopkins, one of the most reputable healthcare systems in the world, her achievements included, but not limited to: • Average number of press releases disseminated annually ...... 300 • Number of earned media stories annually ...... 96,000 JOH S HOPKINS • Number of readers of Inside Hopkins daily email ...... 42,000 111'11:DICll'IE • Number of JHM Town Hall meetings coordinated and executed ...... 9 • Number of internal leadership messages drafted and distributed ..>500 • Number of issues mitigated by our PR & Communications Team ...>300 • Number of diferent social media platforms used to tell our story ..... 8 Cynthia served on numerous executive committees to bring about change in population health, precision medicine, health equity, service quality improvement. In her national role for the American Cancer Society, she participated in several satellite media tours to promote disaster preparedness or fundraising campaigns along with American Red Cross President Gail McGovern. Media interviews were conducted in both English and Spanish among other high- level activities and experiences. In her communications role at Miami Children’s Hospital (Nicklaus Children’s) she accomplished Over 33,000 media stories in the span of nine years, from April 1999 to 2008; 10,000 were feature stories. She is engaged with a variety of community and professional organizations.

18 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 24 Molly Phillips

Molly is a full-stack digital marketer with deep expertise and experience in social media, content marketing, digital advertising, and online user experience (UX). Molly has helped non-proit brands such as Big Brothers Big Sisters Miami, The Bass Museum of Art, The National Parkinson’s Foundation, Voices for Children, Friends of Miami Animals Foundation, and others achieve success through Molly Phillips digital marketing. In addition, she also spent years working at some of Miami’s top agencies, managing accounts for household name companies such as Lennar Homes, Sandals and Beaches Resorts, Del Monte Fresh, Royal Caribbean Cruise Lines, , CEMEX, and others. Molly founded Sparo Marketing out of a desire to provide big-agency marketing services to deserving clients at small agency prices.

Roly Rodriguez

Roly Rodriguez is the founder of The Pink Collective® and its chief creative mind. He brings high-energy and creative vision guided by instincts that capture the human characteristics of brand storytelling. For more than 15 years as an award-winning Creative Director within the advertising and design community, his diverse portfolio includes creative strategy and execution for University of Roly Rodriguez Miami Health Systems, Baptist Health System, , Palm Beach President/ CD State College, Atlantis University, Royal Caribbean, Celebrity and American Cruise Lines, Sony, Toyota, Estee Lauder, Christian Dior, Guinness, Presidente Beer, Air Jamaica and Black & Decker.

The Pink Collective®, established in 2009 and located in downtown Hollywood, Florida, is a uniquely collaborative, full-service, results-oriented ad agency. Our mantra is: “Business as Unusual” which focuses on the human side of the brand story which transcends, transmits and transforms people – it’s emotionally disruptive and intellectually honest. What sets us apart is our collective team business model that brings a dynamic, multi- cultural and multidisciplinary approach across all media platforms. We see the brand experience as a landscape of human interaction, and therefore create and connect the right stories to diferentiate our clients’ value and strategically position of their brand. Our original, compelling and integrated story-driven campaigns expand our client’s brand and attract inspiring new relationships that generate growth opportunities.

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 19 p. 25 Broward County Board of GEN2119422P1 County Commissioners

Amy Chattin

Amy prides herself on her Midwest roots and strong work ethic. With more than, 20 years of project management and marketing planning experience at both the corporate and agency levels, she has a “give it your all” attitude from sun up to sundown. There’s never grass growing under her feet. This mother of two is always on the move and has irst-hand involvement on how to maintain patience and Amy Chattin understanding with all her clients even under the most challenging circumstances. Director of Client Services Chattin’s commitment to her client’s success ranges through a unique industry portfolio including Baptist Health, Florida Institute of Periodontics and Dental Implants, Fort Lauderdale International Airport, , Broward College, South Florida Commuter Services, Lincoln Community Foundation and Carl’s Jr.

Burt Bornstein

Burt is The Pink Collectives® brand strategist, co-creative director and writer. He brings decades in strategic sales and marketing, major client development and national accounts management with GE Healthcare. Since 2004 he’s helped companies and organizations such as AppWork Software Corp -Seattle WA, Stirling Energy Systems - Renewables (Solar Energy Manufacturing) Teserra Burt Bornstein Solar, Arizona Department of Transportation Planning & Programming Division, Brand Strategist, CD PULICE Heavy Civil Engineering & Construction Management Company discover, create and tell their stories diferently to inspire culture, change market perception, empower attraction, expand audience reach, drive strategic vision and create new growth opportunities.

Cheryl Seinfeld

Cheryl Seinfeld is a government afairs and fundraising expert and has worked on many successful local campaigns, including the Broward Penny Sales Tax ballot initiative, Fort Lauderdale City Commission Ben Sorensen, and the City of Fort Lauderdale parks and bonds ballot items. Previously, she served for three years as the Government Afairs Liaison for the Florida Department of Transportation, Cheryl Seinfeld District 4. In this capacity she was able to work with elected oicials (local, Transportation Expert state, & federal) in assisting them with their needs related to the Department; as well as, working with FDOT’s central oice on statewide transportation issues. Additionally, she has worked in the legislative process for 17 years. Some of her roles have included working on Capitol Hill, Deputy Legislative Afairs Director at the Agency for Health Care Administration (AHCA) under then Governor Charlie Crist and many other statewide campaigns.

20 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 10/16/2019 BidSync p. 26 Susan Greene

Susan Greene founded EverGreene Marketing Solutions and her CMO on Call brand to provide clients with “C-level” marketing, community relations, and strategic communication counsel with the ease of lexible terms and uncomplicated arrangements. She has lead marketing teams, counseled professionals, and guided organizational change throughout her career. Susan Greene As Chief Marketing Oicer (CMO) at the Miami-Dade Beacon Council (MDBC), CMO on Call Susan was directly responsible for the County’s oicial economic development EverGreene Marketing Solutions organization’s marketing and investor relations eforts. She led the creation and implementation of a new brand, and restructured signature events and the investor engagement strategy to align with the contemporary view of Miami. She worked directly with the CEO and the Board of Directors to communicate the new value proposition to stakeholders and deliver on the goals set forth in the strategic plan. Susan was the irst Marketing Director for the law irm, Becker (ka Becker & Poliakof) reporting directly to the Managing Shareholder. For 21 years, she worked collaboratively with law irm leaders to expand and diversify the irm, and individually with attorneys and lobbyists to grow their business. She built the irm’s Marketing Department and helped guide the irm through double digit growth, restructuring of practice groups and management, and developed several award-winning marketing, communications and business development initiatives. Susan worked especially closely with the irm’s Government Law & Lobbying team on various Broward County community initiatives and programs. She proudly served as one of the longest tenured marketing professionals at a law irm. Early in her career, Susan worked on political campaigns and served as Legislative Assistant to a former Broward State Representative in Tallahassee and US Senator from Florida in Washington, DC. Susan lived in Broward for 20+ years raising her children in West Broward.

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 21 p. 27 Broward County Board of GEN2119422P1 County Commissioners

ADG STRATEGY GROUP

Resumes

p. 28

(305) 781‐7310 | [email protected] ShiraExperienceKastan Goldstein PRESIDENT & CHIEF STRATEGIST | ADG STRATEGY GROUP| 2018 ‐ PRESENT • Provides strategic and tactical direction for various organizations for purposes of business development • Develops and leads strategic planning, government affairs and outreach initiatives for clients • Works collaboratively with company executives in areas of government relations, community relations, business development, marketing, development and strategic planning • Serves as key strategist in preparing government affairs and community relations priorities and campaigns for policy and or appropriations requests of local, state and federal • Promotes and advances the image of clients’ leadership teams to external stakeholders, industry groups, associations and others; Develops thought leadership campaigns and positions leaders as subject matter experts on key topics across a variety of industries • Develops and nurtures relationships with key organizations in South Florida, Nationally and Internationally • Develops key strategies and annual strategic goals and creates strategic initiatives and partnerships • Works with clients on public affairs and public relations opportunities and strategies • Develops communication tools and identifies channels for dissemination of key messages for clients • Attends relevant community/business meetings, participates in relevant councils, roundtables, committees and business organizations such as chambers of commerce • Represents clients such as Nova Southeastern University (NSU) MD, International Association of Firefighters, Department of Pediatrics at the University of Miami Health System, The Gordon Center for Research in Medical Simulation at the UM Miller School of Medicine, The Research Advisor, The South Florida Hospital and Healthcare Association and others

ASSOCIATE VICE PRESIDENT, STRATEGIC INITIATIVES | UNIVERSITY OF MIAMI HEALTH SYSTEM | 2017 ‐ 2018 ▪ Provides strategic and tactical direction for various departments for purposes of business development and external affairs ▪ Leads key projects that focus on the development of business opportunities and partnerships consistent with UHealth’s vision ▪ Develops and leads UHealth’s senior leadership public relations/image campaign ▪ Manages and leads government affairs matters in Broward and Palm Beach Counties in an effort to advance UHealth’s goals ▪ Works collaboratively with government relations, community relations, business development, marketing, development, strategic planning, physician relations and internal and external strategic stakeholders ▪ Serves as key strategist in preparing the International and Domestic strategic plan and business development strategies, government relations initiatives and seeks key strategic partnerships and affiliations ▪ Promotes and advances the image of UHealth to external stakeholders, business & industry groups, associations and others ▪ Develops and nurtures relationships with key organizations in South Florida, Nationally and Internationally to further UHealth's mission ▪ Develops and executes key strategies and annual strategic goals, and monitors progress made on key strategic initiatives, goals and objectives ▪ Engages with Consulates, Embassies, Trade Offices, and other international stakeholders ▪ Attends relevant community/business meetings, participates in relevant councils, roundtables, committees and business organizations such as chambers of commerce

·

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 23 p. 29 ASSOCIATE VICE PRESIDENT, STRATEGIC OPERATIONS | SYLVESTER COMPREHENSIVE CANCER CENTER, UNIVERSITY OF MIAMI HEALTH SYSTEM | 2014 ‐ 2017 ▪ Led the cancer center’s strategic planning division and served as strategist for CEO and Director of the cancer center; Successfully developed the cancer center’s strategic plan for both research and clinical divisions; and monitored progress made on key strategic initiatives and goals o Led over 150 interviews of internal & external stakeholders, including physician leaders o Organized and led successful workshops in key areas such as patient experience, and competitive landscape o Initiated several projects and initiatives, such as, "same day/next day" appointment pilot program o Led a Board of Governors’ retreat and subsequently gained board endorsement o Led meeting with University and UHealth leadership and successfully gained endorsement FY 17: ▪ Secured $19 million of state appropriations; highest level in the history of Sylvester ▪ Expanded firefighter’s cancer research initiative & secured $1.5 million of funding (Subsequently initiative has received additional appropriations exceeding $6 million) FY 16: ▪ Secured $16 million (of $80 million initiative) for NCI related activities ▪ Developed policy recommendation and secured $ 4.9 million for enhanced hospital payments as a specialty cancer center ▪ Developed research initiative relating to firefighters and cancer risk, and secured $965,000 of State funds for said research across the South Florida region ▪ Developed strategies and led successful effort of a protest regarding Certificate of Need application for a bone marrow transplant program by a S. Florida health system ▪ Visionary and creator of Firefighter Cancer Initiative o Developed campaign for State of Florida appropriation (over $6 million to date) o Began in South Florida but has expanded Statewide as well as nationally o Created public relations campaign and branding opportunities o Produced public service announcement videos o Initiative has been recognized at national and international conferences, including IAFF o Researchers of said initiative have achieved 5 research journal publications and abstracts, over two dozen abstracts and posters at national and international conferences or meetings ▪ Provided strategic input and identified opportunities for areas such as, physician relations, marketing, development and various site disease groups o Secured opportunity for physician relations with Broward County Medical Association in an effort to increase patient volumes and referral patterns from community physicians o Secured opportunity for marketing department with sponsorship of Winterfest Boat Parade o Secured opportunity for development department by securing $200,000 from Community Foundation of Broward ▪ Responsible for leading events and community relations teams, as well as the development and execution of cancer center community relations strategy to increase brand awareness o Served as lead cancer center liaison for community and advocacy group relationships and advanced the image of the cancer center to external stakeholders, industry groups and associations o Created events management department for Sylvester to handle hospital events, community events, sponsored events and national research conferences and events such as ASCO and ASH for purposes of cancer center’s national brand reputation o Oversaw team who managed more than 130 events annually o Developed more than 100,000 marketing impressions ▪ Led cancer center’s international efforts in an effort to grow patient volumes and developed strategic opportunities and affiliations

Page 2

24 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 30 o Served as UHealth & Sylvester representative on Visit Florida’s Medical Tourism Task Force o Secured highest level funding of $1 million of $5 million state funds (25% of funds available) for purposes of a pilot project to promote the academic cancer centers in Florida ▪ Developed strategic direction on all community outreach initiatives and lead and managed the community outreach portfolio for the South Florida region o Assessed past and present affiliations, and renegotiated all existing contracts and agreements o Developed new affiliations with various business & community organizations o Developed new corporate partners in an effort to educate the community about Sylvester o Developed affiliation with firefighter’s cancer organizations which has led to over 150+ new patient referrals/450+ appointments with a financial gain of over $1 million to revenues ▪ Developed state & federal legislative priorities, including funding, policy and regulatory recommendations & worked collaboratively with government affairs to advocate for priorities o Worked closely and collaboratively with clinical operations, marketing, research, advancement and physician relations leadership for the purpose of alignment in key strategic initiatives ▪ Developed business analysis and created partnerships with key constituents to grow patient volumes for all areas of the cancer center o Developed opportunities to grow patient volumes with unique populations o Worked with primary care division to develop strategies and relevant business plans for cancer related opportunities o Developed strategies related to Continuing Medical Education (CME) activities ▪ Analyzed and assessed legislative, administrative and regulatory activities as they pertain to the cancer center’s programs, activities and operations o Site Neutrality Federal legislation o 340B Drug Discount Program o Hospital bed increase related legislation; led 2 year regulatory campaign with CMS and subsequently achieved success to increase beds at Sylvester Comprehensive Cancer Center ▪ Managed over $2.5 million budget annually, as well as oversees direct reports and staff

ASSISTANT VICE PRESIDENT, GOVERNMENT AFFAIRS & COMMUNITY RELATIONS | UNIVERSITY OF MIAMI | 2008 ‐ 2014 ▪ Developed and executed legislative priorities valued at $100 million in direct appropriations annually ▪ Legislative and Policy Accomplishments include, but not limited to: o Led monumental campaign in Tallahassee to achieve sovereign immunity protection for UM physicians at Jackson Memorial Hospital (public hospital) (NPV: $300 million); developed microsite for campaign, as well as campaign strategies o Achieved Statutory Teaching Hospital Designation for University of Miami Hospital o Executed successful campaign to increase state funding for Sylvester Comprehensive Cancer Center from $1.2 million to $16 million annually o Worked on hospital regulatory issues such as CON, DSH/LIP funding, physician supplemental funding and scope of practice o Successfully passed legislation relating to medical faculty certificates and amended state statues to increase the number of available certificates at Florida Medical Schools ▪ Developed and executed plan and secured $80 million from the State of Florida to accelerate activities to achieve NCI designation for Sylvester Comprehensive Cancer Center; Plan created with the Office of the Governor and subsequent endorsement from the state legislature ▪ Lead and managed the Clinton Global Initiative University (CGIU) community project o Strategically identified community projects for consideration by CGIU o Led logistics and details associated with community project initiative ▪ Increased state funding for Center for Autism and Related Disabilities over 30% over 2 years; developed advocacy materials and lobbying strategy ▪ Advocated for various programs for funding opportunities, including articulating the University’s

Page 3

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 25 p. 31 response to proposed legislation such as CON, Hospital Regulations, Scope of Practice, Athletics and others ▪ Developed and implemented state legislative strategies parallel to the University’s mission ▪ Served as a representative of the University to all State of Florida government entities, including the Florida Senate, the Florida House of Representatives and the Governor’s Office ▪ Created partnership with Miami Dade County Parks and initiated “fit to play” program to promote healthy lifestyles for children at summer camp sites in coordination with UM Medical School residents o Media Coverage, both TV and Print, including Front Page of Miami Herald Neighbors Section o Florida Blue Foundation 2017 Sapphire Award & other national awards o Program expanded to 19 counties in Florida

▪ Helped develop and articulate the institution’s response to proposed legislation ▪ Analyzed and assessed legislative, administrative and regulatory activities as they pertain to University programs, activities and operations ▪ Represented UM during the state legislative committee meetings, the 60-day regular session of the Florida Legislature, and all special sessions, as well as coordinated work with outside consultants ▪ Represented the University to appropriate organizations or coalitions, and other groups ▪ Served as policy advisor to the Vice President on government affairs related matters ▪ Developed campaign and led successful effort to increase ridership for the Dolphins Cancer Challenge: UM participation increase more than 200% over two years

DIRECTOR, PUBLIC POLICY & GOVERNMENT RELATIONS | MIAMI CHILDRENS HOSPITAL, MIAMI‐DADE COUNTY | 2006 ‐ 2007 ▪ Successfully developed and managed grassroots campaign for 25-year Master Facilities Plan Zoning ▪ Oversaw and coordinated all government relations efforts on local, state and federal levels ▪ Developed and implemented advocacy, public policy and government relations goals that advanced MCH’s mission, as well as coordinated pursuit of all public policy goals ▪ Identified and prioritized legislative issues of interest with County officials, delegations to the State and Federal government and related associations with mutual interests ▪ Directed the coordination and implementation of strategies to promote the point of view of MCH to federal, and state legislators and regulators, as well as the local Board of County Commissioners ▪ Supervised and managed the activities of MCH’s state and federal lobbyists ▪ Developed and pursued opportunities to enhance existing MCH programs and developed new partnerships within the community ▪ Participated on teams, committees, and special projects both internal and external to the organization

DIRECTOR OF POLICY & LEGISLATIVE AFFAIRS | OFFICE OF CHAIRMAN JOE A. MARTINEZ, BOARD OF COUNTY COMMISSIONERS, MIAMI‐DADE COUNTY | 2004 ‐ 2006 ▪ Prepared all legislative agendas for the Chairman which included Board of County Commission Meetings, Planning & Zoning, Metropolitan Planning Organization (MPO), Annual Budget Hearings, Board Committee Meetings and other respective meetings ▪ Acted as the principal legislative liaison between the Chairman and 60+ Miami-Dade County Departments to set the Board of County Commissioner’s Agenda for all meetings and all respective departments’ business matters respective departments’ business matters ▪ Briefed Chairman and Chief of Staff on all pertinent legislative matters and prepared briefs and analyses on pertinent/specific items on agendas, meetings and workshops ▪ Drafted ordinances such as the Sexual Offenders, Generators for Gas Stations and Retail Stores and

Page 4

26 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 32 other controversial issues, such as Marlins Stadium and light rail transportation proposal with CSX ▪ Participated and advised Chairman regularly of progress of Healthcare Task Force as it pertains to initiatives, programs, Medicaid and other health related matters ▪ Negotiated Miami-Dade County’s slot machine agreement with Pari-Mutual Facilities with the County Attorney, the County Manager and the Budget Director ▪ Assisted with advocacy efforts to Federal Officials regarding the President’s Base Realignment and Closure Initiative as it pertains to Homestead Air Reserve Base ▪ Conducted and organized a working group to review and study the vast array of Victim Services o Developed plan, which was subsequently adopted, which created the County’s first one-stop center for services of victims of domestic violence; only one of two in the State of Florida o Led effort with GSA Department to identify real estate for that Coordinated Victims Assistance Center (CVAC) ▪ Identified and prioritized legislative issues of interest with County officials, delegations to the State and Federal government and related associations with mutual interests

LEGISLATIVE & POLICY AIDE | OFFICE OF COMMISSIONER JOE A. MARTINEZ, BOARD OF COUNTY COMMISSIONERS, MIAMI‐DADE COUNTY | 2003 ‐ 2004 ▪ Prepared briefs and analyses on pertinent/specific items on agendas, meetings & workshops ▪ Prepared and drafted resolutions, ordinances & amendments for all legislative related issues ▪ Conducted research and prepared background on district, state and federal issues ▪ Drafted proposals of ideas and plans issued by the Chairman and prepared the transformation of those ideas and plans into proposed resolutions and ordinances ▪ Proactively conducted research to enhance existing ordinances, resolutions and amendments to existing county code ▪ Attended all commission, committee, zoning, workshops and other related meetings ▪ Monitored initiatives, programs, communications, reports and legislation issued by Commissioners, the Mayor, the County Manager, and department directors relating to all legislative matters ▪ Worked on Chairman’s initiatives which included the Federal Training Facility at Homestead Air Reserve Base & Tri-Rail Expansion/Transportation Projects in the West Miami Dade area

NEWS ASSIGNEMENT EDITOR | WTVJ NBC 6 NEWS/TELEMUNDO | 2002 – 2003 ▪ Emmy Award Winner for Feature News Story identified, produced and edited for air ▪ Participated in strategic planning of assignments and of daily news stories ▪ Managed daily assignment, monitored police & fire scanners and dispatched crews accordingly ▪ Planned daily and special coverage, scheduled/booked guests and interviews ▪ Covered the War on Iraq, Elections 2002, Columbia Shuttle Tragedy & Post 9/11 Coverage ▪ Investigated and developed stories as it pertained to major news coverage ▪ Developed sources and relationships with local, state and federal level of law enforcement/agencies

NEWS ASSIGNEMENT PLANNER | WFOR – CBS 4 NEWS/WBFS UPN 33 NEWS | 2000 ‐2002 ▪ Executed and conceived news coverage plans for WFOR and WBFS Newscasts ▪ Prepared daily planners, booked guests and experts and coordinated live shots ▪ Covered historical news stories such as Elections 2000, Elian Gonzalez Saga, Hurricanes and the September 11 Attack on America o Coordinated all news crews on 9/11, attack on America o First S. Florida news station to appear live from New York and Washington

Page 5

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 27 p. 33 Coordinated coverage plans on War on Afghanistan and Middle East Violence Identified and researched exclusive news stories from sources and law enforcement agencies · Produced, coordinated and investigated special projects and series stories · · NEWS ASSIGNMENT EDITOR | WFOR – CBS 4 NEWS/WBFS UPN 33 NEWS | 1998 ‐ 2000 ▪ Developed news stories, and dispatched all daily crews, reporters, live trucks and field producers ▪ Monitored and developed journalistic and editorial elements of news gathering ▪ Participated in strategic planning for day-to-day news events and breaking news ▪ Coordinated coverage plans on War on Afghanistan and the Middle East Violence ▪ Researched and investigated stories, set up interviews and coordinated logistics

Education MASTER OF BUSINESS ADMINISTRATION (EXECUTIVE MBA) | 2011 | UNIVERSITY OF MIAMI

MASTER OF SCIENCE IN PUBLIC ADMINISTRATION | 2006 | FLORIDA INTERNATIONAL UNIVERSITY

BACHELOR OF SCIENCE IN CRIMINAL JUSTICE| 1999 | FLORIDA INTERNATIONAL UNIVERSITY

Awards & Recognitions 2019 PR Daily’s National Awards: Nomination, Government/Public Affairs, Media Relations 2019- Present Fort Lauderdale Chamber of Commerce: Chair, Political Affairs Committee 2017-2018 Coral Gables Chamber of Commerce: Global Business Committee: Member 2017-2018 Greater Miami Chamber of Commerce: International Business Committee: Member 2017-2018 Plantation Chamber of Commerce, Board of Directors 2016-Present Winterfest Board Parade: Board of Directors 2016 United Way of Broward County Mayor’s Gala: Planning Committee Member 2016-2018 Fort Lauderdale Chamber of Commerce – Trustee Member 2016-Present Fort Lauderdale Chamber of Commerce, Perspectives on Florida’s Healthcare Committee, Member 2015-2016 Leadership Broward Foundation-Class 34, Leadership Class Participant 2015 Suncoast Television Emmy Awards- Recipient: The Dolphins Cancer Challenge 2014-2017 Sylvester Cancer Center, Director’s Executive Cabinet: Member 2014-2017 State of Florida Medical Tourism Task Force: Member (1 of only 29 statewide) 2014-2017 Hollywood Chamber of Commerce-Trustee Member 2014-2017 Boca Raton Chamber of Commerce-Trustee Member 2014-2017 Deerfield Beach Chamber of Commerce-Trustee Member 2014-2017 Plantation Chamber of Commerce- Trustee Member 2014-2017 Coral Springs Chamber of Commerce- Trustee Member 2013 Greater Miami Chamber of Commerce- Young Professionals Committee: Most Valuable Graduate Award – Recipient 2013-2015 Florida Hospital Association- Advocacy Committee- Member 2012 Coral Gables Chamber of Commerce, Rising Star Award- Finalist 2012 Miami Dade County, Homeless Assistance Trust: Recognition Award 2011 University of Miami School of Business Administration: Leadership Award 2007 Biscayne Condominium Association – Board of Directors Member

Page 6

28 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 34 GEN2119422P1

2006-Present Florida Hospital Association, Member 2006-2007 National Association of Children’s Hospitals (N.A.C.H.) – State Policy Services Advisory Group Member 2006-2007 Safety Net Hospital Alliance of Florida, Member 2006 United Way of Miami-Dade: Certificate of Appreciation – Young Leader Project 2005-2006 The Oaks at South Miami Condominium Association – Board of Directors Member 2005 Mothers against Drunk Driving (MADD) – Award of Special Appreciation 2003-2005 South Florida Media Relations Organization – President 2003-2004 Mothers against Drunk Driving (MADD) – Executive Board Member 2003 Police Officers Assistance Trust – Award of Special Appreciation 2003 NBC 6 News – Recognition Award for Exceptional Work 2002 Television Emmy Award Recipient - December 2002 – Feature Segment Producer

Page 7

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 29 10/16/2019 BidSync p. 35 Cynthia E. Gutierrez-White 2 Sonachan Court, Towson, MD 21286 Email: [email protected] www.linkedin.com/in/cgutierrezwhite mobile: 954-299-6366

Summary

I am an effective communications and marketing professional with over 20 years of experience. I pride myself in aligning myself with organizations that do good. I use my talents and enthusiasm to successfully craft and execute communications and marketing initiatives across a multitude of platforms to increase public awareness, engagement and visibility. I want to continue being a positive impact in my community-at-large and I’m currently seeking a challenging yet fulfilling position to leverage my bilingual skills and expertise.

Work Experience

May 2011 – Present FIREBIRD COMMUNICATIONS Title: Founder - Strategic Communications & Public Relations consulting Providing strategic communications solutions for clients in the tech, nonprofit, higher education and healthcare fields. Services include: strategic planning, public relations, media relations, crisis communications and writing/editing.

June 2016 – August 2018 JOHNS HOPKINS MEDICINE 901 South Bond Street, Baltimore, MD 21231

Title: Senior Director, Strategic Communications and Public Affairs Manage the internal and external communications, including PR, media relations and crisis communications, for Johns Hopkins Medicine, the $8 billion system that unites the Johns Hopkins University School of Medicine with the Johns Hopkins Health System. The Johns Hopkins Health System is comprised of six academic and community hospitals, including Johns Hopkins Hospital in East Baltimore, four suburban health care and surgery centers, nearly 40 primary health care outpatient sites, as well as programs for national and international patient activities. Leading a team of 32, we Support JHM; Inform, educate and engage faculty and staff across JHM; Educate the public about JHM research, discovery and innovation; Promote JHM as a leader in patient care, education and training. As Sr. Director, I execute long-term campaign plans to support JHM- wide initiatives and priorities; manage issues that can potentially threaten the institution’s brand or reputation; promote the brand in the areas of business of medicine and emergency preparedness; and use earned media to influence the perceptions of JHM while strengthening our reputation.

30 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 36 Feb. 2012 – June 2016 AMERICAN RED CROSS 2025 E Street, N.W., Washington, DC 20006

Title: National Senior Officer, Hispanic PR and Communications Promote the Red Cross mission and raise the profile of the organization with the fast-growing Latino population through outreach to local and national new and traditional media. Develop comprehensive and creative strategies to drive earned media visibility in the Spanish-language media outlets across the country and territories and serve as a national bilingual spokesperson. Create Spanish- language materials such as press releases and talking points for the 100+ Red Cross PR professionals in regions across the country and Puerto Rico. Oversee the content on CruzRojaAmericana.org, the organization’s Spanish national website.

August 2011 – Feb. 2012 Title: Director, Spanish Language Communications for Division 5 Create communications strategies and materials for chapters across Florida, Georgia and Alabama to increase Red Cross visibility and public awareness in the Hispanic market.

May 2008 – August 2011 Title: South Florida Regional Director of Communications & Marketing Develop and implement communications, media and marketing strategies that successfully deliver the Red Cross humanitarian mission. Craft messages regarding disaster relief, preparation and prevention to the public while maximizing fundraising efforts and public awareness.

April 1999 – April 2008 MIAMI CHILDREN’S HOSPITAL 3100 S.W. 62nd Avenue, Miami, FL 33155

Title: Senior Public & Media Relations Specialist Hospital spokesperson serving as primary point-of-contact for the media. Support and maintain the positive image of Miami Children’s Hospital (MCH). Coordinate press conferences and prepare press releases to increase public awareness and promote hospital programs and events. Develop community events. Other responsibilities include: crisis management and communications, serve as the in-house producer for extensive TV shoots, policy writing, media training for MCH spokespersons, maintain content on mch.com media web page.

July 1996 – April 1999 ARCHDIOCESE OF MIAMI 9401 Biscayne Blvd., Miami Shores, FL 33138

Title: Communications Coordinator Served as the contact person for the media, wrote press releases, organized press conferences, crisis management, planned and implemented publicity campaigns for Archdiocesan events and issues, handled media inquiries,

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 31 p. 37 GEN2119422P1

provided appropriate responses or designated spokesperson for media, coordinated interviews, and maintained clipping files.

Dec.1995 – July 1996 COMCAST CABLEVISION ADVERTISING OF SOUTH FLORIDA

Title: Ad Sales Assistant Assisted in the development of ad sales materials and presentations. Facilitated correspondence, proposals, advertising schedules and co-op documents.

Summer - Fall 1995 MEDIAONE (FORMALLY DYNAMIC CABLEVISION)

Title: News Intern Assisted news reporters in the field. Wrote scripts in English and Spanish.

Spring Semester 1995 APPALACHIAN STATE UNIVERSITY – COMMUNICATIONS DEPARTMENT

Title: Radio Production Lab Assistantship Taught radio production to broadcasting majors. Gave lab quizzes, graded tests and assisted the professor.

Summer 1994 TELEMUNDO TELEVISION NETWORK

Title: Public Relations Intern Wrote press releases and clip reports. Promoted upcoming TV programming and planned press conferences.

Accomplishments

Johns Hopkins Medicine

• I was recruited to work with one of the most reputable healthcare systems in the world

i Description of Achievement i Number

I_ Average number of press releases disseminated annually 300 Number of earned media stories annually 96,000 Number of readers of Inside Hopkins daily email 42,000 Number of JHM Town Hall meetings coordinated and executed by our 9

team t-

Number of internal leadership messages drafted and distributed t- >500

Number of issues mitigated by our PR & Corporate Communications Team t- >300 Number of different social media platforms we use to tell our story 8

• Served on numerous executive committees to bring about change in population health, precision medicine, health equity, service quality improvement • Was a founding member of Hopkins Familia, the Hopkins Hispanic/LatinX employee resource group. More recently I served as the Co-Executive Chair.

32 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 10/16/2019 BidSync p. 38 • Was the co-captain of the United Way for Marketing & Communications fundraising campaign. Since 2016, employee engagement has risen by 5% and surpassed the fundraising goals • Served as the Hospital’s Healthy at Hopkins Champion for the 100+ members of the Marketing & Communications team. I executed wellbeing initiatives for the department.

American Red Cross, National Headquarters

• Participated in several satellite media tours to promote disaster preparedness or fundraising campaigns along with American Red Cross President Gail McGovern. Media interviews were conducted in both English and Spanish. • Was a national English spokesperson on the Home Shopping Network on the HSN Cares Day. 2015 and 2016. We spoke about winter safety and fire prevention campaign. • Served as the Co-Chair of the American Red Cross National Latino Affinity Group. • Created the “Nuestro Orgullo” recognition program. This enterprise-wide program highlights the good work of Latinos across the country and its territories. • Only Red Crosser to serve as a mentor in the Corporate Diversity mentor program since its inception in 2012. • Created an annual story web campaign for National Hispanic Heritage Month on both RedCross.org and CruzRojaAmericana.org, the national websites for American Red Cross.

American Red Cross, South Florida Region

• Served as the national Red Cross spokesperson for the highly-promoted Holiday Giving Campaign satellite media tour. Interviewed with various Spanish TV and radio networks and affiliates across the country. • In January 2011, one year after the earthquake in Haiti, the South Florida Region Communications & Marketing Department garnered over 1,200 Haiti-related media appearances. • Since 2008, media appearances (hits) increased from 600 hits FY 08 to 2,400 FY 11 and web visits increased by 50%. • Serve as a bilingual national spokesperson. • Participated as a keynote speaker at the 2010 Public Relations Society of America Florida State conference. • Assisted national headquarters in the translation on the Holiday Giving Campaign materials from English to Spanish, 2009 - 2011. • Served as a national Red Cross spokesperson for the Haitian earthquake relief effort and was the face for national Spanish media. Over 200 media interview requests were fulfilled. • Was the lead Red Cross representative for the Unidos por Haiti telethon on Univision Network. Over 8 million people tuned in and the American Red Cross raised $ 7.5 Million. • Presented to scores of Red Cross Societies Presidents and Secretary Generals at the International Red Cross Societies Conference, 2008, 2009. • Won the Allstate Your Choice Charity online contest and received a $15,000 check for the local Red Cross. • Helped Red Cross win Target’s National “Bullseye Gives” Facebook online contest. Red Cross (National) tied for first place and was given more than $750,000. • Improved Red Cross Chapter online visibility and public awareness with the redesign of www.southfloridaredcross.org and www.tucruzroja.org websites, the creation of the regional blog – SFLRedCross.blogspot.com and integration with popular social media websites: Facebook.com/SFLRedCross, Twitter.com/SFLRedCross and YouTube.com/user/SFLRedCross.

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 33 p. 39 • Univision Network’s “Despierta America,” established monthly TV Red Cross appearance schedule on television’s highest rating morning program (1.2 million viewers), 2008 – present. Interview topics include: CPR, disaster preparedness, water safety, and pet first aid. • Increased the brand awareness by creating compelling regional collateral and visuals such as retractable and vinyl banners, promo items and documenting volunteer, donor and client stories. Prior to 2008 brand visibility was minimal. • Elected to the Advanced Public Affairs Team (APAT), a specialized group of communicators hand picked to serve as national American Red Cross spokespersons. • Upon arrival in 2008, implemented a media database system to log, track and create queries on local Red Cross media hits. • Partnered with the University of Miami Hyperion Council, the Marketing Honor Society, and the College of Business Ziff Center of Graduate Studies. The Hyperion Council and I prepared a marketing campaign to introduce the Red Cross to the students of the campus. And were given two MBA students for a 10-week summer fellowship with the Red Cross. • Partnered with Emergency Management & Homeland Security for the annual Storm Prep Expo at the Miami Beach Convention Center.

Miami Children’s Hospital

• Over 33,000 media stories in the span of nine years, from April 1999 to 2008; 10,000 were feature stories. • “The Big Give,” ran spring 2008 on ABC network. Coordinated and participated in a three-day taping. Produced by Oprah Winfrey, this reality show has philanthropic contestants traveling the country and paying it forward. • The Learning Channel’s “Miami Ink,” Coordinated and participated in a two-day shoot where the program protagonist took part in an art project with the patients. Ran May 2008. • “Shaq’s Big Challenge,” casted MCH pediatric gastroenterologist to be a part of Mr. O’Neill’s expert team. The program circled around several children on the journey to lose weight. Served as location consultant and in-house producer for the shoots in the hospital. The 6-episode series aired on ABC Network in summer 2007. • 2006 Florida Hospital Association “Mark of Excellence” award recipient for crisis communication. • Served as a Subject Matter Expert in Communications for the Department of Health Disaster Preparedness Committee, winter 2008. • Discovery Health Network’s “Born Without a Face,” the highest-rated documentary in the history of the network. The program focused on an MCH patient with a rare genetic condition. Aired in 2005. Served as location consultant and in-house producer. The sequel, “Born With a New Face,” aired in summer 2006. • The Learning Channel’s “The Facemakers,” the new 10-episode observational series aired in fall 2006. I conceptualized the idea of the series, pitched it to the network and later coordinated all the logistics and provided on-site support for the 13-month project. The series revolves around the patients, families and staff of the MCH Craniofacial Center. • ABC Network’s “Miracle Workers,” casted an MCH surgeon as co-host of television series. Also secured an episode dedicated to MCH, the surgeon and one of his young cardiac patients. Aired April 2006. • Was invited to attend the ABC Network medical contact appreciation luncheon with Elizabeth Vargas, Charlie Gibson, Cynthia McFadden and other ABC News reporters and producers in New York, April 2006.

34 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 40 • Over 150 media appearances in South Florida and 34 other markets nationally, from the post- Hurricane Katrina PR support for MCH’s LifeFlight team in the battered gulf region, August – September 2005. • Univision Network’s “Despierta America,” Created a monthly question and answer segment featuring an MCH physician on television’s highest rating morning program, 2003 – 2008. • Secured media stories in all local South Florida and regional media outlets. Secured stories on national and international outlets including: “Good Morning America,” New York Times, “Today Show,” BBC, CNBC’s “The Closing Bell,” “20/20,” “Early Show,” “World News” on ABC Network, The Learning Channel, Discovery Channel and numerous programs on Univision and Telemundo Networks.

Archdiocese of Miami

• Accompanied the press pool to Havana, Cuba and assisted the media with the historic Papal visit to Cuba, 1998 • Coordinated and promoted the Versace Memorial Mass and Miami Bishop Episcopal Ordination • Attended the Institute for Religious Communications on full scholarship • AERho National Broadcasting Society Student Competition judge, 1997 • Gabriel Broadcasting Awards judge 1996, 1997, 1998.

Education

February 2019 GOOGLE DIGITAL GARAGE Certification Digital Marketing

May 1999 ST. THOMAS UNIVERSITY Miami, FL 33054 M.S. Degree, Management

May 1995 APPALACHIAN STATE UNIVERSITY Boone, NC 28608 B.S. Degree, Communications Concentration in Broadcasting, Minor in Music

Skills

• Public Speaking • Media interviews • Fluent in Spanish • Proficient in Microsoft Word, Excel, and PowerPoint

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 35 p. 41 Community and Professional Organizations

• Volunteer at McDonogh School, 2018 – present • Volunteer Team Mom for the Master’s Volleyball Academy U15 – top national team, 2018 - present • Member of the Association of Latino Professionals for America, 2018 • Volunteer for American Red Cross Advanced Public Affairs Team, 2016 - present • Volunteer at St. Coleman Catholic School, 2013 to 2016 • Volunteer at David Fairchild Elementary, 2009 to 2012 • Volunteer at the University of Miami School of Business Administration. Every semester I would conduct mock job interviews for MBA students, 2008 to 2011. • Member of the Florida Hospital Association, 1999 to 2008 • Board Member of the South Florida Media Relations Organization, 1996 to 1999 • Chairwoman for the Miami Shores Task Force’s Breast Cancer Awareness Month events and Heart 5K Chair, 1998 and 1999 • Greater Miami Symphonic Band member, 1999 to 2001

36 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 42 MOL L Y PHILLIPS I CEO & Founder at Sparo

C A R E E R S T O R Y A C H I E V E M E N T S

FOUNDER & CEO Retained client portfolio representing more than $1M SPARO | MAY 2019 - PRESENT in gross annual agency revenue, including brands Miami, FL such as: Royal Caribbean International, Lennar Homes, Aventura Mall, and Sandals & Beaches After ten years working in the marketing Resorts industry, and five years spent working at Contributed excess of $200,000 gross lifetime some of the top agencies in Miami, I decided revenue to GreenRoom agency through individual to found S paro in 2019 out of a desire to give business development efforts better marketing services to clients at fair Roar Media "Lion of the Quarter " award for market prices. Sparo is focused on three outstanding performance core services: social media, search Guest lecturer for the FIU Executive MBA program marketing, and sales funnel optimization. We Web Congress Summer Sessions guest lecturer work with non -profits and companies of all Successfully executed re -launch of Tampico sizes to achieve their goals through the Beverages ' new brand across digital channels power of marketing. Since starting the Created and executed go -to market strategies for agency, we have served 12+ clients and top House of Marley brand audio products grown to a team of three full -time and one Branded and launched 10+ Lennar new home p art -time employees. communities in southeast Florida Pioneered flagship influencer marketing and content DIRECTOR OF CLIENT STRATEGY marketing programs at Roar Media ROAR MEDIA | JUNE 2018 - MAY 2019 Published author and former journalist at Pulitzer - Miami, FL Prize winning newspaper

In my role as director of client strategy, I E D U C A T I O N oversaw the creation and execution of ASBURY UNIVERSITY - LEXINGTON, KY integrated marketing solutions for our B.A. IN ENGLISH, MINOR IN COMMUNICATIONS clients. I interfaced closely with the other 2008 - 2012 | GPA 3.83 department directors to bring together tactics from earned, owned, and paid media OXFORD UNIVERSITY, OXFORD, ENGLAND to solve client problems and achieve LITERATURE & ENVIRON MENTAL ETHICS measurable successes. Under my leadership, 2011 | GPA 4.0 the agency had a 90% average client retention rate past initial retainer time. C O M M U N I T Y ( C U R R E N T ) MARKETING STRATEGIES EXECUTED IN ROLE: FRIENDS OF MIAMI ANIMALS FOUNDATION 4 t (FOMA, INC.) VOLUNTEER FOR NON -PROFIT DEDICATED TO •Creating a model for digital marketing THE BETTERMENT OF ANIMAL WELFARE IN MIAMI revolution at scale in LACAR (Latin American/Caribbean) markets for Royal NEIGHBORHOOD CHURCH Caribbean Cruise Lines ATTENDEE & VOLUNTEER

•Increasing foot traffic and market share in COMPASSION INTERNATIONAL the age of Amazon for America 's third- REMOTE MENTOR & DONOR largest mall, Aventura Mall

•Positioning new suburban residential communities built by America 's number -one S T R E N G T H S homebuilder, Lennar, to wealthy urbanites TEAM LEADERSHIP • MARKETING STRATEGY DEVELOPMENT & TECHNICAL EXECUTION • •Making the Caribbean 's top all -inclusive WRITING • PROBLEM SOLVING • PUBLIC resort (Sandals and Beaches) appealing to SPEAKING & TEACHING • PROJECT MANAGEMENT millennials without alienating its loyal • RELATIONSHIP CULTIVATION • BUSINESS customer base of conservative 'Boomers' DEVELOPMENT • CLIENT RETENTION

M O L L Y P H I L L I P S | 7 1 0 0 B I S C A Y N E B L V D | S U I T E 2 0 1 | M I A M I , F L | 3 3 1 3 8 | M O L L Y . P @ S P A R O M A R K E T I N G . C O M | 8 0 2 - 7 3 4 - 3 2 0 5

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 37 p. 43 SR. CLIENT SERVICES SUPERVISOR This company was one of the first companies to launch ROAR MEDIA | SEPT. 20 16 - JUNE 2018 Oculus-Rift compatible VR content, and I managed the Miami, FL public launch, including securing media coverage in the L.A. Times, Money, Fortune, Forbes, and other top-tier media I managed a team of 10+ professionals in the publications. I also spearheaded the agency's content executi on of integrated marketing strategies. marketing department across all clients, using my skills in My achievements included growing our journalism and PR to secure hundreds of additional media agency client base by revenue over 100%, placements using client-generated content. achieving #1 corporate ranking in digital JR. ACCOUNT EXECUTIVE marketing for Lennar homes SEFL division in ROAR MEDIA | JUNE 2014 - MARCH. 2015 2017, launching the brand for Idea Financial, and successfully executing client Miami, FL partnerships with companies such as DreamWorks, Airbnb, and HelloFresh. As a jr. account executive at Roar Media, I managed my own accounts and assisted sr. team members with media relations activities. One of my top SR. ACCOUNT MANAGER achievements was conceptualizing and re - GREENROOM | MAY 2016 - SEPT. 2016 designing the website for one of our non -profit clients, Legal Services of Greater Miami. The Miami, Fl website is still in use toda y. I also secured clients media coverage in publications such as In my role as sr. account manager at The New York Times, The Miami Herald, GreenRoom, I managed public relations and Bloomberg, CNBC and others. social media strategies for top CPG companies, including House of Marley and ACCOUNT COORDINATOR Del Monte Fresh. I also oversaw the firm ' s in - ROAR MEDIA | MARCH 2014 - JUNE. 2014 house creative production team and Miami, FL mentored other account executives in securing media coverage. During my tenure I After turning down a full -ride scholarship to secured media coverage with The New York University of Miami school of law, I decided to Times, Live! With Regis and Kelly, Th e take an entry-level job at a marketing agency. I Rachael Ray Show, CNET, CNN, Money, assisted the agency 's account team by creating TechCrunch, and other top -tier publications. media clips, drafting press releases, I also managed the social media launch of scheduling client meetings and media Del Monte Fresh 's veggie noodles product, interviews, creating pr esentations, and driving a 20%+ sales lift in select test completing basic graphic design and website markets. management activities. I was promoted in three months. ACCOUNT MANAGER FREELANCE JOURNALIST GREENROOM | SEPT. 2015 - May 2016 THE LEXINGTON HERALD-LEADER & GROUP Miami, FL TRAVEL LEADER | SEPT. 2012 - MAY 2016

As an account manager at GreenRoom, I was Lexington, KY & Miami, FL in charge of public relations and social media strategy for household name CPG I wrote hard news stories on travel & non - companies. I secured media coverage in top profits for major news publications. I was a lifestyle publications such as "O" The Oprah full -time freelancer between September 2013- Magazine, Simple Living, Women 's Health, March 2014 and continued to write on a per - Refinery29, and more. I also contributed project basis after that. My most notable piece more than $200K gross lifetime revenue to was featured on the front page of the the com pany by recruiting and signing new Lexington Herald -Leader about a hi storically client Del Monte Fresh, and managed media Irish part of Lexington, KY that was overlooked relations for multiple clients at CES in Las and becoming overdeveloped by new Vegas. businesses, without regard for the community 's heritage and traditions. ACCOUNT EXECUTIVE ROAR MEDIA | MARCH 2015 - SEPT. 2015 MARKETING COORDINATOR Miami, FL BINGHAM GREENEBAUM DOLL | MAY 2012 - SEPT. 2013 Lexington, KY As an account executive at Roar Media, I I managed marketing activities for an office of managed accounts focused on the firm 's tech a major Midwest law firm while gaining real - and startup portfolio, including mega VR world experience working in the legal field, company YouVisit. (c ont. top of page) with the intention of going to law school.

M O L L Y P H I L L I P S | 7 1 0 0 B I S C A Y N E B L V D | S U I T E 2 0 1 | M I A M I , F L | 3 3 1 3 8 | M O L L Y . P @ S P A R O M A R K E T I N G . C O M | 8 0 2 - 7 3 4 - 3 2 0 5

38 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 44 C HE RYL S EINFELD

(850) 445‐4067 Experience [email protected] CLS Strategies, LLC Fort Lauderdale, FL 2016‐current President •

• Owner of government affairs and political campaign fundraising firm. Manages all aspects of business from client/business development, strategy, implementation, and administrative duties. Worked as finance consultant on the successful campaign elections of Governor Ron DeSantis, Florida State House Representative Ana Maria Rodriguez, Florida Republican Senate Campaign Committee (FRSCC)/Senate President Bill Galvano, Fort Lauderdale City Commissioner Ben Sorensen, Broward County Transportation Surtax ballot • referendum, Fort Lauderdale City Commission Ben Sorensen and City of Fort Lauderdale police department & park bond ballot initiative. Exceeded goals on all races. Part of the state advocacy team in partnership with Tripp Scott Ericks for the Broward County Metropolitan Planning Florida DepartmentOrganization (MPO).of Transportation Fort Lauderdale, FL 2013‐2016 Government Affairs Liaison, District 4 •

Worked at the direction of the District Secretary as the primary contact for legislative issues in Broward, Palm Beach, • Martin, St. Lucie, and Indian River Counties (District 4); working with the Secretary, Chief of Staff, Legislative Affairs Director and other management on state and local municipal issues. • Briefed legislators on transportation related topics and priority projects within each respective district. Liaised with local, state and federal legislative offices. Connie MackManaged for U.S.special Senateassignments such as special events, event briefings and local outreach withinMiami,the community. FL 2012 Finance Director •

Managed statewide finance operation for Congressman Connie Mack, including working with and managing federal • PAC fundraising and events nationwide. Overall raised approximately $7 million. Outraised opponent final fundraising quarter of campaign. Drafted Senate campaign finance plan and executed plan statewide; including building host commitments and • invitations. Coordinated strategic calls and meetings with contributors for the Congressman and former Senator Connie Mack. Work daily with Senator Mack as a surrogate for campaign finance related matters. Liaised with high profile VIPs and staff for specialty targeted events; including event at Republican National Adam HasnerConvention for U.S.Senate/U.S.2012, former Governor House ofJeb RepresentativesBush, Ann Romney & Senator Marco Rubio. Boca Raton, FL 2011 Finance Director •

Solicit and collect funds for the GOP candidate in Congressional District 22 race through strategic methods . This included targeting influential donors and business owners in the district; as well as, throughout the state of Florida, • while meeting quarterly goals. As a Senatorial candidate, outraised closest competitor in quarter 3 of 2011 by over $100k. Responsible for the management of all fundraising related events, correspondence and planning in race; implemented • a Finance Plan; developed and drafted several letters of solicitation for the campaign; including a national letter signed off on by many Ambassadors and other former elected officials. Created and managed a database of donors, fundraisers and prospects to track contributions received vs. pledged; Rick Scottcoordinated for Governorefforts with local, state and federal officials, high profile community andFortbusiness Lauderdale,leaders as FLwell 2010as staff. Finance •

• Coordinated scheduling, invitations, and other logistics for targeted fundraising events around the State of Florida; including working with hosts to secure maximum funds raised per event with goals of $150k +. RRA Scheduled planned fundraising calls and assisted with event registration and assistedFortFinance Lauderdale,Director FLwith 2009tasks as Director ofneeded. Government Relations •

• Monitored legi slation and reported to clients during the legislative sess ion; also monitored items at the Broward County Commission . Assisted the Co‐Managing Shareholder with client development and client needs. Worked on many business development proposals (RFPs, ITNs, RLIs) to assist clients with municipal business; as well as, developing the firm’s lobbying portfolio.

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 39 p. 45 •

Set up political fundraising events for the firm; represented the firm at high profile fundraising events including with President Barack Obama, Senator John McCain, Governor Sarah Palin and the Republican National Convention and Republicanother Partycommunity of Floridaevents. Tallahassee, FL 2007‐2008 Finance Director •

Drafted and executed finance plan; including targeting donors and coordinating finance outreach to maximize raising • funds for the Republican Party; including setting up and traveling to fundraising events around the State of Florida, • and consistently met quarterly goals with a budget of $17 million . Generated strategic fundraising calls for Governor, Lt. Governor, Chairman and other Ca binet officials. Aided in raising money for special initiatives for the Governor, including raising $5 million in a 30 day period to aide the success ful passage of the Amendment 1 Property Tax package. As well as, worked to set up fundraising events and raise dollars for: Governor Bobby Jindal (LA), Governor Sonny Perdue (GA), Governor Haley Barbour (MS), Donald Agency forTrump, Healthand CareGovernor AdministrationArnold Schwarzenegger (CA). Tallahassee, FL 2007 Deputy Director of Legislative Affairs •

• Lobbied the Florida Legislature on behalf of the Executive Office of the Governor on specific Health Care issues and carried out the Agency ’s legislative proposals, including exercising judgment in draft or redrafting legislation . • Participated in assisting the Agency in policy development, decision ‐making and program development strategies; as well as, assisted in legislative intent and proviso language while aiding in the implementation of these policies. Assisted the Deputy Secretary of Communications and Legislative Affairs on special projects relating to Hospitals, Charlie CristHealth forIndustry Governorleader s, and outreach programs for external Agency communicationsWest Palm. Beach, FL 2005‐2006 Deputy Finance Director •

Solicited and collected funds for the Governo r in gubernatorial race through strategic methods targeting influential donors and business owners throughout the state of Florida; while consistently exceeding quarterly goals. Overall, • raised over $65 million dollars, the most amount of money of any statewide race in Florida and second most successful in the country . • Coordinated fundraising events by working with donors, seeking potential new donors, designing marketing materials , and prov ided briefing to Governor Crist prior to each event both written and verbal. Extensively traveled the state of Florida to attend events, including setting up events with VIPS such as: Rudy Giuliani, Other ProfessionalDonald Trump, ExperiencePresident George Bush, Governor Jeb Bush, and President George H.W. Bush.

Director of Special Projects/Fundraising Florida Inaugural Committee Tallahassee, FL

Account Manager Keelen Communications Fundraising Firm Arlington, VA

Executive Assistant to the Chief of Staff United States Senator Norm Coleman Washington, DC

Executive Assistant/Constituent Liaison United States House of Representatives Palm Beach Gardens, FL

Executive Secretary, Committee on Health Care Florida House of Representatives Tallahassee, FL

Legislative Session Aide Florida House of Representatives Tallahassee, FL

Education The Florida State University Tallahassee, FL • 1998‐2002 • Bachelor of Science in Criminology, Minor in Communications National Merit Scholarship Recipient; Florida State University Dean’s List; National Pan‐Hellenic Scholarship Recipient

Community

40 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 46 • • • Co‐Chair, Broward Days Transportation Committee • 100 Outstanding Women of Broward Honoree Leadership Broward Foundation, Class 28 Graduate, Transportation Day Co‐Chair (3 years) • Cystic Fibrosis Foundation South Florida’s Finest Young Professional Honoree and Committee Member; Jeb Bush • Classic Beach Bash Event Committee Member • Friends of Museum of Discovery & Science (MODS) Past Board Member • ARC Broward “Delish” Event Host Committee (3 years) Greater Fort Lauderdale Chamber of Commerce, Government Affairs Committee past Member Urban Land Institute (ULI) Infrastructure Committee past Member

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 41 p. 47 Susan Greene 954.683.1017; [email protected]

Summary Senior level marketing professional with 20+ years of experience in marketing and communications strategy, media relations, community engagement, organizational change, and business development. Energetic leader with a proven track record of creating game-changing ideas for enhanced brand understanding, new business opportunities, strategic partnerships and increased revenues. Creative writer and strategic thinker who thrives on designing new value propositions to drive optimal results.

Key skills include: • Marketing Strategy • Content Creation • Outreach & Communications • Community Relations & Public Policy • RFP Responses & Business Pitching • Thought Leadership/Content Creation • Brand Development & Promotion • Public Relations • Website Development • Social Media Strategy • Case Studies & Award Submissions • Business Development Coaching • Event Strategy and Management

Professional Experience EverGreene Marketing Solutions 2018-present Providing high-level marketing strategy, business development and communications services.

Miami-Dade Beacon Council 2015-2018 Chief Marketing Officer Senior level marketing professional and member of “C Suite” leadership team who helped oversee organizational activities, operations and budget. Directly responsible for integrated Marketing and Investor Relations efforts including development, implementation and execution of new brand and investor engagement strategy. Worked directly with the CEO and volunteer Board leaders to communicate value proposition and deliver on the goals set forth in the strategic plan. Supervised team of Marketing, Communications, Events and Investor Relations professionals and administrative staff.

Primary Responsibilities: Brand Strategy and Execution Modernized the organization image and messages to deliver the branding promise of the new strategic plan. Led the transition to the new branding;

42 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 48 Communication Strategy and Execution Developed new internal and external communications platforms and adapted existing tools to create new value proposition for investor and community engagement;

Branded Materials Redesigned and rewrote primary collateral (print and digital) materials and developed new ones to increase brand understanding, improve brand awareness and demonstrate value to multiple and varied target audiences;

Digital Marketing Strategy and Execution Developed and launched new 500+ page economic development website integrating 3rd party data and services communicating a people focused message in modern easily navigable structure;

Media and Influencer Engagement Energized and developed new media relationships and created social media content driven strategy for engagement across social media channels targeting audiences locally, nationally and globally;

Event Strategy and Execution Redesign of events to achieve maximum engagement and achieve revenue goals.

Community and Government Relations Helped lead the organization’s stakeholder engagement strategy.

Becker & Poliakoff 1994 - 2015 Director of Marketing Direct report to Managing Shareholder throughout 21-year tenure. Initially created the position and developed Marketing Department. Proud to have been one of the longest serving marketing professionals at a law firm because of my commitment to maintaining positive, productive working relationships at all levels, and the ability to think, write and communicate strategically and intelligently to multiple audiences.

Responsibilities: Business Development Identify appropriate business development opportunities for the Firm, practice groups, and individual lawyers, and develop a strategy for selling the Firm's services in these instances. Assist lawyers and practice groups in cross servicing opportunities.

Strategic Planning Only staff member to participate in firm’s ten-person Strategic Planning Committee (SPC) created to develop recommendations for changes to firm management and succession plan. Provide strategic guidance to the practice group leaders and individual lawyers about developing and implementing effective business plans and initiatives daily.

Creative Services

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 43 p. 49 Responsible for the brand development, advertising, messaging, and content for firm communications in print, online and in the community.

Public Relations Serve as firm spokesperson when appropriate and as the first point of contact for media inquiries. Proactively pitched law firm and lawyers for media profiles and stories. Helped create and coordinate crisis management strategies.

Pitch Materials and RFP Submissions Responsible for strategic development of appropriate content for submission to potential clients. Written and submitted over one hundred (100) formal RFP submissions, primarily for public sector representation. Significant success rate resulting in new business.

Business Development Coaching Work with lawyers to create marketing and business development plans to achieve their goals consistent with Group and Firm goals. Successes achieved in creation of new relationships, cross selling opportunities, reestablishing previous relationships and business generation. Work with lawyers to create disciplined, strategic plans to meet realistic goals.

Community Relations Develop strategy for community engagement and oversee budget expenditures. Identify opportunities for the firm and coach individual attorneys on the most effective strategies for participating in appropriate community-based organizations and events.

Digital Marketing Responsible for branding, messaging and coordination of content of for multiple blogs, websites and social media platforms.

Vendor Coordination Responsible for hiring, maintaining, dismissing vendors to serve the firm’s marketing needs including but not limited to, printers, designers, PR agencies, advertising agencies, promotion, web development, and SEO companies.

Promotional Events Responsible for the creation and execution of hundreds of events - from 500+ person educational conferences to intimate client appreciation events in Maine, Bahamas and elsewhere.

On Boarding Work closely with new lateral hires and/or recently acquired firms to integrate into Firm’s marketing infrastructure and hit the ground running for the development of new business.

Strategic Partnerships Create industry alliances to position firm as thought leaders in target markets.

Policy, Budgeting & Infrastructure Management of the Marketing Department’s three professional and support staff; $1.5+ million budget; and organizational infrastructure. Provide supervision and leadership to staff; manage resources to operate efficiently in support of the achievement of the Firm's strategic plan.

44 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 50 Marketing Training - Identify training needs, and implement appropriate curriculum for lawyers, support staff, and marketing staff.

Presentations, Thought Leadership o Women’s Leadership Lunch, Moderator Women Transforming Miami, United Way

o The Underline Public Hearing, Moderator

o World City Trade Connections, “What Amazon Needs to Know About Miami”

o “Public Relations Challenges: What to Do When the You Know What Hits the Fan,” Legus Legal Network Annual Conference, Cleveland, Ohio

o “The Tipping Point – Inside vs. Outside - When to Use Outside Vendors and How to Do So Effectively,” Legal Marketing Association, Las Vegas, Nevada

o “The Advantages of an Integrated and Comprehensive Approach to Marketing and Public Relations,” Association of Public Relations Agencies, Prague, Czech Republic

o “Working with the Florida Bar Advertising Rules,” Legal Marketing Association, SE Chapter

o “The New Normal: Doing More with Less,” Legus Legal Network webinar

o “Defining Value in Legal Marketing,” Legal Marketing Association, Ft. Lauderdale

o “Positioning Yourself and Your Law Firm for Success in Tomorrow’s Market Place: A Guide for Community Association Lawyers to Attract and Retain Great Clients,” Community Association Institute, Las Vegas, Nevada

o “Application of new Florida Bar Advertising rules: What does it mean to people that service law firms and law firms themselves?” Legal Learning Series, Delray Beach, FL

o “Social Media for Dummies: Learn the Basics and How it Can Help YOU Build YOUR Practice,” Legus Legal Network webinar

Awards and Honors Marketing Initiative of the Year, Marketing Partner Forum, 2005 Burton Award for Legal Achievement, Association of Legal Administrators, 2004

Other Past Experience Jewish Federation of South Palm Beach County, Boca Raton, FL Community Relations Director National Governors Association, Washington DC Lobbyist for the nation’s Governors on Capitol Hill and Executive Agencies U.S. Senate, Senator Bob Graham, Washington DC Legislative Aide, Domestic Policy

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 45 p. 51 Broward County Board of GEN2119422P1 County Commissioners

FL House of Representatives, Rep. Anne Mackenzie, Ft. Lauderdale & Tallahassee, Legislative Aide

Community Involvement Florida State University, Real Estate Center, Marketing Consultant Selection Committee United Way of Miami, Government Affairs and Marketing Committees United Way of Miami, Reading Pals Greater Miami Chamber of Commerce Senior Executive Orientation Committee Member and Graduate Legal Marketing Association - South Florida City Group, Chair and various Board positions Leadership Miami - Graduate and Facilitator Federal Judicial Nominating Commission appointed by Sen. Bob Graham Service Academy Nominating Board appointed by Sen. Bob Graham Department of Professional & Business Regulation, Regulatory Board Appointee

Education Penn State University, B.A., Honors Program Tel Aviv University, Overseas Study Program Florida International University, Business Coaching Certificate

References:

Alan Becker, former Managing Shareholder, Becker [email protected] Gary Rosen, Managing Shareholder, Becker [email protected] Larry Williams, former CEO, Miami-Dade Beacon Council [email protected] Melanie Dickinson, Publisher, S. FL Business Journal [email protected] Erin Dowd, Government & Community Relations Director, Baptist Hospital [email protected]

Case Studies and Portfolio Examples Available Upon Request

46 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 52 Broward County Board of GEN2119422P1 County Commissioners

ADG Strategy Group Categories 1-4:

ADG STRATEGY GROUP

Project & Service Approach

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 47 p. 53 Broward County Board of GEN2119422P1 County Commissioners

Project & Research: Data Speaks Volumes, if You Know What to Listen For. It’s the foundation of everything we do. Whether it’s to determine and Service prioritized target markets, the emotional efects of a brand on a consumers’ Approach psyche, is truly statistically driven. Categories 1-4

Marketing & Brand Identity Development And Methodology: Branding Plan Developing a Strong Brand Culture From Within

We’ve established a proven proprietary brand discovery, identity, strategy and development methodology that focuses from the inside out. We learned the key to sustainable and successful branding starts with ensuring all internal stakeholders own the brand and it becomes the culture that empowers everything forward.

Creating the brand is the irst step. Being able to keep and continually reinforce the brand’s promise is how the brand’s authenticity and integrity lives on. Your people are your organizations’ greatest asset and need to own, become and echo that brand promise at every point. Your brand essence becomes your culture. This culture will transcend, transform and transmit your core values, diferentiators, and strengths.

Organization support is central to brand identity, development, market impact and growth.

48 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 10/16/2019 BidSync p. 54 Our Brand Identity, Development & Advocacy Workshop follows a proprietary methodology that can be structured to address each internal stakeholder group: executive leadership, employee management, and key staf. We build an understanding of your brand essence, strategy, messaging and positioning. We construct comprehensive communication and education plans, help you establish internal brand recognition goals and objectives, as well as performance target metrics. Our workshops bring alignment of the organization’s culture, vision, values and strategy with your brand identity and personality. i I Discovering Your Story ,, --- :-.4' ~ , \1 , • .. .

The power of brands as with human beings is found in story. Every brand has ~ '.•. . i ' , ~ , its own unique soul. This is what is revealed through this stage of the process. · If ·· I, # e -~ ' , , i , )1 ., J i · , , Though there may be others in your space, there’s only one of you. We discover f · , . I - your authentic essence and truth. It serves as our blueprint for strategic 1 messaging and creative delivery that makes you like no other. We explore the brand’s essence, statement, promise, vision, core values, strengths, personality, emotional and tangible beneits, strategies and opportunities, and propose strategic and tactical recommendations.

Creating Your Story

Story is at the core of building your brand. Here’s where your story, verbally and visually, is created. Your vision is expressed and delivered with one uniied brand voice and experience to internal and external audiences through a variety of channels. We explore all creative elements: story architecture, brand messaging and themes, tonality and personality, creative design, website design and build, photography, video production and brand market positioning.

Telling Your Story

Once your story has been created ...it needs to be told, diferently. Here’s where we tell your story in the modern digitally driven world. The totality of your brand strategy manifests as a holistic yet layered experience to target markets through a variety of communications. We explore all storytelling elements: coaching internal teams, advertising campaigns’ direction, media strategy and delivery, media –digital and traditional, and the analytics and performance measurements.

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 49 p. 55 Broward County Board of GEN2119422P1 County Commissioners

Communications, Media Relations, Crisis Communications, Three-Part Plan Digital Content & Video Production

Planning • Identify and lay out your brand positioning goals • Identify objectives and key results • Create social media plans - Identify social brand messaging platform - Social Media Strategy - Social Media Proile Optimization - Social Media Content & Editorial Calendar and Management - Social Media Growth Ads • Create traditional media plans • Create a traditional media editorial calendar and identify opportunities to promote positioning goals with the use of English and Spanish press releases, media alerts, op-eds and media events • Identify bilingual inluential community spokespeople representative of identiied stakeholders and target audiences. Craft talking points and coordinate media training so that they can speak to the plan’s mission, goals and the positive impact it will have on Broward County’s quality of life and future economic development • Create Speakers’ Bureau platform for spokespeople to present at community and business forums throughout the County • Identify and reach out to inluencers/outlets that impact our audience. Examples include: - Journalists - Editors at publications and websites - Speaking/panel opportunities - Thought leaders - Business Leaders (e.g. local chambers of commerce, trade groups) - Local civic associations - Elected Oicials (e.g. Local, State and Federal) • Outreach to journalists who have previously reported on the transportation plans and the surtax campaign in Broward County and throughout Florida • Create strategic, high-quality bilingual content and assets including images, videos, and infographics to be used for all relevant communications platforms including, but not limited to internal communications, leave behind handouts, signage, traditional media, social media, websites, and blogs

50 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 10/16/2019 BidSync p. 56 • Create stories. Identify community and business leaders representative of county to tell their stories of why surtax plan is so important to them and their interests (criteria examples demographic, business/industry, geographic, language) • Identify key elected oicials to highlight community needs and beneits • Identify opportunities with chambers of commerce, higher education associations for partnerships and opportunity to feature key components of the program • Identify stakeholders to promote program, including but not limited to - Business Leaders - Elected Oicials - Civic Leaders - Students Leaders - Education Leaders • Identify and proile projects plans for municipalities within Broward County and utilize municipal communication channels to promote (city’s communications, website, social and traditional local media) • Develop and execute a distribution plan to share materials, key messages and get buy in to plan

Execution • Engage traditional and social media • Execute outreach events, town halls or stakeholder engagement, as needed • Monitor social media interactions and comments • Constant monitoring of local and national political landscape to identify opportunities to proile transportation plans and the beneits and the impact it has to the community, and economy • Share, share, share

Reevaluation • Measure your metrics • Sustain buzz and conversation • Identify additional people for success stories • Review and reevaluate your plan

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 51 p. 57 p. 58 Provide evidence of/or methodology of obtaining comprehensive media lists: Additional Methodology: Instructions • Assess your market and target audiences • Research relevant media outlets. Find writers who write about your topic, their audience size - Include social media. Many inluential people on social media do not have – Category 2 jobs in traditional media. • Build relationships before you make the pitch • Organize your information • Update your list • If you are looking to expand your reach, search a national database. We have worked in this media market for over 20 years. Maintaining an updated list takes time. South Florida is a transient town. Also known as a “leap frog” market, South Florida is home where most reporters come to work with hopes to go to a top-10 market. How to monitor traditional and social media: • Utilize the assistance of traditional and new media monitoring services. • Follow up with the reporter/assignment editor/editor/blogger • Create Google Alerts Explain methods to determine recommendations The communications person involved in handling the crisis needs to have a seat at the table with leadership. To be a part the conversation, obtain information of all the moving parts and strategically create the messaging. • Determine what kind of crisis is occurring. A routine or novel crisis. Routine crisis: an event with known risks, plans and procedures in place to mitigate. Novel crisis: risks that rarely manifest. • Find out who the best person is to lead the crisis. • Advise crisis leader to be lexible and continuously frame the situation. As more information surrounding the situation becomes available, the plan to address the crisis may change. • Create message and communicate to internal and external audiences. Select a spokesperson. Draft talking points and provide a quick media training if needed. • Monitor traditional and new media • No two crisis are the same so be ready for the unexpected. • There’s a lifecycle to a crisis. All parts need to be managed, not just the event. And adjust messaging as needed.

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 53 p. 59 Broward County Board of GEN2119422P1 County Commissioners

4. Media materials and bilingual infographics - See samples below

Spanish Infographic sample:

Cruz Roja Americana prpromueveomueve preparación ante tempor

Redaccin elvocero.com 25/08/2019

Preparate con la aplicacl6n Huracanes de la Cruz Ro;a Americana

Ante el inicio de la temporada pico de huracanes y la formacin de la tormenta tropical Dorian en el Atlántico, la Cruz Roja Americana Capítulo de Puerto Rico exhorta a la comunidad a que tome medidas de preparacin familiar y se mantenga alerta a la trayectoria de la tormenta.

Dentro de las recomendaciones a la ciudadanía se aconseja descargar la aplicacin Emergencia en su teléfono a través de las tiendas virtuales Apple App y Google Play de manera gratuita.

La aplicacin permite al usuario recibir alertas meteorolgicas en tiempo real y consejos sobre inundaciones y huracanes, entre otros tipos de desastres. Además, cuenta con un botn “Estoy a salvo” que permite al usuario publicar un mensaje en sus redes sociales para informar a sus familiares y amigos que no está en peligro.

54 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 60 GEN2119422P1

Hable cons ram1l :a ~·- acerca de lat; ; . - . - .. emorgoric1a5 que t ren lam yor proba!:>,l1dad de e<:umr en su area y ..: sobre como r.- . I B' I respondera I

D c ca quo hara cada m,emb o de I ram, ,a cuando ocurra una emergencia,

Prac ,quo tan os e ementos de su p1311 como s a pos1ble.

Para descargarla, debe hacer una bsqueda bajo “Emergency American Red Cross” y luego en la aplicacin le permite cambiar el idioma a espaol.

También exhortan a cotejar su equipo de suministros y el plan familiar. Algunos de los artículos recomendados para el equipo son: agua (un galn por día por persona), alimentos no perecederos, abrelatas manual, radio Est r preparado 8-19 que funcione con baterías y una linterna, entre otros. Al igual que contar star do con con un botiquín de primeros auxilios, medicamentos con y sin receta, sumi e pi,e dinero en diferentes denominaciones y copias de documentos importantes nece rante 1.1 en una bolsa plástica sellada. cmergencla o un ciesa r

Guardelos en un kt d prcparaciOn para merg nciao que pu da usar on cau o I evar eons190 e!'I case de e,acuaci6n,

Mientras, el plan familiar de desastres define tareas y responsabilidades para cada miembro de la familia que facilita la preparación. Esto incluye: identificar múltiples rutas que podría tomar si debe desalojar el lugar, planificar lo que hará con sus mascotas y familiares de edad avanzada, como también designar un contacto de emergencia fuera de la zona donde reside.

Escoger dos lugares donde reunirse con su familia: uno cerca de su casa y otro fuera de su zona, en caso de que no pueda regresar a la vivienda.

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 55 BidSync p. 61 We will take advantage of the enormous opportunity presented by social Additional media to amplify our key messages, track positive and negative sentiments and responses, and engage with the community on a one-to-one level. We Instructions will identify community allies, collaborate with social media managers within identiied stakeholders, and encourage the sharing of our content on Twitter, Instagram, Facebook, LinkedIn and any other platforms deemed relevant by our – Category 3 analysis and to-be-deined social strategy.

Protocol • The irst step in our social media process will be to develop a reactive protocol - Countywide guidelines for government entities and private partners - Will contain pre-approved responses and guidelines for addressing social media comments, both positive and negative - “Crisis Tree” to easily facilitate the escalation of serious complaints - Vendor will host social media training webinars to easily and cost- efectively train departments on how to appropriately lag, address, and respond on social media and use the countywide guidelines • Second, we will develop a proactive social media protocol - Comprehensive strategy on how to positively message the mission of the project on social media, including: • Addressable audience identiication and sizing • Customized social media messaging per audience segment • Tactical plan including post types and frequency of posts per platform • Content plan including custom production of social media content • Content calendar to organize the messages we want to distribute over a set period of time • These messages will be consistent with overall messaging and customized for each social media platform • Paid ampliication plan to bolster organic social media eforts - The social content and strategy will also be shared with relevant entities and partners, and made easily available to all partners via a centralized shared cloud storage drive

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 59 p. 65 Broward County Board of GEN2119422P1 County Commissioners

- We will develop and promote oicial hashtags to make it easy for people across the county to see and share our postings - Using the oicial hashtags also allows us to share, repost and re-tweet community-generated messages. - Messaging and hashtags will be customized for individual cities, themes (e.g. the value of sidewalks), and to promote educational or ribbon- cutting type events to encourage support and build awareness - Partners will be guided on how to use and share the proactive social media assets via a set of guidelines, and vendor will also host webinars to train various departments on usage

Monitoring • To identify and easily respond to social media users discussing issues relevant to our project, vendor will use a licensed social media listening platform: Talkwalker (www.talkwalker.com) • This will allow us to track the conversational capital occurring around all keywords and topics relevant to the project within a deined geographic area, measure, and respond in one convenient platform; i.e. conversations about the county, transportation related issues and speciically the surtax implementation campaign • The platform will alert the team to both positive and negative comments, and will provide a seamless way for the appointed team members to respond to these comments using established protocols

60 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 10/16/2019 BidSync p. 66 Custom Website & Website Mobile Application • Custom website to positively promote campaign messaging, answer questions, and provide information to the public and key stakeholders to be developed by our team in-house • Website development process to be completed as follows: - Determine audience segments - Create messaging based on audience segments to clearly communicate project messaging to public - Create sitemap and website wireframe - Complete graphic design templates - Program site - Edit, test, and reine - Launch website

Mobile Application • Our partner with in-network app development irm to develop a high-quality, multifunctional app to show real-time multi-modal transportation routes in the ease and convenience of a smartphone app • Vendor will work closely with app developer on graphic design and user interface so that experience is seamless from app, to site, to social, and beyond

Work Plan & Data Work Plan • A work plan will be created to map out the multifaceted elements of the Collection & proposed program, including: Analysis - Social media strategy and protocol setup - Social media content calendar development - Paid digital media executions - Website development - App development • The work plan will break out the major project categories into smaller steps and pieces that can be tracked

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 61 p. 67 Broward County Board of GEN2119422P1 County Commissioners

• The work plan will include speciic monthly milestones for drafts, edits, and completions per project piece • The work plan will be checked and updated weekly and all project statuses will be clearly communicated to client at the beginning and end of each week

Data Collection • Data will be collected via a number of cutting-edge methods and sources, including but not limited to: - Social listening platform to track and quantify • Brand mentions (with or without tagging) • Relevant hashtags • Transportation related issues • Stakeholder mentions and more - Native platforms, assisted by Supermetrics and Google Data Studio to measure: • Follower growth • Engagement • Clicks • Video Views • Demographics • Social Media ROI • Website traic and behavior • App usage

Data Analysis • By using Google Data Studio to consolidate and visualize the data collected from the campaign, we will be able to make the following analysis and more on our digital eforts: - How well are our messages resonating with our target audience? - Which audience is responding the most positively to our message? - What are the true demographics of our engaged users? - How much is it costing to reach each audience segment? - What kind of content is performing the best?

62 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 10/16/2019 BidSync p. 68 - What time of day is our audience most active online / on social media? - What are the concerns being raised by our audience? - Who is talking about the issues the most online? - Who are our “brand evangelists” - What is not working from among our digital eforts? - How are we growing? - Are our trends in line with industry standards? • Analysis and data will be reported on a monthly basis via a comprehensive report delivered in PDF format

Prior Project Developing Recommendations Example: In a recent project for the Coral Gables Business Improvement District (CGBID), the client wanted to know how to more efectively bring foot traic into its downtown center, speciically for the purposes of shopping and dining. To assess the situation and develop a tactical recommendation, we undertook the following steps: 1. Researched the current shopper and diner proile in Coral Gables a. What were the demographic characteristics of the proile (e.g. parent, homeowner, age, gender, education level, profession) b. Did it match our assumptions about the proile? c. How diverse/not diverse was the proile? d. And more 2. Researched the market potential of the surrounding area 3. Determine speciic target audience segments we believed would be the most likely new shoppers and diners to the area, based on our prior research 4.Determined messaging and created a visual identity that would resonate with our selected audience segments 5. Evaluated media channels to communicate the determined messages to and then selected channels based on eicacy and budget 6. Created a media plan that would make the best use of our given budget 7. Developed a project plan to map out execution of the recommendation

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 63 p. 69 Broward County Board of GEN2119422P1 County Commissioners

Developing Cost Estimates & Controls Within our project for the CGBID, we developed cost estimates in the following ways: 1. We used proprietary paid media data to estimate results of media spend using metrics such as CPC (Cost Per Click) and CPM (Cost per 1,000 Impressions) 2. We leveraged long-standing relationships with media vendors such as iHeart Media and Comcast to get exact pricing and contracted projected outcomes for our paid media initiatives before signing any agreements 3. We thoroughly factored in additional costs such as media assets, photo shoots, and any other third-party costs that would be needed to fully execute the campaign

Cost Containment Strategies Within our project for the CGBID, we contained costs efectively in the following ways: 1. Daily media monitoring of paid ad campaigns: we checked campaign progress daily to ensure paid media campaigns were delivering online as expected 2. Deep relationships with selected vendors: our close relationships with media vendors allowed us to negotiate the best possible prices for all of our initiatives, as well as take advantage of special ofers and received bonus impressions 3. Smart materials selections and tactics: by leveraging a combination of proprietary visual assets and low-cost stock photography, we were able to create a beautiful and efective campaign without overspending on production costs

64 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 10/16/2019 BidSync p. 70 Similar to our marketing & branding, and three-part communications plans Additional (reference pages 50-51), the blueprint for video production and scripting takes Instructions shape from the aforementioned plans. The irst step to telling a compelling story is developing your brand identity, followed by discovering your story, creating your story and lastly telling your – Category 4 story. We will work together with you to develop unique storylines and scripts and our outstanding video production team will bring those stories to life.

ADG Strategy Group founder Shira Kastan Goldstein is a two-time Emmy Award winning storyteller and we have tremendous experience in capturing unique and compelling stories for various campaigns and organizations.

Please note our video samples, on:

- Page 67 (Gordon Center) - Page 89 (MPO & South Florida Commuter Services) - Page 101 and 103 (Dolphins Cycling (Cancer) Challenge) - Page 120 (Dolphins Cycling (Cancer) Challenge) - Page 125-126 (Fireighter Cancer Initiative, PSA videos)

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 65 p. 71 Broward County Board of GEN2119422P1 County Commissioners

Additional Sample of “current” creative portfolio Instructions GORDON UNIVERSITY OF MIAMI LJ CENTER MILLER SCHOOL SIMULATION I INNOVATION I EDUCATION of MEDICINE

– Category 1 In response to the County’s request for a recent creative portfolio sample, we kindly ask the procurement leader to provide us with a statement of conidentiality. The work we develop on behalf of our clients is sensitive in nature and conidential. Upon receipt of the conidentially statement, we will share our work product portfolio for the Gordon Center for Simulation and Innovation in Medical Education at the University of Miami.

As you will see, our work for the Gordon Center mirrors the four categories of the transportation surtax plan. We are providing marketing & branding, PR & communications, strategy & business development as well as outreach eforts.

Our services for said client include: • Brand Discovery • Brand Strategy • Identity Package - Logo refresh design - Tagline development, key messaging - Colors/font, mood boards - Stationary and email templates - Collateral materials • Brand guidelines • Rebranding and repositioning • Website design and development • Collateral re-design and creative assets • Campaign development - Advertising media strategy and placement - Print ad/lyers - Video promotions highlighting the center and its services - Social media highly-targeted digital ads • Social media strategy and content development

66 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 72 Broward County Board of GEN2119422P1 County Commissioners

• Business Strategy and development of center’s strategic roadmap - Encompassing all business strategies for various divisions of center - National and international growth strategies - Faculty, staf and culture development - Tools & Resources - Technology - Marketing and branding - Community outreach - Government Afairs - Space needs and inancial sustainability - PR & Communications • Communication: Developing communications content and messaging focused at strategically aligning the key messages to truly disseminate the message internally and externally about what the Gordon Center does • Public relations services including but not limited to press releases, media alerts, speaking points, newsletter and website content, pitches to media in various markets. • Video and photography services, including storyboards and video scripting In good faith, we are including some of the press releases, media alerts, and, more importantly, the earned media we successfully obtained for the Gordon Center. We welcome the opportunity to present to you the full portfolio from the development of the client’s strategic roadmap, to re-branding of the center, from logo redesign to website re-development if given the opportunity to do so.

Gordon Center, Active Shooter Training

https://vimeo.com/297148970

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 67 10/16/2019 BidSync p. 73 Remembering Michael S. Gordon July 7, 2019

To commemorate the man and the Education at the University of Miami in legacy behind the Michael S. Gordon the late 1960s. “By better training those Center for Research in Medical who serve and protect our citizens and our Education, we revisit who he was and the country, we have been able to contribute vision that still impacts the community to a major reduction in mortality,” said today, two years after his passing. Gordon prior to his passing.

Michael’s impact was truly far reaching… Mike Gordon made a diference,” stated with the thousands of residents, doctors Carlos Gimenez, retired Miami Fire Rescue and emergency personnel that he Chief and current Miami-Dade County mentored and help train over the years, Mayor. “The ire rescue personnel that law enforcement, ire rescue, EMS shared University of Miami President come to your house, most of them were and the US military. Trainings were Julio Frenk. “Many have stories about his trained at the Gordon Center and we held across Florida in Melbourne, passion and drive, but even more recall see some of the most advanced medical Tallahassee, Coral Gables and his humanity. training in the world at the Gordon Tavernier. Center….thousands and thousands of lives Barry Issenberg, M.D., Director of the 3. The Gordon Center continues to be have been saved by Mike Gordon. Their Gordon Center concurs. “How much the lead training center for the Florida quality of life has been [made] better by joy it gave him to know he was leaving Department of Health’s Emergency Mike Gordon. a legacy. And by that legacy, Michael Response to Terrorism training meant each of us. Michael knew and Because of the remarkable foundation program, and trains U.S. Army Forward appreciated that to go further, you go Gordon has laid, it is the goal of the Surgical Trauma Teams before their together. Center to carry out his mission every front-line deployments. day and honor his legacy as physician, Michael S. Gordon, M.D., Ph.D., 4. Gordon’s worldwide consortium of educator, and visionary. Highlights of the revolutionized medical education not physicians, nurses, engineers, and past two years include: only in Miami, but around the world. As educators known as the M.I.A.M.I. a cardiologist, Gordon recognized that 1. On June 28-30, 2019 the Gordon Group (Miami International simulators could help medical students Center together with the Miller Alliance for Medical-Education improve their cardiac examination School of Medicine and School of Innovation) continues to meet for skills and in 1968, Gordon built his irst Nursing and Health Studies partnered the development of the Harvey mannequin simulator “Harvey,” named with Humanitarian U for a three-day curriculum and computer-based after his mentor Proctor Harvey, M.D. disaster/humanitarian simulation training programs. But “Harvey” was just the beginning. In training for healthcare providers Gordon’s wife holds her late husband the 1980s, the Chicago native developed to learn how to navigate diicult and his legacy close to her heart. Lynda a computer-based learning system called circumstances and better administer Gordon said: “If we don’t remember our UMedic, an innovative computer- and medical assistance to those impacted past, we can’t appreciate the present and web-based program to train physicians, by disaster. the future becomes uncertain.” And Henri emergency responders and military 2. The Gordon Center’s Section of R. Ford, M.D., M.H.A., Dean, Miller School personnel to save lives. Tactical Emergency Medicine hosted a of Medicine agrees. “[Michael] exhibited Gordon’s vision to create a place where series of tactical and medical training all the values that we hold dear and that innovation, simulation and education that can help save lives during an I think we should import to our future come together ultimately came to active shooter event. The irst-of-its doctors so that they can really become fruition when he founded the Michael S. kind curriculum was developed by the transformational leaders who can help Gordon Center for Research in Medical Gordon Center in collaboration with direct health systems in the future. http://www.gcrme.med.miami.edu/about_gordon_remembering.php

68 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 74 ADG STRATEGY GROUP

EXECUTION PRESS MATERIALS

TALLAHASSEE, FLORIDA STATE CAPITOL

UN IVERS ITY OF MIAMI Health I MILLER SCHOOL ....-,,no,111M1..,..ffl1911 ofMEDICINE Michael S. Gordon Center for Research in Medical Education "Saving Lives Through Simulation Technology" "The Home of Harvey®, The Cardiopulmonary Patient Simulator"

Contact: Jill Hershbein (305) 297-9767 For Immediate Release

PRESS RELEASE

Gordon Center Develops New Training Method for Active Shooter Hostile Events Skills Training at 10:30 and Mock Drills at 2:30 scheduled for Wednesday, Nov. 28 – Media Welcome

TALLAHASSEE, FL (November 26, 2018)….The Gordon Center’s Section of Tactical Emergency Medicine will host Tallahassee Fire Rescue & Tallahassee Police Department on Wednesday at the Florida Public Safety Institute for a first-of-its kind hands-on training on tactical and medical care interventions that will help save lives after active shooter events. The curriculum was developed in Florida by the Gordon Center’s Section of Tactical Emergency Medicine in collaboration with law enforcement, fire rescue, EMS and the US military developed.

“This new method allows fire rescue to be embedded with law enforcement so lifesaving care can get to victims much quicker versus waiting until the scene is 100% secured,” Dr. Barry Issenberg, Director, Gordon Center for Research in Medical Education.

Tallahassee Police and Fire Rescue will train together on critical insights and concepts of how to respond to such violent events. In addition, it will incorporate train-the-trainer methods to allow instructors in Tallahassee to learn how to best train others in their respective departments.

4 | Page

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 69 p. 75 ADG STRATEGY GROUP

WHEN: Wednesday, November 28, 2018 TIME: 8 am - 4 pm (Best Visuals: 10:30 am Skills Training & 2:30 pm Mock Drills & Exercises) WHO: Tallahassee Fire Rescue & Tallahassee Police Department WHERE: Florida Public Safety Institute, 75 College Drive, Suite 203, Havana, FL 32333

In the last decade, active shooter events and intentional mass violence have become more prevalent throughout the United States. Increasingly, communities need to prepare and train to respond to these events. Lessons learned from previous incidents have shown that improved coordination and communication between law enforcement and fire rescue/emergency medical services is required to save more lives. A combined response that utilizes a unified command system has been shown to provide faster medical assistance to the injured reducing morbidity and mortality.

First-of-its kind training This training was designed to train first-responders including fire rescue, police, other law enforcement officers, and other non-medically trained first responders on the basic medical care interventions that will help save lives until EMS can safely enter a tactical scene. Developed in Florida, it incorporates principles of the United States military Tactical Combat Casualty Care. Lessons learned from previous incidents in Florida and the U.S. will be reviewed and will include interactive, hands-on skills stations, simulated scenarios and debriefing.

For more information, please contact Jill Hershbein (305) 297-9767.

# # #

About the University of Miami Gordon Center The University of Miami Gordon Center’s Division of Prehospital and Emergency and Section of Tactical Emergency Medicine develop and disseminate life-saving programs for Florida’s first responders. Its faculty includes emergency and trauma physicians, first-responders from fire rescue, EMS, and law enforcement and the US Army Trauma Training Detachment.

D @ @UMGordonCenter

5 | Page

70 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 76 ADG STRATEGY GROUP

TAVERNIER, FLORIDA

UN IVERS ITY Of' MIAMI Health I MILLER SCHOOL ~---...-S'ffllll ofMEDICINE Michael S. Gordon Center for Research in Medical Education "Saving Lives Through Simulation Technology" "The Home of Harvey®, The Cardiopulmonary Patient Simulator"

Contact: Jill Hershbein (305) 297-9767 For Immediate Release

PRESS RELEASE

Gordon Center Develops New Training Method for Active Shooter Hostile Events Skills Training at 10:30 and Mock Drills at 2:30 scheduled for Wednesday, January 16 – Media Welcome

TAVERNIER, FL (January 14, 2019)….The Gordon Center’s Section of Tactical Emergency Medicine will host Monroe County Fire Rescue and Police Departments on Wednesday, January 16 at Islamorada Fire Rescue Department Station 20 and Plantation Key School in Tavernier, for a hands-on training on tactical and medical care interventions that help save lives after active shooter events. The first-of-its kind curriculum was developed in Florida by the Gordon Center’s Section of Tactical Emergency Medicine in collaboration with law enforcement, fire rescue, EMS and the US military.

“This new method allows fire rescue to be embedded with law enforcement so lifesaving care can get to victims much quicker versus waiting until the scene is 100% secured,” Angel Brotons, Director, Gordon Center Operations.

Florida Keys first responders from fire rescue and law enforcement will train together on critical insights and concepts of how to respond to such violent events. In addition, it will incorporate train-the-trainer methods to allow instructors in the Keys to learn how to best train other first responders in their respective departments.

6 | Page

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 71 p. 77 ADG STRATEGY GROUP

WHEN & Wednesday, January 16, 2019 WHERE: 8 am - 4 pm *Best Visuals: 10:30 am Class & Skills Training at Islamorada Fire Rescue Department Station 20, Islamorada, FL 33036 (MM 82) 2:30 pm Mock Drills & Exercises at Plantation Key School, 100 Lake Rd., Tavernier, FL 33070 (MM 90)

WHO: First responders from Florida Keys fire rescue and law enforcement Angel Brotons, Director, Gordon Center Operations

Active shooter events and intentional mass violence have become more prevalent in the past decade, impacting many communities across the country, including South Florida. Increasingly, communities need to prepare and train to respond to these events. Lessons learned from previous incidents have shown that improved coordination and communication between law enforcement and fire rescue/emergency medical services is required to save more lives. A combined response that utilizes a unified command system has been shown to provide faster medical assistance to the injured reducing morbidity and mortality.

First-of-its kind training This training was designed to train first-responders including fire rescue, police, other law enforcement officers, and other non-medically trained first responders on the basic medical care interventions that will help save lives until EMS can safely enter a tactical scene. Developed in Florida, this course incorporates principles of the United States military Tactical Combat Casualty Care. Lessons learned from previous incidents in Florida and the U.S. will be reviewed and will include interactive, hands-on skills stations, simulated scenarios and debriefing.

For more information, please contact Jill Hershbein (305) 297-9767.

# # #

About the University of Miami Gordon Center The University of Miami Gordon Center’s Division of Prehospital and Emergency and Section of Tactical Emergency Medicine develop and disseminate life-saving programs for Florida’s first responders. Its faculty includes emergency and trauma physicians, first-responders from fire rescue, EMS, and law enforcement and the US Army Trauma Training Detachment.

D @ @UMGordonCenter

7 | Page

72 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 78 ADG STRATEGY GROUP

TAVERNIER, FLORIDA FLORIDA KEYS

UN IVERS ITY Of' MIAMI Health I MILLER SCHOOL ...m•--l'l'lml ofMEDICINE Michael S. Gordon Center for Research in Medical Education "Saving Lives Through Simulation Technology" "The Home of Harvey®, The Cardiopulmonary Patient Simulator"

Contact: Jill Hershbein (305) 297-9767 For Immediate Release January 16, 2019 Media Alert

Gordon Center Develops New Training Method for Active Shooter Hostile Events Skills Training at 10:30 and Mock Drills at 2:30 scheduled for today – Media Welcome

The Gordon Center’s Section of Tactical Emergency Medicine will host Monroe County Fire Rescue & Police Departments today, January 16, at the Plantation Key School for a first-of-its kind training on tactical and medical care interventions that help save lives after active shooter events. The hands-on curriculum was developed in Florida by the Gordon Center’s Section of Tactical Emergency Medicine in collaboration with law enforcement, fire rescue, EMS and the US military.

WHAT: Law enforcement and Fire Rescue first responders from the Florida Keys will train together on critical insights and concepts of how to respond to such violent events. In addition, it will incorporate train-the-trainer methods to allow instructors in the Florida Keys to learn how to best train others in their respective departments.

WHEN & Wednesday, January 16, 2019 WHERE 8 am - 4 pm

Best Visuals: 10:30 am Class & Skills Training at Islamorada Fire Rescue Department Station 20, Islamorada, FL 33036 (MM 82) 2:30 pm Mock Drills & Exercises at Plantation Key School, 100 Lake Rd., Tavernier, FL 33070 (MM 90)

8 | Page

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 73 p. 79 ADG STRATEGY GROUP

WHO: First responders from Florida Keys fire rescue & law enforcement Angel Brotons, Director, Gordon Center Operations will be available for interviews.

WHY: Active shooter events and intentional mass violence have become more prevalent in the past decade, impacting many communities across the country, including South Florida. Increasingly, communities need to prepare and train to respond to these events. Lessons learned from previous incidents have shown that improved coordination and communication between law enforcement and fire rescue/emergency medical services is required to save more lives.

For more information, please contact Jill Hershbein (305) 297-9767

# # # About the University of Miami Gordon Center The University of Miami Gordon Center’s Division of Prehospital and Emergency and Section of Tactical Emergency Medicine develop and disseminate life-saving programs for Florida’s first responders. Its faculty includes emergency and trauma physicians, first-responders from fire rescue, EMS, and law enforcement and the US Army Trauma Training Detachment.

D @ @UMGordonCenter

9 | Page

74 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 80 ADG STRATEGY GROUP

ORLANDO/MELBOURNE, FLORIDA CENTRAL FLORIDA

GORDON UNIVERSITY OF MIAMI L.J CENTER MILLER SCHOOL SIMULATION I INNOVATION I EDUCATION of MEDICINE

Contact: Jill Hershbein (305) 297-9767 For Immediate Release

PRESS RELEASE

Gordon Center Develops New Training Method for Active Shooter Hostile Events Skills Training at 10:30 am & Mock Drills at 2:30 pm scheduled for Thursday, February 28 – Media Welcome

Melbourne, FL (February 25, 2019)…. The Gordon Center’s Section of Tactical Emergency Medicine will host Brevard County Sheriff and Fire Departments on February 28, at the Eastern Florida State College Public Safety Institute for a first-of-its kind training on tactical and medical care interventions that help save lives after active shooter events. The hands-on curriculum was developed in Florida by the Gordon Center’s Section of Tactical Emergency Medicine in collaboration with law enforcement, fire rescue, EMS and the US military.

“In these hostile situations, minutes matter,” explained Angel Brotons, Director, Gordon Center Operations. “This new method will allow fire rescue to be embedded with law enforcement; which means that lifesaving medical attention can be given to victims sooner instead of waiting until the scene is 100% secured.”

Law enforcement and Fire Rescue first responders from Brevard County will train together on critical insights and concepts of how to respond to such violent events. In addition, it will incorporate train-the- trainer methods to allow instructors in Brevard to learn how to best train others in their respective departments.

WHEN: February 28 8 am - 4 pm

Best Visuals: 10:30 am Class & Skills Training 2:30 pm Mock Drills & Exercises

10 | Page

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 75 p. 81 ADG STRATEGY GROUP

WHO: First responders from Brevard County fire rescue and law enforcement Angel Brotons, Director, Gordon Center Operations will be available for interviews

WHERE: Eastern Florida State College Public Safety Institute, 3865 N. Wickham Rd., Melbourne, FL 32935

Active shooter events and intentional mass violence have become more prevalent in the past decade, impacting many communities across the country, including South Florida. Increasingly, communities need to prepare and train to respond to these events. Lessons learned from previous incidents have shown that improved coordination and communication between law enforcement and fire rescue/emergency medical services is required to save more lives. A combined response that utilizes a unified command system has been shown to provide faster medical assistance to the injured resulting in reduced morbidity and mortality.

First-of-its kind training This training is aimed to help first-responders, including fire rescue, police, other law enforcement officers, and other non-medically trained first responders, learn basic medical care interventions that can save lives until EMS can safely enter a tactical scene. Developed in Florida, this course incorporates principles from United States military Tactical Combat Casualty Care and offers a review of previous incidents and lessons learned as well as hands-on skills stations, simulated scenarios and debriefings.

For more information, please contact Jill Hershbein (305) 297-9767.

# # #

About the University of Miami Gordon Center The University of Miami Gordon Center’s Division of Prehospital and Emergency and Section of Tactical Emergency Medicine develop and disseminate life-saving programs for Florida’s first responders. Its faculty includes emergency and trauma physicians, first-responders from fire rescue, EMS, and law enforcement and the US Army Trauma Training Detachment.

@UMGordonCenter

11 | Page

76 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 82 ADG STRATEGY GROUP

MELBOURNE, FLORIDA EAST COAST CENTRAL FLORIDA

GORDON UNIVERSITY OF MIAMI L_J CENTER MILLER SCHOOL SIMULATION I INNOVATION I EOUCATION of MEDICINE

Contact: Jill Hershbein (305) 297-9767 For Immediate Release February 28, 2019

Media Alert

Gordon Center Develops New Training Method for Active Shooter Hostile Events Skills Training at 10:30 am & Mock Drills at 2:30 pm scheduled for today – Media Welcome

The Gordon Center’s Section of Tactical Emergency Medicine will host Brevard County Sheriff and Fire Departments today, February 28, at the Eastern Florida State College Public Safety Institute for a first- of-its kind training on tactical and medical care interventions that help save lives after active shooter events. The hands-on curriculum was developed in Florida by the Gordon Center’s Section of Tactical Emergency Medicine in collaboration with law enforcement, fire rescue, EMS and the US military.

WHAT: Law enforcement and Fire Rescue first responders from Brevard County will train together on critical insights and concepts of how to respond to such violent events. In addition, it will incorporate train-the-trainer methods to allow instructors in Brevard to learn how to best train others in their respective departments.

WHEN & Thursday, February 28, 2019 WHERE 8 am - 4 pm

Best Visuals: 10:30 am Class & Skills Training & 2:30 pm Mock Drills & Exercises Eastern Florida State College Public Safety Institute, 3865 N. Wickham Rd., Melbourne, FL 32935

WHO: First responders from Brevard County fire rescue & law enforcement Angel Brotons, Director, Gordon Center Operations will be available for interviews.

12 | Page

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 77 p. 83 ADG STRATEGY GROUP

WHY: Active shooter events and intentional mass violence have become more prevalent in the past decade, impacting many communities across the country, including South Florida. Increasingly, communities need to prepare and train to respond to these events. Lessons learned from previous incidents have shown that improved coordination and communication between law enforcement and fire rescue/emergency medical services is required to save more lives.

For more information, please contact Jill Hershbein (305) 297-9767

# # # About the University of Miami Gordon Center The University of Miami Gordon Center’s Division of Prehospital and Emergency and Section of Tactical Emergency Medicine develop and disseminate life-saving programs for Florida’s first responders. Its faculty includes emergency and trauma physicians, first-responders from fire rescue, EMS, and law enforcement and the US Army Trauma Training Detachment.

D @ @UMGordonCenter

13 | Page

78 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 84 RESULTS EARNED MEDIA

news.wfsu.org wtxl.com miamiherald.com

TALLAHASSEE, FL November 2018

ABC Ch 27 and online http://www.wtxl.com/news/tpd‐tfd‐learn‐new‐active‐shooter‐training‐methods/article_69cfab40‐f352‐ 11e8‐a52e‐6bbed0299de5.html

CBS Ch 6 and online https://www.wctv.tv/content/news/TPD‐‐TFD‐Take‐Part‐in‐Active‐Shooter‐Training‐‐501490012.html

RedZone https://breaking.redzonemap.com/2018/11/28/tpd‐and‐tfd‐training‐for‐active‐shooter‐situation‐wtxl‐ abc‐27/

WFSU: Public Media, PBS and NPR for N. Florida and Southern Georgia and online http://news.wfsu.org/post/new‐active‐shooter‐training‐could‐save‐lives

Health News Florida https://health.wusf.usf.edu/term/tallahassee#stream/0

TAVERNIER, FLORIDA January 2019

Miami Herald and Herald.com https://www.miamiherald.com/latest‐news/article224614270.html

KeysNews and Keysnews.com https://keysnews.com/article/story/local‐agencies‐train‐for‐active‐shooter/

14 | P age

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 79 p. 85 Our familiarity with the Florida consumer market makes our team members Firm’s Resources experts in building brand awareness and educating consumers through traditional and non-traditional media outlets, which allows us to maximize our and Anticipated client’s budgets and create measurable outcomes. We feel conident that the proposed integrated structure will efectively serve Risks Associated Broward County’s Transportation Surtax Plan team and will ensure orderly communications, eicient coordination of activities, resource management, with Performing accountability and decision-making. From a client standpoint, you will have the beneit of a single point of contact - Category 1 and accountability combined with the highly- efective delivery of a team of professionals as well as the right project manager for the day-to-day communications.

80 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 86 p. 87 Broward County Board of GEN2119422P1 County Commissioners

Prior Projects and Case Studies Categories 1-4

10/16/2019 BidSync p. 88 CASE STUDY 1 —

THE LENNAR I L.JH alth MED~~tit;~~= UNNERSITYOFM~~HEALntSYmM

SUMMARY / University of Miami Health System for it’s rst time, opened the Lennar Medical Center which houses all the UHealth brands under one roof–– Sylvester Comprehensive Cancer, Bascom Palmer Eye Institute and UHealth Sports Medicine. The vision behind the new medical center was to bring customer service to an industry that has forgotten what it is to treat people as human beings.

CHALLENGE / The team challenged us to develop a campaign that would help launch and promote the building, locally and nationally, as a rst of it’s kind. Beyond the campaign the client also needed for us to help with developing all the creative in relation to the launch event.

SOLUTION / The Pink Collective® launched the “Human Being Well” campaign which became not just a marketing effort but an internal strategic vision. Through our brand development process and research we created a campaign that was heartfelt and simple to digest. The Lennar Foundation Medical Center launch was a great success and within the rst three months were operating at capacity. We blanketed the local community with a series of ad campaigns which spoke to the amazing amenities and treatment at their new center.

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 83 p. 89 Broward County Board of GEN2119422P1 County Commissioners

CASE STUDY 1 —

Print Ads

Original run ad.

Discover > HUMAN BEINGWELL.COM

EXPERIENCE Opening December 2016 SIENTA Apertura en diciembre 2016 in Coral Gables en Coral Gables A NEW LA NUEVA El nuevo Lennar Foundation Medical Center está por transformar The new Lennar Foundation Medical Center is set to transform la experiencia del paciente en el camino del bienestar. Inspirado the patient experience into a journey of well-being. Inspired by APPROACH FORMA en la imaginación del ser humano, cada espacio de esta insta- the human imagination, every space of this 206,000-square-foot lación, de 206,000 pies cuadrados, se ha diseñado para despertar facility is customized to awaken the senses, and deliver well- DE ESTAR los sentidos y brindarle salud a cada individuo. TO BEING ness and the most advanced health care to our patients. Contamos con expertos académicos de la salud, multidisciplina- BIEN. NOW OPEN IN CORAL GABLES WELL. World-class, multidisciplinary academic health experts from rios y de clase mundial provenientes de Sylvester Comprehensive Sylvester Comprehensive Cancer Center, Bascom Palmer Eye Cancer Center, Bascom Palmer Eye Institute y University of Miami Institute, and University of Miami Health System Sports Medi- Health System Sports Medicine Institute quienes expanden los cine Institute will provide an innovative approach to health care, límites de la atención médica con innovaciones diseñadas en torno designed around the individual. Other specialty services include a usted. Otros servicios especializados incluyen cirugía ambula- A DIFFERENT WELLNESS EXPERIENCE AWAITS outpatient surgery, women’s and men’s centers, Compre- toria, centros para el hombre y para la mujer, un centro integral The new Lennar Foundation Medical Center is transforming the patient experience into hensive Diabetes Center, cardiology, primary care, neurology, para la diabetes, cardiología, atención primaria, neurología, otorri- a journey of well-being. Each space is intuitively planned, imaginatively designed and otolaryngology, and more. nolaringología y más. instinctively positioned to treat, heal, enhance and soothe you, while awakening your senses. And with experts at the helm from Sylvester Comprehensive Cancer Center, Located on the University of Miami campus at 5555 Ponce de El Centro está localizado en el campus de la Universidad de Miami Bascom Palmer Eye Institute, and the University of Miami Health System Sports Leon Boulevard in Coral Gables and home to the new UM Stu- en Coral Gables y es la sede del nuevo Student Health Center. Medicine Institute, the community now has convenient access to world-class, academic dent Health Center. For more information, call 305-243-4000. health experts. We invite you to experience a new approach to being well. THE LENNAR I ;~~~~:~: I LJHealth FOUNDATION L.JHealth MEDICALCENTER -.m-OF--,,isme. MEDICAL CENTER -,,,ou,.,._,,._

SERHUMANOSANO.COM 5555 Ponce de Leon Boulevard | Coral Gables, Florida 33146 | 305-689-5555

Tier 1 English. Tier 2 Spanish. Tier 2.

84 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 90 CASE STUDY SOLUTION / 1 The Pink Collective® wrote the script and produced video for The Lennar — Foundation Medical Center. Capturing the executive administration’s strategic vision and architectural rm’s design was focused on a new approach Television Advertising to wellness. The “Human Being Well” brand was born. Here’s the video that launched it all.

00:00:10 It started with the idea that no two humans ~ I J l-ralth are alike. Inspired by the human imagination, the University of Miami Health System is set to revolutionize the way health care is delivered. 00:00:24 We’ve created a place that provides personalized services that awaken the senses and inspire individuality. Where the patient experience is intuitively transformed into a journey of being well. 00:00:40 At The Lennar Foundation Medical Center, world-class, academic health experts, scientists, and physicians, bring together leading-edge technology, groundbreaking clinical trials, and innovative treatments, to reveal human excellence. 00:00:50 At the University of Miami Health System, we believe it begins with treating people as human beings. We will know you personally, care for you individually and guide you uniquely. 00:00:60 This is not just about a new building. More rn"'""':,~~, I l_,...f 1 __~1 _ importantly, it’s a new destination, a new experience, a new way of being well. Consider the possibility of feeling human again. If seen on interactive PDF, click here to watch the complete video.

> ------https://vimeo.com/201254119

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 85 p. 91 CASE STUDY SOLUTION / 1 The team also developed a series of local mall activations and give-aways. —

Activations & Giveaways

Photobooth wrap

Escalator wraps and mall light box posters

p,,. on::f=EREN1 ~E\..Lt.tE.SS tiPER\ ENC.'E AWt:-.\1S

Event giveaways Elevator wraps and crowns

86 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 92 oJ::] U' CASE STUDY SOLUTION / 1 A signicant amount of the media strategy was outdoor media and transit — advertising in the local community. The message was heard loud and clear. The grand opening event was at maximun capacity in attendance. > Outdoor Media

OPENING DECEMBEFf 2016 IN CORAL G BLES

l'l-lt l'ENNA.R \ K'L fOUH DAJlQN - J. finn'~d!U ! F..DltAL CE NTER ~CHWl'l.~U'.IY$T!M HUM~BW [ WE LU'.OM

Billboard

City public and private transport : bus wraps Poll Banners

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 87 p. 93 SOLUTION / We designed a microsite to better illustrate the inner workings of the CASE STUDY building and services. The site featured a video overview of the vision 1 behind the Lennar Foundation Medical Center. —

Microsite

88 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 94 CASE STUDY 2 —

SUMMARY / The South Florida Commuter Assistance Program was founded in 1988 by the Florida Department of Transportation (FDOT) to serve as a public information ofce during the I-95 expansion project. Together with FDOT, the team at SFCS wanted to develop a program to help alleviate the school trafc and congestion in the mornings and afternoons.

CHALLENGE / With a limited budget we had to create a brand to appeal to prospective parents and students within the participating schools. The promotion was to encourage kids and parents to advocate the desire to have a School Pool program in their school.

INSIGHTS / Through our research of South Florida schools we needed to discover the pressure points for parents driving their children to and from school everyday as well as the stresses from the excessive congestions. Our team also needed to identify all the benets to being part of the school pool program and how it can be a trustworthy program for parents.

SOLUTION / The Pink Collective® developed a brand that parents could trust. With the right usage of color and messaging, the School Pool program now possessed the brand identity that spoke to all audiences and created a conversation to garner greater participation.

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 89 p. 95 CASE STUDY 2 —

Brand Style guide

SCHC£®L P@9L

ll)IN Family

;.RC f F Gi'I IJl ~/ alH tie 19,h J k"l m •• n o p 'II ,- • t u Y w <:i:'y ,i

90 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 96 Broward County Board of GEN2119422P1 County Commissioners

DOH 17-015 FLORIDA DEPARTMENT OF HEALTH

SOLUTION / Our team developed collateral materials that communicated the benets of CASE STUDY participation and how to get this amazing program in their schools. With a 2 limited budget, we utilized our participating students and parents as brand — ambassadors. Through van wraps, buttons, t-shirts and coffee mugs--families started asking, what is “School Pools”? Our call-to-action drove parents to the micro-site which had a easy to understand form which helped them either Brand Collateral join or get the program started at their school. The campaign was a huge success with more than 1,000 parents signing up in the rst 2 months alone.

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 91 p. 97 CASE STUDY 2 —

Microsite

92 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 98 CASE STUDY 3 —

SUMMARY / The Palm Beach (TPA) plans, prioritizes and funds transportation projects and programs. Every ve years, the TPA updates a Long Range Transportation Plan (LRTP) that forecasts transportation demands and identies cost-feasible projects for the next 25 years. The TPA then annually adopts a 5-year funding program that allocates federal and state transportation dollars to the projects in the LRTP that are most important to our communities. The Palm Beach MPO hosts a series of meetings throughout the year which the public is welcomed to attend and participate. The meetings are important because decisions made by the committee’s are impacting our local communities.

CHALLENGE / With limited funds The Palm Beach MPO wanted to develop an awareness campaign the educate the public about their local MPO and how they can take action. The biggest challenge was to get people to stop and listen.

SOLUTION / Given a limited budget and enormity of educating the general public, our team created a a brand story and messaging that was both informative and attractive. Online was the tactical approach, giving us the specic zoning for messaging. Once we had our marketing plan we developed the creative to get people to listen. Our team developed the “MPO Who?” campaign which was video and Internet radio driven. The video was like an info-graphic that demonstrated all the workings of the MPO and why you should care.

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 93 p. 99 CASE STUDY 3 —

Radio Advertising

Script - Palm Beach MPO TIME VO (Metropolitan Planning Organization) :0 (EFX: Knock on monitor window) Campaign: “MPO Who?”

Duration: 0:15 Hey you! Yeah I’m talking to you. Internet Radio Are you ready to get involved?

:05 Your MPO wants you to be a part of something big!

MP Who?

:10 Your local MPO helps set the vision for how we’ll get around in the future.

:15 Click now to watch more and get involved.

https://www.dropbox.com/s/bcpwacz2utp- f8jk/15167_M4M_MPO15Sec.mp3?dl=0

94 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 100 CASE STUDY Script - South Florida Commuter Services 3 — MPO (Metropolitan Planning Organization) Campaign: “ MPO Who?”

Internet & Duration: 00:30 Movie Theatre Advertising

~ 00:00:01 ·FUNDS aro ~;~ Every time you ll up a portion of the money N,maged . , .

collected at the pump is used by your local MPO. . , 00:00:06 The MP WHO? The Metropolitan Planning Organization is the agency of local ofcials making transportation things happen, and these agencies exist across the nation.

00:00:16 They are the brains that oversee how the funds are managed and which projects get done when.

00:00:21 Projects that effect how people and things METROPOLIT get around, like adding new sidewalks and PL bike lanes, xing up bus shelters.

00:00:29 Enhancing transit, as well as other projects -~(i~tf''~.. ~ like improving airports & seaports. The MPO’s mission is to implement a transportation plan that reects your region’s shared vision for 6· ' the future. What’s your vision? Get involved at PalmBeachMPO.org. https://vimeo.com/126414580

If seen on interactive PDF, click here to watch the complete video.

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 95 p. 101 Broward County Board of GEN2119422P1 County Commissioners

MIA I-DADE l;JEACO'N COUNCI

New Miami- Dade The Council needed to communicate its new mission in a fresh, creative and Beacon Council Logo memorable way while taking advantage of Miami’s strong brand appeal. Until this time, Miami-Dade was not included in the organization’s branding. Strategy

Annual Report Each year, Beacon Council created an annual report to showcase the organization’s results and recognize community leaders for their hard work and dedication to the organization. Target audiences include public and private sector stakeholders.

New Investor Kit Miami-Dade Beacon Council needed INVESTOR fresh messaging, a contemporary value OVERVIEW proposition, and inclusive engagement strategy to increase revenues and strengthen investor participation. New collateral was developed introducing higher levels of investment with enhanced investor beneits to encourage new investment and retain existing investors to support the

organization’s mission. » Maximize your ROI in MIA

Strategic Framework OFFICERS WHO Sheldon Anderson Interim President & CEO WE VISION: MIAMI IS A WORLD-CLASS 21ST CENTURY COMMUNITY LEADERSHIP Miami-Dade Beacon Council ARE

Jaret Davis Ernie Diaz MISSION: INCREASE JOBS AND INVESTMENT IN MIAMI-DADE COUNTY Greenberg Traurig TD Bank Chair Immediate Past Chair ONE COMMUNITY ONE GOAL CHAIRS

MARKET GROW SHAPE MIAMI-DADE AS A LOCAL MIAMI-DADE’S Carlos A. Gimenez Nelson Lazo Dan Mackler Gunster WORLD-CLASS COMPANIES ECONOMIC FUTURE Mayor, Doctors Hospital BUSINESS LOCATION Miami-Dade County Chair-Elect Secretary Co-Chair Miami-Dade Beacon Council Strategy Pillars

Dawn White Miami-Dade Beacon Council supports the economic growth and prosperity American Airlines • P romote Miami- • Help retain and • Support eforts Treasurer of Miami-Dade County’s businesses and residents. Dade’s business assets expand local to attract and retain businesses talent and prepare • Support local events COMMITTEE CHAIRS We act as a champion for growth by assisting companies to establish future leaders Maria Alonso Penny Shaffer that position Miami Bank of America Florida Blue URBAN • Visit local businesses INTERNATIONAL SMALL INITIATIVES as a global leader to assist with growth Co-Chair Co-Chair roots in our community while helping them – and other local businesses – • Support public BUSINESS TASKFORCE

• Recruit global and policies that promote Andrew I. Ashby TASKFORCE thrive, create jobs, and ultimately prosper. • Support the transition BankUnited regional HQs job creation of local companies Chair into sustainable We invite you to benefit from the economic growth happening in • Recruit companies • Support urban in target industries: growth companies Miami-Dade and get a great return on your investment. initiatives to improve Joe Atkinson » Aviation job creation and Wells Fargo • Identify and ofer Olga Ramudo Roberto Muñoz Chair-Elect capacity building Express Travel BBVA Compass Barron Channer Key Objectives resources » Banking & Finance BACH Real Estate AVIATION Chair Chair-Elect Chair » Creative Design • Foster connections • Advocate for education, Alex De Guten Peter Cerda HEICO IATA between businesses training and retention LIFE SCIENCES & Chair Chair-Elect » Life Sciences & HEALTHCARE NEW LEADERS strategies Healthcare • Support scalable James Gale Matthew Pinzur Cozen O’Connor Jackson Health companies in target • Advocate for job Maya Tzur » Technology Chair Chair-elect industries creation tax incentives BankUniedBankUnited Chair Teri Williams » Trade & Logistics and marketing dollars OneUnited Bank Chair-Elect

BANKING & FINACE

Steve Leth Felipe Basulto Austin Hollo SunTrust BankUnied In Partnership with Miami-Dade County • Public Policies Passed TD Bank Florida East • Jobs Retained Chair ChairCoast -ElectRealty • New Direct Jobs Created Chair-Elect • Businesses Expanded • Degrees and Certiications CREATIVE Chair-Elect • Projects Completed in Target Industries DESIGN • Local Business Visitations TIVE TRADE • New Capital Investment & LOGISTICS • Small Business Workshops • Absolute Number of • Active Projects • Partner Organization Population Age 19-35 Metrics • Businesses Recruited Collaboration • Projects in Enterprise • Entrepreneurs Connected • C ontacts/Brieings Zones and Targeted MiAMiMIAMI-DADE BEACON COUNCIL with Companies Urban Areas Jonathan Bruckner Danielle Garno TECHNOLOGY ONE COMMUNITY •OAL ONE G Tiffany & Co. Greenberg Traurig Ron Atapattu Romaine Seguin Chair Chair-Elect Overseas Cargo UPS International Hugo PerezECH Ivan Rapin-Smith UDT Watsco Ventures Chair Chair-Elect Chair Chair-Elect

96 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 102 SIGNATURE EVENTS

Be in great company. JOIN US As an Investor in Miami-Dade Beacon Council, you’re a member of an elite group of organizations which are shaping Miami-Dade’s future – and are positioned to benefit from its immense promise. The brands below represent some of our Investors.

Broward County Board of GEN2119422P1 County Commissioners

WHAT We make things happen. WE DO Your investment in Miami-Dade Miami-Dade Beacon Council’s committees consist of motivated community leaders who support our mission to increase jobs and investment in Miami-Dade County. Beacon Council is a stake in

COMMITTEE GOALS & OBJECTIVES your future. » Lead Generation and Business Expansion, » Investor Recruitment Retention, and Recruitment The momentum is with us. Your engagement with Miami-Dade Beacon » Urban Initiatives Since its creation in 1985, » Marketing and Business Development Council will help keep it that way. Plus, the returns are tangible. They Miami-Dade Beacon Council has » One Community One Goal » Outreach to Local Businesses Implementation can be a boost to your bottom line, and Miami-Dade’s growing stature achieved milestone after milestone: as a global economic headquarters. » Entrepreneurship CREATE AWARENESS IN $4.3 1,026 PRIORITY MARKETS billion COMMITTEE OPPORTUNITIES TARGET KEY INDUSTRIES IN NEW COMPANIES AND AUDIENCES CAPITAL ASSISTED » Av iation » Life Sciences & INVESTMENT Healthcare ENHANCE OUR DOMESTIC » Banking & Finance • » Small Business YOUR MARKETING EFFORTS INDUSTRIES Atlanta Creative Design • » Technology INVESTMENT • Boston » Aviation Over DIRECT MAKES IT • Chicago » Hospitality & Tourism* » T rade & Logistics • Banking & Finance JOBS • • New York 65,907 POSSIBLE LEAD PRO-ACTIVE Create Multilingual • Creative Design International » » Urban Initiatives Digital and Printed • San Francisco BUSINESS RECRUITMENT • Materials Technology » New Leaders MAXIMIZE • Life Sciences & • Strengthen Digital Healthcare LATIN AMERICA, Highlights * Hospitality & Tourism Committee is led by the GMCVB. OPPORTUNITIES FOR ALL • Assist Site Selectors Presence with EUROPE & ASIA ** Taskforce members implement inclusion strategies throughout the committees. • Trade & Logistics We assisted the We assisted the MIAMI-DADE COUNTY • Identify High Value Optimized Search • Brazil following companies following companies Prospects for Growth and Capabilities with relocation: with expansion Relocation • Canada • Promote Targeted AUDIENCES and/or retention: • • Maximize Social Media • China • Caterpillar Urban Areas Create Data-Driven • CEOs Creating opportunities, achieving results. Thought Leadership Connectivity • Amazon • Burger King • • France • Facilitate Permitting and Site Selectors • Cable and Wireless • Ryder System Miami-Dade Beacon Council provides customized assistance to companies looking to expand • Prepare Customized • Germany Regulatory Process • Bolster Earned, Owned • Real Estate Communications • HBO Latin America or relocate in Miami-Dade County. These free and conidential services include: Economic Data Analysis and Paid Media Professionals • Italy • Porsche • Goya Foods • Expand Innovation Reports • Japan • Volkswagen • Univision and Entrepreneurial • Use Miami Ambassadors to • • Financial Advisors Site Identiication Services Permitting & Regulatory Assistance Create “Why Miami – • Harley-Davidson • Boeing » » Ecosystem Share Success Stories • • Mexico Reasons to Believe” Incentive Specialists • Telefónica • Sapient • • » Economic & Demographic Research » Business Incentives • Promote Small Support Unique Needs of Campaign • Venture Capitalists Spain • Nokia • Performance International Businesses Businesses • • United Kingdom • Discovery Networks Food Service • Develop CEO Attorneys » Access to Key Inluencers » Labor Recruitment & Training • Connect with Decision- Latin America • • Facilitate Collaboration makers In Person Testimonials Video Foreign Trade Ofices • BD Biosciences » Financing Programs & Assistance » Employee Assistance Relocation Programs between Business and and Online Library & Consulates Academia

Branding & Sponsorship Opportunities CONNECT. ENGAGE. Opportunities for branding and visibility during premier Miami events, within new markets, INVESTMENT INSPIRE. and through digital exposure LEVELS All Corporate and Executive benefits, plus: Connect with corporate and community decision makers, emerging businesses and public officials Brand your company as a top supporter of Miami’s economic growth EXECUTIVE » Opportunity to host custom industry and Maximize Your ROI in MIA INVESTOR thought leadership events » First priority to attend Economic $ As an Investor in The Beacon Council, you’re investing in the economic 10,000 Development missions and high-level All Corporate Investor VIP opportunities Signature events growth of Miami – which in turn supports the growth of your own enterprise. benefits, plus: » Opportunities to serve as primary host for We use the term “Investors” to describe members of Miami-Dade Beacon » Opportunity to serve corporate relocations and site selectors Council whose participation in our organization helps promote the economic on Board of Directors Annual Meeting & » Opportunity to host Board of Directors growth of Miami-Dade County. » First priority to sponsor signature events meetings at your business Key Ceremony – October Your investment pays dividends in the form of: » Logo recognition in Annual Report » Company logo on website and Meet the new and expanding companies shaping highlighted in publications » Networking with prominent business leaders and government officials » Annual strategy session with Beacon Miami’s economy & celebrate annual accomplishments » Opportunities to shape Miami-Dade’s economic future Council Economic Development staff » Company logo placement Connect with executives leading expanded or newly-opened at Annual Meeting » Engagement with industry leaders » Priority Invitation to exclusive Economic business operations in Miami Roundtable events » Events concierge to » Insights into market trends and economic news Participate in “Company Showcase” to network with company » Investor Spotlight displayed on website coordinate presence founders, elected officials and top-level executives BENEFACTOR at signature events CORPORATE and in newsletter Gain insights into Miami’s dynamic economy and learn about INVESTOR » » Investor photo displayed prominently Discounts available forward-looking economic development initiatives INVESTOR for signature event on Beacon Council website $ Welcome and celebrate key leaders: $ 25,000 sponsorships 5,000 » Opportunities to host high level Investor Incoming Chair, Nelson Lazo, CEO of Doctor’s Hospital events at your business Outgoing Chair, Jaret Davis, Co-Managing Shareholder » Customized economic data presentation of Greenberg Traurig at your business Board of Directors of 60+ business leaders and public » Opportunity to serve as committee » Priority invitations to community officials leadership SMALL and VIP events 25-40 new and expanding companies; attendance » Opportunities to serve on multiple » Opportunities to serve on BUSINESS 400+ of business leaders, committees committees (total of two INVESTOR Mayor Carlos Gimenez, County and City elected » Exclusive access to LinkedIn representatives) $ officials & consular corps 1,500 Investor group » Special invitations and » Opportunity to host committee Investor-only pricing for meetings at your business signature networking events All Corporate, Executive, and Benefactor benefits, plus: » Access to a dedicated relationship » Digital subscriptions to weekly manager at Miami-Dade Beacon » Opportunity to serve on Chairman’s Council Beacon Awards – April newsletter and Economic Update Council » Premier recognition and logo placement Honor Miami’s transformational leaders » Investor lapel pin » Special invitations and Investor-only at all signature events (e.g., Annual Meeting, pricing for signature networking SUSTAINING Key Ceremony, Beacon Awards, and fastest growing companies events INVESTOR One Community One Goal Report) Opportunity to connect with high growth » Digital subscriptions to weekly » Premier logo branding on national companies and align your brand with key newsletter and Economic Update $ and international business development Miami growth industries such as Aviation, 50,000 + mission trip materials » Invitations to exclusive Investor-only Banking & Finance & Technology, as well We offer opportunities to engage » events Development of custom Miami-Dade as leaders in education and Corporate and participate at every financial level, economic data research report each with its own benefits. » Investor lapel pin Social Responsibility » Access to custom industry or topical workshops Celebrate top economic development Stated amounts are annual. created by Economic Development staff leaders. Past honorees include: Mike Fernandez, Jorge Perez and Donna Shalala Network with top C-Suite decision makers during reception and dinner ceremony Attendance 400+ c-suite executives

One Community One Goal Annual Report to the Community – July Highlight key accomplishments on Community-wide economic development initiatives

Opportunity to interact with broad group of community leaders and stakeholders while learning key updates to Miami-Dade County’s roadmap for future economic development success. Network and showcase your brand during partner expo; opportunity to engage 600+ attendees Attend exclusive luncheon with speaker and key leaders for high-level networking. Attendance 600+ business leaders, Mayor Carlos Gimenez and other Digital Branding prominent civic leaders ·---== Newsletter Weekly newsletter with upcoming events, updates, trends, Exposure in Key Markets thought leadership and resources from Beacon, our Investors, and greater Miami Dade community “Engagement in The Miami-Dade Beacon Council “Our business grows as the roster of companies in Miami-Dade Our newsletter is circulated to 12,000+ users weekly to top provides the platform to make a meaningful impact grows and diversiies. What is good for Miami is good for investors, entrepreneurs, business and community leaders, academia, in our community and help shape Miami’s economic American Airlines.” future. It’s been gratifying over the years to have corporate relocation consultants, and public officials Dawn White | Regional Managing Director, American Airlines had numerous opportunities to work alongside so – many of Miami-Dade’s dedicated business and Employment Report “The Miami-Dade Beacon Council is a who’s who of top community leaders, many with whom I’ve Monthly economic outlook on the Miami-Dade labor market. decision-makers and inluencers in Miami-Dade. There is no developed long-lasting relationships. Specific emphasis on OCOG Target Industries – ” better way to connect with community leaders than working Aviation, Banking & Finance, Creative Design, Hospitality & – Ron Shuffield | CEO, EWM Realty International together to enhance our economic future. We have seen real Tourism, Life Sciences & Healthcare, Technology, ROI from our investment.” and Trade & Logistics – Jaret Davis | Co-Managing Shareholder, Greenberg Traurig

Audience includes top media sources, Miami-Dade “ At Baptist Health, it is our mission to keep South “ Miami- Dade Beacon Council works with the public and private Beacon Council investors, business and community leaders, Floridians healthy. Miami-Dade Beacon Council sectors to bring new businesses into our community and help academia, corporate relocation consultants, and civic leaders provides an important opportunity for us to work grow local companies, while creating both direct and indirect together with leaders from across all industries to jobs. Through our partnership, we launched the CliniSanitas

ind exciting ways to propel our community forward medical centers and brought high-paying jobs to South Florida Economic Development Mission Trips and Trade Shows and ensure its continued growth, health and and innovative new facilities that will improve the health of our community.” For more information, contact: success.” (i.e Spain, Paris Air Show, Corenet, etc.) – Brian E. Keeley | President and CEO – Penny Shaffer | Market President, Florida Blue Erin Dowd, Vice President, Investor Relations Baptist Health South Florida Showcase your organization’s team to provide key thought leadership to companies considering Miami [email protected] c: 305-606-3723 as a business destination Industry-exclusive opportunities for Legal, Banking & Finance, Education and Real Estate Participate in high-level receptions, speaking opportunities, and key meetings

• ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 97 10/16/2019 BidSync p. 103 Broward County Board of GEN2119422P1 County Commissioners

• Accountability and transparency are integral parts of our client relationships. Cost Estimates You will a team consisting of our most seasoned experts. We take a team approach with senior-level staf involvement every step of the way- from & Controls the irst exploration meeting to the review of post-campaign measurement including outcomes. • Our account team consists of a Project Manager to handle the day-to-day Project communications and our Director of Client Services who ensures the brand strategy and marketing plan is on point. Both the Project Manager, Director Management of Client Services and President will attend all in-person client meetings and will participate in all aspects of the brand development and planning.

• Communication and reporting set clear expectations. Following project management tools are utilized to ensure controls as well as timely, accurate and high-quality work products. This process will also include: - Initial on-boarding and client immersion meeting to set project priorities and timelines - Overall budget and project estimates - Written status reports - Client meetings to review project progress and status reports - Conference reports followed by each meeting with action item - Project timelines for each project with assigned action items for team members - Monthly invoice reports with budget spend report - Monthly measurement outcomes and analytics review

98 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 10/16/2019 BidSync p. 104 Broward County Board of GEN2119422P1 County Commissioners

ADG Strategy Group Categories 1-4:

ADG STRATEGY GROUP

Past Performance & Samples Experience on Projects of Similar Nature, Samples & Case Studies

p. 105 Broward County Board of GEN2119422P1 County Commissioners

ADG Strategy Group

Our founder led the University’s eforts for the Dolphins Cycling/Cancer Challenge, the largest fundraising event in the NFL. In the irst two years of leading the campaign, her eforts increased UM participation by faculty and staf by over 500% and more than doubled the fundraising dollars. In addition, she led the entire Sylvester Comprehensive Cancer Center marketing and branding and public relations campaigns along the cycling route in the tri-county area. She led the eforts to identify rider stories including students, faculty and staf.

Dolphins Cancer Challenge (DCC) (now Dolphins Cycling Challenge), University of Miami • Led internal efort throughout the University of Miami campus, University of Miami Health System and Miller School of Medicine campuses to promote DCC to all University of Miami faculty, staf and students to increase ridership • Increased UM participation more than 500% in irst two years alone • Identiied unique “rider” stories and achieved extensive media • Awarded Suncoast Television Emmy Award for the DCC produced videos and compelling stories • Led Sylvester Survivors’ Celebration in conjunction with DCC • Led marketing and outreach eforts to brand UM & Sylvester to all riders and participants with consistent message and “call to action” • Marketing elements included social media, lags, branded water stops throughout tri-county ride path, arm sleeves, yard signs, banner plane, banner truck • Marketing activations and “Research Tent” during DCC inish line celebration showcasing cancer research and patient stories • Successfully advocated and negotiated with CBS 4 to host primetime television special showcasing the DCC

100 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 10/16/2019 BidSync p. 106 Broward County Board of GEN2119422P1 County Commissioners

“Dwayne “The Rock” Johnson PSA

https://www.youtube.com/watch?v=mclus3UwJVw

Emmy Award Winning Video, Celia’s Ride

https://vimeo.com/76671427

Ride Stories from the Dolphin Cancer Challenge

https://vimeo.com/117970724

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 101 10/16/2019 BidSync p. 107 Broward County Board of GEN2119422P1 County Commissioners Successfully Negotiated Live Primetime, 30-Minute Show on CBS 4 Featuring the DCC And Rider Stories

___ ...___ ., ----..t..-ut~--,

102 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 108 Broward County Board of GEN2119422P1 County Commissioners

Rider Stories 1:-~ ~ and Team UM '- : ~ r,, ~· Sylvester - ✓ j ~Ii~

Palm Beach County Fire Rescue https://vimeo.com/120876864

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 103 10/16/2019 BidSync p. 109 Cyclists Hit the Streets for a Wheel Good Cause— Fighting Cancer 02-09-2015

Dolphins Cycling Challenge V raises millions for UM’s Sylvester Comprehensive Cancer Center.

The pain shooting down Celia Schiefelin was one of the more than age of 62. The event, which features Schiefelin’s left ankle was only a 2,700 cyclists who took to the streets rides of various lengths over three minor distraction. Inspired by the February 7-8 for Dolphins Cycling counties, has raised close to $10 courageous battle her mother fought Challenge V. The two-day charity million since it began in 2010, with but ultimately lost against cancer, event, which culminated Sunday with more than $3.4 million being raised the 19-year-old University of Miami hundreds of cyclists riding to Sun Life for this year’s DCC. student seemed impervious to just Stadium, raises funds for the lifesaving Several UM employees and students about anything during a 25-mile bike treatment and research programs rode as members of Team Sylvester. ride from Fort Lauderdale’s Esplanade of UM’s Sylvester Comprehensive Schiefelin formed her own team. “We Park to Sun Life Stadium in Miami. Cancer Center. all feel very strongly and passionate But Schiefelin didn’t complete the Former Miami Dolphins tight end Jim about wiping out cancer, and that’s marathon-length journey to shine a Mad Dog” Mandich helped start the why we united to form Team Barb, spotlight on herself. “It’s about the fundraiser ive years ago while he was she said, referring to the group cause,” she said. battling bile duct cancer, a disease of cyclists she organized to honor that took his life in April 2011 at the her late mother, Barbara Burg, and

104 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 110 raise funds for Sylvester’s research Like Schiefelin, Lynette Estrada’s hugely important community asset. initiatives. reason for riding hits close to home. “It needs to be—and is on its way Her teenage son, Lucas, in addition On Sunday, Schiefelin crossed the to being—one of the inest cancer to having autism, has battled brain inish line about two hours after she centers in the world,” said Natoli. “The cancer for most of his life. “We departed Fort Lauderdale—other DCC, by providing signiicant funds draw strength from each other, members of Team Barb riding for unrestricted cancer research, said Estrada. “Despite his autism, he alongside her or following closely addresses one of the most critical understands why I ride. When I tell him behind. Wearing hot pink jerseys needs for achieving world-class status. or remind him, he answers, ‘Oh yeah!’ with the slogan “Team Barb: Family Is I’m thrilled with the growth in the And he puts up both ists as if he’s Forever” on the front, they included DCC over its irst ive years, but we ighting someone. Lucas is my biggest Schiefelin’s aunts and uncles, who have just scratched the surface of its fan. lew in from New York to ride with potential—and Sylvester’s potential for her, as well as fellow UM students and Lucas came down with a persistent greatness. a group of friends who traveled from cough days before the DCC. So Among the other prominent riders: California. Thirty two riders strong, instead of riding the 72-mile “Perfect Stuart A. Miller, chairman of the Team Barb has raised more than Season Ride” from West Palm Beach UM Board of Trustees; Pascal J. $100,000 for the cause. to Miami, as she had planned, Estrada Goldschmidt, senior vice president hooked up her Specialized road bike It was Schiefelin’s second DCC. She for medical afairs, dean of the Miller to a trainer and pedaled for ive rode in DCC IV in November 2013 School of Medicine, and CEO of hours inside her home on Sunday, as a freshman, completing a 13-mile UHealth; and Stephen D. Nimer, stopping only for water breaks and to ride even as her mother battled director of Sylvester Comprehensive administer medication to her son. colorectal cancer that had spread to Cancer Center. other parts of her body. The inance It was Joe Natoli’s fourth Dolphins This year’s event included a 5K run/ and management major almost missed Cycling Challenge. UM’s senior vice walk, held in the early-morning hours this year’s ride, tearing two ligaments president for business and inance and on Sunday at Sun Life Stadium before in her left ankle last semester. But the chief inancial oicer rode 170 miles the cyclists started to arrive. injury, while not completely healed, from Sun Life Stadium to West Palm improved enough so that she could Beach on Saturday, with the return train on a stationary bike to prepare ride on Sunday. He called Sylvester for the event. Comprehensive Cancer Center “a

https://news.miami.edu/stories/2015/02/cyclists-hit-the-streets-for-a-wheel-good-cause-ighting-cancer.html

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 105 p. 111 Wheel to Live 07-07 2015

Celia “CC” Schiefelin never describes It was her second DCC. In November her mother, Barbara Burg, as having 2013, ive months before her mother succumbed to cancer but as a died at age 50 from complications of courageous woman who conquered her colorectal cancer, Schiefelin cycled illness by taking action. “She encouraged 13 miles from the Miami Dolphins everyone to rise to the occasion, to join training facility in Davie to Sun Life the ight against a dreadful disease, Stadium in Miami Gardens, raising more recalls the rising junior inance and than $40,000 as a member of Team management major. Sylvester.

It was her mother’s indomitable spirit For DCC V, held February 7-8, she that carried Schiefelin, sore ankle organized her own team, rallying 34 and all, across 26 miles of roadway family members and close friends some in February to complete one of a of whom came from as far away as New series of rides for the annual Dolphins York and California—to ride in the event. Cancer Challenge, a two-day charity By the time Team Barb hit the streets event that raises funds for Sylvester wearing hot pink jerseys, they had raised Comprehensive Cancer Center’s $128,000. lifesaving research initiatives. Having crossed the inish line with her dad this year, Schiefelin says she intends “Through the DCC to ride in the DCC as long as she is a I’ve learned that any UM student—and perhaps well after. “It’s taught me a lot about leadership efort, no matter and about appreciating small things, how big or small, can she says. “Most importantly, it has given me the platform to make a change for a transform into a life- cause that made me constantly feel so changing diference helpless. Through the DCC I’ve learned that any efort, no matter how big or for someone else.” small, can transform into a life-changing all of my college acceptances, I visited diference for someone else. But Schiefelin, 19, who tore two UM as a last-minute consideration and ligaments in her left ankle during the fall Schiefelin, a New Yorker, credits UM immediately fell in love with it. UM has semester and was unsure she’d even be with giving her the chance to take part everything I wanted—from small class able to participate in the event, didn’t in the DCC and many other activities. sizes, to big-time sports, to tons of complete the marathon-length trek to “I like to say that Miami chose me,” she opportunities to get involved and learn focus attention on herself or her mom. explains. “Never in a million years did I all sorts of new things. I love this school. “It’s always been about the cause,” she see myself going here. Upon receiving says.

https://news.miami.edu/stories/2015/07/wheel-to-live.html

106 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 112 p. 113 p. 114 spins gold out of asphalt AW tohe c c cer. GoodC__u e

AT MILE 26, J. DAVID PITCHER JR.'S 6-FOOT 3-INCH FRAME ACHED BEYOND DESCRIPTION. The Miller School of Medicine orthopaedic surgeon had completed four marathons in 2012, but the metaphorical expression, "hitting the wall"-used by most endurance athletes to describe the point at which glycogen stores in the liver and muscles are depleted, ushering in fatigue and energy loss­ didn't even come close to describing what he felt on this early-November Sunday as he neared the end of a 30-mile bike ride. Despite the pain, Pitcher pressed on, downing three bottles of water and a Gatorade to replenish his energy stores. With two miles to go, he picked up the pace and soon entered the 75,000-seat Sun Life Stadium in Miami Gardens-his destination-to the applause of hundreds. Of those who crossed the finish line at the end of the 2012 Dolphins Cycling Challenge, Pitcher stood out. He'd pedaled his recumbent bicycle from Fort Lauderdale to Miami while towing in a custom buggy all 165 pounds of his 17-year-old patient Lazaro Cordero, who lost his left leg to bone cancer. "A chauffeur is never more important than his passenger," Pitcher told Cordero at one point during their trek. Outfitted in cycling jerseys, the duo joined nearly 1,500 others who rode to raise funds for lifesav­ ing research and treatment programs for the school's Sylvester Comprehensive Cancer Center. The 2012 fundraising total of $2.2 million is believed to be the largest single-event donation made by any NFL team and one of the biggest in Sylvester's history.

BY ROBERT C. JONES JR. PHOTOS BY DAVID SUTTA

p. 115 "From the survivors who partici­ says Cardona, an industrial engineering she has every year, to welcome them. "I pated to those who rode for loved ones, and economics major who graduates in never thought I'd see my kids grow to be it was a big success in supporting May but plans to return for the 2013 men," says Scheiner, who has two sons cancer research at Sylvester," says challenge. and two granddaughters. "In most other Miller School Dean Pascal J. For the second year in a row, the places, just being a doctor would be Goldschmidt, who rode through three Sunday finale at Sun Life Stadium was enough. But at Sylvester, their commit­ South Florida counties to complete the held in conjunction with Sylvester's ment runs deep. It's a true partnership." DCC's full 170-mile route. "It's this Cancer Survivors Day, a gathering Breast cancer survivor Annie commitment that propels our work to of people from all walks of life who Anderson, a kindergarten teacher for save more lives." have defeated cancer with the help of Miami-Dade Public Schools, and her Former Miami Dolphins tight end Jim Sylvester physicians. Among them, daughters, Adrienne and Rashauna, also "Mad Dog" Mandich helped start the sitting with her husband, was Joan watched the riders enter the stadium. fundraiser three years ago while he was Scheiner, chair of Sylvester's Board of "We wanted to celebrate our mom's battling bile duct cancer, a disease that Governors and a 16-year survivor of recovery in hopes that someday there'll took his life in April 2011 at the age of 62. leiomyosarcoma, a rare cancer of the be a cure," says Adrienne. Ridership has more than doubled each year since the launch. The_ third annual ride began on Saturday, November 3, 2012, with cyclists setting out from Sun Life in the cool air of an early-morning darkness that eventually gave way to clear skies and warm temperatures. Some completed a 30-mile journey to Miami Beach; others, like Goldschmidt, cycled on to West Palm Beach, where they stayed overnight before riding back to Miami. Day two's climactic conclusion resembled the Champs-Elysees finish at the Tour de France, with a multitude of cyclists entering Sun Life Stadium along a path lined with cheering spectators, a jumbo screen displaying each arrival. Members of the Tri Canes, a UM club that competes in triathlons, were among the first finishers, completing the West Palm Beach-to-Miami journey at a brisk soft tissue. "I felt like my world had "Someday" may be closer than 20-mile-per-hour pace. Each rode for a stopped and was spinning out of con­ she and others would believe. DCC family member or friend who had either trol," says the 61-year-old, recounting funds will give a boost to research passed away from or is undergoing the day she received her diagnosis. "But that has already resulted in significant treatment for cancer. from the very beginning, I knew that I findings. Last year a team of Sylvester John Labriola, 22, a meteorology was going to make it if I found the right breast cancer experts participating in and math major from New Jersey, rode doctors." a multicenter study of breast tumors for his aunt Jennifer, who died from The Miller School's Pasquale discovered the existence of four main complications of cancer last August. Benedetto, professor of medicine, breast cancer classes-a discovery that Engineering major Maggie Ricciuti, 19, became her oncologist. "I put my trust could lead to more targeted therapies. was thinking of the aunt whose ovarian and faith in him," Scheiner says. After c~ncer is now one year in remission. undergoing chemotherapy and enduring n oth1£1' rec.en udi~ , _research Finance major Monte Eiseman, 20, rode several surgeries, she is cancer-free. lP.a.m th.a± inclrulatl Sylvester' for his grandparents, both of whom died "Our partnership with the Dolphins n@w di'l'actnr, Steyl:ie.:-a D. Nimcr, of the disease. has created not only funds but also -id,mtified II cane respr;msihle. for Luis Cardona, 23, rode for his late enormous awareness of the world­ a &uh YI? of childhood Iaukemia. grandfather Pacho, who had prostate class cancer center we have right here and found that the signaling protein cancer, and for his uncle Jesus, who is in Miami," Scheiner adds. "And when Akt, implicated in a number of human undergoing treatment for brain cancer. you're sick, there's no place like home." cancers, can also impair the growth of "Cancer runs in my family, so riding With the first riders rolling in, she blood-forming stem cells that develop in the challenge was important to me," walked toward the stadium tunnel, as into cancers like leukemia.

22 MIAMI Sp r ing 2073 wwwmiamiedu/miami-magazine

p. 116 Recruited last year from Memorial that sentiment in the eyes and hearts his recumbent from Maryland into Sloan-Kettering Cancer Center, Nimer of their fathers, mothers, brothers, and Pennsylvania, he towed his wife, Pam, was among those who rode in the DCC sisters too. And it has rubbed off onto who'd been injured while training to benefit Sylvester, which has set "an me. If it rubs off onto another from me, for their planned tour of the Great aggressive agenda that," Nimer explains, bless the Lord for that. It's what we've Allegheny Passage Trail. "will allow us to develop and expand trained for and been created for." "Person after person commented our clinical programs and recruit more Today Cordero, a student at South on what a great thing we were doing," outstanding physicians and scientists Dade High School, is cancer free. As he Pitcher recalls. "Pam kept saying she'd devoted to research." and Pitcher biked from Fort Lauderdale rather be pedaling, but eventually she "We've been very fortunate over the to Miami, they discussed the path­ realized that it's a great opportunity years to have great support from the from diagnosis and sadness to treat­ to bear another's burdens. It was then Sylvester family," he adds. "The Pap ment and renewed hope-that brought that we thought perhaps we could turn Corps is a big group of supporters who them to this point. something bad into something good." work tirelessly to raise money for us, "We talked about the kids in Cuba Pitcher and Cordero just made the and we're fortunate that we now have with his kind of tumor who didn't make DCC entry deadline.

the Dolphins Cycling Challenge as well." The ride drew scores of cyclists, supporters, "It was a long, tough ride," says For surgeon Pitcher, the challenge and survivors. Bottom, from left: Sebastian, Cordero, "but Dr. Pitcher made it easy, is a way to bear his young patient's UM trustee and Miller School of Medicine telling a lot of jokes to keep up my burden. As a 10-year-old boy in Cuba, Campaign Chair Stuart Miller, Sylvester Board spirits." Cordero was diagnosed with osteosarco­ of Governors Vice Chair Jayne S. Malntano, Nimer, the Sylvester director, says ma, the most common malignant bone UM President Donna E. Shalala, and Miller each cancer patient is unique. "We tumor in kids. Surgeons operated, but School Dean Pascal J. Goldschmidt. have to understand the patient's he lost so much muscle in his left leg individual cancer, and then we have to that he needed crutches to walk. By the it, and how he wished they could be understand the impact on the patient. time Cordero came under Pitcher's care part of the race and the excitement," Some of this involves the highest after arriving in the U.S. years later, the Pitcher recounts. "We talked about technology-proteomics, genomics­ leg had to be amputated. how God had given him another chance and the other part involves the simplest "Osteosarcoma has an overall and what he was going to do with that technology, which is listening to the survivorship of about 65 percent, chance. We talked about his parents and patient." and only 20 percent without chemo­ the sacrifices they made for him. We Pitcher describes his patient as "a therapy," Pitcher notes. "Each person talked as brothers, as father and son, as young man with a bright future and all who survives it has a rare story. Each friends on the same journey." the world ahead of him." health care provider involved in their The idea to ride in the DCC while Cordero agrees. With his new pros­ story is forever changed. It's as simple pulling one of his patients came weeks thetic leg, received after the DCC, he as that. I'm changed by my patients. If before the event, somewhere near the plans to return for the 2013 event-this I could take their place, I would-I see Mason-Dixon line. As Pitcher pedaled time riding his own bicycle.

www.miami edu/miami-magazine Spring 2013 MIAMI 23

p. 117 UM Student Inspired To Ride In Dolphins Cycling Challenge By Eliott Rodriguez October 23, 2013

MIAMI (CBSMiami) – Are you ready to ride in the battle against cancer? C.C. Schiefelin is deinitely ready. She’s spinning for someone close to her heart.

The University of Miami freshman is training for the Dolphins Cycling Challenge, an efort by thousands of South Florida cyclists to raise money for the Sylvester Comprehensive Cancer Center.

“When I realized I could do something to raise money to ight cancer I stepped up,” said Schiefelin, whose mother Barb has been battling cancer for more than three years.

“I think she’s amazing,” C.C. said of her mom. “She’s my inspiration. She makes me the best person I can be. I wouldn’t Dolphins Cycling Challenge rider registration event at Dufy’s in on Tuesday, be the person I am today without her. Sept. 17, 2013. (Source: CBS4) Since irst being diagnosed with colon cancer, her mom has seen the disease spread to other parts of her body Cici is doing her cycling on a stationary There are more than 2,000 riders including her liver, lungs and brain. It’s bike along with fellow students at the already registered who have already been a tough time for the 18-year-old University of Miami. raised more than $1.1 million. from Westchester, New York. She’s ighting back, though, becoming one The Dolphins Cycling Challenge has If you’d like to sign up for the DCC or of the top fundraisers in the challenge. raised about $4 million for cancer just donate, click here. She’s already raised $28,000. research since its inception in 2010. The DCC IV Cyclists will be honored on goal is to raise as much as $10 million. CBS4, a corporate sponsor of the ield at the Carolina Panthers v Miami event, has a team which includes VP/ One hundred percent of the money Dolphins home game on November 24th General Manager Adam Levy, Anchors raised goes to research at the University at 1pm at Sun Life Stadium. The check Eliott Rodriguez and Summer Knowles, of Miami’s Sylvester Comprehensive representing 100-percent of rider raised Meteorologist Craig Setzer and Sports Cancer Center. funds will be presented to Sylvester Anchor Kim Bokamper. Comprehensive Cancer Center at that The two-day challenge consists of seven time. The CBS4 crew is taking part in the 30- diferent routes that bikers can take, 40 mile race on November 2nd. throughout the tri-county area.

https://miami.cbslocal.com/2013/10/23/um-student-inspired-to-ride-in-dolphins-cycling-challenge/

112 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 118 Broward County Board of GEN2119422P1 County Commissioners Shira Kastan Goldstein, ADG Strategy Group Spinning for a Cure: DCC Spin-a-Thon created this student Raises Funds for Cancer Research event as part of the DCC eforts October 29, 2013

It wasn’t the encouragement from mother and others by raising the money classmates and friends that gave Celia needed to advance cancer research,” she Schiefelin the will to pedal a stationary said. bike for a solid hour, but the courage Burg was diagnosed in April 2010 with of a 50-year-old woman who’s been colorectal cancer, which eventually battling cancer for the past three and a spread to her lungs, liver, and brain. half years. Doctors told her she’d be lucky if she “She’s my motivation to keep going,” said lived to see her daughter graduate from Schiefelin, an 18-year-old University of high school. More than 100 University of Miami students Miami freshman, referring to her mother, and employees participated in the DCC She has survived because of Barbara Burg. “I’ve seen how driven and Spin-a-Thon, taking turns on 37 stationary groundbreaking treatments like gamma bikes that were temporarily relocated in the determined she’s been throughout her knife radiosurgery, a focused radiation spacious atrium of UM’s Herbert Wellness ight, and she inspires me.” Center. treatment that targets speciic lesions in Schiefelin was one of more than 100 the brain. Center, did it for her father, Omar, a students and employees who donned “I’ve had so many hurdles to clear,” said lymphoma survivor. workout clothes and sneakers last Burg. Wednesday to pedal, pant, and perspire Kyle Merino, a biomedical engineering at the Dolphins Cycling Challenge She didn’t ind out about her daughter’s major, raised funds and hopped on one Spin-a-Thon, which is geared to raise participation in the spin-a-thon until she of the 37 stationary bikes in memory of funds for the lifesaving treatment and received an email link to Schiefelin’s his grandfather, who died of liver cancer research programs at UM’s Sylvester fundraising Web page. nine years ago. “Every little dollar helps Comprehensive Cancer Center. toward research and inding a cure,” he “I was a little surprised because Celia’s said. Held in the massive atrium of UM’s always been a relatively private person,” Herbert Wellness Center, the event is a said Burg, who works in the New York For Zelda Calvert, a senior administrative “spinof” of the much-larger Dolphins oice of Reuters news service. “We assistant at Sylvester, it was the memory Cycling Challenge in which hundreds of don’t spend a lot of time in our family of her father, John Pollard, that gave her cyclists will take to the streets November discussing my illness. We try to enjoy the strength to spin for more than an 2 and 3, completing routes ranging from our lives and do everything we can to hour. Pollard died of pancreatic cancer, 13 to 170 miles. not be deined by it. But I was not at all a condition Calvert didn’t know he surprised at what Celia’s accomplished sufered from until his passing. He had Funds for both events are pledged via with her fundraising. She’s a go- kept his illness a secret. Web pages set up by riders. Schiefelin’s getter, and when she puts her mind to fundraising amount: $32,100 — and Now, Calvert wants to make sure something, she gets it done.” counting. everyone is aware of the need for cancer At Wednesday’s spin-a-thon, other research. Participating in the spin-a-thon was participants had reasons to spin that Schiefelin’s way of empowering herself. “Working at Sylvester, I see how cancer were just as compelling. “I realized this was something I could impacts so many lives,” she said. “Raising do to help, the opportunity I had been Joanna Lorenzo, a receptionist at awareness through events like this seeking for so long that would help my Sylvester Comprehensive Cancer couldn’t be more important.”

http:/ttps://med.miami.edu//miami.cbslocal.cnews/Som/2013/10/23/pin-to-Fighum-t-Cancstudener-att-inspir-the-Ued-M-DCto-ride-in-dolphinsC-Spin-a-Thon-cycling-challenge/

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 113 10/16/2019 BidSync p. 119 Fifth Dolphins Cycling Challenge Turns Miles into Dollars for Cancer Research at Sylvester 02-09-2015

A simple kiss said it all. types of cancer they treat, and they are working tirelessly to develop new surgical On a sunny Sunday morning, the second procedures, new radiation oncology day of the ifth annual Dolphins Cycling approaches and other treatment Challenge to beneit the Sylvester modalities that are at the cutting edge of Comprehensive Cancer Center, Bonnie cancer research. We are also striving to Crook gave her husband, Bob, a kiss for provide this cutting edge care in the most good luck as he and a group of cancer convenient and comforting way. That’s survivors and supporters were about to why the money raised by the Dolphins set of on the DCC’s inaugural 5K Run/ Cycling Challenge is so important to us. Walk from the starting line at Sun Life There are great advances on the horizon, Stadium. and our cure rates are improving every Just 15 months earlier, Bonnie had year. Steadily, we’re turning the tide Dean Pascal J. Goldschmidt, M.D., left, and been told to kiss Bob goodbye. A Miami against certain cancers. Stephen D. Nimer, M.D., riding from Sun Life Stadium to City Place in West Palm oncologist had diagnosed Bob with stage As part of Team Sylvester, Nimer had just Beach, taking part in the Dolphins Cycling 4 renal cancer and told him there was Challenge. inished riding 176 miles over the two nothing to be done. Friends insisted the days, personally raising nearly $100,000 couple seek a second opinion at Sylvester, for cancer research. crowds, music, food and drink, massages where the initial diagnosis was conirmed — and irst aid when needed for a little — but the prognosis they were given was The Dolphin Cycling Challenge began in road rash — awaited riders, runners and very diferent. 2010 and has grown steadily every year. walkers alike. It has drawn thousands of participants — “What the doctors at Sylvester told us was 2,800 cyclists, runners and walkers this All of the efort — both organizational and exactly the opposite of what we had been time around, supported by 700 volunteers physical — has produced a big payof for told before,” said Bonnie, her eyes tearing — and signiicant corporate sponsorships, Sylvester, with nearly $10 million raised up as she spoke. “The surgeon said, ‘I because every penny raised goes to fund since the inaugural ride. Almost $3.5 can help your husband. I do this type of cancer research. Everybody has been million has been raised this year, and fund - procedure all the time. touched by cancer, directly or indirectly, raising will continue through February Today, thanks to the doctors at Sylvester so there was also a strong emotional 28 at ridedcc.com, toward a target of a who treated him, Bob Crook is cancer component to the event illed weekend. record $5 million. free. When he crossed the inish line The cycling events took place over two “It’s inspiring to ride with family, friends with their son, Justin, by his side, it was days, with six individual routes — three and colleagues,” said W. Jarrard Goodwin, a moment of triumph that earned him a each day — ranging from 12 miles to M.D., Sylvester’s Chief Medical Oicer, a congratulatory second kiss from his wife. 104 miles. The longest ride (176 miles) ive-time, 176-mile rider whose daughter, “Without Sylvester, I wouldn’t be here was comprised of Saturday’s Hurricane brother-in-law and sister-in-law had all today,” he said. It was a statement heard Hundred (actually 104) and Sunday’s come down from Maine to join him. “We often throughout the weekend. Perfect Season Ride (72). The routes took had a great Sylvester team this year. riders through 27 municipalities in three “Those are the most important words “This is a very special event for the entire counties, with 450 state troopers and for us to hear,” said Stephen D. Nimer, community,” said Pascal J. Goldschmidt, police oicers providing protective traic M.D., the cancer center’s director. “Our M.D., Senior Vice President for Medical control. The inish line, however, was doctors are specialists in the individual Afairs, Dean of the Miller School of back at Sun Life Stadium, where cheering

114 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 120 Medicine and CEO of UHealth, another “Don’t give up” was a theme echoed “From a patient’s point of view, the 176-miler who rides across the inish line by Ethan Zohn, a former professional medical attention and nursing care each year with Stuart Miller, Chair of the soccer player, winner of the Survivor: I received exceeded my wildest UM Board of Trustees. “It’s an opportunity Africa reality TV series and a Sylvester expectations,” he said. “From the moment for people to come together with a cancer survivor, who delivered a rousing I set foot in Sylvester, I was treated and shared commitment to ight cancer. pep talk to the 5K Run/Walk participants cared for as if I were the most important before joining them at the starting line. person there. Without Sylvester, I Some participants rode in memory of Zohn, who was diagnosed in 2008 with probably would be looking at the ground family members or friends who had lost a rare form of lymphoma, had three from the other side. their battle with cancer, in the hope that unsuccessful treatments elsewhere the money they raised would save lives But Schwartz’s excellent care, and the before turning to Sylvester. Doctors there and spare others the same loss. stem cell transplant that saved his life and were able to put him on a new drug they restored his health, almost didn’t happen. CC Schiefelin, a UM sophomore whose had developed that has kept his cancer in Another cancer center, which made the mother died last April, had ridden once remission for the past three years. initial diagnosis, told him that he was too before, but her loss gave her a new “Science is on our side,” said Zohn. “New old for a transplant and that it was not energy. The dual major in inance and drugs are being developed, but you need available in Florida. Hearing of this, a management showed her aptitude to be at a world-class cancer center like family friend connected him to Sylvester. for both subjects by putting together Sylvester to get access to them irst. a 50-person team that included UM “This completely changed the course of Their researchers are working to save lives students, friends and family members, treatment for my dad,” said Schwartz’s son every day. You need to have hope that some of whom came from as far away as Jonathan, an executive with AutoNation, one of their discoveries will be the right California and Massachusetts. In all, 33 one of DCC’s corporate sponsors. one for you. Never give up. from the team rode the 26-mile 1st & 25 “Without that, we would not have had course on Sunday — Schiefelin crossed Some of the Miller School’s scientists a doctor or a program that would have the inish line with her dad, Steve — and are both cancer researchers and cancer treated his disease so aggressively. raised $128,000. survivors. One, Bonnie Blomberg, Jonathan rode Sunday’s Perfect Season Ph.D., professor of microbiology and “I just hope the money we raised can help Ride, which began in West Palm Beach, immunology, who said, “I’m not even save someone else’s mom,” she said. the last 12 miles of which overlapped a cycler,” nonetheless rode the Miami the Dolphins Ride, which began at the Marc Gellman, Ph.D., research associate Beach Touchdown Ride on Saturday and Dolphins Training Camp in Davie. That professor of psychology, and his wife, Jill the 1st & 25 Ride on Sunday in gratitude is where he met up with his father and Turner, rode the Miami Beach Touchdown for her care. his sister, Alexandra, and the three rode Ride (29 miles) on Saturday and the 1st “I can’t say enough about the treatment the inal leg together in celebration of & 25 Ride on Sunday — all on a tandem I received at Sylvester,” she said. “In George’s survival. bike, which Gellman wryly described as my case, we had the beneit of early “another type of teamwork” — to honor Meeting up with them in Davie was very detection, but I knew I had a great team her father, Manny Turner, who fought six emotional,” said Jonathan. “I pushed hard on my side. diferent types of cancer before dying because I couldn’t wait to get there. two weeks short of his 87th birthday. It That sense of Sylvester caregivers The last 12 miles were surreal because I was their second DCC ride, having ridden being a supportive team for patients remembered how he looked two years before to honor Gellman’s father, Sidney. was frequently voiced by survivors who ago. I can’t describe how it felt when we took part in the events. One of the most crossed the inish line together, with him My father received fabulous care at expressive was George Schwartz, who was looking so strong and our family members Sylvester,” said Turner, “and he was an diagnosed with multiple myeloma in late there cheering him on. I’m all ready to sign inspiration to others because he never 2012. up for next year’s event. gave up.

http://med.miami.edu/news/ifth-dolphins-cycling-challenge-turns-miles-into-dollars-for-cancer-resear

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 115 p. 121 Spin to Fight Cancer at the UM DCC Spin-a-Thon October 22, 2013

The University of Miami will host the suite at a UM men’s basketball game. UM DCC Spin-A-Thon, now open to For more information and registration faculty and staf, in conjunction with instructions, email [email protected] this year’s Dolphins Cycling Challenge. or visit miami.edu/dcc. This year’s UM DCC Spin-A-Thon will be Faculty and staf can also register to held on the new University Center Patio fundraise as a virtual rider, or sign up to on the Gables campus on Wednesday, volunteer during DCC weekend. Email October 23, from 6 to 9 p.m. Each [email protected] for registration registered participant will be provided a instructions and information on stationary bike to join the instructor-led volunteering in the DCC. spin-a-thon. Riders will receive a gift bag and T shirt, and food will be provided. The 2013 Dolphins Cycling Challenge, Faculty and staf can compete against a two-day tri-county cycling event one another individually or in teams to that beneits the lifesaving research win prizes that will be awarded to the and treatment programs at Sylvester top fundraisers — all while making a Comprehensive Cancer Center, is diference in the ight against cancer. scheduled for November 2 and 3, with routes ranging from 13 to 170 miles. The top fundraiser will receive two roundtrip airline tickets for domestic For more information on the Dolphins Students celebrate at last year’s UM DCC travel, and the winning team will have Cycling Challenge, visit ridedcc.com. Spin-A-Thon. their choice of a catered party, or a

http://med.miami.edu/news/Spin-to-Fight-Cancer-at-the-UM-DCC-Spin-a-Thon

116 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 122 University of Miami Freshman Daughter of Cancer Patient

Umversi y of Miumi freshmun Celia Sch1eff e in was a DCC rookie 111 20: '3. She weard about the Dolpni11s Cyc Ing 0,allenge c1t UM , emu was nspired to ride by h r m:>ther who Is unde1 going tr eatrnc11 t Fo, rnetast tic. colon cam:er. '1hf' CCC ride ls i:Jne :,f the- most oer~onal iJnc.er undra,sers I've expene ced. ·1he fo1var nd spiri a ve yon whc1 partakes will only drive you further o reach (.)r even toi s 1rp s yoL·r goals."

· bike. but CP.Ce had r.ot been on a bike since age 7, s 'eye drirJ ori 1ri:.illy ju t plcH1ned o pa ic.ipate 1r ndesbot fS the learn UM spin a th n. Bu uultimate y olle § she rode the Dolphins 13, and ow says tha c•c;s~lri~ tl1e ft 1st, lire •NclS her be~l mo

Cece describes Sylvestr.?r Dl1ec.to1 , Dr. S ephen imer, as generou and • dly ace to

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 117 p. 123 CASE STUDY 5 —

Every dollar raised supports cancer research at

UNIVERSITY OF MIAMI HEALTH SYSTEM

SUMMARY / Since its inception as a dedicated, comprehensive cancer center, then signicantly supported by a naming gift from the Harcourt M. and Virginia W. Sylvester Foundation, Sylvester Comprehensive Cancer Center (UM/ Sylvester) has been the cancer brand for the University of Miami Leonard M. Miller School of Medicine. As the only university-based cancer center in South Florida, Sylvester has transformed cancer research and treatment in South Florida and beyond. The Dolphin Cancer Challenge (DCC) is annual fundraiser hosted by The Miami Dolphins with all proceeds beneting cancer research.

CHALLENGE / For the rst time, the University of Miami Health System wanted to internally promote their own team to help generate more funds and awareness within their own staff and communities. We were challenged to increase the staff and alumni participation in the Dolphin Cancer Challenge (DCC). The call-to- action was to get everyone to join “Team Hurricanes” which is the name of the team for the Dolphin Cancer Challenge.

SOLUTION / We developed a microsite that made it easy for people to sign-up and create their own internal teams with the Team Hurricanes, the campaign was straight to the point “DCC with Me” was the call-to-action throughout the campaign. Our team also developed signage throughout the campus medical facilities and University.

118 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 124 CASE STUDY 5 —

Microsite

Print Collateral

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 119 p. 125 SOLUTION / In conjunction to traditional media, we developed a social media campaign CASE STUDY which featured survivors and family members of survivors who were 5 participating in the DCC. The testimonials spoke about their challenges with — cancer and how they over came it. The videos inspired people to join them in the DCC fundraiser. Survivor Testimonials

Social media marketing

h https://vimeo.com/144685503

120 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 126 CASE STUDY 5 —

Event Print Collateral

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 121 p. 127 CASE STUDY 5 —

Event Collateral

Yo r

122 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 128 oJ::] U' CASE STUDY 5 —

> Event Collateral

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 123 p. 129 Broward County Board of GEN2119422P1 County Commissioners

l .J~ UNIVERSITY OF MIAMJ HEAl.nl SYSTEM

Fireighter Cancer Initiative Fireighter (Fireighters and Cancer Risk), Sylvester Comprehensive Cancer Cancer Center • Visionary and concept creator of Initiative Fireighter Cancer Initiative • Developed campaign for State of Florida appropriation (over $6 million to date) • Began in South Florida, expanded Statewide as well as nationally • Created public relations campaign and branding opportunities • Produced public service announcement videos in Miami- Dade, Broward County and Palm Beach County • Initiative has been recognized at national and international conferences, including IAFF • 5 research journal publications and abstracts, over two dozen abstracts and posters at national and international conferences or meetings • Extensive media across the State of Florida and beyond

124 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 130 Broward County Board of GEN2119422P1 County Commissioners

Broward County

https://vimeo.com/166867387

Palm Beach County Fire Rescue

https://vimeo.com/168872813

Miami-Dade Fire Rescue

https://vimeo.com/169706375

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 125 10/16/2019 BidSync p. 131 Broward County Board of GEN2119422P1 County Commissioners

City of Miami

https://vimeo.com/169799869

trr\C"~IK"f'•IL'lli' -~l}IUJfl ~ Orange C unry fire Res(;ue to join ,i.1.-, ~IIA:tlabkn 11 refighi.er cane-er n k rud

Sylvester researchers use app to ight Orange County Fire Rescue to join hidden risks killing ireighters ireighter cancer risk study Miami Herald | June 16, 2017 Orlando Sentinel | January 26, 2017

!illliil ~ ~ • --· ~C finifi bter 'lilllc.11" risk sliudl s.tt t,o lilp1and· ___ _ . 1.Ht!Hllli!!!.U!i (otllllj

-- ~ ...... r! ., .... .__ ,.,,....ira ...... ·-•"•dw--1-

llw l W,lllallilMlill-.~lillll...i~ .• ...., ,_.-_,..._,.._..

-·~ri-p..,__....,...... ~ ...... -~.,., .,...,,.i.-...... ~,..._J .... ~ • ....,.,...... ,,_ .. ~ .. a-,1...... ,, __ ..,.....,___,. .... ,

--•ft~U ,_.....,_,-.. ~lrfllt'-1~•"'--ilhl Ji,~• --..,,,..,,..,_...,..!'"..w..,__._,.-.--,....,-,,..,..._ ---~.-.~ .. lftff• ... ..,.,

PBC ireighter cancer risk study set Program to study cancer in Palm Beach County Fire Rescue to expand ireighters expands in county studies ireighter cancer risk Fox 29 WFLX | June 27, 2016 My Palm Beach Post | June 27, 2016 WPBF 25 | August 28, 2015

126 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 132 w:hr so many PB et, .ncer ... .. PBC firefighter cancer study 1receives additional funding,

...,..... ___ ...,...ir.,.__

Sylvester to study why so many PB PBC ireighter cancer study receives ireighters get cancer additional funding, expanding to all SunSentinel | August 28, 2015 departments in the county WPTV 5 West Palm Beach | June 27, 2016

·- - ~S.yl~lisl"cr--- C ntC'r -Partmm With i'iro D Dts.. to U,bll,C.. 1••.atl~~t-l ~.iild.,.•!'Yhl"llld~ II .. • '-l lu.'llilliul, '"ktiil'Ultt"i.~ l!._IIJ-' lill ► "5111* .t.HCI~~ ~tlllfiill"f,(,A:lfb•l..-~ 'Tlll ___ , flll40P.Ulll'--'D-11.=~a, 11 K.- ~ie:i.,, Asseu~ncerRkks IJM Srlve te;-CaaedCein.terTe;im ,IJpWlU! ... r ■ ~ Firefi&bters To Study "SJrent Kil!N" -..•------..,. ...._.______-- ---~------__

Sylvester to study ‘silent killer’ stalking Sylvester Center Partners With Fire Sylvester Cancer Center Teams Up With ireighters Depts. To Assess Cancer Risks Fireighters To Study “Silent Killer” Miami Herald | August 27, 2015 CBS 4 Miami | August 27, 2015 CBS 4 Miami | May 12, 2015

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 127 p. 133 Broward County Board of GEN2119422P1 County Commissioners

128 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 10/16/2019 BidSync p. 134 Broward County Board of GEN2119422P1 County Commissioners

ADG Submission AWARDS

STRATEGY GROUP'

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 129 p. 135 Broward County Board of GEN2119422P1 County Commissioners

ADG STRATEGY GROUP

OVERVIEW

Studies have confirmed that firefighters are at a 15 percent greater risk of developing cancer than the average person due to their on-the-job exposure to carcinogens and other harmful chemicals. Over 45 states in the United States offer financial assistance to help offset the high costs of oncology care. Florida was not one of them. Florida firefighters directly impacted by cancer would either drain their personal sick leave, use donated hours from fellow firefighters, seek help from their local union or tap their personal finances.

For the greatest benefit of South Florida’s firefighters, ADG Strategy Group worked hand-in-hand to raise the voice for local firefighters and to support SB 426 and HB 857 Firefighter Cancer Coverage Bill in Tallahassee.

On May 3, the last day of the State session, Florida Gov. Ron DeSantis signed the firefighter benefits bill into law.

GOALS & STRATEGIC CONSIDERATIONS

The strategic PR and social media goals were to:

• Increase public awareness regarding the high incidence of cancer among firefighters

• Feature IAFF Local 1403: who are they, what is their mission, who do they help and why, and how the general public can help out; promote events and engagement

130 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 136 Broward County Board of GEN2119422P1 County Commissioners

ADG STRATEGY GROUP

• Promote the fast-paced complexities and risks of what firefighters do, to highlight the important measures that have been put in place to protect the health and safety of South Florida’s firefighters.

The press, elected officials, community-at-large, and first responders were identified as our target markets.

TACTICS

ADG created various forms of content including: press releases, media alerts, statements, open letter to the House Speaker, and social media posts. ADG pitched to media, in Miami-Dade, Broward Counties and Tallahassee, participated in public affairs programs, posted actively online.

• J anuary-April Social Media: Various social media posts including as early as January 23, a social media post thanking Senator Flores for introducing a new bill providing provisions to cover cancer treatment to firefighters battling cancer. #Session2019 (Included creation of Thank you card image, as well as text for post) - Please note the visuals below are just Facebook. ADG assisted with the conversion of many posts for Twitter and Instagram as need.

• February 23-25 *Press Release: “BROTHERS AND SISTERS OF METRO-DADE FIREFIGHTERS LOCAL 1403 COME TO AID WIFE OF FALLEN FIREFIGHTER” - Media list included Miami Dade/Broward media - Target markets: Community at large, local firefighters and local elected officials

• February 25-27 *Media Alert: “FUNDRAISER AT LOCAL RESTAURANT SLATED TO BENEFIT LOCAL FIREFIGHTERS DURING TIMES OF HARDSHIP” - Media list included Miami Dade/Broward media - Target markets: Community at large and local firefighters

• March 5 *Media Alert: “SENATOR ANITERE FLORES & CFO JIMMY PATRONIS TO HOST PRESS CONFERENCE REGARDING SB 426 AND HB 857 FIREFIGHTER CANCER COVERAGE BILL” on 1st Day of State Session - Media list included Miami-Dade/Broward, as well as Tallahassee Media - Worked on logistics with media representative from Senator Flores’ Office - Developed one pager with logistics, details and contact for 1403 team - Drafted press release with Senator Flores’ staff & provide them content - Drafted media alert on behalf of Local 1403, distributed alert to media - Target markets: elected officials, the press, community-at-large, and first responders

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 131 10/16/2019 BidSync p. 137 Broward County Board of GEN2119422P1 County Commissioners

ADG STRATEGY GROUP

• March 29 Statement Draft: SB 426 & HB 857 Cancer Coverage Bill

• April 3 Open letter to House Speaker Oliva: - IAFF President open letter to the Speaker of the House was distributed to Miami Dade/Broward media as well as Tallahassee media. - Target markets: elected officials, the press, community-at-large, and first responders - Open letter to House Speaker Oliva is attached to the submission

• April 14 Coordinated interview: IAFF President on CBS WFOR’s public affairs program - “Facing South Florida: Firefighters & Cancer” - Target markets: elected officials, the press, community-at-large, and first responders

• April 21 Coordinated interview: IAFF President on WLTV Univision public affairs program - “Al Punto Florida” Re: Firefighters & Cancer - Target markets: elected officials, the press, community-at-large, and first responders

• Late April Editorial Calendar 2019-2020: Comprehensive calendar with ideas for content and social media creation - Ideas to continue increasing and engaging social media followers

• May 8 and 9 Press Release: Fire Ops 101 and press conference with Florida CFO & State Fire Marshal, Jimmy Patronis regarding the new cancer coverage law for firefighters - Media list included Miami Dade/Broward media - Target markets: elected officials, the press, and community-at-large

• May 9 and 10 Media Alert: Fire Ops 101 and press conference with Florida CFO & State Fire Marshal, Jimmy Patronis regarding the new cancer coverage law for firefighters - Media list included Miami Dade/Broward media - Target markets: elected officials, the press, and community-at-large

132 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 138 Broward County Board of GEN2119422P1 County Commissioners

ADG STRATEGY GROUP

RESULTS – EARNED MEDIA

February 25 - Local 1403 come to aid wife of fallen firefighter: WSVN 7 (FOX) and .com

February 27 - CPK fundraiser to help families of impacted or fallen firefighters: https://www.eventa.us/events/coral-gables-fl/pizza-with-a-purpose-1146225 https://allevents.in/miami/pizza-with-a-purpose/20002307196786

March 5 - PRESS CONFERENCE REGARDING SB 426 AND HB 857 FIREFIGHTER CANCER COVERAGE BILL WFSU Business Insurance Florida Politics The FAMU AN

April 11 & 12, 2019: “Fla. Firefighter cancer coverage bill may die in the House: House Speaker Oliva believes issue should be dealt on a local level” Miami Herald Fire Rescue 1

April 14, 2019 – “Facing South Florida: Firefighters & Cancer” WFOR CBS 4 on South Florida’s premier public affairs program

April 21, 2019 – WLTV Univision’s public affairs program “Al Punto Florida” regarding the Firefighter Cancer Bill

April 23, 2019 – “Bill passes Senate” Miami Herald WFOR CBS 4

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 133 p. 139 Broward County Board of GEN2119422P1 County Commissioners

ADG STRATEGY GROUP

April 29, 2019 – “Last week of session” Sun-Sentinel

May 3 – Which bills have been signed into law NBC 6

May 10 - Fire Ops 101 & Florida CFO & State Fire Marshal Jimmy Patronis’ press conference regarding new cancer coverage law for firefighters WSVN FOX 7 and WSVN.com WPLG ABC 10 and local10.com WSCV Telemundo 51 (confirmed by their assignment desk)

RESULTS - SOCIAL MEDIA: POSTS WERE ALSO CONVERTED TO TWITTER & INSTAGRAM

February 25, 2019 – WSVN Fox7: Local 1403 come to aid wife of fallen firefighter

134 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 140 Broward County Board of GEN2119422P1 County Commissioners

ADG STRATEGY GROUP

February 25, 2019 “Fundraiser at local restaurant to benefit local fire fighters during times of hardship”

April 3, 2019 - Open letter to House Speaker Oliva:

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 135 p. 141 Broward County Board of GEN2119422P1 County Commissioners

ADG STRATEGY GROUP

April 14, 2019 – interview with WFOR CBS 4 “Facing South Florida: Firefighters & Cancer”

April 21, 2019 - Univision’s “Al Punto Florida” Firefighter Cancer Bill

136 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 142 Broward County Board of GEN2119422P1 County Commissioners

ADG STRATEGY GROUP

January 24 – May 11 – Social media activity from Tallahassee as the bill sailed through the committee, State Senate, House and finally onto Governor’s DeSantis’ desk for his signature.

15 | P age ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 137 p. 143 Broward County Board of GEN2119422P1 County Commissioners

ADG STRATEGY GROUP

., ,~...... -nw-_,,.. ltM.-..Vot .... ----, .,..,,~~,,.-,n, 11 LO\W •~e.wthlf o,.w,ea11ef'!i)I °' ~Qt-f 1¥rl..

&OJ• •• l "t

( ••h•r; Cl.._,,.•...-.•,; .. .,., l x• ,. --·-...w""'°"...... -, .. ~111"'•"­

“Liked” 267 times

138 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 144 Broward County Board of GEN2119422P1 County Commissioners

ADG STRATEGY GROUP

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 139 p. 145 Broward County Board of GEN2119422P1 County Commissioners

ADG STRATEGY GROUP

May 10, 2019 - Fire Ops 101 & Florida CFO & State Fire Marshal Jimmy Patronis’ press conference regarding the new cancer coverage law for firefighters

“Liked” by 100+ friends and shared 256 times

140 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 146 Broward County Board of GEN2119422P1 County Commissioners

ADG STRATEGY GROUP

Ops 01 (5 0/2019)

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 141 p. 147 Broward County Board of GEN2119422P1 County Commissioners

ADG STRATEGY GROUP

FINAL RESULTS AND ROI

The multifaceted campaign forged by ADG Strategy Group and IAFF was a success and resulted in bipartisan support and signing of SB 426 FIREFIGHTER CANCER COVERAGE BILL into law by Florida Governor Ron DeSantis. Now the Florida men and women of the fire service will have the additional medical benefits should they be diagnosed with cancer due to on-the-job exposure.

The campaign garnered over 15 stories on traditional media in South Florida and Tallahassee and scores of online stories, posts and hundreds of “likes” and shares. The media stories alone surpass an hour and a half of time, equaling hundreds of thousands of dollars of airtime and print space

Mo re importantly, the campaign raised public awareness to new levels, engaged the State’s elected officials to support the bill and highlighted the risks incurred daily by our firefighters to the community at large.

142 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 148 p. 149 First-Class Cancer Care for Man’s Best Friend 06/14/2018

Josie the dog is the key to advancing cancer research for dogkind

At 12 years old (84 in dog years), the ofered Josie better prospects. The Robertson family’s beloved terrier trial is for an FDAapproved drug that mix, Josie, had been through it all. She is typically used in humans to treat had a tattoo of the phone number breast cancer that has spread, and it is from the “last chance” shelter where one of several clinical trials conducted her family rescued her, she had had this year by the Johns Hopkins Center both knees repaired, was injured when for Image-Guided Animal Therapy, an a bigger dog attacked her, and was imaging and treatment facility geared losing her sight and hearing with age speciically for pets. The center is co- all before she was diagnosed with directed by Dara Kraitchman, V.M.D., one of the deadliest cancers known to Ph.D., and Rebecca Krimins, D.V.M., dogkind, hemangiosarcoma. who coordinated Josie’s care. They, Josie the dog and 2 year-old Charlotte along with their team, see about 10 relaxing at their home. The Robertsons’ vet referred Josie to veterinary patients per week, mainly Credit: Wes and Heidi Robertson be part of a clinical trial at The Johns dogs and cats but also birds, small Hopkins Hospital, which may have mammals and zoo animals. In addition to ofering diagnostic advanced imaging, the clinical trials performed at the center are typically free of charge to the pet owner, a wonderful support that beneits the veterinary population.

Six months after her diagnosis, Josie beat the odds, but she has since died from her cancer. She is the only dog to have fought cancer long enough to complete the clinical trial. Her energy and good spirit caused everyone she met to fall in love with her, including her veterinary team at Johns Hopkins. Her family says they are grateful for the additional time they were able to spend with Josie and hope that her legacy can inform future research on this cancer and other diseases afecting pets. Credit: Wes and Heidi Robertson

https://www.hopkinsmedicine.org/news/newsroom/news-releases/irst-class-cancer-care-for-mans-best-friend

Broward County Board of GEN2119422P1 County Commissioners p. 150 6 2015 National Hispanic Heritage Month Proile Roberto Baltodano

Roberto Baltodano is a Red Crosser Years later in 1992, Roberto and many headquarters location, helped with food at heart. For four years, he has taught other South Floridians sought help and procurement and lastly helped with client lifesaving courses as a Health and Safety food from the American Red Cross after casework and assisted with the identiication instructor, helped numerous local families Hurricane Andrew leveled the southern of service delivery gaps and vulnerable in their time of need as a member of the end of Miami-Dade County. Roberto had populations and worked with the people in Disaster Action Team, served multitudes to get food for his family and found himself headquarters to ill them. of people as a Mass Care coordinator, by the library of the local community and shared the Red Cross story to many college where the American Red Cross was Even though Roberto enjoyed helping the communities and the media as a member of distributing food. “I remember seeing the people afected by Sandy, he is most fulilled the Advanced Public Afairs Team. Roberto emergency response vehicles and palettes helping local families afected by home ires, loves the mission and has dedicated his time of food. There were many people. It was a the most common disaster the Red Cross to learn as much as he can to better serve hectic environment with a lot of movement. services on a daily basis. “I like being a DAT the people in need of the Red Cross. The Red Crossers were regular people, member because I could see the service civilians, and everyone knew what to do, delivery as it is happening. I can look in the At a young age, Roberto learned irsthand Baltodano recalled. While waiting for his people’s eyes as they were receiving the help, how the Red Cross can make a diference food, he overheard a conversation that says Baltodano. in the lives others, including his own. more volunteers and help were needed. One of Roberto’s memorable moments was When he was a boy in his native Nicaragua, Roberto approached the Red Crossers and last year on Christmas Eve. He got the call at Roberto and his family were impacted by ofered his help and became a Red Cross 6 p.m. and met the father of the house that the country’s instability brought about by spontaneous volunteer. After some training, was burnt down. On the property once stood a 30-year civil war. His father, a member he was on an ERV distributing food and dry a beautiful a ive-bedroom house, home to of the national guard was believed to have goods to some of the hardest hit areas in the gentleman, his wife and his three-year been killed in action, until he showed up one South Florida. For seven days Roberto and old daughter. While Roberto was helping day at the house and quickly escorted his the ERV team traveled up and down US1 the father with the paperwork, the man family with nothing but the clothes on their helping many people in need. backs to the Spanish embassy. The next mentioned that his little girl had a teddy bear day the rebels staged a coup and toppled After Andrew, Roberto went back to school, collection and that it was consumed by the the national government. The ambassador entered the work force and got married. ire. Roberto reached into his Red Cross bag of the Spanish embassy couldn’t provide It wasn’t until 2010 when his job was cut and pulled out a teddy bear and gave it to the refuge but ofered transportation via as a result to the national economic crisis father. The father fell to his knees and melted. convoy to the Salvadorian embassy and that Roberto returned to the American As the father looked at the teddy bear, he said provided safe passage for the family. Red Cross. “I was laid of on Friday and that the little bear represented the beginning The Baltodano family and 300 other on Tuesday I was at the Miami Chapter of of the recovery. “I have been fortunate to Nicaraguans, many of them members of the the Red Cross,” said Baltodano. Since his impact a lot of people on big operations, yet national guard and their families, called the return four years ago, Roberto has been this father made more of an impact on me, ive-bedroom Salvadorian embassy home. deployed throughout the state of Florida recalled Baltodano. During their one-year stay at the embassy, and to New York to help with the Hurricane In observation of National Hispanic Heritage the Nicaraguan Red Cross was a constant Sandy relief efort. Just like his days after Month, Roberto encourages Latinos to be presence outside of the embassy walls. The Hurricane Andrew, Roberto was back better prepared for disasters and volunteer members of the Red Cross made sure that helping others get the food they need with the Red Cross. “We can’t wait to the last Nicaraguan people who sought asylum at but instead of passing out food from the minute to prepare and depend on others to the embassy were safe, well taken care of ERVs, he was now on the operational side help,” explains Baltodano. “It is up to us to and served as a conduit between those in and oversaw the coordination of the 300+ be Red Cross Ready. We can start with the the embassy and visiting family members ERVs for the state of New York. “I wanted basics: talk with your family, make a plan, including Roberto’s grandmother who to learn as much as I could about food and identify the vulnerabilities of your home and would travel four hours to see the family. mass care,” stated Baltodano, “I wanted look for ways to ix them. The following year, the Baltodanos led to to do everything that dealt with food and El Salvador and shortly afterwards left for food distribution.” He collaborated with “One day you may be on the receiving end, Miami, FL., where he has stayed ever since. the Southern Baptists and open kitchens, said Baltodano. “Everyone has the power to Roberto never went back to Nicaragua. coordinated feedings from New York’s help. I like going out and helping.

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 145 p. 151 Fleeing Violence to Uncertainty: Migration in the Americas March 29, 2016

Life in the United States, in general, is good. A child can go to school, play with neighborhood kids, and sleep with a roof over their heads. Yes, I know our country is not perfect and there are pockets of violence, poverty and food insecurity, but overall, life in our country is safe.

Life for a child living in Central ,Jt,. America’s Northern Triangle is not #'b<:U'.~i as secure. They don’t have the luxury • ;!-•~ of feeling safe in their backyard and -t •~, at times not even in their own home. The homicide rates in Guatemala, Honduras and El Salvador, also known as the Northern Triangle, are among the highest in the world. Compared to the murder rate in the United A photo featured in the exhibit, “Children Don’t Migrate, They Flee” States, Guatemala and El Salvador are According to Mary Giovagnoli, Deputy corruption, and lack of accountability 800% higher and Honduras is close to Assistant Secretary for Immigration and transparency within their 1,900%. Sadly, the majority of victims Policy, Department of Homeland government and law enforcement, are children. Security and conference panelist, and you have a recipe for sufering, As I sat in a conference room at the there are many reasons why the inequality and a harmful environment American Red Cross in Washington situation in the Northern Triangle is for children. And that is why they are DC, listening to the “Community as dire as it is: drug traicking, gang leeing. Resilience: Evolving Perspectives and violence, poverty, family violence In 2014, tens of thousands of Approaches to Migration” conference (especially against girls) and human unaccompanied children and families speakers paint a harrowing picture traicking. Top that with impunity, arrived at the U.S. border. Their story of what life is like in the Northern highlighting their plight, their journey Triangle, I kept asking myself, “What is and what life was like back home was causing this violence; what is the root all over the news. The media have cause?” Unfortunately we know the since moved on but this migration end result: live in fear, be killed, watch issue remains. Two years later many of your loved ones be killed, or escape these children are still in limbo or sent and trek north through Central back to their countries with little or America in search of safety. no due process to determine whether Audience members weigh-in on the they need for protection. conversation.

146 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 152 GEN2119422P1

Jodi Berger-Cardoso, Assistant peace. In the meantime, the children Professor of Social Work at and families leeing their homes the University of Houston, and to the U.S. should be given legal conference panelist, has interviewed representation and their day in court many of these children and to determine their level of protection. emphasized the importance of In addition, today’s immigration addressing their mental health needs. laws are inadequate and should be She shared with us the trauma, anxiety reformed. A solution to this decades and psychological stress they have long migration phenomena is possible experienced. “These children wanted if we work together and accept that to stay in their town, remain with their everyone should be treated with family, play with friends, go to the dignity and compassion. neighborhood school, attend church. American Red Cross works The last thing they wanted to do is in collaboration with partner leave their loved ones and the only organizations in various settings to home they have ever known behind. Cynthia Gutierrez White with photo exhibit, “Children Don’t Migrate, They Flee” help reconnect families who have Imagine your living conditions are been separated due to crisis, conlict so dangerous that taking the risk of or migration. By providing basic traveling hundreds of miles where Equality, Honduran Red Cross, ACLU, phone calls and family reconnection your safety and well-being are not Alliance to End Slavery & Traicking, services in areas of transit and along guaranteed sounds like a good idea. Oice of Refugee Resettlement, the migratory route, the American Now imagine you’re 12 years-old Women’s Refugee Commission, Red Cross and its partners are able to and alone or a young mother with a Johns Hopkins University and other reduce the human sufering caused toddler in your arms. advocacy leaders and humanitarian by family separation and reduce the agencies. They understand the plight potential for exploitation as they Listening to the conference panelists and know what must be done to help are on the move. In addition to and seeing the young faces of those those in need. I realized this was their this invaluable service to families, afected on the big screens before space, their element, their vocation. the American Red Cross convenes me, made me feel frustrated and These people are ighters, ighting civil society organizations and overwhelmed. So many children for the rights of children and their other stakeholders to highlight the in need, so many issues. It felt families; giving a voice to those who humanitarian consequences related to insurmountable to me. Where to don’t have one. I felt hopeful and migration in countries of origin, transit begin, what to do? thankful for the work they do. and destination. I looked around the room at the Building a wall along the U.S. This blog was written and photos taken other attendees and speakers. Seated border is not the solution. People by Cynthia Gutierrez White, member around me were representatives in Central America want to stay in of the national communications team from the United Nations Refugee their countries, in their communities. for the American Red Cross. Cynthia is Agency, International Federation Eradicating the root cause will a irst-generation Latina and resides in of the Red Cross and Red Crescent eliminate the need to move north South Florida. Societies, Young Center for Immigrant and will give people the safety and Children’s Rights, Immigration security they need to live their lives in

http://restoringfamilylinksblog.com/blog/leeing-violence-to-uncertainty-migration-in-the-americas

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 147 p. 153 Broward County Board of GEN2119422P1 County Commissioners

Miami-Dade County Parks & Recreation Department “Fit to Play Program” & Public University of Miami Partnership • Created partnership between the University of Miami (UM) Miller School Relations & of Medicine and Miami-Dade County Parks Department and initiated “it to play” program to promote healthy lifestyles for children at summer camp Community sites in coordination with UM Miller School of Medicine, Medical School Outreach Residents • Program expanded to after-school programs year round Experience • Dr. Sarah Messiah, Department of Pediatrics: developed into thought leaders and recognized champion of research and programs relating to childhood obesity and nutrition • Achieved media coverage, both TV and print, including front page of Miami Herald Neighbors section • Florida Blue Foundation 2017 Sapphire Award & other national awards • Program expanded to 19 counties in Florida

SAPPHIRE AWARDS

-. ~~.·.. . . '

148 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 154 p. 155 Broward County Board of GEN2119422P1 County Commissioners

We are often complimented for displaying incredible passion for our projects References while sparking similar passion in others. We strongly believe in paying attention to detail and producing quality work. Simply put, we pride ourselves on providing a high level of accountability, dependability, customer satisfaction and excellent service both for internal and external clients. It is not our business practice to request reference letters from our clients. In fact, we believe it to be a poor business practice as it may give our current clients the impression that we may not be committed to their work and are seeking additional clients. As such, we have purposefully kept such reference letters and/or testimonials requests to a minimum. Attached you will ind the completed form from one of our current clients, the Parkinson’s Foundation. We felt comfortable requesting a reference from this speciic client since we have not asked for one in the past. As for our other clients, including: The Gordon Center for Simulation and Innovation in Medical Education at UM (formerly known as Gordon Center for Research in Medical Education and Michael Gordon Inc), Sylvester Comprehensive Cancer Center, Nova Southeastern University and the International Association of Fireighters/Metro-Dade Fireighters Local 1403, we have attached references from previous proposals submitted earlier this year. Those references, albeit in a diferent format, should answer your questions for they speak to our ability to meet deadlines and timelines, our high level of professionalism, the fact that a work change has never been ordered. At ADG, we pride ourselves at helping others achieve the next level of success and we can do the same for Broward County Board of County Commissioners’ Transportation Surtax Plan.

150 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 10/16/2019 BidSync p. 156 Vendor Reference Verification Form FLORIDA

Broward County Solicitation No. and Title: Transportation Surtax Plan - GEN2119422P1 Reference for: ADG Strategy Group Organization/Firm Name providing reference: Parkinson's Foundation Contact Name: Sean Kramer ��t��� Senior VP Reference date: 09/11/2019 Contact Email: [email protected] Contact Phone: 305-537-9904 Name of Referenced Project: Mitzvah and Firefighter Project Contract No. Date Services Provided: Project Amount: 09/01/2018 UP 12/31/2020 150000.00 Vendor’s role in Project: □฀ Prime Vendor □ Subconsultant/Subcontractor Would you use this vendor again? □฀ Yes □ No If No, please specify in Additional Comments (below). Description of services provided by Vendor: Fully developed two separate programs for the Foundation from conception to implementation.

Please rate your experience with the Needs Satisfactory Excellent Not referenced Vendor: Improvement Applicable 1. Vendor’s Quality of Service a. Responsive ฀ b. Accuracy □ □ □฀ □ c. Deliverables □ □ □ □ □ □ □฀ □ 2. Vendor’s Organization: ฀ a. Staff expertise □ □ □ □ b. Professionalism □ □ □฀ □ c. Turnover □ □ □ □฀ 3. Timeliness of: a. Project □ □ □฀ □ b. Deliverables □ □ □฀ □ 4. Project completed within budget □ □ □฀ □ 5. Cooperation with: a. Your Firm ฀ b. Subcontractor(s)/Subconsultant(s) □ □ □฀ □ c. Regulatory Agency(ies) □ □ □ □ □ □ □ □฀

Additional Comments: (provide on additional sheet if needed) Would hire this firm again and highly recommend! ������� ������� ��� ������ ��� �������

�������� ���� ��������� ���������� �������� ��� ������������������������������ ��������� ��������������� ��t�� �������������

All information provided to Broward County is subject to verification. Vendor acknowledges that inaccurate, untruthful, or incorrect statements made in support of this response may be used by the County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code.

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 151 p. 157 Broward County Board of GEN2119422P1 County Commissioners

C o Holywt>OCI, FIDMa

January 13. 2019

REFERE CE QUESTIONNAIRE

!he respom,ib~ll)' o the coniractor. ndor o ovide m1Jm o oe {3) similar typ nd to provide · infonni, n - vcur bmission.. F ilure- to do &0 may l"e$U ·

0;mg,c~ ncet()( _Sb.ira Ka.stao Golg stc1·0 s~y Gfo· p rct~ E~

Atk!rt'1>$:~4 9 Sa pphirt l>Jaa! ~ a{ FL 3333 i (!0-..<) iV1

Ph 1ito- 2tolp - SS(J-=2 ____ _ ------· Fa· ------______

Ema1t

2. HaYe 1h been any nge ord1tni. nd ir ~- many? c.. non-e.,

3 Q: Did thou,e-rform on a timely basis. as req ired by I': ;,g eement? ~ e~

s Q: wAJ}:¼iely ag . ?

6 Q: 0-'!! I. whet would you rate ir pe · nee? ( • from 1--5)

A. ~ c:t!t~l (J4 Good [ls F.· ir O 2 Poor 01 UnacceptshlP.

7. 0: Is th re- snythi g ewe should r"'7#. hoe haye asked~.... ,. ,/- fia/~4¥ · A ;z: ,N~///d ,R~~d cf)//.u; ,1,y1f tr/~'>

The una r~· ned dat:$ reb~ certify that the r ~ sub5equ ..tat,;!ffle(1t;i .ire .ll(1 <::OJreCt made in ~111"/. l?'f! om Yl!Odor re.noe/00 ,R;ch)J ,R. , ,84J4N(_ ~ C ..h.~ Tltl. - l£ndJ?tL C.e.b ~j'':YA-<-~ve. ~ a«:,(.. ~/--...

SignlJt.lrc: ~7f:~ __ n.itc: ~/g /; 7

113,WUI 1 • 4 M

152 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 158 Broward County Board of GEN2119422P1 County Commissioners

Ja [ll.@::V t3'..,...:;;2:.:...;.;:-a:...... ___ ~ ------

a ~ C - ·y1;:e ·t,1~ -f,:,,­

·:,•, i; •~,i!·t:r,r. . ' r• ~(..l .....::.,~~.:.!...

. d·•m 32.lS Av1.amuJ AYe. tt5,oo, M,11r11,, FL.OetP.:t 23133'

:"> •~m. D ~iil:-:SfOO ___ =~ ... _ aos ~ , r~ 11,3 '1

E 1 _ iss,.,,btr:,sl..e_imaile~--- -

Q· ·1 •, • , . :11 "I LI,; :::.r ~;:i .-'f : " $M>f, ooo

~ "1:'l-. - r . ~•I'.' ~"r .:i· ~ - No' -· I Ve:s.... ,.

,: Q· /11,... "' -;iirflr:,r.;t .,.-..3••;~ e, _- •) l.tl fr'- I :::, t.:i "t ,\••1 - 1E.$

; I~ t·e•t'l- rr1 ·,·;i . :t -,,1.. f " ,u 1 .,, ,:i· 'J, 1.,1·.~ r,~'. ~,:, ~ ll - rr is fclJ 01.rT"STANP ftJti--, ,twt Villy p~o,Fft'S'.~.IJAL Fllt:"1

l"'lt.-t:I Qui~~ .. ··or b'.f fc- ... ~.,....;:rd -:,,• t: ~@ -· -: !..·:• ~·· ·::; J.rt~ · "-r.~ _t!' _.,:l :.·-: • ma-a y ., •r •m •· a ,:cULI~•~t

zJ,/u,, ... ,

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 153 p. 159 Broward County Board of GEN2119422P1 County Commissioners

Ja.nuary 13. 2019

REFERENCE QUESTIONNAIRE

It 1s t lC ·e-stlOfl!;.,ti tllly or th 00/'111'8c:t0(1Ycndo to provtd• • mim1Tun of thrH ( 3) :\lmi61r type raf•,..nc,e,s u I.his Form ,md t - OfQVl

Fi m gMng ;;:ef-!re~~ NcwO\. ~~p,Jk

Addr~r. _j)~()\

i>r.oM i-)S':{-2(p~ -,;\{()8'

Fax - ~;§--'--- - - Ema1 - ~• f(.,..h.."10-oe,ow"~ ~

Q ; Whilt ""1!1! :Ile dQo .ir va

$1-0 O

.'.! -is •t, t ~to oee s ri t -nge or er!. rict , ,so ow y? - f"c,

0 : l d 'h y p rnlrr"' on a ~m basJJ a~ rtqu d oy '

Q: "ia<. e pro1c:<.:l ma"ag•r ea~v lo~ i. rontect ..-trl• "I-es

~ 0: Woo

O : Is ie e an~ , g elE-~ we s.l\uu 'd k ow th t - have no. a-sked? - Slw°' ;$ (k~~ji' I 11,.....,:f+A..I -.J e~... ..\ ~MA °'"'1\/\(.(, .

n... der& ne.c doe:,. eretiy certify lh.Jl fofego,ng •• d '5-U qu t ,.,men are true ano 0.1< 1«:el ¥1 ar• mad mdeix: dentfy. ~ ·rom ,,endor ter. rcnoelcollu=n Name ::se~-4\~ J

~ "~ - - -~---- -=------n.sc 1/8{11

p 3ft

154 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 160 6

January 13, 2019

REFERENCE OUESTIONNAIRE

tt 1s tile 1nc,onU>1Uty or !he oontractoff\/cndor ID pro..,,Cle a minrmum ofthrN (3) s.im.tar type reter.nces L1$1ng lhi1- form and to 0'r0\114e •hi:i; 1nforrnROn wfth your wcm,ss1on i:aAJre 'to do so IMY rC11ult .n the rajKbOn or YQUr ~bmils10n

G"1ng reference lor.Sb!ro l'tlstao Go ki 516n, At)6 straky.f Grblf)

Firm gl'IA"'I; Ra•uenCf: \J\..~·-ni.o- O{¼;~ n(Le ¥\ f,1.\'TE-Q. g L,0C.,e.,L \ '-( 0 3, Add,...:JOOD ~vJ '2.l 45-r_.______

Phone "?D'S"- ';fq 3- (Q~o_o______

1. Q; What wn me dollar ww of l"e ~? .., 'f? Z.l\:1000 .o 0 2. Ha11e t'l-cro bean any Cl\ange orders. and ,ri.o how m11ny? A ~o,-J<2

3. 0: l>icl they perform on a lim9ly bni!I M reqund by IN agreemi:nt.'? ,\ '\ES

, Q; W• IN pro,ect ITlilnqr Ht:y to ;.t in conlad lM1!'1? t.. '{ES

5 0: Would )'OU UM 1t...-n ao-in'? t:.

6. 0: Ol.oefall. what -ICI ~u 11111 lhelr perfO

A lit5 Exr.t!I/Cflf 04 Gond □a F11ir □ 2 Poor 01 Unacottf)0'ttlie

7 0: la thtnt anything alM - Sl'lould know. that - l\a\19 not Hked" .:.. W~S\0/\)£\,\_, 1\-A.JO -n¼)'2..0J.0\A-. rtie ~nee:! dlll:$ hentby certify th.It the font9o1ny ~ :i;ublaquert stall!:ff"Crlll ;,re true ana curreci. .-.d are made mde;,cnd9nlly, tH rrom ...,,dor interreu:noelcoius,on

~~ OM~fZ..., ~L-A-~CN-'--___ Trtt• ?a es, \X?r:->r

..,n,re ~ :: - -

BrowardADG County Strategy Board Group of Inc. - Broward County Transportation SurtaxGEN2119422P1 Plan 155 County Commissioners p. 161 Broward County Board of GEN2119422P1 County Commissioners

Some of Our Partners and Ailiates

EXPERIENCE. BETTER. BUSINESS.

BROWARD --DAYS

CORAL GABLES

CHAM&ER OF COMMERCE D-'6pmg &irms • lJ,liJJ;fJg C&mmw:y Cf - N ·11.1,M nm. or

158 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 164 GEN2119422P1

Additional Instructions

Please reference pages 66 - 80 as well as the case study -Category 1 samples in pages 82-97

-Category 2 Please reference samples and case studies in pages 54-58

-Category 3 Please reference sample in case study on page 63

-Category 4 Please reference page 65

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 159 10/16/2019 p. 165 Broward County Board of GEN2119422P1 County Commissioners

Project Project time frame based on anticipated contract commencement date. We approach each project in phases to create the appropriate timelines based on where the project is at the time. Each phase has a timeline based on all Time Frame events in that phase and the requirements for each milestone and coordination of eforts.

Sample deliverables:

CLIENT ONBOARDING NOT STARTED IN PROGRESS DELAYED COMPLETE AWAITING CLIENT ON ON ON ON ON MARKETING ACTIVITIES >

TASK STATUS ASSIGNED ANTICIPATED ANTICIPATED START END TO START DATE DUE DATE DATE DATE

Historical Metric Submission & review Not started Client 7/1/17 8/1/17 6/28/17

Makreting Budget created Complete Agency 7/15/17 8/15/17 7/13/17 7/31/17

Client System Posting Instructions In progress Client 8/1/17 8/20/17

Plan tacking needs by media Awaiting client Agency 6/1/17 7/1/17 6/1/17

Media Development Delayed Client 9/1/17 9/15/17 6/28/17

creative Assets (Client approved) Complete Agency 9/12/17

Create Test post URL into client System In progress Agency 9/12/17 9/25/17

Client System testing In progress Agency 7/1/17 10/1/17 7/1/17

Approval of all Web properties Awaiting client Client 7/15/17 8/15/17 7/13/17

Go Live Delayed Agency 8/1/17 8/20/17

Create Meeting calendar Complete Agency 6/1/17 7/1/17 6/1/17 6/28/17

Determine reporting needs Not started Client 9/1/17 9/15/17

160 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 166 Broward County Board of GEN2119422P1 County Commissioners

ADG Strategy Group Categories 1-4:

ADG STRATEGY GROUP

Workload of the Firm

p. 167 Broward County Board of GEN2119422P1 County Commissioners

We are conident that Our team members have the capacity to plan, coordinate and execute the various we can promote and categories of the surtax plan with great attention to detail, while producing extremely high-quality work. Simply put, we pride ourselves on providing a high solicit support for the level of accountability, dependability, customer satisfaction and excellent service transportation surtax both for internal and external clients.

plan while building At ADG Strategy Group, our team members collectively and purposefully enthusiasm with strategize and plan for every client and, more speciically, the workload. We partners, stakeholders appreciate, and we know our clients appreciate, the relationship we have and the and our communities. level of customer care and experience they receive from us. Therefore, we intend not to grow the agency to the point where the work is no longer manageable or where we lose sight of our unique client services or client experiences.

• Nova Southeastern University, MD Program Our Past • Department of Pediatrics, University of Miami Health System Clients • Wizard Creations Include: • Comic Cure LJ MIAMI

https://vimeo.com/269110235

162 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan p. 168 Broward County Board of GEN2119422P1 County Commissioners

• The Gordon Center for Simulation and Innovation in Medical Education, at Our Active the University of Miami Clients • The University of Miami • The Parkinson’s Foundation (It should be noted that we surpassed Include: expectations for Phase 1 of a new initiative we launched in Florida for the foundation and have not only been retained for phase 2 to take the initiative nationally, but we were also asked to take on a second initiative) • The International Association of Fireighters, Metro Dade Fireighters Local 1403 • North American Vehicle Rescue Association (NAVRA) • Davie/Cooper City Chamber of Commerce

I-' Parkinson's Li' Foundation

~cle

~ Ii 'C: LJ Ji ·lJ.

~0.\ ~~

MIAMI ~

Given our 40+ of high-level experience, our team members have been working concurrently on the various activities related to our incredible clients and their respective initiatives. We have never experienced any challenges for our projects given our level of management experience. We do not anticipate any concerns with the work associated with the transportation surtax plan. If we had anticipated any concerns, we would not be applying.

Our approach to managing projects include project management tools with budgets and timelines, regular strategic planning sessions, and communications. ADG Strategy Group’s approaches each project in phases. Each phase has a timeline and the detailed requirements for each milestone and coordination of eforts.

A sample project timeframe and sample deliverables can be found on page 152.

ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 163 p. 169 p. 170 Broward County Board of GEN2119422P1 County Commissioners

ADG Strategy Group Categories 1-4:

ADG STRATEGY GROUP

Location & Willingness to Meet Time & Budget

p. 171 Broward County Board of GEN2119422P1 County Commissioners

ADG Strategy Group’s business location and nerve center is located in Location Cooper City within Broward County.

Please refer to Vendor’s Business Location Attestation Form.

We feel conident that our proposed integrated structure Willingness will efectively serve Broward County’s Transportation Surtax Plan team and will ensure orderly communications, to Meet eicient coordination of activities, resource management, Time & accountability and decision-making. Our communication and reporting tools allow us to set clear expectations. Budget Project management tools are utilized to ensure controls as well as timely, accurate and high-quality work products.

Please refer to Vendor’s references where clients have acknowledged our experience in meeting timelines and budget, as well as the fact that we have never issued change orders for any cost overruns and hence, we are conident with our high-level experience to work within budgets.

166 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 10/16/2019 BidSync p. 172 Broward County Board of GEN2119422P1 County Commissioners

ADG Strategy Group Categories 1-4:

ADG STRATEGY GROUP

Pricing

p. 173 Broward County Board of GEN2119422P1 County Commissioners

It has been our experience that no two projects are exactly alike. Our fee Costs Of schedule is meant to accommodate both small and large scale projects, Services - ADG campaigns and initiatives. Strategy Group Your Investment

Agency Cost of Services Categories 1-4 Investment ...... $335,000 Annually

Rates listed above do not include costs for innovative outreach related activities or community activations (e.g. educational, informational, engagement activities). ADG STRATEGY GROUP will work with client to provide costs associated with such activities.

168 ADG Strategy Group Inc. - Broward County Transportation Surtax Plan 10/16/2019 BidSync p. 174 ADG Strategy Group Inc. | Shira Kastan Goldstein 10776 Charleston Place | Cooper City, Fl 33026 | 305-781-7310 | [email protected]

p. 178 5 Supplier: ADG Strategy Group

Standard Instructions to Vendors Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. Refer to the Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors, for Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement Certification Refer to Lobbyist Registration Requirement Certification. The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. p. 179

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional Responsibility Criteria requirement(s).

1. Litigation History

a. All Vendors are required to disclose to the County all “material” cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. Additionally, all Vendors are required to disclose to the County all “material” cases filed, pending, or resolved against any principal of Vendor, regardless of whether the principal was associated with Vendor at the time of the “material” cases against the principal, during the last three (3) years prior to the solicitation response. A case is considered to be “material” if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation; ii. An allegation of fraud, negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation; iii. A vendor’s default, termination, suspension, failure to perform, or improper performance in connection with any contract; iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified in the Litigation History Form. Additionally, the Vendor shall provide a copy of any judgment or settlement of any material case during the last three (3) years prior to the solicitation response. Redactions of any confidential portions of the settlement agreement are only permitted upon a certification by Vendor that all redactions are required under the express terms of a pre-existing confidentiality agreement or provision.

c. The County will consider a Vendor’s litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A vendor is required to disclose to the County any and all cases(s) that exist between the County and any of the Vendor’s subcontractors/subconsultants proposed to work on this project during the last five (5) years prior to the solicitation response.

f. Failure to disclose any material case, including all requested information in connection with each such case, as well as failure to disclose the Vendor’s subcontractors/subconsultants litigation history against the County, may result in the Vendor being deemed non-responsive.

2. Financial Information

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements. The annual financial statements will be in the form of:

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings.

If tax returns are submitted, ensure it does not include any personal information (as defined under Florida Statutes Section 501.171, Florida Statutes), such as social security numbers, bank account or credit card numbers, or any personal pin numbers. If any personal information data is part of financial statements, redact information prior to submitting a response the County.

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors, Confidential Material/ Public Records and Exemptions for instructions on submitting confidential financial statements. The Vendor’s failure to provide the information as instructed may lead to the information becoming public.

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non- responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor’s business status based on the information provided in response to this solicitation.

c. It is the Vendor’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question No. 10.

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form.

b. The County will review all affiliated entities of the Vendor’s principal(s) for contract performance evaluations and the compliance history with the County’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and Certifications The following forms and supporting information (if applicable) should be returned with Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit may affect Vendor’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certification c. Non-Collusion Certification d. Public Entities Crimes Certification e. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Form and submit as instructed.

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County’s Agreement shall be considered a part of a Vendor’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived. Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Director of Purchasing may recommend to the Evaluation Committee to short list the most qualified firms prior to the Final Evaluation.

b. The Evaluation Criteria identifies points available; a total of 100 points is available.

c. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor’s Price) x (Maximum Number of Points for Price) = Price Score

d. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to submit a response to the Step Two procurement.

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors, Vendors will be required to demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. In accordance with Section 286.0113 of the Florida Statutes and pursuant to the direction of the Broward County Board of Commissioners, demonstrations are closed to only the vendor team and County staff.

G. Presentations

Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor’s approach to this project and the Vendor’s ability to perform. The committee may provide a list of subject matter for the discussion. All Vendor’s will have equal time to present but the question-and-answer time may vary. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, presentations during Selection or Evaluation Committee Meetings are closed. Only the Selection or Evaluation Committee members, County staff and the vendor and their team scheduled for that presentation will be present in the Meeting Room during the presentation and subsequent question and answer period.

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88, Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested), including a Vendor representative that has the authority to bind.

Vendor’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendor participation via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding solicitation requirements. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda). The County will respond to questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Submittals may be posted on the County’s public website or included in a public records request response, unless there is a declaration of “confidentiality” pursuant to the public records law and in accordance with the procedures in this section.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute (s) allowing the document to be treated as confidential.

5. Any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated from the submittal. If the Vendor does not comply with these instructions, the Vendor’s claim for confidentiality will be deemed as waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Submission of copyrighted material in response to any solicitation will constitute a license and permission for the County to make copies (including electronic copies) as reasonably necessary for the use by County staff and agents, as well as to make the materials available for inspection or production pursuant to Public Records Law, Chapter 119, Florida Statutes.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor’s submittal.

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker); 3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract that does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount Filing Fee $30,000 - $250,000 $ 500 $250,001 - $500,000 $1,000 $500,001 - $5 million $3,000 Over $5 million 5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, negotiations resulting from Selection or Evaluation Committee Meetings are closed. Only County staff and the selected vendor and their team will be present during negotiations.

W. Submittal Instructions:

1. Broward County does not require any personal information (as defined under Section 501.171, Florida Statutes), such as social security numbers, driver license numbers, passport, military ID, bank account or credit card numbers, or any personal pin numbers, in order to submit a response for ANY Broward County solicitation. DO NOT INCLUDE any personal information data in any document submitted to the County. If any personal information data is part of a submittal, this information must be redacted prior to submitting a response to the County.

2. Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. It is the Vendor’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

3. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

4. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

5. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

6. Vendor should upload responses to Evaluation Criteria in Microsoft Word or Excel format.

7. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

8. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering password) for offer to be received through BidSync.

9. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.

6 5 Supplier: ADG Strategy Group

Standard Instructions to Vendors Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. Refer to the Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors, for Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement Certification Refer to Lobbyist Registration Requirement Certification. The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional Responsibility Criteria requirement(s).

1. Litigation History

a. All Vendors are required to disclose to the County all “material” cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. Additionally, all Vendors are required to disclose to the County all “material” cases filed, pending, or resolved against any principal of Vendor, regardless of whether the principal was associated with Vendor at the time of the “material” cases against the principal, during the last three (3) years prior to the solicitation response. A case is considered to be “material” if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation; ii. An allegation of fraud, negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation; iii. A vendor’s default, termination, suspension, failure to perform, or improper performance in connection with any contract; iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified in the Litigation History Form. Additionally, the Vendor shall provide a copy of any judgment or settlement of any material case during the last three (3) years prior to the solicitation response. Redactions of any confidential portions of the settlement agreement are only permitted upon a certification by Vendor that all redactions are required under the express terms of a pre-existing confidentiality agreement or provision.

c. The County will consider a Vendor’s litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A vendor is required to disclose to the County any and all cases(s) that exist between the County and any of the Vendor’s subcontractors/subconsultants proposed to work on this project during the last five (5) years prior to the solicitation response.

f. Failure to disclose any material case, including all requested information in connection with each such case, as well as failure to disclose the Vendor’s subcontractors/subconsultants litigation history against the County, may result in the Vendor being deemed non-responsive.

2. Financial Information

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities. p. 180 b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements. The annual financial statements will be in the form of:

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings.

If tax returns are submitted, ensure it does not include any personal information (as defined under Florida Statutes Section 501.171, Florida Statutes), such as social security numbers, bank account or credit card numbers, or any personal pin numbers. If any personal information data is part of financial statements, redact information prior to submitting a response the County.

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors, Confidential Material/ Public Records and Exemptions for instructions on submitting confidential financial statements. The Vendor’s failure to provide the information as instructed may lead to the information becoming public.

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non- responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor’s business status based on the information provided in response to this solicitation.

c. It is the Vendor’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question No. 10.

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form.

b. The County will review all affiliated entities of the Vendor’s principal(s) for contract performance evaluations and the compliance history with the County’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and Certifications The following forms and supporting information (if applicable) should be returned with Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit may affect Vendor’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certification c. Non-Collusion Certification d. Public Entities Crimes Certification e. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Form and submit as instructed.

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County’s Agreement shall be considered a part of a Vendor’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived. Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Director of Purchasing may recommend to the Evaluation Committee to short list the most qualified firms prior to the Final Evaluation.

b. The Evaluation Criteria identifies points available; a total of 100 points is available.

c. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor’s Price) x (Maximum Number of Points for Price) = Price Score

d. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to submit a response to the Step Two procurement.

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors, Vendors will be required to demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. In accordance with Section 286.0113 of the Florida Statutes and pursuant to the direction of the Broward County Board of Commissioners, demonstrations are closed to only the vendor team and County staff.

G. Presentations

Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor’s approach to this project and the Vendor’s ability to perform. The committee may provide a list of subject matter for the discussion. All Vendor’s will have equal time to present but the question-and-answer time may vary. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, presentations during Selection or Evaluation Committee Meetings are closed. Only the Selection or Evaluation Committee members, County staff and the vendor and their team scheduled for that presentation will be present in the Meeting Room during the presentation and subsequent question and answer period.

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88, Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested), including a Vendor representative that has the authority to bind.

Vendor’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendor participation via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding solicitation requirements. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda). The County will respond to questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Submittals may be posted on the County’s public website or included in a public records request response, unless there is a declaration of “confidentiality” pursuant to the public records law and in accordance with the procedures in this section.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute (s) allowing the document to be treated as confidential.

5. Any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated from the submittal. If the Vendor does not comply with these instructions, the Vendor’s claim for confidentiality will be deemed as waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Submission of copyrighted material in response to any solicitation will constitute a license and permission for the County to make copies (including electronic copies) as reasonably necessary for the use by County staff and agents, as well as to make the materials available for inspection or production pursuant to Public Records Law, Chapter 119, Florida Statutes.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor’s submittal.

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker); 3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract that does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount Filing Fee $30,000 - $250,000 $ 500 $250,001 - $500,000 $1,000 $500,001 - $5 million $3,000 Over $5 million 5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, negotiations resulting from Selection or Evaluation Committee Meetings are closed. Only County staff and the selected vendor and their team will be present during negotiations.

W. Submittal Instructions:

1. Broward County does not require any personal information (as defined under Section 501.171, Florida Statutes), such as social security numbers, driver license numbers, passport, military ID, bank account or credit card numbers, or any personal pin numbers, in order to submit a response for ANY Broward County solicitation. DO NOT INCLUDE any personal information data in any document submitted to the County. If any personal information data is part of a submittal, this information must be redacted prior to submitting a response to the County.

2. Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. It is the Vendor’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

3. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

4. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

5. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

6. Vendor should upload responses to Evaluation Criteria in Microsoft Word or Excel format.

7. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

8. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering password) for offer to be received through BidSync.

9. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.

6 5 Supplier: ADG Strategy Group

Standard Instructions to Vendors Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. Refer to the Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors, for Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement Certification Refer to Lobbyist Registration Requirement Certification. The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional Responsibility Criteria requirement(s).

1. Litigation History

a. All Vendors are required to disclose to the County all “material” cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. Additionally, all Vendors are required to disclose to the County all “material” cases filed, pending, or resolved against any principal of Vendor, regardless of whether the principal was associated with Vendor at the time of the “material” cases against the principal, during the last three (3) years prior to the solicitation response. A case is considered to be “material” if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation; ii. An allegation of fraud, negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation; iii. A vendor’s default, termination, suspension, failure to perform, or improper performance in connection with any contract; iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified in the Litigation History Form. Additionally, the Vendor shall provide a copy of any judgment or settlement of any material case during the last three (3) years prior to the solicitation response. Redactions of any confidential portions of the settlement agreement are only permitted upon a certification by Vendor that all redactions are required under the express terms of a pre-existing confidentiality agreement or provision.

c. The County will consider a Vendor’s litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A vendor is required to disclose to the County any and all cases(s) that exist between the County and any of the Vendor’s subcontractors/subconsultants proposed to work on this project during the last five (5) years prior to the solicitation response.

f. Failure to disclose any material case, including all requested information in connection with each such case, as well as failure to disclose the Vendor’s subcontractors/subconsultants litigation history against the County, may result in the Vendor being deemed non-responsive.

2. Financial Information

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements. The annual financial statements will be in the form of:

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings.

If tax returns are submitted, ensure it does not include any personal information (as defined under Florida Statutes Section 501.171, Florida Statutes), such as social security numbers, bank account or credit card numbers, or any personal pin numbers. If any personal information data is part of financial statements, redact information prior to submitting a response the County.

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors, Confidential Material/ Public Records and Exemptions for instructions on submitting confidential financial statements. The Vendor’s failure to provide the information as instructed may lead to the information becoming public.

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non- responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor’s business status based on the information provided in response to this solicitation.

c. It is the Vendor’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question No. 10.

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible. p. 181 g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form.

b. The County will review all affiliated entities of the Vendor’s principal(s) for contract performance evaluations and the compliance history with the County’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and Certifications The following forms and supporting information (if applicable) should be returned with Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit may affect Vendor’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certification c. Non-Collusion Certification d. Public Entities Crimes Certification e. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Form and submit as instructed.

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County’s Agreement shall be considered a part of a Vendor’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived. Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Director of Purchasing may recommend to the Evaluation Committee to short list the most qualified firms prior to the Final Evaluation.

b. The Evaluation Criteria identifies points available; a total of 100 points is available.

c. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor’s Price) x (Maximum Number of Points for Price) = Price Score

d. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to submit a response to the Step Two procurement.

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors, Vendors will be required to demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. In accordance with Section 286.0113 of the Florida Statutes and pursuant to the direction of the Broward County Board of Commissioners, demonstrations are closed to only the vendor team and County staff.

G. Presentations

Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor’s approach to this project and the Vendor’s ability to perform. The committee may provide a list of subject matter for the discussion. All Vendor’s will have equal time to present but the question-and-answer time may vary. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, presentations during Selection or Evaluation Committee Meetings are closed. Only the Selection or Evaluation Committee members, County staff and the vendor and their team scheduled for that presentation will be present in the Meeting Room during the presentation and subsequent question and answer period.

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88, Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested), including a Vendor representative that has the authority to bind.

Vendor’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendor participation via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding solicitation requirements. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda). The County will respond to questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Submittals may be posted on the County’s public website or included in a public records request response, unless there is a declaration of “confidentiality” pursuant to the public records law and in accordance with the procedures in this section.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute (s) allowing the document to be treated as confidential.

5. Any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated from the submittal. If the Vendor does not comply with these instructions, the Vendor’s claim for confidentiality will be deemed as waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Submission of copyrighted material in response to any solicitation will constitute a license and permission for the County to make copies (including electronic copies) as reasonably necessary for the use by County staff and agents, as well as to make the materials available for inspection or production pursuant to Public Records Law, Chapter 119, Florida Statutes.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor’s submittal.

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker); 3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract that does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount Filing Fee $30,000 - $250,000 $ 500 $250,001 - $500,000 $1,000 $500,001 - $5 million $3,000 Over $5 million 5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, negotiations resulting from Selection or Evaluation Committee Meetings are closed. Only County staff and the selected vendor and their team will be present during negotiations.

W. Submittal Instructions:

1. Broward County does not require any personal information (as defined under Section 501.171, Florida Statutes), such as social security numbers, driver license numbers, passport, military ID, bank account or credit card numbers, or any personal pin numbers, in order to submit a response for ANY Broward County solicitation. DO NOT INCLUDE any personal information data in any document submitted to the County. If any personal information data is part of a submittal, this information must be redacted prior to submitting a response to the County.

2. Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. It is the Vendor’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

3. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

4. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

5. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

6. Vendor should upload responses to Evaluation Criteria in Microsoft Word or Excel format.

7. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

8. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering password) for offer to be received through BidSync.

9. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.

6 5 Supplier: ADG Strategy Group

Standard Instructions to Vendors Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. Refer to the Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors, for Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement Certification Refer to Lobbyist Registration Requirement Certification. The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional Responsibility Criteria requirement(s).

1. Litigation History

a. All Vendors are required to disclose to the County all “material” cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. Additionally, all Vendors are required to disclose to the County all “material” cases filed, pending, or resolved against any principal of Vendor, regardless of whether the principal was associated with Vendor at the time of the “material” cases against the principal, during the last three (3) years prior to the solicitation response. A case is considered to be “material” if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation; ii. An allegation of fraud, negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation; iii. A vendor’s default, termination, suspension, failure to perform, or improper performance in connection with any contract; iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified in the Litigation History Form. Additionally, the Vendor shall provide a copy of any judgment or settlement of any material case during the last three (3) years prior to the solicitation response. Redactions of any confidential portions of the settlement agreement are only permitted upon a certification by Vendor that all redactions are required under the express terms of a pre-existing confidentiality agreement or provision.

c. The County will consider a Vendor’s litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A vendor is required to disclose to the County any and all cases(s) that exist between the County and any of the Vendor’s subcontractors/subconsultants proposed to work on this project during the last five (5) years prior to the solicitation response.

f. Failure to disclose any material case, including all requested information in connection with each such case, as well as failure to disclose the Vendor’s subcontractors/subconsultants litigation history against the County, may result in the Vendor being deemed non-responsive.

2. Financial Information

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements. The annual financial statements will be in the form of:

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings.

If tax returns are submitted, ensure it does not include any personal information (as defined under Florida Statutes Section 501.171, Florida Statutes), such as social security numbers, bank account or credit card numbers, or any personal pin numbers. If any personal information data is part of financial statements, redact information prior to submitting a response the County.

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors, Confidential Material/ Public Records and Exemptions for instructions on submitting confidential financial statements. The Vendor’s failure to provide the information as instructed may lead to the information becoming public.

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non- responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor’s business status based on the information provided in response to this solicitation.

c. It is the Vendor’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question No. 10.

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form.

b. The County will review all affiliated entities of the Vendor’s principal(s) for contract performance evaluations and the compliance history with the County’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and Certifications The following forms and supporting information (if applicable) should be returned with Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit may affect Vendor’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certification c. Non-Collusion Certification d. Public Entities Crimes Certification e. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Form and submit as instructed.

D. Standard Agreement Language Requirements p. 182 1. The acceptance of or any exceptions taken to the terms and conditions of the County’s Agreement shall be considered a part of a Vendor’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived. Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Director of Purchasing may recommend to the Evaluation Committee to short list the most qualified firms prior to the Final Evaluation.

b. The Evaluation Criteria identifies points available; a total of 100 points is available.

c. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor’s Price) x (Maximum Number of Points for Price) = Price Score

d. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to submit a response to the Step Two procurement.

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors, Vendors will be required to demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. In accordance with Section 286.0113 of the Florida Statutes and pursuant to the direction of the Broward County Board of Commissioners, demonstrations are closed to only the vendor team and County staff.

G. Presentations

Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor’s approach to this project and the Vendor’s ability to perform. The committee may provide a list of subject matter for the discussion. All Vendor’s will have equal time to present but the question-and-answer time may vary. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, presentations during Selection or Evaluation Committee Meetings are closed. Only the Selection or Evaluation Committee members, County staff and the vendor and their team scheduled for that presentation will be present in the Meeting Room during the presentation and subsequent question and answer period.

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88, Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested), including a Vendor representative that has the authority to bind.

Vendor’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendor participation via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding solicitation requirements. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda). The County will respond to questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Submittals may be posted on the County’s public website or included in a public records request response, unless there is a declaration of “confidentiality” pursuant to the public records law and in accordance with the procedures in this section.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute (s) allowing the document to be treated as confidential.

5. Any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated from the submittal. If the Vendor does not comply with these instructions, the Vendor’s claim for confidentiality will be deemed as waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Submission of copyrighted material in response to any solicitation will constitute a license and permission for the County to make copies (including electronic copies) as reasonably necessary for the use by County staff and agents, as well as to make the materials available for inspection or production pursuant to Public Records Law, Chapter 119, Florida Statutes.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor’s submittal.

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker); 3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract that does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount Filing Fee $30,000 - $250,000 $ 500 $250,001 - $500,000 $1,000 $500,001 - $5 million $3,000 Over $5 million 5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, negotiations resulting from Selection or Evaluation Committee Meetings are closed. Only County staff and the selected vendor and their team will be present during negotiations.

W. Submittal Instructions:

1. Broward County does not require any personal information (as defined under Section 501.171, Florida Statutes), such as social security numbers, driver license numbers, passport, military ID, bank account or credit card numbers, or any personal pin numbers, in order to submit a response for ANY Broward County solicitation. DO NOT INCLUDE any personal information data in any document submitted to the County. If any personal information data is part of a submittal, this information must be redacted prior to submitting a response to the County.

2. Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. It is the Vendor’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

3. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

4. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

5. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

6. Vendor should upload responses to Evaluation Criteria in Microsoft Word or Excel format.

7. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

8. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering password) for offer to be received through BidSync.

9. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.

6 5 Supplier: ADG Strategy Group

Standard Instructions to Vendors Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. Refer to the Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors, for Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement Certification Refer to Lobbyist Registration Requirement Certification. The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional Responsibility Criteria requirement(s).

1. Litigation History

a. All Vendors are required to disclose to the County all “material” cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. Additionally, all Vendors are required to disclose to the County all “material” cases filed, pending, or resolved against any principal of Vendor, regardless of whether the principal was associated with Vendor at the time of the “material” cases against the principal, during the last three (3) years prior to the solicitation response. A case is considered to be “material” if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation; ii. An allegation of fraud, negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation; iii. A vendor’s default, termination, suspension, failure to perform, or improper performance in connection with any contract; iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified in the Litigation History Form. Additionally, the Vendor shall provide a copy of any judgment or settlement of any material case during the last three (3) years prior to the solicitation response. Redactions of any confidential portions of the settlement agreement are only permitted upon a certification by Vendor that all redactions are required under the express terms of a pre-existing confidentiality agreement or provision.

c. The County will consider a Vendor’s litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A vendor is required to disclose to the County any and all cases(s) that exist between the County and any of the Vendor’s subcontractors/subconsultants proposed to work on this project during the last five (5) years prior to the solicitation response.

f. Failure to disclose any material case, including all requested information in connection with each such case, as well as failure to disclose the Vendor’s subcontractors/subconsultants litigation history against the County, may result in the Vendor being deemed non-responsive.

2. Financial Information

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements. The annual financial statements will be in the form of:

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings.

If tax returns are submitted, ensure it does not include any personal information (as defined under Florida Statutes Section 501.171, Florida Statutes), such as social security numbers, bank account or credit card numbers, or any personal pin numbers. If any personal information data is part of financial statements, redact information prior to submitting a response the County.

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors, Confidential Material/ Public Records and Exemptions for instructions on submitting confidential financial statements. The Vendor’s failure to provide the information as instructed may lead to the information becoming public.

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non- responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor’s business status based on the information provided in response to this solicitation.

c. It is the Vendor’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question No. 10.

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form.

b. The County will review all affiliated entities of the Vendor’s principal(s) for contract performance evaluations and the compliance history with the County’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and Certifications The following forms and supporting information (if applicable) should be returned with Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit may affect Vendor’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certification c. Non-Collusion Certification d. Public Entities Crimes Certification e. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Form and submit as instructed.

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County’s Agreement shall be considered a part of a Vendor’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived. Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Director of Purchasing may recommend to the Evaluation Committee to short list the most qualified firms prior to the Final Evaluation.

b. The Evaluation Criteria identifies points available; a total of 100 points is available.

c. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor’s Price) x (Maximum Number of Points for Price) = Price Score

d. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or p. 183 ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to submit a response to the Step Two procurement.

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors, Vendors will be required to demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. In accordance with Section 286.0113 of the Florida Statutes and pursuant to the direction of the Broward County Board of Commissioners, demonstrations are closed to only the vendor team and County staff.

G. Presentations

Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor’s approach to this project and the Vendor’s ability to perform. The committee may provide a list of subject matter for the discussion. All Vendor’s will have equal time to present but the question-and-answer time may vary. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, presentations during Selection or Evaluation Committee Meetings are closed. Only the Selection or Evaluation Committee members, County staff and the vendor and their team scheduled for that presentation will be present in the Meeting Room during the presentation and subsequent question and answer period.

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88, Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested), including a Vendor representative that has the authority to bind.

Vendor’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendor participation via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding solicitation requirements. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda). The County will respond to questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Submittals may be posted on the County’s public website or included in a public records request response, unless there is a declaration of “confidentiality” pursuant to the public records law and in accordance with the procedures in this section.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute (s) allowing the document to be treated as confidential.

5. Any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated from the submittal. If the Vendor does not comply with these instructions, the Vendor’s claim for confidentiality will be deemed as waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Submission of copyrighted material in response to any solicitation will constitute a license and permission for the County to make copies (including electronic copies) as reasonably necessary for the use by County staff and agents, as well as to make the materials available for inspection or production pursuant to Public Records Law, Chapter 119, Florida Statutes.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor’s submittal.

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker); 3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract that does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount Filing Fee $30,000 - $250,000 $ 500 $250,001 - $500,000 $1,000 $500,001 - $5 million $3,000 Over $5 million 5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, negotiations resulting from Selection or Evaluation Committee Meetings are closed. Only County staff and the selected vendor and their team will be present during negotiations.

W. Submittal Instructions:

1. Broward County does not require any personal information (as defined under Section 501.171, Florida Statutes), such as social security numbers, driver license numbers, passport, military ID, bank account or credit card numbers, or any personal pin numbers, in order to submit a response for ANY Broward County solicitation. DO NOT INCLUDE any personal information data in any document submitted to the County. If any personal information data is part of a submittal, this information must be redacted prior to submitting a response to the County.

2. Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. It is the Vendor’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

3. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

4. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

5. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

6. Vendor should upload responses to Evaluation Criteria in Microsoft Word or Excel format.

7. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

8. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering password) for offer to be received through BidSync.

9. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.

6 5 Supplier: ADG Strategy Group

Standard Instructions to Vendors Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. Refer to the Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors, for Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement Certification Refer to Lobbyist Registration Requirement Certification. The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional Responsibility Criteria requirement(s).

1. Litigation History

a. All Vendors are required to disclose to the County all “material” cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. Additionally, all Vendors are required to disclose to the County all “material” cases filed, pending, or resolved against any principal of Vendor, regardless of whether the principal was associated with Vendor at the time of the “material” cases against the principal, during the last three (3) years prior to the solicitation response. A case is considered to be “material” if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation; ii. An allegation of fraud, negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation; iii. A vendor’s default, termination, suspension, failure to perform, or improper performance in connection with any contract; iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified in the Litigation History Form. Additionally, the Vendor shall provide a copy of any judgment or settlement of any material case during the last three (3) years prior to the solicitation response. Redactions of any confidential portions of the settlement agreement are only permitted upon a certification by Vendor that all redactions are required under the express terms of a pre-existing confidentiality agreement or provision.

c. The County will consider a Vendor’s litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A vendor is required to disclose to the County any and all cases(s) that exist between the County and any of the Vendor’s subcontractors/subconsultants proposed to work on this project during the last five (5) years prior to the solicitation response.

f. Failure to disclose any material case, including all requested information in connection with each such case, as well as failure to disclose the Vendor’s subcontractors/subconsultants litigation history against the County, may result in the Vendor being deemed non-responsive.

2. Financial Information

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements. The annual financial statements will be in the form of:

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings.

If tax returns are submitted, ensure it does not include any personal information (as defined under Florida Statutes Section 501.171, Florida Statutes), such as social security numbers, bank account or credit card numbers, or any personal pin numbers. If any personal information data is part of financial statements, redact information prior to submitting a response the County.

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors, Confidential Material/ Public Records and Exemptions for instructions on submitting confidential financial statements. The Vendor’s failure to provide the information as instructed may lead to the information becoming public.

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non- responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor’s business status based on the information provided in response to this solicitation.

c. It is the Vendor’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question No. 10.

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form.

b. The County will review all affiliated entities of the Vendor’s principal(s) for contract performance evaluations and the compliance history with the County’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and Certifications The following forms and supporting information (if applicable) should be returned with Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit may affect Vendor’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certification c. Non-Collusion Certification d. Public Entities Crimes Certification e. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Form and submit as instructed.

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County’s Agreement shall be considered a part of a Vendor’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived. Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Director of Purchasing may recommend to the Evaluation Committee to short list the most qualified firms prior to the Final Evaluation.

b. The Evaluation Criteria identifies points available; a total of 100 points is available.

c. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor’s Price) x (Maximum Number of Points for Price) = Price Score

d. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to submit a response to the Step Two procurement.

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors, Vendors will be required to demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. In accordance with Section 286.0113 of the Florida Statutes and pursuant to the direction of the Broward County Board of Commissioners, demonstrations are closed to only the vendor team and County staff.

G. Presentations

Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor’s approach to this project and the Vendor’s ability to perform. The committee may provide a list of subject matter for the discussion. All Vendor’s will have equal time to present but the question-and-answer time may vary. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, presentations during Selection or Evaluation Committee Meetings are closed. Only the Selection or Evaluation Committee members, County staff and the vendor and their team scheduled for that presentation will be present in the Meeting Room during the presentation and subsequent question and answer period.

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88, Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested), including a Vendor representative that has the authority to bind.

Vendor’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendor participation via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions p. 184 The County provides a specified time for Vendors to ask questions and seek clarification regarding solicitation requirements. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda). The County will respond to questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Submittals may be posted on the County’s public website or included in a public records request response, unless there is a declaration of “confidentiality” pursuant to the public records law and in accordance with the procedures in this section.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute (s) allowing the document to be treated as confidential.

5. Any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated from the submittal. If the Vendor does not comply with these instructions, the Vendor’s claim for confidentiality will be deemed as waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Submission of copyrighted material in response to any solicitation will constitute a license and permission for the County to make copies (including electronic copies) as reasonably necessary for the use by County staff and agents, as well as to make the materials available for inspection or production pursuant to Public Records Law, Chapter 119, Florida Statutes.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor’s submittal.

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker); 3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract that does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount Filing Fee $30,000 - $250,000 $ 500 $250,001 - $500,000 $1,000 $500,001 - $5 million $3,000 Over $5 million 5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, negotiations resulting from Selection or Evaluation Committee Meetings are closed. Only County staff and the selected vendor and their team will be present during negotiations.

W. Submittal Instructions:

1. Broward County does not require any personal information (as defined under Section 501.171, Florida Statutes), such as social security numbers, driver license numbers, passport, military ID, bank account or credit card numbers, or any personal pin numbers, in order to submit a response for ANY Broward County solicitation. DO NOT INCLUDE any personal information data in any document submitted to the County. If any personal information data is part of a submittal, this information must be redacted prior to submitting a response to the County.

2. Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. It is the Vendor’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

3. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

4. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

5. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

6. Vendor should upload responses to Evaluation Criteria in Microsoft Word or Excel format.

7. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

8. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering password) for offer to be received through BidSync.

9. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.

6 5 Supplier: ADG Strategy Group

Standard Instructions to Vendors Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. Refer to the Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors, for Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement Certification Refer to Lobbyist Registration Requirement Certification. The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional Responsibility Criteria requirement(s).

1. Litigation History

a. All Vendors are required to disclose to the County all “material” cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. Additionally, all Vendors are required to disclose to the County all “material” cases filed, pending, or resolved against any principal of Vendor, regardless of whether the principal was associated with Vendor at the time of the “material” cases against the principal, during the last three (3) years prior to the solicitation response. A case is considered to be “material” if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation; ii. An allegation of fraud, negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation; iii. A vendor’s default, termination, suspension, failure to perform, or improper performance in connection with any contract; iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified in the Litigation History Form. Additionally, the Vendor shall provide a copy of any judgment or settlement of any material case during the last three (3) years prior to the solicitation response. Redactions of any confidential portions of the settlement agreement are only permitted upon a certification by Vendor that all redactions are required under the express terms of a pre-existing confidentiality agreement or provision.

c. The County will consider a Vendor’s litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A vendor is required to disclose to the County any and all cases(s) that exist between the County and any of the Vendor’s subcontractors/subconsultants proposed to work on this project during the last five (5) years prior to the solicitation response.

f. Failure to disclose any material case, including all requested information in connection with each such case, as well as failure to disclose the Vendor’s subcontractors/subconsultants litigation history against the County, may result in the Vendor being deemed non-responsive.

2. Financial Information

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements. The annual financial statements will be in the form of:

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings.

If tax returns are submitted, ensure it does not include any personal information (as defined under Florida Statutes Section 501.171, Florida Statutes), such as social security numbers, bank account or credit card numbers, or any personal pin numbers. If any personal information data is part of financial statements, redact information prior to submitting a response the County.

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors, Confidential Material/ Public Records and Exemptions for instructions on submitting confidential financial statements. The Vendor’s failure to provide the information as instructed may lead to the information becoming public.

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non- responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor’s business status based on the information provided in response to this solicitation.

c. It is the Vendor’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question No. 10.

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form.

b. The County will review all affiliated entities of the Vendor’s principal(s) for contract performance evaluations and the compliance history with the County’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and Certifications The following forms and supporting information (if applicable) should be returned with Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit may affect Vendor’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certification c. Non-Collusion Certification d. Public Entities Crimes Certification e. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Form and submit as instructed.

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County’s Agreement shall be considered a part of a Vendor’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived. Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Director of Purchasing may recommend to the Evaluation Committee to short list the most qualified firms prior to the Final Evaluation.

b. The Evaluation Criteria identifies points available; a total of 100 points is available.

c. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor’s Price) x (Maximum Number of Points for Price) = Price Score

d. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to submit a response to the Step Two procurement.

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors, Vendors will be required to demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. In accordance with Section 286.0113 of the Florida Statutes and pursuant to the direction of the Broward County Board of Commissioners, demonstrations are closed to only the vendor team and County staff.

G. Presentations

Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor’s approach to this project and the Vendor’s ability to perform. The committee may provide a list of subject matter for the discussion. All Vendor’s will have equal time to present but the question-and-answer time may vary. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, presentations during Selection or Evaluation Committee Meetings are closed. Only the Selection or Evaluation Committee members, County staff and the vendor and their team scheduled for that presentation will be present in the Meeting Room during the presentation and subsequent question and answer period.

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88, Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested), including a Vendor representative that has the authority to bind.

Vendor’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendor participation via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding solicitation requirements. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda). The County will respond to questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Submittals may be posted on the County’s public website or included in a public records request response, unless there is a declaration of “confidentiality” pursuant to the public records law and in accordance with the procedures in this section.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute (s) allowing the document to be treated as confidential.

5. Any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated from the submittal. If the Vendor does not comply with these instructions, the Vendor’s claim for confidentiality will be deemed as waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Submission of copyrighted material in response to any solicitation will constitute a license and permission for the County to make copies (including electronic copies) as reasonably necessary for the use by County staff and agents, as well as to make the materials available for inspection or production pursuant to Public Records Law, Chapter 119, Florida Statutes.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further information. p. 185

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor’s submittal.

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker); 3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract that does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount Filing Fee $30,000 - $250,000 $ 500 $250,001 - $500,000 $1,000 $500,001 - $5 million $3,000 Over $5 million 5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, negotiations resulting from Selection or Evaluation Committee Meetings are closed. Only County staff and the selected vendor and their team will be present during negotiations.

W. Submittal Instructions:

1. Broward County does not require any personal information (as defined under Section 501.171, Florida Statutes), such as social security numbers, driver license numbers, passport, military ID, bank account or credit card numbers, or any personal pin numbers, in order to submit a response for ANY Broward County solicitation. DO NOT INCLUDE any personal information data in any document submitted to the County. If any personal information data is part of a submittal, this information must be redacted prior to submitting a response to the County.

2. Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. It is the Vendor’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

3. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

4. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

5. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

6. Vendor should upload responses to Evaluation Criteria in Microsoft Word or Excel format.

7. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

8. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering password) for offer to be received through BidSync.

9. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.

6 5 Supplier: ADG Strategy Group

Standard Instructions to Vendors Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. Refer to the Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors, for Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement Certification Refer to Lobbyist Registration Requirement Certification. The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional Responsibility Criteria requirement(s).

1. Litigation History

a. All Vendors are required to disclose to the County all “material” cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. Additionally, all Vendors are required to disclose to the County all “material” cases filed, pending, or resolved against any principal of Vendor, regardless of whether the principal was associated with Vendor at the time of the “material” cases against the principal, during the last three (3) years prior to the solicitation response. A case is considered to be “material” if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation; ii. An allegation of fraud, negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation; iii. A vendor’s default, termination, suspension, failure to perform, or improper performance in connection with any contract; iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified in the Litigation History Form. Additionally, the Vendor shall provide a copy of any judgment or settlement of any material case during the last three (3) years prior to the solicitation response. Redactions of any confidential portions of the settlement agreement are only permitted upon a certification by Vendor that all redactions are required under the express terms of a pre-existing confidentiality agreement or provision.

c. The County will consider a Vendor’s litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A vendor is required to disclose to the County any and all cases(s) that exist between the County and any of the Vendor’s subcontractors/subconsultants proposed to work on this project during the last five (5) years prior to the solicitation response.

f. Failure to disclose any material case, including all requested information in connection with each such case, as well as failure to disclose the Vendor’s subcontractors/subconsultants litigation history against the County, may result in the Vendor being deemed non-responsive.

2. Financial Information

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements. The annual financial statements will be in the form of:

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings.

If tax returns are submitted, ensure it does not include any personal information (as defined under Florida Statutes Section 501.171, Florida Statutes), such as social security numbers, bank account or credit card numbers, or any personal pin numbers. If any personal information data is part of financial statements, redact information prior to submitting a response the County.

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors, Confidential Material/ Public Records and Exemptions for instructions on submitting confidential financial statements. The Vendor’s failure to provide the information as instructed may lead to the information becoming public.

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non- responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor’s business status based on the information provided in response to this solicitation.

c. It is the Vendor’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question No. 10.

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form.

b. The County will review all affiliated entities of the Vendor’s principal(s) for contract performance evaluations and the compliance history with the County’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and Certifications The following forms and supporting information (if applicable) should be returned with Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit may affect Vendor’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certification c. Non-Collusion Certification d. Public Entities Crimes Certification e. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Form and submit as instructed.

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County’s Agreement shall be considered a part of a Vendor’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived. Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Director of Purchasing may recommend to the Evaluation Committee to short list the most qualified firms prior to the Final Evaluation.

b. The Evaluation Criteria identifies points available; a total of 100 points is available.

c. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor’s Price) x (Maximum Number of Points for Price) = Price Score

d. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to submit a response to the Step Two procurement.

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors, Vendors will be required to demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. In accordance with Section 286.0113 of the Florida Statutes and pursuant to the direction of the Broward County Board of Commissioners, demonstrations are closed to only the vendor team and County staff.

G. Presentations

Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor’s approach to this project and the Vendor’s ability to perform. The committee may provide a list of subject matter for the discussion. All Vendor’s will have equal time to present but the question-and-answer time may vary. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, presentations during Selection or Evaluation Committee Meetings are closed. Only the Selection or Evaluation Committee members, County staff and the vendor and their team scheduled for that presentation will be present in the Meeting Room during the presentation and subsequent question and answer period.

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88, Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested), including a Vendor representative that has the authority to bind.

Vendor’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendor participation via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding solicitation requirements. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda). The County will respond to questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Submittals may be posted on the County’s public website or included in a public records request response, unless there is a declaration of “confidentiality” pursuant to the public records law and in accordance with the procedures in this section.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute (s) allowing the document to be treated as confidential.

5. Any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated from the submittal. If the Vendor does not comply with these instructions, the Vendor’s claim for confidentiality will be deemed as waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Submission of copyrighted material in response to any solicitation will constitute a license and permission for the County to make copies (including electronic copies) as reasonably necessary for the use by County staff and agents, as well as to make the materials available for inspection or production pursuant to Public Records Law, Chapter 119, Florida Statutes.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor’s submittal.

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker); 3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the p. 186 Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract that does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount Filing Fee $30,000 - $250,000 $ 500 $250,001 - $500,000 $1,000 $500,001 - $5 million $3,000 Over $5 million 5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, negotiations resulting from Selection or Evaluation Committee Meetings are closed. Only County staff and the selected vendor and their team will be present during negotiations.

W. Submittal Instructions:

1. Broward County does not require any personal information (as defined under Section 501.171, Florida Statutes), such as social security numbers, driver license numbers, passport, military ID, bank account or credit card numbers, or any personal pin numbers, in order to submit a response for ANY Broward County solicitation. DO NOT INCLUDE any personal information data in any document submitted to the County. If any personal information data is part of a submittal, this information must be redacted prior to submitting a response to the County.

2. Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. It is the Vendor’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

3. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

4. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

5. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

6. Vendor should upload responses to Evaluation Criteria in Microsoft Word or Excel format.

7. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

8. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering password) for offer to be received through BidSync.

9. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.

6 5 Supplier: ADG Strategy Group

Standard Instructions to Vendors Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. Refer to the Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors, for Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement Certification Refer to Lobbyist Registration Requirement Certification. The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional Responsibility Criteria requirement(s).

1. Litigation History

a. All Vendors are required to disclose to the County all “material” cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. Additionally, all Vendors are required to disclose to the County all “material” cases filed, pending, or resolved against any principal of Vendor, regardless of whether the principal was associated with Vendor at the time of the “material” cases against the principal, during the last three (3) years prior to the solicitation response. A case is considered to be “material” if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation; ii. An allegation of fraud, negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation; iii. A vendor’s default, termination, suspension, failure to perform, or improper performance in connection with any contract; iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified in the Litigation History Form. Additionally, the Vendor shall provide a copy of any judgment or settlement of any material case during the last three (3) years prior to the solicitation response. Redactions of any confidential portions of the settlement agreement are only permitted upon a certification by Vendor that all redactions are required under the express terms of a pre-existing confidentiality agreement or provision.

c. The County will consider a Vendor’s litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A vendor is required to disclose to the County any and all cases(s) that exist between the County and any of the Vendor’s subcontractors/subconsultants proposed to work on this project during the last five (5) years prior to the solicitation response.

f. Failure to disclose any material case, including all requested information in connection with each such case, as well as failure to disclose the Vendor’s subcontractors/subconsultants litigation history against the County, may result in the Vendor being deemed non-responsive.

2. Financial Information

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements. The annual financial statements will be in the form of:

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings.

If tax returns are submitted, ensure it does not include any personal information (as defined under Florida Statutes Section 501.171, Florida Statutes), such as social security numbers, bank account or credit card numbers, or any personal pin numbers. If any personal information data is part of financial statements, redact information prior to submitting a response the County.

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors, Confidential Material/ Public Records and Exemptions for instructions on submitting confidential financial statements. The Vendor’s failure to provide the information as instructed may lead to the information becoming public.

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non- responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor’s business status based on the information provided in response to this solicitation.

c. It is the Vendor’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question No. 10.

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form.

b. The County will review all affiliated entities of the Vendor’s principal(s) for contract performance evaluations and the compliance history with the County’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and Certifications The following forms and supporting information (if applicable) should be returned with Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit may affect Vendor’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certification c. Non-Collusion Certification d. Public Entities Crimes Certification e. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Form and submit as instructed.

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County’s Agreement shall be considered a part of a Vendor’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived. Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Director of Purchasing may recommend to the Evaluation Committee to short list the most qualified firms prior to the Final Evaluation.

b. The Evaluation Criteria identifies points available; a total of 100 points is available.

c. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor’s Price) x (Maximum Number of Points for Price) = Price Score

d. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to submit a response to the Step Two procurement.

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors, Vendors will be required to demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. In accordance with Section 286.0113 of the Florida Statutes and pursuant to the direction of the Broward County Board of Commissioners, demonstrations are closed to only the vendor team and County staff.

G. Presentations

Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor’s approach to this project and the Vendor’s ability to perform. The committee may provide a list of subject matter for the discussion. All Vendor’s will have equal time to present but the question-and-answer time may vary. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, presentations during Selection or Evaluation Committee Meetings are closed. Only the Selection or Evaluation Committee members, County staff and the vendor and their team scheduled for that presentation will be present in the Meeting Room during the presentation and subsequent question and answer period.

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88, Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested), including a Vendor representative that has the authority to bind.

Vendor’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendor participation via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding solicitation requirements. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda). The County will respond to questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Submittals may be posted on the County’s public website or included in a public records request response, unless there is a declaration of “confidentiality” pursuant to the public records law and in accordance with the procedures in this section.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute (s) allowing the document to be treated as confidential.

5. Any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated from the submittal. If the Vendor does not comply with these instructions, the Vendor’s claim for confidentiality will be deemed as waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Submission of copyrighted material in response to any solicitation will constitute a license and permission for the County to make copies (including electronic copies) as reasonably necessary for the use by County staff and agents, as well as to make the materials available for inspection or production pursuant to Public Records Law, Chapter 119, Florida Statutes.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor’s submittal.

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker); 3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract that does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount Filing Fee $30,000 - $250,000 $ 500 $250,001 - $500,000 $1,000 $500,001 - $5 million $3,000 Over $5 million 5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a p. 187 solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, negotiations resulting from Selection or Evaluation Committee Meetings are closed. Only County staff and the selected vendor and their team will be present during negotiations.

W. Submittal Instructions:

1. Broward County does not require any personal information (as defined under Section 501.171, Florida Statutes), such as social security numbers, driver license numbers, passport, military ID, bank account or credit card numbers, or any personal pin numbers, in order to submit a response for ANY Broward County solicitation. DO NOT INCLUDE any personal information data in any document submitted to the County. If any personal information data is part of a submittal, this information must be redacted prior to submitting a response to the County.

2. Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. It is the Vendor’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

3. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

4. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

5. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

6. Vendor should upload responses to Evaluation Criteria in Microsoft Word or Excel format.

7. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

8. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering password) for offer to be received through BidSync.

9. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.

6 5 Supplier: ADG Strategy Group

Standard Instructions to Vendors Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. Refer to the Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors, for Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement Certification Refer to Lobbyist Registration Requirement Certification. The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional Responsibility Criteria requirement(s).

1. Litigation History

a. All Vendors are required to disclose to the County all “material” cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. Additionally, all Vendors are required to disclose to the County all “material” cases filed, pending, or resolved against any principal of Vendor, regardless of whether the principal was associated with Vendor at the time of the “material” cases against the principal, during the last three (3) years prior to the solicitation response. A case is considered to be “material” if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation; ii. An allegation of fraud, negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation; iii. A vendor’s default, termination, suspension, failure to perform, or improper performance in connection with any contract; iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified in the Litigation History Form. Additionally, the Vendor shall provide a copy of any judgment or settlement of any material case during the last three (3) years prior to the solicitation response. Redactions of any confidential portions of the settlement agreement are only permitted upon a certification by Vendor that all redactions are required under the express terms of a pre-existing confidentiality agreement or provision.

c. The County will consider a Vendor’s litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A vendor is required to disclose to the County any and all cases(s) that exist between the County and any of the Vendor’s subcontractors/subconsultants proposed to work on this project during the last five (5) years prior to the solicitation response.

f. Failure to disclose any material case, including all requested information in connection with each such case, as well as failure to disclose the Vendor’s subcontractors/subconsultants litigation history against the County, may result in the Vendor being deemed non-responsive.

2. Financial Information

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements. The annual financial statements will be in the form of:

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings.

If tax returns are submitted, ensure it does not include any personal information (as defined under Florida Statutes Section 501.171, Florida Statutes), such as social security numbers, bank account or credit card numbers, or any personal pin numbers. If any personal information data is part of financial statements, redact information prior to submitting a response the County.

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors, Confidential Material/ Public Records and Exemptions for instructions on submitting confidential financial statements. The Vendor’s failure to provide the information as instructed may lead to the information becoming public.

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non- responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor’s business status based on the information provided in response to this solicitation.

c. It is the Vendor’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question No. 10.

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form.

b. The County will review all affiliated entities of the Vendor’s principal(s) for contract performance evaluations and the compliance history with the County’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and Certifications The following forms and supporting information (if applicable) should be returned with Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit may affect Vendor’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certification c. Non-Collusion Certification d. Public Entities Crimes Certification e. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Form and submit as instructed.

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County’s Agreement shall be considered a part of a Vendor’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived. Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Director of Purchasing may recommend to the Evaluation Committee to short list the most qualified firms prior to the Final Evaluation.

b. The Evaluation Criteria identifies points available; a total of 100 points is available.

c. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor’s Price) x (Maximum Number of Points for Price) = Price Score

d. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to submit a response to the Step Two procurement.

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors, Vendors will be required to demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. In accordance with Section 286.0113 of the Florida Statutes and pursuant to the direction of the Broward County Board of Commissioners, demonstrations are closed to only the vendor team and County staff.

G. Presentations

Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor’s approach to this project and the Vendor’s ability to perform. The committee may provide a list of subject matter for the discussion. All Vendor’s will have equal time to present but the question-and-answer time may vary. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, presentations during Selection or Evaluation Committee Meetings are closed. Only the Selection or Evaluation Committee members, County staff and the vendor and their team scheduled for that presentation will be present in the Meeting Room during the presentation and subsequent question and answer period.

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88, Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested), including a Vendor representative that has the authority to bind.

Vendor’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendor participation via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding solicitation requirements. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda). The County will respond to questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Submittals may be posted on the County’s public website or included in a public records request response, unless there is a declaration of “confidentiality” pursuant to the public records law and in accordance with the procedures in this section.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute (s) allowing the document to be treated as confidential.

5. Any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated from the submittal. If the Vendor does not comply with these instructions, the Vendor’s claim for confidentiality will be deemed as waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Submission of copyrighted material in response to any solicitation will constitute a license and permission for the County to make copies (including electronic copies) as reasonably necessary for the use by County staff and agents, as well as to make the materials available for inspection or production pursuant to Public Records Law, Chapter 119, Florida Statutes.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor’s submittal.

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker); 3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract that does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount Filing Fee $30,000 - $250,000 $ 500 $250,001 - $500,000 $1,000 $500,001 - $5 million $3,000 Over $5 million 5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, negotiations resulting from Selection or Evaluation Committee Meetings are closed. Only County staff and the selected vendor and their team will be present during negotiations.

W. Submittal Instructions:

1. Broward County does not require any personal information (as defined under Section 501.171, Florida Statutes), such as social security numbers, driver license numbers, passport, military ID, bank account or credit card numbers, or any personal pin numbers, in order to submit a response for ANY Broward County solicitation. DO NOT INCLUDE any personal information data in any document submitted to the County. If any personal information data is part of a submittal, this information must be redacted prior to submitting a response to the County.

2. Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. It is the Vendor’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

3. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

4. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

5. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

6. Vendor should upload responses to Evaluation Criteria in Microsoft Word or Excel format.

7. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

8. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering password) for offer to be received through BidSync.

9. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and p. 188 the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.

6 5 Supplier: ADG Strategy Group

Standard Instructions to Vendors Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. Refer to the Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors, for Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement Certification Refer to Lobbyist Registration Requirement Certification. The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional Responsibility Criteria requirement(s).

1. Litigation History

a. All Vendors are required to disclose to the County all “material” cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. Additionally, all Vendors are required to disclose to the County all “material” cases filed, pending, or resolved against any principal of Vendor, regardless of whether the principal was associated with Vendor at the time of the “material” cases against the principal, during the last three (3) years prior to the solicitation response. A case is considered to be “material” if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation; ii. An allegation of fraud, negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation; iii. A vendor’s default, termination, suspension, failure to perform, or improper performance in connection with any contract; iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified in the Litigation History Form. Additionally, the Vendor shall provide a copy of any judgment or settlement of any material case during the last three (3) years prior to the solicitation response. Redactions of any confidential portions of the settlement agreement are only permitted upon a certification by Vendor that all redactions are required under the express terms of a pre-existing confidentiality agreement or provision.

c. The County will consider a Vendor’s litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A vendor is required to disclose to the County any and all cases(s) that exist between the County and any of the Vendor’s subcontractors/subconsultants proposed to work on this project during the last five (5) years prior to the solicitation response.

f. Failure to disclose any material case, including all requested information in connection with each such case, as well as failure to disclose the Vendor’s subcontractors/subconsultants litigation history against the County, may result in the Vendor being deemed non-responsive.

2. Financial Information

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements. The annual financial statements will be in the form of:

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings.

If tax returns are submitted, ensure it does not include any personal information (as defined under Florida Statutes Section 501.171, Florida Statutes), such as social security numbers, bank account or credit card numbers, or any personal pin numbers. If any personal information data is part of financial statements, redact information prior to submitting a response the County.

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors, Confidential Material/ Public Records and Exemptions for instructions on submitting confidential financial statements. The Vendor’s failure to provide the information as instructed may lead to the information becoming public.

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non- responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor’s business status based on the information provided in response to this solicitation.

c. It is the Vendor’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question No. 10.

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form.

b. The County will review all affiliated entities of the Vendor’s principal(s) for contract performance evaluations and the compliance history with the County’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and Certifications The following forms and supporting information (if applicable) should be returned with Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit may affect Vendor’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certification c. Non-Collusion Certification d. Public Entities Crimes Certification e. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Form and submit as instructed.

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County’s Agreement shall be considered a part of a Vendor’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived. Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Director of Purchasing may recommend to the Evaluation Committee to short list the most qualified firms prior to the Final Evaluation.

b. The Evaluation Criteria identifies points available; a total of 100 points is available.

c. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor’s Price) x (Maximum Number of Points for Price) = Price Score

d. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to submit a response to the Step Two procurement.

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors, Vendors will be required to demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. In accordance with Section 286.0113 of the Florida Statutes and pursuant to the direction of the Broward County Board of Commissioners, demonstrations are closed to only the vendor team and County staff.

G. Presentations

Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor’s approach to this project and the Vendor’s ability to perform. The committee may provide a list of subject matter for the discussion. All Vendor’s will have equal time to present but the question-and-answer time may vary. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, presentations during Selection or Evaluation Committee Meetings are closed. Only the Selection or Evaluation Committee members, County staff and the vendor and their team scheduled for that presentation will be present in the Meeting Room during the presentation and subsequent question and answer period.

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88, Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested), including a Vendor representative that has the authority to bind.

Vendor’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendor participation via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding solicitation requirements. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda). The County will respond to questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Submittals may be posted on the County’s public website or included in a public records request response, unless there is a declaration of “confidentiality” pursuant to the public records law and in accordance with the procedures in this section.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute (s) allowing the document to be treated as confidential.

5. Any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated from the submittal. If the Vendor does not comply with these instructions, the Vendor’s claim for confidentiality will be deemed as waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Submission of copyrighted material in response to any solicitation will constitute a license and permission for the County to make copies (including electronic copies) as reasonably necessary for the use by County staff and agents, as well as to make the materials available for inspection or production pursuant to Public Records Law, Chapter 119, Florida Statutes.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor’s submittal.

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker); 3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract that does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount Filing Fee $30,000 - $250,000 $ 500 $250,001 - $500,000 $1,000 $500,001 - $5 million $3,000 Over $5 million 5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, negotiations resulting from Selection or Evaluation Committee Meetings are closed. Only County staff and the selected vendor and their team will be present during negotiations.

W. Submittal Instructions:

1. Broward County does not require any personal information (as defined under Section 501.171, Florida Statutes), such as social security numbers, driver license numbers, passport, military ID, bank account or credit card numbers, or any personal pin numbers, in order to submit a response for ANY Broward County solicitation. DO NOT INCLUDE any personal information data in any document submitted to the County. If any personal information data is part of a submittal, this information must be redacted prior to submitting a response to the County.

2. Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. It is the Vendor’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

3. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

4. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

5. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

6. Vendor should upload responses to Evaluation Criteria in Microsoft Word or Excel format.

7. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

8. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering password) for offer to be received through BidSync.

9. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.

u6

p. 189 5 Supplier: ADG Strategy Group

VENDOR QUESTIONNAIRE AND STANDARD CERTIFICATIONS Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendor should complete questionnaire and complete and acknowledge the standard certifications and submit with the solicitation response. If not submitted with solicitation response, it must be submitted within three business days of County's request. Failure to timely submit may affect Vendor's evaluation.

If a response requires additional information, the Vendor should upload a written detailed response with submittal; each response should be numbered to match the question number. The completed questionnaire and attached responses will become part of the procurement record. It is imperative that the person completing the Vendor Questionnaire be knowledgeable about the proposing Vendor's business and operations.

1. Legal business name:ADG Strategy Group Inc

2. Doing Business As/ Fictitious Name (if applicable):

3. Federal Employer I.D. no. (FEIN):825337911

4. Dun and Bradstreet No.:

5. Website address (if applicable): www.adgstrategy.group

6. Principal place of business address: 10776 Charleston Place Cooper City, FL 33026

7. Office location responsible for this project: 10776 Charleston Place Cooper City, FL 33026

8. Telephone no.:3057817310 Fax no.:

9. Type of business (check appropriate box):

Cl Corporation (specify the state of incorporation):FL [] Sole Proprietor

[] Limited Liability Company (LLC) Cl Limited Partnership Cl General Partnership (State and County Filed In) [] Other - Specify

10. List Florida Department of State, Division of Corporations document number (or registration number if fictitious name):

11. List name and title of each principal, owner, officer, and major shareholder:

a) Shira Kastan Goldstein b) c) d)

12. AUTHORIZED CONTACT(S) FOR YOUR FIRM:

Name: Shira Kastan Goldstein p. 190 Title: President E-mail: [email protected] Telephone No.: 3057817310

Name: Title: E-mail: Telephone No.:

13. Has your firm, its principals, officers or predecessor organization(s) been debarred Yes  No or suspended by any government entity within the last three years? If yes, specify details in an attached written response. 14. Has your firm, its principals, officers or predecessor organization(s) ever been Yes  No debarred or suspended by any government entity? If yes, specify details in an attached written response, including the reinstatement date, if granted. 15. Has your firm ever failed to complete any services and/or delivery of products during Yes  No the last three (3) years? If yes, specify details in an attached written response. 16. Is your firm or any of its principals or officers currently principals or officers of Yes  No another organization? If yes, specify details in an attached written response.

17. Have any voluntary or involuntary bankruptcy petitions been filed by or against your Yes  No firm, its parent or subsidiaries or predecessor organizations during the last three years? If yes, specify details in an attached written response. 18. Has your firm's surety ever intervened to assist in the completion of a contract or Yes  No have Performance and/or Payment Bond claims been made to your firm or its predecessor's sureties during the last three years? If yes, specify details in an attached written response, including contact information for owner and surety. 19. Has your firm ever failed to complete any work awarded to you, services and/or Yes  No delivery of products during the last three (3) years? If yes, specify details in an attached written response.

20. Has your firm ever been terminated from a contract within the last three years? If Yes  No yes, specify details in an attached written response.

21. Living Wage solicitations only: In determining what, if any, fiscal impacts(s) are a result of the Ordinance for this solicitation, provide the following for informational purposes only. Response is not considered in determining the award of this contract. Living Wage had an effect on the pricing. Yes No  N/A If yes, Living Wage increased the pricing by% or decreased the pricing by%.

Cone of Silence Requirement Certification: The Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances prohibits certain communications among Vendors, Commissioners, County staff, and Selection or Evaluation Committee members. Identify on a separate sheet any violations of this Ordinance by any members of the responding firm or its joint ventures. After the application of the Cone of Silence, inquiries regarding this solicitation should be directed to the Director of Purchasing or designee. The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation.

The Vendor hereby certifies that: (check each box)

 The Vendor has read Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances; and

 The Vendor understands that the Cone of Silence for this competitive solicitation shall be in effect beginning upon the appointment of the Selection or Evaluation Committee, for communication regarding this solicitation with the County Administrator, Deputy County Administrator, Assistant County Administrators, and Assistants to the County Administrator and their respective support staff or any person, including Evaluation or Selection Committee members, appointed to evaluate or recommend selection in this RFP/RLI process. For Communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the initial Evaluation or Selection Committee Meeting.

 The Vendor agrees to comply with the requirements of the Cone of Silence Ordinance.

Drug-Free Workplace Requirements Certification: Section 21.31.a. of the Broward County Procurement Code requires awards of all competitive solicitations requiring Board award be made only to firms certifying the establishment of a drug free workplace program. The program must consist of:

1. Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition;

2. Establishing a continuing drug-free awareness program to inform its employees about: a. The dangers of drug abuse in the workplace; b. The offeror's policy of maintaining a drug-free workplace; c. Any available drug counseling, rehabilitation, and employee assistance programs; and d. The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace;

3. Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph 1;

4. Notifying all employees, in writing, of the statement required by subparagraph 1, that as a condition of employment on a covered contract, the employee shall: a. Abide by the terms of the statement; and b. Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or of any state, for a violation occurring in the workplace NO later than five days after such conviction.

5. Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision 4.b above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee;

6. Within 30 calendar days after receiving notice under subparagraph 4 of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: a. Taking appropriate personnel action against such employee, up to and including termination; or b. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and

7. Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs 1 through 6.

The Vendor hereby certifies that: (check box)

 The Vendor certifies that it has established a drug free workplace program in accordance with the above requirements.

Non-Collusion Certification: Vendor shall disclose, to their best knowledge, any Broward County officer or employee, or any relative of any such officer or employee as defined in Section 112.3135 (1) (c), Florida Statutes, who is an officer or director of, or has a material interest in, the Vendor's business, who is in a position to influence this procurement. Any Broward County officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. Failure of a Vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code.

The Vendor hereby certifies that: (select one)

 The Vendor certifies that this offer is made independently and free from collusion; or

The Vendor is disclosing names of officers or employees who have a material interest in this procurement and is in a position to influence this procurement. Vendor must include a list of name(s), and relationship(s) with its submittal.

Public Entities Crimes Certification: In accordance with Public Entity Crimes, Section 287.133, Florida Statutes, a person or affiliate placed on the convicted vendor list following a conviction for a public entity crime may not submit on a contract: to provide any goods or services; for construction or repair of a public building or public work; for leases of real property to a public entity; and may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for Category Two for a period of 36 months following the date of being placed on the convicted vendor list. The Vendor hereby certifies that: (check box)

 The Vendor certifies that no person or affiliates of the Vendor are currently on the convicted vendor list and/or has not been found to commit a public entity crime, as described in the statutes.

Scrutinized Companies List Certification: Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List is prohibited from submitting a response to a solicitation for goods or services in an amount equal to or greater than $1 million. The Vendor hereby certifies that: (check each box)

 The Vendor, owners, or principals are aware of the requirements of Sections 287.135, 215.473, and 215.4275, Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in Sudan List the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

 The Vendor, owners, or principals, are eligible to participate in this solicitation and are not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

 If awarded the Contract, the Vendor, owners, or principals will immediately notify the County in writing if any of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List.

I hereby certify the information provided in the Vendor Questionnaire and Standard Certifications:

Sept. 11, Shira Kastan Goldstein President 2019 *AUTHORIZED SIGNATURE/NAME TITLE DATE

Vendor Name: ADG Strategy Group

* I certify that I am authorized to sign this solicitation response on behalf of the Vendor as indicated in Certificate as to Corporate Principal, designation letter by Director/Corporate Officer, or other business authorization to bind on behalf of the Vendor. As the Vendor's authorized representative, I attest that any and all statements, oral, written or otherwise, made in support of the Vendor's response, are accurate, true and correct. I also acknowledge that inaccurate, untruthful, or incorrect statements made in support of the Vendor's response may be used by the County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code. I certify that the Vendor's response is made without prior understanding, agreement, or connection with any corporation, firm or person submitting a response for the same items/services, and is in all respects fair and without collusion or fraud. I also certify that the Vendor agrees to abide by all terms and conditions of this solicitation, acknowledge and accept all of the solicitation pages as well as any special instructions sheet(s). 6 3 4 5 Supplier: ADG Strategy Group

VENDOR QUESTIONNAIRE AND STANDARD CERTIFICATIONS Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendor should complete questionnaire and complete and acknowledge the standard certifications and submit with the solicitation response. If not submitted with solicitation response, it must be submitted within three business days of County's request. Failure to timely submit may affect Vendor's evaluation.

If a response requires additional information, the Vendor should upload a written detailed response with submittal; each response should be numbered to match the question number. The completed questionnaire and attached responses will become part of the procurement record. It is imperative that the person completing the Vendor Questionnaire be knowledgeable about the proposing Vendor's business and operations.

1. Legal business name:ADG Strategy Group Inc

2. Doing Business As/ Fictitious Name (if applicable):

3. Federal Employer I.D. no. (FEIN):825337911

4. Dun and Bradstreet No.:

5. Website address (if applicable): www.adgstrategy.group

6. Principal place of business address: 10776 Charleston Place Cooper City, FL 33026

7. Office location responsible for this project: 10776 Charleston Place Cooper City, FL 33026

8. Telephone no.:3057817310 Fax no.:

9. Type of business (check appropriate box):

 Corporation (specify the state of incorporation):FL

Sole Proprietor

Limited Liability Company (LLC) Limited Partnership

General Partnership (State and County Filed In)

Other - Specify

10. List Florida Department of State, Division of Corporations document number (or registration number if fictitious name):

11. List name and title of each principal, owner, officer, and major shareholder:

a) Shira Kastan Goldstein b) c) d)

12. AUTHORIZED CONTACT(S) FOR YOUR FIRM:

Name: Shira Kastan Goldstein Title: President E-mail: [email protected] Telephone No.: 3057817310

Name: Title: E-mail: Telephone No.:

13. Has your firm, its principals, officers or predecessor organization(s) been debarred Yes  No or suspended by any government entity within the last three years? If yes, specify □ □ details in an attached written response. 14. Has your firm, its principals, officers or predecessor organization(s) ever been Yes  No debarred or suspended by any government entity? If yes, specify details in an □ □ attached written response, including the reinstatement date, if granted. 15. Has your firm ever failed to complete any services and/or delivery of products during Yes  No the last three (3) years? If yes, specify details in an attached written response. □ □ 16. Is your firm or any of its principals or officers currently principals or officers of Yes  No another organization? If yes, specify details in an attached written response. □ □

17. Have any voluntary or involuntary bankruptcy petitions been filed by or against your Yes  No firm, its parent or subsidiaries or predecessor organizations during the last three □ □ years? If yes, specify details in an attached written response. 18. Has your firm's surety ever intervened to assist in the completion of a contract or Yes  No have Performance and/or Payment Bond claims been made to your firm or its □ □ predecessor's sureties during the last three years? If yes, specify details in an attached written response, including contact information for owner and surety. 19. Has your firm ever failed to complete any work awarded to you, services and/or Yes  No delivery of products during the last three (3) years? If yes, specify details in an □ □ attached written response.

20. Has your firm ever been terminated from a contract within the last three years? If Yes  No yes, specify details in an attached written response. □ □

21. Living Wage solicitations only: In determining what, if any, fiscal impacts(s) are a result of the Ordinance for this solicitation, provide the following for informational purposes only. Response is not considered in determining the award of this contract. Living Wage had an effect on the pricing. □ Yes □ No □ N/A If yes, Living Wage increased the pricing by% or decreased the pricing by%.

Cone of Silence Requirement Certification: The Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances prohibits certain communications among Vendors, Commissioners, County staff, and Selection or Evaluation Committee members. Identify on a separate sheet any violations of this Ordinance by any members of the responding firm or its joint ventures. After the application of the Cone of Silence, inquiries regarding this solicitation should be directed to the Director of Purchasing or designee. The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation.

The Vendor hereby certifies that: (check each box)

□ The Vendor has read Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances; and

Cl The Vendor understands that the Cone of Silence for this competitive solicitation shall be in effect beginning upon the appointment of the Selection or Evaluation Committee, for communication regarding this solicitation with the County Administrator, Deputy County Administrator, Assistant County Administrators, p. 191 and Assistants to the County Administrator and their respective support staff or any person, including Evaluation or Selection Committee members, appointed to evaluate or recommend selection in this RFP/RLI process. For Communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the initial Evaluation or Selection Committee Meeting.

 The Vendor agrees to comply with the requirements of the Cone of Silence Ordinance.

Drug-Free Workplace Requirements Certification: Section 21.31.a. of the Broward County Procurement Code requires awards of all competitive solicitations requiring Board award be made only to firms certifying the establishment of a drug free workplace program. The program must consist of:

1. Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition;

2. Establishing a continuing drug-free awareness program to inform its employees about: a. The dangers of drug abuse in the workplace; b. The offeror's policy of maintaining a drug-free workplace; c. Any available drug counseling, rehabilitation, and employee assistance programs; and d. The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace;

3. Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph 1;

4. Notifying all employees, in writing, of the statement required by subparagraph 1, that as a condition of employment on a covered contract, the employee shall: a. Abide by the terms of the statement; and b. Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or of any state, for a violation occurring in the workplace NO later than five days after such conviction.

5. Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision 4.b above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee;

6. Within 30 calendar days after receiving notice under subparagraph 4 of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: a. Taking appropriate personnel action against such employee, up to and including termination; or b. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and

7. Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs 1 through 6.

The Vendor hereby certifies that: (check box)

 The Vendor certifies that it has established a drug free workplace program in accordance with the above requirements.

Non-Collusion Certification: Vendor shall disclose, to their best knowledge, any Broward County officer or employee, or any relative of any such officer or employee as defined in Section 112.3135 (1) (c), Florida Statutes, who is an officer or director of, or has a material interest in, the Vendor's business, who is in a position to influence this procurement. Any Broward County officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. Failure of a Vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code.

The Vendor hereby certifies that: (select one)

 The Vendor certifies that this offer is made independently and free from collusion; or

The Vendor is disclosing names of officers or employees who have a material interest in this procurement and is in a position to influence this procurement. Vendor must include a list of name(s), and relationship(s) with its submittal.

Public Entities Crimes Certification: In accordance with Public Entity Crimes, Section 287.133, Florida Statutes, a person or affiliate placed on the convicted vendor list following a conviction for a public entity crime may not submit on a contract: to provide any goods or services; for construction or repair of a public building or public work; for leases of real property to a public entity; and may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for Category Two for a period of 36 months following the date of being placed on the convicted vendor list. The Vendor hereby certifies that: (check box)

 The Vendor certifies that no person or affiliates of the Vendor are currently on the convicted vendor list and/or has not been found to commit a public entity crime, as described in the statutes.

Scrutinized Companies List Certification: Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List is prohibited from submitting a response to a solicitation for goods or services in an amount equal to or greater than $1 million. The Vendor hereby certifies that: (check each box)

 The Vendor, owners, or principals are aware of the requirements of Sections 287.135, 215.473, and 215.4275, Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in Sudan List the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

 The Vendor, owners, or principals, are eligible to participate in this solicitation and are not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

 If awarded the Contract, the Vendor, owners, or principals will immediately notify the County in writing if any of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List.

I hereby certify the information provided in the Vendor Questionnaire and Standard Certifications:

Sept. 11, Shira Kastan Goldstein President 2019 *AUTHORIZED SIGNATURE/NAME TITLE DATE

Vendor Name: ADG Strategy Group

* I certify that I am authorized to sign this solicitation response on behalf of the Vendor as indicated in Certificate as to Corporate Principal, designation letter by Director/Corporate Officer, or other business authorization to bind on behalf of the Vendor. As the Vendor's authorized representative, I attest that any and all statements, oral, written or otherwise, made in support of the Vendor's response, are accurate, true and correct. I also acknowledge that inaccurate, untruthful, or incorrect statements made in support of the Vendor's response may be used by the County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code. I certify that the Vendor's response is made without prior understanding, agreement, or connection with any corporation, firm or person submitting a response for the same items/services, and is in all respects fair and without collusion or fraud. I also certify that the Vendor agrees to abide by all terms and conditions of this solicitation, acknowledge and accept all of the solicitation pages as well as any special instructions sheet(s). 6 3 4 5 Supplier: ADG Strategy Group

VENDOR QUESTIONNAIRE AND STANDARD CERTIFICATIONS Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendor should complete questionnaire and complete and acknowledge the standard certifications and submit with the solicitation response. If not submitted with solicitation response, it must be submitted within three business days of County's request. Failure to timely submit may affect Vendor's evaluation.

If a response requires additional information, the Vendor should upload a written detailed response with submittal; each response should be numbered to match the question number. The completed questionnaire and attached responses will become part of the procurement record. It is imperative that the person completing the Vendor Questionnaire be knowledgeable about the proposing Vendor's business and operations.

1. Legal business name:ADG Strategy Group Inc

2. Doing Business As/ Fictitious Name (if applicable):

3. Federal Employer I.D. no. (FEIN):825337911

4. Dun and Bradstreet No.:

5. Website address (if applicable): www.adgstrategy.group

6. Principal place of business address: 10776 Charleston Place Cooper City, FL 33026

7. Office location responsible for this project: 10776 Charleston Place Cooper City, FL 33026

8. Telephone no.:3057817310 Fax no.:

9. Type of business (check appropriate box):

 Corporation (specify the state of incorporation):FL

Sole Proprietor

Limited Liability Company (LLC) Limited Partnership

General Partnership (State and County Filed In)

Other - Specify

10. List Florida Department of State, Division of Corporations document number (or registration number if fictitious name):

11. List name and title of each principal, owner, officer, and major shareholder:

a) Shira Kastan Goldstein b) c) d)

12. AUTHORIZED CONTACT(S) FOR YOUR FIRM:

Name: Shira Kastan Goldstein Title: President E-mail: [email protected] Telephone No.: 3057817310

Name: Title: E-mail: Telephone No.:

13. Has your firm, its principals, officers or predecessor organization(s) been debarred Yes  No or suspended by any government entity within the last three years? If yes, specify details in an attached written response. 14. Has your firm, its principals, officers or predecessor organization(s) ever been Yes  No debarred or suspended by any government entity? If yes, specify details in an attached written response, including the reinstatement date, if granted. 15. Has your firm ever failed to complete any services and/or delivery of products during Yes  No the last three (3) years? If yes, specify details in an attached written response. 16. Is your firm or any of its principals or officers currently principals or officers of Yes  No another organization? If yes, specify details in an attached written response.

17. Have any voluntary or involuntary bankruptcy petitions been filed by or against your Yes  No firm, its parent or subsidiaries or predecessor organizations during the last three years? If yes, specify details in an attached written response. 18. Has your firm's surety ever intervened to assist in the completion of a contract or Yes  No have Performance and/or Payment Bond claims been made to your firm or its predecessor's sureties during the last three years? If yes, specify details in an attached written response, including contact information for owner and surety. 19. Has your firm ever failed to complete any work awarded to you, services and/or Yes  No delivery of products during the last three (3) years? If yes, specify details in an attached written response.

20. Has your firm ever been terminated from a contract within the last three years? If Yes  No yes, specify details in an attached written response.

21. Living Wage solicitations only: In determining what, if any, fiscal impacts(s) are a result of the Ordinance for this solicitation, provide the following for informational purposes only. Response is not considered in determining the award of this contract. Living Wage had an effect on the pricing. Yes No  N/A If yes, Living Wage increased the pricing by% or decreased the pricing by%.

Cone of Silence Requirement Certification: The Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances prohibits certain communications among Vendors, Commissioners, County staff, and Selection or Evaluation Committee members. Identify on a separate sheet any violations of this Ordinance by any members of the responding firm or its joint ventures. After the application of the Cone of Silence, inquiries regarding this solicitation should be directed to the Director of Purchasing or designee. The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation.

The Vendor hereby certifies that: (check each box)

 The Vendor has read Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances; and

 The Vendor understands that the Cone of Silence for this competitive solicitation shall be in effect beginning upon the appointment of the Selection or Evaluation Committee, for communication regarding this solicitation with the County Administrator, Deputy County Administrator, Assistant County Administrators, and Assistants to the County Administrator and their respective support staff or any person, including Evaluation or Selection Committee members, appointed to evaluate or recommend selection in this RFP/RLI process. For Communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the initial Evaluation or Selection Committee Meeting.

[] The Vendor agrees to comply with the requirements of the Cone of Silence Ordinance.

Drug-Free Workplace Requirements Certification: Section 21.31.a. of the Broward County Procurement Code requires awards of all competitive solicitations requiring Board award be made only to firms certifying the establishment of a drug free workplace program. The program must consist of:

1. Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition;

2. Establishing a continuing drug-free awareness program to inform its employees about: a. The dangers of drug abuse in the workplace; b. The offeror's policy of maintaining a drug-free workplace; c. Any available drug counseling, rehabilitation, and employee assistance programs; and d. The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace;

3. Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph 1;

4. Notifying all employees, in writing, of the statement required by subparagraph 1, that as a condition of employment on a covered contract, the employee shall: a. Abide by the terms of the statement; and b. Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or of any state, for a violation occurring in the workplace NO later than five days after such conviction.

5. Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision 4.b above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee;

6. Within 30 calendar days after receiving notice under subparagraph 4 of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: a. Taking appropriate personnel action against such employee, up to and including termination; or b. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and

7. Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs 1 through 6.

The Vendor hereby certifies that: (check box)

Cl The Vendor certifies that it has established a drug free workplace program in accordance with the above requirements.

Non-Collusion Certification: Vendor shall disclose, to their best knowledge, any Broward County officer or employee, or any relative of any such officer or employee as defined in Section 112.3135 (1) (c), Florida Statutes, who is an officer or director of, or has a material interest in, the Vendor's business, who is in a position to influence this procurement. Any Broward County officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for p. 192 purposes hereof, to be in a position to influence this procurement. Failure of a Vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code.

The Vendor hereby certifies that: (select one)

 The Vendor certifies that this offer is made independently and free from collusion; or

The Vendor is disclosing names of officers or employees who have a material interest in this procurement and is in a position to influence this procurement. Vendor must include a list of name(s), and relationship(s) with its submittal.

Public Entities Crimes Certification: In accordance with Public Entity Crimes, Section 287.133, Florida Statutes, a person or affiliate placed on the convicted vendor list following a conviction for a public entity crime may not submit on a contract: to provide any goods or services; for construction or repair of a public building or public work; for leases of real property to a public entity; and may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for Category Two for a period of 36 months following the date of being placed on the convicted vendor list. The Vendor hereby certifies that: (check box)

 The Vendor certifies that no person or affiliates of the Vendor are currently on the convicted vendor list and/or has not been found to commit a public entity crime, as described in the statutes.

Scrutinized Companies List Certification: Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List is prohibited from submitting a response to a solicitation for goods or services in an amount equal to or greater than $1 million. The Vendor hereby certifies that: (check each box)

 The Vendor, owners, or principals are aware of the requirements of Sections 287.135, 215.473, and 215.4275, Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in Sudan List the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

 The Vendor, owners, or principals, are eligible to participate in this solicitation and are not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

 If awarded the Contract, the Vendor, owners, or principals will immediately notify the County in writing if any of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List.

I hereby certify the information provided in the Vendor Questionnaire and Standard Certifications:

Sept. 11, Shira Kastan Goldstein President 2019 *AUTHORIZED SIGNATURE/NAME TITLE DATE

Vendor Name: ADG Strategy Group

* I certify that I am authorized to sign this solicitation response on behalf of the Vendor as indicated in Certificate as to Corporate Principal, designation letter by Director/Corporate Officer, or other business authorization to bind on behalf of the Vendor. As the Vendor's authorized representative, I attest that any and all statements, oral, written or otherwise, made in support of the Vendor's response, are accurate, true and correct. I also acknowledge that inaccurate, untruthful, or incorrect statements made in support of the Vendor's response may be used by the County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code. I certify that the Vendor's response is made without prior understanding, agreement, or connection with any corporation, firm or person submitting a response for the same items/services, and is in all respects fair and without collusion or fraud. I also certify that the Vendor agrees to abide by all terms and conditions of this solicitation, acknowledge and accept all of the solicitation pages as well as any special instructions sheet(s). 6 3 4 5 Supplier: ADG Strategy Group

VENDOR QUESTIONNAIRE AND STANDARD CERTIFICATIONS Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendor should complete questionnaire and complete and acknowledge the standard certifications and submit with the solicitation response. If not submitted with solicitation response, it must be submitted within three business days of County's request. Failure to timely submit may affect Vendor's evaluation.

If a response requires additional information, the Vendor should upload a written detailed response with submittal; each response should be numbered to match the question number. The completed questionnaire and attached responses will become part of the procurement record. It is imperative that the person completing the Vendor Questionnaire be knowledgeable about the proposing Vendor's business and operations.

1. Legal business name:ADG Strategy Group Inc

2. Doing Business As/ Fictitious Name (if applicable):

3. Federal Employer I.D. no. (FEIN):825337911

4. Dun and Bradstreet No.:

5. Website address (if applicable): www.adgstrategy.group

6. Principal place of business address: 10776 Charleston Place Cooper City, FL 33026

7. Office location responsible for this project: 10776 Charleston Place Cooper City, FL 33026

8. Telephone no.:3057817310 Fax no.:

9. Type of business (check appropriate box):

 Corporation (specify the state of incorporation):FL

Sole Proprietor

Limited Liability Company (LLC) Limited Partnership

General Partnership (State and County Filed In)

Other - Specify

10. List Florida Department of State, Division of Corporations document number (or registration number if fictitious name):

11. List name and title of each principal, owner, officer, and major shareholder:

a) Shira Kastan Goldstein b) c) d)

12. AUTHORIZED CONTACT(S) FOR YOUR FIRM:

Name: Shira Kastan Goldstein Title: President E-mail: [email protected] Telephone No.: 3057817310

Name: Title: E-mail: Telephone No.:

13. Has your firm, its principals, officers or predecessor organization(s) been debarred Yes  No or suspended by any government entity within the last three years? If yes, specify details in an attached written response. 14. Has your firm, its principals, officers or predecessor organization(s) ever been Yes  No debarred or suspended by any government entity? If yes, specify details in an attached written response, including the reinstatement date, if granted. 15. Has your firm ever failed to complete any services and/or delivery of products during Yes  No the last three (3) years? If yes, specify details in an attached written response. 16. Is your firm or any of its principals or officers currently principals or officers of Yes  No another organization? If yes, specify details in an attached written response.

17. Have any voluntary or involuntary bankruptcy petitions been filed by or against your Yes  No firm, its parent or subsidiaries or predecessor organizations during the last three years? If yes, specify details in an attached written response. 18. Has your firm's surety ever intervened to assist in the completion of a contract or Yes  No have Performance and/or Payment Bond claims been made to your firm or its predecessor's sureties during the last three years? If yes, specify details in an attached written response, including contact information for owner and surety. 19. Has your firm ever failed to complete any work awarded to you, services and/or Yes  No delivery of products during the last three (3) years? If yes, specify details in an attached written response.

20. Has your firm ever been terminated from a contract within the last three years? If Yes  No yes, specify details in an attached written response.

21. Living Wage solicitations only: In determining what, if any, fiscal impacts(s) are a result of the Ordinance for this solicitation, provide the following for informational purposes only. Response is not considered in determining the award of this contract. Living Wage had an effect on the pricing. Yes No  N/A If yes, Living Wage increased the pricing by% or decreased the pricing by%.

Cone of Silence Requirement Certification: The Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances prohibits certain communications among Vendors, Commissioners, County staff, and Selection or Evaluation Committee members. Identify on a separate sheet any violations of this Ordinance by any members of the responding firm or its joint ventures. After the application of the Cone of Silence, inquiries regarding this solicitation should be directed to the Director of Purchasing or designee. The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation.

The Vendor hereby certifies that: (check each box)

 The Vendor has read Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances; and

 The Vendor understands that the Cone of Silence for this competitive solicitation shall be in effect beginning upon the appointment of the Selection or Evaluation Committee, for communication regarding this solicitation with the County Administrator, Deputy County Administrator, Assistant County Administrators, and Assistants to the County Administrator and their respective support staff or any person, including Evaluation or Selection Committee members, appointed to evaluate or recommend selection in this RFP/RLI process. For Communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the initial Evaluation or Selection Committee Meeting.

 The Vendor agrees to comply with the requirements of the Cone of Silence Ordinance.

Drug-Free Workplace Requirements Certification: Section 21.31.a. of the Broward County Procurement Code requires awards of all competitive solicitations requiring Board award be made only to firms certifying the establishment of a drug free workplace program. The program must consist of:

1. Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition;

2. Establishing a continuing drug-free awareness program to inform its employees about: a. The dangers of drug abuse in the workplace; b. The offeror's policy of maintaining a drug-free workplace; c. Any available drug counseling, rehabilitation, and employee assistance programs; and d. The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace;

3. Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph 1;

4. Notifying all employees, in writing, of the statement required by subparagraph 1, that as a condition of employment on a covered contract, the employee shall: a. Abide by the terms of the statement; and b. Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or of any state, for a violation occurring in the workplace NO later than five days after such conviction.

5. Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision 4.b above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee;

6. Within 30 calendar days after receiving notice under subparagraph 4 of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: a. Taking appropriate personnel action against such employee, up to and including termination; or b. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and

7. Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs 1 through 6.

The Vendor hereby certifies that: (check box)

 The Vendor certifies that it has established a drug free workplace program in accordance with the above requirements.

Non-Collusion Certification: Vendor shall disclose, to their best knowledge, any Broward County officer or employee, or any relative of any such officer or employee as defined in Section 112.3135 (1) (c), Florida Statutes, who is an officer or director of, or has a material interest in, the Vendor's business, who is in a position to influence this procurement. Any Broward County officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. Failure of a Vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code.

The Vendor hereby certifies that: (select one)

[] The Vendor certifies that this offer is made independently and free from collusion; or

[] The Vendor is disclosing names of officers or employees who have a material interest in this procurement and is in a position to influence this procurement. Vendor must include a list of name(s), and relationship(s) with its submittal.

Public Entities Crimes Certification: In accordance with Public Entity Crimes, Section 287.133, Florida Statutes, a person or affiliate placed on the convicted vendor list following a conviction for a public entity crime may not submit on a contract: to provide any goods or services; for construction or repair of a public building or public work; for leases of real property to a public entity; and may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for Category Two for a period of 36 months following the date of being placed on the convicted vendor list. The Vendor hereby certifies that: (check box)

[] The Vendor certifies that no person or affiliates of the Vendor are currently on the convicted vendor list and/or has not been found to commit a public entity crime, as described in the statutes.

Scrutinized Companies List Certification: Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List is prohibited from submitting a response to a solicitation for goods or services in an amount equal to or greater than $1 million. The Vendor hereby certifies that: (check each box)

[] The Vendor, owners, or principals are aware of the requirements of Sections 287.135, 215.473, and 215.4275, Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in Sudan List the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

[] The Vendor, owners, or principals, are eligible to participate in this solicitation and are not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

Cl If awarded the Contract, the Vendor, owners, or principals will immediately notify the County in writing if any of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List.

I hereby certify the information provided in the Vendor Questionnaire and Standard Certifications:

Sept. 11, Shira Kastan Goldstein President 2019 *AUTHORIZED SIGNATURE/NAME TITLE DATE

Vendor Name: ADG Strategy Group

* I certify that I am authorized to sign this solicitation response on behalf of the Vendor as indicated in Certificate as to Corporate Principal, designation letter by Director/Corporate Officer, or other business authorization to bind on p. 193 behalf of the Vendor. As the Vendor's authorized representative, I attest that any and all statements, oral, written or otherwise, made in support of the Vendor's response, are accurate, true and correct. I also acknowledge that inaccurate, untruthful, or incorrect statements made in support of the Vendor's response may be used by the County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code. I certify that the Vendor's response is made without prior understanding, agreement, or connection with any corporation, firm or person submitting a response for the same items/services, and is in all respects fair and without collusion or fraud. I also certify that the Vendor agrees to abide by all terms and conditions of this solicitation, acknowledge and accept all of the solicitation pages as well as any special instructions sheet(s). 6 3 4 5 Supplier: ADG Strategy Group

VENDOR QUESTIONNAIRE AND STANDARD CERTIFICATIONS Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendor should complete questionnaire and complete and acknowledge the standard certifications and submit with the solicitation response. If not submitted with solicitation response, it must be submitted within three business days of County's request. Failure to timely submit may affect Vendor's evaluation.

If a response requires additional information, the Vendor should upload a written detailed response with submittal; each response should be numbered to match the question number. The completed questionnaire and attached responses will become part of the procurement record. It is imperative that the person completing the Vendor Questionnaire be knowledgeable about the proposing Vendor's business and operations.

1. Legal business name:ADG Strategy Group Inc

2. Doing Business As/ Fictitious Name (if applicable):

3. Federal Employer I.D. no. (FEIN):825337911

4. Dun and Bradstreet No.:

5. Website address (if applicable): www.adgstrategy.group

6. Principal place of business address: 10776 Charleston Place Cooper City, FL 33026

7. Office location responsible for this project: 10776 Charleston Place Cooper City, FL 33026

8. Telephone no.:3057817310 Fax no.:

9. Type of business (check appropriate box):

 Corporation (specify the state of incorporation):FL

Sole Proprietor

Limited Liability Company (LLC) Limited Partnership

General Partnership (State and County Filed In)

Other - Specify

10. List Florida Department of State, Division of Corporations document number (or registration number if fictitious name):

11. List name and title of each principal, owner, officer, and major shareholder:

a) Shira Kastan Goldstein b) c) d)

12. AUTHORIZED CONTACT(S) FOR YOUR FIRM:

Name: Shira Kastan Goldstein Title: President E-mail: [email protected] Telephone No.: 3057817310

Name: Title: E-mail: Telephone No.:

13. Has your firm, its principals, officers or predecessor organization(s) been debarred Yes  No or suspended by any government entity within the last three years? If yes, specify details in an attached written response. 14. Has your firm, its principals, officers or predecessor organization(s) ever been Yes  No debarred or suspended by any government entity? If yes, specify details in an attached written response, including the reinstatement date, if granted. 15. Has your firm ever failed to complete any services and/or delivery of products during Yes  No the last three (3) years? If yes, specify details in an attached written response. 16. Is your firm or any of its principals or officers currently principals or officers of Yes  No another organization? If yes, specify details in an attached written response.

17. Have any voluntary or involuntary bankruptcy petitions been filed by or against your Yes  No firm, its parent or subsidiaries or predecessor organizations during the last three years? If yes, specify details in an attached written response. 18. Has your firm's surety ever intervened to assist in the completion of a contract or Yes  No have Performance and/or Payment Bond claims been made to your firm or its predecessor's sureties during the last three years? If yes, specify details in an attached written response, including contact information for owner and surety. 19. Has your firm ever failed to complete any work awarded to you, services and/or Yes  No delivery of products during the last three (3) years? If yes, specify details in an attached written response.

20. Has your firm ever been terminated from a contract within the last three years? If Yes  No yes, specify details in an attached written response.

21. Living Wage solicitations only: In determining what, if any, fiscal impacts(s) are a result of the Ordinance for this solicitation, provide the following for informational purposes only. Response is not considered in determining the award of this contract. Living Wage had an effect on the pricing. Yes No  N/A If yes, Living Wage increased the pricing by% or decreased the pricing by%.

Cone of Silence Requirement Certification: The Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances prohibits certain communications among Vendors, Commissioners, County staff, and Selection or Evaluation Committee members. Identify on a separate sheet any violations of this Ordinance by any members of the responding firm or its joint ventures. After the application of the Cone of Silence, inquiries regarding this solicitation should be directed to the Director of Purchasing or designee. The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation.

The Vendor hereby certifies that: (check each box)

 The Vendor has read Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances; and

 The Vendor understands that the Cone of Silence for this competitive solicitation shall be in effect beginning upon the appointment of the Selection or Evaluation Committee, for communication regarding this solicitation with the County Administrator, Deputy County Administrator, Assistant County Administrators, and Assistants to the County Administrator and their respective support staff or any person, including Evaluation or Selection Committee members, appointed to evaluate or recommend selection in this RFP/RLI process. For Communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the initial Evaluation or Selection Committee Meeting.

 The Vendor agrees to comply with the requirements of the Cone of Silence Ordinance.

Drug-Free Workplace Requirements Certification: Section 21.31.a. of the Broward County Procurement Code requires awards of all competitive solicitations requiring Board award be made only to firms certifying the establishment of a drug free workplace program. The program must consist of:

1. Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition;

2. Establishing a continuing drug-free awareness program to inform its employees about: a. The dangers of drug abuse in the workplace; b. The offeror's policy of maintaining a drug-free workplace; c. Any available drug counseling, rehabilitation, and employee assistance programs; and d. The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace;

3. Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph 1;

4. Notifying all employees, in writing, of the statement required by subparagraph 1, that as a condition of employment on a covered contract, the employee shall: a. Abide by the terms of the statement; and b. Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or of any state, for a violation occurring in the workplace NO later than five days after such conviction.

5. Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision 4.b above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee;

6. Within 30 calendar days after receiving notice under subparagraph 4 of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: a. Taking appropriate personnel action against such employee, up to and including termination; or b. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and

7. Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs 1 through 6.

The Vendor hereby certifies that: (check box)

 The Vendor certifies that it has established a drug free workplace program in accordance with the above requirements.

Non-Collusion Certification: Vendor shall disclose, to their best knowledge, any Broward County officer or employee, or any relative of any such officer or employee as defined in Section 112.3135 (1) (c), Florida Statutes, who is an officer or director of, or has a material interest in, the Vendor's business, who is in a position to influence this procurement. Any Broward County officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. Failure of a Vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code.

The Vendor hereby certifies that: (select one)

 The Vendor certifies that this offer is made independently and free from collusion; or

The Vendor is disclosing names of officers or employees who have a material interest in this procurement and is in a position to influence this procurement. Vendor must include a list of name(s), and relationship(s) with its submittal.

Public Entities Crimes Certification: In accordance with Public Entity Crimes, Section 287.133, Florida Statutes, a person or affiliate placed on the convicted vendor list following a conviction for a public entity crime may not submit on a contract: to provide any goods or services; for construction or repair of a public building or public work; for leases of real property to a public entity; and may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for Category Two for a period of 36 months following the date of being placed on the convicted vendor list. The Vendor hereby certifies that: (check box)

 The Vendor certifies that no person or affiliates of the Vendor are currently on the convicted vendor list and/or has not been found to commit a public entity crime, as described in the statutes.

Scrutinized Companies List Certification: Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List is prohibited from submitting a response to a solicitation for goods or services in an amount equal to or greater than $1 million. The Vendor hereby certifies that: (check each box)

 The Vendor, owners, or principals are aware of the requirements of Sections 287.135, 215.473, and 215.4275, Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in Sudan List the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

 The Vendor, owners, or principals, are eligible to participate in this solicitation and are not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

 If awarded the Contract, the Vendor, owners, or principals will immediately notify the County in writing if any of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List.

I hereby certify the information provided in the Vendor Questionnaire and Standard Certifications:

Sept. 11, Shira Kastan Goldstein President 2019 *AUTHORIZED SIGNATURE/NAME TITLE DATE

Vendor Name: ADG Strategy Group

* I certify that I am authorized to sign this solicitation response on behalf of the Vendor as indicated in Certificate as to Corporate Principal, designation letter by Director/Corporate Officer, or other business authorization to bind on behalf of the Vendor. As the Vendor's authorized representative, I attest that any and all statements, oral, written or otherwise, made in support of the Vendor's response, are accurate, true and correct. I also acknowledge that inaccurate, untruthful, or incorrect statements made in support of the Vendor's response may be used by the County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code. I certify that the Vendor's response is made without prior understanding, agreement, or connection with any corporation, firm or person submitting a response for the same items/services, and is in all respects fair and without collusion or fraud. I also certify that the Vendor agrees to abide by all terms and conditions of this solicitation, acknowledge and accept all of the solicitation pages as well as any special instructions sheet(s). 6 3 4

p. 194 u5 Supplier: ADG Strategy Group

LOBBYIST REGISTRATION REQUIREMENT CERTIFICATION FORM

The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

The Vendor certifies that it understands if it has retained a lobbyist(s) to lobby in connection with a competitive solicitation, it shall be deemed non-responsive unless the firm, in responding to the competitive solicitation, certifies that each lobbyist retained has timely filed the registration or amended registration required under Broward County Lobbyist Registration Act, Section 1-262, Broward County Code of Ordinances; and it understands that if, after awarding a contract in connection with the solicitation, the County learns that the certification was erroneous, and upon investigation determines that the error was willful or intentional on the part of the Vendor, the County may, on that basis, exercise any contractual right to terminate the contract for convenience.

The Vendor hereby certifies that: (select one)

□ It has not retained a lobbyist(s) to lobby in connection with this competitive solicitation; however, if retained after the solicitation, the County will be notified.

□ It has retained a lobbyist(s) to lobby in connection with this competitive solicitation and certified that each lobbyist retained has timely filed the registration or amended registration required under Broward County Lobbyist Registration Act, Section 1-262, Broward County Code of Ordinances.

It is a requirement of this solicitation that the names of any and all lobbyists retained to lobby in connection with this solicitation be listed below:

Name of Lobbyist: Lobbyist’s Firm: Phone: E-mail:

Name of Lobbyist: Lobbyist’s Firm: Phone: E-mail:

Authorized Signature/Name: Shira Kastan Goldstein Date: Sept. 11, 2019

Title: President

Vendor Name: ADG Strategy Group

u6 p. 195 5 Supplier: ADG Strategy Group

DOMESTIC PARTNERSHIP ACT CERTIFICATION FORM (REQUIREMENT AND TIEBREAKER)

Refer to Special Instructions to identify if Domestic Partnership Act is a requirement of the solicitation or acts only as a tiebreaker. If Domestic Partnership is a requirement of the solicitation, the completed and signed form should be returned with the Vendor’s submittal. If the form is not provided with submittal, the Vendor must submit within three business days of County’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes. To qualify for the Domestic Partnership tiebreaker criterion, the Vendor must currently offer the Domestic Partnership benefit and the completed and signed form must be returned at time of solicitation submittal.

The Domestic Partnership Act, Section 16 ½ -157, Broward County Code of Ordinances, requires all Vendors contracting with the County, in an amount over $100,000 provide benefits to Domestic Partners of its employees, on the same basis as it provides benefits to employees’ spouses, with certain exceptions as provided by the Ordinance.

For all submittals over $100,000.00, the Vendor, by virtue of the signature below, certifies that it is aware of the requirements of Broward County’s Domestic Partnership Act, Section 16-½ -157, Broward County Code of Ordinances; and certifies the following: (check only one below).

 1. The Vendor currently complies with the requirements of the County’s Domestic □ Partnership Act and provides benefits to Domestic Partners of its employees on the same basis as it provides benefits to employees’ spouses

2. The Vendor will comply with the requirements of the County’s Domestic Partnership Act at □ time of contract award and provide benefits to Domestic Partners of its employees on the same basis as it provides benefits to employees’ spouses.

3. The Vendor will not comply with the requirements of the County’s Domestic Partnership □ Act at time of award.

4. The Vendor does not need to comply with the requirements of the County’s Domestic □ Partnership Act at time of award because the following exception(s) applies: (check only one below).

The Vendor is a governmental entity, not-for-profit corporation, or charitable □ organization.

The Vendor is a religious organization, association, society, or non-profit charitable or □ educational institution.

The Vendor provides an employee the cash equivalent of benefits. (Attach an affidavit in □ compliance with the Act stating the efforts taken to provide such benefits and the amount of the cash equivalent).

The Vendor cannot comply with the provisions of the Domestic Partnership Act because □ it would violate the laws, rules or regulations of federal or state law or would violate or be inconsistent with the terms or conditions of a grant or contract with the United States or State of Florida. Indicate the law, statute or regulation (State the law, statute or regulation and attach explanation of its applicability).

Shira Kastan Goldstein President ADG Strategy Group Sept. 11, 2019 Authorized Signature/Name Title Vendor Name Date

6

p. 196 5 Supplier: ADG Strategy Group

DOMESTIC PARTNERSHIP ACT CERTIFICATION FORM (REQUIREMENT AND TIEBREAKER)

Refer to Special Instructions to identify if Domestic Partnership Act is a requirement of the solicitation or acts only as a tiebreaker. If Domestic Partnership is a requirement of the solicitation, the completed and signed form should be returned with the Vendor’s submittal. If the form is not provided with submittal, the Vendor must submit within three business days of County’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes. To qualify for the Domestic Partnership tiebreaker criterion, the Vendor must currently offer the Domestic Partnership benefit and the completed and signed form must be returned at time of solicitation submittal.

The Domestic Partnership Act, Section 16 ½ -157, Broward County Code of Ordinances, requires all Vendors contracting with the County, in an amount over $100,000 provide benefits to Domestic Partners of its employees, on the same basis as it provides benefits to employees’ spouses, with certain exceptions as provided by the Ordinance.

For all submittals over $100,000.00, the Vendor, by virtue of the signature below, certifies that it is aware of the requirements of Broward County’s Domestic Partnership Act, Section 16-½ -157, Broward County Code of Ordinances; and certifies the following: (check only one below).

 1. The Vendor currently complies with the requirements of the County’s Domestic Partnership Act and provides benefits to Domestic Partners of its employees on the same basis as it provides benefits to employees’ spouses

2. The Vendor will comply with the requirements of the County’s Domestic Partnership Act at time of contract award and provide benefits to Domestic Partners of its employees on the same basis as it provides benefits to employees’ spouses.

3. The Vendor will not comply with the requirements of the County’s Domestic Partnership Act at time of award.

4. The Vendor does not need to comply with the requirements of the County’s Domestic Partnership Act at time of award because the following exception(s) applies: (check only one below).

The Vendor is a governmental entity, not-for-profit corporation, or charitable organization.

The Vendor is a religious organization, association, society, or non-profit charitable or educational institution.

The Vendor provides an employee the cash equivalent of benefits. (Attach an affidavit in compliance with the Act stating the efforts taken to provide such benefits and the amount of the cash equivalent).

The Vendor cannot comply with the provisions of the Domestic Partnership Act because it would violate the laws, rules or regulations of federal or state law or would violate or be inconsistent with the terms or conditions of a grant or contract with the United States or State of Florida. Indicate the law, statute or regulation (State the law, statute or regulation and attach explanation of its applicability).

Shira Kastan Goldstein President ADG Strategy Group Sept. 11, 2019 Authorized Signature/Name Title Vendor Name Date Cl 6

p. 197 5 Supplier: ADG Strategy Group

Office of Economic and Small Business Requirements: CBE Goal Participation A. In accordance with the Broward County Business Opportunity Act of 2012, Section 1-81, Code of Ordinances, as amended (the “Business Opportunity Act”), the County Business Enterprise (CBE) Program is applicable to this contract. All Vendors responding to this solicitation are required to utilize CBE firms to perform the assigned participation goal for this contract. B. The CBE participation goal will be established based on the expected expenditure amount for the proposed scope of services for the project. The Office of Economic and Small Business Development (OESBD) will not include alternate items, optional services or allowances when establishing the CBE participation goal. If the County subsequently chooses to award any alternate items, optional services or allowances as determined by OESBD and the Contract Administrator to be related to the scope of services, OESBD may apply the established CBE participation goal. In such an instance, the County will issue a written notice to the successful Vendor that the CBE participation goal will also apply to the alternate items, optional services or allowances. Vendor shall submit all required forms pertaining to its compliance with the CBE participation goal, as applicable. Failure by Vendor to submit the required forms may result in the rejection of Vendor’s solicitation submittal prior to the award or failure to comply with the contract requirements may have an impact on the vendor performance evaluation post award, as applicable. C. CBE Program Requirements: Compliance with CBE participation goal requirements is a matter of responsibility; Vendor should submit all required forms and information with its solicitation submittal. If the required forms and information are not provided with the Vendor’s solicitation submittal, then Vendor must supply the required forms and information no later than three (3) business days after request by OESBD. Vendor may be deemed non-responsible for failure to fully comply with CBE Program Requirements within these stated timeframes. 1. Vendor should include in its solicitation submittal a Letter Of Intent Between Bidder/Offeror and County Business Enterprise (CBE) Subcontractor/Supplier for each CBE firm the Vendor intends to use to achieve the assigned CBE participation goal. The form is available at the following link: http://www.broward.org/EconDev/Documents/CBELetterOfIntent.pdf 2. If Vendor is unable to attain the CBE participation goal, Vendor should include in its solicitation submittal an Application for Evaluation of Good Faith Efforts and all of the required supporting information. The form is available at the following link: http://www.broward.org/EconDev/WhatWeDo/Documents/GoodFaithEffortEval.pdf D. OESBD maintains an online directory of CBE firms. The online directory is available for use by Vendors at https://webapps4.broward.org/smallbusiness/sbdirectory.aspx. E. For detailed information regarding the CBE Program contact the OESBD at (954) 357-6400 or visit the website at: http://www.broward.org/EconDev/SmallBusiness/ F. If awarded the contract, Vendor agrees to and shall comply with all applicable requirements of the Business Opportunity Act and the CBE Program in the award and administration of the contract. 1. No party to this contract may discriminate on the basis of race, color, sex, religion, national origin, disability, age, marital status, political affiliation, sexual orientation, pregnancy, or gender identity and expression in the performance of this contract. p. 198 2. All entities that seek to conduct business with the County, including Vendor or any Prime Contractors, Subcontractors, and Bidders, shall conduct such business activities in a fair and reasonable manner, free from fraud, coercion, collusion, intimidation, or bad faith. Failure to do so may result in the cancellation of this solicitation, cessation of contract negotiations, revocation of CBE certification, and suspension or debarment from future contracts. 3. If Vendor fails to meet or make Good Faith Efforts (as defined in the Business Opportunity Act) to meet the CBE participation commitment (the “Commitment”), then Vendor shall pay the County liquidated damages in an amount equal to fifty percent (50%) of the actual dollar amount by which Vendor failed to achieve the Commitment, up to a maximum amount of ten percent (10%) of the total contract amount, excluding costs and reimbursable expenses. An example of this calculation is stated in Section 1-81.7, Broward County Code of Ordinances. 4. Vendor shall comply with all applicable requirements of the Business Opportunity Act in the award of this contract. Failure by Vendor to carry out any of these requirements shall constitute a material breach of the contract, which shall permit the County to terminate this contract or to exercise any other remedy provided under this contract, the Broward County Code of Ordinances, the Broward County Administrative Code, or other applicable laws, with all such remedies being cumulative. 5. Vendor shall pay its CBE subcontractors and suppliers, within fifteen (15) days following receipt of payment from the County, for all completed subcontracted work and supplies. If Vendor withholds an amount from CBE subcontractors or suppliers as retainage, such retainage shall be released and paid within fifteen (15) days following receipt of payment of retained amounts from the County. 6. Vendor understands that the County will monitor Vendor’s compliance with the CBE Program requirements. Vendor must provide OESBD with a Monthly Utilization Report (MUR) to confirm its compliance with the Commitment agreed to in the contract; timely submission of the MUR every month throughout the term of the contract, including amendment and extension terms, is a condition precedent to the County’s payment of Vendor under the contract.

6 5 Supplier: ADG Strategy Group

Office of Economic and Small Business Requirements: CBE Goal Participation A. In accordance with the Broward County Business Opportunity Act of 2012, Section 1-81, Code of Ordinances, as amended (the “Business Opportunity Act”), the County Business Enterprise (CBE) Program is applicable to this contract. All Vendors responding to this solicitation are required to utilize CBE firms to perform the assigned participation goal for this contract. B. The CBE participation goal will be established based on the expected expenditure amount for the proposed scope of services for the project. The Office of Economic and Small Business Development (OESBD) will not include alternate items, optional services or allowances when establishing the CBE participation goal. If the County subsequently chooses to award any alternate items, optional services or allowances as determined by OESBD and the Contract Administrator to be related to the scope of services, OESBD may apply the established CBE participation goal. In such an instance, the County will issue a written notice to the successful Vendor that the CBE participation goal will also apply to the alternate items, optional services or allowances. Vendor shall submit all required forms pertaining to its compliance with the CBE participation goal, as applicable. Failure by Vendor to submit the required forms may result in the rejection of Vendor’s solicitation submittal prior to the award or failure to comply with the contract requirements may have an impact on the vendor performance evaluation post award, as applicable. C. CBE Program Requirements: Compliance with CBE participation goal requirements is a matter of responsibility; Vendor should submit all required forms and information with its solicitation submittal. If the required forms and information are not provided with the Vendor’s solicitation submittal, then Vendor must supply the required forms and information no later than three (3) business days after request by OESBD. Vendor may be deemed non-responsible for failure to fully comply with CBE Program Requirements within these stated timeframes. 1. Vendor should include in its solicitation submittal a Letter Of Intent Between Bidder/Offeror and County Business Enterprise (CBE) Subcontractor/Supplier for each CBE firm the Vendor intends to use to achieve the assigned CBE participation goal. The form is available at the following link: http://www.broward.org/EconDev/Documents/CBELetterOfIntent.pdf 2. If Vendor is unable to attain the CBE participation goal, Vendor should include in its solicitation submittal an Application for Evaluation of Good Faith Efforts and all of the required supporting information. The form is available at the following link: http://www.broward.org/EconDev/WhatWeDo/Documents/GoodFaithEffortEval.pdf D. OESBD maintains an online directory of CBE firms. The online directory is available for use by Vendors at https://webapps4.broward.org/smallbusiness/sbdirectory.aspx. E. For detailed information regarding the CBE Program contact the OESBD at (954) 357-6400 or visit the website at: http://www.broward.org/EconDev/SmallBusiness/ F. If awarded the contract, Vendor agrees to and shall comply with all applicable requirements of the Business Opportunity Act and the CBE Program in the award and administration of the contract. 1. No party to this contract may discriminate on the basis of race, color, sex, religion, national origin, disability, age, marital status, political affiliation, sexual orientation, pregnancy, or gender identity and expression in the performance of this contract. 2. All entities that seek to conduct business with the County, including Vendor or any Prime Contractors, Subcontractors, and Bidders, shall conduct such business activities in a fair and reasonable manner, free from fraud, coercion, collusion, intimidation, or bad faith. Failure to do so may result in the cancellation of this solicitation, cessation of contract negotiations, revocation of CBE certification, and suspension or debarment from future contracts. 3. If Vendor fails to meet or make Good Faith Efforts (as defined in the Business Opportunity Act) to meet the CBE participation commitment (the “Commitment”), then Vendor shall pay the County liquidated damages in an amount equal to fifty percent (50%) of the actual dollar amount by which Vendor failed to achieve the Commitment, up to a maximum amount of ten percent (10%) of the total contract amount, excluding costs and reimbursable expenses. An example of this calculation is stated in Section 1-81.7, Broward County Code of Ordinances. 4. Vendor shall comply with all applicable requirements of the Business Opportunity Act in the award of this contract. Failure by Vendor to carry out any of these requirements shall constitute a material breach of the contract, which shall permit the County to terminate this contract or to exercise any other remedy provided under this contract, the Broward County Code of Ordinances, the Broward County Administrative Code, or other applicable laws, with all such remedies being cumulative. 5. Vendor shall pay its CBE subcontractors and suppliers, within fifteen (15) days following receipt of payment from the County, for all completed subcontracted work and supplies. If Vendor withholds an amount from CBE subcontractors or suppliers as retainage, such retainage shall be released and paid within fifteen (15) days following receipt of payment of retained amounts from the County. 6. Vendor understands that the County will monitor Vendor’s compliance with the CBE Program requirements. Vendor must provide OESBD with a Monthly Utilization Report (MUR) to confirm its compliance with the Commitment agreed to in the contract; timely submission of the MUR every month throughout the term of the contract, including amendment and extension terms, is a condition precedent to the County’s payment of Vendor under the contract.

u6

p. 199 u5 Supplier: ADG Strategy Group

LITIGATION HISTORY FORM

The completed form(s) should be returned with the Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

There are no material cases for this Vendor; or □ Material Case(s) are disclosed below: □ Is this for a: (check type) If Yes, name of Parent/Subsidiary/Predecessor: □ Parent, □ Subsidiary, or Or No □ □ Predecessor Firm? Party Case Number, Name, and Date Filed Name of Court or other tribunal Type of Case Bankruptcy □ Civil □ Criminal □ Administrative/Regulatory □ Claim or Cause of Action and Brief description of each Count Brief description of the Subject Matter and Project Involved Disposition of Case Pending □ Settled □ Dismissed □ (Attach copy of any applicable Judgment, Judgment Vendor’s Favor □ Judgment Against Vendor □ Settlement Agreement and Satisfaction of Judgment.) If Judgment Against, is Judgment Satisfied? □ Yes □ No Opposing Counsel Name: Email: Telephone Number:

Vendor Name: ADG Strategy Group

u6 p. 200 u5 Supplier: ADG Strategy Group

AFFILIATED ENTITIES OF THE PRINCIPAL(S) CERTIFICATION FORM The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes. a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. b. The County will review all affiliated entities of the Vendor’s principal(s) for contract performance evaluations and the compliance history with the County’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity. c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility. The Vendor hereby certifies that: (select one)

□ No principal of the proposing Vendor has prior affiliations that meet the criteria defined as “Affiliated entities” □ Principal(s) listed below have prior affiliations that meet the criteria defined as “Affiliated entities”

Principal’s Name: Names of Affiliated Entities: Principal’s Name: Names of Affiliated Entities: Principal’s Name: Names of Affiliated Entities:

Authorized Signature Name: Shira Kastan Goldstein

Title: President

Vendor Name: ADG Strategy Group

Date: Sept. 11, 2019

u6 p. 201 u5 Supplier: ADG Strategy Group

AGREEMENT EXCEPTION FORM

The completed form(s) should be returned with the Vendor’s submittal. If not provided with submittal, it shall be deemed an affirmation by the Vendor that it accepts the terms and conditions of the County’s Agreement as disclosed in the solicitation.

The Vendor must either provide specific proposed alternative language on the form below. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

 There are no exceptions to the terms and conditions of the County Agreement as referenced in □ the solicitation; or

The following exceptions are disclosed below: (use additional forms as needed; separate □ each Article/ Section number)

Term or Insert version of exception or Provide brief justification for Condition specific proposed alternative change Article / Section language

Vendor Name: ADG Strategy Group

u6 p. 202 u5 Supplier: ADG Strategy Group

RFP-RLI-RFQ LOCAL PREFERENCE AND TIE BREAKER CERTIFICATION FORM

The completed and signed form should be returned with the Vendor’s submittal to determine Local Preference eligibility, however it must be returned at time of solicitation submittal to qualify for the Tie Break criteria. If not provided with submittal, the Vendor must submit within three business days of County’s request for evaluation of Local Preference. Proof of a local business tax should be submitted with this form. Failure to timely submit this form or local business tax receipt may render the business ineligible for application of the Local Preference or Tie Break Criteria.

In accordance with Section 21.31.d. of the Broward County Procurement Code, to qualify for the Tie Break Criteria, the undersigned Vendor hereby certifies that (check box if applicable): □ The Vendor is a local Vendor in Broward County and: a. has a valid Broward County local business tax receipt; b. has been in existence for at least six-months prior to the solicitation opening; c. at a business address physically located within Broward County; d. in an area zoned for such business; e. provides services from this location on a day-to-day basis, and f. services provided from this location are a substantial component of the services offered in the Vendor's proposal. In accordance with Local Preference, Section 1-74, et. seq., Broward County Code of Ordinances, a local business meeting the below requirements is eligible for Local Preference. To qualify for the Local Preference, the undersigned Vendor hereby certifies that (check box if applicable): □ The Vendor is a local Vendor in Broward and: a. has a valid Broward County local business tax receipt issued at least one year prior to solicitation opening; b. has been in existence for at least one-year prior to the solicitation opening; c. provides services on a day-to-day basis, at a business address physically located within the Broward County limits in an area zoned for such business; and d. the services provided from this location are a substantial component of the services offered in the Vendor's proposal. Local Business Address: 10776 Charleston Place Cooper City, FL 33026 Vendor does not qualify for Tie Break Criteria or Local Preference, in accordance with the above requirements. The undersigned Vendor hereby certifies that (check box if applicable): The Vendor is not a local Vendor in Broward County. Shira Kastan Goldstein President ADG Strategy Sept. 11, 2019 Group AUTHORIZED TITLE COMPANY DATE SIGNATURE/NAME

u6 p. 203 5 Supplier: ADG Strategy Group

RFP-RFQ-RLI LOCATION ATTESTATION FORM (EVALUATION CRITERIA)

The completed and signed form and supporting information (if applicable, for Joint Ventures) should be returned with the Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit this form and supporting information may affect the Vendor’s evaluation. Provided information is subject to verification by the County.

A Vendor’s principal place of business location (also known as the nerve center) within Broward County is considered in accordance with Evaluation Criteria. The County’s definition of a principal place of business is:

1. As defined by the Broward County Local Preference Ordinance, “Principal place of business means the nerve center or center of overall direction, control and coordination of the activities of the bidder [Vendor]. If the bidder has only one (1) business location, such business location shall be considered its principal place of business.”

2. A principal place of business refers to the place where a corporation's officers direct, control, and coordinate the corporation's day-to-day activities. It is the corporation's ‘nerve center’ and in practice it should normally be the place where the corporation maintains its headquarters; provided that the headquarters is the actual center of direction, control, and coordination, i.e., the ‘nerve center’, and not simply an office where the corporation holds its board meetings (for example, attended by directors and officers who have traveled there for the occasion).

The Vendor’s principal place of business in Broward County shall be the Vendor’s “Principal Address” as indicated with the Florida Department of State Division of Corporations, for at least six months prior to the solicitation’s due date.

Check one of the following:

□ The Vendor certifies that it has a principal place of business location (also known as the nerve center) within Broward County, as documented in Florida Department of State Division of Corporations (Sunbiz), and attests to the following statements:

1. Vendor’s address listed in its submittal is its principal place of business as defined by Broward County;

2. Vendor’s “Principal Address” listed with the Florida Department of State Division of Corporations is the same as the address listed in its submittal and the address was listed for at least six months prior to the solicitation’s opening date. A copy of Florida Department of State Division of Corporations (Sunbiz) is attached as verification.

3. Vendor must be located at the listed “nerve center” address (“Principal Address”) for at least six (6) months prior to the solicitation’s opening date; 4. Vendor has not merged with another firm within the last six months that is not headquartered in Broward County and is not a wholly owned subsidiary or a holding company of another firm that is not headquartered in Broward County;

5. If awarded a contract, it is the intent of the Vendor to remain at the referenced address for the duration of the contract term, including any renewals, extensions or any approved interim contracts for the services provided under this contract; and p. 204 6. The Vendor understands that if after contract award, the County learns that the attestation was erroneous, and upon investigation determines that the error was willful or intentional on the part of the Vendor, the County may, on that basis exercise any contractual right to terminate the contract. Further any misleading, inaccurate, false information or documentation submitted by any party affiliated with this procurement may lead to suspension and/or debarment from doing business with Broward County as outlined in the Procurement Code, Section 21.119.

If the Vendor is submitting a response as a Joint Venture, the following information is required to be submitted:

a. Name of the Joint Venture Partnership b. Percentage of Equity for all Joint Venture Partners c. A copy of the executed Agreement(s) between the Joint Venture Partners

Vendor does not have a principal place of business location (also known as the nerve center) within Broward County.

Vendor Information:

Vendor Name: ADG Strategy Group

Vendor’s address listed in its submittal is:

10776 Charleston Place Cooper City, FL 33026

The signature below must be by an individual authorized to bind the Vendor. The signature below is an attestation that all information listed above and provided to Broward County is true and accurate.

Shira Kastan Goldstein President ADG Strategy Group Sept. 11, 2019 Authorized Title Vendor Name Date Signature/Name

6 5 Supplier: ADG Strategy Group

RFP-RFQ-RLI LOCATION ATTESTATION FORM (EVALUATION CRITERIA)

The completed and signed form and supporting information (if applicable, for Joint Ventures) should be returned with the Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit this form and supporting information may affect the Vendor’s evaluation. Provided information is subject to verification by the County.

A Vendor’s principal place of business location (also known as the nerve center) within Broward County is considered in accordance with Evaluation Criteria. The County’s definition of a principal place of business is:

1. As defined by the Broward County Local Preference Ordinance, “Principal place of business means the nerve center or center of overall direction, control and coordination of the activities of the bidder [Vendor]. If the bidder has only one (1) business location, such business location shall be considered its principal place of business.”

2. A principal place of business refers to the place where a corporation's officers direct, control, and coordinate the corporation's day-to-day activities. It is the corporation's ‘nerve center’ and in practice it should normally be the place where the corporation maintains its headquarters; provided that the headquarters is the actual center of direction, control, and coordination, i.e., the ‘nerve center’, and not simply an office where the corporation holds its board meetings (for example, attended by directors and officers who have traveled there for the occasion).

The Vendor’s principal place of business in Broward County shall be the Vendor’s “Principal Address” as indicated with the Florida Department of State Division of Corporations, for at least six months prior to the solicitation’s due date.

Check one of the following:

 The Vendor certifies that it has a principal place of business location (also known as the nerve center) within Broward County, as documented in Florida Department of State Division of Corporations (Sunbiz), and attests to the following statements:

1. Vendor’s address listed in its submittal is its principal place of business as defined by Broward County;

2. Vendor’s “Principal Address” listed with the Florida Department of State Division of Corporations is the same as the address listed in its submittal and the address was listed for at least six months prior to the solicitation’s opening date. A copy of Florida Department of State Division of Corporations (Sunbiz) is attached as verification.

3. Vendor must be located at the listed “nerve center” address (“Principal Address”) for at least six (6) months prior to the solicitation’s opening date; 4. Vendor has not merged with another firm within the last six months that is not headquartered in Broward County and is not a wholly owned subsidiary or a holding company of another firm that is not headquartered in Broward County;

5. If awarded a contract, it is the intent of the Vendor to remain at the referenced address for the duration of the contract term, including any renewals, extensions or any approved interim contracts for the services provided under this contract; and

6. The Vendor understands that if after contract award, the County learns that the attestation was erroneous, and upon investigation determines that the error was willful or intentional on the part of the Vendor, the County may, on that basis exercise any contractual right to terminate the contract. Further any misleading, inaccurate, false information or documentation submitted by any party affiliated with this procurement may lead to suspension and/or debarment from doing business with Broward County as outlined in the Procurement Code, Section 21.119.

If the Vendor is submitting a response as a Joint Venture, the following information is required to be submitted:

a. Name of the Joint Venture Partnership b. Percentage of Equity for all Joint Venture Partners c. A copy of the executed Agreement(s) between the Joint Venture Partners

□ Vendor does not have a principal place of business location (also known as the nerve center) within Broward County.

Vendor Information:

Vendor Name: ADG Strategy Group

Vendor’s address listed in its submittal is:

10776 Charleston Place Cooper City, FL 33026

The signature below must be by an individual authorized to bind the Vendor. The signature below is an attestation that all information listed above and provided to Broward County is true and accurate.

Shira Kastan Goldstein President ADG Strategy Group Sept. 11, 2019 Authorized Title Vendor Name Date Signature/Name

u6

p. 205 5 Supplier: ADG Strategy Group

SUBCONTRACTORS/SUBCONSULTANTS/SUPPLIERS REQUIREMENT FORM Request for Proposals, Request for Qualifications, or Request for Letters of Interest

The following forms and supporting information (if applicable) should be returned with Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit may affect Vendor’s evaluation.

A. The Vendor shall submit a listing of all subcontractors, subconsultants and major material suppliers (firms), if any, and the portion of the contract they will perform. A major material supplier is considered any firm that provides construction material for construction contracts, or commodities for service contracts in excess of $50,000, to the Vendor. B. If participation goals apply to the contract, only non-certified firms shall be identified on the form. A non-certified firm is a firm that is not listed as a firm for attainment of participation goals (ex. County Business Enterprise or Disadvantaged Business Enterprise), if applicable to the solicitation. C. This list shall be kept up-to-date for the duration of the contract. If subcontractors, subconsultants or suppliers are stated, this does not relieve the Vendor from the prime responsibility of full and complete satisfactory performance under any awarded contract.

D. After completion of the contract/final payment, the Vendor shall certify the final list of non- certified subcontractors, subconsultants, and suppliers that performed or provided services to the County for the referenced contract.

E. The Vendor has confirmed that none of the recommended subcontractors, subconsultants, or suppliers’ principal(s), officer(s), affiliate(s) or any other related companies have been debarred from doing business with Broward County or any other governmental agency. If none, state “none” on this form. Use additional sheets as needed. Vendor should scan and upload any additional form(s) in BidSync.

1. Subcontracted Firm’s Name:

Subcontracted Firm’s Address:

Subcontracted Firm’s Telephone Number:

Contact Person’s Name and Position: Contact Person’s E-Mail Address:

Estimated Subcontract/Supplies Contract Amount:

Type of Work/Supplies Provided:

2. Subcontracted Firm’s Name:

Subcontracted Firm’s Address:

Subcontracted Firm’s Telephone Number:

Contact Person’s Name and Position:

Contact Person’s E-Mail Address: 6 r3 - 4

p. 206 5 Supplier: ADG Strategy Group

VOLUME OF PREVIOUS WORK ATTESTATION FORM The completed and signed form should be returned with the Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to provide timely may affect the Vendor’s evaluation.

This completed form MUST be included with the Vendor’s submittal at the time of the opening deadline to be considered for a Tie Breaker criterion (if applicable).

Points assigned for Volume of Previous Work will be based on the amount paid-to-date by the County to a prime Vendor MINUS the Vendor’s confirmed payments paid-to-date to approved certified County Business Enterprise (CBE) firms performing services as Vendor’s subcontractor/subconsultant to obtain the CBE goal commitment as confirmed by County’s Office of Economic and Small Business Development. Reporting must be within five (5) years of the current solicitation’s opening date.

Vendor must list all received payments paid-to-date by contract as a prime vendor from Broward County Board of County Commissioners. Reporting must be within five (5) years of the current solicitation’s opening date.

Vendor must also list all total confirmed payments paid-to-date by contract, to approved certified CBE firms utilized to obtain the contract’s CBE goal commitment. Reporting must be within five (5) years of the current solicitation’s opening date.

In accordance with Section 21.31.d. of the Broward County Procurement Code, the Vendor with the lowest dollar volume of work previously paid by the County over a five-year period from the date of the submittal opening will receive the Tie Breaker.

The Vendor attests to the following:

Item Project Title Contract No. Department/ Date Prime: Paid CBE: Paid No. Division Awarded to Date to Date 1. 2. 3. 4. 5. 6. 7.

Grand Total

Has the Vendor been a member/partner of a Joint Venture firm that was awarded a contract by the County?

Yes □ No □ If Yes, Vendor must submit a Joint Vendor Volume of Work Attestation Form.

Vendor Name: ADG Strategy Group Shira Kastan Goldstein President Sept. 11, 2019 Authorized Signature/Name Title Date

p. 207

VOLUME OF PREVIOUS WORK ATTESTATION JOINT VENTURE FORM

If applicable, this form and additional required documentation should be submitted with the Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit this form and supporting documentation may affect the Vendor’s evaluation.

If a Joint Venture, the payments paid-to-date by contract provided must encompass the Joint Venture and each of the entities forming the Joint Venture. Points assigned for Volume of Previous Work will be based on the amount paid-to-date by contract to the Joint Venture firm MINUS all confirmed payments paid-to-date to approved certified CBE firms utilized to obtain the CBE goal commitment. Reporting must be within five (5) years of the current solicitation’s opening date. Amount will then be multiplied by the member firm’s equity percentage.

In accordance with Section 21.31.d. of the Broward County Procurement Code, the Vendor with the lowest dollar volume of work previously paid by the County over a five-year period from the date of the submittal opening will receive the Tie Breaker.

The Vendor attests to the following:

Item Project Title Contract No. Department/ Date JV Equity Prime: CBE: No. Division Awarded Percent Paid to Paid to Date Date 1. 2. 3. 4. 5. 6. 7. 8.

Grand Total

Vendor is required to submit an executed Joint Venture agreement(s) and any amendments for each project listed above. Each agreement must be executed prior to the opening date of this solicitation.

Vendor Name: ADG Strategy Group

Shira Kastan Goldstein President Sept. 11, 2019 Authorized Signature/Name Title Date

6 5 Supplier: ADG Strategy Group

VOLUME OF PREVIOUS WORK ATTESTATION FORM The completed and signed form should be returned with the Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to provide timely may affect the Vendor’s evaluation.

This completed form MUST be included with the Vendor’s submittal at the time of the opening deadline to be considered for a Tie Breaker criterion (if applicable).

Points assigned for Volume of Previous Work will be based on the amount paid-to-date by the County to a prime Vendor MINUS the Vendor’s confirmed payments paid-to-date to approved certified County Business Enterprise (CBE) firms performing services as Vendor’s subcontractor/subconsultant to obtain the CBE goal commitment as confirmed by County’s Office of Economic and Small Business Development. Reporting must be within five (5) years of the current solicitation’s opening date.

Vendor must list all received payments paid-to-date by contract as a prime vendor from Broward County Board of County Commissioners. Reporting must be within five (5) years of the current solicitation’s opening date.

Vendor must also list all total confirmed payments paid-to-date by contract, to approved certified CBE firms utilized to obtain the contract’s CBE goal commitment. Reporting must be within five (5) years of the current solicitation’s opening date.

In accordance with Section 21.31.d. of the Broward County Procurement Code, the Vendor with the lowest dollar volume of work previously paid by the County over a five-year period from the date of the submittal opening will receive the Tie Breaker.

The Vendor attests to the following:

Item Project Title Contract No. Department/ Date Prime: Paid CBE: Paid No. Division Awarded to Date to Date 1. 2. 3. 4. 5. 6. 7.

Grand Total

Has the Vendor been a member/partner of a Joint Venture firm that was awarded a contract by the County?

Yes No 

If Yes, Vendor must submit a Joint Vendor Volume of Work Attestation Form.

Vendor Name: ADG Strategy Group Shira Kastan Goldstein President Sept. 11, 2019 Authorized Signature/Name Title Date

VOLUME OF PREVIOUS WORK ATTESTATION JOINT VENTURE FORM

If applicable, this form and additional required documentation should be submitted with the Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit this form and supporting documentation may affect the Vendor’s evaluation.

If a Joint Venture, the payments paid-to-date by contract provided must encompass the Joint Venture and each of the entities forming the Joint Venture. Points assigned for Volume of Previous Work will be based on the amount paid-to-date by contract to the Joint Venture firm MINUS all confirmed payments paid-to-date to approved certified CBE firms utilized to obtain the CBE goal commitment. Reporting must be within five (5) years of the current solicitation’s opening date. Amount will then be multiplied by the member firm’s equity percentage.

In accordance with Section 21.31.d. of the Broward County Procurement Code, the Vendor with the lowest dollar volume of work previously paid by the County over a five-year period from the date of the submittal opening will receive the Tie Breaker.

The Vendor attests to the following:

Item Project Title Contract No. Department/ Date JV Equity Prime: CBE: No. Division Awarded Percent Paid to Paid to Date Date 1. 2. 3. 4. 5. 6. 7. 8.

Grand Total

Vendor is required to submit an executed Joint Venture agreement(s) and any amendments for each project listed above. Each agreement must be executed prior to the opening date of this solicitation.

Vendor Name: ADG Strategy Group

Shira Kastan Goldstein President Sept. 11, 2019 Authorized Signature/Name Title Date

u6

p. 208 u5 Supplier: ADG Strategy Group

SCRUTINIZED COMPANIES LIST REQUIREMENT CERTIFICATION FORM

The completed and signed form(s) should be returned with the Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Vendor may be deemed non responsive for failure to fully comply within stated timeframes.

Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List is prohibited from submitting a response to a solicitation for goods or services in an amount equal to or greater than $1 million.

The Vendor, by virtue of the signature below, certifies that: a. The Vendor, owners, or principals are aware of the requirements of Sections 287.135, 215.473, and 215.4725 Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and b. The Vendor, owners, or principals, are eligible to participate in this solicitation and are not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and c. If awarded the Contract, the Vendor, owners, or principals will immediately notify the County in writing if any of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List.

Shira Kastan Goldstein President ADG Strategy Group Sept. 11, 2019 Authorized Signature/Name Title Vendor Name Date

6 3 4

p. 209 5 Supplier: ADG Strategy Group

Security Requirements

A. General Security Requirements and Criminal Background Screening: 1. All contractor and sub-contractor personnel requiring unescorted access to Broward County facilities must obtain a County issued contractor identification badge (contractor ID badge); except as specifically stated herein. 2. The background screening requirements for obtaining a contractor ID badge will depend on the facility to which unescorted access is being requested. Contract Administrators or designees and contractors may contact Broward County Security at (954) 357-6000 or [email protected] for the required background screening requirements associated with access to specific facilities. Contract Administrators will communicate all current and appropriate requirements to the contractor and sub-contractor throughout the contract period. B. General Facilities: 1. Contractor and sub-contractor personnel servicing and requiring unescorted access to General Facilities must have a County issued contractor ID badge (contractor ID badge) which will be the responsibility of the contractor to obtain. Depending upon the request, the badge may carry electronic access privileges. The badge must be visible and worn at all times together with the contractor’s company/business contractor ID badge. Similar to employee security/ID badges, requests for contractor ID badges are initially approved by the requesting agency director or designee and then submitted to Facilities Management Division (FMD) Security for final approval. 2. The issuance of a contractor ID badge for unescorted access to General Facilities requires a “Level 1” FDLE background check, which can be conducted by the Florida Department of Law Enforcement (FDLE). This “Level 1” FDLE background check is the contractor's responsibility and should be included in the bid price. FDLE background checks can be done by the contractor by phone at (850) 410-8109 or online at https://web.fdle.state.fl.us/search/app/default 3. Upon completion of the background check, the contractor must attach a copy of the results to the contractor’s application for a contractor ID badge. The Project Manager or designee utilizing the service of the contractor will be the “Sponsor” and will either provide the contractor with a Contractor ID Badge Request Form or assist the contractor in completing an on-line application for the County issued contractor ID badge. 4. Requests for a contractor ID badge requiring an FDLE background check may require lengthy processing and review by the Broward Sheriff’s Office (BSO). Contractors and subcontractors must therefore submit the request to Broward County Security at least two (2) weeks prior to the start of service by the contractor. When identification badges are ready, Broward County Security will contact the contractor to arrange pick up. Upon pick up, the applicant must present a valid Florida identification and must be accompanied by his or her supervisor. Broward County Security will then supply contractor ID badge valid for the anticipated period within which the work will be performed. The validity period must be clearly stated on the Contractor ID Badge Request Form; however, the period of validity will not exceed one (1) year. Background checks will be required for renewal of contractor ID badge. At the termination of the contract and separation of employee services, the contractor is responsible for the collection and return of all contractor ID badge to the Project Manager and/or to Broward County Security. 5. Compliance with the County’s security requirements is part of the overall contract performance evaluation. Final payment will, in part, be contingent on the return of all contractor ID badges issued to contractor personnel. 6. Broward County Security is located at Governmental Center East, 115 South Andrews Avenue Fort Lauderdale, FL 33301. Telephone (954) 357-6000. 7. All contractors must wear distinctive and neat appearing uniforms with vendor's company name. Sub-contractor personnel must also have Broward County issued contractor IDs and meet the same security requirements and uniform standards as the primary p. 210 contractor. 8. Contractors will not be allowed unescorted on the job site without proper County issued contractor ID badges. C. Facilities Critical to Security and Public Safety: Many Broward County government facilities will have areas designated as critical to security and public safety, pursuant to Broward County Ordinance 2003-08 Sections 26-121 and 26- 122, as may be amended. The issuance of a contractor ID badge for unescorted access to facilities critical to security and public safety may entail a comprehensive statewide and national background check. Unescorted access to certain facilities occupied by the Broward Sheriff’s Office (BSO) and the State Attorney’s Office will require a national fingerprint-based records check per the Criminal Justice Information System (CJIS) policy. A contractor employee found to have a criminal record consisting of felony conviction(s) shall be disqualified from access to the State Attorney’s Offices and certain BSO facilities. A contractor employee with a record of misdemeanor offense(s) may be granted access if the System Security Officer (CSO), Terminal Access Coordinator (TAC), and FDLE determines that the nature of the offense(s) do not warrant disqualification. Applicants shall also be disqualified on the basis of confirmations that arrest warrants are outstanding for such applicants. D. Contractor Work Crews: Background investigations are generally not required for each member of a contractor work crew working on county premises and outside a building or structure. Examples are landscape crews and roofers. If it is necessary to enter the building or structure unescorted, these work crew members should obtain a contractor ID badge. If not, work crew members must be escorted at all times by the project manager, or designee, and must be under the direct supervision of a foreperson for the contractor. The foreperson must be aware of the crew members’ whereabouts, has completed the appropriate background check for the location and type of work being undertaken, and has been issued and is displaying a contractor ID badge. All members of a night cleaning crew must complete a background investigation appropriate to the requirements of the facility and so should all work crew members not escorted when working at a critical county facility. Notwithstanding, the using agency is best positioned and suited to determine the safeguards and requirements that should be in place to manage the risks and consequences associated with the roles and activities of contractor, subcontractor, and work crews, when requesting a contractor ID badge. The agency is aware of the characteristics of the client population being served by the classes of persons, the need to safeguard high-value assets, and the requirement to comply with all statutory requirements governing background investigations. E. Other Vendors: Consultants, delivery personnel, and vending machine operators, without a County issued contractor badge, may obtain a Visitor pass and should be escorted by County personnel when accessing and working in designated non-public and employee work areas at both general facilities and facilities critical to security and public safety. F. Port Everglades Locations: 1. The Port Everglades Department requires persons to present, at port entry, a valid driver's license, and valid reason for wishing to be granted port access in order to obtain a temporary/visitor ID badge. For persons who will visit the Port more than 15 times in a 90 day period, a permanent identification badge must be obtained and paid for by the contractor for all employees, subcontractors, agents and servants visiting or working on the port project. A restricted access badge application process will include fingerprints and a comprehensive background check. Badges must be renewed annually and the fees paid pursuant to Broward County Administrative Code, Section 42.6. For further information, please call 954-765-4225.

2. All vehicles that are used regularly on the dock apron must have a Dockside Parking Permit. Only a limited number of permits will be issued per business entity. The fee is $100.00 per permit/vehicle. Individuals requesting a permit must possess a valid Port- issued Restricted Access Area badge with a "Dock" destination. Requests for Dockside Parking Permits must be submitted in writing, on company letterhead, to the ID Badge Office. Applicants must demonstrate a need for access to the dock apron. Requests shall be investigated, and approved, if appropriate justification is provided. Supporting documentation must be supplied, if requested. Dock permits are not transferable and must be affixed to the lower left corner of the permitted vehicle's windshield. Should the permit holder wish to transfer the permit to another vehicle during the term of issuance, the permit will be removed and exchanged at no charge for a new permit. Only one business entity representative will be permitted on the dock at a time at the vessel location.

3. The Federal Government has instituted requirements for a Transportation Worker Identification Credential (TWIC) for all personnel requiring unescorted access to designated secure areas within Port Everglades. The contractor will be responsible for complying with the applicable TWIC requirements. For further information, please call 1- 855-347-8371, or go on line to https://www.tsa.gov/for-industry/twic. G. Airport Security Program and Aviation Regulations: 1. Consultant/contractor agrees to observe all security requirements and other requirements of the Federal Aviation Regulations applicable to Consultant/contractor, including without limitation, all regulations of the United States Department of Transportation, the Federal Aviation Administration and the Transportation Security Administration, and the Consultant/contractor agrees to comply with the County's Airport Security Program and the Air Operations area (AOA) Vehicle Access Program, and amendments thereto, and to comply with such other rules and regulations as may be reasonably prescribed by the County, and to take such steps as may be necessary or directed by the County to insure that sub lessees, employees, invitees and guests observe these requirements. If required by the Aviation Department, Consultant/contractor shall conduct background checks of its employees in accordance with applicable Federal regulations. 2. If as a result of the acts or omissions of Consultant/contractor, its sub lessees, employees, invitees or guests, the County incurs any fines and/or penalties imposed by any governmental agency, including without limitation, the United States Department of Transportation, the Federal Aviation Administration or the Transportation Security Administration, or any expense in enforcing any federal regulations, including without limitation, airport security regulations, or the rules or regulations of the County, and/or any expense in enforcing the County's Airport Security Program, then consultant/contractor agrees to pay and/or reimburse the County all such costs and expenses, including all costs of administrative proceedings, court costs, and attorneys' fees and all costs incurred by County in enforcing this provision. Consultant/contractor further agrees to rectify any security deficiency or other deficiency as may be determined as such by the County or the United States Department of Transportation, Federal Aviation Administration, the Transportation Security Administration, or any other federal agency. In the event consultant/contractor fails to remedy any such deficiency, the County may do so at the cost and expense of consultant/contractor. The County reserves the right to take whatever action is necessary to rectify any security deficiency or other deficiency. 3. Operation of Vehicles on the AOA: Before the consultant/contractor shall permit any employee of consultant/contractor or any sub consultant/subcontractor to operate a motor vehicle of any kind or type on the AOA (and unless escorted by an Aviation Department approved escort), the consultant/contractor shall ensure that all such vehicle operators possess current, valid, and appropriate Florida driver's licenses. In addition, any motor vehicles and equipment of consultant/contractor or of any sub consultant/subcontractor operating on the AOA must have an appropriate vehicle identification permit issued by the Aviation Department, which identification must be displayed as required by the Aviation Department. 4. Consent to Search/Inspection: The consultant/contractor agrees that its vehicles, cargo, goods, and other personal property are subject to being inspected and searched when attempting to enter or leave and while on the AOA. The consultant/contractor further agrees on behalf of itself and its sub consultant /subcontractors that it shall not authorize any employee or other person to enter the AOA unless and until such employee other person has executed a written consent-to-search/inspection form acceptable to the Aviation Department. Consultant/contractor acknowledges and understands that the forgoing requirements are for the protection of users of the Airport and are intended to reduce incidents of cargo tampering, aircraft sabotage, thefts and other unlawful activities at the Airport. For this reason, consultant/contractor agrees that persons not executing such consent-to-search/inspection form shall not be employed by the consultant/contractor or by any sub consultant/contractor at the Airport in any position requiring access to the AOA or allowed entry to the AOA by the consultant/contractor or by any sub consultant/contractors. 5. The provisions hereof shall survive the expiration or any other termination of this contract. H. Water and Wastewater Services (WWS): 1. Contractors/Consultants may receive a WWS ID Badge and/or Access Card and/or Keys while working at WWS facility work sites. These items provide modified access to certain areas and systems otherwise restricted to non-WWS employees and can only be obtained from the WWS Security Manager. These items may be rescinded at the discretion of the WWS Security Officer. The WWS ID Badge, Access Card and/or Keys remain the property of Broward County and must be returned to your WWS contact person at the end of the contract/project. 2. All contractors will complete and sign the WWS Contractor/Consultant Security Memorandum and provide a copy of their Driver’s License to be recorded on Schlage Card Access System Profile. 3. A lost or stolen ID Badge and/or Access Card and/or Keys must be reported to the Security Manager immediately. 4. WWS may terminate access to any contractor who acts inappropriately while on County property and has the right to contact BSO if necessary to have the contractor removed and/or file charges against them. I. Additional Security Requirements for Parks and Recreation: 1. Contractor expressly understands and agrees that a duty is hereby created under this Contract that requires contractor to provide ongoing disclosure throughout the term of this Contract as provided for herein relative to the criminal background screening required by this Section. 2. Contractor shall perform criminal background screening as identified in Item 3 below on its officers, employees, agents, independent contractors and volunteers who will be working under this contract in any County park (“collectively referred to as “County Park Property”). Further, if contractor is permitted to utilize subcontractors under this contract, contractor shall perform or ensure that the background screening as required in Item 3 below is conducted on any permitted subcontractor, which term includes the subcontractor’s officers, employees, agents, independent contractors and volunteers who will be working under this contract on County Park property. 3. Contractor shall not permit any person who is listed as a sexual predator or sexual offender on the Florida Department of Law Enforcement, Sexual Offenders and Predators Website or the United States Department of Justice, National Sex Offender Public Website, to provide any services for contractor on County Park Property. All persons subject to the criminal background screening under this contract shall be rescreened annually based on the date of initial screening. 4. Contractor shall maintain copies of the results of the criminal background screening required by this Section for the term of this contract and promptly forward copies of same to County, upon its request. 5. Contractor shall be required to furnish to County’s Parks and Recreation Project Manager, on a monthly basis, an Affidavit affirming the persons listed in the Affidavit have been background screened as required in Item 3 above and have been deemed eligible by contractor to work on County Park property. Contractor’s monthly Affidavit shall update information from the previous Affidavit by reconfirming the status of persons who have previously been deemed eligible as provided for above and updating the list, when applicable, to specifically identify new persons providing services for contractor under this Contract who have been background screened as required in Item 3 above and deemed eligible to work on County Park Property. The Contract Administrator may, in his or her discretion, permit contractor to furnish the monthly Affidavit in an electronic format. 6. In the event contractor obtains, or is provided, supplemental criminal background information, including police reports and arrest information, which potentially disqualifies a person previously deemed eligible by contractor to provide services under this contract, contractor shall take immediate action to review the matter; however, during such review time and until a determination of eligibility is made by contractor based on the requirements of this Section, contractor shall immediately cease allowing the person to work on County Park Property. Additionally, contractor shall be required to inform any person background screened pursuant to this Section who is providing services under this contract, to notify contractor within forty-eight (48) hours of any arrest related to sexual misconduct which has occurred after the person was deemed eligible to work on County Park Property. 7. Contractor shall, by written contract, require its permitted subcontractors to agree to the requirements and obligations of this Section. 8. County may terminate this contract immediately for cause, with Notice provided to contractor, for a violation related to contractor’s failure to perform the required background screening on its officers, employees, agents, independent contractors and volunteers who will be working under this Agreement on County Park Property. County may also terminate this contract immediately for cause, with Notice provided to contractor, if County determines contractor failed to ensure that its permitted subcontractors, as defined in Item 2 above, have been background screened as required in this section prior to performing any services under this Agreement on County Park Property. Contractor will not be subject to immediate termination in the event County determines a violation of this Section was outside the reasonable control of contractor and contractor has demonstrated to County compliance with the requirements of this Section. 9. County may terminate this contract for cause if contractor fails to provide the monthly Affidavit to County as provided for under Item 5 above, and contractor does not cure said breach within five (5) days of Notice provided to contractor.

6 5 Supplier: ADG Strategy Group

Security Requirements

A. General Security Requirements and Criminal Background Screening: 1. All contractor and sub-contractor personnel requiring unescorted access to Broward County facilities must obtain a County issued contractor identification badge (contractor ID badge); except as specifically stated herein. 2. The background screening requirements for obtaining a contractor ID badge will depend on the facility to which unescorted access is being requested. Contract Administrators or designees and contractors may contact Broward County Security at (954) 357-6000 or [email protected] for the required background screening requirements associated with access to specific facilities. Contract Administrators will communicate all current and appropriate requirements to the contractor and sub-contractor throughout the contract period. B. General Facilities: 1. Contractor and sub-contractor personnel servicing and requiring unescorted access to General Facilities must have a County issued contractor ID badge (contractor ID badge) which will be the responsibility of the contractor to obtain. Depending upon the request, the badge may carry electronic access privileges. The badge must be visible and worn at all times together with the contractor’s company/business contractor ID badge. Similar to employee security/ID badges, requests for contractor ID badges are initially approved by the requesting agency director or designee and then submitted to Facilities Management Division (FMD) Security for final approval. 2. The issuance of a contractor ID badge for unescorted access to General Facilities requires a “Level 1” FDLE background check, which can be conducted by the Florida Department of Law Enforcement (FDLE). This “Level 1” FDLE background check is the contractor's responsibility and should be included in the bid price. FDLE background checks can be done by the contractor by phone at (850) 410-8109 or online at https://web.fdle.state.fl.us/search/app/default 3. Upon completion of the background check, the contractor must attach a copy of the results to the contractor’s application for a contractor ID badge. The Project Manager or designee utilizing the service of the contractor will be the “Sponsor” and will either provide the contractor with a Contractor ID Badge Request Form or assist the contractor in completing an on-line application for the County issued contractor ID badge. 4. Requests for a contractor ID badge requiring an FDLE background check may require lengthy processing and review by the Broward Sheriff’s Office (BSO). Contractors and subcontractors must therefore submit the request to Broward County Security at least two (2) weeks prior to the start of service by the contractor. When identification badges are ready, Broward County Security will contact the contractor to arrange pick up. Upon pick up, the applicant must present a valid Florida identification and must be accompanied by his or her supervisor. Broward County Security will then supply contractor ID badge valid for the anticipated period within which the work will be performed. The validity period must be clearly stated on the Contractor ID Badge Request Form; however, the period of validity will not exceed one (1) year. Background checks will be required for renewal of contractor ID badge. At the termination of the contract and separation of employee services, the contractor is responsible for the collection and return of all contractor ID badge to the Project Manager and/or to Broward County Security. 5. Compliance with the County’s security requirements is part of the overall contract performance evaluation. Final payment will, in part, be contingent on the return of all contractor ID badges issued to contractor personnel. 6. Broward County Security is located at Governmental Center East, 115 South Andrews Avenue Fort Lauderdale, FL 33301. Telephone (954) 357-6000. 7. All contractors must wear distinctive and neat appearing uniforms with vendor's company name. Sub-contractor personnel must also have Broward County issued contractor IDs and meet the same security requirements and uniform standards as the primary contractor. 8. Contractors will not be allowed unescorted on the job site without proper County issued contractor ID badges. C. Facilities Critical to Security and Public Safety: Many Broward County government facilities will have areas designated as critical to security and public safety, pursuant to Broward County Ordinance 2003-08 Sections 26-121 and 26- 122, as may be amended. The issuance of a contractor ID badge for unescorted access to facilities critical to security and public safety may entail a comprehensive statewide and national background check. Unescorted access to certain facilities occupied by the Broward Sheriff’s Office (BSO) and the State Attorney’s Office will require a national fingerprint-based records check per the Criminal Justice Information System (CJIS) policy. A contractor employee found to have a criminal record consisting of felony conviction(s) shall be disqualified from access to the State Attorney’s Offices and certain BSO facilities. A contractor employee with a record of misdemeanor offense(s) may be granted access if the System Security Officer (CSO), Terminal Access Coordinator (TAC), and FDLE determines that the nature of the offense(s) do not warrant disqualification. Applicants shall also be disqualified on the basis of confirmations that arrest warrants are outstanding for such applicants. D. Contractor Work Crews: Background investigations are generally not required for each member of a contractor work crew working on county premises and outside a building or structure. Examples are landscape crews and roofers. If it is necessary to enter the building or structure unescorted, these work crew members should obtain a contractor ID badge. If not, work crew members must be escorted at all times by the project manager, or designee, and must be under the direct supervision of a foreperson for the contractor. The foreperson must be aware of the crew members’ whereabouts, has completed the appropriate background check for the location and type of work being undertaken, and has been issued and is displaying a contractor ID badge. All members of a night cleaning crew must complete a background investigation appropriate to the requirements of the facility and so should all work crew members not escorted when working at a critical county facility. Notwithstanding, the using agency is best positioned and suited to determine the safeguards and requirements that should be in place to manage the risks and consequences associated with the roles and activities of contractor, subcontractor, and work crews, when requesting a contractor ID badge. The agency is aware of the characteristics of the client population being served by the classes of persons, the need to safeguard high-value assets, and the requirement to comply with all statutory requirements governing background investigations. E. Other Vendors: Consultants, delivery personnel, and vending machine operators, without a County issued contractor badge, may obtain a Visitor pass and should be escorted by County personnel when accessing and working in designated non-public and employee work areas at both general facilities and facilities critical to security and public safety. F. Port Everglades Locations: 1. The Port Everglades Department requires persons to present, at port entry, a valid driver's license, and valid reason for wishing to be granted port access in order to obtain a temporary/visitor ID badge. For persons who will visit the Port more than 15 times in a 90 day period, a permanent identification badge must be obtained and paid for by the contractor for all employees, subcontractors, agents and servants visiting or working on the port project. A restricted access badge application process will include fingerprints and a comprehensive background check. Badges must be renewed annually and the fees paid pursuant to Broward County Administrative Code, Section 42.6. For further information, please call 954-765-4225. p. 211

2. All vehicles that are used regularly on the dock apron must have a Dockside Parking Permit. Only a limited number of permits will be issued per business entity. The fee is $100.00 per permit/vehicle. Individuals requesting a permit must possess a valid Port- issued Restricted Access Area badge with a "Dock" destination. Requests for Dockside Parking Permits must be submitted in writing, on company letterhead, to the ID Badge Office. Applicants must demonstrate a need for access to the dock apron. Requests shall be investigated, and approved, if appropriate justification is provided. Supporting documentation must be supplied, if requested. Dock permits are not transferable and must be affixed to the lower left corner of the permitted vehicle's windshield. Should the permit holder wish to transfer the permit to another vehicle during the term of issuance, the permit will be removed and exchanged at no charge for a new permit. Only one business entity representative will be permitted on the dock at a time at the vessel location.

3. The Federal Government has instituted requirements for a Transportation Worker Identification Credential (TWIC) for all personnel requiring unescorted access to designated secure areas within Port Everglades. The contractor will be responsible for complying with the applicable TWIC requirements. For further information, please call 1- 855-347-8371, or go on line to https://www.tsa.gov/for-industry/twic. G. Airport Security Program and Aviation Regulations: 1. Consultant/contractor agrees to observe all security requirements and other requirements of the Federal Aviation Regulations applicable to Consultant/contractor, including without limitation, all regulations of the United States Department of Transportation, the Federal Aviation Administration and the Transportation Security Administration, and the Consultant/contractor agrees to comply with the County's Airport Security Program and the Air Operations area (AOA) Vehicle Access Program, and amendments thereto, and to comply with such other rules and regulations as may be reasonably prescribed by the County, and to take such steps as may be necessary or directed by the County to insure that sub lessees, employees, invitees and guests observe these requirements. If required by the Aviation Department, Consultant/contractor shall conduct background checks of its employees in accordance with applicable Federal regulations. 2. If as a result of the acts or omissions of Consultant/contractor, its sub lessees, employees, invitees or guests, the County incurs any fines and/or penalties imposed by any governmental agency, including without limitation, the United States Department of Transportation, the Federal Aviation Administration or the Transportation Security Administration, or any expense in enforcing any federal regulations, including without limitation, airport security regulations, or the rules or regulations of the County, and/or any expense in enforcing the County's Airport Security Program, then consultant/contractor agrees to pay and/or reimburse the County all such costs and expenses, including all costs of administrative proceedings, court costs, and attorneys' fees and all costs incurred by County in enforcing this provision. Consultant/contractor further agrees to rectify any security deficiency or other deficiency as may be determined as such by the County or the United States Department of Transportation, Federal Aviation Administration, the Transportation Security Administration, or any other federal agency. In the event consultant/contractor fails to remedy any such deficiency, the County may do so at the cost and expense of consultant/contractor. The County reserves the right to take whatever action is necessary to rectify any security deficiency or other deficiency. 3. Operation of Vehicles on the AOA: Before the consultant/contractor shall permit any employee of consultant/contractor or any sub consultant/subcontractor to operate a motor vehicle of any kind or type on the AOA (and unless escorted by an Aviation Department approved escort), the consultant/contractor shall ensure that all such vehicle operators possess current, valid, and appropriate Florida driver's licenses. In addition, any motor vehicles and equipment of consultant/contractor or of any sub consultant/subcontractor operating on the AOA must have an appropriate vehicle identification permit issued by the Aviation Department, which identification must be displayed as required by the Aviation Department. 4. Consent to Search/Inspection: The consultant/contractor agrees that its vehicles, cargo, goods, and other personal property are subject to being inspected and searched when attempting to enter or leave and while on the AOA. The consultant/contractor further agrees on behalf of itself and its sub consultant /subcontractors that it shall not authorize any employee or other person to enter the AOA unless and until such employee other person has executed a written consent-to-search/inspection form acceptable to the Aviation Department. Consultant/contractor acknowledges and understands that the forgoing requirements are for the protection of users of the Airport and are intended to reduce incidents of cargo tampering, aircraft sabotage, thefts and other unlawful activities at the Airport. For this reason, consultant/contractor agrees that persons not executing such consent-to-search/inspection form shall not be employed by the consultant/contractor or by any sub consultant/contractor at the Airport in any position requiring access to the AOA or allowed entry to the AOA by the consultant/contractor or by any sub consultant/contractors. 5. The provisions hereof shall survive the expiration or any other termination of this contract. H. Water and Wastewater Services (WWS): 1. Contractors/Consultants may receive a WWS ID Badge and/or Access Card and/or Keys while working at WWS facility work sites. These items provide modified access to certain areas and systems otherwise restricted to non-WWS employees and can only be obtained from the WWS Security Manager. These items may be rescinded at the discretion of the WWS Security Officer. The WWS ID Badge, Access Card and/or Keys remain the property of Broward County and must be returned to your WWS contact person at the end of the contract/project. 2. All contractors will complete and sign the WWS Contractor/Consultant Security Memorandum and provide a copy of their Driver’s License to be recorded on Schlage Card Access System Profile. 3. A lost or stolen ID Badge and/or Access Card and/or Keys must be reported to the Security Manager immediately. 4. WWS may terminate access to any contractor who acts inappropriately while on County property and has the right to contact BSO if necessary to have the contractor removed and/or file charges against them. I. Additional Security Requirements for Parks and Recreation: 1. Contractor expressly understands and agrees that a duty is hereby created under this Contract that requires contractor to provide ongoing disclosure throughout the term of this Contract as provided for herein relative to the criminal background screening required by this Section. 2. Contractor shall perform criminal background screening as identified in Item 3 below on its officers, employees, agents, independent contractors and volunteers who will be working under this contract in any County park (“collectively referred to as “County Park Property”). Further, if contractor is permitted to utilize subcontractors under this contract, contractor shall perform or ensure that the background screening as required in Item 3 below is conducted on any permitted subcontractor, which term includes the subcontractor’s officers, employees, agents, independent contractors and volunteers who will be working under this contract on County Park property. 3. Contractor shall not permit any person who is listed as a sexual predator or sexual offender on the Florida Department of Law Enforcement, Sexual Offenders and Predators Website or the United States Department of Justice, National Sex Offender Public Website, to provide any services for contractor on County Park Property. All persons subject to the criminal background screening under this contract shall be rescreened annually based on the date of initial screening. 4. Contractor shall maintain copies of the results of the criminal background screening required by this Section for the term of this contract and promptly forward copies of same to County, upon its request. 5. Contractor shall be required to furnish to County’s Parks and Recreation Project Manager, on a monthly basis, an Affidavit affirming the persons listed in the Affidavit have been background screened as required in Item 3 above and have been deemed eligible by contractor to work on County Park property. Contractor’s monthly Affidavit shall update information from the previous Affidavit by reconfirming the status of persons who have previously been deemed eligible as provided for above and updating the list, when applicable, to specifically identify new persons providing services for contractor under this Contract who have been background screened as required in Item 3 above and deemed eligible to work on County Park Property. The Contract Administrator may, in his or her discretion, permit contractor to furnish the monthly Affidavit in an electronic format. 6. In the event contractor obtains, or is provided, supplemental criminal background information, including police reports and arrest information, which potentially disqualifies a person previously deemed eligible by contractor to provide services under this contract, contractor shall take immediate action to review the matter; however, during such review time and until a determination of eligibility is made by contractor based on the requirements of this Section, contractor shall immediately cease allowing the person to work on County Park Property. Additionally, contractor shall be required to inform any person background screened pursuant to this Section who is providing services under this contract, to notify contractor within forty-eight (48) hours of any arrest related to sexual misconduct which has occurred after the person was deemed eligible to work on County Park Property. 7. Contractor shall, by written contract, require its permitted subcontractors to agree to the requirements and obligations of this Section. 8. County may terminate this contract immediately for cause, with Notice provided to contractor, for a violation related to contractor’s failure to perform the required background screening on its officers, employees, agents, independent contractors and volunteers who will be working under this Agreement on County Park Property. County may also terminate this contract immediately for cause, with Notice provided to contractor, if County determines contractor failed to ensure that its permitted subcontractors, as defined in Item 2 above, have been background screened as required in this section prior to performing any services under this Agreement on County Park Property. Contractor will not be subject to immediate termination in the event County determines a violation of this Section was outside the reasonable control of contractor and contractor has demonstrated to County compliance with the requirements of this Section. 9. County may terminate this contract for cause if contractor fails to provide the monthly Affidavit to County as provided for under Item 5 above, and contractor does not cure said breach within five (5) days of Notice provided to contractor.

6 5 Supplier: ADG Strategy Group

Security Requirements

A. General Security Requirements and Criminal Background Screening: 1. All contractor and sub-contractor personnel requiring unescorted access to Broward County facilities must obtain a County issued contractor identification badge (contractor ID badge); except as specifically stated herein. 2. The background screening requirements for obtaining a contractor ID badge will depend on the facility to which unescorted access is being requested. Contract Administrators or designees and contractors may contact Broward County Security at (954) 357-6000 or [email protected] for the required background screening requirements associated with access to specific facilities. Contract Administrators will communicate all current and appropriate requirements to the contractor and sub-contractor throughout the contract period. B. General Facilities: 1. Contractor and sub-contractor personnel servicing and requiring unescorted access to General Facilities must have a County issued contractor ID badge (contractor ID badge) which will be the responsibility of the contractor to obtain. Depending upon the request, the badge may carry electronic access privileges. The badge must be visible and worn at all times together with the contractor’s company/business contractor ID badge. Similar to employee security/ID badges, requests for contractor ID badges are initially approved by the requesting agency director or designee and then submitted to Facilities Management Division (FMD) Security for final approval. 2. The issuance of a contractor ID badge for unescorted access to General Facilities requires a “Level 1” FDLE background check, which can be conducted by the Florida Department of Law Enforcement (FDLE). This “Level 1” FDLE background check is the contractor's responsibility and should be included in the bid price. FDLE background checks can be done by the contractor by phone at (850) 410-8109 or online at https://web.fdle.state.fl.us/search/app/default 3. Upon completion of the background check, the contractor must attach a copy of the results to the contractor’s application for a contractor ID badge. The Project Manager or designee utilizing the service of the contractor will be the “Sponsor” and will either provide the contractor with a Contractor ID Badge Request Form or assist the contractor in completing an on-line application for the County issued contractor ID badge. 4. Requests for a contractor ID badge requiring an FDLE background check may require lengthy processing and review by the Broward Sheriff’s Office (BSO). Contractors and subcontractors must therefore submit the request to Broward County Security at least two (2) weeks prior to the start of service by the contractor. When identification badges are ready, Broward County Security will contact the contractor to arrange pick up. Upon pick up, the applicant must present a valid Florida identification and must be accompanied by his or her supervisor. Broward County Security will then supply contractor ID badge valid for the anticipated period within which the work will be performed. The validity period must be clearly stated on the Contractor ID Badge Request Form; however, the period of validity will not exceed one (1) year. Background checks will be required for renewal of contractor ID badge. At the termination of the contract and separation of employee services, the contractor is responsible for the collection and return of all contractor ID badge to the Project Manager and/or to Broward County Security. 5. Compliance with the County’s security requirements is part of the overall contract performance evaluation. Final payment will, in part, be contingent on the return of all contractor ID badges issued to contractor personnel. 6. Broward County Security is located at Governmental Center East, 115 South Andrews Avenue Fort Lauderdale, FL 33301. Telephone (954) 357-6000. 7. All contractors must wear distinctive and neat appearing uniforms with vendor's company name. Sub-contractor personnel must also have Broward County issued contractor IDs and meet the same security requirements and uniform standards as the primary contractor. 8. Contractors will not be allowed unescorted on the job site without proper County issued contractor ID badges. C. Facilities Critical to Security and Public Safety: Many Broward County government facilities will have areas designated as critical to security and public safety, pursuant to Broward County Ordinance 2003-08 Sections 26-121 and 26- 122, as may be amended. The issuance of a contractor ID badge for unescorted access to facilities critical to security and public safety may entail a comprehensive statewide and national background check. Unescorted access to certain facilities occupied by the Broward Sheriff’s Office (BSO) and the State Attorney’s Office will require a national fingerprint-based records check per the Criminal Justice Information System (CJIS) policy. A contractor employee found to have a criminal record consisting of felony conviction(s) shall be disqualified from access to the State Attorney’s Offices and certain BSO facilities. A contractor employee with a record of misdemeanor offense(s) may be granted access if the System Security Officer (CSO), Terminal Access Coordinator (TAC), and FDLE determines that the nature of the offense(s) do not warrant disqualification. Applicants shall also be disqualified on the basis of confirmations that arrest warrants are outstanding for such applicants. D. Contractor Work Crews: Background investigations are generally not required for each member of a contractor work crew working on county premises and outside a building or structure. Examples are landscape crews and roofers. If it is necessary to enter the building or structure unescorted, these work crew members should obtain a contractor ID badge. If not, work crew members must be escorted at all times by the project manager, or designee, and must be under the direct supervision of a foreperson for the contractor. The foreperson must be aware of the crew members’ whereabouts, has completed the appropriate background check for the location and type of work being undertaken, and has been issued and is displaying a contractor ID badge. All members of a night cleaning crew must complete a background investigation appropriate to the requirements of the facility and so should all work crew members not escorted when working at a critical county facility. Notwithstanding, the using agency is best positioned and suited to determine the safeguards and requirements that should be in place to manage the risks and consequences associated with the roles and activities of contractor, subcontractor, and work crews, when requesting a contractor ID badge. The agency is aware of the characteristics of the client population being served by the classes of persons, the need to safeguard high-value assets, and the requirement to comply with all statutory requirements governing background investigations. E. Other Vendors: Consultants, delivery personnel, and vending machine operators, without a County issued contractor badge, may obtain a Visitor pass and should be escorted by County personnel when accessing and working in designated non-public and employee work areas at both general facilities and facilities critical to security and public safety. F. Port Everglades Locations: 1. The Port Everglades Department requires persons to present, at port entry, a valid driver's license, and valid reason for wishing to be granted port access in order to obtain a temporary/visitor ID badge. For persons who will visit the Port more than 15 times in a 90 day period, a permanent identification badge must be obtained and paid for by the contractor for all employees, subcontractors, agents and servants visiting or working on the port project. A restricted access badge application process will include fingerprints and a comprehensive background check. Badges must be renewed annually and the fees paid pursuant to Broward County Administrative Code, Section 42.6. For further information, please call 954-765-4225.

2. All vehicles that are used regularly on the dock apron must have a Dockside Parking Permit. Only a limited number of permits will be issued per business entity. The fee is $100.00 per permit/vehicle. Individuals requesting a permit must possess a valid Port- issued Restricted Access Area badge with a "Dock" destination. Requests for Dockside Parking Permits must be submitted in writing, on company letterhead, to the ID Badge Office. Applicants must demonstrate a need for access to the dock apron. Requests shall be investigated, and approved, if appropriate justification is provided. Supporting documentation must be supplied, if requested. Dock permits are not transferable and must be affixed to the lower left corner of the permitted vehicle's windshield. Should the permit holder wish to transfer the permit to another vehicle during the term of issuance, the permit will be removed and exchanged at no charge for a new permit. Only one business entity representative will be permitted on the dock at a time at the vessel location.

3. The Federal Government has instituted requirements for a Transportation Worker Identification Credential (TWIC) for all personnel requiring unescorted access to designated secure areas within Port Everglades. The contractor will be responsible for complying with the applicable TWIC requirements. For further information, please call 1- 855-347-8371, or go on line to https://www.tsa.gov/for-industry/twic. G. Airport Security Program and Aviation Regulations: 1. Consultant/contractor agrees to observe all security requirements and other requirements of the Federal Aviation Regulations applicable to Consultant/contractor, including without limitation, all regulations of the United States Department of Transportation, the Federal Aviation Administration and the Transportation Security Administration, and the Consultant/contractor agrees to comply with the County's Airport Security Program and the Air Operations area (AOA) Vehicle Access Program, and amendments thereto, and to comply with such other rules and regulations as may be reasonably prescribed by the County, and to take such steps as may be necessary or directed by the County to insure that sub lessees, employees, invitees and guests observe these requirements. If required by the Aviation Department, Consultant/contractor shall conduct background checks of its employees in accordance with applicable Federal regulations. 2. If as a result of the acts or omissions of Consultant/contractor, its sub lessees, employees, invitees or guests, the County incurs any fines and/or penalties imposed by any governmental agency, including without limitation, the United States Department of Transportation, the Federal Aviation Administration or the Transportation Security Administration, or any expense in enforcing any federal regulations, including without limitation, airport security regulations, or the rules or regulations of the County, and/or any expense in enforcing the County's Airport Security Program, then consultant/contractor agrees to pay and/or reimburse the County all such costs and expenses, including all costs of administrative proceedings, court costs, and attorneys' fees and all costs incurred by County in enforcing this provision. Consultant/contractor further agrees to rectify any security deficiency or other deficiency as may be determined as such by the County or the United States Department of Transportation, Federal Aviation Administration, the Transportation Security Administration, or any other federal agency. In the event consultant/contractor fails to remedy any such deficiency, the County may do so at the cost and expense of consultant/contractor. The County reserves the right to take whatever action is necessary to rectify any security deficiency or other deficiency. 3. Operation of Vehicles on the AOA: Before the consultant/contractor shall permit any employee of consultant/contractor or any sub consultant/subcontractor to operate a motor vehicle of any kind or type on the AOA (and unless escorted by an Aviation Department approved escort), the consultant/contractor shall ensure that all such vehicle operators possess current, valid, and appropriate Florida driver's licenses. In addition, any motor vehicles and equipment of consultant/contractor or of any sub consultant/subcontractor operating on the AOA must have an appropriate vehicle identification permit issued by the Aviation Department, which identification must be displayed as required by the Aviation Department. 4. Consent to Search/Inspection: The consultant/contractor agrees that its vehicles, cargo, p. 212 goods, and other personal property are subject to being inspected and searched when attempting to enter or leave and while on the AOA. The consultant/contractor further agrees on behalf of itself and its sub consultant /subcontractors that it shall not authorize any employee or other person to enter the AOA unless and until such employee other person has executed a written consent-to-search/inspection form acceptable to the Aviation Department. Consultant/contractor acknowledges and understands that the forgoing requirements are for the protection of users of the Airport and are intended to reduce incidents of cargo tampering, aircraft sabotage, thefts and other unlawful activities at the Airport. For this reason, consultant/contractor agrees that persons not executing such consent-to-search/inspection form shall not be employed by the consultant/contractor or by any sub consultant/contractor at the Airport in any position requiring access to the AOA or allowed entry to the AOA by the consultant/contractor or by any sub consultant/contractors. 5. The provisions hereof shall survive the expiration or any other termination of this contract. H. Water and Wastewater Services (WWS): 1. Contractors/Consultants may receive a WWS ID Badge and/or Access Card and/or Keys while working at WWS facility work sites. These items provide modified access to certain areas and systems otherwise restricted to non-WWS employees and can only be obtained from the WWS Security Manager. These items may be rescinded at the discretion of the WWS Security Officer. The WWS ID Badge, Access Card and/or Keys remain the property of Broward County and must be returned to your WWS contact person at the end of the contract/project. 2. All contractors will complete and sign the WWS Contractor/Consultant Security Memorandum and provide a copy of their Driver’s License to be recorded on Schlage Card Access System Profile. 3. A lost or stolen ID Badge and/or Access Card and/or Keys must be reported to the Security Manager immediately. 4. WWS may terminate access to any contractor who acts inappropriately while on County property and has the right to contact BSO if necessary to have the contractor removed and/or file charges against them. I. Additional Security Requirements for Parks and Recreation: 1. Contractor expressly understands and agrees that a duty is hereby created under this Contract that requires contractor to provide ongoing disclosure throughout the term of this Contract as provided for herein relative to the criminal background screening required by this Section. 2. Contractor shall perform criminal background screening as identified in Item 3 below on its officers, employees, agents, independent contractors and volunteers who will be working under this contract in any County park (“collectively referred to as “County Park Property”). Further, if contractor is permitted to utilize subcontractors under this contract, contractor shall perform or ensure that the background screening as required in Item 3 below is conducted on any permitted subcontractor, which term includes the subcontractor’s officers, employees, agents, independent contractors and volunteers who will be working under this contract on County Park property. 3. Contractor shall not permit any person who is listed as a sexual predator or sexual offender on the Florida Department of Law Enforcement, Sexual Offenders and Predators Website or the United States Department of Justice, National Sex Offender Public Website, to provide any services for contractor on County Park Property. All persons subject to the criminal background screening under this contract shall be rescreened annually based on the date of initial screening. 4. Contractor shall maintain copies of the results of the criminal background screening required by this Section for the term of this contract and promptly forward copies of same to County, upon its request. 5. Contractor shall be required to furnish to County’s Parks and Recreation Project Manager, on a monthly basis, an Affidavit affirming the persons listed in the Affidavit have been background screened as required in Item 3 above and have been deemed eligible by contractor to work on County Park property. Contractor’s monthly Affidavit shall update information from the previous Affidavit by reconfirming the status of persons who have previously been deemed eligible as provided for above and updating the list, when applicable, to specifically identify new persons providing services for contractor under this Contract who have been background screened as required in Item 3 above and deemed eligible to work on County Park Property. The Contract Administrator may, in his or her discretion, permit contractor to furnish the monthly Affidavit in an electronic format. 6. In the event contractor obtains, or is provided, supplemental criminal background information, including police reports and arrest information, which potentially disqualifies a person previously deemed eligible by contractor to provide services under this contract, contractor shall take immediate action to review the matter; however, during such review time and until a determination of eligibility is made by contractor based on the requirements of this Section, contractor shall immediately cease allowing the person to work on County Park Property. Additionally, contractor shall be required to inform any person background screened pursuant to this Section who is providing services under this contract, to notify contractor within forty-eight (48) hours of any arrest related to sexual misconduct which has occurred after the person was deemed eligible to work on County Park Property. 7. Contractor shall, by written contract, require its permitted subcontractors to agree to the requirements and obligations of this Section. 8. County may terminate this contract immediately for cause, with Notice provided to contractor, for a violation related to contractor’s failure to perform the required background screening on its officers, employees, agents, independent contractors and volunteers who will be working under this Agreement on County Park Property. County may also terminate this contract immediately for cause, with Notice provided to contractor, if County determines contractor failed to ensure that its permitted subcontractors, as defined in Item 2 above, have been background screened as required in this section prior to performing any services under this Agreement on County Park Property. Contractor will not be subject to immediate termination in the event County determines a violation of this Section was outside the reasonable control of contractor and contractor has demonstrated to County compliance with the requirements of this Section. 9. County may terminate this contract for cause if contractor fails to provide the monthly Affidavit to County as provided for under Item 5 above, and contractor does not cure said breach within five (5) days of Notice provided to contractor.

6 5 Supplier: ADG Strategy Group

Security Requirements

A. General Security Requirements and Criminal Background Screening: 1. All contractor and sub-contractor personnel requiring unescorted access to Broward County facilities must obtain a County issued contractor identification badge (contractor ID badge); except as specifically stated herein. 2. The background screening requirements for obtaining a contractor ID badge will depend on the facility to which unescorted access is being requested. Contract Administrators or designees and contractors may contact Broward County Security at (954) 357-6000 or [email protected] for the required background screening requirements associated with access to specific facilities. Contract Administrators will communicate all current and appropriate requirements to the contractor and sub-contractor throughout the contract period. B. General Facilities: 1. Contractor and sub-contractor personnel servicing and requiring unescorted access to General Facilities must have a County issued contractor ID badge (contractor ID badge) which will be the responsibility of the contractor to obtain. Depending upon the request, the badge may carry electronic access privileges. The badge must be visible and worn at all times together with the contractor’s company/business contractor ID badge. Similar to employee security/ID badges, requests for contractor ID badges are initially approved by the requesting agency director or designee and then submitted to Facilities Management Division (FMD) Security for final approval. 2. The issuance of a contractor ID badge for unescorted access to General Facilities requires a “Level 1” FDLE background check, which can be conducted by the Florida Department of Law Enforcement (FDLE). This “Level 1” FDLE background check is the contractor's responsibility and should be included in the bid price. FDLE background checks can be done by the contractor by phone at (850) 410-8109 or online at https://web.fdle.state.fl.us/search/app/default 3. Upon completion of the background check, the contractor must attach a copy of the results to the contractor’s application for a contractor ID badge. The Project Manager or designee utilizing the service of the contractor will be the “Sponsor” and will either provide the contractor with a Contractor ID Badge Request Form or assist the contractor in completing an on-line application for the County issued contractor ID badge. 4. Requests for a contractor ID badge requiring an FDLE background check may require lengthy processing and review by the Broward Sheriff’s Office (BSO). Contractors and subcontractors must therefore submit the request to Broward County Security at least two (2) weeks prior to the start of service by the contractor. When identification badges are ready, Broward County Security will contact the contractor to arrange pick up. Upon pick up, the applicant must present a valid Florida identification and must be accompanied by his or her supervisor. Broward County Security will then supply contractor ID badge valid for the anticipated period within which the work will be performed. The validity period must be clearly stated on the Contractor ID Badge Request Form; however, the period of validity will not exceed one (1) year. Background checks will be required for renewal of contractor ID badge. At the termination of the contract and separation of employee services, the contractor is responsible for the collection and return of all contractor ID badge to the Project Manager and/or to Broward County Security. 5. Compliance with the County’s security requirements is part of the overall contract performance evaluation. Final payment will, in part, be contingent on the return of all contractor ID badges issued to contractor personnel. 6. Broward County Security is located at Governmental Center East, 115 South Andrews Avenue Fort Lauderdale, FL 33301. Telephone (954) 357-6000. 7. All contractors must wear distinctive and neat appearing uniforms with vendor's company name. Sub-contractor personnel must also have Broward County issued contractor IDs and meet the same security requirements and uniform standards as the primary contractor. 8. Contractors will not be allowed unescorted on the job site without proper County issued contractor ID badges. C. Facilities Critical to Security and Public Safety: Many Broward County government facilities will have areas designated as critical to security and public safety, pursuant to Broward County Ordinance 2003-08 Sections 26-121 and 26- 122, as may be amended. The issuance of a contractor ID badge for unescorted access to facilities critical to security and public safety may entail a comprehensive statewide and national background check. Unescorted access to certain facilities occupied by the Broward Sheriff’s Office (BSO) and the State Attorney’s Office will require a national fingerprint-based records check per the Criminal Justice Information System (CJIS) policy. A contractor employee found to have a criminal record consisting of felony conviction(s) shall be disqualified from access to the State Attorney’s Offices and certain BSO facilities. A contractor employee with a record of misdemeanor offense(s) may be granted access if the System Security Officer (CSO), Terminal Access Coordinator (TAC), and FDLE determines that the nature of the offense(s) do not warrant disqualification. Applicants shall also be disqualified on the basis of confirmations that arrest warrants are outstanding for such applicants. D. Contractor Work Crews: Background investigations are generally not required for each member of a contractor work crew working on county premises and outside a building or structure. Examples are landscape crews and roofers. If it is necessary to enter the building or structure unescorted, these work crew members should obtain a contractor ID badge. If not, work crew members must be escorted at all times by the project manager, or designee, and must be under the direct supervision of a foreperson for the contractor. The foreperson must be aware of the crew members’ whereabouts, has completed the appropriate background check for the location and type of work being undertaken, and has been issued and is displaying a contractor ID badge. All members of a night cleaning crew must complete a background investigation appropriate to the requirements of the facility and so should all work crew members not escorted when working at a critical county facility. Notwithstanding, the using agency is best positioned and suited to determine the safeguards and requirements that should be in place to manage the risks and consequences associated with the roles and activities of contractor, subcontractor, and work crews, when requesting a contractor ID badge. The agency is aware of the characteristics of the client population being served by the classes of persons, the need to safeguard high-value assets, and the requirement to comply with all statutory requirements governing background investigations. E. Other Vendors: Consultants, delivery personnel, and vending machine operators, without a County issued contractor badge, may obtain a Visitor pass and should be escorted by County personnel when accessing and working in designated non-public and employee work areas at both general facilities and facilities critical to security and public safety. F. Port Everglades Locations: 1. The Port Everglades Department requires persons to present, at port entry, a valid driver's license, and valid reason for wishing to be granted port access in order to obtain a temporary/visitor ID badge. For persons who will visit the Port more than 15 times in a 90 day period, a permanent identification badge must be obtained and paid for by the contractor for all employees, subcontractors, agents and servants visiting or working on the port project. A restricted access badge application process will include fingerprints and a comprehensive background check. Badges must be renewed annually and the fees paid pursuant to Broward County Administrative Code, Section 42.6. For further information, please call 954-765-4225.

2. All vehicles that are used regularly on the dock apron must have a Dockside Parking Permit. Only a limited number of permits will be issued per business entity. The fee is $100.00 per permit/vehicle. Individuals requesting a permit must possess a valid Port- issued Restricted Access Area badge with a "Dock" destination. Requests for Dockside Parking Permits must be submitted in writing, on company letterhead, to the ID Badge Office. Applicants must demonstrate a need for access to the dock apron. Requests shall be investigated, and approved, if appropriate justification is provided. Supporting documentation must be supplied, if requested. Dock permits are not transferable and must be affixed to the lower left corner of the permitted vehicle's windshield. Should the permit holder wish to transfer the permit to another vehicle during the term of issuance, the permit will be removed and exchanged at no charge for a new permit. Only one business entity representative will be permitted on the dock at a time at the vessel location.

3. The Federal Government has instituted requirements for a Transportation Worker Identification Credential (TWIC) for all personnel requiring unescorted access to designated secure areas within Port Everglades. The contractor will be responsible for complying with the applicable TWIC requirements. For further information, please call 1- 855-347-8371, or go on line to https://www.tsa.gov/for-industry/twic. G. Airport Security Program and Aviation Regulations: 1. Consultant/contractor agrees to observe all security requirements and other requirements of the Federal Aviation Regulations applicable to Consultant/contractor, including without limitation, all regulations of the United States Department of Transportation, the Federal Aviation Administration and the Transportation Security Administration, and the Consultant/contractor agrees to comply with the County's Airport Security Program and the Air Operations area (AOA) Vehicle Access Program, and amendments thereto, and to comply with such other rules and regulations as may be reasonably prescribed by the County, and to take such steps as may be necessary or directed by the County to insure that sub lessees, employees, invitees and guests observe these requirements. If required by the Aviation Department, Consultant/contractor shall conduct background checks of its employees in accordance with applicable Federal regulations. 2. If as a result of the acts or omissions of Consultant/contractor, its sub lessees, employees, invitees or guests, the County incurs any fines and/or penalties imposed by any governmental agency, including without limitation, the United States Department of Transportation, the Federal Aviation Administration or the Transportation Security Administration, or any expense in enforcing any federal regulations, including without limitation, airport security regulations, or the rules or regulations of the County, and/or any expense in enforcing the County's Airport Security Program, then consultant/contractor agrees to pay and/or reimburse the County all such costs and expenses, including all costs of administrative proceedings, court costs, and attorneys' fees and all costs incurred by County in enforcing this provision. Consultant/contractor further agrees to rectify any security deficiency or other deficiency as may be determined as such by the County or the United States Department of Transportation, Federal Aviation Administration, the Transportation Security Administration, or any other federal agency. In the event consultant/contractor fails to remedy any such deficiency, the County may do so at the cost and expense of consultant/contractor. The County reserves the right to take whatever action is necessary to rectify any security deficiency or other deficiency. 3. Operation of Vehicles on the AOA: Before the consultant/contractor shall permit any employee of consultant/contractor or any sub consultant/subcontractor to operate a motor vehicle of any kind or type on the AOA (and unless escorted by an Aviation Department approved escort), the consultant/contractor shall ensure that all such vehicle operators possess current, valid, and appropriate Florida driver's licenses. In addition, any motor vehicles and equipment of consultant/contractor or of any sub consultant/subcontractor operating on the AOA must have an appropriate vehicle identification permit issued by the Aviation Department, which identification must be displayed as required by the Aviation Department. 4. Consent to Search/Inspection: The consultant/contractor agrees that its vehicles, cargo, goods, and other personal property are subject to being inspected and searched when attempting to enter or leave and while on the AOA. The consultant/contractor further agrees on behalf of itself and its sub consultant /subcontractors that it shall not authorize any employee or other person to enter the AOA unless and until such employee other person has executed a written consent-to-search/inspection form acceptable to the Aviation Department. Consultant/contractor acknowledges and understands that the forgoing requirements are for the protection of users of the Airport and are intended to reduce incidents of cargo tampering, aircraft sabotage, thefts and other unlawful activities at the Airport. For this reason, consultant/contractor agrees that persons not executing such consent-to-search/inspection form shall not be employed by the consultant/contractor or by any sub consultant/contractor at the Airport in any position requiring access to the AOA or allowed entry to the AOA by the consultant/contractor or by any sub consultant/contractors. 5. The provisions hereof shall survive the expiration or any other termination of this contract. H. Water and Wastewater Services (WWS): 1. Contractors/Consultants may receive a WWS ID Badge and/or Access Card and/or Keys while working at WWS facility work sites. These items provide modified access to certain areas and systems otherwise restricted to non-WWS employees and can only be obtained from the WWS Security Manager. These items may be rescinded at the discretion of the WWS Security Officer. The WWS ID Badge, Access Card and/or Keys remain the property of Broward County and must be returned to your WWS contact person at the end of the contract/project. 2. All contractors will complete and sign the WWS Contractor/Consultant Security Memorandum and provide a copy of their Driver’s License to be recorded on Schlage Card Access System Profile. 3. A lost or stolen ID Badge and/or Access Card and/or Keys must be reported to the Security Manager immediately. 4. WWS may terminate access to any contractor who acts inappropriately while on County property and has the right to contact BSO if necessary to have the contractor removed and/or file charges against them. I. Additional Security Requirements for Parks and Recreation: 1. Contractor expressly understands and agrees that a duty is hereby created under this Contract that requires contractor to provide ongoing disclosure throughout the term of this Contract as provided for herein relative to the criminal background screening required by this Section. 2. Contractor shall perform criminal background screening as identified in Item 3 below on its officers, employees, agents, independent contractors and volunteers who will be working under this contract in any County park (“collectively referred to as “County Park Property”). Further, if contractor is permitted to utilize subcontractors under this contract, contractor shall perform or ensure that the background screening as required in Item 3 below is conducted on any permitted subcontractor, which term includes the subcontractor’s officers, employees, agents, independent contractors and volunteers who will be working under this contract on County Park property. 3. Contractor shall not permit any person who is listed as a sexual predator or sexual offender on the Florida Department of Law Enforcement, Sexual Offenders and Predators Website or the United States Department of Justice, National Sex Offender Public Website, to provide any services for contractor on County Park Property. All persons subject to the criminal background screening under this contract shall be rescreened annually based on the date of initial screening. 4. Contractor shall maintain copies of the results of the criminal background screening required by this Section for the term of this contract and promptly forward copies of same to County, upon its request. 5. Contractor shall be required to furnish to County’s Parks and Recreation Project Manager, on a monthly basis, an Affidavit affirming the persons listed in the Affidavit have been background screened as required in Item 3 above and have been deemed eligible by contractor to work on County Park property. Contractor’s monthly Affidavit shall update information from the previous Affidavit by reconfirming the status of persons who have p. 213 previously been deemed eligible as provided for above and updating the list, when applicable, to specifically identify new persons providing services for contractor under this Contract who have been background screened as required in Item 3 above and deemed eligible to work on County Park Property. The Contract Administrator may, in his or her discretion, permit contractor to furnish the monthly Affidavit in an electronic format. 6. In the event contractor obtains, or is provided, supplemental criminal background information, including police reports and arrest information, which potentially disqualifies a person previously deemed eligible by contractor to provide services under this contract, contractor shall take immediate action to review the matter; however, during such review time and until a determination of eligibility is made by contractor based on the requirements of this Section, contractor shall immediately cease allowing the person to work on County Park Property. Additionally, contractor shall be required to inform any person background screened pursuant to this Section who is providing services under this contract, to notify contractor within forty-eight (48) hours of any arrest related to sexual misconduct which has occurred after the person was deemed eligible to work on County Park Property. 7. Contractor shall, by written contract, require its permitted subcontractors to agree to the requirements and obligations of this Section. 8. County may terminate this contract immediately for cause, with Notice provided to contractor, for a violation related to contractor’s failure to perform the required background screening on its officers, employees, agents, independent contractors and volunteers who will be working under this Agreement on County Park Property. County may also terminate this contract immediately for cause, with Notice provided to contractor, if County determines contractor failed to ensure that its permitted subcontractors, as defined in Item 2 above, have been background screened as required in this section prior to performing any services under this Agreement on County Park Property. Contractor will not be subject to immediate termination in the event County determines a violation of this Section was outside the reasonable control of contractor and contractor has demonstrated to County compliance with the requirements of this Section. 9. County may terminate this contract for cause if contractor fails to provide the monthly Affidavit to County as provided for under Item 5 above, and contractor does not cure said breach within five (5) days of Notice provided to contractor.

6 5 Supplier: ADG Strategy Group

Security Requirements

A. General Security Requirements and Criminal Background Screening: 1. All contractor and sub-contractor personnel requiring unescorted access to Broward County facilities must obtain a County issued contractor identification badge (contractor ID badge); except as specifically stated herein. 2. The background screening requirements for obtaining a contractor ID badge will depend on the facility to which unescorted access is being requested. Contract Administrators or designees and contractors may contact Broward County Security at (954) 357-6000 or [email protected] for the required background screening requirements associated with access to specific facilities. Contract Administrators will communicate all current and appropriate requirements to the contractor and sub-contractor throughout the contract period. B. General Facilities: 1. Contractor and sub-contractor personnel servicing and requiring unescorted access to General Facilities must have a County issued contractor ID badge (contractor ID badge) which will be the responsibility of the contractor to obtain. Depending upon the request, the badge may carry electronic access privileges. The badge must be visible and worn at all times together with the contractor’s company/business contractor ID badge. Similar to employee security/ID badges, requests for contractor ID badges are initially approved by the requesting agency director or designee and then submitted to Facilities Management Division (FMD) Security for final approval. 2. The issuance of a contractor ID badge for unescorted access to General Facilities requires a “Level 1” FDLE background check, which can be conducted by the Florida Department of Law Enforcement (FDLE). This “Level 1” FDLE background check is the contractor's responsibility and should be included in the bid price. FDLE background checks can be done by the contractor by phone at (850) 410-8109 or online at https://web.fdle.state.fl.us/search/app/default 3. Upon completion of the background check, the contractor must attach a copy of the results to the contractor’s application for a contractor ID badge. The Project Manager or designee utilizing the service of the contractor will be the “Sponsor” and will either provide the contractor with a Contractor ID Badge Request Form or assist the contractor in completing an on-line application for the County issued contractor ID badge. 4. Requests for a contractor ID badge requiring an FDLE background check may require lengthy processing and review by the Broward Sheriff’s Office (BSO). Contractors and subcontractors must therefore submit the request to Broward County Security at least two (2) weeks prior to the start of service by the contractor. When identification badges are ready, Broward County Security will contact the contractor to arrange pick up. Upon pick up, the applicant must present a valid Florida identification and must be accompanied by his or her supervisor. Broward County Security will then supply contractor ID badge valid for the anticipated period within which the work will be performed. The validity period must be clearly stated on the Contractor ID Badge Request Form; however, the period of validity will not exceed one (1) year. Background checks will be required for renewal of contractor ID badge. At the termination of the contract and separation of employee services, the contractor is responsible for the collection and return of all contractor ID badge to the Project Manager and/or to Broward County Security. 5. Compliance with the County’s security requirements is part of the overall contract performance evaluation. Final payment will, in part, be contingent on the return of all contractor ID badges issued to contractor personnel. 6. Broward County Security is located at Governmental Center East, 115 South Andrews Avenue Fort Lauderdale, FL 33301. Telephone (954) 357-6000. 7. All contractors must wear distinctive and neat appearing uniforms with vendor's company name. Sub-contractor personnel must also have Broward County issued contractor IDs and meet the same security requirements and uniform standards as the primary contractor. 8. Contractors will not be allowed unescorted on the job site without proper County issued contractor ID badges. C. Facilities Critical to Security and Public Safety: Many Broward County government facilities will have areas designated as critical to security and public safety, pursuant to Broward County Ordinance 2003-08 Sections 26-121 and 26- 122, as may be amended. The issuance of a contractor ID badge for unescorted access to facilities critical to security and public safety may entail a comprehensive statewide and national background check. Unescorted access to certain facilities occupied by the Broward Sheriff’s Office (BSO) and the State Attorney’s Office will require a national fingerprint-based records check per the Criminal Justice Information System (CJIS) policy. A contractor employee found to have a criminal record consisting of felony conviction(s) shall be disqualified from access to the State Attorney’s Offices and certain BSO facilities. A contractor employee with a record of misdemeanor offense(s) may be granted access if the System Security Officer (CSO), Terminal Access Coordinator (TAC), and FDLE determines that the nature of the offense(s) do not warrant disqualification. Applicants shall also be disqualified on the basis of confirmations that arrest warrants are outstanding for such applicants. D. Contractor Work Crews: Background investigations are generally not required for each member of a contractor work crew working on county premises and outside a building or structure. Examples are landscape crews and roofers. If it is necessary to enter the building or structure unescorted, these work crew members should obtain a contractor ID badge. If not, work crew members must be escorted at all times by the project manager, or designee, and must be under the direct supervision of a foreperson for the contractor. The foreperson must be aware of the crew members’ whereabouts, has completed the appropriate background check for the location and type of work being undertaken, and has been issued and is displaying a contractor ID badge. All members of a night cleaning crew must complete a background investigation appropriate to the requirements of the facility and so should all work crew members not escorted when working at a critical county facility. Notwithstanding, the using agency is best positioned and suited to determine the safeguards and requirements that should be in place to manage the risks and consequences associated with the roles and activities of contractor, subcontractor, and work crews, when requesting a contractor ID badge. The agency is aware of the characteristics of the client population being served by the classes of persons, the need to safeguard high-value assets, and the requirement to comply with all statutory requirements governing background investigations. E. Other Vendors: Consultants, delivery personnel, and vending machine operators, without a County issued contractor badge, may obtain a Visitor pass and should be escorted by County personnel when accessing and working in designated non-public and employee work areas at both general facilities and facilities critical to security and public safety. F. Port Everglades Locations: 1. The Port Everglades Department requires persons to present, at port entry, a valid driver's license, and valid reason for wishing to be granted port access in order to obtain a temporary/visitor ID badge. For persons who will visit the Port more than 15 times in a 90 day period, a permanent identification badge must be obtained and paid for by the contractor for all employees, subcontractors, agents and servants visiting or working on the port project. A restricted access badge application process will include fingerprints and a comprehensive background check. Badges must be renewed annually and the fees paid pursuant to Broward County Administrative Code, Section 42.6. For further information, please call 954-765-4225.

2. All vehicles that are used regularly on the dock apron must have a Dockside Parking Permit. Only a limited number of permits will be issued per business entity. The fee is $100.00 per permit/vehicle. Individuals requesting a permit must possess a valid Port- issued Restricted Access Area badge with a "Dock" destination. Requests for Dockside Parking Permits must be submitted in writing, on company letterhead, to the ID Badge Office. Applicants must demonstrate a need for access to the dock apron. Requests shall be investigated, and approved, if appropriate justification is provided. Supporting documentation must be supplied, if requested. Dock permits are not transferable and must be affixed to the lower left corner of the permitted vehicle's windshield. Should the permit holder wish to transfer the permit to another vehicle during the term of issuance, the permit will be removed and exchanged at no charge for a new permit. Only one business entity representative will be permitted on the dock at a time at the vessel location.

3. The Federal Government has instituted requirements for a Transportation Worker Identification Credential (TWIC) for all personnel requiring unescorted access to designated secure areas within Port Everglades. The contractor will be responsible for complying with the applicable TWIC requirements. For further information, please call 1- 855-347-8371, or go on line to https://www.tsa.gov/for-industry/twic. G. Airport Security Program and Aviation Regulations: 1. Consultant/contractor agrees to observe all security requirements and other requirements of the Federal Aviation Regulations applicable to Consultant/contractor, including without limitation, all regulations of the United States Department of Transportation, the Federal Aviation Administration and the Transportation Security Administration, and the Consultant/contractor agrees to comply with the County's Airport Security Program and the Air Operations area (AOA) Vehicle Access Program, and amendments thereto, and to comply with such other rules and regulations as may be reasonably prescribed by the County, and to take such steps as may be necessary or directed by the County to insure that sub lessees, employees, invitees and guests observe these requirements. If required by the Aviation Department, Consultant/contractor shall conduct background checks of its employees in accordance with applicable Federal regulations. 2. If as a result of the acts or omissions of Consultant/contractor, its sub lessees, employees, invitees or guests, the County incurs any fines and/or penalties imposed by any governmental agency, including without limitation, the United States Department of Transportation, the Federal Aviation Administration or the Transportation Security Administration, or any expense in enforcing any federal regulations, including without limitation, airport security regulations, or the rules or regulations of the County, and/or any expense in enforcing the County's Airport Security Program, then consultant/contractor agrees to pay and/or reimburse the County all such costs and expenses, including all costs of administrative proceedings, court costs, and attorneys' fees and all costs incurred by County in enforcing this provision. Consultant/contractor further agrees to rectify any security deficiency or other deficiency as may be determined as such by the County or the United States Department of Transportation, Federal Aviation Administration, the Transportation Security Administration, or any other federal agency. In the event consultant/contractor fails to remedy any such deficiency, the County may do so at the cost and expense of consultant/contractor. The County reserves the right to take whatever action is necessary to rectify any security deficiency or other deficiency. 3. Operation of Vehicles on the AOA: Before the consultant/contractor shall permit any employee of consultant/contractor or any sub consultant/subcontractor to operate a motor vehicle of any kind or type on the AOA (and unless escorted by an Aviation Department approved escort), the consultant/contractor shall ensure that all such vehicle operators possess current, valid, and appropriate Florida driver's licenses. In addition, any motor vehicles and equipment of consultant/contractor or of any sub consultant/subcontractor operating on the AOA must have an appropriate vehicle identification permit issued by the Aviation Department, which identification must be displayed as required by the Aviation Department. 4. Consent to Search/Inspection: The consultant/contractor agrees that its vehicles, cargo, goods, and other personal property are subject to being inspected and searched when attempting to enter or leave and while on the AOA. The consultant/contractor further agrees on behalf of itself and its sub consultant /subcontractors that it shall not authorize any employee or other person to enter the AOA unless and until such employee other person has executed a written consent-to-search/inspection form acceptable to the Aviation Department. Consultant/contractor acknowledges and understands that the forgoing requirements are for the protection of users of the Airport and are intended to reduce incidents of cargo tampering, aircraft sabotage, thefts and other unlawful activities at the Airport. For this reason, consultant/contractor agrees that persons not executing such consent-to-search/inspection form shall not be employed by the consultant/contractor or by any sub consultant/contractor at the Airport in any position requiring access to the AOA or allowed entry to the AOA by the consultant/contractor or by any sub consultant/contractors. 5. The provisions hereof shall survive the expiration or any other termination of this contract. H. Water and Wastewater Services (WWS): 1. Contractors/Consultants may receive a WWS ID Badge and/or Access Card and/or Keys while working at WWS facility work sites. These items provide modified access to certain areas and systems otherwise restricted to non-WWS employees and can only be obtained from the WWS Security Manager. These items may be rescinded at the discretion of the WWS Security Officer. The WWS ID Badge, Access Card and/or Keys remain the property of Broward County and must be returned to your WWS contact person at the end of the contract/project. 2. All contractors will complete and sign the WWS Contractor/Consultant Security Memorandum and provide a copy of their Driver’s License to be recorded on Schlage Card Access System Profile. 3. A lost or stolen ID Badge and/or Access Card and/or Keys must be reported to the Security Manager immediately. 4. WWS may terminate access to any contractor who acts inappropriately while on County property and has the right to contact BSO if necessary to have the contractor removed and/or file charges against them. I. Additional Security Requirements for Parks and Recreation: 1. Contractor expressly understands and agrees that a duty is hereby created under this Contract that requires contractor to provide ongoing disclosure throughout the term of this Contract as provided for herein relative to the criminal background screening required by this Section. 2. Contractor shall perform criminal background screening as identified in Item 3 below on its officers, employees, agents, independent contractors and volunteers who will be working under this contract in any County park (“collectively referred to as “County Park Property”). Further, if contractor is permitted to utilize subcontractors under this contract, contractor shall perform or ensure that the background screening as required in Item 3 below is conducted on any permitted subcontractor, which term includes the subcontractor’s officers, employees, agents, independent contractors and volunteers who will be working under this contract on County Park property. 3. Contractor shall not permit any person who is listed as a sexual predator or sexual offender on the Florida Department of Law Enforcement, Sexual Offenders and Predators Website or the United States Department of Justice, National Sex Offender Public Website, to provide any services for contractor on County Park Property. All persons subject to the criminal background screening under this contract shall be rescreened annually based on the date of initial screening. 4. Contractor shall maintain copies of the results of the criminal background screening required by this Section for the term of this contract and promptly forward copies of same to County, upon its request. 5. Contractor shall be required to furnish to County’s Parks and Recreation Project Manager, on a monthly basis, an Affidavit affirming the persons listed in the Affidavit have been background screened as required in Item 3 above and have been deemed eligible by contractor to work on County Park property. Contractor’s monthly Affidavit shall update information from the previous Affidavit by reconfirming the status of persons who have previously been deemed eligible as provided for above and updating the list, when applicable, to specifically identify new persons providing services for contractor under this Contract who have been background screened as required in Item 3 above and deemed eligible to work on County Park Property. The Contract Administrator may, in his or her discretion, permit contractor to furnish the monthly Affidavit in an electronic format. 6. In the event contractor obtains, or is provided, supplemental criminal background information, including police reports and arrest information, which potentially disqualifies a person previously deemed eligible by contractor to provide services under this contract, contractor shall take immediate action to review the matter; however, during such review time and until a determination of eligibility is made by contractor based on the requirements of this Section, contractor shall immediately cease allowing the person to work on County Park Property. Additionally, contractor shall be required to inform any person background screened pursuant to this Section who is providing services under this contract, to notify contractor within forty-eight (48) hours of any arrest related to sexual misconduct which has occurred after the person was deemed eligible to work on County Park Property. 7. Contractor shall, by written contract, require its permitted subcontractors to agree to the requirements and obligations of this Section. 8. County may terminate this contract immediately for cause, with Notice provided to contractor, for a violation related to contractor’s failure to perform the required background screening on its officers, employees, agents, independent contractors and volunteers who will be working under this Agreement on County Park Property. County may also terminate this contract immediately for cause, with Notice provided to contractor, if County determines contractor failed to ensure that its permitted subcontractors, as defined in Item 2 above, have been background screened as required in this section prior to performing any services under this Agreement on County Park Property. Contractor will not be subject to immediate termination in the event County determines a violation of this Section was outside the reasonable control of contractor and contractor has demonstrated to County compliance with the requirements of this Section. 9. County may terminate this contract for cause if contractor fails to provide the monthly Affidavit to County as provided for under Item 5 above, and contractor does not cure said breach within five (5) days of Notice provided to contractor.

u6

p. 214 5 Supplier: ADG Strategy Group

Security Requirements – Aviation Department

A. Consultant/contractor agrees to observe all security requirements and other requirements of the Federal Aviation Regulations applicable to Consultant/contractor, including without limitation, all regulations of the United States Department of Transportation, the Federal Aviation Administration and the Transportation Security Administration, and the Consultant/contractor agrees to comply with the County's Airport Security Program and the Air Operations area (AOA) Vehicle Access Program, and amendments thereto, and to comply with such other rules and regulations as may be reasonably prescribed by the County, and to take such steps as may be necessary or directed by the County to insure that sub lessees, employees, invitees and guests observe these requirements. If required by the Aviation Department, Consultant/contractor shall conduct background checks of its employees in accordance with applicable Federal regulations.

B. If as a result of the acts or omissions of Consultant/contractor, its sub lessees, employees, invitees or guests, the County incurs any fines and/or penalties imposed by any governmental agency, including without limitation, the United States Department of Transportation, the Federal Aviation Administration or the Transportation Security Administration, or any expense in enforcing any federal regulations, including without limitation, airport security regulations, or the rules or regulations of the County, and/or any expense in enforcing the County's Airport Security Program, then consultant/contractor agrees to pay and/or reimburse the County all such costs and expenses, including all costs of administrative proceedings, court costs, and attorneys' fees and all costs incurred by County in enforcing this provision. Consultant/contractor further agrees to rectify any security deficiency or other deficiency as may be determined as such by the County or the United States Department of Transportation, Federal Aviation Administration, the Transportation Security Administration, or any other federal agency. In the event consultant/contractor fails to remedy any such deficiency, the County may do so at the cost and expense of consultant/contractor. The County reserves the right to take whatever action is necessary to rectify any security deficiency or other deficiency.

C. Operation of Vehicles on the AOA: Before the consultant/contractor shall permit any employee of consultant/contractor or any sub consultant/subcontractor to operate a motor vehicle of any kind or type on the AOA (and unless escorted by an Aviation Department approved escort), the consultant/contractor shall ensure that all such vehicle operators possess current, valid, and appropriate Florida driver's licenses. In addition, any motor vehicles and equipment of consultant/contractor or of any sub consultant/subcontractor operating on the AOA must have an appropriate vehicle identification permit issued by the Aviation Department, which identification must be displayed as required by the Aviation Department.

D. Consent to Search/Inspection: The consultant/contractor agrees that its vehicles, cargo, goods, and other personal property are subject to being inspected and searched when attempting to enter or leave and while on the AOA. The consultant/contractor further agrees on behalf of itself and its sub consultant /subcontractors that it shall not authorize any employee or other person to enter the AOA unless and until such employee other person has executed a written consent-to- search/inspection form acceptable to the Aviation Department. Consultant/contractor acknowledges and understands that the forgoing requirements are for the protection of users of the Airport and are intended to reduce incidents of cargo tampering, aircraft sabotage, thefts and other unlawful activities at the Airport. For this reason, consultant/contractor agrees that persons not executing such consent-to-search/inspection form shall not be employed by the consultant/contractor or by any sub consultant/contractor at the Airport in any position requiring access to the AOA or allowed entry to the AOA by the consultant/contractor or by any sub consultant/contractors.

E. The provisions hereof shall survive the expiration or any other termination of this contract.

p. 215 5 Supplier: ADG Strategy Group

Security Requirements – Aviation Department

A. Consultant/contractor agrees to observe all security requirements and other requirements of the Federal Aviation Regulations applicable to Consultant/contractor, including without limitation, all regulations of the United States Department of Transportation, the Federal Aviation Administration and the Transportation Security Administration, and the Consultant/contractor agrees to comply with the County's Airport Security Program and the Air Operations area (AOA) Vehicle Access Program, and amendments thereto, and to comply with such other rules and regulations as may be reasonably prescribed by the County, and to take such steps as may be necessary or directed by the County to insure that sub lessees, employees, invitees and guests observe these requirements. If required by the Aviation Department, Consultant/contractor shall conduct background checks of its employees in accordance with applicable Federal regulations.

B. If as a result of the acts or omissions of Consultant/contractor, its sub lessees, employees, invitees or guests, the County incurs any fines and/or penalties imposed by any governmental agency, including without limitation, the United States Department of Transportation, the Federal Aviation Administration or the Transportation Security Administration, or any expense in enforcing any federal regulations, including without limitation, airport security regulations, or the rules or regulations of the County, and/or any expense in enforcing the County's Airport Security Program, then consultant/contractor agrees to pay and/or reimburse the County all such costs and expenses, including all costs of administrative proceedings, court costs, and attorneys' fees and all costs incurred by County in enforcing this provision. Consultant/contractor further agrees to rectify any security deficiency or other deficiency as may be determined as such by the County or the United States Department of Transportation, Federal Aviation Administration, the Transportation Security Administration, or any other federal agency. In the event consultant/contractor fails to remedy any such deficiency, the County may do so at the cost and expense of consultant/contractor. The County reserves the right to take whatever action is necessary to rectify any security deficiency or other deficiency.

C. Operation of Vehicles on the AOA: Before the consultant/contractor shall permit any employee of consultant/contractor or any sub consultant/subcontractor to operate a motor vehicle of any kind or type on the AOA (and unless escorted by an Aviation Department approved escort), the consultant/contractor shall ensure that all such vehicle operators possess current, valid, and appropriate Florida driver's licenses. In addition, any motor vehicles and equipment of consultant/contractor or of any sub consultant/subcontractor operating on the AOA must have an appropriate vehicle identification permit issued by the Aviation Department, which identification must be displayed as required by the Aviation Department.

D. Consent to Search/Inspection: The consultant/contractor agrees that its vehicles, cargo, goods, and other personal property are subject to being inspected and searched when attempting to enter or leave and while on the AOA. The consultant/contractor further agrees on behalf of itself and its sub consultant /subcontractors that it shall not authorize any employee or other person to enter the AOA unless and until such employee other person has executed a written consent-to- search/inspection form acceptable to the Aviation Department. Consultant/contractor acknowledges and understands that the forgoing requirements are for the protection of users of the Airport and are intended to reduce incidents of cargo tampering, aircraft sabotage, thefts and other unlawful activities at the Airport. For this reason, consultant/contractor agrees that persons not executing such consent-to-search/inspection form shall not be employed by the consultant/contractor or by any sub consultant/contractor at the Airport in any position requiring access to the AOA or allowed entry to the AOA by the consultant/contractor or by any sub consultant/contractors.

E. The provisions hereof shall survive the expiration or any other termination of this contract. l

10/16/2019 BidSync p. 216 u5 Supplier: ADG Strategy Group

Security Requirements – Port Everglades

A. The Port Everglades Department requires persons to present, at port entry, a valid driver's license, and valid reason for wishing to be granted port access in order to obtain a temporary/visitor ID badge. For persons who will visit the Port more than 15 times in a 90 day period, a permanent identification badge must be obtained and paid for by the contractor for all employees, subcontractors, agents and servants visiting or working on the port project. A restricted access badge application process will include fingerprints and a comprehensive background check. Badges must be renewed annually and the fees paid pursuant to Broward County Administrative Code, Section 42.6. For further information, please call 954-765-4225.

B. All vehicles that are used regularly on the dock apron must have a Dockside Parking Permit. Only a limited number of permits will be issued per business entity. The fee is $100.00 per permit/vehicle. Individuals requesting a permit must possess a valid Port- issued Restricted Access Area badge with a "Dock" destination. Requests for Dockside Parking Permits must be submitted in writing, on company letterhead, to the ID Badge Office. Applicants must demonstrate a need for access to the dock apron. Requests shall be investigated, and approved, if appropriate justification is provided. Supporting documentation must be supplied, if requested. Dock permits are not transferable and must be affixed to the lower left corner of the permitted vehicle's windshield. Should the permit holder wish to transfer the permit to another vehicle during the term of issuance, the permit will be removed and exchanged at no charge for a new permit. Only one business entity representative will be permitted on the dock at a time at the vessel location.

C. The Federal Government has instituted requirements for a Transportation Worker Identification Credential (TWIC) for all personnel requiring unescorted access to designated secure areas within Port Everglades. The contractor will be responsible for complying with the applicable TWIC requirements. For further information, please call 1- 855-347-8371, or go on line to https://www.tsa.gov/for-industry/twic.

u6 p. 217 5 Supplier: ADG Strategy Group

Insurance Requirements: (Refer to the Insurance Requirement Form)

A. The insurance requirement designated in the Insurance Requirement Form indicates the minimum coverage required for the scope of work, as determined by the Risk Management Division. Vendor shall provide verification of compliance such as a Certificate of Insurance, or a letter of verification from the Vendor’s insurance agent/broker, which states the ability of the Vendor to meet the requirements upon award. The verification must be submitted within three business days of County’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes. Final award shall be subject to receipt and acceptance by the County of proof of meeting all insurance requirements of the bid.

B. Without limiting any of the other obligations or liabilities of Vendor, Vendor shall provide, pay for, and maintain on a primary basis in force until all of its work to be performed under this Contract has been completed and accepted by County (or for such duration specified), at least the minimum insurance coverage and limits set forth in the Insurance Requirement Form under the following conditions listed below. If a limit or policy is not indicated on Insurance Requirement certificate by a checked box, it is not required as a condition of this contract.

1. Commercial General Liability with minimum limits per occurrence, combined single limit for bodily injury and property damage, and when indicated a minimum limit per aggregate. County is to be expressly included as an Additional Insured in the name of Broward County arising out of operations performed for the County, by or on behalf of Vendor, or acts or omissions of Vendor in connection with general supervision of such operation. If Vendor uses a subcontractor, then Vendor shall require that subcontractor names County as an Additional Insured.

2. Business Automobile Liability with minimum limits per occurrence, combined single limit for bodily injury and property damage. Scheduled autos shall be listed on Vendor’s certificate of insurance. County is to be named as an additional insured in the name of Broward County.

Note: Insurance requirements for Automobile Liability are not applicable where delivery will be made by a third party carrier. All vendors that will be making deliveries in their own vehicles are required to provide proof of insurance for Automobile Liability and other pertinent coverages as indicated on the Insurance Requirement certificate, prior to award. If deliveries are being made by a third party carrier, other pertinent coverages listed on the Insurance Requirement certificate are still required.

Vendor should indicate how product is being delivered:

Vendor Name: ADG Strategy Group

Company Vehicle: Yes □ or No □ If Common Carrier (indicate carrier): Progressive

Other:

3. Workers' Compensation insurance to apply for all employees in compliance with Chapter 440, the "Workers' Compensation Law" of the State of Florida and all applicable federal laws. The policy must include Employers' Liability with minimum limits each accident. If any operations are to be undertaken on or about navigable waters, coverage must be p. 218 included for the U.S. Longshoremen & Harbor Workers Act and Jones Act.

4. Excess Liability/Umbrella Insurance may be used to satisfy the minimum liability limits required; however, the annual aggregate limit shall not be less than the highest "each occurrence" limit for the underlying liability policy. Vendor shall endorse County as an Additional Insured unless the policy provides coverage on a pure/true “Follow-form” basis.

5. Builder’s Risk or equivalent coverage (such as Property Insurance or Installation Floater) is required as a condition precedent to the issuance of the Second Notice to Proceed for projects involving but not limited to: changes to a building’s structural elements, work compromising the exterior of the building for any extended period of time, installation of a large single component, or remodeling where the cost of remodeling is 20% or more the value of the property. Coverage shall be, “All Risks” Completed Value form with a deductible not to exceed Ten Thousand Dollars ($10,000.00) each claim for all perils except for wind and flood.

6. For the peril of wind, the Vendor shall maintain a deductible that is commercially feasible which does not exceed five percent (5%) of the value of the Contract price. Such Policy shall reflect Broward County as an additional loss payee.

7. For the peril of flood, coverage must be afforded for the lesser of the total insurable value of such buildings or structures, and the maximum amount of flood insurance coverage available under the National Flood Program. Vendor shall maintain a deductible that is commercially feasible and does not exceed five percent (5%) of the value of the Contract price. Such Policy shall reflect Broward County as an additional loss payee.

8. The County reserves the right to provide Property Insurance covering the Project, materials, equipment and supplies intended for specific installation in the Project while such materials, equipment and supplies are located at the Project site, in transit, or while temporarily located away from the Project site. This coverage will not cover any of the Vendor’s or subcontractors’ tools, equipment, machinery or provide any business interruption or time element coverage to the Vendor(s).

9. If the County decides to purchase Property Insurance or provide for coverage under its existing insurance policy for this Project, then the insurance required to be carried by the Vendor may be modified to account for the insurance being provided by the County. Such modification may also include execution of Waiver of Subrogation documentation.

10. In the event that a claim occurs for this Project and is made upon the County’s insurance policy, for other than a windstorm, Vendor will pay at least Ten Thousand Dollars ($10,000.00) of the deductible amount for such claim.

11. Waiver of Occupancy Clause or Warranty: Policy must be specifically endorsed to eliminate any "Occupancy Clause" or similar warranty or representation that the building (s), addition(s) or structure(s) in the course of construction shall not be occupied without specific endorsement of the policy. The Policy must be endorsed to provide that the Builder's Risk coverage will continue to apply until final acceptance by County.

12. Pollution Liability or Environmental Impairment Liability: including clean-up costs, with minimum limits per claim, subject to a maximum deductible per claim. Such policy shall remain in force for the minimum length of time indicated, include an annual policy aggregate and name Broward County as an Additional Insured. Vendor shall be responsible for all deductibles in the event of a claim.

13. Professional Liability Insurance with minimum limits for each claim, subject to a maximum deductible per claim. Such policy shall remain in force for the minimum length of time indicated. Vendor shall notify County in writing within thirty (30) days of any claim filed or made against its Professional Liability Insurance policy. Vendor shall be responsible for all deductibles in the event of a claim. The deductible shall be indicated on the Vendor’s Certificate of Insurance.

C. Coverage must be afforded on a form no more restrictive than the latest edition of the respective policy form as filed by the Insurance Services Office. If the initial insurance expires prior to the completion and acceptance of the Work, renewal certificates shall be furnished upon expiration. County reserves the right to obtain a certified copy of any insurance policy required by this Section within fifteen (15) calendar days of a written request by County.

D. Notice of Cancellation and/or Restriction: the policy(ies) must be endorsed to provide Broward County with at least thirty (30) days’ notice of cancellation and/or restriction.

E. The official title of the Certificate Holder is Broward County. This official title shall be used in all insurance documentation.

F. Broward County's Risk Management Division reserves the right, but not the obligation, to review and revise any insurance requirements at the time of contract renewal and/or any amendments, not limited to deductibles, limits, coverages and endorsements based on insurance market conditions affecting the availability or affordability of coverage; or changes in the scope of work/specifications affecting the applicability of coverage.

6 5 Supplier: ADG Strategy Group

Insurance Requirements: (Refer to the Insurance Requirement Form)

A. The insurance requirement designated in the Insurance Requirement Form indicates the minimum coverage required for the scope of work, as determined by the Risk Management Division. Vendor shall provide verification of compliance such as a Certificate of Insurance, or a letter of verification from the Vendor’s insurance agent/broker, which states the ability of the Vendor to meet the requirements upon award. The verification must be submitted within three business days of County’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes. Final award shall be subject to receipt and acceptance by the County of proof of meeting all insurance requirements of the bid.

B. Without limiting any of the other obligations or liabilities of Vendor, Vendor shall provide, pay for, and maintain on a primary basis in force until all of its work to be performed under this Contract has been completed and accepted by County (or for such duration specified), at least the minimum insurance coverage and limits set forth in the Insurance Requirement Form under the following conditions listed below. If a limit or policy is not indicated on Insurance Requirement certificate by a checked box, it is not required as a condition of this contract.

1. Commercial General Liability with minimum limits per occurrence, combined single limit for bodily injury and property damage, and when indicated a minimum limit per aggregate. County is to be expressly included as an Additional Insured in the name of Broward County arising out of operations performed for the County, by or on behalf of Vendor, or acts or omissions of Vendor in connection with general supervision of such operation. If Vendor uses a subcontractor, then Vendor shall require that subcontractor names County as an Additional Insured.

2. Business Automobile Liability with minimum limits per occurrence, combined single limit for bodily injury and property damage. Scheduled autos shall be listed on Vendor’s certificate of insurance. County is to be named as an additional insured in the name of Broward County.

Note: Insurance requirements for Automobile Liability are not applicable where delivery will be made by a third party carrier. All vendors that will be making deliveries in their own vehicles are required to provide proof of insurance for Automobile Liability and other pertinent coverages as indicated on the Insurance Requirement certificate, prior to award. If deliveries are being made by a third party carrier, other pertinent coverages listed on the Insurance Requirement certificate are still required.

Vendor should indicate how product is being delivered:

Vendor Name: ADG Strategy Group

Company Vehicle: Yes or No 

If Common Carrier (indicate carrier): Progressive

Other:

3. Workers' Compensation insuranceBroward to apply County for Board all employees of in compliance with Chapter GEN2119422P1 440, the "Workers' CompensationCounty Law" Commissioners of the State of Florida and all applicable federal laws. The policy must include Employers' Liability with minimum limits each accident. If any operations are to be undertaken on or about navigable waters, coverage must be included for the U.S. Longshoremen & Harbor Workers Act and Jones Act.

4. Excess Liability/Umbrella Insurance may be used to satisfy the minimum liability limits required; however, the annual aggregate limit shall not be less than the highest "each occurrence" limit for the underlying liability policy. Vendor shall endorse County as an Additional Insured unless the policy provides coverage on a pure/true “Follow-form” basis.

5. Builder’s Risk or equivalent coverage (such as Property Insurance or Installation Floater) is required as a condition precedent to the issuance of the Second Notice to Proceed for projects involving but not limited to: changes to a building’s structural elements, work compromising the exterior of the building for any extended period of time, installation of a large single component, or remodeling where the cost of remodeling is 20% or more the value of the property. Coverage shall be, “All Risks” Completed Value form with a deductible not to exceed Ten Thousand Dollars ($10,000.00) each claim for all perils except for wind and flood.

6. For the peril of wind, the Vendor shall maintain a deductible that is commercially feasible which does not exceed five percent (5%) of the value of the Contract price. Such Policy shall reflect Broward County as an additional loss payee.

7. For the peril of flood, coverage must be afforded for the lesser of the total insurable value of such buildings or structures, and the maximum amount of flood insurance coverage available under the National Flood Program. Vendor shall maintain a deductible that is commercially feasible and does not exceed five percent (5%) of the value of the Contract price. Such Policy shall reflect Broward County as an additional loss payee.

8. The County reserves the right to provide Property Insurance covering the Project, materials, equipment and supplies intended for specific installation in the Project while such materials, equipment and supplies are located at the Project site, in transit, or while temporarily located away from the Project site. This coverage will not cover any of the Vendor’s or subcontractors’ tools, equipment, machinery or provide any business interruption or time element coverage to the Vendor(s).

9. If the County decides to purchase Property Insurance or provide for coverage under its existing insurance policy for this Project, then the insurance required to be carried by the Vendor may be modified to account for the insurance being provided by the County. Such modification may also include execution of Waiver of Subrogation documentation.

10. In the event that a claim occurs for this Project and is made upon the County’s insurance policy, for other than a windstorm, Vendor will pay at least Ten Thousand Dollars ($10,000.00) of the deductible amount for such claim.

11. Waiver of Occupancy Clause or Warranty: Policy must be specifically endorsed to eliminate any "Occupancy Clause" or similar warranty or representation that the building (s), addition(s) or structure(s) in the course of construction shall not be occupied without specific endorsement of the policy. The Policy must be endorsed to provide that the Builder's Risk coverage will continue to apply until final acceptance by County.

12. Pollution Liability or Environmental Impairment Liability: including clean-up costs, with minimum limits per claim, subject to a maximum deductible per claim. Such policy shall remain in force for the minimum length of time indicated, include an annual policy aggregate and name Broward County as an Additional Insured. Vendor shall be responsible for all deductibles in the event of a claim.

13. Professional Liability Insurance with minimum limits for each claim, subject to a p. 219 maximum deductible per claim. Such policy shall remain in force for the minimum length of time indicated. Vendor shall notify County in writing within thirty (30) days of any claim filed or made against its Professional Liability Insurance policy. Vendor shall be responsible for all deductibles in the event of a claim. The deductible shall be indicated on the Vendor’s Certificate of Insurance.

C. Coverage must be afforded on a form no more restrictive than the latest edition of the respective policy form as filed by the Insurance Services Office. If the initial insurance expires prior to the completion and acceptance of the Work, renewal certificates shall be furnished upon expiration. County reserves the right to obtain a certified copy of any insurance policy required by this Section within fifteen (15) calendar days of a written request by County.

D. Notice of Cancellation and/or Restriction: the policy(ies) must be endorsed to provide Broward County with at least thirty (30) days’ notice of cancellation and/or restriction.

E. The official title of the Certificate Holder is Broward County. This official title shall be used in all insurance documentation.

F. Broward County's Risk Management Division reserves the right, but not the obligation, to review and revise any insurance requirements at the time of contract renewal and/or any amendments, not limited to deductibles, limits, coverages and endorsements based on insurance market conditions affecting the availability or affordability of coverage; or changes in the scope of work/specifications affecting the applicability of coverage.

6 5 Supplier: ADG Strategy Group

Insurance Requirements: (Refer to the Insurance Requirement Form)

A. The insurance requirement designated in the Insurance Requirement Form indicates the minimum coverage required for the scope of work, as determined by the Risk Management Division. Vendor shall provide verification of compliance such as a Certificate of Insurance, or a letter of verification from the Vendor’s insurance agent/broker, which states the ability of the Vendor to meet the requirements upon award. The verification must be submitted within three business days of County’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes. Final award shall be subject to receipt and acceptance by the County of proof of meeting all insurance requirements of the bid.

B. Without limiting any of the other obligations or liabilities of Vendor, Vendor shall provide, pay for, and maintain on a primary basis in force until all of its work to be performed under this Contract has been completed and accepted by County (or for such duration specified), at least the minimum insurance coverage and limits set forth in the Insurance Requirement Form under the following conditions listed below. If a limit or policy is not indicated on Insurance Requirement certificate by a checked box, it is not required as a condition of this contract.

1. Commercial General Liability with minimum limits per occurrence, combined single limit for bodily injury and property damage, and when indicated a minimum limit per aggregate. County is to be expressly included as an Additional Insured in the name of Broward County arising out of operations performed for the County, by or on behalf of Vendor, or acts or omissions of Vendor in connection with general supervision of such operation. If Vendor uses a subcontractor, then Vendor shall require that subcontractor names County as an Additional Insured.

2. Business Automobile Liability with minimum limits per occurrence, combined single limit for bodily injury and property damage. Scheduled autos shall be listed on Vendor’s certificate of insurance. County is to be named as an additional insured in the name of Broward County.

Note: Insurance requirements for Automobile Liability are not applicable where delivery will be made by a third party carrier. All vendors that will be making deliveries in their own vehicles are required to provide proof of insurance for Automobile Liability and other pertinent coverages as indicated on the Insurance Requirement certificate, prior to award. If deliveries are being made by a third party carrier, other pertinent coverages listed on the Insurance Requirement certificate are still required.

Vendor should indicate how product is being delivered:

Vendor Name: ADG Strategy Group

Company Vehicle: Yes or No 

If Common Carrier (indicate carrier): Progressive

Other:

3. Workers' Compensation insurance to apply for all employees in compliance with Chapter 440, the "Workers' Compensation Law" of the State of Florida and all applicable federal laws. The policy must include Employers' Liability with minimum limits each accident. If any operations are to be undertaken on or about navigable waters, coverage must be included for the U.S. Longshoremen & Harbor Workers Act and Jones Act.

4. Excess Liability/Umbrella Insurance may be used to satisfy the minimum liability limits required; however, the annual aggregate limit shall not be less than the highest "each occurrence" limit for the underlying liability policy. Vendor shall endorse County as an Additional Insured unless the policy provides coverage on a pure/true “Follow-form” basis.

5. Builder’s Risk or equivalent coverage (such as Property Insurance or Installation Floater) is required as a condition precedent to the issuance of the Second Notice to Proceed for projects involving but not limited to: changes to a building’s structural elements, work compromising the exterior of the building for any extended period of time, installation of a large single component, or remodeling where the cost of remodeling is 20% or more the value of the property. Coverage shall be, “All Risks” Completed Value form with a deductible not to exceed Ten Thousand Dollars ($10,000.00) each claim for all perils except for wind and flood.

6. For the peril of wind, the Vendor shall maintain a deductible that is commercially feasible which does not exceed five percent (5%) of the value of the Contract price. Such Policy shall reflect Broward County as an additional loss payee.

7. For the peril of flood, coverage must be afforded for the lesser of the total insurable value of such buildings or structures, and the maximum amount of flood insurance coverage available under the National Flood Program. Vendor shall maintain a deductible that is commercially feasible and does not exceed five percent (5%) of the value of the Contract price. Such Policy shall reflect Broward County as an additional loss payee.

8. The County reserves the right to provide Property Insurance covering the Project, materials, equipment and supplies intended for specific installation in the Project while such materials, equipment and supplies are located at the Project site, in transit, or while temporarily located away from the Project site. This coverage will not cover any of the Vendor’s or subcontractors’ tools, equipment, machinery or provide any business interruption or time element coverage to the Vendor(s).

9. If the County decides to purchase Property Insurance or provide for coverage under its existing insurance policy for this Project, then the insurance required to be carried by the Vendor may be modified to account for the insurance being provided by the County. Such modification may also include execution of Waiver of Subrogation documentation.

10. In the event that a claim occurs for this Project and is made upon the County’s insurance policy, for other than a windstorm, Vendor will pay at least Ten Thousand Dollars ($10,000.00) of the deductible amount for such claim.

11. Waiver of Occupancy Clause or Warranty: Policy must be specifically endorsed to eliminate any "Occupancy Clause" or similar warranty or representation that the building (s), addition(s) or structure(s) in the course of construction shall not be occupied without specific endorsement of the policy. The Policy must be endorsed to provide that the Builder's Risk coverage will continue to apply until final acceptance by County.

12. Pollution Liability or Environmental Impairment Liability: including clean-up costs, with minimum limits per claim, subject to a maximum deductible per claim. Such policy shall remain in force for the minimum length of time indicated, include an annual policy aggregate and name Broward County as an Additional Insured. Vendor shall be Broward County Board of GEN2119422P1 responsible for all deductibles in theCounty event Commissioners of a claim.

13. Professional Liability Insurance with minimum limits for each claim, subject to a maximum deductible per claim. Such policy shall remain in force for the minimum length of time indicated. Vendor shall notify County in writing within thirty (30) days of any claim filed or made against its Professional Liability Insurance policy. Vendor shall be responsible for all deductibles in the event of a claim. The deductible shall be indicated on the Vendor’s Certificate of Insurance.

C. Coverage must be afforded on a form no more restrictive than the latest edition of the respective policy form as filed by the Insurance Services Office. If the initial insurance expires prior to the completion and acceptance of the Work, renewal certificates shall be furnished upon expiration. County reserves the right to obtain a certified copy of any insurance policy required by this Section within fifteen (15) calendar days of a written request by County.

D. Notice of Cancellation and/or Restriction: the policy(ies) must be endorsed to provide Broward County with at least thirty (30) days’ notice of cancellation and/or restriction.

E. The official title of the Certificate Holder is Broward County. This official title shall be used in all insurance documentation.

F. Broward County's Risk Management Division reserves the right, but not the obligation, to review and revise any insurance requirements at the time of contract renewal and/or any amendments, not limited to deductibles, limits, coverages and endorsements based on insurance market conditions affecting the availability or affordability of coverage; or changes in the scope of work/specifications affecting the applicability of coverage.

LJ6

p. 220