Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Item C19
C19 BOARD OF COUNTY COMMISSIONERS COUNTY of MONROE Mayor James K.Scholl,District 3 The Florida Keys Mayor Pro Tern Michelle Lincoln,District 2 Craig Cates,District 1 David Rice,District 4 Holly Merrill Raschein,District 5 Board of County Commissioners Meeting February 19, 2025 Agenda Item Number: C 19 2023-3639 BULK ITEM: Yes DEPARTMENT: Project Management TIME APPROXIMATE: STAFF CONTACT: Cary Vick N/A AGENDA ITEM WORDING: Approval of a First Amendment to the Agreement for Construction Auditing Services with Carr, Riggs & Ingram CPAs and Advisors. This First Amendment retroactively extends the on-call continuing services contract for two (2) additional years until April 20, 2026, increases rates (for new Task Orders), and it facilitates a corporate name change from Carr, Riggs & Ingram CPAs and Advisors to CRI Advisors, LLC. ITEM BACKGROUND: The current Agreement with Carr, Riggs &Ingram CPAs (CRI) and Advisors expired on April 20, 2024. The Agreement provides for an option to renew for up to two (2) additional years and the County desires to use this option. A rate increase for future Task Orders was included. Additionally, Carr, Riggs & Ingram CPAs and Advisors has made a corporate name change. An RFP for Construction Auditing Services was advertised in February 2022. One bid was received so Carr, Riggs &Ingram CPAs and Advisors was the lowest responsible, responsive bidder. In any given year, the County has several million dollars in construction projects underway. Many of these are funded with state and federal grants, government loans, and infrastructure surtax funds in addition to other sources. These services will be used to assist Monroe County in ensuring that public funds are used according to agreements and contracts. The cost of these services will be covered by the project they are associated with. The Consultants currently under contract with the County are issued individual task orders for specific grants and/or projects on an as-needed basis. Thus far, CRI has been issued two (2) Task Orders since execution of the original Agreement. One Task Order was executed on 8/17/22 for the audit of the Plantation Key Courthouse project which has since been closed/completed, and it was funded by the Project Management Department. One (1) other Task Order was executed in relation to the Florida Keys Marathon Airport Non-Aeronautical Use Building (EOC) for pay application review and a project audit with a not to exceed amount of$121,600.00. The Task Order for the EOC is 100% funded by a FEMA HMGP grant. The current Agreement with CRI expires on February 15, 2025. The Agreement provides for an option to renew for up to two (2) additional years and the County desires to use this 853 option. PREVIOUS RELEVANT BOCC ACTION: 4/20/22 - BOCC gave approval to award and execute contract with Carr, Riggs & Ingram CPAs and Advisors for Construction Auditing Services to be used on large and complex projects. INSURANCE REQUIRED: Yes CONTRACT/AGREEMENT CHANGES: First Amendment to Agreement extends expiration date until April 20, 2024 and changes the company name. STAFF RECOMMENDATION: Approval of Amendment DOCUMENTATION: I st Amend—CRI_Signed by CRI.pdf Monroe BOCC - General WC COI 2025 - exp 1.2026.pdf Construction Auditing Services Contract—EXEC—4.20.22.pdf Monroe BOCC - Prof Liab COI 2024-25-pdf Monroe—BOCC_-_Cyber—COI-2024-25 (REDACT)_Redacted.pdf FINANCIAL IMPACT: Total Dollar Value of Contract: TBD —based on individual task orders Source of Funds: Various funding sources depending on project. 854 FIRST AMENDMENT TO THE AGREEMENT FOR CONSTRUCTION AUDITING SERVICES This First Amendment("Amendment") made and entered into this 19fh day of February 2025,by and between Monroe County Board of County Commissioners, a political subdivision of the State of Florida, whose address is 1100 Simonton Street, Key West, Florida 33040, its successors and assigns, hereinafter referred to as "County" or "Owner", and Carr, Riggs & Ingram CPAs and Advisors a corporation duly authorized to do business within the State of Florida("Contractor") (collectively, the "Parties'). WITNESSETH: WHEREAS, on the 20th day of April 2022, the Parties entered into an Agreement for Construction Auditing Services ("Agreement") whereby the Contractor agreed to provide the County with auditing services for construction contracts and construction projects upon mutual agreement between the parties; and WHEREAS, on January 30, 2025,the County was notified by the Contractor that it began to operate, utilizing an alternative practice structure in accordance with the AICPA Code of Professional Conduct and applicable laws, regulations, and professional standards, as CRI Advisors, LLC, effective November 18, 2024; and WHEREAS, it is in the mutual interests of the County and Contractor to amend the Agreement to reflect this corporate name change and its new Employer Identification Number. WHEREAS, the Agreement expired on April 20, 2024, and Section 7.4 thereof provides for an option to renew the Agreement for up to two(2) additional years upon mutual agreement of the parties and successful renegotiation of the hourly rates; and WHEREAS, the parties desire to exercise the option to renew the Agreement in accordance with Section 7.4 of the Agreement for an additional two (2)year period. NOW, THEREFORE, in consideration of the mutual promises, covenants and agreements stated herein and in the original Agreement, and for other good and valuable consideration, the sufficiency of which is hereby acknowledged, the parties agree as follows: 1. NAME CHANGE a. Effective November 18, 2024, Carr, Riggs & Ingram CPAs and Advisors changed its name to CRI Advisors, LLC as evidenced by Exhibit"A" attached hereto and made a part hereof. Page 1 of 4 855 b. The Employer Identification Number (FEIN) changed to 99-4625061 as evidenced by Exhibit"B" attached hereto and made a part hereof. c. No other changes were made to the corporate business address,bank accounts, wiring instructions, and other similar information,as evidenced by Exhibit"C" attached hereto and made a part hereof. d. The Contractor will continue to perform all of its duties, responsibilities, and obligations under the Agreement. e. Where the corporate name, Carr,Riggs &Ingram CPAs and Advisors, appears in the original Agreement, as amended,the name shall hereinafter be amended to read"CRI Advisors, LLU. f. The remaining provisions of the Agreement dated April 20, 2022, not inconsistent herewith, remain in full force and effect. 2. RENEWAL a. Pursuant to Article VII, Paragraph 7.4, the Agreement shall be extended until April 20, 2026. b. The Agreement, as modified by this Amendment 41 and the provision of the services by the Contractor pursuant to the Agreement are effective retroactively to April 20, 2024, upon execution by the Contractor and acceptance and approval by the County of this Amendment 41 in accordance with County's policies, ordinances, or governing statutes. C. The Contractor Hourly Rates have been updated and are included herein as Attachment A. d. The remaining provisions of the Agreement dated April 20, 2024, not inconsistent herewith, remain in full force and effect. [Remainder of page intentionally left blank] Page 2 of 4 856 ti L0 00 IN WITNESS WHEREOF,each parry has caused this First Amendment to be executed by its duly authorized representative on the day and year first above written. (SEAL) BOARD OF COUNTY COMMISSIONERS Attest: KEVIN MADOK, Clerk OF MONROE COUNTY, FLORIDA By: By: As Deputy Clerk Mayor/Chairman Date: Date: MONROE COUNTY ATTORNEYS OFFtCE .............. APPROVED AS TO FORM ISTANT COUNTY ATTORNEY DATE: 1-31-2025 Attest: CONTRACTOR: Witnesses to Contractor: CARR,RIGGS & INGRAM CPAS AND ADVIN Ia CRI VISORS, LLC .. By: r' Print Name Date Print Name Date Title: """ Title: 1 QLf`lna r_ Page 3 of 4 ATTACHMENT A CONTRACTOR HOURLY RATES Partner: $300 Manager: $200 Senior: $170 Staff: $120 Page 4 of 4 858 Exhibit A N R �> CRI Advisors,LLC C R RIGGS & 1031.West Morse Boulevard IINGRAMS:,�le200 Winter Park,tl. 32789 407.628,5277(fax) Rladv.coru, January 30, 2025 Board of County Commissioners Monroe County, Florida 500 Whitehead Street Key West, FL 33040 Subject: Carr, Riggs & Ingram, LLC— Name Change Notification Dear Valued Client: We wish to inform you, effective November 18, 2024, Carr, Riggs & Ingram, LLC will operate in an alternative practice structure in accordance with the AICPA Code of Professional Conduct and applicable laws, regulations, and professional standards. CRI Advisors, LLC is the new legal entity which will continue to provide you with business consulting services. Please see the attached Client Letter from our Chairman for further details. Previous Name: Carr, Riggs & Ingram, LLC New Name: CRI Advisors, LLC Date of change: November 18, 2024 Federal ID Number: 99-4625061 If you have any questions regarding the name change, please let us know. Thank you for your business, we look forward to continuing to serve you. Sincerely, Y Matthew Incinelli, CPA Partner Enclosure 859 C A R R RIGGS & C R 1 � CFAs and Advisors To our clients— CRI is excited to share with you a change within our firm. We have entered into contract tn receive o strategic investment from funds advised by Centerbridge Partners, L.P. (Centerbridge), a global alternative investment manager with approximately$38 billion in capital under management as of September 30, 2024 with a focus in the financial services, technology, industrial and healthcare markets, and Bessemer Venture Partners ("Bessemer"), a venture capital firm with more than $18 billion in assets under management primarily invested in the consumer, financial technology, enterprise, and healthcare markets. This first-time investment of institutional capital in CRI recognizes the firm's exemplary track record nf growth and creating value for our clients. Why? Our profession io changing rapidly. |ntndoy`o world,your current and future needs are changing as well. Significant capital will be needed tn meet those expectations and opportunities. VVehave always stayed at the forefront of change, and it is our intent to continue doing this. This investment will be used to accelerate the firm's innovation investments and expansion strategies. Who will serve you? The CRI partners remain substantial investors in the new firm along with our new partners, Centerbridge and Bessemer. You will continue tnbe served bv your present service provider. After the close of the transaction, CRI will operate in an alternative practice structure in accordance with the AICPA Code of Professional Conduct and applicable laws, regulations, and professional standards. Carr, Riggs & Ingram, L.L.C., an independent licensed CPA firm, will provide assurance, attest, and audit services. CRI Advisors, LLC (including its subsidiary entities)will operate as a separate legal entity, providing tax and business consulting services to clients. Together in this alternative practice structure, Corr' Riggo8' |ngronn' L.L.C. and CR|Advionro' LLC will service clients nationwide. Quotes "We believe strongly in the value proposition created by CRI's unique blend of'local firm' culture and client service with 'bigfirm' capabilities, and the benefits to CRI's clients and professionals of its deep roots across smaller, mid-sized, and metro markets in the Southeastern and Southern U.S.A.," said Dan Osnoss, Centerbridge Senior Managing Director. "We took forward to supporting the partners of CRI as they continue to build on their innovative history of organic growth and mergers to expand talent, capabilities, and geographic reach." "Over the next decade, the accounting industry is going to be transformed by technology," said Brian Feinstein, partner, Bessemer Venture Partners. "CRI is one of the most innovative accounting firms in the industry and vveare excited tn work with the CR| team tn take advantage nf innovations in software and A|." As you can see, Centerbridge and Bessemer recognize the value CRI has already built and see the potential for where the company can go.We are thrilled to gain partners whose vision aligns with ours. We believe this partnership will greatly benefit our talented team members and our valued clients as 860 well. We will be able to invest more into our staff, create new opportunities, and continue doing what we have always done, which is delivering exceptional results to our clients. Thank you for being part of ourjourney and let me say"it has onlyjust begun." Regards, William H. Carr, Chairman 861 Exhibit B to 00 Form W-9 Request for Taxpayer Give form to the (Rev.March 2024) Identification Number and Certification requester.Do not Department of the Treasury Go to www.1rs.gov1ForrnW9 for Instructions and the latest Information. send to the IRS. Internal Revenue Service Before you begin.For guidance related to the purpose of Form W-9,see Purpose of Form,below. 1 Name of entity/individual.An entry is required.(For a sole proprietor or disregarded entity,enter the owner's name online 1,and enter the business/disregarded entity's name on line 2.) CRI Advisors,LLC 2 Business name/disregarded entity name,if different from above. 6 3a Check the appropriate box for federal tax classification of the entity/individual whose name is entered on line 1.Check 4 Exemptions(codes apply only to only one of the following seven boxes. certain entities,not individuals; c ❑ Individual/sole proprietor ❑ C corporation ElS corporation ❑ Partnership ❑ Trustlestate see instructions on page 3): c ❑✓ LLC.Enter the tax classification(C=C corporation,S=S corporation,P=Partnership) . . . . P Exempt payee code Qf any) c Note:Check the"LLC"box above and,in the entry space,enter the appropriate code(C,S,or P)for the tax classification of the LLC,unless it is a disregarded entity.A disregarded entity should Instead check the appropriate Exemption from Foreign Account Tax o box for the tax classification of its owner. Compliance Act(FATCA)reporting ❑ Other(see instructions) code(If any) v 3b If on line 3a you checked"Partnership"or"Trust/estate,"or checked"LLC"and entered"P"as its tax classification, (Applies to accounts maintained and you are providing this form to a partnership,trust,or estate in which you have an ownership Interest,check outside the United States this box if you have any foreign partners,owners,or beneficiaries.See Instructions . ❑ 5 Address(number,street,and apt.or suite no.).See instructions. Requester's name and address(optionaq 1031 W.Morse Blvd,Suite 200 6 City,state,and ZIP code Winter Park FL 32789 7 List account numbers)here(optionaQ KiEM Taxpayer Identification Number(TIN) Enter your TIN in the appropriate box.The TIN provided must match the name given on line 1 to avoid Lsoclall securtty number backup withholding.For individuals,this is generally your social security number(SSN).However,for a — M — resident alien,sole proprietor,or disregarded entity,see the instructions for Part I,later.For other entities,it is your employer identification number(EIN).If you do not have a number,see How to get a or TIN,later. Employer Identification number Note:If the account is In more than one name,see the instructions for line 1.See also What Name and Number To Give the Requester for guidelines on whose number to enter. M99 — 1 4 6 1 2 5 1 0 M61 Certification Under penalties of perjury,I certify that: 1.The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me);and 2.1 am not subject to backup withholding because(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding;and 3.1 am a U.S.citizen or other U.S.person(defined below);and 4.The FATCA code(s)entered on this form Of any)indicating that I am exempt from FATCA reporting is correct. Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid, acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement(IRA),and,generally,payments other than interest and dividends,you are not required to sign the certification,but you must provide your correct TIN.See the Instructions for Part II,later. Sign signature of ( 'a / �� Here U.S.person Date General Instructions New line 3b has been added to this form.A flow-through entity is required to complete this line to indicate that it has direct or indirect Section references are to the Internal Revenue Code unless otherwise foreign partners,owners,or beneficiaries when it provides the Form W-9 noted. to another flow-through entity in which it has an ownership interest.This Future developments.For the latest information about developments change is intended to provide a flow-through entity with information related to Form W-9 and its instructions,such as legislation enacted regarding the status of its indirect foreign partners,owners,or after they Were published,go to www.irs.gov1FofmW9. beneficiaries,so that it can satisfy any applicable reporting requirements.For example,a partnership that has any indirect foreign What's New partners may be required to complete Schedules K-2 and K-3.See the Line 3a has been modified to clarify how a disregarded entity completes Partnership Instructions for Schedules K-2 and K-3(Form 1065). this line.An LLC that is a disregarded entity should check the Purpose of Form appropriate box for the tax classification of its owner.Otherwise,it should check the"LLC"box and enter its appropriate tax classification. An Individual or entity(Form W-9 requester)who Is required to file an Information return with the IRS is giving you this form because they Cat.No.10231X Form W-9(Rev.3-2024) Exhibit C to Co MONROE COUNTY, FLORIDA BOARD OF COUNTY COMMISSIONERS . ... NEW VENDOR FORM Roe coin This form is to be completed to ADD a new vendor information to Monroe County,Florida vendor database.Vendor must complete the entire form and include all required documentations to support the change request. Use this form for A NEW VENDOR,NAME CHANGE,or TAX ID CHANGE Individual or Business Name: CRI Advisors, LLC Vendor EIN or last 4 digits SSN: 994625061 Vendor Point of Contact: Matthew Incinelli Vendor Point of Contact Email: mincinelli@CRladv.com Phone: (407)644-7455 Purpose of Name & EIN change Vendor: SECTION A—MAILING OR REMITTANCE ADDRESS INFORMATION Must include a completed IRS Form W9 and a copy of vendor invoice with billing address. Vendor Mailing Address: Remittance Address if different from Mailing Address: Address: 1031 W. Morse Blvd,Suite 200 Address: City: Winter Park City: State: Florida Zip: 32789 State: Zip: SECTION B—OTHER REQUIRED INFORMATION Must include a VOIDED check or a Bank Certification Letter.A VOIDED check must have the vendor's preprinted name.A Bank Certification Letter may have the bank representative's signature.We do not accept deposit slips or a vendor's internal remittance letter. Bank Information for electronic deposit: 1099 Required? Bank Account Type: ❑Checking Savings ❑Yes a No Bank Name: If YeA,please check 1099 Type: [--]AttorneysName on Account: ❑MedicaUHealthcare Payments Bank Routing Number: ❑Non-Employee Compensation ❑Other Income Bank Account Number: ❑Rentals SECTION C—VENDOR AUTHORIZATION The form must be signed by a person with check signing authority for the company listed.Under penalties of perjury,1 certify that the above information is complete and accurate.I horize Monroe County,Florida to remit payment into the bank account or/and address indicated above. This authorizatio ai ' eff t til Monroe County,Florida has received,in writing,a cancellation notification. Partner Signature Title Matthew Incinelli (407)644-7455 r2-6 Ll Print Name Phone Number Date STATE OF n(:,I,Aa- COUNTY OF The foregoing instrument was acknowledged before me by means of ysicalence r online notarization, this day of (1 tau QrU 2 by !! Name and Title (SE Notary Public State of Florida lit�O�y1 S1 Jennifer Warn@ Pri ,Type,Stamp b6mmissioned Name of Notary IIII My Commission HH 387714 Explmli; 7/20/2027 Pe onally Known � OR Produced Identification y e of Identification Produced: CARRR-2 OP ID: JR ACORO CERTIFICATE OF LIABILITY INSURANCE FDATE(MM/DD/YYYY) �..-�-'� 01/15/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 334-347-2631 CONTACT Forrest J.Warren Whittaker-Warren Insurance PHONE FAX P.O.Box 311283 (A/C,No,Ext): 334-347-2631 (A/C,No):334-393-2345 Enterprise,AL 36331 E-MAIL jennifer@whittakerwarren.com Forrest J.Warren ADDRESS: INSURERS AFFORDING COVERAGE NAIC# INSURERA:Continental Casualty Company 20443 INSURED INSURER B:American Casualty Company of 20427 CRI Advisors LLC,Carr, Riggs,&Ingram Capital, L.L.C.& Continental Insurance Company 35289 its subsidiaries and Carr,Riggs&Ingram, L.L.C. INSURERC: P Y 901 Boll Weevil Cir,Suite 200 Enterprise,AL 36330 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE DDL UBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVD MMIDD/YYYY MMIDD/YYYY A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE j OCCUR 6045711126 01/07/2025 01/07/2026 FIR I ESES Ea occurrence S( RENTED $ 500,000 FIR MED EXP(Any oneperson) $ 15,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICYEl JJECT � LOC PRODUCTS-COMP/OPAGG $ 1,000,000 OTHER: Emp Bell. $ 1,000,000 B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 Ea accident $ X ANY AUTO 6045711112 01/07/2025 01/07/2026 BODILY INJURY Perperson) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY Per accident $ HIRED NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY Per accident $ C X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 22,000,000 LAB LB CLAIMS-MADE 6045711143 01/07/2025 01/07/2026 AGGREGATE $ 22,000,000 DED X RETENTION$ 10000 $ A WORKERS COMPENSATION X PER OTH- AND EMPLOYERS'LIABILITY STATUTE ER Y/N 6045689709 12/31/2024 12/31/2025 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Office: 1031 W Morse Blvd,Suite 200,Winter Park, FL 32789 Certificate holder is additional insured with regard to general liability where required by written contract. r1 I:K T NY 1 DATE_' WANP CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Monroe Count BOCC THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Y ACCORDANCE WITH THE POLICY PROVISIONS. 1100 Simonton Street Key West, FL 33040 AUTHORIZED REPRESENTATIVE ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 864 AGREEMENT FOR CONSTRUCTION AUDITING SERVICES This Agreement ("Agreement") made and entered into this 20th day of April 2022 by and between Monroe County, a political subdivision of the State of Florida, whose address is 1100 Simonton Street, Key West, Florida, 33040, its successors and assigns, hereinafter referred to as "COUNTY," through the Monroe County Board of County Commissioners ("BOCC"), and Carr, Riggs & Ingram CPAs and Advisors, a corporation duly authorized to do business within the State of Florida ("CONTRACTOR") (collectively, the "Parties'). WITNESSETH: WHEREAS, the COUNTY is in need of a firm to provide auditing services for construction contracts and construction projects; and WHEREAS, on February 25, 2022, the COUNTY issued a Request for Proposals ("RFP") seeking qualified responsible and responsive proposals for providing services as described in the RFP; and WHEREAS, CONTRACTOR has represented that it has the requisite skills, expertise and manpower to provide the required services; NOW, THEREFORE, in consideration of the mutual promises, covenants and agreements stated herein, and for other good and valuable consideration, the sufficiency of which is hereby acknowledged, COUNTY and CONTRACTOR agree as follows: FORM OF AGREEMENT ARTICLE I 1.1 REPRESENTATIONS AND WARRANTIES By executing this Agreement, CONTRACTOR makes the following express representations and warranties to the COUNTY: 1.1.1 The CONTRACTOR shall maintain all necessary licenses, permits or other authorizations necessary to act as CONTRACTOR for the Project until the CONTRACTOR'S duties hereunder have been fully satisfied; 1.1.2 The CONTRACTOR has become familiar with the site(s) and the local conditions under which the Project is to be completed. Pagel of 92 865 1.1.3 The CONTRACTOR shall prepare all documentation required by this Agreement in such a manner that they shall be accurate, coordinated and adequate for use in verifying work completed and shall be in conformity and comply with all applicable law, codes and regulations. The CONTRACTOR warrants that the documents prepared as a part of this Agreement will be adequate and sufficient to document costs in a manner that is acceptable for reimbursement by government agencies, therefore eliminating any additional cost due to missing or incorrect information; 1.1.4 The CONTRACTOR assumes full responsibility to the extent allowed by law with regards to his performance and those directly under his employ. 1.1.5 The CONTRACTOR'S services shall be performed as expeditiously as is consistent with professional skill and care and the orderly progress of the Project. In providing all services pursuant to this agreement, the CONTRACTOR shall abide by all statutes, ordinances, rules and regulations pertaining to, or regulating the provisions of such services, including those now in effect and hereinafter adopted. Any violation of said statutes, ordinances, rules and regulations shall constitute a material breach of this agreement and shall entitle the Board to terminate this contract immediately upon delivery of written notice of termination to the CONTRACTOR. 1.1.6 At all times and for all purposes under this agreement the CONTRACTOR is an independent contractor and not an employee of the Board of County Commissioners for Monroe County. No statement contained in this agreement shall be construed so as to find the CONTRACTOR or any of his/her employees, contractors, servants, or agents to be employees of the Board of County Commissioners for Monroe County. 1.1.7 The CONTRACTOR shall not discriminate against any person on the basis of race, creed, color, national origin, sex, age, or any other characteristic or aspect which is not job related, in its recruiting, hiring, promoting, terminating, or any other area affecting employment under this agreement or with the provision of services or goods under this agreement. 1.2 Contract Documents. This Agreement shall consist of this contract, including any and all attachments and exhibits; the RFP, including any and all addenda; CONTRACTOR's response to the RFP, all of which are incorporated by reference in this Agreement. In the event of any conflict between any of the Contract documents, this Agreement will control or alternatively the one imposing the greater burden on the CONTRACTOR will control. ARTICLE II SCOPE OF BASIC SERVICES 2.1 Scope of Services. Page 2 of 92 866 The CONTRACTOR'S Scope of Basic Services consist of those described in Attachment A to this Agreement. From time to time, the COUNTY shall issue Task Orders for those services described in Attachment A and the CONTRACTOR shall perform described in the individual Task Orders in accordance with the terms and conditions outlined in this Agreement and the specific Task Order. By executing this Agreement, the CONTRACTOR acknowledges that it has thoroughly reviewed the documents incorporated in this Agreement and that it accepts the scope of services to be performed and the conditions under which the work shall be performed. 2.2 NOTICE REQUIREMENT All written correspondence to the COUNTY shall be dated and signed by an authorized representative of the CONTRACTOR. Any notice required or permitted under this agreement shall be in writing and hand delivered or mailed, postage pre-paid, to the COUNTY by certified mail, return receipt requested, to the following: Mr. Cary Knight Director, Project Management Department Historic Gato Cigar Factory 1100 Simonton Street, Suite 2-268 Key West, FL 33040 With a copy to: Monroe County Attorney's Office 1111 12t" St. Suite 408 Key West, FL 33040 For the CONTRACTOR: Matthew Incinelli Partner 1031 W Morse Blvd. Suite 200 Winter Park, FL 32789 Page 3 of 92 867 ARTICLE III ADDITIONAL PRODUCTS AND SERVICES 3.1 Additional products and services are those products and services not included in the Scope of Basic Services. Should the COUNTY require additional products or services they shall be paid for by the COUNTY at pricing, rates or fees as negotiated and in accordance with the competitively bid pricing submitted by CONTRACTOR in its proposal in response to the RFP, Attachment B. 3.2 If Additional Services are required the COUNTY shall issue a letter requesting and describing the requested products and services to the CONTRACTOR. The CONTRACTOR shall respond with a fee proposal to provide the requested products and/or to perform the requested services. Only after receiving a Task Order for the Additional Services, shall the CONTRACTOR proceed with the Additional Services. Any additional services must be funded and approved by the Board of County Commissioners. ARTICLE IV COUNTY'S RESPONSIBILITIES 4.1 The COUNTY shall provide complete and accurate information and cooperation regarding requirements for the Project including access to county offices and facilities. 4.2 The COUNTY shall designate a representative to act on the COUNTY's behalf with respect to the Project. The COUNTY or its representative shall render decisions in a timely manner pertaining to request for information submitted by the CONTRACTOR in order to avoid unreasonable delay in the orderly and sequential progress of the CONTRACTOR'S services. 4.3 Prompt written notice shall be given by the COUNTY and the CONTRACTOR's representative if either become aware of any fault or defect in the Project or non- conformance with the Agreement Documents. Written notice shall be deemed to have been duly served if sent pursuant to paragraph 2.3. 4.4 The COUNTY shall furnish required information and shall render approvals and decisions as expeditiously as necessary for the orderly progress of the CONTRACTOR'S services. 4.5 The COUNTY's review of any information or documents prepared by the CONTRACTOR or its subcontractors shall be solely for the purpose of determining whether such information or documents are generally consistent with the COUNTY's criteria for the Project. No review of such information or documents shall relieve the CONTRACTOR of responsibility for the accuracy, adequacy, fitness, suitability or coordination of its work product. Page 4 of 92 868 ARTICLE V INDEMNIFICATION AND HOLD HARMLESS 5.1 The CONTRACTOR covenants and agrees to indemnify and hold harmless COUNTY/Monroe County and Monroe County Board of County Commissioners, its officers and employees from liabilities, damages, losses and costs, including but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentional wrongful conduct of the CONTRACTOR, subcontractor(s) and other persons employed or utilized by the CONTRACTOR in the performance of the contract. 5.2 The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this agreement. 5.3 In the event the completion of the project (to include the work of others) is delayed or suspended as a result of the CONTRACTOR'S failure to purchase or maintain the required insurance, the CONTRACTOR shall indemnify COUNTY from any and all increased expenses resulting from such delays. 5.4 This indemnification shall survive the expiration or early termination of the Agreement. ARTICLE VI PERSONNEL 6.1 PERSONNEL The CONTRACTOR shall assign only qualified personnel to perform any service concerning the project. ARTICLE VII COMPENSATION and TERM 7.1 The COUNTY shall pay the CONTRACTOR monthly in current funds for the CONTRACTOR'S performance of this Agreement based on quotations for each project, each of which shall be based on the competitively bid pricing as outlined in the Proposal submitted by the CONTRACTOR, attached hereto as Exhibit B, each of which shall be incorporated in each Task Order issued by the County. 7.2 PAYMENTS 7.2.1 For its assumption and performances of the duties, obligations and responsibilities set forth herein, the CONTRACTOR shall be paid monthly. Payment will be made pursuant to the Local Government Prompt Payment Act 218.70, Florida Statutes. Page 5 of 92 869 7.2.2 As a condition precedent for any payment due under this Agreement, the CONTRACTOR shall submit monthly, unless otherwise agreed in writing by the COUNTY, a proper invoice to COUNTY requesting payment for services properly rendered. The CONTRACTOR'S invoice shall describe with reasonable particularity the service rendered. The CONTRACTOR'S invoice shall be accompanied by such supporting documentation or data in support of expenses for which payment is sought that is acceptable to the Clerk based on generally accepted account principles and such laws, rules and regulations as may govern the Clerk's disbursal of funds. 7.3 BUDGET AND REIMBURSEABLE EXPENSES 7.3.1 The CONTRACTOR may not be entitled to receive, and the COUNTY is not obligated to pay, any fees or expenses in excess of the amount budgeted for this contract in each fiscal year (October 1 - September 30) by COUNTY's Board of County Commissioners. The budgeted amount may only be modified by an affirmative act of the COUNTY's Board of County Commissioners. 7.3.2 The COUNTY's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Board of County Commissioners and the approval of the Board members at the time of contract initiation and its duration. 7.3.3 It is anticipated that no reimbursable expenses will be incurred by the CONTRACTOR. Expenses will only be reimbursed if authorized by the County in writing in advance and to the extent and in the amount authorized by Section 112.061, Florida Statutes and the Monroe County Code of Ordinances. 7.4 TERM OF AGREEMENT The initial term of this Agreement is for a two (2) year period commencing upon final execution of the Agreement by the Parties ("Effective Date"). This Agreement may be renewed upon mutual agreement of the parties for up to two (2) additional years. Any renewal is contingent upon successful renegotiation of the hourly rates shown in Attachment B by the parties and a written amendment to this Agreement. Any renewal of this Agreement must be in writing and signed by both the COUNTY and CONTRACTOR. ARTICLE VIII INSURANCE 8.1 The CONTRACTOR shall obtain insurance as specified and maintain the required insurance at all times that this Agreement is in effect. In the event the completion of the project (to include the work of others) is delayed or suspended as a result of the CONTRACTOR'S failure to purchase or maintain the required insurance, the Page 6 of 92 870 CONTRACTOR shall indemnify the COUNTY from any and all increased expenses resulting from such delay. Coverage Minimum Limits Code Workers' Compensation Statutory WC2 Employers Liability $500,000/$500,000/$500,000 Commercial general $500,000 GL2 Liability Vehicle Liability Not Required Not Required Professional Liability $500,000/$1,000,000 PRO2 C ber Liability $1,000,000 CL1 8.2 The coverage provided herein shall be provided by an insurer with an A.M. Best rating of VI or better, that is licensed to business in the State of Florida and that has an agent for service of process within the State of Florida. The coverage shall contain an endorsement providing sixty (60) days' notice to the COUNTY prior to any cancellation of said coverage. Said coverage shall be written by an insurer acceptable to the COUNTY and shall be in a form acceptable to the COUNTY. 8.3 CONTRACTOR shall obtain and maintain the following policies: A. Workers' Compensation insurance as required by the State of Florida, sufficient to respond to Florida Statute 440. B. Employers Liability Insurance with limits of $500,000 per Accident, $500,000 Disease, policy limits, $500,000 Disease each employee. C. General Liability Insurance, including Personal Injury Liability, covering claims for injuries to members of the public or damage to property of others arising out of any covered act or omission of the CONTRACTOR or any of its employees, agents or subcontractors or subCONTRACTORs, including Premises and/or Operations, Products and Completed Operations, Independent Contractors; Broad Form Property Damage and a Blanket Contractual Liability Endorsement with $500,000 Limits. An Occurrence Form policy is preferred. If coverage is changed to or provided on a Claims Made policy, its provisions should include coverage for claims filed on or after the effective date of this contract. In addition, the period for which claims may be reported must extend for a minimum of 48 months following the termination or expiration of this contract. D. Professional Liability Insurance of $1,000,000 limits. If the policy is a "claims made" policy, CONTRACTOR shall maintain coverage or purchase a "tail" to Page 7 of 92 871 cover claims made after completion of the project to cover the statutory time limits in Chapter 95 of the Florida Statutes. E. Cyber Liability Insurance to include the following coverages: Data Breach, Network Security Liability, Internet Media, Network Extortion, regulatory Proceedings, PCI Fine and Cost. The minimum limits acceptable is: $1,000,000. F. MONROE COUNTY BOCC shall be named as an additional insured with respect to CONTRACTOR'S liabilities hereunder in insurance coverages identified in Paragraphs C. G. CONTRACTOR shall require its subcontractors to be adequately insured at least to the limits prescribed above, and to any increased limits of CONTRACTOR if so required by COUNTY during the term of this Agreement. COUNTY will not pay for increased limits of insurance for subcontractors. H. CONTRACTOR shall provide to the COUNTY certificates of insurance or a copy of all insurance policies including those naming the COUNTY as an additional insured. The COUNTY reserves the right to require a certified copy of such policies upon request. I. If the CONTRACTOR participates in a self-insurance fund, a Certificate of Insurance will be required. In addition, the CONTRACTOR may be required to submit updated financial statements from the fund upon request from the COUNTY. ARTICLE IX MISCELLANEOUS 9.1 SECTION HEADINGS Section headings have been inserted in this Agreement as a matter of convenience of reference only, and it is agreed that such section headings are not a part of this Agreement and will not be used in the interpretation of any provision of this Agreement. 9.2 SUCCESSORS AND ASSIGNS The CONTRACTOR shall not assign or subcontract its obligations under this agreement, except in writing and with the prior written approval of the Board of County Commissioners for Monroe County and the CONTRACTOR, which approval shall be subject to such conditions and provisions as the Board may deem necessary. This paragraph shall be incorporated by reference into any assignment or subcontract and any assignee or subcontractor shall comply with all of the provisions of this agreement. Subject to the provisions of the immediately Page 8 of 92 872 preceding sentence, each party hereto binds itself, its successors, assigns and legal representatives to the other and to the successors, assigns and legal representatives of such other party. 9.3 NO THIRD PARTY BENEFICIARIES Nothing contained herein shall create any relationship, contractual or otherwise, with or any rights in favor of, any third party. 9.4 TERMINATION A. In the event that the CONTRACTOR shall be found to be negligent in any aspect of service, the COUNTY shall have the right to terminate this agreement after five days written notification to the CONTRACTOR. B. Either of the parties hereto may cancel this Agreement without cause by giving the other party sixty (60) days written notice of its intention to do so. C. Termination for Cause and Remedies: In the event of breach of any contract terms, the COUNTY retains the right to terminate this Agreement. The COUNTY may also terminate this agreement for cause with CONTRACTOR should CONTRACTOR fail to perform the covenants herein contained at the time and in the manner herein provided. In the event of such termination, prior to termination, the COUNTY shall provide CONTRACTOR with five (5) calendar days' notice and provide the CONTRACTOR with an opportunity to cure the breach that has occurred. If the breach is not cured, the Agreement will be terminated for cause. If the COUNTY terminates this agreement with the CONTRACTOR, COUNTY shall pay CONTRACTOR the sum due the CONTRACTOR under this agreement prior to termination, unless the cost of completion to the COUNTY exceeds the funds remaining in the contract; however, the COUNTY reserves the right to assert and seek an offset for damages caused by the breach. The maximum amount due to CONTRACTOR shall not in any event exceed the spending cap in this Agreement. In addition, the COUNTY reserves all rights available to recoup monies paid under this Agreement, including the right to sue for breach of contract and including the right to pursue a claim for violation of the COUNTY's False Claims Ordinance, located at Section 2-721 et al. of the Monroe County Code. D. Termination for Convenience: The COUNTY may terminate this Agreement for convenience, at any time, upon sixty (60) days' notice to CONTRACTOR. If the COUNTY terminates this agreement with the CONTRACTOR, COUNTY shall pay CONTRACTOR the sum due the CONTRACTOR under this agreement prior to termination, unless the cost of completion to the COUNTY exceeds the funds remaining in the contract. The maximum amount due to CONTRACTOR shall not exceed the spending cap in this Agreement. In addition, the COUNTY reserves all rights available to recoup monies paid under this Agreement, including the right to sue for breach of contract and including the right to pursue a claim for violation of the COUNTY's False Claims Ordinance, located at Section 2-721 et al. of the Monroe County Code. Page 9 of 92 873 E. For Contracts of any amount, if the County determines that the Contractor/Consultant has submitted a false certification under Section 287.135(5), Florida Statutes or has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, the County shall have the option of (1) terminating the Agreement after it has given the Contractor/Consultant written notice and an opportunity to demonstrate the agency's determination of false certification was in error pursuant to Section 287.135(5)(a), Florida Statutes, or (2) maintaining the Agreement if the conditions of Section 287.135(4), Florida Statutes, are met. F. For Contracts of $1,000,000 or more, if the County determines that the Contractor/Consultant submitted a false certification under Section 287.135(5), Florida Statutes, or if the Contractor/Consultant has been placed on the Scrutinized Companies with Activities in the Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or been engaged in business operations in Cuba or Syria, the County shall have the option of (1) terminating the Agreement after it has given the Contractor/Consultant written notice and an opportunity to demonstrate the agency's determination of false certification was in error pursuant to Section 287.135(5)(a), Florida Statutes, or (2) maintaining the Agreement if the conditions of Section 287.135(4), Florida Statutes, are met. 9.5 PUBLIC ENTITIES CRIMES A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on contracts to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or CONTRACTOR under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 of the Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. By signing this Agreement, CONTRACTOR represents that the execution of this Agreement will not violate the Public Entity Crimes Act (Section 287.133, Florida Statutes). Violation of this section shall result in termination of this Agreement and recovery of all monies paid hereto, and may result in debarment from COUNTY's competitive procurement activities. In addition to the foregoing, CONTRACTOR further represents that there has been no determination, based on an audit, that it or any subCONTRACTOR has committed an act defined by Section 287.133, Florida Statutes, as a "public entity crime" and that it has not been formally charged with committing an act defined as a "public entity crime" regardless of the amount of money involved or whether CONTRACTOR has been placed on the convicted vendor list. Page 10 of 92 874 CONTRACTOR will promptly notify the COUNTY if it or any subcontractor or subCONTRACTOR is formally charged with an act defined as a"public entity crime" or has been placed on the convicted vendor list. 9.6 MAINTENANCE OF RECORDS CONTRACTOR shall maintain all books, records, and documents directly pertinent to performance under this Agreement in accordance with generally accepted accounting principles consistently applied. Records shall be retained for a period of five years from the final payment or termination of this agreement. Each party to this Agreement or its authorized representatives shall have reasonable and timely access to such records of each other party to this Agreement for public records purposes during the term of the Agreement and for five years following the final payment or termination of this Agreement. If an auditor employed by the COUNTY or Clerk determines that monies paid to CONTRACTOR pursuant to this Agreement were spent for purposes not authorized by this Agreement, or were wrongfully retained by the CONTRACTOR, the CONTRACTOR shall repay the monies together with interest calculated pursuant to Sec. 55.03, of the Florida Statutes, running from the date the monies were paid by the COUNTY. 9.7 GOVERNING LAW, VENUE, INTERPRETATION, COSTS, AND FEES This Agreement shall be governed by and construed in accordance with the laws of the State of Florida applicable to contracts made and to be performed entirely in the State. In the event that any cause of action or administrative proceeding is instituted for the enforcement or interpretation of this Agreement, COUNTY and CONTRACTOR agree that venue shall lie in the 16t" Judicial Circuit, Monroe County, Florida, in the appropriate court or before the appropriate administrative body. This agreement shall not be subject to arbitration. Mediation proceedings initiated and conducted pursuant to this Agreement shall be in accordance with the Florida Rules of Civil Procedure and usual and customary procedures required by the circuit court of Monroe County. 9.8 SEVERABILITY If any term, covenant, condition or provision of this Agreement (or the application thereof to any circumstance or person) shall be declared invalid or unenforceable to any extent by a court of competent jurisdiction, the remaining terms, covenants, conditions and provisions of this Agreement, shall not be affected thereby; and each remaining term, covenant, condition and provision of this Agreement shall be valid and shall be enforceable to the fullest extent permitted by law unless the enforcement of the remaining terms, covenants, conditions and provisions of this Agreement would prevent the accomplishment of the original intent of this Agreement. The COUNTY and CONTRACTOR agree to reform the Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. Page 11 of 92 875 9.9 ATTORNEYS FEES AND COSTS The COUNTY and CONTRACTOR agree that in the event any cause of action or administrative proceeding is initiated or defended by any party relative to the enforcement or interpretation of this Agreement, the prevailing party shall be entitled to reasonable attorney's fees, court costs, investigative, and out-of-pocket expenses, as an award against the non-prevailing party, and shall include attorney's fees, courts costs, investigative, and out-of-pocket expenses in appellate proceedings. 9.10 BINDING EFFECT The terms, covenants, conditions, and provisions of this Agreement shall bind and inure to the benefit of the COUNTY and CONTRACTOR and their respective legal representatives, successors, and assigns. 9.11 AUTHORITY Each party represents and warrants to the other that the execution, delivery and performance of this Agreement have been duly authorized by all necessary County and corporate action, as required by law. 9.12 CLAIMS FOR FEDERAL OR STATE AID CONTRACTOR and COUNTY agree that each shall be, and is, empowered to apply for, seek, and obtain federal and state funds to further the purpose of this Agreement. Any conditions imposed as a result of funding that affect the Project will be provided to each party. 9.13 ADJUDICATION OF DISPUTES OR DISAGREEMENTS COUNTY and CONTRACTOR agree that all disputes and disagreements shall be attempted to be resolved by meet and confer sessions between representatives of each of the parties. If the issue or issues are still not resolved to the satisfaction of the parties, then any party shall have the right to seek such relief or remedy as may be provided by this Agreement or by Florida law. This Agreement is not subject to arbitration. This provision does not negate or waive the provisions of paragraph 9.4 concerning termination or cancellation. 9.14 COOPERATION In the event any administrative or legal proceeding is instituted against either party relating to the formation, execution, performance, or breach of this Agreement, COUNTY and CONTRACTOR agree to participate, to the extent required by the other party, in all proceedings, hearings, processes, meetings, and other activities related to the substance of this Agreement or provision of the services under this Page 12 of 92 876 Agreement. COUNTY and CONTRACTOR specifically agree that no party to this Agreement shall be required to enter into any arbitration proceedings related to this Agreement. 9.15 NONDISCRIMINATION CONTRACTOR and COUNTY agree that there will be no discrimination against any person, and it is expressly understood that upon a determination by a court of competent jurisdiction that discrimination has occurred, this Agreement automatically terminates without any further action on the part of any party, effective the date of the court order. CONTRACTOR or COUNTY agrees to comply with all Federal and Florida statutes, and all local ordinances, as applicable, relating to nondiscrimination. These include but are not limited to: 1) Title VII of the Civil Rights Act of 1964 (PL 88-352) which prohibits discrimination on the basis of race, color or national origin; 2) Title IX of the Education Amendment of 1972, as amended (20 USC ss. 1681-1683, and 1685-1686), which prohibits discrimination on the basis of sex; 3) Section 504 of the Rehabilitation Act of 1973, as amended (20 USC s. 794), which prohibits discrimination on the basis of handicaps; 4) The Age Discrimination Act of 1975, as amended (42 USC ss. 6101- 6107) which prohibits discrimination on the basis of age; 5) The Drug Abuse Office and Treatment Act of 1972 (PL 92-255), as amended, relating to nondiscrimination on the basis of drug abuse; 6) The Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (PL 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; 7) The Public Health Service Act of 1912, ss. 523 and 527 (42 USC ss. 690dd-3 and 290ee-3), as amended, relating to confidentiality of alcohol and drug abuse patient records; 8) Title VIII of the Civil Rights Act of 1968 (42 USC s. et seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; 9) The Americans with Disabilities Act of 1990 (42 USC s. 12101 Note), as may be amended from time to time, relating to nondiscrimination on the basis of disability; 10) Monroe County Code Chapter 14, Article II, which prohibits discrimination on the basis of race, color, sex, religion, national origin, ancestry, sexual orientation, gender identity or expression, familial status or age; 11) Any other nondiscrimination provisions in any Federal or state statutes which may apply to the parties to, or the subject matter of, this Agreement. 9.16 COVENANT OF NO INTEREST CONTRACTOR and COUNTY covenant that neither presently has any interest, and shall not acquire any interest, which would conflict in any manner or degree with its performance under this Agreement, and that only interest of each is to perform and receive benefits as recited in this Agreement. 9.17 CODE OF ETHICS Page 13 of 92 877 COUNTY agrees that officers and employees of the COUNTY recognize and will be required to comply with the standards of conduct for public officers and employees as delineated in Section 112.313, Florida Statutes, regarding, but not limited to, solicitation or acceptance of gifts; doing business with one's agency; unauthorized compensation; misuse of public position, conflicting employment or contractual relationship; and disclosure or use of certain information. In accordance with Section 5 (b) Monroe County Ordinance No. 010-1990, CONTRACTOR warrants that he/it had not employed, retained or otherwise had act on his/its behalf any former County officer or employee subject to the prohibition of Section 2 of Ordinance No. 010-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 020-1990. For breach or violation of this provision the County may, in its discretion, terminate this contract without liability and may also, in its discretion, deduct from the contract or purchase price, or otherwise recover the full amount of any fee, commission, percentage, gift, or consideration paid to the former County officer or employee." 9.18 NO SOLICITATION/PAYMENT The CONTRACTOR and COUNTY warrant that, in respect to itself, it has neither employed nor retained any company or person, other than a bona fide employee working solely for it, to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for it, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of the provision, the CONTRACTOR agrees that the COUNTY shall have the right to terminate this Agreement without liability and, at its discretion, to offset from monies owed, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. 9.19 PUBLIC ACCESS. Public Records Compliance. CONTRACTOR must comply with Florida public records laws, including but not limited to Chapter 119, Florida Statutes and Section 24 of article I of the Constitution of Florida. The County and CONTRACTOR shall allow and permit reasonable access to, and inspection of, all documents, records, papers, letters or other "public record" materials in its possession or under its control subject to the provisions of Chapter 119, Florida Statutes, and made or received by the County and CONTRACTOR in conjunction with this contract and related to contract performance. The County shall have the right to unilaterally cancel this contract upon violation of this provision by the CONTRACTOR . Failure of the CONTRACTOR to abide by the terms of this provision shall be deemed a material breach of this contract and the County may enforce the terms of this provision in the form of a court proceeding and shall, as a prevailing party, be entitled to reimbursement of all attorney's fees and costs associated with that Page 14 of 92 878 proceeding. This provision shall survive any termination or expiration of the contract. The CONTRACTOR is encouraged to consult with its advisors about Florida Public Records Law in order to comply with this provision. Pursuant to F.S. 119.0701 and the terms and conditions of this contract, the CONTRACTOR is required to: (1) Keep and maintain public records that would be required by the County to perform the service. (2) Upon receipt from the County's custodian of records, provide the County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the CONTRACTOR does not transfer the records to the County. (4) Upon completion of the contract, transfer, at no cost, to the County all public records in possession of the CONTRACTOR or keep and maintain public records that would be required by the County to perform the service. If the CONTRACTOR transfers all public records to the County upon completion of the contract, the CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the CONTRACTOR keeps and maintains public records upon completion of the contract, the CONTRACTOR shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the County's custodian of records, in a format that is compatible with the information technology systems of the County. (5) A request to inspect or copy public records relating to a County contract must be made directly to the County, but if the County does not possess the requested records, the County shall immediately notify the CONTRACTOR of the request, and the CONTRACTOR must provide the records to the County or allow the records to be inspected or copied within a reasonable time. If the CONTRACTOR does not comply with the County's request for records, the County shall enforce the public records contract provisions in accordance with the contract, notwithstanding the County's option and right to unilaterally cancel this contract upon violation of this provision by the CONTRACTOR . A CONTRACTOR who fails to provide the public records to the County or pursuant to a valid public records request within a reasonable time may be subject to penalties under section119.10, Florida Statutes. The CONTRACTOR shall not transfer custody, release, alter, destroy or otherwise dispose of any public records unless or otherwise provided in this provision or as otherwise provided by law. Page 15 of 92 879 IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR 'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, BRIAN BRADLEY AT PHONE# 305- 292-3470 BRADLEY-BRIAN(aD-MONROECOUNTY-FL.GOV, MONROE COUNTY ATTORNEY'S OFFICE 1111 12TH Street, SUITE 408, KEY WEST, FL 33040. 9.20 NON-WAIVER OF IMMUNITY Notwithstanding the provisions of Sec. 768.28, Florida Statutes, the participation of the CONTRACTOR and the COUNTY in this Agreement and the acquisition of any commercial liability insurance coverage, self-insurance coverage, or local government liability insurance pool coverage shall not be deemed a waiver of immunity to the extent of liability coverage, nor shall any contract entered into by the COUNTY be required to contain any provision for waiver. 9.21 PRIVILEGES AND IMMUNITIES All of the privileges and immunities from liability, exemptions from laws, ordinances, and rules and pensions and relief, disability, workers' compensation, and other benefits which apply to the activity of officers, agents, or employees of any public agents or employees of the COUNTY, when performing their respective functions under this Agreement within the territorial limits of the COUNTY shall apply to the same degree and extent to the performance of such functions and duties of such officers, agents, volunteers, or employees outside the territorial limits of the COUNTY. 9.22 LEGAL OBLIGATIONS AND RESPONSIBILITIES Non-Delegation of Constitutional or Statutory Duties. This Agreement is not intended to, nor shall it be construed as, relieving any participating entity from any obligation or responsibility imposed upon the entity by law except to the extent of actual and timely performance thereof by any participating entity, in which case the performance may be offered in satisfaction of the obligation or responsibility. Further, this Agreement is not intended to, nor shall it be construed as, authorizing the delegation of the constitutional or statutory duties of the COUNTY, except to the extent permitted by the Florida constitution, state statute, and case law. 9.23 NON-RELIANCE BY NON-PARTIES No person or entity shall be entitled to rely upon the terms, or any of them, of this Agreement to enforce or attempt to enforce any third-party claim or entitlement to or benefit of any service or program contemplated hereunder, and the CONTRACTOR and the COUNTY agree that neither the CONTRACTOR nor the COUNTY or any agent, officer, or employee of either shall have the authority to inform, counsel, or otherwise indicate that any particular individual or group of Page 16 of 92 880 individuals, entity or entities, have entitlements or benefits under this Agreement separate and apart, inferior to, or superior to the community in general or for the purposes contemplated in this Agreement. 9.24 ATTESTATIONS AND TRUTH IN NEGOTIATION CONTRACTOR agrees to execute such documents as COUNTY may reasonably require, including a Public Entity Crime Statement, an Ethics Statement, and a Drug-Free Workplace Statement. Signature of this Agreement by CONTRACTOR shall act as the execution of a truth in negotiation certificate stating that wage rates and other factual unit costs supporting the compensation pursuant to the Agreement are accurate, complete, and current at the time of contracting. The original contract fee and any additions thereto shall be adjusted to exclude any significant sums by which the agency determines the contract price was increased due to inaccurate, incomplete, or concurrent wage rates and other factual unit costs. All such adjustments must be made within one year following the end of the Agreement. 9.25 NO PERSONAL LIABILITY No covenant or agreement contained herein shall be deemed to be a covenant or agreement of any member, officer, agent or employee of Monroe County in his or her individual capacity, and no member, officer, agent or employee of Monroe County shall be liable personally on this Agreement or be subject to any personal liability or accountability by reason of the execution of this Agreement. 9.26 EXECUTION IN COUNTERPARTS This Agreement may be executed in any number of counterparts, each of which shall be regarded as an original, all of which taken together shall constitute one and the same instrument and any of the parties hereto may execute this Agreement by signing any such counterpart. 9.27 E-VERIFY SYSTEM Beginning January 1, 2021, in accordance with F.S. 448.095, the Contractor and any subcontractor shall register with and shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the work authorization status of all new employees hired by the Contractor during the term of the Contract and shall expressly require any subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the work authorization status of all new employees hired by the subcontractor during the Contract term. Any subcontractor shall provide an affidavit stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. The Contractor shall comply with and be subject to the provisions of F.S. 448.095. Page 17 of 92 881 9.28 UNCONTROLLABLE CIRCUMSTANCE Any delay or failure of either Party to perform its obligations under this Agreement will be excused to the extent that the delay or failure was caused directly by an event beyond such Party's control, without such Party's fault or negligence and that by its nature could not have been foreseen by such Party or, if it could have been foreseen, was unavoidable: (a) acts of God; (b) flood, fire, earthquake, explosion, tropical storm, hurricane or other declared emergency in the geographic area of the Project; (c) war, invasion, hostilities (whether war is declared or not), terrorist threats or acts, riot, or other civil unrest in the geographic area of the Project; (d) government order or law in the geographic area of the Project; (e) actions, embargoes, or blockades in effect on or after the date of this Agreement; (f) action by any governmental authority prohibiting work in the geographic area of the Project;(each, a "Uncontrollable Circumstance"). CONTRACTOR'S financial inability to perform, changes in cost or availability of materials, components, or services, market conditions, or supplier actions or contract disputes will not excuse performance by Contractor under this Section. Contractor shall give County written notice within 7 days of any event or circumstance that is reasonably likely to result in an Uncontrollable Circumstance, and the anticipated duration of such Uncontrollable Circumstance. Contractor shall use all diligent efforts to end the Uncontrollable Circumstance, ensure that the effects of any Uncontrollable Circumstance are minimized and resume full performance under this Agreement. The County will not pay additional cost as a result of an Uncontrollable Circumstance. The Contractor may only seek a no cost extension for such reasonable time as the Owners Representative may determine. Page 18 of 92 882 IN WITNESS WHEREOF, each party has caused this Agreement to be executed by its ® thorized representative on the day and year first above written. 1 23 BOARD OF COUNTY COMMISSIONERS vin Madok, Clerk OF MONROE COUNTY, FLORIDA s� By: As Depu y Clerk Mayor/Ch n (Seal) CONTRACTOR Attest: BY: By: 4. Title: Title: Matthew Incinelli, Partner :.� Carr, Riggs & Ingram, LLC �: zL END OF AGREEMENT 01 ., Approved as to form and legal sufficiency: Monroe County Attorney's Office Digitally signed by Cynthia L.Hall DN:cn=Cynthia L.Hall,o=Monroe � County BOCC,ou,email=hall- crthiia�@monroecou nty-fl.gov, c=0 , F Date:2022.03.31 14:53:56-04'00' Page 19 of 92 883 Attachment A- Scope of Services A. Monroe County seeks responses from qualified firms demonstrating successful experiences in providing public sector construction contract audit services. These services will be used to assist Monroe County in ensuring that public funds are used according to agreements and contracts. Monroe County is seeking construction audit services for capital improvement projects supervised by Project Management in which the budget for construction services for the project exceeds $500,000. The Scope of Services identified below does not delineate every detail and minor work task required to be performed. Any and all additions, substitutions or changes must be discussed with the County prior to implementation. The goals of the audits are: cost management, risk identification and management, financial control, identification and minimization of overcharges on projects; reduction of litigation costs through better project control and information. This engagement may include all facts of the construction process, commencing with solicitation of contractor bids or proposals through project closeout, including compliance with the requirements of grants awarded for the funding of the project. All services required under this RFP can be performed remotely. Therefore, the price proposals offered in response to this RFP should not request reimbursement for travel or per diems. B. Construction Contract Documentation Audits: The auditing services shall consist of the following procedures during the review of construction documentation: 1. Review all construction contracts during negotiation period to provide guidance. 2. Obtain contract documents between the contractor or Construction Manager at Risk (vendor) (collectively, CM) and the County. Note items of financial significance including provisions related to job cost, fee arrangements, bonds, labor, materials, insurance, and any special requirements in grant agreements. Page 20 of 92 884 3. Ask if there are any related party transactions; if so, investigate conflicts of interest. Obtain and review all sub-contractor contracts and document costs. 4. Review construction management fees and general conditions for conformity to contract documents. 5. Review and test general conditions labor for accuracy of base salary, labor burden and personnel appropriateness to the project. 6. Review contingency usage for proper authorization and resolution of final balances. 7. For each project assigned, provide monthly progress reports to the County indicating the status of each project and any issues pertaining to the prof ect. C. Contract compliance Audits: The auditing services shall consist of the following procedures during the review of the construction phase: 1. Test and monitor controls per the base contract and applicable amendments. 2. Review and assist with processing payment applications (usually monthly), including: i. Labor hours, wages and/or stipulated rates charged to the project (including comparison to required Davis/Bacon rates where applicable); ii. Labor burden costs including benefits, unemployment, workers' compensation and other elements charged to the project; iii. Profit and overhead rates charged to the project; iv. Accounting systems used (e.g., payroll audits, rates, cost segregation, overhead); v. Materials and equipment cost, including use of direct purchase where applicable; vi. Procurement of subcontractors; vii. Subcontractors' costs charged to project; viii. Contingency usage; ix. Change orders; x. Contractor-owned equipment rentals/small tools and other construction costs; A. Costs of insurance, including general insurance, commercial auto liability, builder's risk, and other types of insurance Ai. Presence of adequate bonds and bond expenses Page 21 of 92 885 xiii. Home office overhead costs xiv. Fees and markups of any kind xv. Permit expenses xvi. Verification of proper sales and use tax charges xvii. Allowable and unallowable cost reviews xviii. In general, compliance with grant requirements xix. Project closeout 3. Provide overall verification of costs. 4. Test for contract compliance. 5. Identify potential overcharges and recommend action to the Owner. 6. Recommend control improvements as necessary during the audit process. 7. Site visits, as necessary and with prior approval of the Owner. 8. Respondent shall provide a report of findings for each project upon completion. 9. Review the Certificate of Substantial Completion and the Certificate of Final Inspection signed by the Architect to verify the project was completed in accordance with the contract and determine whether Liquidated Damages are chargeable. 10. Obtain evidence of Purchase Order reconciliation to ensure that final contract value was accurate and reflected final pre-attestation adjustments. 11. For Construction Manager at Risk projects, -calculate the Guaranteed Maximum Price (GMP) and actual costs of construction using the CM records. 12. Review the County's practices for compliance with the Florida Local Government Prompt Payment Act. D. Respondent may be asked to assist the County related to instances of disagreement pertaining to funds owed the County by the CM based on cost calculations. E. Annually, the firm shall provide a written summary of trends noted by it in the performance of its services under this bid and an overall assessment of the County's performance, based upon the work performed by the firm over the prior year. This report should include analysis of strengths, areas for improvement, and recommendations to implement current industry best practices where appropriate. F. Audits shall be performed in accordance with generally accepted auditing standards. Page 22 of 92 886 G. Audits shall be completed no later than ninety (90) days after receipt of certificate of occupancy at the project location. Should the firm encounter any delay that could jeopardize the completion date, the firm shall communicate with the County contact person. H. The firm should keep the district abreast of new and upcoming accounting standards or practices that directly affect the district's construction audit projects as well as trends in the construction industry. Page 23 of 92 887 Attachment B- Contractor Proposal Page 24 of 92 888 ProfessionM Services ropos Monroe C unTyBoard of County Commissioners Request-for lPirolposalls Construction Auditing Services Proposer Carr, Riggs& Ingram CPAs and Advisors Winter Park, F�l 32789 Phone: 407.644.7455 Matthew Incinelli Partner At C R I °.€w:M A �gry, R �G� �� f �A' �mWlrf 1` �RI C R UNGRAM 401.62&5V?da0 Dear Selection Committee: Thank you for the opportunity to submit a proposal for Construction Auditing Services for the Monroe County Board of County Commissioners(the"County"). As part of our proposal, you will find background information on Carr, Riggs & Ingram, LLC, Certified Public Accountants and Advisors (CRI), a recap of our experience in construction cost verification services, and information regarding the personnel we anticipate working on this engagement. Additionally, we will provide specific experience with regards to performing construction contract cost verification services similar to those being requested by the County. We are committed to providing the necessary resources to the County to ensure quality and timely service with consistent communication, while being sensitive to the cost of these services. Our Partners and Staff will be available to assist you whenever required. We will approach the engagement in a "partnering" manner, which means we are committed to working together with your staff to realize an effective and efficient experience. Our services are designed to make our team a contributing member of your team. We can tackle difficult topics and complicated charges with the Construction Manager—this provides both a buffer to the County and lessens the demands on the County's staff. • CRI has extensive experience in construction cost avoidance services (agreed upon procedures/consulting)— spanning + projects and 3 + years. Our team is engaged regularly by cities, school districts, counties, health care providers, private corporations, and universities, ensuring that our work will produce relevant and appropriate results in an efficient manner. In the last five years, approximately 70% of our engagements have resulted in the return of funds to the Owner, often in multiples of the fee paid to CRI. • Our clients value our services. CRT's report provides assurance and transparency to management and investors involved in the Project that a third party, independent entity has reviewed and verified the costs of the Project. Our services also increase the level of accountability and sound record keeping, as the Construction Manager is aware of the additional oversight. Finally, our services are designed to be efficient—to address areas of the Project of high risk or high concern to the Owner. • As result of our extensive experience in the area of public and private sector construction cost avoidance and cost verification services and our exposure to various contract styles, we will be able to bring fresh insights regarding internal control improvements and best practices recognized from performing similar engagements that we have performed. If there are any items that require further clarification, please don't hesitate to contact me, I will be the primary contact for our Firm. We greatly appreciate your careful consideration of our services. Sincerely, q Matthew Incinelli Engagement Partner Carr, Riggs& Ingram, LLC Page 26 of 92 890 CAll R, IRII(;GS&III�VGRAIM CII�IIcpa..corn Tab 1: FIRM OVERVIEW 4 Statement of Interest 2 History of the Firm 5 Specific Qualifications 6 Tab 2: PERSONNEL 18 Key Personnel 19 Resumes 21 Certifications 60 Florida License 63 Tab 3: EXPERIENCE 30 Relevant Project Experience 31 Long-Term Relationships 35 Tab 4: REFERENCES 36 Letters of Reference 37 Reference Details 43 Tab 5: PRICE PROPOSAL 44 Hourly Rates 45 All-Inclusive Firm Fixed Price 46 Tab 6: FINANCIAL INFORMATION AND LITIGATION (UNDER SEPARATE COVER) 47 LLC Members Officers and Directors Years in Operation Years under Present and Prior Name Claims and Suits Tab 7: REQUIRED COUNTY FORMS AND LICENSES 49 Page 27 of 92 891 CARR, RIIGGS&IINGRAM CIR11cpa„com ,3 ■ TAB 1 : FIRM OVERVIEW BRIEF IHIIS1FORX OF TIME IFIIRIMI Established in 1997, Carr, Riggs & Ingram, LLC (CRI) is a super-regional certified public accounting and consulting firm with roots going back to 1972. CRI has 300+ partners and 1900+ professionals across 74 offices located in 10 states. I CRI has provided auditing, accounting, tax preparation, and consulting services to clients, including governmental u �W ' organizations, since inception. CRT's corporate office is located in Enterprise, Alabama. The engagement team for Monroe County will be based out of CRT's Orlando and Melbourne offices. These offices specialize in Construction Auditing Services, particularly to governmental entities. Since 1995, CRI has performed over 850 construction cost verification services ("construction audit services") engagements, both as agreed-upon procedures and consulting engagements, for private and public owners of construction projects. In the last 5 years, CRI has been engaged to perform construction auditing services for over 300 projects, with a total construction value averaging $430,000,000 per year. We have performed these procedures for several Owners whose annual construction program exceeded$200 million dollars. Our services include construction contract reviews, guaranteed maximum price reviews, construction contract milestone audits, pay application reviews, and construction contract close out engagements. We have performed these services primarily for cost plus fee type contracts, including the following: • Construction Manager at risk • Design Build • Integrated Lean Project Delivery The relationship between the Owner and the Contractor in these types of contracts is designed to be accountable and will contain a standard audit clause in the body of the agreement. For the construction audit services, we primarily perform procedures at the Contractor's offices, inspecting subcontractor files, labor timesheets, labor burden charges, insurance allocations, internal charges, etc. Our approach is to begin with the Construction Manager's job costing system and work back to what was billed. In addition, we provide comments and recommendations for improving contract language, internal controls and provide insight into industry-wide trends and benchmarks in fee, general conditions, and insurances, to name just a few. Beyond cost recovery and process/contract improvements, our services deliver value to the client in the following ways: • Assurance —the comfort of a signed report with an assessment of a Project's final costs from a respected CPA firm with expertise specific to construction cost auditing. • Accountability—when the Construction Manager is aware the records will be examined by an independent, third party expert at the completion of the project, it promotes accountability and sound record keeping on the project. • IEfficiency—while many clients have excellent construction and accounting personnel on staff, CRI provides decades worth of experience in the specific area of construction audits. We meet with our client's staff to determine which areas and procedures would be of the most value to them, in essence customizing each engagement to the needs of the client. • Affordability—CRI performs many such engagements and is able to provide the services at competitive prices. Page 29 of 92 893 CARR, RIIOOS&IINGRAIM CRIlclpa..corn .5 APPROACHTO SCOPE OF SERVICES: CONTRACT REVIEW CRI reviews the Project's contract documents for language relative to the finances of the Project. Utilizing best practice language gleaned from the hundreds of projects we have performed over the last 10+ years, we make recommendations to modify the contract language. This review covers a wide array of topics, but includes (but is not limited to): labor burden, cost of work clause, general conditions, general requirements, insurances, subcontractor overhead and profit. Recommendations to the contract, on the front end, can help you, as the Owner, avoid significant costs; and there is residual value — our recommendations can be implemented into future contracts. ONE=,., .......... Z= Contract review start Owner provides the complete contract documents to CRI (Agreement, General Conditions, Amendments, Supplemental Conditions, etc.). CRI analyzes the contract documents This process takes approximately 3-5 days, from receipt of the documents, for analysis and quality control review. CRI presents a draft of recommendations to Owner Timing is dependent upon the time required for the Owner's representatives representative to review the draft recommendations and the number of comments and edits the representatives have for CRI. CRI finalizes the recommendations into a final deliverable Upon receipt of the Owner's comments and edits of the draft recommendations, a final deliverable, either a redlined contract or summary of recommendations,would be issued Within 3-5 days, reflecting necessary changes. Page 30 of 92 894 CAIRIR, IRIIGGS&IINGIRAIM CIRIIoIpa..com APPROACHTO SCOPE OF SERVICES: GUARANTEED MAXIMUMICE (GMP) REVIEW CRI reviews the components of the GMP and performs verification testing, before the Project starts, to avoid excessive/improper charges. Areas of testing would include (but not be limited to): general conditions labor rates, labor burden, general liability insurance, and subcontractor default insurance. Below is an example of typical procedures for this type of engagement. PRCOLEDUR.ESm CAMP R.EVIE .............................................................................................................................. 1. Obtain and read a copy of the proposed contract between the Owner and the Construction Manager relative to the construction of the Project. 2. Obtain a copy of the proposed GMP and evaluate the components, with particular attention to the following, if applicable: a. General conditions: Review the contracting methodology and the applicable strategy with the Owner. Review detail schedules of the costs included and provide observations and comments. Review the expected components as described below. b. Subcontractors: Select the largest 10 subcontracts and verify that the lowest bidder was chosen. If the lowest bidder was not chosen, obtain explanation from the Construction Manager for their choice and report the explanation to the Owner. c. General conditions labor rates: Review the labor portion of the general conditions and compare the rates used to rates in other GMP calculations. Test the actual base labor rates used in the calculation to the current payroll records of the Construction Manager. Create a table of the verified rate, by employee, with the verified labor burden (from d. below) included to obtain a billable rate for each Construction Manager personnel. d. General conditions labor burden: Obtain a schedule detailing the labor burden rates attached to the general conditions labor and evaluate the components for conformity to the contract and industry standards. Verify components to underlying supporting documentation requested from and supplied by the Construction Manager. e. General liability insurance: Review the rate proposed by the Construction Manager for general liability, and other insurance coverages, for reasonableness and conformity to the contract. Evaluate the insurance limits against the requirements of the contract and the Owner. Review the allocation methods used for coverages that are not directly billed. Identify the source of the rates and report to the Owner those rates that are internally generated, or those that are based on reserve calculations(self-insured). f. Equipment rental rates: Obtain a listing of rental rates for equipment either leased or owned by the Construction Manager. For the items leased, obtain a copy of the invoice from the third party rental company. For the items owned by the Construction Manager, obtain the allocation of the ownership costs to the Project. This would include, but not be limited to: purchase price, depreciable life, maintenance costs, operating costs. Create a table of verified billable rates for equipment. Page 31 of 92 895 CAIRIR, IRIIGGS&IINGIRAIM r CIRIIoIpa..com ��N� � ° ������ ����������� m ���� � ° � ���m�m �� � m���� �m��� APPROACH TO SCOPE OF SERVICES: GMP REVIEW ~ CONTINUED (CONTINUED) g. Bond: ^ Review the third party bond rate from the Construction Manager's bonding company. h. AUowanooa: ^ Review the allowance balances included in the original guaranteed maximum price. ^ Evaluate the policies and procedures contained in the contract documents for utilizing allowance balances. i8ubguard: ^ |f applicable, review the aubguand rate against industry standards. ^ If the insurance is not the result of a direct third-party billing, identify the source of the rate and report to the Owner those portions of the rate that are internally gonorated, or those that are based on roaomo calculations(self-insured). j. Self-performed work: ^ Review the GMP and inquire of the Construction Manager regarding any self-performed work, or work done by a related party and communicate such tothe Owner. ^ Review the methodology for costing such types ofwork. 3. Prepare a deliverable to report the results of the above steps to the Owner. Initiate GMP work with CRI CRI meets with the Owner to determine the items the Owner wants verified at the establishment of the GIVIR This scope meeting would occur prior to the negotiation of the GIVIR CRI requests supporting documentation from the This request would occur after the rates had been Construction Manager for the rates to be verified established in a draft version of the GIVIR The Construction Manager should be made aware, prior to the drafting of the GMP, that certain rates will be verified to supporting CRI verifies rates to the Construction Manager's supporting As time is at a premium at this phase of the Project, CRI will documentation set deadlines for the Construction Manager to supply the requested documentation. Once CRI receives all of the documents, the turnaround time would be 3-5 days. It would be normal for a follow up request to be necessary for documents that were insufficient or not initially provided and the turnaround time would be dependent on the Construction Manager's response. CRI presents a draft of any differences (if applicable) in the 1-3 days should be allowed for the Construction Manager to rates, first to the Construction Manager, and then to the review any potential findings from CRI's review. Owner's representatives CRI presents a draft of the deliverable, with verified rates to Time to review is at the Owner's discretion. the Owner CRI presents the final deliverable The day following the approval by the Owner's Page 000,no 896 APPROACHTO SCOPE OF SERVICES: PAY APPLICATIONREVIEWS The objective of the payment application review is to determine that the amount invoiced is a reasonable representation of work completed or stored to date and that the payment application is in accordance with the contract. The steps include: • Recommend control improvements during the audit Change order processes, controls and usage process Contractor owned equipment rentals/small tools and • Payment application, processing and administration other construction costs • Labor hours, wages and/or stipulated rates charged General liability, commercial auto liability and other to the project insurance costs • Labor burden costs including benefits, Home office overhead costs unemployment insurance, workers' compensation Fees and mark-ups of any kind and other elements charged to project Bond expenses • Accounting systems (e.g. payroll audits, rates, cost Permit expenses segregation and overhead) Test and evaluate change orders • Overhead rates and/or labor multipliers Verification of proper sales and use tax charges • Materials and equipment costs Allowable and unallowable cost reviews • Procurement of subcontractors Owner Direct Purchases • Subcontractors' cost charged to project Reimbursable expenses • Owner and Construction Manager contingency usage PE.OKEDUR.ESn PAX APPLIC.ATI0..N BEVIES ................................................................................................................................................................................................. Based on our experience in performing numerous pay application reviews for other governmental entities, we have developed a checklist to facilitate an effective and efficient review process, consisting of 25 steps, a sample of these steps are included below: 1. Verify the contract value as represented on the payment application is correct. 2. Verify the amounts reported on the payment application reconcile to previous payment applications and are mathematically accurate. 3. Vouch charges to related supporting supplier/vendor invoices/sub-contractor pay applications, etc. (as applicable). 4. Verify labor and labor burden are charged in accordance with the contract. 5. Confirm change orders are properly approved and incorporated into the pay application. 6. Validate proper review and approval by the appropriate representatives. 7. Other steps are developed and tailored to the particular project and applicable key contract compliance criteria. 8. Monthly pay application checklist includes observations/recommended follow-up. Page 33 of 92 897 CAIRIR, IRIIGGS&IINGIRAIM CIRIIoIpa..com APPROACHTO SCOPE OF SERVICES: PAY APPLICATIONREVIEWS - CONTINUED MEE=, M= Pay Application Review(PAR)start At least 4 weeks prior to the NTP (if not already provided), the Owner provides the complete contract documents to CRI (Agreement, General Conditions, Amendments, Supplemental Conditions, etc. the approved GMP) and the PA template including the detailed scheduled values — AIA G702, G703. CRI analyzes the contract documents and develops PAR This process takes approximately 1 -2 weeks from receipt of checklist with detailed procedures. the documents, for analysis and quality control review. CRI presents a draft of the PAR checklist to Owner Timing is dependent upon the time required for the Owner's representatives. representative to review the draft PAR checklist and the number of comments and edits the representatives have for CRI. CRI incorporates the recommendations into a final PAR Upon receipt of the Owner's comments and edits of the PAR checklist. checklist, a final PAR checklist would be issued within 3-5 days, reflecting necessary changes. CRI uses the approved PAR checklist to assist the Owner's CRI will provide real-time feedback to the Owner's representative in performing the monthly pay applications representative via the PAR checklist(Excel workbook)within beginning with the first pay application electronic submission. 3 to 5 days of receiving the pay application. Page 34 of 92 898 CAll R, IRIIGGS&IINGRAIM CIRIIoIpa..com 10 APPROACHTO SCOPE OF SERVICES: CONTRACT CLOSE OUT REVIEW CRI performs comprehensive verification procedures on the final job cost detail for the Project, as presented by the Construction Manager, from its job cost accounting system. Our services center predominantly around the Construction Manager's records for the Project. We have a menu of procedures developed from years of performing these services, but we also collaborate with each individual Owner and allow them to choose/refine the procedures that will provide them the most value. PECOKEDUR.ESn CLOSE-Qu."r ....................................................................................................................... 1. Inspect a copy of the Standard Management Contract (the "Agreement"), dated {DATE}, between the Owner and the Construction Manager, and the{Amendment docs, if applicable}, dated {DATE}(collectively referred to as the"contract documents"), relative to the construction of the Project. 2. Inquire of the Owner and the Construction Manager as to whether there are any disputed provisions between the two parties, relative to the contract documents or the Project's costs as provided in 4. below, or if there are any other unresolved disputes. 3. Inquire of the Construction Manager as to whether there are any disputes between the Construction Manager and its subcontractors. 4. Obtain from the Construction Manager, a copy of the final job cost detail, dated{DATE}(the"final job cost detail"). 5. Obtain from the Construction Manager and the Owner, a copy of the final payment application request issued to the Owner, dated {DATE}("final pay application"). 6. Obtain from the Construction Manager a reconciliation between the final job cost detail and the final pay application. 7. From the final job cost detail, select all subcontractors with total costs in excess of$50,000 ("selected subcontractors") and perform the following: a. Obtain the subcontract and related change orders, executed between the selected subcontractors and the Construction Manager. Compare the total amount recorded in the final job cost detail to the original subcontract amount plus the related change orders. b. Obtain the appropriate labor and material pricing estimates, vendor invoices, and subcontractor markups ("supporting documentation") for the subcontractor change orders in 7.a. above. Compare the change order amounts to the supporting documentation. c. Obtain from the Construction Manager, the final lien releases or individual payment lien releases totaling the final subcontract value submitted by the selected subcontractor to the Construction Manager, or a sample of cancelled checks (at least 30) for payments made by the Construction Manager to the selected subcontractor ("payment documentation"). Compare the final subcontract amount to the payment documentation. d. Obtain a listing of owner direct purchases ("ODP") from the County related to each subcontract selected. Compare the ODP amounts to the sum of the deductive ODP change orders, per the selected subcontractor. 8. If there are reimbursable labor charges included in the final job cost detail, from the total number of Construction Manager employee payroll transactions listed in the final job cost detail, haphazardly select a sample of at least 15 Construction Manager payroll transactions. Each sampled payroll transaction will be for a specific, identified time period of the Project. 9. From the items selected in 8. above, perform the following: a. Obtain copy of or access to, the original timesheet and a payroll register, for the time period of the selected transaction, showing gross pay to the employee for each employee selected. b. Compare the amount listed for each sample in the final job cost detail to the items obtained in 9.a. above. Page 35 of 92 899 CAll R, RIGGS&IINGIRAIM CIRIIoIpa.com II ��N� � ° ������ ����������� m ���� � ° � ���m�m �� � m���� �m��� APPROACH TO SCOPE OF SERVICES: CONTRACT CLOSE OUT REVIEW ~ CONTINUED K00NO0YN J E D) 10 If labor burden is included in reimbursable labor(if any), recalculate the labor burden percentage and compare it to the fixed rate per the contract documents. 11 From the final job cost detail, select any non-subcontractor line items that exceed$50,000 and perform the following: a Obtain a copy of or access to, the original invoice, pricing document, and a copy of the cancelled check for each item ao|ootod If there are more than 10 entries for the non-subcontractor in the final job cost dotai|, ao|oot a sample ofat least 5items. b Compare the documents obtained in11a to the amount recorded in the final job cost detail. 12 From the final job cost detail, select amounts for payment and performance bond costs and builder's risk insurance(as applicable)and perform the following: a. Obtain a copy of or access to the original invoices and a copy of the cancelled check or other proof of payment paid directly to a third party. Compare the documentation obtained to the amounts recorded in the final job cost detail. 13. From the final job cost detail, select amounts for general liability insurance and perform the following: a. VVhoro applicable, obtain the Construction Manager's internal allocation for general liability insurance charges. b. Inspect the internal allocation method and calculation. Compare the documentation obtained in 13.a. above to the amounts recorded to the final job cost detail. o. If applicable, obtain third party invoices for internal allocation amounts. d. If there is a self-insured portion of the promium, inquire regarding the calculation methodology for the self- insured portion of the premium. Obtain third party invoices or documentation for the calculation of the self- insured portion of the premium. Specifically inquire if that portion of the premium is based on actuarial calculations. If so, obtain the actuarial report supporting the calculation. o. If applicable, obtain supporting documentation for the allocation base, i.e. annual company-wide revenue for the Construction Manager. t If applicable, recalculate the Construction Manager's internal allocations and compare the recalculation to the amounts in the final job cost detail. 14. Inquire of the Construction Manager to determine if there are any expenditures, in the final job cost detail, to entities related by common ownership or management to the Construction Manager 15. If there are expenditures to entities related by common ownership or management noted in 14. above, perform the following: a. Report the entity and volume of the transactions to the Owner b. Determine if such transactions are properly authorized by the Owner, in accordance with the contract documents. 10. From the final job cost detail, haphazardly select at least five transactions determined to be the Construction Manager's internal charges to the Project, and perform the following: a. Obtain vendor invoices and Construction Manager calculations for internal charge rates. b. Compare the internal charge rates recorded in the final job cost detail to the supporting documentation obtained in 10.a. abovo. 17. Obtain the Project's Notice to Proceed ("NTP")from the Owner and inspect the dates of the charges in the final job cost detail for recorded costs with dates prior to the date on the NTP Page 000,no 900 CARR, RU�����U������ ��U�����mmm ��N� � ° ������ ����������� m ���� � ° � ���m�m �� � m���� �m��� APPROACH TO SCOPE OF SERVICES: CONTRACT CLOSE OUT REVIEW ~ CONTINUED K00NO0YN J E D) 18 Inquire of the Construction Manager to determine whether they are using a subcontractor default insurance program (^aubguard^)for subcontractor bonding requirements. |f so, perform the following: a. Inspect the final job cost dotai|, as well as, subcontracts and change order line items for the selected subcontractors noted in 7. abovo, for line items described aa subcontractor bond costs. b. Obtain an invoice and oanooUod ohooka for the aubguand charges found in the final job cost detai|, if paid to a third party. o. If the charges for subguard are the result of an internal allocation, obtain the internal allocation calculations that support the amounts in the final job cost detail and compare the calculations to the amounts in the final job cost detail. d. If there is a self-insured portion of the promium, inquire regarding the calculation methodology for the self- insured portion of the premium. Obtain third party invoices or documentation for the calculation of the self- insured portion of the premium. Specifically inquire if that portion of the premium is based on actuarial calculations. If so, obtain the actuarial report supporting the calculation. o. If internal allocation are used, recalculate the internal allocations and compare the recalculation tothe charges in the final job cost detail. t Obtain written representation that the subcontractors on the Project, enrolled in oubguand, have not included bond costs in their payment applications. 19. Obtain all signed and executed change orders between the Owner and the Construction Manager for the duration of the Project. 20. Obtain from the Owner, a log of the OIDPs plus sales tax savings for the Project and perform the following: a. Recalculate the total ODPa. from the log obtained abovo, by taking the actual ODPa spent on the Project and comparing them tothe original contract value (including ODPa) plus or minus any change orders (not including ODP change ondora). b. Inquire if the County will aook to recover the amount of any such missed tax savings from the Construction Manager. 21 Compare the OIDP log plus tax savings amount obtained in 20. above,to the total signed and executed change order amounts obtained in1Q. above relative toODPa. 22. Utilizing the not-to-exceed general requirements detail from the contract documents in 1. above, compare to the general requirements charges noted in the final job cost detail. 23. Recalculate the adjusted guaranteed maximum price(^8MP^)aafollows: a. Obtain the original 8MP amount, including any fixed or percentage-based Construction Manager fees or lump sums from the contract documents noted in 1 above. b. Add the original 8MP amount (from 1 above) plus additive change orders and minus deductive change orders from 1Q. above. 24. Obtain the final contract value, per the final pay application (noted in 5. above)and compare it to the adjusted GMP amount recalculated in23.b. above. Page o7o,no 901 CARR, RU�����U������ ��U�����mmm 13 ��N� � ° ������ ����������� m ���� � ° � ���m�m �� � m���� �m��� APPROACH TO SCOPE OF SERVICES: CONTRACT CLOSE OUT REVIEW ~ CONTINUED K00NO0YN J E D) 25 Recalculate the final construction costs as follows: a Starting with the final job cost dotai|, adjust for any reductions identified in the application of the above procedures (io subcontractor markup differonooa, non-reimbursable itoma, repair/rework itoma, oto., as applicable)to reach the"adjusted final job ooata' b. Utilizing the adjusted final job oosto, add any fixed fooa or lump sum amounts to reach the "final construction ooata^ o. Compare the adjusted 8MP amount calculated in 23.b. above to the final construction costs amount from 25.b. above. 20. Obtain, from the Owner and/or the Construction Manager, all of the Project's contingency logs and usage documents and inspect all contingency usage forms for the Owner's designated representative's signature of approval. 27. Compare the ending balances in the contingency funds, per the contingency logs obtained in 26. above, to the change order amount of the funds returning to the Owner, aa obtained in1Q. above. 28. Obtain the Certificate of Substantial Completion, signed by the Architect, and compare the date of this document to the time requirements contained in the contract documents. 29. Obtain the Certificate of Final Inspection, signed by the Architect, and compare the date of this document to the time requirements contained in the contract documents. 30. Utilizing the Certificate of Final Inspection obtained in 29. above, inspect the dates of the charges in the final job cost detail for recorded costs with dates subsequent to the date of the Certificate of Final Inspection. Page oao,no 902 CARR, RU�����U������ ��U�����mmm 14 APPROACHTO SCOPE OF SERVICES: CONTRACT CLOSE OUT REVIEW - CONTINUED ONE=,., .......... a� Project completion To be determined Construction Manager provides a draft of the Project's final It should be noted, the Construction Manager's settlement of pay application and final change order subcontracts can take significant time at the completion of the Project. CRI requests the final job cost detail from the Construction This would occur immediately following the submission of the Manager and selects samples, in accordance with the above draft final pay application and change order proposed scopes of work CRI provides the Construction Manager with a list of Generally, 2 weeks must be allowed for the Construction requested documents, and establishes a timeline for the Manager to accumulate the documents requested and make receipt of those documents them available — these can either be transmitted electronically or a visit will be scheduled to review the documents, in person. CRI schedules the fieldwork for review of the job cost Fieldwork will be 3-5 days and will occur once the samples requested above—subcontractor files, vendors, etc. Construction Manager has accumulated all requested detailed in our scope of work below documentation. CRI schedules a meeting with the Construction Manager to This meeting would occur after the completion of CRT's review any findings and resolve open items fieldwork. CRI prepares a preliminary draft of the Project's financial Completed after the meeting with the Construction Manager exhibits and findings CRI reviews the preliminary draft with Owner Occurs immediately upon completion of the preliminary draft. representatives. Adjustments are made, as necessary. A final report is issued on the Project Occurs upon completion of any adjustments the Owner representatives want to make to the preliminary draft. Page 39 of 92 903 CAIRIR, RIGGS&IIIMGIRAIM CIRIIoIpa.com 1" ��N� � ° ������ ����������� m ���� � ° � ���m�m �� � m���� �m��� APPROACHTO SCOPE OF SERVICES: EXPECTED OUTPUT FOR REPORTING SERVICES CR| vviU produce a rod|inod copy ofthe contract documents and/or adeliverable listing the contract recommendations. We will work with the County to determine which format will best meet the needs of the County. ������� CR| will create a report stating the procedures applied to the rates ao|outod for verification in the 8MP, and the results of the testing. This report will boin the format aa seen in Appendix A. CRI will create a PAR checklist, tailored as needed to meet the distinct compliance metrics of the Project. The PAR checklist will include our observations and recommendations as well as a column for the County's response to resolution/outcome. CRI will create a report stating the procedures applied to the final job costs, and the results of those procedures. The report will have an Exhibit which contains the verified costs of the Project compared to the final 8MP per the Pnojoot'a final payment application. A sample report ia included in this proposal aa Appendix A. Page 400,no 90u1 CARR, RU�����U������ ��U�����mmm 1(`:5 APPROACHTO SCOPE OF SERVICES: EFFECTIVE COMMUNICATION Consistent communication is a key to the smooth and timely completion of the engagement and delivery of the final reports. By ensuring constant involvement, we are in a better position to respond timely and efficiently as issues arise. Engagement Partner Matthew Incinelli is responsible for the overall administration of the contract and will communicate with the County on a regular basis. However, other team members will occasionally contact you with questions or requests for additional information, and you are welcome to contact any member of the engagement team throughout the duration of our contract. Throughout each engagement, we will communicate with the appropriate Construction Manager representative to request documents, information, and clarification necessary to complete the agreed-upon procedures. Through regular communication with both the County and the Construction Manager, we can avoid surprise findings and complete each engagement as smoothly and efficiently as possible. dµi { ell NINYIEI, UI'`G INTEGRITY t duMIrtst't SEIMCE � INTEGRITY Dehning our brand by rneehng Building paroductrwe,long LiOng mth sincerity, or exceeding,the h5ghe�st keun relatwcn�shIps waith each transparency,and honesty expectaUons of our O ents att'ier thaat,;are based on muatusul respect,tr'.u5t,nutict shariit Page 41 of 92 905 CA RR, RIGGS&IIIMIGIRAIM ClPllolpa.coYflt 17 ■ TAB 2: PERSONNEL YOUR CRITEAM Matthew Incinelli, CPA, CCA, Engagement Partner. As the Engagement Partner, Matt is the project manager and the client's primary contact with the Firm. He has ultimate responsibility for the engagement in its entirety. The Engagement Partner provides you with a convenient"hands on" resource in dealing with each situation that arises during the engagement. When specialized knowledge is needed, the other partners in the Firm will be available to provide the necessary information through consultation with the Engagement Partner. Matthew has twenty years of experience in public accounting. His primary focus is in the area of construction contract compliance and attestation engagements primarily for governmental entities. Matthew has regularly been selected as an instructor on construction auditing processes and procedures for organizations such as FASBO, FGFOA, and the Association of Internal Auditors, as well as other local and regional construction, governmental, and accounting/auditing associations. Matthew has worked in all roles (staff to Partner) on construction audits over his 20+ years with the Firm. Robert(Rob) L. Broline, Jr., CPA, CCA, Engagement Partner. Rob will be the primary contact with the Firm for the payment application review services. Rob has approximately twenty years of experience in public accounting and specializes in entity- wide risk assessments, process risk/controls assessments, internal audits, compliance audits, construction compliance cost audits and forensic reviews. Rob has regularly been selected as an instructor on construction compliance processes and procedures for organizations such as FASBO, FGFOA, GFOA, as well as other local and regional construction, governmental, and accounting/auditing associations. Vic Incinelli, CPA, CCA, Technical Partner. The technical partner will function in an advisory capacity and will work with the engagement partner as needed to assist with any complex matters that arise in the course of the engagements that require specialized knowledge. He has participated as partner in all governmental and non-governmental entities listed in this statement of qualifications and has been proving construction auditing services to governmental entities for 36+years. Scott Ferguson, CPA, CCA, Quality Control Partner. The Quality Control Partner serves an essential role in our quality control procedures. The Quality Control Partner performs the final review of all audit and attestation files, closely coordinating with the Engagement Partner the completion and release of the report. Mr. Ferguson has reviewed in excess of 100 construction audit and attestation files and reports, and has served as Quality Control Partner on construction audit and attestation engagements since 2011. Manager, Supervising Seniors, Seniors and Staff. The Engagement Manager, Supervising Seniors, Seniors and Staff are primarily responsible for the performance of various field work procedures, as directed by the Engagement Partner. TIME commi'l'"MEN"r ............................................................................................ All members of your CRI team will be available to work on the County's projects on a consistent, full-time basis. Our goal is to have continuity on all projects, so specific team members will be assigned at the onset of each project and will see it through to completion. Page 43 of 92 907 CAlRR, RIIGGS& INGRAIM CRIIcpa..corn 1' YOUR CRITEAM *Matthew Incinelli, CPA, CCA, Engagement Partner Rob Broline, CPA, CCA, Engagement Partner Victor Incinelli, CPA, CCA, Technical Review Partner Scott Ferguson, CPA, CCA, CAM, Engagement Quality Control Review Partner Wayne McDougle, Supervising Senior Jason Hostetler, CPA, Senior Staff Robert Trautman, CPA, Engagement Staff Ernest Wong, CPA, Engagement Staff Christian Espinal, Engagement Staff *Matthew Incinelli will be your primary point of contact and will act as CRT's authorized representative. CERTIFICATIONS The DBPR Board of Accountancy State of Florida firm license as well as professional licenses for professional staff can be found under Tab 7 of this proposal. Page 44 of 92 908 CAIRR, RII(;GS&III GRAM CRllcpa..corn 0 IlMatthewiiii iiii iiii iiii Partner mincinelli@CRlcpa.com 407.644.7455 1 Office a IRelpireeeintatiive Clliiente IExlpeiriienoe • Alachua County Matthew has been with CRI since 2002, working in the areas of construction, real • Flagler County estate and contract consulting services. His primary focus is in the area of • Orange County Schools construction contract attestation and consulting engagements. He also has • Brevard County Schools extensive experience with governmental entities and performing audits of school • Florida Virtual Schools districts' internal accounts. His work involves the evaluation of third party • Indian River County Schools compliance with contractual terms and conditions. • Lee County Schools • Marion County Schools Matthew is a member of the construction audit and attestation team and has taken • Osceola County Schools part in over 400 engagements. Matthew has regularly been selected as an instructor • Pasco County Schools on construction auditing processes and procedures for organizations such as • Pinellas County Schools FASBO, Florida Finance Officers, and the Association of Internal Auditors, as well • Polk County Schools as other local and regional construction, governmental, and accounting/auditing • Wake County Schools associations. • Emory University • Angleton Independent School IEduca-flan, I1...iioeneee&Ceirtufiioatiione District, TX BS, Business Administration, University of North Florida • Florida International University Certified Public Accountant • University of North Florida Certified Construction Auditor(CCA) • Melbourne Airport Authority • Valencia College • Florida A&M University Ipirc�feeeiia�inall Affiilliiatiia�ine • City of Fort Lauderdale American Institute of Certified Public Accountants(AICPA) • Orlando Health Florida Institute of Certified Public Accountants(FICPA) • National Association of Construction Auditors(NACA) Ciiviio and Culltuirall Affiilliia-iione • Youth Age Baseball Coach, Winter Park Babe Ruth • Deacon,Aloma Church Page 45 of 92 909 CAIRIR, IRIGGS&IINGRAIM CIRIIoIpa..com 21 IlRdllb IlBirdlihine, Partner rbroline@CRlcpa.com 321.426.3026 1 Direct IRelpireeeintatiive Clliiente IExlpeiriienoe • Brevard County Government Rob has over twenty years of proven skills and experience in public accounting. • Brevard County School Industries served include the following: K-12, Higher Education, State and Local government, Hospitality, Healthcare, Construction, and Commercial. Rob specializes District in entity-wide risk assessments, process risk/controls assessments, internal audits, • City of Cocoa Beach operational audits, construction cost audits and forensic reviews. Rob is the CRI • City of Daytona Beach Shores lead on the outsourced internal audit work that CRI performs for the Brevard County • City of Fort Lauderdale Board of County Commissioners. Rob specializes in construction risk management: • City of Orlando Assess whether contractors/vendors are in compliance per the contract • City of Palm Bay terms and conditions (over 200 contracts) Revised, redlined numerous construction contracts for the three (3) major • City of Tarpon Springs contract delivery types—Cost reimbursable, Design/Build, Firm fixed price • Space Florida Assess processes and internal control structures are in place and • Broward College recommend improvements • Broward County School Benchmark financial processes and controls with industry standards and District best practices. • California Energy Commission IEduoatiion, Il...iioeneee&Ceirtufiioatiione • Capital One • BA, Accounting, Cedarville University • Eastern Florida State College • Certified Public Accountant(CPA) • Florida Department of • Certified Construction Auditor(CCA) Economic Development • Health First IPirofeeeiionall Affiilliiatiione • Lake County School District • American Institute of Certified Public Accountants • Monroe County School District • Institute of Internal Auditors • Osceola County School • Florida Institute of Certified Public Accountants District •Palm Beach State College Speaker Florida Government Finance Officers Association Conference • •University of Central Florida Speaker Government Finance Officers Association National Conference • IPirofeeeiionall&Ciiviio II...eadeirelhiilp • Treasurer, Board of Directors, New Life Mission • Secretary, Board of Directors, Founders Forum • Leadership Brevard, Class of 2019 Page 46 of 92 910 CAIRIR, IRIIGGS&IINGIRAIM CIRIIoIpa..com IIIE *0 PIE11SONNIElL, Victoir IIII IIII IIII IIII Technical Review Partner vincinelli@CRlcpa.com 407.644.7455 l Office f � i IRelpireeeintatiive Clliiente IExlpeiriienoe • Orange County Public Vic is passionate about the cost benefits of construction contract audits (especially Schools since 75% of audits result in a return or a reduction of the contract amount). He's • Brevard County Public also passionate about ensuring the best results for his clients. Schools • Indian River County Public Vic joined CRT's Orlando office in 1979 and has experience providing accounting, Schools auditing, and assurance services to governmental and corporate entities. Vic has • Lee County Public Schools been involved in construction auditing for his entire career, having completed in • Marion County Public Schools excess of 600 Construction Manager at Risk engagements. He also has experience • Osceola County Public in financial statement audits, claims consulting, and contract auditing. Schools • Pasco County Public Schools Vic has been a presenter at a number of conferences related to construction • Pinellas County Public auditing. He is a member of the American Institute of Certified Public Accountants Schools (AICPA), the Florida Institute of Certified Public Accountants (FICPA), the • Polk County Public Schools Associated Builders and Contractors (ABC), and the Associated General • Wake County Public Schools Contractors (AGC). Additionally, Vic currently serves on CRT's Accounting and • Angleton Independent School Auditing Quality Control Committee. District, TX • Eastern Florida State College IEduca-flon, I1...iioeneee&Ceirtufiioatiione • Emory University BS, Accounting, University of Illinois(High Honors, Evans Scholar) • Florida International University Certified Public Accountant • University of North Florida Certified Construction Auditor(CCA) • Valencia College • Florida A&M University • Harris Corporation Ipirc�feeeiia�inall Affiilliiatiia�ine • American Institute of Certified Public Accountants(AICPA) • Associated Builders and Contractors • Florida Institute of Certified Public Accountants(FICPA) • National Association of Construction Auditors(NACA) Ciiviio and Culltuirall Affiilliia-Hone • Board of Directors, Morningstar Charities • Manager and Director, Winter Park Diamond Dawgs Youth Baseball Organization Page 47 of 92 911 CAIRIR, IRIIGGS&IINGIRAIM 7 CIRIIoIpa..com Quality Control Partner sferguson@CRlcpa.com 407.644.7455 Office IRelpireeeintatiive Clliiente IExlpeiriienoe • Lee County Public Schools Scott has been with Carr, Riggs& Ingram since 1997 and has more than 23 years of • Osceola County Public experience. Additionally, he served as CFO for a local construction company for a Schools year. He provides accounting, auditing, and assurance services to corporate clients • Broward County Public in the real estate, hospitality, and wholesale industries as well as construction Schools companies throughout Central Florida. • Orange County Public Schools Scott has reviewed in excess of 100 construction audit and attestation files and • Pasco County Public Schools reports, and has served as Quality Control Partner on construction audit and • Pinellas County Public attestation engagements since 2011. Schools • Wake County Public Schools In addition to serving clients, Scott has instructed courses at the firm's annual CPE • Polk County Public Schools week. He also facilitated a course for the firm's annual Leadership Academy which • Indian River County Public is dedicated to enhancing the client service skills of CRT's team. Schools • Harris Corporation IEduca-flon, I1...iioeneee&Ceirtufiioatiione • Canaveral Port Authority BS, Accounting, Florida State University • MS, Taxation, University of Central Florida • Certified Public Accountant • Certified Construction Auditor(CCA) • Certified Information Technology Professional (CITP) IPirofeeeiionall Affiilliiatiione • American Institute of Certified Public Accountants(AICPA) • Florida Institute of Certified Public Accountants(FICPA) • Association of Certified Fraud Examiners Ciiviio and Culltuirall Affiilliia-Hone • Committee Chairman, Cub Scout Pack 614 • Treasurer, Cub Scout Pack 614 • Assistant Den Leader, Cub Scout Pack 614 • Treasurer, Boy Scout Troop 62 • Adult Leader, Boy Scout Troop 62 • Sunday School teacher, First United Methodist Church, Winter Park Page 48 of 92 9�2 CAIRIR, IRII(;GS&III�VGRAIM ClRllolpa..com 2, A11 *0 PIE11SONNIElL, Wayine 11B Supervising Senior wmcdougle@CRlcpa.com 321.426.3059 1 Office IRelpireeeintatiive Clliiente IFxlpeiriienoe • Brevard County Government Wayne is a supervising senior with Carr, Riggs& Ingram, LLC. He has been with the • Broward County School firm about six months, providing internal and construction auditing services to District governmental entities, non-profits and private industries. • City of Fort Lauderdale Previously, Wayne worked for over 15 years for a government contractor in Florida • City of Palm Bay as a Lead Auditor in the internal audit department. • Space Florida • Health Care Corporation His activities and skills at his previous employer included: • Lake County School District Audited contracts, subcontracts, procurement activities, assets, cash disbursements, H/R, I/T user rights, inventory, payroll, revenue, and other functional areas using data analytics tools. • Performed SOX Internal Controls testing, created process narratives and risk&controls matrices. • Created project plans to coordinate successful reduction of significant contract closeout backlog. • Negotiated with Defense Contract Audit Agency (DCAA), Contracting Officers, and subcontractors regarding contract modifications and related contract funding closeout issues. • Administered contract activities for Cost Reimbursable, Fixed Price, and Time and Materials type contracts, as well as performance-based contracts with milestones. • Reviewed project billing and cost transactional data for compliance with Federal Acquisition Regulations (FAR) cost principles, along with Cost Accounting Standards (CAS), and GAAR Wayne has worked with Rob Broline on various internal audit and construction cost avoidance/verification engagements, including agreed-upon procedures for governmental entities. IEduca-flon, I1...iioeneee&Ceirtufiioatiione • BS,Accounting, State University of New York • MBA, Corporate Finance, Adelphi University, New York • Certified Internal Auditor Candidate IPirofeeeiionall Affiilliiatiione • Institute of Internal Auditors(renewal in process) • National Contract Management Association Page 49 of 92 913 CAIRIR, IRIIGGS&IINGIRAIM CIRIIoIpa..com f25 A11 *0 PIE11SONNIElL, Senior Staff jhostetler@CRlcpa.com 407.644.7455 Office �� I IRelpireeeintatiive Clliiente IFxlpeiriienoe • Flagler County Jason is a senior staff associate with Carr, Riggs & Ingram, LLC in Winter Park. He • Orange County Public is in his third year with the firm, providing accounting and auditing services to Schools governmental entities, non-profits and private industries. • District School Board of Osceola County Jason specializes in construction contract cost agreed-upon procedures and has • Brevard Public Schools worked on approximately 200 engagements. The majority of this work has been for • School District of Pasco Florida school districts. County • Pinellas County Schools IEduoatiion, I1...iioeneee&Ceirtufiioatiione • Lee County Schools BSBA, Accounting, University of Central Florida • Wake County Schools MSA, Liberty University • St. Johns County School Certified Public Accountant District • Angleton Independent School IPirofeeeiionall Affiilliiatiione District, TX Florida Institute of Certified Public Accountants(FICPA) • Collier County Public Schools • Volusia County Public Schools Volunteer, Ian C. Spura Memorial Foundation • Orlando Health Page 50 of 92 914 CAIRIR, IRII(;GS&III�VGRAIM ClRllolpa..com 2(":5 Engagement Staff rtrautman@CRlcpa.com 407.644.7455 Offices i% IRelpireeeintatiive Clliiente IExlpeiriienoe • Orange County Public Robert is a senior associate with CRI and has over four years of experience auditing internal accounts for various Florida School Districts, including Orange County Schools Public Schools and Polk County Schools. • School District of Osceola County, Florida He has assisted in performing construction cost savings agreed-upon procedures • Brevard Public Schools for Orange County Public Schools, Brevard Public Schools, and the School District • Polk County Public Schools of Osceola County. • Bridges of America Robert has taken Level I IT Training. • ICAMR, Inc • Girl Scouts of Citrus Council IEduca-flon, I1...iioeneee&Ceirtufiioatiione • St. Luke's Evangelical BS, Business Administration, University of Central Florida Graduated Lutheran Church and School Magna Cum Laude • Masters of Science in Accounting, University of Central Florida • Certified Public Accountant IPirofeeeiionall Affiilliiatiione • Florida Institute of Certified Public Accountants(FICPA) • Florida Bright Futures Scholar Page 51 of 92 915 CAIRIR, IRIIGGS&IINGIRAIM CIRIIoIpa..com 27 Engagement Staff ewong@CRlcpa.com 407.644.7455 1 Office IRelpireeeintatiive Clliiente IExlpeiriienoe • Orange County Public Ernest is a staff associate with Carr, Riggs & Ingram's Orlando office. He has two Schools years of experience working on audits for Florida school districts, first as an intern • Brevard Public Schools and then as a staff accountant. He has audited internal accounts for Orange County Public Schools and Polk County Schools. Additionally, Ernest has worked on the • School District of Osceola fixed assets property validation project for Orange County Public Schools. County • Pasco County Schools He has assisted in performing construction cost savings agreed-upon procedures for Orange County Public Schools, Brevard Public Schools, the School District of Osceola County, and Pasco County Schools. IEduca-flon, I1...iioeneee&Ceirtufiioatiione • BS, Accounting, University of Central Florida • MS, Auditing, University of Central Florida • Passed all sections of the CPA exam, awaiting formal certification IPirofeeeiionall Affiilliia-hone • American Institute of Certified Public Accountants(AICPA) Page 52 of 92 916 CAIRIR, IRII(;GS&III�VGRAIM ClRllolpa..com r; iiiriiii tiii iii ihiiriall Engagement Staff cespinal@CRlcpa.com 407.644.7455 1 Office „ IRelpireeeintatiive Clliiente IExpeiriienoe • Orange County Public Christian is a staff associate with Carr, Riggs & Ingram's Orlando office. He is in his Schools second year with CRI and has been involved in many governmental audits, • Seminole County Public including school districts, since beginning his career. He has worked on the internal accounts audits for Orange County Public Schools and the School District of Schools Osceola County. • Pasco County Schools • Volusia County Public Schools Additionally, Christian has assisted in performing construction cost savings agreed- Pinellas County Schools upon procedures for Orange County Public Schools, Brevard Public Schools, Pasco • Wake County Public School County Schools, Volusia County Public Schools, Pinellas County Schools, Seminole System County Public Schools, and Wake County Public School System. IEduca-flon, I1...iioeneee&Ceirtufiioatiione • BS, Accounting, University of Central Florida • Beginning a masters program in accounting IPirofeeeiionall Affiilliiatiione • American Institute of Certified Public Accountants(AICPA) Ciiviio and Culltuirall Affiilliia-Hone • CRI Recruiting Committee • Lake Mary Church Security Page of 92 9�7 CAIRIR, IRII(;GS&III�VGRAIM ClRllolpa..com 2,. ■ TAB 3: EXPERIENCE The School Board of Lake County, Florida Mr.Thomas A. Mock—Internal Audit Director Tavares, FL MockT@lake.k12.fl.us 352.253.6599 Description of work: Contract Review; GMP Review, Pay Applications, Project Closeouts The scope of our services is for three major construction projects: Lake Pointe Academy, Fruitland Park, and Lake Minneola. This engagement includes multiple services for the above major projects: • Reviewed contract terms and conditions and provided recommended changes to construction contracts(2)and design professional agreement(1) • Provided observations/recommendations related to GMP's • Prepared summary of contract key economic terms and conditions • Provided feedback for pay applications and controls • Prepared pay application review template/checklist for Internal Audit Director to use • Performed cost verification procedures including, but not limited to the following areas: o Reconciliation of job cost to final pay application o Change orders, contingency usage, buyout savings o Labor, labor burden costs o Insurance and bonds o Subcontractor bid packages o Internal charges o Subcontractor costs o Other significant job costs Project start date: March 2020 Project completion date: November 2020, March 2021 (interims); Project close outs(ongoing) Final construction cost, including change orders: $44,000,000 (estimate, projects ongoing) City of Fort Lauderdale, FL Thomas Green, P.E.,Senior Project Manager Fort Lauderdale, FL tgreen@fortlauderdale.gov 954.828.4008 Description of work: Contract Review; GMP Review, Pay Applications, Project Close outs The scope of our services included two major construction projects: Las Olas Parking Garage and Las Olas Corridor Improvements, Fort Lauderdale Aquatic Center. This engagement includes multiple services for the above major projects: • Reviewed contract terms and conditions and provided recommended changes to construction contract • Provided observations/recommendations related to GMPs • Provided feedback for pay applications and controls • Prepared pay application review template/checklist and performed over 58 real-time monthly pay application reviews providing observations/recommendations for resolution • Performed cost analysis and verification of significant change orders Our above pay application and change order procedures resulted in over$535,000 in funds returned to the City to date. Projects start date: September 2017 Projects completion date: December 2017—January 2022 (interim); Project close-outs(ongoing) Final construction cost, including change orders: $90,000,000 (estimate, projects ongoing) Page 55 of 92 9�9 CAlRR, RIIGGS IINGRAM CRIIcpa..corn or School District of Osceola County, FL Charlene Barkholz,Construction Systems Analyst Kissimmee, FL Chariene.barkholz@osceolaschools.net 407.418.2964 Description of work: Close-out procedures: CRI performed close out procedures for a Construction Manager at Risk contract with Brevard Public Schools for Viera Area Elementary School. CRI was involved in identifying various adjustments to the contract value which were not in compliance with contractual requirements. CRI facilitates the resolution of all monetary items, resulting in actual return of the items noted below. CRI performed multiple services as part of this engagement including, but not limited to: • Subcontractor and change order value analysis • Owner direct purchases • Evaluation of general requirements and general conditions • Repair/rework items • Excess subcontractor markups • Labor burden analysis • Verification of insurance costs Project start date: 2019(pay app portion); 2022(close out) Project completion date: August 2019(pay app); March 2022(close out) Substantial completion date: July 2020 Final construction cost, including change orders: $33,000,000 Pinellas County Schools, FL Mr.Joe Maceda, Financial Reporting Analyst Largo, FL MacedaJ@pcsb.org 727.547.7143 Description of work: Close-out procedures: CRI performed procedures at the closeout of the Project. Procedures were created from CRT's menu of procedures, refined by CRT's experience with the client and the contract documents. CRI performed the requested procedures, gathered findings from that work, and assisted Pinellas in reconciling the outstanding items with the Construction Manager. There was a lengthy process to correct the labor rates utilized by the Construction Manager on the Project, but this process was necessary and resulted in significant cost recovery to the Owner. CRI performed multiple services as part of this engagement including, but not limited to: • Review of job cost details • Sampling of labor hours, extended testing of labor due to testing results • Review of labor burden charges, including state-specific taxes and unemployment • Testing of internal charges • Review of subcontractor default program • Review of project insurances • Review of subcontractor change orders and payments Project start date: January 2021 Project completion date: March 2022 Substantial completion date: March 2020 Final construction cost, including change orders: $18,000,000 Page 56 of 92 920 ;;" CAlRR, RIIOOS IINGRAIM CRllcpa„com ,, Orlando Health, Inc. James Binder Orlando, FL Jim.binder220@gmail.com 407.920.6068 Description of work: GMP Rate verification services for a new healthcare facility_CRI performed GMP rate verification services for the Owner, at the time of the establishment of the GMP. The stated purpose of the procedures was to verify certain key rates (listed below) and to establish acceptable labor and labor burden rates for change orders for several of the Project's larger subcontractors. CRI performed multiple services as part of this engagement including, but not limited to: • Labor rates and labor burden analysis • Verification of project insurance rates • Verification of subcontractor default insurance rates • Classification of general conditions and general requirements Project start date: January 2022 Project completion date: March 2022 Substantial completion date: N/A(Services at start of Project) Final construction cost, including change orders: $105,000,000 Brevard Public Schools, FL Susan Hann, P.E. Assistant Superintendent, Facilities Services Hann.Susan@BrevardSchools.org 321.633.1000 x 11450 Description of work: Close-out procedures: CRI performed close out procedures for a Construction Manager at Risk contract with Brevard Public Schools for Viera Area Elementary School. CRI was involved in identifying various adjustments to the contract value which were not in compliance with contractual requirements. CRI facilitates the resolution of all monetary items, resulting in actual return of the items noted below. Additionally, CRI performs rate verification services on Construction Managers' labor, labor burden, insurances, and internal charges prior to billing of work. CRI performed multiple services as part of this engagement including, but not limited to: • Subcontractor and change order value analysis • Owner direct purchases • Evaluation of general requirements and general conditions • Repair/rework items • Excess subcontractor markups • Labor burden analysis • Verification of insurance costs Project start date: March 2021 Project completion date: July 2021 Substantial completion date: August 2020 Final construction cost, including change orders: $23,000,000 Page 57 of 92 92,E CAlRR, RIIGGS& INGRAIM CRIIcpa..corn CII...IIIEN'TS SIEIRVIEICD IBY CIRII„ C01MS"IfIRUC"IfII®IM AUICDII1fIIIMG SIEIRVIICIES The table below illustrates the significant experience of CRI in performing construction contract compliance procedures for construction project owners. CRI has performed construction auditing services for all of the clients listed below within the past 5 years, though many of them have been valued clients for well over a decade. It should be noted that in many cases, the value of the construction programs for the owners listed below was well in excess of$200,000,000. a a Orange County Public Schools 331 1995 Brevard Public Schools, Florida 190 2005 Osceola County Public Schools, Florida 58 2005 Pinellas County Schools, Florida 56 2007 Wake County Public Schools, North Carolina 51 2008 Lee County Public Schools, Florida 40 2005 Pasco County Public Schools, Florida 38 2006 Polk County Public Schools, Florida 29 2005 Orlando Health, Inc. 14 2018 Volusia County Schools, Florida 13 2006 Indian River County Schools, Florida 13 2009 Seminole County Schools, Florida 11 2016 Collier County Schools, Florida 9 2018 Alachua County, Florida 5 2019 Valencia College 5 2012 University of North Florida 5 2007 Multi-national corporations* 5 2016 City of Fort Lauderdale, Florida 3 2017 Florida A&M University 3 2014 Manatee County School District, Florida 3 2019 Emory University 2 2014 Canaveral Port Authority 2 2012 Eastern Florida State College 2 2016 Brazoria County, Texas 1 2022 Flagler County, Florida 1 2022 Duval County Public Schools, Florida 1 2022 Southeast Georgia Health System 1 2019 Angleton Independent School District, Texas 1 2019 St. Johns County School District, Florida 1 2018 City of Atlanta 1 2018 Melbourne Airport Authority 1 2017 Hertz Corporation 1 2016 *Names withheld due to confidentiality agreements. Page 58 of 92 922 CAIRIR, IRIIGGS&IINGRAIM CIRIIcpa„com ;.',',/j LOfV -TERM RELATIOfVSFIIPS .................................................................................................................................... As evidenced by the table on the previous page, we have had many successful long-term relationships with governmental clients in the State of Florida. Three of our many significant client relationships are: • Orange County Public Schools CRT's Orlando office has been performing construction attestation engagements for Orange County Public Schools since 1995. During that time, we have completed well over 300 projects, resulting in nearly$7,000,000 in funds returned to the District. In addition to construction cost verification services, CRI has advised the District regarding contract language and other best practices. We hold regular meetings with the District to discuss ongoing and upcoming projects, and we issue monthly status reports to ensure that all projects are handled in a timely manner and that there are no surprises as the projects are finalized. • Brevard County Schools CRT's Orlando office has been performing construction attestation engagements for Brevard County Schools since 2005. During that time, we have completed approximately 160 projects, resulting in over$3,000,000 in funds returned to the District. For Brevard County Schools, CRI also performs rate verification services on Construction Managers' labor, labor burden, insurances, and internal charges for Owner authorization of rates on continuing contracts. We hold regular meetings with the District to discuss ongoing and upcoming projects, and we issue monthly status reports to ensure that all projects are handled in a timely manner and that there are no surprises as the projects are finalized. • School District of Osceola County CRT's Orlando office has been performing construction attestation engagements for the School District of Osceola County since 2005. During that time, we have completed approximately 53 projects, resulting in over $1,225,000 in funds returned to the District. We hold regular meetings with the District to discuss ongoing and upcoming projects, and we issue monthly status reports to ensure that all projects are handled in a timely manner and that there are no surprises as the projects are finalized. In addition to close out services, we perform payment application reviews. In 2022, we will begin performing GMP rate reviews as well. Over the years, CRI has been able to act as an extension of the District's team to help resolve complex issues and act as a go-between with Construction Managers. • City of Fort Lauderdale We have been performing construction cost avoidance/recovery services for the City of Fort Lauderdale since 2017. We have partnered with the City Auditor and City Project Manager in performing these services for two major projects totaling$90M. We have performed contract reviews, GMP proposal analysis, over 54 real-time pay application reviews and detail cost analysis of significant change orders (increases)to the GMP totaling $12M combined for these two major projects. To date, our services have resulted in over $535,000 in funds returned/credited to the City prior to project closeout. We act as an extension of the City's team providing real-time proposed resolutions during the monthly pay application submittal and approval process. Often times, this results in immediate reductions/credits to the current or subsequent pay application for the City. Page 59 of 92 923 CAll R, II�IIGGS IINGIRAIM , r CII�IIcIpa„corn ;.. ■ TAB 4: REFERENCES Oran e ON Co [D@ P Jig 1 445 W.Amnelia Street•Orlando,Florida 32801 . (407)317-3200•www.ocps.net May 13, 2021 To whom it may concern: We have engaged Carr, Rugs & Ingram (CRI) to perform cost verification services for our district j for many years. The cost of their work has been recovered many times over through reductions of project costs as a result of their work. This is important to us since we have a capital program that averages approximately$500,000,000 annually. i i In addition to cost verification services, CRI also advises on contract language to benefit the district and offers suggestions as to best practices based on the work they perform around the state and country. I am leased to recommend CRI to you. if you have an questions, lease contact me at p y y Yq , p r lirnd .linds� c� s.net or 407-317-3200, ext. 2002897. Best regards, > Lnda J. L ndsey, CPA, P School Board Internals Auditor i "the Orange County School 9%pdd A2qual opportunity agency." 925 37 1 To whom ltt may corncerm Based oin ou.�ir district's experheu°need h irecormnrmnerna:d the services of Carr, Riggs & longirainngy ILLC....rhe Schocfl Dlsttriott:of Osceola County is a fast-growing district, re ullairlly ire a iiriirn large and cm--npllex b uil&rn projects to meet our growwiiing ineeds„ Ch�l has Ibeern a vahuualblle p«arttneu Ibiriiingiing years of experience arnd an iirinportarntt:Revell of assurainee tt,D each project. CRIl's .services to the clip>tt:riart have included Herntiifyiirng arttunA cost sanviirn .sa a ssiis a nu::ra with updading and enhancing cointtiractt verbiage to assist iin cost recovery and avoidance, and acting as ain extension of oo.jir ttear n wind iresodvirng difficult issues wilttlhn the Construction Manager priioir to the ffiirnall dolllveralblle being presented to ups. e have used CM to provide cost verifiicattlonn and avoidance services for over 40 projects frog n 2005, to piresernttd and we are exttreimely pleased with the qii alliity of work and value that tthmey are able to provide. We Iphan tto continue to work with tt:heinn arnd can recor nrrnernd thne::^ i without hnesirttatthoin to olthmeir.s in need of surmnrllair servIlcesa II airmn pleased to recommend CM to you... If V cain answer any aedediitt:ionall pues-fioins albou,Ntt: Croy expeiriiernced please ffeell free to contact me.. My ttelle:.pl!,-ioine rnuinnIbeir is 407 : 8 2964 aind irrny eirmnauh address is rn r to f'i'°x c e o sc i Is R[i1''r., Sirncerehyd Mark Loelkard Director Desugrn and Coin sttru c- hoin Page 62 of 92 926 �r r� I I LLC IIIIIIIIIIIIIIIII IIIII10 IIII IIIIIII ' May 13, 2021 To whom it may concern: The purpose of this letter is to recommend Carr, Riggs& Ingram LLC based on our organization's experience with them. We have used Carr, Riggs& Ingram to provide cost verification and avoidance services for eight projects since 2019, and we are extremely pleased with the quality of work and value that they are able to provide. We plan to continue to work with them and can recommend them without reservation to others in need of similar services. A few examples of their high-quality service include: • Identifying actual cost savings that were significantly in excess of the fee for their services. • Adapting and expanding testing in the areas of cost avoidance identified as the projects progressed. • Acting as an extension of our team and resolving difficult issues with the Construction Manager prior to the final deliverable being presented to us. We have utilized CRI's services for projects with guaranteed maximum prices ranging from $2,200,00 to over$45,000,000.We have found it important and valuable to engage a partner that brings the experience and level of assurance that CRI is able to offer. I am very happy to recommend CRI to you, and trust that your experience with them will be as positive as mine. If I can answer any additional questions about my experience, please feel free to contact me. My telephone number is 407-920-6068 and my email address is James.binder@oriandohealth.com. Sincerely, James Binder Owner Binder Healthcare Consultants, LLC Page 1 Page 63 of 92 927 3" �0 r City of Fort Lauderdale 701 5 Andrews Avenue, Fort Lauderdale, FL.33316 March 28,707.7 To whom it may concern: The purpose of this letter is to recommend Carr, Riggs & Ingram LLC based on our organization"s experience with them. We have used Carr, Riggs & Ingram to provide cost verification and avoidance services for two major construction projects totalling $70M from 2017 to present and we are extremely pleased with the quality of work aind vailue that they are able to provide. We plan to continue to work with them,and can recommend them without reservation to others in need of similar services. A few examples of their high quality service include; Identifying actual cost savings that were significantly in excess of the fee for their services. • Continued assistance with updating and enhancing contract verbiage to assist in cost recovery and avoidance. • Acting ais an extension of our team in reviewing monthly pay applications and resolving difficult issues with the Construction Manager/Design Builder prior to the final deliverable being presented to us, • We have found it important and valuable to engage a,partner that brings the experience and level of assurance that CRI is able to offer. I am pleased to recommend CRI to you, and trust that your experience with there will be as positive as mine. If I can answer any additional questions about my experience, please feel free to contact me. My telephone number is 54-878-4008 and my email address is t&Lqw m a tmtpa pt.f.f 'ad. g.p Sincerely, Thomas Green, P.E. Senior Project. Manager City of Fort Lauderdale, Florida Page 64 of 92 928 Al 0 + V 201 W. Burleigh Blvd.,Tavares, FL 32778 March 28, 2022 To whom it may concern: The purpose of this letter is to recommend Carr, Riggs & Ingram LLC based on our organization's experience with them. We have used Carr, Riggs & Ingram to provide cost verification and avoidance services for multiple major construction projects including Fruitland Park, Lake Point Academy, and Lake Minneola, from 2020 to present and we are extremely pleased with the quality of work and value that they are able to provide. We plan to continue to work with them and can recommend them without reservation to others in need of similar services. A few examples of their high quality service include: • Continued assistance with updating and enhancing contract verbiage to assist in cost recovery and avoidance. • Acting as an extension of our team in assisting in the monthly pay applications review process and cost verification of the final project costs upon closeout. • We have found it important and valuable to engage a partner that brings the experience and level of assurance that CRI is able to offer. I am pleased to recommend CRI to you. If you have any questions, please feel free to contact me at 352- 253-6599; my email address is 11 lockll 11 l alk „ Ilan . Sincerely, �u ty. 9 Fiwr C A,J ^u✓ Thomas A. Mock Director of Internal Audit The School Board of Lake County, Florida Page 65 of 92 929 Al 'I Page 66 of 92 930 REFERENCES Orange County Public Schools 1995- Construction cost verification Horizon West Middle School Linda Lindsey Present and avoidance services School Board Internal Auditor Linda.Lindsey@ocps.net 407.317.3200 x 2002897 School District of Osceola County 2005- Construction cost verification Denn John Middle School Charlene Barkholz Present and avoidance services, Construction Systems Analyst including payment Facilities Division application services and Charlene.Barkholz@osceolaschools.net close out procedures 407.518.2964 Orlando Health, Inc. 2018- Construction cost verification New Healthcare Facility James Binder Present and avoidance services, jim.binder220@gmail.com including subcontractor rate 407.920.6068 view, GIMP review, and milestone procedures City of Fort Lauderdale, FL 2017- Construction cost verification Las Olas Corridor Improvement Thomas Green, P.E., Present and avoidance services Fort Lauderdale Aquatic Center Senior Project Manager tgreen@fortlauderdale.gov 954.828.4008 Pinellas County Schools, FL 2007- Construction cost verification Tarpon Springs High School Joe Maceda, Present and avoidance services Financial Reporting Analyst MacedaJ@pcsb.org 727.547.7143 The School Board of Lake County, FL 2020- Construction cost verification Lake Pointe Academy Thomas A. Mock Present and avoidance services Fruitland Park Director of Internal Audit Lake Minneola MockT@lake.k12.fl.us 352.253.6599 Brevard Public Schools, FL 2005- Construction cost verification Viera Area Elementary School Susan Hann, Assistant Superintendent Present and avoidance services, hann.susan@brevardschools.org including rate verification 321.633.1000 x 11450 services and close out procedures Page 67 of 92 931 CAll R, RIIGGS& INGRAIM CRIIcIpa..corn ■ TAB 5: PRICE PROPOSAL SIB *0 SIR I IE IRRUIPOSAIL., We value creating mutually rewarding, long-term relationships with our clients. Our goal is to provide high quality, responsive service that yields returns far greater than your investment in our professional fees. Please find below our proposed staff rates as well as an all-inclusive firm fixed price for the hypothetic project described in the RFR Professional fee hourly rates are as follows, but may be negotiated depending on the project request: Partner Primary point of contact, oversees $280 management of the project, ultimate responsibility for the engagement in its entirety Technical Review Partner Advisory,works with the engagement $280 partner as needed to assist with any complex matters that arise in the course of the engagements that require specialized knowledge Quality Control Review Partner Performs the final review of all audit and $280 attestation files, closely coordinating with the Engagement Partner the completion and release of the report Manager Responsible for the performance of various $180 field work procedures, as directed by the Engagement Partner; assists in scheduling and overseeing successful completion of the engagement Senior Responsible for the performance of various $155 field work procedures, as directed by the Engagement Partner; assists is coordinating projects and overseeing staff work Staff Responsible for the performance of various $110 field work procedures, as directed by the Engagement Partner or senior staff Page 69 of 92 933 CAIRIR, IRII(;GS&III�VGRAIM ClRllolpa..com ' FIRM FIXEDICE Monroe County Hypothetical Building Project: Budget: $15 million Construction Start Date:April 2022 Construction End Date:April 2023(Substantial Completion) Location: Grassy Key, Florida Description: This project is being done in two phases: first, the demolition of an existing 5,400 square foot building; second, the construction of a 9,000 square foot building. The building will contain offices for the Fleet Management and Facilities Maintenance departments. In addition, there will be an adjoining 2,000 square foot building with 3 bays for fleet maintenance vehicle work and storage space for public works vehicles and equipment. .�I PR.ICIfVC�m ............................................................ .......... MENEM= Contract Negotiation/GMP Rate Services $9,800 PAR Services $39,800 (12 months of pay apps) Contract Close Out Verification Services $17,900 Page 70 of 92 934 CAll R, IRIIGGS& INGIRAIM CRIIcpa..corn Al ■ TAB 6: FINANCIAL INFORMATION AND LITIGATION (PROVIDED UNDER SEPARATE COVER) SIB : IFINAIMCIAIL., 11HI FOIZI IGIM AI I) 11LITIGATIGIM Tab 6, in its entirety, was marked confidential and has been submitted in a separate document. Page 72 of 92 936 CAIRIR, IRII(;GS&IIIMGIRAIM CIRllclpa„com ■ TAB 7: REQUIRED COUNTY FORMS AND LICENSES REQUEST FOR PROPOSALS: CONSTRUCTION AUDITING SERVICES: SUBMISSION RESPONSE FORM RESPOND TO: MONROE COUNTY BOARD OF COUNTY COMMISSIONERS c/o PURCHASING DEPARTMENT GATO BUILDING,ROOM 2-213 KEY WEST,FLORIDA 33040 RESPONSE FCarr, Riggs & Ingram, I have included: • The Submission esose For o Applicant Acknowledgment For o Lobbying Conflict of Interest Clause • Non-Collusion Affidavit o Drug Free Workplace For • Respondent's Insurance and Indemnification Statement including Insurance Agent's Statement o Public Entity Crime Statement For o Acknowledgment of Addenda For o Completed Attachments G and H or some substantially similar form with the equivalent information provided. Mailing Address: 1031 W. MorseBlvd., Suite 200 Telephone: 407.644.7455 Winter r , FL 32789 Fax: 407.628.5277 Date: March , 2022 Email: pijcipelloolcpa.corn i e , Witness: a" W Witess itre) Jennifer Warne Mafthew Inci Ili (Witness printed name) (Print Name) Partner (Title) RFP—Construction AuditingServices Page 24 of 58 Page 74 of 92 938 REgUEST FOR PROPOSALS: CONSTRUCTION AUDITING SERVICES: MONROE COUNTY BOCC APPLICANT ACKNOWLEDGEMENT: The undersigned certifies that he/she is a principal or officer of the firm applying for consideration and is authorized to make this acknowledgement and certifications as well as submit solicitation proposals, bids, and responses behalf of or as the applicant. Signdture o-f-A-d-horized Representative Title Partner Company Name Carr, Riggs & Ingram, LLC Printed Name Matthew Incinelli ...................................................................... March 28, 2022 Date STATE OF SS: COUNTY OF 0('0.j-10j e- ) I HER-EBY CERTIFY that on this day, before me, an officer duly authorized in the State aforesaid and in the C aforesaid to take acknowledgments, personally appeared 3:0 &A LO to mCkn(�)!w7n��be the person described or who has produced-................................................................................................. as identification and who executed the foregoing instrument and he acknowledged before me that he executed the same. ITNESS my hand and official seal in the County and State last aforesaid this S)R'44A day of M OL mk�. 2022. LLD 0_'V-Z 1--c- N40TARY*UBLIC, STATE OF r(o r da My Commission Expires: C NOWV E%V ldwwotv �FJM"eyPn Ci nr8OffsmeP 0rmuWmaaloftno MG G R 7= 3321m454W RFP-Construction Auditing Services Page 25 of 58 Page 75 of 92 939 5 1 REQUEST FOR PROPOSALS: CONSTRUCTION AUDITING SERVICES: LOBBYING AND CONFLICT OF INTEREST CLAUSE SWORN STATEMENT UNDER ORDINANCE NO.010-1990 MONROE COUNTY,FLORIDA ETHICS CLAUSE V1 Carr, Riggs & Ingram, LLQIB (Company) warrants that he/she/it has not employed,retained or otherwise had act on his/her/its behalf any former County officer or employee in violation of Section 2 of Ordinance No. 010-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 020-1990. For breach or violation of this provision the County may, in its discretion, terminate this Agreement without liability and may also, in its discretion,deduct from the Agreement or purchase price,or otherwise recover, the full amount of any fee, commission, percentage, gift, or consideration paid to the former County officer or employee". /7, (Signa"ture) Date: March 28, 2022 STATE OF SS: COUNTY OF I HEREBY CERTIFY that on this day, before me, an officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared M(L 4-MA—UA&L, to me(KC&wn-to be the person described or who has produced............ as identification and who ehe-cuted the foregoing instrument and he acknowledged before me that he executed the same. WI ESS my hand and official seal in the County and State last aforesaid this 01 day of tkr-rj,, 2022. NOIARY WaLIC, STATE OF My Commission Expires: Commission No. PAR le- Nct-Y Public State Of Flonde Z MY COmmisaft GG ifer 321454 Jenn warm EXOM 07120=3 RFP-Construction Auditing Services Page 26 of 58 Page 76 of 92 940 f�)2 REQUEST FOR PROPOSALS: CONSTRUCTION AUDITING SERVICES: NON-COLLUSION AFFIDAVIT 1, Matthew Incinelli of the city of Winter Park, FL according to law on my oath, and under penalty of perjury, depose and say that: 1. I am Partner of the firm of-Carr, Riggs & Ingram, LLC the bidder making the Response for the project described in the Request for Qualifications for: Monroe County Board of County Cornissioners and I executed the said Response with full authority to do so: 2. The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; 3. Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to bid opening, directly or indirectly,to any other bidder or to any competitor; 4. No attempt has been made or will be made b the bidder to induce any other person, partnership or corporation to submit, or not to submit, a bid for the purpose of restricting competition; and 5. The statements contained in this affidavit are true and correct, and made with full knowledge that Monroe County relies upo he truth of the statements contained in this affidavit in awarding contracts for s ct. March 28, 2022 (Stgnatuiello'eWespondent) (Date) STATE OF SS: COUNTY OF I HEREBY CERTIFY that on this day, before me,an officer duly authorized in the State aforesaid nd in the County aforesaid to take acknowledgments, personally appeared to 0 me o �o be the person described or who has produced— as identification and who executed the foregoing instrument and he acknowledged before me that he executed the same. WTESS my hand and official seal in the County and State last aforesaid this -------M&AL----.day of NIti-f-d, 2022. C�p-iA_&(A"WOxa NO RY PLMLIC,STATE OF :ELCIw i My Commission Expires: Commission No. N0tWV POW Stft of RwWa 9 Jennifer Wame MY COMMISWOft GG 321454 ExPireg 07/20=23 RFP—Construction Auditing Services Page 27 of 58 1�10=; Page 77 of 92 941 ""3 REQUEST FOR PROPOSALS: CONSTRUCTION AUDITING SERVICES: DRUG-FREE WORKPLACE FORM The undersigned vendor in accordance with Florida Statutes, Sec.287.087 hereby certifies that: Carr, Riggs & Ingram, LLC (Name of Business) 1. Publishes a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Informs employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace,any available drug counseling,rehabilitation,and employee assistance programs,and the penalties that may be imposed upon employees for drug abuse violations. 3. Gives each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection(1). 4. In the statement specified in subsection (1), notifies the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 (Florida Statutes)or of any controlled substance law of the United States or any state,for a violation occurring in the workplace no later than five(5)days after such conviction. 5. Imposes a sanction on,or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community,for any employee who is so convicted. 6. Makes a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to si n the st to nt, I certify that this firm complies fully with the above requirements. March 28, 2022 (Sigifature oAesp'ondent) (Date) STATE OF SS: COUNTY OF I HEREBY CERTIFY that on this day,before me,an officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared Nat07-644- 4 to n�nown to be the person described or who has produced as identification and who executed the foregoing instrument and he acknowledged before me that he executed the same. WIT ES my hand and 4ofcial seal in the County and State last aforesaid this day of 2022. .. ........... i4d ARuYP L 1;C 1 STATE- '-dF V........ My Commission Expires: Commission No. RFP—Construction Auditing Services Page 28 of 58 Page 78 of 92 942 REQUEST FOR PROPOSALS: CONSTRUCTION AUDITING SERVICES: RESPONDENT'S INSURANCE AND INDEMNIFICATION STATEMENT INSURANCE REQUIREMENTS Worker's Compensation Statutory Limits Employers Liability $500,000 Bodily Injury by Accident $500,000 Bodily Injury by Disease Policy Limits $500,000 Bodily Injury by Disease, each employee General Liability, including $500,000 Combined Single Limit Premises Operations Products and Completed Operations Blanket Contractual Liability Personal Injury Liability Business Automobile Liability Not Required (Owned, non-owned, hired vehicles) Professional Liability $500,000 per Occurrence $1,000,000 Aggregate Cyber Liability $1,000,000 Hold Harmless and Indemnification. Notwithstanding any minimum insurance requirements prescribed elsewhere in this agreement, vendor shall defend, indemnify and hold the County and the County's elected and appointed officers and employees harmless from and against (i) any claims, actions or causes of action, (ii) any litigation, administrative proceedings, appellate proceedings, or other proceedings relating to any type of injury (including death), loss, damage, fine, penalty or business interruption, and (iii) any costs or expenses that may be asserted against, initiated with respect to, or sustained by, any indemnified party by reason of, or in connection with, (A) any activity of vendor or any of its employees, agents, contractors or other invitees during the term of this Agreement, (B) the negligence or recklessness, intentional wrongful misconduct, errors or other wrongful act or omission of vendor or any of its employees, agents, sub-contractors or other invitees, or (C) vendor's default in respect of any of the obligations that it undertakes under the terms of this Agreement, except to the extent the claims, actions, causes of action, litigation, proceedings, costs or expenses arise from the intentional or sole negligent acts or omissions of the County or any of its employees, agents, contractors or invitees (other than vendor). The monetary limitation of liability under this contract shall be not less than $1 million per occurrence pursuant to F. S. 725.06. Insofar as the claims, actions, causes of action, litigation, proceedings, costs or expenses relate to events or circumstances that occur during the term of this Agreement, this section will survive the expiration of the term of this Agreement or any earlier termination of this Agreement. In the event that the completion of the project (to include the work of others) is delayed or suspended as a result of the vendor's failure to purchase or maintain the required insurance, the RFP—Construction Auditing Services Page 29 of 58 Page 79 of 92 943 REQUEST FOR PROPOSALS: CONSTRUCTION AUDITING SERVICES: vendor shall indemnify the County from any and all increased expenses resulting from such delay. Should any claims be asserted against the County by virtue of any deficiency or ambiguity in the plans and specifications provided by the vendor, the vendor agrees and warrants that the vendor shall hold the County harmless and shall indemnify it from all losses occurring thereby and shall further defend any claim or action on the County's behalf. The first ten dollars($10.00)of remuneration paid to the vendor is for the indemnification provided for the above. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere in the Agreement. RESPONDENT'S STATEMENT I understand the insurance that will be mandatory if awarded the contract and will comply in full with all the requirements. Carr, Riggs & Ingram, LLC CA Respondent Sign- re INSURANCE AGENT'S STATEMENT I have reviewed the above requirements with the bidder named above. The following deductibles apply to the corresponding policy. POLICY DEDUCTIBLES Liability policies are Occurrence Claims Made Insurance Agency Signature Print Name: Please see the attached insurance certificate made out to Monroe County, satisfying all the requirements herein. The insurance specified on this form is covered by multiple agencies, so it was not possible for our corporate representative to have this specific form completed by the agents. RFP—Construction Auditing Services Page 30 of 58 Page 80 of 92 944 C."'ARIF4111-2 DP III): JIFk . ...v r Y Y$.............................. 'llIC'ERT111911CIA 111i II II', III 111"AIJIBIL111 I ",1( 110 12 12022 HIS CEIRTIIII"iCA l"E IIS ISSIM111) AS A MATTER yDIF INFO RIM AMN IM Y A11411) CONII:MRS 11,10 RIGHTS UPON THE CERTIFICATE I-40LDM "W"WIS CERMIFICA"TE DOES NOT AFFiRNII Y DR, INEGA"TIVELY AMEND, lwiiXTE1114D IDR, M rER 'ME COVERAGE AFFORDEI.) BY THE 12,C)IJC111ES IBEI OW THIS CERTIFICATE (W IINS111MAN110E II III 6l',)li;s"rITU'TE A C.'0NTRAc"r BETIAME:'N 'ril-m ISSIIIJING1, JINSURER(S, AUTHOill:UZED C,ERTIFICJ-'II HCA DER� REPIZESIE N'll"POW( OR PRODIII)CE III 1,AW) ..................................................................................................................................................................................................................................................................................................................................................................................................................................................... .111.111,11,11,11,11,11,..................................................................................................................................................................................................................................... ............-............................................................................................................................................................................ 111101POIRTANT: If Ithe rer0ficate holder Is iaim AIDIATIONA11 INS11.)RED, Ithe poflI must be enI If SIUBROGA nc:hy JS WAIVED, II to I e II aind condildons lot tho poflcq,certain 1p:oliciiiipiz mqttlre an endorsemenit. Avdsbuarnerft on this cedificate IrI not IrrmDNDfer rights to 41he certificalle Wder In R llw,ii AWN' imhw... POEDUCER powiI -!'A-M"'�'� Forrest 1111, Warren WhMaker-Warrm limi.tviumance PHONE'. 3,34-3474,63,111 334-:3193-2345 311283 - 11 1: Enterprise,All 36:131 ADOR s,%!,,J#tnnIfe FInrvvst J.II ......................... C 011ERM3E NAM',N CIIDM�Plali(1y 2CM4`1 .................. - y WMAKIII) Carr, Rig s,86 Ingirarn,LLC Ifi15I11RERB::Amedc,an Casilixliiiq lr ill::ppiparily lr:pf 201,427 9101 B, Releovil Mr„ II I p( ai 5 3289 Eiriolerprise,AIL 36330 ............................ ID: E .............. IIIDIV."ag9R1ASPP°IF ................................................................ ............................... ..................................... ...................................................................................... COVERAGES CEFMIFIII 1111MIABER, REVISKM NI UMBER: To GER"l'IF,'YTHA11 M111,11, POLIC,'1111111"S IC)IF KAMA1,110E ILI)SIFED BELOVI HAVE 113EEN IISSILIIIEII)To ii IIE IlNSVglRED NAME-DABOVE FOR, ME PCH ll:�Eiii66 1q,MIICWED ANY WPM OR CONMT11ION OF ANY C0?4Tl3AM'1011R, DrHER DOCUMENT DJ"lVdl Rl:..SPECr1'()MiCilll TFUS 0ER"nFK','A'rE MA)` I:IE ISSUIED OR MAY REWAM, 'THE ]INISURAMCE All"F(.)RDIED IF91V 1H11::: P0,11ACK:Z D1[::SCM8ED HEII'II VS SUBJ11ECT TO AILL FHE TERIIlAS,, 11EACILIUM INNS ANIL)OMWPIONS OF SUIC31 P611 111011111�11 S.LIW M S1 IOWN MAY il-INVE 11:1EEN l:;lE1I:MJCED 113"(PA111)CLMP4S, im"R M=C PUERWEff pUU0Fvxji TYPE OF 111NISURARNICE POUCY Rk.m1i �WR I ............... .............. MQ ........................................................................................... ............................................................ M E R C"�A"i Q'E NER'AL UAMUTY EACH()CCURREINCE S �! R 1! '010,0010 f" 0 110712022 OU0712023 Cn AIMS"rMAC)E �:�,(�-� , OCCUR X 60457,11,11126 PREWS � .8 5 IS 11AED I(ftiy one pwwo % Irpoo 1,10010,Mio PIA V118RAL ACroGRSGATE S 2,1000,13010 011::N'1,AGGREGAI 1:11AWIT A,113R 111EA;IJIIIIR' PIRC, x 2,00101,13010 FK)re 11(w JECT LCIC KtOM.K.""M-CC)MNOP Ar.11(� EiI II 1 0010,0010 .................................................................................................................................................................................................................................................................... ......................................................................................................................................................... AUTOMOBILE LAAMUTY 1,000,10010 ANY MAC) 604,5711112 0110712022 0110712,023 BODLY INJURY(ft peram) $ AR L CAWB) HEDUILE11) 130ERY INJURYirPer acddfml� S MOOS PR6" , --I P11�11R�Y 1:111VOIAGE MIREDAUTOS ALH�US ............... UMBRELLAN MIS EAC.3 P OCCUPRENC2 S 20,000,1000 C I JAIS C'11 AAMSWADIE 1$3 01R)'V2022 0110712023 ry (),,000,0M DEC) :K RE foom S ............... ............... ............... .............. 61711 WORKERS COMI1:0ENSA'noM E R AND EMKOYERWILAAMUrY 0 N A 1401Y �m,uAolu6045689709 213V2021 1213,112022 E L I AC"CUM 1"11' S 1,000,0010 OF111WERNEM111:EIR 111:11(a U11 N I A (idandalary igs INIII-0) E L DISEASE,Edk E PILC)"YEE S 1,000,10010 116 Its cl@SVA�,v vn�:�v g::SCR1IPTI)0N 01111:CIPURA IRCJM!',ro iiiii1low I E DISEASE,,MAJIGO U11 1,000,0010 ............... IDESCRIIP'nON OF OPERAMNS I LOCAMNS P VII(ACOIRD1 01,AddMnaQ nommift ScII my be aftchad IN Uflom Son"dIN Mquidred) Certificate holder Is additional Insured with Ire gar to geiI lia, billity where ire pt,juired by written contract.Policy Inc udes a i�alver of subrogation USN favor o the ceirtificate holder where required by written contract. ................................................ ......................... .............................................................................................................................................................................................................................................. .................................................................................................................................... ............................................... CEIR i u:i lim CANCEILLA 1`11101114 ............. ............................................................................................... ........................................... .......................................................... ............... .......... ............. 0A10N!f:t01E1I: SHOW D AIN Y CN:111 EA1130VE DIE SCRIBED P�0111 10111"S BIE CA11191CIE111 IIED 13E 11 11,1111E EX112 Iglu A 111111011114 DA I THEREor,11, mo,niCIE W111,11 I [)Ell IVIERIED, 111111 lWonroia Covinty, I ACCOIRDANC 111:111:1 M"I'll Ill 111"111,11111E 1113101[ ICYPRON111511IONS. 'I 1100'SimionitonStralat Key West, FL 33040 PAPT1110,11RUED REPIRIESENIA nVE ....................... .......................................................................................................................................................................................................................... 10,1988-21CM4 ACMW GURIROII�M,I Alli illghts resiarviod, AC01191)25(20141,01) I'he AC10111111),narne aii"Id loFpP9@Dqt RfipRued maulks;of:ACOIRIII) 945 5 7 REQUEST FOR PROPOSALS: CONSTRUCTION AUDITING SERVICES: PUBLIC ENTITY CRIME STATEMENT "A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or CONTRACTOR under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." I have read the above and state that neither Carr, Riggs & Ingram, LLC (Respondent's name)nor any Affiliate has been placed on the convicted vendor list within the last thirty-six (36) months. The un rsigned certifies that the Applicant has not been convicted of a public en *ty c e j hin fast 36 months, as set forth in Section 287.133, Florida Statutes. (Sign Title Partner Printed Name Matthew Incinelli Company Name: Carr, Riggs & Ingram, LLC Date: March 28, 2022 STATE OF SS: COUNTY OF I HEREBY CERTIFY that on this day,before me, an officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared a,4- .i�- 4o mefnow:n , be the person described or who has produced_.................................................................................................. as identification and who 0 'execute the instrument and he acknowledged before me that he executed the same. WI ESS my hand and official seal in the County and State last aforesaid this LX!!�jday of 2022. NOT Y PUBViIC, M STATE TE y Commission Expi Commission No. OF EJMexyPn WCinmOYffsM eP rMui WONaOrn"eG G F 3214 07 2 n5d4a 3 RFP—Construction Auditing Services Page 31 of 58 Page 82 of 92 946 REQUEST FOR PROPOSALS: CONSTRUCTION AUDITING SERVICES: ACKNOWLEDGMENT OF ADDENDUM As the person authorized to sign the statement, I certify that this firm acknowledges any and all addenda that may have been issued as part of this bid. All addenda are issued via www.demandstar.com ...................................................................................................................................................... ADDENDUM NO. DATED 3/22/2022 ADDENDUM NO. DATED ADDENDUM NO. DATED ADDENDUM NO. DATED ADDENDUM NO. DATED ADDENDUM NO. DATED ADDENDUM NO. DATED ADDENDUM NO. DATED ADDENDUM NO. DATED Date: Marcha., 022 Appliant'si ture Matthew Incinelli Applicant's Name Partner Applicant's Title Carr, Riggs & Ingram, LLC Company Name RFP—Construction Auditing Services Page 32 of 58 Page 83 of 92 947 _. 4'0�> ��itl�fi%�tlt��ASTATE OF FLORIDA" DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BCDARI OF,A QVNTAN 'Y f THE CERTIFIED RDRL C D J A h' p.t ENSED UNDER THE PRvtnprF TATUTES 'f1 LtC"E14' 1Mt R A 588 _ ry E P11RATION DATE: DECEIMBER 31,2023 p,hwwwmys verity iicenses m ine of MyFlondaLicense.conm I]r Do not alter this loco meat in any hoxrm r This'us your licens�e.It is unlawful for anyone other than the licensee to use th'us document. �'Fri.:,s•. . ...................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... r ,w ikr�r CJm 5+ntv�.Gw,iux.rrrkan fAalwy fEcvhe�ary,$ra ckety t ,U o a� dbpr STATE OF FLORIDA " r DEPARTMaIENT OF BIUSINESS AND PROFESSIONAL REGULATION BOARD CIF QLII�I TANK THE CERTIFIED PUB14C AMEI E SED UNDER THE PRCYVIISIICt9UF H t l Jt �ATt 9 E5 ffTRE o f EXPIRATION DATE:. EbECEMBER 31,2022 Mwways mcrify lino roses onIlne at Myt'Irxhdal-i cnsxrr.xorn MEI, pl Do not aliter this document in any forms. h" This is your ken se.it is uiniawwtull for anyone other than the licensee,to use this docuirneint, Page 84 of 92 948 CAIRIR, IRII(;G & IN GIRAIM CIRllclpazolrnt 0 ................................................................................................................................................................................................................................................................................. Ron nNw oeSaiuis,G non fuRe ll.smwem se�cremsry � �' 7 It it jt51 d µ` :ti�SF�f N STATE OF FLORIDA 'jr, r'4-°'� � I.�EPARTMIENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD CD,F r !E 3IJNTANCY THE CERTIFIED PLVBN kE l�TAC T1fE6 E8f I. ENSED UNDER THE PRO1,+l6flFIp / 1TATVTES OF, r iii j ' o�0' / . . �i EXPIRATION DATE: DE 'EMBER 31,2023 Always verify ficenses onlln-..at My'RoridaUcenge.corn Cho,snot alter�th6s docun�neant ltn any form,© This is your llceoyise,.It is uynlowfwull'for anyone other than the I6censve'to use this c9ocuuMenrt. oasarn,puCen!mw Iul'oe t.ereraumn sr.�2x awn u`y a � db"p" ir STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION B IARI EI �,,*COU TAN Y THE CERTIFIED P4 4fi1I ClU' M E V .;I ENSE UNDER PROVISIONS QF BHA 0A' 3 ../% ... tTIJ TES t / % '%i ;i ,/V l R /gi it W ALLEY �iji/ ✓�,�i r� �.........�I M . . ffMR Afro ...........W, EXPIRATION DATL dECEMBER 31 2... 023 Always verify fhednses onf rre at MyrRoridal-uaense-om, Do not.Ater this docurrnent in any form, alai, This is your license.It is unlawful for anyone other than the licensee to use this elocuonneumt. Page 85 of 92 949 CAIRIR, R11GGS&III GIRAIM CIRllclpazolrnf 1 TA1137*0 1111EQU1111EI) COUNTY IFURMS AIMI) 1L.]ICIENSIES IRram De9an ws,Governor Halwy Be011'ars,Secrinary bi STATE OF FLORIDA EBEPARTMENNT OF BUSINESS AND IPROFESSIONAL REGULATION BOARP,,,,,P,,F,",,A',COVINTANCY THE CERTIFIED P FtlERL I l Ll ENISED UNDER THE PIROVISICb F,,CH UTES "Of J P6 ///p EXPIRATION DATE-. DECEMBER 31,2022 Always verify firenscs online at MyFloridaUcensexorn Do not alter this document Ini any form. NEI. This is your license,It is unlawful for anyone other Owl the licensee to use Ohs document, Mie 1,Br4 n.ScIc rv,txy STATE OF FLORIDA dbp� r "to EPARTM ENT OF IBUSI NIESS AND PROFESSIONAL REGULATION BOARD,QF',,AM; OVNTANCY THE CERTIFIED PUBLIC A0 7, v 7 ,C0UWA�iii14kE/ UNDER THE PROVISI F,"q PJ,I,$TATUTES NO I' it "AY" 000 kmw A 14" l.7,ft a/ kd W iA 4, .............. MI 1843 )EXPIRATION IIATi;``D67ECEIMSER 32,2023 Always verify licenses online.at MyFloridAicell Do not alter this docurnent in any form. This N your license.It is unlawful:for anyone other than the licensee to use this document. Page 86 of 92 950 CARR, IRIIGGS&IINGIRAIM CIR11c1pa.com (`:52 r7r5roi7m,Crvr•rrmurr MwUnB oune9 C�rM'r6rw 5a u,�r�C�ory STATE OF FLORIDA db'�'pr EPARTIv ENT OF BUSINESS AND PROFESSIONAL REGULATION BLIARC M OUNTAN Y rr THE CERTIFIED PUBLIC A�MOUI f�4W�T hIEf�LI�I 1 ff ENSEIU UNDER TI I'E. PRQVISI 5 }F HIffn 8 FIT,ATU'TES rr o/< ' �13 49 � EXPIRATION DATE-, IDECEMBER 31,2022 Always verify ficenses online at My Flo ridaLlicensexom Do not alter this document in any form. l This is your license,It is unlawful for anyone other than the licensee to use this document. gas Cru�S„nlrix.E drvonnvnx 1 lcO L.l:T,na.+ui SINI,�¢,ary dbipr STATE OF FLORIDA I 'EPARTIwIENT OF BUSINESS AND PROFESSIONAL REGULATION BC9ARI3 PF,I, C (VNTANCY THEAr COUNTANCYt �aRA/�� 'HER�u�I�y�t ENSEDUNIIaERTHE PRuVlSuf7hd5 p lI I g/ � TATUTEs r '" / 11 0/° /9�7 `Nr EN.VuE.RiT7N�,R� / a NItl /� i ' 1m6I .. I.I CENiSN EXPIRATION DATE: DECEMBER 31,2023 Always verify li4xin nsonliut�e.CMyFloridaUcei7w�.r,'om Ike N Do riot alter trios docunrent In any farm,. This Is yorpr licer)se,It is wrnlawful for anyone:other than the licensee to usethis document, Page 87 of 92 951 CAII R, IRIIGGS&III GIRAIM CIRIIcIpazom Attachment C Required Clauses from 2 CFR part 200 Page 88 of 92 952 A portion of the funds used to pay CONTRACTOR as expected to come from federal grant awards. The following clauses from 2 CFR part 200 therefore apply to this Agreement and are incorporated by reference: 1. SMALL AND MINORITY BUSINESSES, WOMEN'S BUSINESS ENTERPRISES, AND LABOR SURPLUS AREA FIRMS. The County strongly encourages the use of women-, minority- and veteran-owned business enterprises (SBEs) and wishes to see a minimum of 25% of the contract or subcontracts awarded pursuant to this RFP go to SBEs. Contractors may search for Florida registered SBEs at: I ffffl Hwww, in .imy llc irii «�:gc�inr�/«� ir�q� «�dinr�inisffir«�ffion/offico of sul�plliioir divoirsiff� os d.... Any proposal submitted in which the vendor is certified as an SBE, or in which the vendor proposes to use subcontractors that are certified as SBEs, in Florida or another jurisdiction, must submit proof of the registration or certification from the local authority in order to receive credit for the use of the SBE. 2. AUDIT OF RECORDS Contractor shall grant to the County, DEM, FEMA, the Federal Government, and any other duly authorized agencies of the Federal Government or the County where appropriate the right to inspect and review all books and records directly pertaining to the Contract resulting from this RFP for a period of five (5) years after final grant close- out by FEMA or DEM, or as required by applicable County, State and Federal law. Records shall be made available during normal working hours for this purpose. In the event that FEMA. DEM, or any other Federal or State agency, or the County, issues findings or rulings that the amounts charged by the Contractor, or any portions thereof, were ineligible or were non-allowable under federal or state Law or regulation, Contractor may appeal any such finding or ruling. If such appeal is unsuccessful, the Contractor shall agree that the amounts paid to the Contractor shall be adjusted accordingly, and that the Contractor shall, within 30 days thereafter, issue a remittance to the County of any payments declared to be ineligible or non-allowable. Contractor shall comply with federal and/or state laws authorizing an audit of Contractor's operation as a whole, or of specific Project activities. Under no circumstances shall advertising or other communications with the media be presented in such a manner as to County or imply that the Contractor or the Contractor's services are endorsed by the County. 3. NONDISCRIMINATION (required language from 41 C.F.R. § 60-1.4(b)). During the performance of this Agreement, the CONTRACTOR agrees as follows: Page 89 of 92 953 (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. (4) The contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under section 202 of Executive Order 11246 of September 247 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and Page 90 of 92 954 orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the contractor's non-compliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 4. OTHER FEDERAL CONTRACT REQUIREMENTS As Applicable, the CONTRACTOR and its subcontractors must follow the provisions as set forth in Appendix II to Part 200, as amended, including but not limited to: A. Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of"funding agreement" under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 CFR Part 401 , "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. B. Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as amended—Contracts and subgrants of amounts in excess of $150,000 must comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). C. Debarment and Suspension (Executive Orders 12549 and 12689)— A contract award (see 2 CFR 180.220) must not be made to parties listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and Page 91 of 92 955 12689 (3 CFR part 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. D. Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)—Contractors who apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. E. Americans with Disabilities Act of 1990 (ADA) — The CONTRACTOR will comply with all the requirements as imposed by the ADA, the regulations of the Federal government issued thereunder, and the assurance by the CONTRACTOR pursuant thereto. F. The Contractor shall utilize the U.S. Department of Homeland Security's E- Verify system to verify the employment eligibility of all new employees hired by the Contractor during the term of the Contract and shall expressly require any subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. 5. No Obligation by Federal Government. The federal government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. 6. Program Fraud and False or Fraudulent Statements or Related Acts. The Contractor acknowledges that 31 U.S.C. Chapter 38 (Administrative Remedies for False Claims and Statements) applies to the Contractor's actions pertaining to this contract. Page 92 of 92 956 AC . CERTIFICATE OF LIABILITY INSURANCE 04/21/20' 2 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 1-847-385-6800 CONTACT Cathy Kuehl Edgewood Partners Insurance Center PHONE FAX Lemme, a division of EPIC A/C No Ext: 847-385-6800 (A/C,No): E-MAIL PSGCerts@lemme.com 111 West Campbell ADDRESS: 4th Floor INSURER(S)AFFORDING COVERAGE NAIC# Arlington Heights, IL 60005 INSURERA: BERKLEY ASSUR CO 39462 INSURED INSURER B: Carr, Riggs & Ingram, LLC INSURER C 901 Boll Weevil Circle, Suite 200 INSURERD: INSURER E: Enterprise, AL 36330 INSURERF: COVERAGES CERTIFICATE NUMBER: 65165175 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER MM/DD MM/DD COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ OCCUR DAMAGE S( RENTED CLAIMS-MADE PREMISES Ea occurrence) ccurrence) $ MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERALAGGREGATE $ POLICY❑ PRO- ❑ JECT LOC PRODUCTS-COMP/OP AGG $ OTHER: $ AUTOMOBILE LIABILITY COMBINED S INGLE LIMIT $ �* Ea accident ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED .,.. BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS �P HIRED NON-OWNED ,,_,� ,,.,. "'""""'--"""""'"' PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident UMBRELLALIAB OCCUR .I,y EACH OCCURRENCE $ EXCESS LIAB � CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE ❑ N/A E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A Cyber Insurance BCRS1-3000045-03 06/09/21 06/09/22 Aggregate 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Monroe County BOCC THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 1100 Simonton Street, Suite 2-216 AUTHORIZED REPRESENTATIVE pp'' Key West, FL 33040 If USA rGi'e f, "I„^" ^`G ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 957 Sue.Phillips@lemme.com LEM 65165175 CARRR-2 OP ID: TB ACORC�"' CERTIFICATE OF LIABILITY INSURANCE DATE 1 04/21/2022Y) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Forrest J.Warren Whittaker-Warren Insurance P.O.Box 311283 A/c"r o Ext:334-347-2631 FAX No): 334-393-2345 Enterprise,AL 36331 E-MAIL forrest whittakerwarren@centurytel.net Forrest J.Warren ADDRESS: _ INSURER(S)AFFORDING COVERAGE NAIC# INSURERA:Continental Casualty Company 20443 INSURED Carr, Riggs, &Ingram, LLC INSURER B:American Casualty Company of 20427 901 Boll Weevil Cir,Suite 900 INSURERC:Continental Insurance Company 35289 Enterprise,AL 36330 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE DDL UBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER MMIDD/YYYY MMIDD/YYYY A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE [XI OCCUR X 6045711126 01/07/2022 01/07/2023 DAMAGE TO RENTED 500 000 PREMISES Ea occurrence $ r MED EXP(Any one person) $ 15,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY JJECT LOC PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER I Emp Bell. $ 1,000,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 Ea accident B X ANY AUTO 6045711112 01/07/2022 01/07/2023 BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS Per accident X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 20,000,000 C EXCESS LIAB CLAIMS-MADE 6045711143 01/07/2022 01/07/2023 AGGREGATE $ 20,000,000 DED X RETENTION$ 10000 $ WORKERS COMPENSATION X PER OTH- AND EMPLOYERS'LIABILITY STATUTE ER A ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N 6045689709 12/31/2021 12/31/2022 E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? ❑N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Certificate holder is additional insured with regard to general liability I where required by written contract. FJY4 "lam :I CERTIFICATE HOLDER CANCELLATION MONROEF SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Monroe Count BOCC THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN y ACCORDANCE WITH THE POLICY PROVISIONS. 1100 Simonton Street Ste 2-216 Key West, FL 33040 AUTHORIZED REPRESENTATIVE ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD 958 CERTIFICATE OF LIABILITY INSURANCE 04/20/2022 Y) M/4/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 1-847-385-6800 CONTACT Cathy Kuehl Edgewood Partners Insurance Center PHONE FAX Lemme, a division of EPIC A/C No Ext: 847-385-6800 (A/C,No): E-MAIL PSGCerts@lemme.com 111 West Campbell ADDRESS: 4th Floor INSURER(S)AFFORDING COVERAGE NAIC# Arlington Heights, IL 60005 INSURERA: Scottsdale Ins Co and various insurers INSURED INSURER B: Carr, Riggs & Ingram, LLC INSURER C 901 Boll Weevil Circle, Suite 200 INSURERD: INSURER E: Enterprise, AL 36330 INSURERF: COVERAGES CERTIFICATE NUMBER: 62879663 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER MM/DD MM/DD COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS-MADE OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $ MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERALAGGREGATE $ POLICY D I—T PE LOC ' $LPRODUCTS-COMP/OP AGG $ a j' OTHER: P "— AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ Ea accident ANY AUTO 7 BODILY INJURY(Per person) $ - mm -( OWNED SCHEDULED A f � " AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ HIRED NON-OWNED �,_,. PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident $ UMBRELLALIAB OCCUR EACH OCCURRENCE $ EXCESS LAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? ❑ N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A Professional Liability HWS0000134 08/07/21 08/07/22 Each Claim 1,000,000 Aggregate 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) CERTIFICATE HOLDER CANCELLATION Monroe County BOCC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 1100 Simonton Street, Suite 2-216 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Key West, FL 33040 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD 959 Cheryl.Donohue@lemme.com_LEM 62879663 DATE(MM/DD/YYYY) ACCOR" CERTIFICATE OF LIABILITY INSURANCE 8/16/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Lemme, A Division of EPIC PHONE Cathy Kuehl FAX 111 West Campbell Street A/c No Ext: A/C,No): 4th Floor ADMDRESS: PSGCerts@lemme.com Arlington Heights IL 60005 INSURER(S)AFFORDING COVERAGE NAIC# INSURERA: MSIG Specialty Ins USA Inc.and Various INSURED CARRRIG INSURERB: Carr, Riggs& Ingram, LLC 901 Boll Weevil Circle, Suite 200 INSURERC: Enterprise, AL 36330 INSURER D7 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:183682041 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER MMIDD/YYY MMIDD/YYY COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS-MADE OCCUR DAM AGETORENTED PREMISES Ea occurrence $ MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY D PELT LOC PRODUCTS-COMP/OP AGG $ OTHER A .t` 4 $ AUTOMOBILE LIABILITY � ^^ COMBINED SINGLE LIMIT $ Ea accident ANY AUTO - _ BODILY INJURY(Per person) $ OWNED SCHEDULED ., ::��,,.,.,,--_ m BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS ',24 .11_ HIRED NON-OWNED Yft PROPERTYDAMAGE $ AUTOS ONLY AUTOS ONLY Per accident UMBRELLA LAB OCCUR EACH OCCURRENCE $ EXCESS LAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? ❑ N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A Professional Liability MSTAPL-00021 8/7/2024 8/7/2025 Each Claim $1,000,000 Aggregate $1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Monroe County BOCC THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1100 Simonton Street ACCORDANCE WITH THE POLICY PROVISIONS. Key West, FL 33040 AUTHORIZED REPRESENTATIVE 0II� @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 960 ,�►� CER"TIFI�ANTE OF LIABILITYIIIrNSU AiLNCE IaATI TkWwirrlrAdYYYYI 1312024 THIS CERTIFICATE IS ISSUED AS MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMENII , EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES, NOT CONSTITUTE A CONTRACT BETWEEN THE IISSUING IINISUIRER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT- If the certificate holder its an ADDITIONAL INSURED,the paallicyQilest must have ADDITIONAL INSURED provisions or Ibe endorsed. If SUBROGATION IS WAIVED,subject to the teams and conditions of the policy, certain (policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsernent(s). Pra IRaIMc EIR NAME TCathy Kue,hll Lerni me A Division of EPIC PFCCUNE FAX 1111 'Vest Campbell Street AAE Na Exrt IId - il5u5tliltl c N 4tfl Floor ADDREss PSGiCerts@Iernme.corn Arlington(Heights IL 60005 IINSURER(S)AFFOsrair'aGCOVERAGE NIAIC# INSURER A:Liberty Surplus Insurance,Corporation 10725 INSURED CARRRIG INSURER e Darr, RII s Inlralm,LLC 901 BoII�Ueevil Circle.,Suite 010 INSURER c Enterprdse,AL 6330 INSURER D INSURER E INSURER F` COVERAGES CERTIFICATE NUMBER:187, 5L15I1t1 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BE.1.OW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION(OF ANY CONTRACT OR EITHER DOCUMENT WIITH' RESPECT TO WHICH THIS CERTIFICATE MAY BE IISSUED OR MAY PERTAIN, THE IINSUIIRAINCE AFFORDED IBY THE POLICIES DESCRIBED HEREIN IS SUBJECT 'To ALL THE 'TERMS, EXCLUSIONS AND CONDITIONS OF SL.I0°'I POLICIES.LIMITS SHOWN MAY HAVE BEEN REIgTUCED BY PAID CLAIMS M�� INU . POLICY Err PC"kL.R�Y EXP TYPE INSURANCE D POLICY Y INUMBEIR kIIMfI D1D1YY"YY IWIII WLYLYwYYYY LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE URRENICE $ CLAIMS-MADE F-1 CXCLUR PREMISES Lsac=leax $ Rw9ELU EXP(Any one I son) $, PERSONAL IL ADV INJIUIIRY $ GEINIAGGRL.GAiELIM'rAtPPLIE.$PtR: GENERAL tW.GGRE'GA"rE $ PRO" POLICY F-IJEc"r LC' APPRC .C OMB PIOP A:G $, C"rHER $ �.. ° , V C"CIMflBINF:ITSINF.EL.IIFAIT $ ALIiT'CINuNC7rI#LFLIAELIL.Rr'Y a .� LaaCCUCleruC ANY AUTO BODIL Y INJURY(Par peisarr) $ S I 24 OWNED SCHEDULED � ti � BCTCIIY 1NJdIRY(Par�ar r9enLl� $ AUTOS ONLY AUTOS HIRED NC?INCdWdNF1T IPROIfFRTYDAM�IAGE AUTOS ONLY AUTOS O,NL re ��° PeA alCruaerull $ $ IUMBRELL.A L IAB OCCUR EA MI OCCURRENCE URRENICE $ E;IXIWEliSt..iAFI GLARNwp&MaaAI:YIL ACYGREGA'rE $ IaED RIL"rILNTION$ $ WORMERS COMPENSATION PER OTIHIe ANl7 E,MrIPLOYERS'LIABILP Y ,Y d N,..... S TATLI°rE LR. ANYPROd 1RIL TOF,UPAR~I I NL FVEYIl C1.Y'IIVE E L EACH ACCI EN'r $ OFIFII ERARVFEM�ABEREXCLUI .!D'? NIW A ITWfaII daCary in NH) E L DISEASE e EA EMPLOYEE $ if as,d cnll underCU�SCRIPI ION OF OPERA"I"IONS below E L DISEASE'-POLICY LIMP"r $ A E05CAdS41V006 8/'7R2024 II/7/202.5 EadiClaon Aggregate DESCRIPTION Or OPERATIONS I LOCATIONS I VE HICLES IA ORD 10I a A(kiihmiM Rerna;rkss:d*dule,may I)e attached S MOM space Is r hired) CERTIFICATE HOLDER CANCELLATION Monroe County it .l SHOULD ANY OF THE ABOVE DESCRIBED POLICIE'S BE CANCELLED BEFORE. THE (EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1100 I"I"IICDt'htoin Street ACCORDANCE WITH THE POLICY PROVISIONS. Key West, FL 33040 At ITL IIrIR17En RrPRESrNr'ATrW'F: t 1 88-2I1Fa ACORLI CORPORATION. All rights reserved. A ORD 2 (201610t 3) The ACOR©name and Lagoa are registered)marks of A ORD 961