Loading...
Agenda 03/22/2016 Item #16B 2 3/22/2016 16.B.2. /'■ EXEC! SUMMARY Recommendation that the Collier County Board of County Commissioners (BCC) acting as the Community Redevelopment Agency (CRA) approve, after-the-fact, submittal of the attached Community Development Block Grant (CDBG) applications to fund facade and sidewalk improvements within the Immokalee Community Redevelopment Area,totaling$1,210,000. OBJECTIVE: To receive Board approval of the two attached CDBG grant applications related to redevelopment activities within the Immokalee Community Redevelopment Area. CONSIDERATIONS: Applications have been submitted on behalf of the Immokalee CRA to fund two different projects with Community Development Block Grants (CDBG) funds administered by the Collier County Community and Human Services (CHS) department as summarized below: 1. Construction of Sidewalk/Streetscape Improvements. The Immokalee CRA is seeking funding assistance for the construction of Sidewalk/Streetscape improvements on various locations in Immokalee in the amount of $770,000. This project is aimed at addressing pedestrian and vehicular safety issues, while also increasing the community's character through improved aesthetic appeal. 2. Commercial Façade Improvement Program. On December 2, 2008 the Collier County BCC approved Resolution No. 08-349 establishing a commercial facade improvement grant program for the Immokalee Community Redevelopment Area. The Program allows for the use of Community Redevelopment Agency (CRA) grant funds, in conjunction with private investments, for specific improvements to the exterior of commercial structures located within the boundaries of the Immokalee Urban Designated Area. The Immokalee CRA is seeking $440,000 in CDBG funds to continue the implementation of this currently unfunded program.This program is aimed at economic revitalization through community reinvestment. The attached grant applications were reviewed and approved by the County Manager on March 03, 2016 and were due to be submitted to CHS by March 11, 2016. The timeline did not provide adequate time for the execution of the BCC pre-approval process. Collier County CMA #5330 authorizes the County Manger to approve the submittal of grant applications with subsequent Board of County Commissioners action at the next available Board meeting to ratify the approval as "after the fact." FISCAL IMPACT: There is no fiscal impact at this time. The request is for approval to submit the grant application to CHS. If awarded, a grant agreement and necessary budget amendments will be brought to the BCC for approval at a future meeting. LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney. The Board will have the opportunity to accept or reject the funds if the grant is approved. Accordingly, this Office has no issue with respect to the legality of this request, which is appropriate for Board action and requires a majority vote for Board action. -JAK Packet Page-1097- 3/22/2016 16.B.2. GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this Executive Summary. RECOMMENDATION: Recommendation to the Collier County Board of County Commissioners (BCC) acting as the Community Redevelopment Agency (CRA) approve, after- the-fact, submittal of the attached Community Development Block Grant (CDBG) applications to fund two programs within the Immokalee Community Redevelopment Area,totaling$1,210,000. PREPARED BY:James Sainvilus,Project Manager,Immokalee CRA/MSTU Attachment: 1)Community Development Block Grant(CDBG)applications. Grant Application for Sidewalks: http://apps3.colliergov.net/agenda/ftp/2016BCCMeetings/AgendaMarch2216/ExecOffi ces/la FY16-17 CDBG Immokalee Sidewalks Application-Final.pdf Grant Application for Façade Improvements: http://apps3.colliergov.net/agenda/ftp/2016BCCMeetings/AgendaMarch2216/ExecOffi ces/1b FY16-17 CDBG Facade Program Application-Final.pdf Attachment: 2)County Manager approval memos • Packet Page-1098- 3/22/2016 16.B.2. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.B.16.B.2. Item Summary: Recommendation that the Collier County Board of County Commissioners (BCC) acting as the Community Redevelopment Agency(CRA) approve, after-the-fact, submittal of the attached Community Development Block Grant (CDBG) applications to fund two programs within the Immokalee Community Redevelopment Area, totaling$1,210,000. Meeting Date: 3/22/2016 Prepared By Name: SainvilusJames Title: Project Manager,Immokalee County Redevelopment Agency 2/29/2016 3:41:19 PM Submitted by Title: Project Manager,Immokalee County Redevelopment Agency Name: SainvilusJames 2/29/2016 3:41:20 PM Approved By Name: DurhamTim Title: Executive Manager of Corp Business Ops, Date: 3/7/2016 10:16:08 AM Name: Joshua Thomas Title: Grants Support Specialist, Grants Management Office Date: 3/7/2016 10:35:39 AM Name: BelpedioJennifer Title: Assistant County Attorney, CAO General Services Date: 3/7/2016 11:04:30 AM Name: KlatzkowJeff Title: County Attorney, Date: 3/7/2016 3:21:19 PM Packet Page-1099- 3/22/2016 16.B.2. Name: StanleyTherese Title: Manager-Grants Compliance,Grants Management Office Date: 3/10/2016 2:32:33 PM Name: CasalanguidaNick Title: Deputy County Manager, County Managers Office Date: 3/13/2016 5:59:02 PM Packet Page-1100- County 1 it 3/22/2016 16.B.2. Co - Office of Management& Budget Grant Application Reviewed and Approved by County Manager o;designee: \--1(1-1- ':. -''(2'-CAK -7 County '•ger `.: '1 . \ e(date) After-the-Fact Approval by the BCC is required at the March 22,2016 BCC meeting TO: Leo Ochs,County Manager - , CC: James Sainvilus,Project Manager FROM: Joshua Thomas, Grants Support Specialist SUBJECT: County Manager review and approval of a 2016 Community Development Block Grant application sponsored by the Office of Housing and Urban Development in the amount of$440,000. March 1,2016 • The Immokalee Community Redevelopment Agency(CRA) is applying for Community Development Block Grant funding through Collier County Community and Human Services(CHS)to improve commercial facades for the Immokalee Community Redevelopment Area. Grant funds, in conjunction with private investments will allow for general improvements to the exterior of commercial structures located within the boundaries of the Immokalee Urban Designated Area. The intent of the Commercial Facade Improvement Program which the County established on December 2,2008, is to increase commercial occupancy rates and property values within the CRA while revitalizing the overall appearance of the Immokalee Urban Designated Area.There are no match requirements for this grant Funding was announced February 18,2016 and the application is due March 11,2016. Due to the short turnaround,we are asking your approval to submit the application to CHS,followed by after the fact approval by the Board of County Commissioners at the March 22,2016 BCC meeting.Once you have reviewed the application,please sign in the box above and in the marked areas throughout the application and call me for pickup at 239-252-8989. Thank you,and please let me know if you have any questions regarding this request. 3299 Tamiami Trail East,Suite 201 ^NanIRs.Finrida M112-5748.239-252-8973.FAX 239-252-8828 Packet Page-1101- Ismail This Preview Save as PDF Print Close Window A A V Co icr County Powered by ZoomGrants?'' Collier County Community and Human Services Community and Human Services Community Development Block Grant(CDBG) 3/11/2016 deadline Immokalee CRA Commercial Façade Improvement Program $440,000 Requested Immokalee CRA $440,000 Total Project Cost -. _____ 750 South 5th Street Telephone239-867-0028 Immokalee,FL 34142 Fax Project Contact Web www.immokaleetoday.corn James Sainvilus jamessainvilus(rcolliergov.net Tel:239-269-6958 Additional Contacts none entered Additional Information 1.Would you be willing to accept less than the amount requested above? Yes C No 2.If Yes,what would be the amount acceptable?If No,briefly explain why a lesser amount would not be accepted. $220,000(50%of the project load) Agency Information Section 3:AGENCY ORGANIZATION INFORMATION 1.Is your organization a non-profit with 501(c)(3)status? E Yes ✓ No 2.How many years have you been in operation? 161 Years ( 16.00 TOTAL 3.Is your organization or agency faith based? If yes,all faith-based organizations must complete and attach Acknowledgement of Religious Organization Requirements Form(in the Documents tab) I- Yes ✓ No 4.Does your agency have written personnel,fiscal/procurement&implemented policy? (Community and Human Services will review upon award) ✓ Yes l No 5.Does your agency have a written operating procedures manual? (Community and Human Services will review upon award) ✓ Yes I- No 6.Physical Address(if different from mailing address listed in previous tab) If the mailing and physical address are the same,enter'Same'. same Application Questions Section 4:NATIONAL OBJECTIVES 1.Which one of the three National Objectives will this project target? For additional information,click the Application Guide tab,above. � Benefits low and moderate income persons(24 CFR 570.208(a)) ✓ Aids in the prevention or elimination of slums or blight(24 CF 570.208(b)) r Qualifies as a certified urgent need(24 CF 570.208(c)) 2.Provide justification for how your project targets the National Objective selected above. Refer to the Application Guide tab,above,for specific subcategories to address. The primary justification of this Program will he to address the blighted commercial building conditions within the Immokalee LMA.On March 14,2000, by way of approving Resolution No.2000-82,the Collier County Board of County Commissioners declared the Immokalee area a Community Redevelopment Area special taxing district.The resolution memorialized findings of blight throughout the community,the rehabilitation of which would be in the best interest of the public. This designation was determined based on the following criteria:1)predominance of inadequate street layout,2)faulty/Inadequate lot layout in relation to usefulness,3)unsanitary sanitation systems,4)unsafe public conditions resulting from deteriorating roadways,5)deterioration of site related improvements,and 6)defective/unusual title ship of land preventing free alienability of land. This program will address subcategories 1(a)(Physical deterioration of buildings/improvements), (b)(Abandonment of properties);and(d)(Significant declines in property values or abnormally low property values relative to other areas in the community)by addressing community blight and Economic Development issues within the LMI area of Immokalee,as identified in Appendix 10—LMA Areas of Collier County.By addressing the microeconomic issue of facility improvements on the local level,the intent of this Program will be to stimulate global macroeconomic partnership interest In the area by improving the commercial building stock in the midst of a shifting economic base, thereby benefiting the entire Immokalee LMI population.This methodology will be further explained in future sections of this application.A byproduct of this program will be the Increase in property values(tax base)within the LMA. This program will increase the overall façade appearance which is a critical aspect of the aesthetic appeal and unique character of the community. Commonly identified benefits of the program include;1.)increased sales and traffic at adjacent businesses,2.)Additional interest In vacant commercial spaces in adjacent buildings,3.)A catalytic effect,with one or more improvements to properties elsewhere in the community and 4.)Gains in community pride and civic appreciation among businesses,property owners and customers. Investing in external property improvements is justified not Just as a community development tool but also from a business growth and expansion perspective.Organizations which are able to portray façade improvements as a calculated investment in enhancing the future of the business and increasing the value of Individual properties will find it easier to catalyze investment to the benefit of the overall community. Section 5:INDICATOR ACTIVITY CODE(HUD MATRIX CODES) 3.Which HUD Activity Code best reflects this proposed project? Refer to the HUD Activity Codes document in the Library tab for a list of codes.If your project reflects more than 1 matrix code,you must submit multiple applications.(Click the Open Programs tab,above,to create an additional application.) L 1481 Activity Code 0.00 TOTAL Section 6:PROJECT DESCRIPTION AND GOALS 4.Project Description and Goals Narrative Refer to Applicant Guide tab for specific instructions. On December 2,2008 the Collier County BCC approved Resolution No.08-349 establishing a commercial facade improvement grant program for the Immokalee Community Redevelopment Area.The Program allows for the use of Community Redevelopment Agency(CRA)grant funds,in conjunction with private investments,for general improvements to the exterior of commercial structures located within the boundaries of the Immokalee Urban Designated Area.Between 2008 and 2015 the BCC awarded over$250,000 in grants to more than a dozen business entities throughout the community using funds that had built up over previous years in the CRA tax revenue account.Due to tax revenue limitations,the CRA has put the program on hold until sufficient budget exists to reactivate the program. The intent of the Commercial façade Improvement Program is to increase commercial occupancy rates and property values within the CRA while revitalizing the overall appearance of the Immokalee Urban Designated Area.To accomplish this objective,the Program assists commercial property owners and tenants to restore or renovate the exteriors of their structures,thereby improving the area's physical characteristics and enhancing the visual quality and attractiveness of the environment,which will lead to increased investment,occupancy and property values.Economic development will be stimulated within the LMt community through three Program outcomes:1)by increasing the windshield appeal of prospecting business entities outside of the Immokalee area,2)by assisting existing business owners with the financial constraints related to capital improvements,allowing the owners to reinvest revenues into other areas of their businesses thereby stimulating economic reinvestment in the community,and 3)by increasing property tax values and subsequent tax revenues,a portion of which is received by the Community Redevelopment Agency through its mileage rate and reinvested into the community through CRA efforts. Should the CRA be awarded this CDBG grant,minor Program changes would be made to the existing governing Policies&Procedures document (attached for reference as Exhibit 20)upon acceptance of the grant.The current Program requires that the business owner acquire its own contractor to perform the work.For all projects being funded with this CDBG funding the procurement process would be handled by CRA staff using the standard County Purchasing Department's procurement and prescreening process.Individual applications will be presented to the CRA Advisory Board at one of its regularly scheduled monthly meeting.The Advisory Board will score the projects based on a predetermined set of criteria.If the lowest bid comes in higher than the CDBG grant amount,only the highest scoring projects will be funded. The service location of this program will cover any commercially zoned,lax paying business within the Immokalee Community Redevelopment Area(as defined by the map in Ordinance 2000-82)that is operating with a current business tax receipt and is current on all property taxes and insurance coverage.According to 2012 census data,the per capita income level in the Immokalee census designated place was$9,168.This covers census tracts 112.02,112.04,112.05,113.01,113.02 and 114(see Exhibit 21:Immokalee Census Tract Map).The subject grant program would be restricted to businesses operating in the Community Redevelopment Area,depicted by the green shaded area in Exhibit 22:Map of Various Immokalee Designations.Note that this area covers the majority(and most densely populated urban areas)of the six census tracts which comprise the Immokalee LMA census designated place. The CRA will dictate a schedule that falls within grant guidelines.CRA staff will review applications for completeness and determine if funding is to be recommended.Grant funds will be distributed only upon completion of improvements and submittal of all receipts,invoices and required documentation to CRA staff.Applicants must be willing to maintain the renovations and improvements for at least five years.The Grantee shall not be liable to the CRA for repayment of the grant funds provided the Grantee complies with all conditions set forth in the Grant Agreement.Should the Grantee transfer, sell,divest itself of its interest in the subject property,or fail to maintain the renovations and improvements during the five-year period following receipt of the grant funds,the CRA shall be entitled to reimbursement of the grant funds as follows: Elapsed Time Amount Due CRA 0 to one year after grant funds received 100% One year after grant funds received 80% Two years after grant funds received 60% Three years after grant funds received 40% Four years after grant funds received 20% Five years after grant funds received 0% CRA staff will perform a walk-through inspection of the improved property on an annual basis,completing an annual inspection form with related photos,in order to verify the owner's upkeep of the CDBG investment. Grant applications will be considered on a first-come,first-served basis.Based on the amount of funding requested,applications must be approved by the appropriate entity(CRA Board and CRA Advisory Board)before work can begin on the improvements.Grants will not be awarded for work previously completed or that is in the process of being completed. Section 7:IMPACT ON COLLIER COUNTY'S PRIORITY NEEDS NOTED IN THE APPLICANT GUIDE 5.Impact on Collier County's Priority Needs Noted in the Applicant Guide Narrative Refer to Applicant Guide tab for specific instructions. NIA Section 8:EXPERIENCE AND CAPACITY 6.Experience and Capacity Narrative Refer to Applicant Guide tab for specific instructions. The CRA team that will be managing this program consists of James Sainvilus—Project Manager and Christie Betancourt—Operation Analyst. Christie Betancourt and James Sainvilus will Both conduct the initial proposal evaluation meeting with each of the applicants to explain the details of the program.If prepared,they will also evaluate the applicants conceptual design and construction documents(if available)at that time and provide feedback on the proposed improvements regarding the Impact on the underlying goal of the program.The CRA team will work with the applicant to create a detailed scope of work that will be used by the County Purchasing Department for solicitation purposes.The scope of work will be measured against the existing Collier County Land Development Code in order to ensure consistency with local building regulations.Mr.Sainvilus will work with the Purchasing staff on creating the formal scope of work,solicitation,and resultant contract. In addition to the aforementioned tasks,Ms.Betancourt will perform a background screening of all applicants in the program.She will verify and document the following:1)that each property has current property insurance at adequate levels to protect our investment,2)that each applicant has a valid occupational license,3)that each property is operating as a conforming use within the given zoning district,and 4)that property taxes are paid up to date. Once the contract has been approved by the BCC,James Sainvilus will take over the role of Construction Manager.He will setup the contract file for each general contractor along with the project field binder for each project.He will schedule the initial preconstruction meeting with all stakeholders. Re will lay out the project schedule,Davis Bacon reporting requirements,scope of work,and any other pertinent information,As the project progresses,Mr.Sainvilus will be on site daily to ensure adherence to all safety codes and scope of work.He will keep a daily activity log complete with pictures.Mr.Sainvilus will review contractor invoices on a monthly basis before handing them over to Christie Betancourt for processing. As has always been the case with previous CDBG funding,Christie Betancourt will act as the CRA's Fiscal Manager on this program.Ms.Betancourt has over 15 years of experience with public fiscal administration and is currently managing other similar programs.She will handle all SAP based transactions related to this program.This includes 1)processing of vendor invoices,2)monitoring vendor payments,and 3)corresponding with Community&Human Services staff regarding monthly reimbursement requests.Ms.Betancourt will also notarize all documentation as required under the governing policies and procedures of this program in order to ensure the accuracy and validity of invoices,forms,etc. Each of the team members understands and accepts their role in the execution of this program,as evidenced by previous performance in administering the existing Immokalee Commercial Façade Improvement Grant Program.It should he noted that since the Programs initial launch date back in 2008,each project funded within this program has been audited with zero findings of concern.The Immokalee CRA has also successfully administered over$4 million worth of other CDBG funds over the same time period. 7.Have you received funding in the past? if so,please complete the Prior Awards table in the Tables tab. ✓ Yes AND the Prior Awards table is complete E No Section 9:ADDITIONAL PROJECT SPECIFIC INFORMATION 8.Additional Project Specific Information Narrative Refer to the Applicant Guide tab for specific instructions. There are no land acquisition requirements in the proposed program.Participants in this program have not yet been determined. CONSTRUCTION/REHABILITATION: In 2009 the Immokalee CRA secured the services of a consultancy firm to perform an urban planning study of the Immokalee Central Business District. The firm performed a thorough analysis of both the transportation infrastructure and the existing commercial and residential building stock.The firm's two deliverables were a Public Realm Plan and Form-Based Design Guidelines for Immokalee.The document provided a thorough justification for the subject facade improvement program along with interesting conceptual renderings of the potential impact to commercial structures(shown in Exhibit 19 Central Business District Form-Based Guidelines).Although the building rehabilitation efforts will be limited to façade improvements,the renderings illustrate that there is still the potential for a dramatic improvement to the commercial landscape. Eligible Expenses: 1.facade improvements to commercial structures,such as storefronts,display windows,painting (in conjunction with other improvements),and exterior architectural or security lighting. 2,Removal of elements that cover original architectural design and details. 3.Signage. 4.Addition and/or replacement of awnings/doors/windows. 5.Overall replacement of architectural elements such as columns and arched windows that have structural deficiencies. 6.Painting,as part of a more comprehensive improvement project. 7.New stucco and stucco bands. 8.Electrical work directly related to the exterior of the building or the installation of approved signage. 9.Design services required to produce color rendering related to structural renovation,new construction and/or signage. 10.Landscaping and irrigation(subject to approval of a Landscape Plan), 11.Demolition required to facilitate approved façade improvements. 12.Soffit and fascia,as part of more extensive project improvements. 13.Roof improvements,as part of more extensive project improvements. 14.Improvements that enhance access,such as handicapped ramps and sidewalks. 15.Decorative fencing. 16.improvements to parking facilities,as part of more extensive project improvements. 17.Storm water enhancements. 18.Statues and fountains. 19.Permitting and design fees. 20.Repairs performed to correct Code violations. Ineligible Expenses 1.Physical or visual removal of architecturally Important features. 2.Installation of aluminum or vinyl siding. 3.Painting,when not associated with other improvements. 4.Any labor performed by a non-licensed contractor. 5.Improvements constructed prior to execution of final agreement with the CRA. 6.Routine maintenance activities that are part of normal property ownership. 7.improvements to a property that has any judgment liens,Is not current on all mortgage and/or tax obligations. 8.New construction. 9.Renovations to properties that are exclusively residential. 10.Renovations to properties that have illegal non-conforming uses. 11.Interior renovations. The enormous amount of non-profit organizations operating within Immokalee.Although these organizations are a benefit to the groups for which they serve,they do not contribute to the tax base.Their need,and their clients need,to utilize all of the basic public infrastructure systems without contributing to the inherent financial burden of maintenance and/expansion has created an obvious disparity between limited tax revenue and the cost of creating/maintaining a livable environment. Additionally,the Seminole Gaming Casino has repeatedly been rated as the number one tourist destination in all of Southwest Florida by Gutfshore Business Magazine.The facility continues to draw traffic from around the world,and has recently expanded with the recent construction of a hotel connected to the casino.The vehicular Infrastructure required to accommodate such traffic must be maintained by public taxing entities without the assistance of the Seminole Casino,which is a non-tax paying organization. The decision to make these improvements has been based on two key factors;the obvious need for capital improvement assistance throughout the Immokalee Commercial district,and the damagingly low tax values in the area in retrospect to similar communities.The following chart compares several similar commercial building structures throughout Collier County.All are zoned commercial with nearly identical features.The properties are located in geographic areas with similar public infrastructure environments in order to illustrate the disparity between taxable values and tax revenue needs in any given community. •The timeline below will be incorporated into the contract agreement should the project be selected for funding. 1.Executed agreement issued to CRA:day 1 2.Announce/market the Program to local businesses and hold Advisory Board meeting to evaluate and select projects:60 days 3.Take executed agreement to BCC for acceptance and budget amendment:0 days(simultaneous to step 2) 's. 4.Take third-party façade grant agreements to BCC for approval:30 days 5.Solicit/hire general contractors through Purchasing:120 days 6.Construction period:120 days 7.Inspect/close out projects:30 days Total:360 days Section 10:ENVIRONMENTAL ISSUES 9.Put a check in any box that pertains to the proposed activity. If you check any of the boxes below(except'None of the above),you must provide an explanation in the next question.If you check the'None of the above'box,you may enter'N/A'In the next question. ✓ Project/property is located on an historical or archeological site • Project/property is in the 100-year flood plain ✓ Project/property is in a wetlands area ✓ Project/property is in a coastal barrier area I- Project/property is within a half-mile of an airfield I ProjecUproperty is near storage or manufacturing facility of industrial products ✓ Project/property is on or near soil contaminated by diesel/fuel or gasoline I- Project/property is expected to impact the environment in any negative manner or pose a hazard or nuisance I- Endangered or threatened or listed species are located on the proposed project site I- There are environmental concerns or impediments associated with the proposed activity(if yes,please provide detail) I- Project/property Is expected to adversely affect the environment ✓ Project/property is on a properly zoned site(if not zoned properly,please explain) ✓ None of the above 10.If you checked any box(except'None of the above')in the previous question,provide an explanation in the box below. If you checked'None of the above'in the previous question,please enter'N/A'. All participants in this program will be required to have zoning consistent with the underlying zoning district and have use that is consistent with any overlay, Section 11:PROJECT IMPLEMENTATION PLAN AND READINESS TO IMPLEMENT 11. Project Implementation Plan and Readiness to Implement Refer to Applicant Guide tab for specific instructions. The CRA will announce the program in the Immokalee Bulletin once the executed grant agreement is received.The announcement will instruct all interested business owners to attend a one-on-one technical assistance meeting at the CRA office where interested parties will be given a thorough explanation of the program and its process.All interested parties will be Instructed to present the project(s)to the CRA Advisory Board a pre- determined regular monthly meeting so that the Advisory Board can vote to support or deny support of the application.It will be suggested that they bring a formal written scope of work and color rendering for presentation. Projects will be scored by the Advisory Board based on the following criteria: Points Available:Tasks: 1 New paint only&pressure wash 1 New Roof 2 Metal or Clay-Barrel Tile Roofing Material 1 Replacement of windows or doors 1 Re-pointing of mortar joints for brick or stone fronts,stucco repair 1 Woodwork repair,replacement or new installation 1 Landscaping improvements and irrigation system alterations 2 Install new irrigation system 2 Monument Sign 1 Debris/junk removal 2 Exotic tree/plant removal 3 Repair Code Violations 1 Install/repair rain gutters 3 Remove/Properly Dispose of Hazardous Materials 3 Architectural improvements to improve curb appeal(arched/columned openings,fountains, framed/key-stoned window openings, subtotal: Methodology- Points Available:Tasks: 25 Overall visual impact 20 Proximity to high traffic/high profile area 20 Owners financial contribution to the overall project cost 10 Design consistent with CRA Public Realm Plan or Form-Based Guidelines Total: We anticipate approximately ten respondents to the announcement at a grant amount of$40,000 per building($400,000 total).All projects wilt then be taken to the BCC for approval of award.From there,CRA staff will work with Purchasing staff to solicit a general contractor for all projects rolled into one contract.Only one GC will be awarded the work in order to expedite the procurement process and benefit from a reduction in unit pricing and/or 'S general condition expenses.CRA staff will create a detailed schedule of values for each of the individual projects to be used for solicitation purposes, The lowest,qualified bidder for all collective projects will be awarded the single contract. •List the tasks in a logical order that demonstrates a feasible work plan,has Identified staff,board members,partners that will be responsible for implementation. 1.April—2016:Collier County Community and Human Services(CHS)issues the CRA a conditional approval letter and awards the CRA an executed contract. 2.April/May—2016:CRA staff runs an advertisement announcing the program to the community along with details regarding the informational meeting in the Naples Daily News and Immokalee Bulletin. 3.April/May—2016:CRA staff conducts the Informational meeting in order to communicate to the community the methodology of the program,details regarding the application/presentation/approval process,and a detailed description of the project execution process. 4.April/May—2016:CRA staff will meet with each respondent to put together a comprehensive scope of work in preparation for the CRA Advisory Board meeting.Since the grant awards will be based on a first come,first served basis,the date and time of this meeting will be recorded by CRA staff. 5.June—2016:Projects are presented to the CRA Advisory Board by applicants(in design charrette format)and voted on during ONE public meeting.The bid schedule assembled by Purchasing staff will break out a cost for each of the Advisory Board approved projects.in the event that we receive and approve applications in excess of$400,000,only the highest scoring projects will be funded up until the $400,000 threshold is reached. 6.CRA works with Purchasing Department to create Invitation to Bid(ITB)document along with a detailed scope for each building. 7.September—2016:CHS takes CRA grant agreement to BCC for approval 8.September—2016:CRA requests of BCC permission to accept grant and approval of the related budget amendment recognizing the grant revenue 9.October—2016:BCC approves the amended budget via a separate follow-up agenda item 10.November—2016:Purchasing releases ITB and Runs legal advertisement in the Naples Daily News for general contractor services. 11.January/February—2017:Take GC contract to CRA Governing Board(BCC)for approval. 12.March—2017:Issue GC purchase order/notice-to-proceed. 13.March through July—2017:Perform construction administration during construction phase. 14.August—2017:Inspect/close projects as they reach completion. 15.September—2017:Close out grant. As communicated above,the CRA staff consists of an experienced Project Manager and Fiscal Manager,all of whom will play a critical role in implementing this program.We have just completed two much larger grant-funded programs,which collectively add up to over$3 million six months ago.If this program becomes funded through this application we will have plenty of staff resources to effectively manage all aspects. 12.Please complete the Project Timeline table in the Tables tab,then check the box below to confirm. ✓ Project Timeline Is complete Section 12:FINANCIAL MANAGEMENT 13.Financial Management Refer to the Applicant Guide tab for specific instructions. The Immokalee CRA staff has successfully administered over$5 million in CDBG funding since 2009.This includes adherence to Davis Bacon laws requiring certified payroll management,field interviews and internal County fiscal management within the SAP domain.Outside of the grant aspects of the proposed project,CRA staff has administered the subject CRA Commercial Facade Improvement Program using local tax revenue since 2008. In an effort to protect the public's investment,participants in this program will be required to maintain the improvements for a period of five years after completion.An annual inspection of the property will be performed by CRA staff who will complete a report and take photographs of all items contained within the original scope of work.Should the Grantee transfer,sell,divest itself of its interest in the subject properly,or fail to maintain the renovations and improvements during the five-year period following receipt of the grant funds,the CRA shall be entitled to reimbursement of the grant funds as follows: Elapsed Time Amount Due CRA 0 to one year after grant funds received 100% One year after grant funds received 80% Two years after grant funds received 60% Three years after grant funds received 40% Four years after grant funds received 20% Five years after grant funds received 0% The CRA's local tax revenue has been on a steady decline since 2007.Due to local tax revenue limitations,this grant is our only viable source of community facade improvement funding.Although there are other potential grant-funding sources available to the CRA,nearly all are related to transportation or other civil Infrastructure improvements.The inherent nature of the Community Development Block Grant Is a perfect fit for the proposed program.see the attached(CRA Year-to-Year Tax Increment Revenue). We are only requesting partial reimbursement of staff salaries to administer this program.These are existing,full-time CRA positions. The CRA uses the County's Collier County general revenue funding will be used to fund the construction contract. 14.Please complete and upload the Financial Review Spreadsheet in the Documents tab. ✓ Financial Review Spreadsheet is complete and uploaded 15.Agency maintains the following records: Check all that apply. ✓ Cash Receipts Journal ✓ Cash Disbursements Journal ✓ General Ledger ✓ Charts of Accounts ✓ Payroll Journal and Individual Payroll Records ✓ Individual Personnel Files ✓ Written Procurement Procedures ✓ Capital Inventory ✓ Written Travel Policy ✓ Property Control Policy and Records r None of the above 16.Agency agrees to: Check all that apply. ✓ Submit complete audits for every year during contract ✓ Retaining all project records for the applicable time period as outlined in applicable regulations Section 13:OUTCOMES AND PERFORMANCE MEASURES 17.Outcomes and Performance Measures Refer to the Applicant Guide tab for specific instructions. •Identify a clear evaluation plan with performance measures based on the Outcomes and Performance Measures table(refer to the guideline). Progress wilt be monitored on a daily basis by CRA staff to ensure that the improvements are consistent with the approved proposals.On an annual basis,CRA staff will perform a visual inspection of the improved properties documenting that the improvements have been maintained for a period of five years.Our existing annual inspection form will be used. •Demonstrate how the organization will sustain long term support for the project. The CRA has an existing Commercial Sweat Equity Program.This Program will be used to support business owners on a long term basis to maintain their improved properties. •Demonstrate how outcome measures wit meet national or program objectives Before/after photos of the buildings will be used to document an increase in suitable living environment.Although an increase in localized economic activity is expected from these efforts,the CRA is not obligating itself to the outcome in any way.However,CRA and MSTU tax revenues will be monitored as a possible barometer of resultant economic growth. •Provide a list of program/project outcomes. Increased patron activity for the participating commercial establishments.Improved ascetic appeal within the Immokalee Central Business District. •Explain how the program/project demonstrates"value-added"or"community value"to Collier County. The commercial facility improvements will trigger an increase in property taxes through reassessment,a portion of which flows to the Immokalee CRA and MSTU funds for reinvestment into the community. Section 14:BUDGET 18.Please complete the Budget Summary and Itemization table in the Tables tab,then check the box below to confirm. 1/ Budget Summary and Itemization table is complete Section 15;ESTIMATED PROGRAM INCOME 19.Will program Income be generated as a result of the service or product provided? If so,please use the'explain'box to indicate the SOURCE of the income generated(rent,proceeds,revenue,program fees,etc.)and the TOTAL DOLLAR AMOUNT that will be generated. r Yes,please explain: ✓ No 20.Estimated Program Income Narrative Refer to the Applicant Guide tab for specific instructions.If no program income will be generated,enter N/A'. N/A 21.If program income is anticipated,indicate how the funds will be utilized: I- Organization will track,re-use within the program and report to CHS on a monthly basis r Organization will submit program income to CHS on a monthly(or at least yearly basis) 1/ N/A-No program income will be generated Section 16:LEVERAGED OR MATCH FUNDS 22.If applicable,please complete the Leveraged or Match Funds table in the Tables tab,then confirm below. i- Leveraged or Match Funds table is complete ✓ N/A-No leveraged or matched funds exist Tables Prior Awards Fiscal Year Award Amount Clients Served Project Location FY 2013 $ 994,000 All Immokalee Zocalo Plaza(1st&Main St.) FY $ FY $ FY $ i FY $ FY $ FY $ FY $ FY $ FY $ FY $ Total $994,000 0 Project Timeline Tasks #of Days to Date Completed/Anticipated Date(Month& Responsible Complete Year) Party Announce funding and call for projects 60 Days 4/16 CHS Work with interested parties on scope/process 60 Days 4/16 CRA Present projects to Scaring Committee 30 Days 6/16 CRA&Applicants Work on scopes of work in preparation for 60 Days Purchasing advertising Grant awarded to CRA 30 Days 9/16 CHS CRA(BCC)accepts award 30 Days 9/16 CRA Budget Amendment approved by BCC 30 Days 10/16 OMB Environmental review 60 Days 10/16 CHS Solicit GC 90 Days 10/16 CRA&Purchasing Take GC contract to BCC 90 Days 1/17 CRA Issue GC PO and NTP 30 Days 3/17 CRA Architectural Plans/Permits 30 Days 4/17 GC Construction milestones 120 Days 3/17-7/17 GC Construction complete 30 Days 8/17 GC Certificate of Occupancy and grant close out 30 Days 9/17 CRA&CHS Days Days Days Days Days Days Days Days Days Total 780 Days Budget Summary and Itemization Project Components- Detail/Itemization by CDBG Other Item y Funding Funds Leverage/Match total Narrative Deliverable Exterior rehabilitation of $ 440,000 $ $ $440,000 Some of the existing commercial Owners: existing commercial structures within the Immokalee conceptual structures.New roof,replace Community Redevelopment Area renderings along windows/doors,replacement have deteriorated to the point of with scope of of security fencing and new becoming a deterrent to economic work. lighting,landscaping, development.The business GC:plans, stucco/paint,architectural owners have requested permits, features,etc. commercial fagade improvement improvements and$40,000 for Project grants from the existing CRA Identified within Delivery Façade Grant Program,which is the individual currently unfunded due to budget scopes of work. limitations. $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $o $ $ $ $0 Total $440,000 $0 $0$440,000 Leveraged or Match Funds Source of Match/Leveraged Funds Conditions/Limitations of Match/Leverage Funds Amount Total $0 Documents Documents Requested* Required? Attached Documents* 501(c)(3)IRS Tax Exemption Letter ✓ ribiLL5O cJ(3) Articles of Incorporation ✓ Exhibit 2 Articles of Incorporation By-Laws ✓ ExMbit 3 CRA Bylaws Organizational Chart ✓ Exhibit 4 Ord Chart 2 List of Board of Directors ✓ Exhibit 5 Board of Directors Resumes,Pay Scales with Job Descriptions ✓ Exhibit 6 Staff Resumes State of Florida Certificate of Good Standing ✓ Exhibit 7 State of Florida Certificate of Good Standing Board Resolution authorizing submittal of grant application ✓ Exhibit a Board Resolution Preceding 2-year completed audits including management letter ✓ Exhibit 9 County Financial Statement and findings Acknowledgement Letter ✓ Exhibit 10 Acknowleclgoment letter download template Affidavit of Compliance with Federal,State,and Local ✓ Exhibit 11 Affidavit of Compliance with Federal,State,and Local Regulations Regulations download template Certification of CDBG Funded Construction/Rehabilitation Exhibit 12 Certification of CDBG-HOME-ESG Funded Projects Construction Rehab Protects cfr,wnig•da template Acknowledgment of Religious Organization Requirements Exhibit 13 Acknowledgement of Religious Organization (template?) Requirements download template Certification Regarding Debarment,Suspension,Ineligibility ✓ Exhibit 14 Certification Regarding Debarment,Suspension Voluntary Exclusion Ineligibility volurtfary exclusion download template Procurement Policy ✓ Exhibit 15 Purchasing Poles Exhibit 20 Facade Program Policies 2010 Rev Match Documentation Internal Revenue Service Form 990-First 12 page of the last 2 ✓ Exhibit 17 Internal. fevenue Service Form 990 years IF APPLICABLE:Verification of site plan/plat approval IF APPLICABLE:Verification of zoning IF APPLICABLE:Location map/photo of site Exhibit 21 Map of Various Innnokalee Designations Exhibit 22 Map of Various Immokalee Designations IF APPLICABLE:Floor plans Exhibit 19 Central Business District Form-Based Guidelines IF APPLICABLE:Relocation plan associated with Uniform t✓ Relocation regulations Financial Review Spreadsheet(template?) Exhibit 16 Organizations Current Balance Sheets Exhibit 18 CRA Year-to-Ytar lax Increment Revenue *ZoomGrants""is not responsible for the content of uploaded documents. Application ID:53229 Become a fan of ZaomGranls''on Facebook Problems?Contact is at Quasi unspm2nomcrants.corn 02002-2016 GrantAnaiyst.com.All rights reserved. 'ZoornGrants'and the ZoomGrants logo are trademarks of GranlAnalyst.com,LLC. L 52011 Br=vsci Exhibit 1. 501(c)(3)IRS Tax Exemption Letter N/A I i Exhibit 2 Articles of Incorporation Resolution No. 2000-83 RESOLUTION 110. 2000-83 A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA RELATING TO COMMUNITY REDEVELOPMENT;DECLARING THE BOARD OF COUNTY COMMISSIONERS TO BE THE COLLIER COUNTY COMMUNITY REDEVELOPMENT AGENCY; AUTHORIZING THE CREATION OF ADVISORY BOARDS FOR THE COMMUNITY REDEVELOPMENT AREA;PROVIDING FOR CONFLICT WITH OTHER RESOLUTIONS AND SEVERABILITY; PROVIDING AN EFFECTIVE DATE. WHEREAS,the Board of County Commissioners has adopted•resolution finding the existence of one or more blighted areas In the unincorporated area of the County and further finding that the rehabilitation,conservation or redevelopment or combination thereof,In such areas is necessary In the Interest of the pubto health,safely,morals or welfare of the residents of Collier County,Florida;and WHEREAS, to carry out and Implement the redevelopment powers and actions contemplated by Part III,Chapter 183,Florida Statutes,within such areas,It Is necessary that a community redevelopment agency be created;and WHEREAS,the Board of County Commlaslotera desires to serve as the community redevelopment agency end have advisory boards consisting of citizens and property owners In the areas providing advice to the Board concerning the redevelopment of the areas; NOW,THEREFORE,BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY,FLORIDA AS FOLLOWS: Section 1. Findlnas. The foregoing recitals are hereby adopted and Incorporated herein to the same extent as If they were set forth in this section. Section 2. Declaration of Board of County Commissioners as Community RedavaloomentAgency. As provided in Section 183.357(1),Florida Statutes(18991 the Board of County Commissioners of Collier County,Florida,does hereby declare Itself to be the Collier County Community Redevelopment Agency as en additional duty of office,and does further declare that at the rights.powers,duties,privileges,and Immunities vested by Part Ill, Chapter 183,Florida Statutes(1999)In such a community redevelopment agency are hereby vested in the Board of County Commissioners,subject to all responaibtlIes and liabilities imposed or Incurred. Section 2. Separate Legal Entity. The member* of the Board of County Commlasloners ere the members of the Community Redevelopment Agency,but the members constitute the head of a legal entity,separate,distinct,and independent from the Board of County Commissioners. Section 3. Creation of Advisory Boards.There are to be created,under separate resolutions by the Community Redevelopment Agency,advisory boards for each component to c • 1 area of the community redevelopment area in the unincorporated area of Collier County,which shall be composed of citizens, residents,properly owners and business owners or persons engaged In business In the area, as provided in the resolution of the Community Redevelopment Agency providing for the appointment of such members. The duties end responsibilities of such advisory boards shall be set forth in the resolution of the Community Redevelopment Agency. Section 4. Conflicts. All resolutions and parts of resolutions In conflict with any of the provisions of this resolution are hereby repealed. Section 5. Severebility. If any section or portion of a section of this resolution proves to be invalid,unlawful,or unconstitutional,it shall not be held to invalidate or impair the validity,force,or effect of any other section or part of this resolution. Section 5. Effective Date.This resolution shall become effective immediately upon its passage and adoption. Section T. This Resolution adopted after motion,second and ma!orlty vote this i L day of Ara/IL.,2000. ATTEST: BOARD OF C. - •'` SIONERS • •DWIGN7s.BROCK,CLERK COLDER •UNTY,FLORIDA • ' TiMOT LT.CONSTAT NE,C IRMAN •• 'Att$t,41 ito Chairman's 1.01 tiltf°1111, APPROVED AS TO FORM AND LEGAL SUFFICIENCY e' I Ah4LYJL c l[l yi. David C.Weigel Q County Attorney 2 Exhibit 3 CRA Bylaws CRA RESOLUTION NO.2001- 9 8 11 B1 A RESOLUTION OF THE COLLIER COUNTY COMMUNITY REDEVELOPMENT AGENCY RELATING TO COMMUNITY REDEVELOPMENT; PROVIDING FOR MEMBERSHIP, TERMS, PURPOSE, DUTIES, ORGANIZATION AND RULES OF PROCEDURE FOR THE AGENCY;CREATING THE BAYSHORE/GATEWAY TRIANGLE LOCAL REDEVELOPMENT ADVISORY BOARD;CREATING THE IMMOKALEE LOCAL REDEVELOPMENT ADVISORY BOARD; PROVIDING FOR MEMBERSHIP, TERMS, PURPOSE, DUTIES, ORGANIZATION AND RULES OF PROCEDURE FOR THOSE ADVISORY BOARDS; PROVIDING FOR SEVERABILITY;PROVIDING AN EFFECTIVE DATE. WHEREAS, the Board of County Commissioners has adopted a resolution finding the existence of one or more blighted areas in the unincorporated area of the County and further finding that the rehabilitation, conservation or redevelopment or combination thereof, in such areas is necessary in the interest of the public health,safety,morals or welfare of the residents of Collier County,Florida;and WHEREAS, the Board of County Commissioners has further adopted a resolution declaring itself as the Collier County Community Redevelopment Agency to carry out and implement the redevelopment powers and actions contemplated by Part III,Chapter 163,Florida Statutes,within such areas;and WHEREAS,the Board of County Commissioners contemplated the creation of advisory boards for each component area of the community redevelopment area in the unincorporated area of Collier County, composed of citizens, residents, property owners and business owners or persons engaged in business in the area;and WHEREAS, the Board of County Commissioners further contemplated the need to establish membership, duties and responsibilities for the Agency and for each such advisory board; NOW, THEREFORE, BE IT RESOLVED BY THE COLLIER COUNTY COMMUNITY REDEVELOPMENT AGENCY AS FOLLOWS: SECTION 1. Agency Bylaws: That there is hereby adopted bylaws for the Agency setting forth membership,terms,purposes,duties,organization and rules of procedures for the Agency,a copy of which is attached, SECTION 2. Advisory Board: That there is hereby created the "BayshorelGateway Triangle Local Redevelopment Advisory Board" and the "Immokalee Local Redevelopment Advisory Board"and bylaws for those Boards are adopted,a copy of which is attached. force,or effect of any other section or part of this Resolution. SECTION 4: Effective Date: This Resolution shall become effective immediately upon its passage and adoption. SECTION 5: This Resolution adopted after motion, second and majority vote this c??Xi day of�' —='2001. ATTEST:'.- COMMUNITY REDEVELOPMENT AGENCY ':DWIGI lT.E.BROCK',SECRETARY OF COLLIER COUNTY,FLORIDA BY: ` *.J, g BY ' > I�ri.�_ ( gyp PAMELA S.MAC'KIE,C i'MAN Attest .as .ta': tairman 's signature oily. Approved As to Form and Legal Sufficiency J .24'1.! Heidi Ashton, Assistant County Attorney and CRA Legal Counsel 1181 :4 . BYLAWS OF THE COMMUNITY REDEVELOPMENT AGENCY OF COLLIER COUNTY,FLORIDA ARTICLE I. NAME AND PURPOSE SECTION 1. Name: This Community Redevelopment Agency shall be known as the"Collier County Community Redevelopment Agency" (the "CRA"), established pursuant to Resolution 2000-83 adopted on March 14, 2000 by the Board of County Commissioners ("BCC") of Collier County, Florida (the "County")pursuant to Part III,Chapter 163,Florida Statutes(the"Act"). SECTION 2. Redevelopment Area: The area of operation of the CRA consists of certain geographical areas listed below and for which a redevelopment plan was adopted by CRA Resolution 2000-01 by the CRA and Resolution 2000-181 by the BCC, and referred to therein as the Immokalee Component Redevelopment Area and the Bayshore/Gateway Component Redevelopment Area. Additional Component Redevelopment Areas may be added under separate resolutions by the CRA after all appropriate findings have been made and a redevelopment plan for those areas adopted by the CRA and BCC, all in accordance with the Act. SECTION 3. Purpose: The purpose of the CRA is to undertake and implement improvements as provided for in the Act and the adopted Redevelopment Plan; to promote and create favorable conditions for the development,redevelopment and revitalization of the area of operation of the CRA; and to receive input from its Advisory Boards, authorized by the Resolution No. 2000-83, who adhere to separate bylaws adopted specifically for their purposes,and serve to represent the component areas of operation of the CRA. ARTICLE II. COMMUNITY REDEVELOPMENT AGENCY SECTION 1. Function: The CRA is established to carry out those purposes that are outlined in Article I,Section 3. SECTION 2. Authority: The CRA, subject to the provisions of the Act and all other applicable provisions of law, shall have all powers customarily vested in a community redevelopment agency as provided in the Act. SECTION 3. Members and Terms: In accordance with Section 163.357(1), Florida Statutes, the Collier County Board of County Commissioners has declared itself to be the Collier County Community Redevelopment Agency as an additional duty of office. Reference to the members of the CRA as a whole shall be "CRA Board" or "CRA". An individual member of the CRA shall be referred to as a "Commissioner." CRA Board terms shall be simultaneous with terms of members of the Board of County Commissioners. SECTION 4. Vacancies: Appointments to fill vacancies on the CRA shall be filled by the person filling the vacancy on the Board of County Commissioners. SECTION 5. Employees: The CRA may, as it from time to time determines, employ or retain by contract staff, personnel, technical experts, legal counsel, and other such agents and employees, permanent or temporary,as it requires,and determine their qualifications,duties and compensation. The 1 1 13 1 .1 CRA may approve and authorize contracts with the County and other persons, firms and individuals to provide services for and on behalf of the CRA. ARTICLE III. OFFICERS SECTION 1. Officers: The officers of the CRA shall consist of a Chairman,Vice Chairman,and a Secretary,and such officers as the CRA may from time to time create. The Secretary shall be the Clerk of Courts to the Board of County Commissioners,but shall have no vote. SECTION 2. Qualifications: Officers shall be members of the CRA,except that the Secretary may, in the discretion of the CRA,be someone not a member of the CRA. SECTION 3. Role of Chairman: The Chairman shall preside at all meetings of the CRA, sign agreements,contracts,and instruments on behalf of the CRA,call special meetings as necessary and shall perform such other duties as are customary for the Chairman. SECTION 4. Role of Vice Chairman:The Vice Chairman shall act for the Chairman in the Chairman's absence. The Vice Chairman shall also perform such duties as are delegated by the Chairman. SECTION 5. Role of Secretary: The duties of the Secretary will be defined in a written agreement with the Clerk of Courts. Some of the duties may include: (a) keeping the minutes of the proceedings of the meetings of the CRA, (b) providing all notices in accordance with the provisions of these bylaws or as required by law,(c)posting or causing to be posted all meeting notices as required by County procedures and notify members, (d) maintaining custody of the CRA records, (e) attesting contracts and other CRA documents, and (f)in general performing all duties from time to time as may be prescribed by the Chairman of the CRA. SECTION 6. Officer Absences: In the absence of the Chairman and Vice Chairman, the quorum present shall select a Chairman for the meeting. SECTION 7. Election of Officers: Except for the Secretary, officers shall be elected at the Annual Meeting of the Agency. Election requires nomination from the floor and an affirmative vote by a majority of the CRA members present and voting on an annual basis, provided a quorum is present at such meeting. Officers shall be seated immediately upon their election. SECTION 8. Terms of Office: Each officer duly elected by the CRA shall serve a term of one year until the next annual appointment or election. All officers shall hold office until their successors have been elected or until their earlier resignation, removal from office or death. No person may simultaneously hold more than one office on the CRA. SECTION 9. Officer Vacancies: If a vacancy exists in any office, the CRA shall elect a new officer by the affirmative vote of a majority of the CRA members present and voting at a meeting of the CRA,to fill the incomplete term of the vacated office. SECTION 10. Removal or Resignation: The CRA may remove an officer at any time with or without cause by the affirmative vote of a majority of the CRA members present and voting at a duly constituted meeting of the CRA. An officer may resign at any time by delivering notice thereof to the CRA. A resignation is effective when the notice is delivered to the CRA unless the notice specifies a later effective date and the CRA accepts the future effective date. The pending vacancy may be filled before the effective date provided that the successor does not take office until the effective date. 2 _ _ _ _ _ _ _ _ _ _ _ 1181 ' 1 ARTICLE IV. COMMUNITY REDEVELOPMENT AGENCY ADVISORY BOARDS SECTION 1. Function: In accordance with Resolution 2000-83, advisory boards are to be created for each component area of the community redevelopment area in the unincorporated area of Collier County, which shall be composed of citizens, property owners and business owners or persons engaged in business in the area. Separate bylaws for these advisory boards will be adopted by the CRA. These advisory boards will serve as the primary source of community input to the CRA staff and to the CRA itself. Each advisory board will consider and make recommendations to the CRA staff and the CRA concerning the Redevelopment Plan, amendments to the Redevelopment Plan, the redevelopment area work program and priorities and their implementation. The advisory board functions are advisory only and are to assist with the public input in the local redevelopment planning process. ARTICLE V. MEETINGS SECTION 1. Meetings: The Board shall schedule meetings as needed to carry out its duties in accordance with these Bylaws and shall follow the procedures outlined in Sections 2-36 — 2-41 of the Code of Laws and Ordinances of Collier County unless otherwise specified below. a)Annual: An Annual meeting of this Agency shall be held in the month of January of each year,and on i the date and at the time and place to be determined by the Board,if other than at a regular meeting. b). Regular: Regular meetings of the CRA shall be held as necessary on either the second or the fourth Tuesday of each month to coincide with the regular meetings of the BCC or on such day as may be determined by the CRA. The CRA meetings will be held at a "time certain" identified on the BCC Agenda. SECTION 2: Meeting Procedures: The procedures for the meetings of the CRA will follow the procedures outlined for the BCC in Sections 2-36—2-41 of the Code of Laws and Ordinances of Collier County unless otherwise specified below. Meeting notice will be published in accordance with applicable laws. ARTICLE VI. ORDER OF BUSINESS SECTION 1. Order of Business: The order of business at regular meetings shall be: (a) Roll Call (b) Adoption of the Agenda (c) Adoption of Minutes from Previous Meeting (d) Communications a. Advisory Board communications b. Other communications (e) Consent (f) Old Business (g) New Business (h) Citizen Comments (i) Adjournment 3 _ __. _ _ __ _ __ _ _ _ _ 1181 . , ARTICLE VII. CONTRACTS SECTION 1. Execution of Instruments: Legal instruments of the CRA shall be executed by the Chairman and attested to by the Secretary with the Clerk of Court's seal affixed thereto. In the absence of the Chairman,such instruments may be executed by the Vice Chairman. SECTION 2. Real Property Acquisition and Disposition: The acquisition,conveyance and leasing of real property by the CRA shall be done in accordance with the Act. SECTION 3. Purchasing Procedures: Purchasing procedures will be in accordance with the Act. If the Act is silent then the procedures will be consistent with those authorized by the BCC for Collier County or such other procedures that the CRA Board may adopt. ARTICLE VIII. FISCAL MATTERS SECTION 1. Fiscal Year: The fiscal year of the CRA shall be the twelve year calendar month period commencing on October 1 and ending on September 30 of the following year. SECTION 2. Financial Reporting: The Secretary shall maintain financial records of all financial transactions made on behalf of the component areas of the redevelopment area. Staff assigned as liaison to the CRA shall provide a report of the income and expenditures of each component area to the CRA at the annual meeting and as otherwise requested by the CRA. ARTICLE IX. AMENDMENTS These Bylaws may be amended at any duly constituted meeting of the CRA by an affirmative vote by a majority of the CRA members present and voting after the proposed amendment has been listed on the agenda and submitted to the CRA for review and discussion. . PASSED .AND CERTIFED AS TO PASSAGE by the Collier County Community Redevelopment Agency ths2 l day of Ac+ s 2001. "• ATTEST.' COMMUNITY REDEVELOPMENT AGENCY DWIGHT F).1 ROCK,SECRETARY OF COLLIER COUNTY,FLORIDA • By:... ,116 BY: Attest as to Chairman's PAMELA S. MAC'KIE,CHAIRMAN signature only. Approved As to Form and Legal Sufficiency 6I • Heidi Ashton Assistant County Attorney and CRA Legal Counsel 4 I 1B1 BYLAWS OF THE COMMUNITY REDEVELOPMENT AGENCY LOCAL REDEVELOPMENT ADVISORY BOARDS OF COLLIER COUNTY,FLORIDA ARTICLE I. NAME AND PURPOSE SECTION 1. Name: The local advisory board, one per each component redevelopment area, shall be known as "the name of the component redevelopment area in which the local planning board sits"Local Redevelopment Advisory Board. SECTION 2. Redevelopment Area: The area of operation of an advisory board consists of that certain geographical area identified'in CRA Resolution 2000-01 by the Community Redevelopment Agency (GRA) and Resolution 2000-181 by the BCC, and referred to therein as the Immokalee Component Redevelopment Area and the Bayshore/Gateway Component Redevelopment Area. Additional redevelopment component areas may be designated by separate resolutions of the Community Redevelopment Agency of Collier County ("CRA") and the Collier County Board of County Commissioners ("BCC") after all appropriate findings have been made and a redevelopment component plan for those areas is adopted by the CRA and BCC,all in accordance with Part III, Chapter 163,Florida Statutes(the"Act"). SECTION 3. Purpose: Each advisory board is intended to be the primary source of community input to the Collier County Community Redevelopment Agency(the"CRA")and to the CRA staff. Each advisory board will consider and make recommendations to the CRA staff and the CRA concerning the Redevelopment Plan,amendments to the Redevelopment Plan, the redevelopment area work program and its implementation and any redevelopment projects proposed for the area of operation of the advisory board. The advisory board functions are advisory only and are to assist with the public input in the local redevelopment planning process. More specifically,the purpose and duties of each advisory board shall be as follows: (a) review the applicable component redevelopment area's redevelopment plan and when necessary recommend to the CRA any changes to the plan; (b) make recommendations to the CRA on plan implementation, including developing an annual work program, setting project priorities, and developing incentives to further the redevelopment efforts and carry out and effectuate the purposes and provisions of the Act in the component redevelopment area; (c) receive input from members of the public interested in redevelopment of the component redevelopment area and to report such information to the CRA;and (d) review and comment on any redevelopment projects proposed in the advisory board's component redevelopment area. 1 1161 , ARTICLE II. ADVISORY BOARD SECTION 1. Function: Each advisory board is established to carry out those purposes that are outlined in Article I,Section 3 hereof. SECTION 2. Authority;Standing Rules: The advisory board shall be subject to the direct supervision of the CRA Board. The CRA staff shall assist each advisory board and shall serve as the Iiaison to the CRA Board. Each advisory board may prepare and adopt standing rules specific to that advisory board's component redevelopment area. Preparation, adoption and amendment of any such standing rules shall be at the discretion of the advisory board and must be consistent with these Bylaws, CRA Resolution 2000-01 and BCC Resolution 2000-181 which adopted the Redevelopment Plan, BCC Resolution 2000-83 which declared the BCC to be the CRA and authorized the creation of the advisory boards, the adopted Redevelopment Plan and the Act. Proposed standing rules or amendments to such rules shall be submitted by the advisory board to the CRA for a determination of consistency with all of the above. Any proposed rules or amendments to the rules will be effective upon that determination. SECTION 3. Number of Members: The Board shall have an appropriate number of members to insure adequate representation of all aspects of the community in the component redevelopment area. This number may vary from component redevelopment area to component area. This number may be increased or decreased from time to time as recommended by the advisory board and appointed by the CRA board member for the applicable component redevelopment area. In no circumstances will the number of advisory board members be less than five. SECTION 4. Appointment and Qualifications; The CRA board member from the component redevelopment area shall appoint the advisory board members subject to Article II, Section 5 for the Bayshore/Gateway component redevelopment area and Article II, Section 6 for the Immokalee component redevelopment area. All appointments are subject to approval by the CRA board. Consideration should be given to appointing members that have experience in the following professions: finance,banking, architecture,engineering,education,law enforcement, social work,real estate sales and development;planning or design and building construction. Each member of an advisory board shall engage in business in the component redevelopment area for that advisory board. For purposes of these bylaws, an individual who "engages in business" means an individual who owns real property or a business, practices a profession or performs a service for compensation or serves as an officer or director of a corporation or other business entity so engaged. Any group, committee or board existing at the time of adoption of these Bylaws may present its membership for appointment as long as consideration is given to balancing the advisory board with representatives from the above-recommended professions. SECTION 5. The Bayshore/Gateway Triangle Local Redevelopment Advisory Board Consideration should be given to appointing members of the advisory board for the Bayshore/Gateway component redevelopment area as follows: (a) One(1)Bayshore resident; (b) One(1)Gateway Triangle resident; (c) One (1)Bayshore business owner; (d) One(1)Tamiami Trail(US41)business owner; (e) One(1)Davis Boulevard(SR84)business owner; (f) One(1)Bayshore Municipal Service Taxing Unit(MSTU)representative; 2 __ _ _ _ _ _ _ _ _ I1B1H (g) One (1) at large representative who resides or engages in business, or both, in the Bayshore/Gateway Triangle Component Redevelopment Area; SECTION 6: Immokalee Local Redevelopment Advisory Board: In order to assure a comprehensive approach in the Immokalee community, the Immokalee Enterprise Zone Development Agency as created by the BCC pursuant to Collier County Ordinance 95-22, as amended, shall be the Immokalee Local Redevelopment Advisory Board. The Immokalee Local Redevelopment Advisory Board shall adhere to the provisions of these bylaws, except as otherwise provided by Collier County Ordinance 95-22, as amended. SECTION 7. Application Procedures: Applicants must be residents and electors of Collier County. Residents interested in applying to serve on an advisory board shall submit a letter requesting such appointment and containing a brief resume to the CRA. Guidelines for appointing the members to the advisory board will be consistent with those procedures outlined in BCC Resolution 94-136. SECTION 8. Terms: Except for the Immokalee Local Redevelopment Advisory Board,advisory board members shall serve for two (2)year terms, with no more than two reappointments permitted. However, for purposes of staggering reappointments,three(3)of the initial members will have one(1)year terms as follows: Bayshore/Gateway Local Redevelopment Advisory Board- the Bayshore resident, the Gateway Triangle resident and the at large representative will each serve only a one(1) year term for the first year of the advisory board, with two (2) year terms from then on. The terms for the Immokalee Local Redevelopment Advisory Board will be consistent with the terms set forth in Collier County Ordinance 95-22,as amended. SECTION 9. Vacancies: Vacancies occurring on any advisory board shall be publicized,but need not be advertised, in a publication of general circulation within the county; and vacancy notices are to be posted in the county libraries, the courthouse and on the internet. Appointments to fill vacancies on the advisory board shall be filled by the CRA Board member of the component redevelopment area. The term of an advisory board member appointed to fill a vacancy expires at the time the term of the original member would have expired. SECTION 10. Attendance,Removal and Resignation: It is the intent and strong desire of the CRA that there be full attendance of advisory board members at all meetings of the advisory board, recognizing, however, that it may be necessary for board members to be absent from a meeting due to unusual or emergency circumstances. The following requirements are established: 1. Any advisory board member who is absent for more than two-thirds of the advisory board's meetings in a given fiscal year shall be deemed to have tendered his or her resignation from the advisory board.The CRA shall, as soon as practicable after such resignation, declare the position vacant and shall promptly fill the position. The affected advisory board member shall not serve at any meeting after his or her position is declared vacant by the CRA. 2. In the event that any advisory board member is absent from two consecutive advisory board meetings without a satisfactory excuse acceptable to the advisory board, the advisory board chairman shall state such fact at the next regularly scheduled advisory board meeting and shall thereafter notify, in writing, the CRA of the advisory board member's failure to attend without a satisfactory excuse. The CRA shall review the notification at a CRA meeting and shall declare the advisory board member's position to be vacant if the CRA concurs that the advisory board member was absent from two 3 ................ . ........ . . 1 ! _ _ _ _ _ _ 1 R consecutive advisory board meetings without a satisfactory excuse and shall promptly fill that position pursuant to the provisions of Article II, Section 9. 3. For purposes of this Section 10, attendance means presence at the meeting no later than fifteen minutes after the meeting is called to order as verified by the Secretary on the attendance record. 4. A member may resign at any time by delivering notice thereof to the advisory board and the CRA Chairman. A resignation is effective when the notice is delivered to the CRA Chairman unless the notice specifies a later effective date and the CRA board accepts the future effective date. The pending vacancy may be filled before the effective date provided that the successor does not participate at a meeting until the effective date. SECTION 11. Financial Disclosures: Advisory board members shall comply with the applicable financial disclosure requirements of laws of the State of Florida. ARTICLE III. OFFICERS SECTION 1. Officers: The officers of the each advisory board shall be a Chairman, Vice Chairman, and a Secretary. The Secretary shall be the individual assigned from County staff, but shall have no vote. SECTION 2. Role of Chairman: The Chairman shall preside at all meetings and hearings of the advisory board and shall have the duties normally conferred by parliamentary usage on such office. The Chairman shall call special meetings, serve as the advisory board liaison to the CRA, and shall perform such other duties as are customary for the Chairman. SECTION 3. Role of Vice Chairman:The Vice Chairman shall act for the Chairman in the Chairman's absence. The Vice Chairman shall also perform such duties as are delegated by the Chairman. SECTION 4. Role of Secretary: It is the duty of the secretary to (a) keep the minutes of the proceedings of the meetings of the advisory board, (b) provide all notices in accordance with the provisions of these bylaws or as required by law, (c) post or cause to be posted all meeting notices as required and notify members, (d) maintain custody of the advisory board records, and (e) in general perform all duties from time to time as may be prescribed by the Chairman or the advisory board. SECTION 5. Officer Absences: In the absence of the Chairman and Vice Chairman, the quorum present shall select a Chairman for the meeting. SECTION 6. Election of Officers: Except for the Secretary, officers shall be elected annually at the first regular meeting of the year. Election requires nomination from the floor and an affirmative vote by a majority of the advisory board members present and voting, provided a quorum is present at such meeting. Officers shall be seated immediately upon their election. SECTION 7. Terms of Office: Each officer duly elected by the advisory board shall serve a term of one year until the next annual election (or as otherwise determined by the standing rules of the advisory board). All officers shall hold office until their successors have been elected or until their earlier resignation, removal from office or death. No person may simultaneously hold more than one office on an advisory board to the CRA. 4 _ _ _ _ _ _ _ _ _ _ _ __ _ _ _ _ _ _ _ ___ 1181 3 SECTION 8. Officer Vacancies: If a vacancy exists in any office, the advisory board shall elect a new officer by the affirmative vote of a majority of the advisory board members present and voting at a meeting of the advisory board,to fill the incomplete term of the vacated office. SECTION 9. Removal or Resignation: The advisory board may remove an officer at any time with or without cause by the affirmative vote of a majority of the advisory board members present and voting at a duly constituted meeting of the advisory board. An officer may resign at any time by delivering notice thereof to the advisory board. A resignation is effective when the notice is delivered to the advisory board unless the notice specifies a later effective date and the advisory board accepts the future effective date,the pending vacancy may be filled before the effective date provided that the successor does not take office until the effective date. ARTICLE IV. SUBCOMMITTEES SECTION 1. Creation: The advisory board may create, from time to time, such subcommittees as shall be necessary or desirable to carry out the functions, purposes, and objectives of the advisory board. Any such subcommittees shall be subordinate to the advisory board, shall be assigned a specific purpose and objective, and shall be given a date certain to complete its tasks, at which time the subcommittee shall be dissolved, unless said date is extended by the affirmative vote of a majority of the advisory board members present and voting at a duly constituted meeting of the advisory board. SECTION 2. Members: The members of such subcommittee shall be elected by the advisory board for such term and shall have qualifications as the advisory board may desire. SECTION 3. Removal: The advisory board may remove any subcommittee member with or without cause by the affirmative vote of a majority of advisory board members present and voting at any meeting of the advisory board. SECTION 4. Rules and Procedures: The subcommittees shall be subject to the same parliamentary procedures as the advisory board and Florida's Government in the Sunshine Law. ARTICLE V. MEETINGS SECTION 1. Meetings: Regular meetings of the advisory board shall be held on such day, time and place as may be determined by the advisory board, and at a minimum once a month. The purpose of the meetings is to discuss and to then prepare recommendations and advice to the CRA on matters brought before the advisory board. SECTION 2. Quorum and Voting: At all regular or special meetings of an advisory board, a majority of the membership of the advisory board shall constitute a quorum. Voting shall be by voice unless a member of the advisory board requests a roll call. The roll shall be in alphabetical order with the first name called rotating with each motion upon which the vote is called. The Chairman shall always vote last. A record of the roll call shall be kept as part of the minutes. SECTION 3. Special Meetings: Special meetings may be called by the Chairman at anytime provided adequate notice is given pursuant to Article 5, Section 4 hereof. The Chairman may also call a special meeting when requested to do so in writing by a majority of the members of the advisory board or by a CRA staff member. The notice of such a meeting shall specify the purpose of such a meeting and no 5 _ _ _ _ _ 11 B1 other business may be considered except by unanimous consent of the advisory board. All members of the advisory board shall be notified in advance of such special meetings by the Secretary. SECTION 4. Notice and Publication: The Secretary shall give notice and keep record of such notice of its meetings and the meetings of the subcommittees including the date, time, and location of each regular and special meeting. Notice shall be posted in the county courthouse and other appropriate locations as recommended by the advisory board and to the County Public Information Department for further distribution. SECTION 5. Open Meetings: All meetings of the advisory board or its subcommittees shall be open to the public and governed by the provisions of Florida's Government in the Sunshine Law. SECTION 6. Minutes: The minutes of all meetings shall be promptly recorded, and such records shall be open to public inspection,in accordance with applicable law. SECTION 7. Location: Meetings of an advisory board,or any of its subcommittees,shall be held in a location accessible to the public. SECTION 8. Meeting Agenda: The agenda for each meeting of an advisory board, or any of its subcommittees, shall be outlined by the Chairman and submitted to the Secretary for preparation. Any advisory board member in the case of an advisory board, or a subcommittee member in the case of a subcommittee, may place an item on the agenda by submitting it to the Chairman for forwarding to the Secretary prior to the deadline for publishing the notice of such meeting. SECTION 9. Order of Business: The order of business at regular meetings shall be: (a) Roll Call (b) Adoption of the Agenda (c) Adoption of Minutes from Previous Meeting (d) Communications (e) Old Business • (f) New Business (g) Citizen Comments (h) Adjournment SECTION 10. To provide for the orderly and efficient conduct of its meetings,each advisory board shall follow Roberts Rules of Order. ARTICLE VI. CONFLICT The provisions of these bylaws shall apply to the Immokalee Local Redevelopment Advisory Board except as otherwise provided by Collier County Ordinance No. 95-22, as amended. It is the intent of the CRA that Collier County Ordinance No. 86-41,as amended,shall not apply to the advisory boards. ARTICLE VII AMENDMENTS These Bylaws may be amended at any duly constituted meeting of the CRA by an affirmative vote by a majority of the CRA members present and voting after the proposed amendment has been listed on the agenda and submitted to the CRA for review and discussion. 6 11B1 PASSED AND CERTIFED AS TO PASSAGE by the Collier County Community Redevelopment Agency this 27 day of ‘14444,2001. ATTEST:, , COMMUNITY REDEVELOPMENT AGENCY :DW�GI T:.E, BRO K,SECRETARY OF COLL I ' COUNTY,FLORIDA • BY BY: w d PAMELA S.MAC'KIE,CHA I' MAN Attest,:4:i_.te..•Cha irivan's signature only. Approved As to Form and Legal Sufficiency jL (L J { � Heidi Ashton Assistant County Attorney and CRA Legal Counsel • 7 Exhibit 4 Organizational Chart Immokalee Community Redevelopment Agency Organizational Chart Collier County CRA/BCC County Manager Immokalee CRA Operations Manager J Project Manager Administrative Assistant Exhibit 5 List of Board of Directors Although the Collier County Board of County Commissioners sits as the Collier County Community Redevelopment Agency Board of Directors, the CRA Board is a separate and distinct legal entity. Tim Nance District 5 2015 BCC Chairman Donna Fiala District 1 CRA Chairperson Georgia A. Hiller, Esq. District 2 Tom Henning District 3 Fred W. Coyle District 4 C.folter Comity IMMOKALEE CRACollier County Community Redevelopment Agency The Board of County Commissioners Satellite Office Marco Island 1040 Winterberry Drive Marco Island,FL 34145 ti (239)252-860 Donna Fiala _,-::1 Email: DonnaFlata$_PcoIl iergov,n et (239)252-8501 Please send all matte the following address: 3299 TemiamiTreil East,Suite 303 Naples,FL 34112 Satellite Office North Collier Government Center 2335 Orange Blossom Drive Naples,FL 34109 (239)252-8602 Georgia A.Hiller,Esq. Email: GeorgiaHiller@colliergov.net (239)252-8602 Satellite Office * Golden Gate Services Center 4715 Golden Gate Pkwy. Naples, FL 34116 Do not send mail to the satellite office. Appointments at the satellite office are available on Thursdays and Fridays;please call to schedule 0.-_13 Email Tom Henningtbcolllergov,net (239)252-8605 Please send all mailto thefollowing address: 3299 Timis mi Trail East,Suite 303,Naples,FL 34112 PennyTaylor C_, atd Email: PennyTaylor@colliergov.net (239)252-8603 Satellite Office Locations- Immokalee Office: Immokalee Government Center 106 South 1st St Inside the Clerk of Court's Office Wednesdays by appointment only Estates Office: Wilson Plaza 50 Wilson Plaza Inside the Tax Collectors Office Thursdays and Fridays by appointment only Tim Nance st'_t 5 2014 Vice Chairman Email: TimNance@cofliergov,nel (239)252-8604 Exhibit 5 List of Board of Directors Although the Collier County Board of County Commissioners sits as the Collier County Community Redevelopment Agency Board of Directors, the CRA Board is a separate and distinct legal entity. Tim Nance District 5 2015 BCC Chairman Donna Fiala District 1 CRA Chairperson Georgia A. Hiller, Esci. District 2 Tom Henning District 3 Fred W. Coyle District 4 perCounty IMMOKALEE C RA Collier County Community Redevelopment Agency 1 • The Board of County Commissioners Satellite Office Marco Island 1040 Winterberry Drive Marco Island,FL 34145 (239)252-860 ii Corm Fiat- :3. _:i Email: DonnaFiala s.colliergov,n et (239)252-8601 Please send all mail to thefollowing address: 3299 Tamiami Tra it East Suite 303 Naples,FL34112 Satellite Office North Collier Government Center 2335 Orange Blossom Drive Naples,FL 34109 4 (239)252-8602 Georgia A.Hiller,Esq. 7. -t1 7. Email: GeorgiaHiller @coliiergov.net (239)252-8602 Satellite Office Golden Gate Services Center 4715 Golden Gate Pinny. Naples, FL 34116 i. _. Do not send mail to the satellite office.iiri\„ Appointments at the satellite office are available an Thursdays and Fridays;please call to schedule —1„ err,la Email: TomHenning @colliergov.net (239)252-8605 Please send all ms ilto thefollowing address: 3299 Ta miami Trail East Suite 303,Naples,FL 34112 gir PennyTaylor 4 Email• Pen nyTaylor©toll ie rgov.net (239)252-8603 Satellite Office Locations- Immokalee Office: Immokalee Government Center 106 South 1st St g-- Inside the Clerk of Court's Office Wednesdays by appointment only Estates Office: Wilson Plaza 50 Wilson Plaza Inside the Tax Collectors Office 4 Thursdays and Fridays by appointment only Tim Nance it-:15 2014 Vioe Chairman Email: Tin1 N a nce @col l ie rgov,nel (239;252-S604 Exhibit 6. Resumes,Pay Scales with Job Descriptions 12240 Huntsman Lane (239)269-6958 Work Cell&(239)839-0322 Cell Orlando,FL.32826 polaus@msn.com • SiA .Tames Sainnilus • Experience • Currently serving in the military-Air Force Reserves. Homestead Air Force Reserve Base,FL. Sr.Airinan 2013-present Community Redevelopment Agency, Collier County,FL Project Manager,MSTU • Prepare and present executive summaries for presentation to Board of County Commissioners,Planning Commission, or other official, • Contributing information and recommendations to strategic plans and reviews; preparing and completing action plans; implementing production, productivity, • • quality, and customer-service standards; resolving problems; completing audits; • identifying trends;determining system improvements;implementing change.. • Monitor cash flow projections and report actual cash flow and variance to senior management and Advisory Board;-ensure that all financial records for the project are • up to date. • Planning Projects by defining scope of work in collaboration with two Advisory • Boards: CRA and MSTU. Creating a detailed work plan which identifies and sequences the activities needed to successfully complete the project. Develop a schedule for project completion that effectively allocates the resources to the activities. • •. Interviewing and selecting vendors with appropriate skills for the project activities through a bidding system, awarding qualified consultants/contractors to work on the project as appropriate. Managing & educating Contractors and Sub-Contractors according to the established policies and practices of the County. Scheduling Expenditures and Tracking Budget Expenses. • Execute the project according to the project plan; Develop forms and records to • document project activities; Set up files to ensure that all project information is appropriately documented and secured; Review the quality of the work completed with the project team on a regular basis to ensure that it meets the project standards; and Establish a communication schedule to update the Board and appropriate staff in the County-Progress Report. • Reviews construction plans, designs, design reports, and specifications pertaining to projects; develops designs, drawings, or maps associated with approved projects; conducts field checks of proposed designs; makes recommendations concerning improvements,modifications, design strategies,structural systems,or other aspects of project development. • Write reports on the project for management and for funders; Communicate with • funders(grant projects) as outlined in funding agreements; Monitor and approve all - budgeted project expenditures in SAP; Monitor the progress of the project and make adjustments as necessary to ensure the successful completion of the project. • Ensure that the project deliverables are on time, within budget and at the required level of quality; Prepare financial reports and supporting documentation for funders (HUD,FDOT,etc...)as outlined in funding agreements. Completing audits. • Page 1 of 3 12240 Huntsman Lane (239)269-6958 Work Cell&(239)839-0322 Cell Orlando,FL.32826 polixus@msn.com is SrA James Saar vitas 2005-2013 Public Utilities Engineering Division Collier,County,FL Project Manager • Manages projects during design and construction phases; attends regular project progress meetings; prepares, reviews, and processes change orders for changes to contracted scope of work; processes purchase order requisitions, work orders, and invoices; reviews project progress reports submitted by contractors; monitors adherence to project schedules. • Prepare and present executive summaries for presentation to Board of County • Commissioners,Planning Commission,or other officials. • Ensures compliance with all applicable codes, laws, rules, regulations, standards, policies and procedures; ensures adherence to established safety procedures;monitors work environment and use of safety equipment to ensure safety of employees and other individuals; interprets construction plans and specifications; researches code books as needed; initiates any actions necessary to correct deviations or violations, • Reviews construction plans, designs, design reports, and specifications pertaining to projects; develops designs, drawings, or maps associated with approved projects; conducts field checks of proposed designs; makes recommendations concerning improvements,modifications,design strategies,structural systems,or other aspects of project development. • Prepares and administers project budgets; submits justifications for budget requests; monitors expenditures to ensure compliance with approved budget. • Prepares project schedules; monitors progress of project in meeting established schedule. • Oversees, administers, and coordinates work performed by consultants, contractors, or other service providers; administers annual maintenance contracts; monitors work to ensure compliance with terms of contract; reviews invoices and payment requests submitted by consultants/contractors. 2004-2005 Orange County Public School/Glenridge Middle Orlando,FL Science Teacher • Served as an Earth&space 7th grade science teacher on a one-year contract. Prepared Lesson Plan,Class and Homework assignments • Coordinated presentations and demonstrations using technology as part of the teaching curriculum • Devised lessons,which captured the children's imaginations for:Preparing scenes from well-known works or Labs from Bill Nye videos and having the children prepare and do them. 2002-2004 Collier County Public School/Inmokalee Middle Immokalee,FL Science Teacher • Served as a science teacher for multiple grade level of 6,7,and 8 • Prepared Lesson Plan,Class and Homework assignments • Assistant soccer coach and track&field at Lnmokalee High School. • During the summers of 2003 and 2004 I participated in a Migrant Community Page 2 of 3 12240 Huntsman Lane (239)269-6958 Work eel R(239)839-0322 Cell Orlando,FL.32826 polixus a,msn.com • SM James /us Program at Gulf Coast University that provided extra tuition and Prerequisite courses to local underprivileged students,I taught Algebra&geometry and Leadership. Adult Aide Teacher • Lorenzo Walker Institute of Tech. Collier County Public School/Adult Education(Nigh Shift 6:00 PM to 9:00 PM,Monday&Wednesday)teaching Microsoft Office 2007, Keyboarding and Computer&Internet Basics. • Bethune Collier County Public School/Adult Education(Night Shift 6:00 PM to 9:00 PM, Tuesday and Thursday)as an ESOL teacher for adults. Education Certification Timeline • Got accepted for graduate school in the MS Electrical Engineering program at University of South Florida(USF).Starting Summer 2015 • Graduated Air Force Air Transportation Apprentice Course,January 2014. • Graduated Air Force Military Basic Training,November 2013. • Board of County Commissioners Service Award Certificate, September 2010. • National Incident Management System(NIMS)Certification,June 2006. • Physics Teaching Certificate,June 2002. • Bachelors of Science with honors in Electrical Engineering, 3.01 GPA Minor in Mathematics,July 2001-Alabama A&M University,AL. Computer Skills SIRE, Acrobat,Excel,Fortran,C++,Auto Cad,Microstation,Internet Explorer,UNIX,HTML,IBM,Lotus Office,MAC,MATLAB,Microsoft Office, Outlook,PageMaker,People Soft,Photoshop,PowerPoint,Project, Process Model, QuickBooks,SAP,Skire-Unifier, Scheduler, SSQL,SCADA Knowledge Abilities Cause and Effect Diagramming,Change Control Board Creation,CM at Risk, Consultant Selection,Contractor Selection,Easement,Permitting,Planning, Acquisition,EVM, Governmental Rules and Regulations, Growth Electrical fields and circuits,Computer Design,Organizational Behavior, Classroom Management,Ethics,Database Management Systems,Management Information, Object Oriented Programming&Principles,Forms,Scheduling, Technical Writing,Utility Site Design and Geographical Information Systems Capital Project Delivery Process Improvement (GIS)&ESRI.PMP in training-PMI • it Page 3 of 3 ii Class Code: 13875 Pay Grade: 22 COLLIER COUNTY,FLORIDA CLASSIFICATION SPECIFICATION CLASSIFICATION TITLE: PROJECT MANAGER PURPOSE OF CLASSIFICATION The purpose of this classification is to manage and coordinate'activities of construction projects for an assigned department. • ESSENTIAL FUNCTIONS The following duties are normal for this position. The omission of specific statements of the duties does not exclude them from the classification if the work is similar,related,or a logical assignment for this classification. Other duties may be required and assigned. i 1 Provides direction, guidance and assistance to contractors and work crews; coordinates daily work activities; organizes,prioritizes,and assigns work;monitors status of work in progress and inspects completed work;confers with contractors and work crews,assists with complex/problem situations,and provides technical expertise. Ensures compliance with all applicable codes, laws, rules, regulations, standards, policies and procedures; ensures adherence to established safety procedures;monitors work environment and use of safety equipment to ensure safety of employees and other individuals; interprets construction plans and specifications;researches code books as needed; initiates any actions necessary to correct deviations or violations. Consults with department management or other officials to review status of department projects, review/resolve problems,receive advice/direction,and provide recommendations. Reviews construction plans, designs, and specifications pertaining to projects; develops designs, drawings, or maps associated with proposed or approved projects; makes recommendations concerning improvements, modifications, design strategies,structural systems,or other aspects of project development. Prepares and administers project budgets;submits justifications for budget requests;monitors expenditures to ensure compliance with approved budget. - Prepares project schedules;monitors progress of project in meeting established schedule. Coordinates process for bidding and contracting of services;prepares Requests For Proposal(RFPs)for engineering services, design services,construction services,inspection services,maintenance services, or other services; prepares bid packages; conducts pre-bid and pre-construction meetings; issues addendums to clarify questionable issues; participates in negotiations of scope of services and fees for professional services agreements;makes recommendations to Boards regarding selection of vendors and awarding of contracts;compiles language for contracts and specifications packages. Coordinates acquisition and/or maintenance of required permitting; researches federal, state, and local code requirements; coordinates efforts between multiple departments,co-applicants,and consultants to prepare application documents;develops programs and reports as required by permit. ©DMG-MAXIMUS,INC. Page 1 Last Revised: August,2004 li Collier,County,Florida•Project Manager 13875 Oversees, administers, and coordinates work performed by consultants, contractors, or other service providers; administers annual maintenance contracts; monitors work to ensure compliance with terms of contract; reviews invoices and payment requests submitted by consultants/contractors. Manages projects during design and construction phases;attends regular project progress meetings;prepares,reviews, and processes change orders for changes to contracted scope of work;processes purchase order requisitions, work orders, and invoices; reviews project progress reports submitted by contractors; monitors adherence to project schedules. Conducts inspections, monitors work,and maintains records to ensure quality control; inspects quality of construction work and materials; coordinates final inspections with contractors and engineers; coordinates project acceptance with other County departments or government agencies. Prepares executive summaries for presentation to Board of County Commissioners, Planning Commission, or other officials, Provides technical advice, information, and assistance concerning engineering issues, project management issues, design/construction activities, and other issues to contractors, consultants, County staff, public agencies, or others; responds to questions or complaints;assists in resolving engineering problems,project development issues,or conflicts involving project participants;recommends solutions to problems. Coordinates projects and work activities with other departments, consultants, contractors, sub-contractors, utility ! , companies,state agencies,outside agencies, or others as needed; coordinates with utility engineering staff to identify location of existing utilities and conduct other utility work, Coordinates public education activities relating to department projects, services, and activities; coordinates neighborhood programs involving participation of residents,such as resident traffic teams;speaks to property owners and community organizations and provides information regarding projects and activities;develops press releases and public information materials for distribution. Participates in legal activities relating to projects;attends hearings during court proceedings and provides depositions; meets with County Attorneys to discuss cases. Prepares/submits requests for review/changes to ordinances or resolutions. Prepares or completes various forms,reports, correspondence, executive summaries,requests for proposals,requests for qualifications, schedules, flow charts, progress/status reports, budget documents, cost estimates, purchase order requisitions,notices to proceed, work orders, change orders,punch lists, agendas, action plans, permit applications, permit reports,grant proposals,drawings,designs,maps,or other documents. Receives various forms,reports, correspondence, statistical reports, schedules, bid proposals,drawings, construction plans, design plans, flow charts, permit applications, contracts, change orders, progress reports, budget reports, invoices, payment requests, insurance certificates, inspection reports, technical study reports, laboratory reports, photographs,master plans,specifications,standards,product literature,codes,policies,procedures,trade publications, maps, manuals, reference materials, or other documentation; reviews, completes, processes, forwards or retains as appropriate. Maintains files/records of project documentation,contracts,construction drawings,and other departmental records. Operates a motor vehicle,personal computer,drafting tools, survey instruments,camera,general office equipment,or other equipment as necessary to complete essential functions, to include the use of word processing, spreadsheet, database,graphics,computer-aided design(CAD),e-mail,Internet,or other computer programs. Monitors inventory of department equipment and supplies; ensures availability of adequate materials to conduct projects and work activities;initiates orders for new/replacement materials. ©DMG-MAXIMUS,IPIC. Page 2 Last Revised: August,2004 • Collier,County,Florida'Project Manager 13875 • I ' Communicates with supervisor, County officials, employees, other departments, attorneys, engineers, designers, consultants,contractors,developers,vendors/suppliers,utility companies,state/federal agencies,the public,community organizations, outside agencies, and other individuals as needed to coordinate work activities,review status of work, exchange information,or resolve problems. Attends various meetings and hearings,serves on committees,and makes presentations as needed. Maintains a comprehensive, current knowledge of applicable Iaws/regulations; maintains an awareness of new construction methods, materials, trends, and advances in the profession; reads professional literature; maintains professional affiliations;attends workshops and training sessions as appropriate. ADDITIONAL FUNCTIONS Performs general/clerical tasks, which may include answering telephone calls, making copies, sending/receiving faxes,filing documentation,or picking up/delivering project documents. Provides assistance to other employees or departments as needed, • Performs other related duties as required. In the event of a declared state of emergency,employees in this classification may be called to work during days or hours other than those for which they are regularly scheduled. MINIMUM QUALIFICATIONS Bachelor's degree in Civil Engineering, Construction Management, Landscape Architecture, Environmental Engineering, Architecture, or a related field; supplemented by six (6) years previous experience and/or training that includes project management, construction supervision,budget administration,contract administration,and experience • in specific area of assignment,which may include utilities engineering,transportation engineering,traffic engineering, landscape designhnanagement, environmental program administration, stemmata management, facilities • { management, solid waste engineering project management (solid waste processing, disposal, transfer, and recycling facilities) or other area of assignment; or any equivalent combination of education, training, and experience which provides the requisite knowledge,skills,and abilities for this job. Must possess and maintain a valid Florida Driver's License with any applicable endorsements and maintain eligibility requirements and endorsement(s)to drive a County vehicle as provided in CMA 5805. Fingerprinting required. PERFORMANCE APTITUDES Data Utilization: Requires the ability to evaluate, audit, deduce, and/or assess data using established criteria. Includes exercising discretion in determining actual or probable consequences.and in referencing such evaluation to identify and select alternatives. Human Interaction: Requires the ability to apply principles of persuasion and/or influence over others in coordinating activities of a project,program,or designated area of responsibility. Equipment,Machinery,Tools,and Materials Utilization: Requires the ability to operate,maneuver and/or control the actions of equipment,machinery,tools,and/or materials used in performing essential functions. ©DMGMAXIMUS,INC. Page 3 Last Revised: August,2004 Collier,County,Florida•Pro'ect Mann er 13875 I ! Verbal Aptitude; Requires the ability to utilize a wide variety of reference,descriptive,advisory and/or design data and information. • Mathematical Aptitude: Requires the ability to perform addition,subtraction,multiplication and division;ability to calculate decimals and percentages; may include ability to perform mathematical operations with fractions; may include ability to compute discount, interest, and ratios; may include ability to calculate surface areas, volumes, weights,and measures. Functional Reasoning: Requires the ability to apply principles of influence systems,such as motivation,incentive, and leadership, and to exercise independent judgment to apply facts and principles for developing approaches and techniques to resolve problems. Situational Reasoning: Requires the ability to exercise judgment,decisiveness and creativity in situations involving the evaluation of information against sensory,judgmental,or subjective criteria, as opposed to that which is clearly measurable or verifiable. Leadership: Customer Service: Pinancial Accountability: ADA COMPLIANCE Physical Ability: Tasks require the ability to exert light physical effort in sedentary to light work,but which may involve some lifting,carrying,pushing and/or pulling of objects and materials of light weight(5-10 pounds).Tasks may involve extended periods of time at a keyboard or workstation. Sensory Requirements: Some tasks require the ability to perceive and discriminate colors or shades of colors,depth, texture,and visual cues or signals. Some tasks require the ability to communicate orally. )environmental Factors: Performance of essential functions may require exposure to adverse environmental conditions,such as dirt,dust,pollen,odors,wetness,humidity,rain,temperature and noise extremes,flumes,traffic hazards,or bright/dim light. I ! Collier County is an Equal Opportunity Employer.In compliance with the Americans with Disabilities Act,the County will provide reasonable accommodations to qualified individuals with disabilities and encourages both prospective and current employees to discuss potential accommodations with the employer. ©DMG-MAXIMUS,INC. Page 4 Last Revised: August,2004 Christie A, Betancourt • 2oB Washington Avenue,inmlol alco,Florida 34142.239-285-7647(C) ClrristiePetancourt(rcollierf ov.nd li Professional Profile Dedicated and focused Administrative Assistant who excels at prioritizing,completing multiple tasks simultaneously and following through to achieve project goals.Motivated professional skilled at building strong working relationships with fellow staff,supervisors and community members.Public relations expert.Skilled in process improvement mid budgeting.Manage multiple projects under tight deadlines. Key Skills • Microsoft Office proficiency • Self-directed • Excel spreadsheets • Professional and mature • Meticulous attention to detail • Detailed meeting minutes • Results-oriented • Resourceful • SAP Netweaver • Powerpoint Accomplishments Planned and executed call.aspects of a major office headquarter move.Received a merit raise for strong attention to detail,exemplary customer service and team-player attitude.Successfully planned and executedAdvisory Board meetings,lunches and special events for groups of 20+employees,board members,and commmrity leaders. Professional Experience Collier County Government February 2008 to Current Administrative Assistant Invnokalee,Florida • Preparing and/or processing budget,payroll and accounting documents,tracking expenditures and revenues, preparations of budget amendments,bid specification,invoices contracts,personal files,liaison between assigned departments and support services departments,including Information Technology,Human Resources,Risk • Management,and Purchasing;order office supplies,make travel arrangements and reservations,etc.Draft and compile meeting agendas,supplied advance materials and executed follo«wup for staff meetings,workshops,and Advisory board meetings.Managed the daytn day office duties,including greeting visitors and responding to telephone and in-person requests for information.Designed electronic file systems and maintained electronic and paper files.Planned meetings and prepared conference rooms,Made copies,sent faxes and handled all incoming and outgoing correspondence.Created and maintained spreadsheets using advanced Excel functions and caleulatiansto develop reports and list. Collier County Government June 2005 to February 2008 Program Leader-Fitness Instructor Immokalee,Florida Explained ways to measure exercise intensity for the best results.Designed each class to match the skill and • learning levels of all participants.Suggested exercise modifications to individual students to avoid strain and injury.Cleaned and organized the fitness center daily.Encouraged members to continue attending group fitness classes.Prepared teaching area for each class and returned all equipment to storage at the end of class. Conducted orientations for new members.Promoted and implemented club programs,products and services to • participants.Corrected dangerous movements and suggested alternate exercises. Collier County Government June 2001 to June 2005 Park Assistant-Fitness Center Immokalee,Florida Cleaned and organized fitness center daily.Registered new and renewing members: Organized,promoted mplemented fitness programs. 1IPi Teachers Aide Immokalee,Florida Reading tutor for students at elementary level.Designed lesson plans focused on age and level-appropriate material.Developed interesting course plans to meet academic,intellectual and social needs of students. Collier County Public Schools August 1999 to June 2001 Substitute Teacher Immoka lee,Florida Seminole Tribe of Florida April 1994 to July 1998 Wait and Floor Staff-Waitress/Hostess Big Cypress,Florida I ' Delivered exceptional service by greeting and serving customers in a timely,friendly manner.Appropriately suggested additional items to customers to increase restaurant sales.Promptly served all food courses and alcoholic beverages to guests.Answered questions about menu selections mid made recommendations when requested.Effectively communicated with kitchen staff regarding customer allergies,dietary needs and other special requests. Redlands Christian:Migrant Association(RCMA) September 1994 to June 1995 Teaching Assistant-Afterschool Tutor Immokalee,Florida Afterschool tutor at various elementary schools. • Education and Training State of Florida 2014 Certificate Notary Public Florida Department of Financial Services 2008 Certificate Advancing Accountability Florida Solar Energy Center 2008 Certificate Florida Green Home Designation Mavis Bacon Typing Institute 2008 Certificate Florida Gulf Coast University 2002 Continued education:Coursework in Education Administration Fort Myers,Florida,Lee Course Certificates in: Professional Business Writing Business Writing Plain and Simple Stress Management Managing Multiple Priorities Proven Methods for Producing Results Presentation Public Speaking Skills Florida Southwestern State College(FNA/Ellison Community College) 2001 Associate of Arts:Eleinenatry Education/Minor in Business Fort Myers,Florida,Lee Advanced coursework in Business Management Minor in Business Administration Coursework in Education Administration Inrniokalee High School 1997 High School Diploma Immokalee,Florida,Collier County 21Paee Class Code: 90006 Pay Grade: 15 COLLIER COUNTY, FLORIDA CLASSIFICATION SPECIFICATION CLASSIFICATION TITLE: ADMINISTRATIVE ASSISTANT PURPOSE OF CLASSIFICATION The purpose of this classification is to provide responsible administrative and clerical support for an assigned department. Work involves preparing and processing varied administrative documents such as payroll, budget, purchasing,etc.;preparing a variety of operational documents,forms,reports,records and summaries;entering data and retrieving information from department databases;and maintaining automated and manual files. ESSENTIAL FUNCTIONS The following ditties are normal for this position. The omission of specific statements of the duties does not exclude them from the classification if the work is similar,related,or a logical assignment for this classification, Other duties may be required and assigned. Performs a variety of administrative duties for the department to include preparing and/or processing budget, purchasing,payroll and accounting documents. Coordinates the preparation of budget development documents;tracks expenditures and revenues;and prepares budget amendments. Records and deposits monies received by the department. • Prepares and/or reviews procurement documents to include bid specifications,invoices;contracts,etc.Supervises and/or performs data entry for purchase orders.Reviews and approves invoices and processes for payment. Prepares payroll documents;prepares and/or audits time sheets;and submits documents to payroll staff. Establishes and maintains department personnel files. Prepares Information Technology (IT) forms to enable new department employees to have access to the County information systems. Serves as liaison between assigned department and Support Services departments,including Information Technology, Human Resources,Risk Management,and Purchasing. Reviews and/or prepares executive summaries,ordinances,resolutions,requests for legal services and other documents being presented to the County Manager and/or Board of County Commissioners (BOCC). Prepares operational and program reports,correspondence,and other materials for the department manager upon request. Enters data into department databases, to include information from administrative functions and from operational/program activities. Reviews and summaries a variety of fiscal,statistical and administrative information.Prepares statistical summaries and narrative reports. Establishes and maintains automated and manual records and files. Provides assistance and information to internal and external callers and visitors regarding the department,its programs and services and the administrative support functions. Refers callers/visitors to appropriate staff as needed. Performs special projects as assigned. ©DMG-MAXIMUS,INC. Page 1 Last Revised:August,2004 II Collier County,Florida•Administrative Assistant 90006 Orders office supplies; makes travel arrangements and reservations; and maintains calendars for management staff or conference rooms. Operates a personal computer,telephones,copiers and other general office equipment as necessary to complete essential functions,to include the use of word processing,spreadsheet,database,or other system software. ADDITIONAL FUNCTIONS Performs other related duties as required. In the event of a declared state of emergency,employees in this classification may be called to work during days or hours other than those for which they are regularly scheduled. MINIMUM QUALIFICATIONS High school diploma or GED;with additional coursework in business,accounting or secretarial sciences;supplemented by two years of progressively responsible experience performing clerical work; or any equivalent combination of education, training, and experience which provides the requisite knowledge, skills, and abilities for this job. Fingerprinting required. PERFORMANCE APTITUDES Data Utilization: Requires the ability to review, classify, categorize, prioritize, and/or analyze data. Includes exercising discretion in determining data classification, and in referencing such analysis to established standards for the purpose of recognizing actual or probable interactive effects and relationships. ,Human Interaction: Requires the ability to provide guidance, assistance, and/or interpretation to others regarding the application of procedures and standards to specific situations. ;FUuipment,Machinery,Tools,and Materials Utilization: Requires the ability to operate,maneuver and/or control the actions of equipment,machinery,tools,and/or materials used in performing essential functions. Verbal Aptitude: Requires the ability to utilize a wide variety of reference, descriptive, and/or advisory data and information. Mathematical Aptitude: Requires the ability to perform addition, subtraction, multiplication, and division; the ability to calculate decimals and percentages;the ability to utilize principles of fractions;and the ability to interpret graphs. Functional Reasoning: Requires the ability to apply principles of rational systems; to interpret instructions furnished in written,oral,diagrammatic,or schedule form; and to exercise independent judgment to adopt or modify methods and standards to meet variations in assigned objectives. Situational Reasoning: Requires the ability to exercise judgment,decisiveness and creativity in situations involving evaluation of information against measurable or verifiable criteria. Leadership:, Customer Service; Financial Accountability: ©DIVIG-MAXIMUS,INC. Page 2 Last Revised:August,2004 • Collier County,Florida•Administrative Assistant 90006 ADA COMPLIANCE Physical Ability: Tasks require the ability to exert light physical effort in sedentary to light work, but which may • involve some lifting,carrying,pushing and/or pulling of objects and materials of light weight(5-10 pounds). Tasks may involve extended periods of time at a keyboard or work station, Sensory Requirements:Some tasks require the ability to perceive and discriminate sounds and visual cues or signals. Some tasks require the ability to communicate orally. Environmental Factors: Essential fimetions are regularly performed without exposure to adverse environmental conditions, Collier County is an Equal Opportunity Employer. In compliance with the Americans with Disabilities Act,the County will provide reasonable accommodations to qualified individuals with disabilities and encourages both prospective and current employees to discuss potential accommodations with the employer. • • _ I ©DMG-MAXIMUS,WC. Page 3 Last Revised:August,2004 j I� Iminoka lee Today: Office & Staff =,■r :.ra- Page 1 of 4 'i k . . ,„".1,1041' .,4 collier Counly Community Redevelopment Agency , Sul . r 4 yntulli�{', gip• [1 c Il 4) E ( '. 4 ", l � ,� :r fur _ e....__-__ ,fi Ina Place to Call Nome! 1 . . a�. HOME Business Resources Projects About the CRA MSTU News Properties Advisory Board Office and Staff Moelings and Minutes Partnerships Annual Reports Office and Staff cdmMERClAt_ PRO1> RTIES gJi:(0 1 Tweet2 Properties -' �� Office Location for sale f" The CRA office is located in the heart of Immokalee at or Lease 750 South 5th Street,Irnmoknlee,FL 34142(Southwest Florida Works building). �.1�:` ...P- The Immokalee CRA Advisory Board meets the third Wednesday of each month at 8:30 A.M.Meetings are held at the IMMOIKALEt CRA Southwest Florida Works building 750 South 5th Street,Immokalee,Florida,34142. Download list of commercial You can reach CRA staff,Monday-Friday from 8:00 AM to 5:00 PM,at the contact numbers listed below, properties available for tease or sale in the Immokalee urban area. Our new phone number is 239-867-0025 (PDFFormal) Projects BIWEEKLY IJPi7ATt 8 FT;Our Meiling List:: About the CRA •Indicates rcquiren Entail Address MSTU First Name Lest Name News SlrbscriTA 1 � 1 Properties Office and Staff Office Location The CRA office is located in the heart of Immokalee at 750 South 5th Street, Immokalee, FL 34142 (Southwest Florida Works building). The Immokalee CRA Advisory Board meets the third Wednesday of each month at 8:30 A.M. Meetings are held at the Southwest Florida Works building 750 South 5th Street, Immokalee, Florida, 34142. http://www.immokaleetoday.com/office-and-staff/ 2/29/2016 Office and Staff-Inunokalec Today Page 2 of 4 You can reach CRA staff, Monday-Friday from 8:00 AM to 5:00 PM, at the contact numbers listed below. Our new phone number is 239-867-00250-s, James Sainvilus call 239-867-0026Ctr; Christie Betancourt call 239-867-00250,,, 1 James Sainvilus lM� MSTU Project Manager James Sainvilus is a 1997 graduate of Immokalee High School and a former science teacher at Immokalee Middle School. He bring to his new responsibilities sevn years as project manager for the Collier County Public Utilities Planning and Project Management Department. Sainvilus took over his new responsibilities with the Immokalee Municipal Services Taxing Unit (MSTU) earlier this week. A graduate of Alabama A&M University, Sainvilus said he's happy to be in a position to make improvements to the community he loves. Born in Haiti, Sainvilus came to the U.S. with his family when he was 16 years old. The MSTU, formerly independent, was included in the portfolio of the Immokalee Community Redevelopment Agency in 2012, although it will continue to have its own board of directors chaired by long-time Immokalee community activist and supporter, Cherry le Thomas. http://www.immokaleetoday.com/office-and-staff/ 2/29/2016 Office and Staff Immokalee Today Page 3 of 4 In addition to street lighting and median landscaping, the MSTU also works on projects such as the recent Main Street curbing project and an on-going anti-litter campaign, in which Immokalee High School students also participate. Christie A. Betancourt i it Christie Betancourt accepted the position of Administrative Assistant for the Immokalee N. _' Community Redevelopment Agency (CRA) in No, February 2008 transferring from Collier County Parks and Recreation, Immokalee Branch, where she was a Program Leader/Fitness Trainer for eight years. ChristieBetancourt @Colliergov.net Since coming on board with the Immokalee CRA Ms. Betancourt has furnished the CRA offices with furniture, office equipment and contributed significantly to the development of this newly established CRA facility in Immokalee. In addition to her regular office duties at the CRA, Ms. Betancourt assists local Immokalee community members with logistical issues pertaining to grant programs and other governmental communication efforts. Most recently, Ms. Betancourt was the primary point of contact and provided invaluable local assistance in the processing of local Disaster Recovery Initiative (DRI) grant applications for Collier County Housing and Human Services, a grant program that was established to assist the families affected by hurricane Wilma. Ms. Betancourt is an Immokalee, Florida native and is a third generation Floridian. She is married and is the mother of three young children. In her spare time Ms. Betancourt volunteers for the lmmokalee Pop Warner and Little League Programs and enjoys spending time with her family. http://www.immokaleetoday.comloffice-and-staff/ 2/29/2016 Office and,Staff,-Immokalee Today Page 4 of Ms. Betancourt's academic background includes an A.A. degree from Edison Community College. She is currently attending Florida Gulf Coast University where she is working on her BA Degree in education. Ms. Betancourt invites you to contact her at any time with questions or for information about the Immokalee Community Redevelopment Agency. Share this: Share Tweet 0 _Emailf More ..� _ Like this: Loading... Return to top of page Copyright©2016 • Genesis Framework • WordPress • Log in http://www.immokaleetoday.com/office-and-staff/ 2/29/2016 Exhibit 7 State of Florida Certificate of Good Standing N/A • 1 ; I I • j I i r • Exhibit 8 Board Resolution Authorizing Submittal of Grant Application N/A • i Exhibit 9-Audited Financial Statement P Collier County's Comprehensive Annual Financial Reports for the year 2013 and 2014 can be found on the following link: htto://www,coliiercierk.com/ClerkToThe Board/Finance/ComprehensiveAnn ualFi nancialRePorts(CAFR) I 1 . } I f ACKNOWLEDGEMENT LETTER All applicants shall incorporate this letter in the grant application after the submittal on the organization's letterhead.This will be page 2 of the application packet following the checklist. March 8, 2016 Ms. Kimberley Grant, Director Collier County Community and Human Services 3339 E Tamiami Trail, Suite 211 Naples, FL 34112 RE: Request for Funding under the FY2016-2017 CDBG Grant Application Cycle Dear Ms. Grant and members of the.RRC: I have read the Collier County Community and Human Services (CHS) application for FY2016- 2017 HUD funding. On behalf of the Collier County Board of County Commissioners, as the duly authorized signatory for Collier County Board of County Commissioners, I agree to and accept the terms, specific limitations, and conditions expressed therein. The information contained in this proposal or any part thereof, including exhibits, schedules and other documents, delivered to the County are true, accurate and complete. This application includes all information necessary to ensure the statements therein do not, in whole or in part, misrepresent or mislead the County as to any material facts. By signing below, the undersigned acknowledges that he/she has read and understands the Certifications attached hereto and, if awarded CDBG funds, as applicable, the Applicant will be able to comply fully with the provisions of those Certifications and will be able to comply with all additional applicable federal, state and local requirements, including procurement and financial management. Applicant also acknowledges that if a funding recommendation is made for less than the full amount applied for, additional documentation including a revised budget, scope of work and proposed accomplishments may be requested prior to final funding determinations. The County reserves the right to verify that the authorized signature above is authorized to bind the Applicant (on behalf of the Organization) and may require the Application to submit documentation verifying such authority. Sinc-rely, r/ / I Signature of Agenc `ep esentative Leo E Ochs Jr. -Court y Manager Name and Title ATTESTATIONS AND CERTIFICATIONS FOR ALL APPLICATIONS AFFIDAVIT OF COMPLIANCE WITH FEDERAL,STATE,LOCAL REGULATIONS The undersigned certifies that the information in this application is true and correct. The undersigned further certifies that they are aware that if Collier County CHS finds that the applicant or undersigned has engaged in fraudulent actions or intentionally misrepresented facts on this application, this application will be rejected and the applicant may be unable to participate in any program for three (3) fiscal years. In applying for CDBG/HOME/ESG funds, the applicant has read, understands and agrees to comply with all the provisions of all federal regulations issued thereto by the U.S. Department of Housing and Urban Development,state and local regulations and laws. 1. 24 CFR 570, as amended - The regulations governing the expenditure of Community Development Block Grant (CDBG)funds. 2. 24 CFR 58-The regulations prescribing the Environmental Review procedure. 3. Section 104(b) and Section 109 of Title I of the Housing and Community Development Act of 1974 as amended 4. Title VI of the Civil Rights Act of 1964 as amended,Title VIII of the Civil Rights Act of 1968 as amended 5. 24 CFR 570.601 Subpart I< -The regulations issued pursuant to Executive Order 11063 which prohibits discrimination and promotes equal opportunity in housing. 6. Executive Order 11246 ("Equal Employment Opportunity"), as amended by Executive Orders 11375 and 12086 - which establishes hiring goals for minorities and women on projects assisted with federal funds and as supplemented in Department of Labor regulations. 7. Title VII of the 1968 Civil Rights Act as amended by the Equal Employment Opportunity Act of 1972, 42 USC § 2000e, et. seq. The SUBRECIPIENT will, in all solicitations or advertisements for employees placed by or on behalf of the SUBRECIPIENT, state that it is an Equal Opportunity or Affirmative Action employer. 8. 24 CFR 135 — Regulations outlining requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended. Compliance with the provisions of Section 3 of the HUD Act of 1968, as amended, and as implemented by the regulations set forth in 24 CFR 135, and all applicable rules and orders issued hereunder prior to the execution of this contract, shall be a condition of the Federal financial assistance provided under this 1 contract and binding upon the COUNTY, the SUBRECIPIENT and any of the SUBRECIPIENT's Sub-recipients and subcontractors. Failure to fulfill these requirements shall subject the COUNTY, the SUBRECIPIENT and any of the SUBRECIPIENT's Sub-recipients and subcontractors,their successors and assigns, to those sanctions specified by the Agreement through which Federal assistance is provided. The SUBRECIPIENT certifies and agrees that no contractual or other disability exists that would prevent compliance with these requirements. The SUBRECIP1ENT further agrees to comply with these "Section 3" requirements and to include the following language in all subcontracts executed under this Agreement: "The work to be performed under this Agreement is a project assisted under a program providing direct Federal financial assistance from HUD and is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended (12 U.S.C. 1701). Section 3 requires that to the greatest extent feasible opportunities for training and employment be given to low- and very low-income residents of the project area, and that contracts for work in connection with the project be awarded to business concerns that provide economic opportunities for low- and very low-income persons residing in the metropolitan area in which the project is located." The SUBRECIPIENT further agrees to ensure that opportunities for training and employment arising in connection with a housing rehabilitation (including reduction and abatement of lead-based paint hazards), housing construction, or other public construction project are given to low- and very low-income persons residing within the metropolitan area in which the CDBG-funded project is located; where feasible, priority should be given to low- and very low-income persons within the service area of the project or the neighborhood in which the project is located, and to low- and very low- income participants in other HUD programs; and award contracts for work undertaken in connection with a housing rehabilitation (including reduction and abatement of lead- based paint hazards), housing construction, or other public construction project to business concerns that provide economic opportunities for low- and very low-income persons residing within the metropolitan area in which the CDBG-funded project is located; where feasible, priority should be given to business concerns that provide economic opportunities to low- and very low-income residents within the service area or the neighborhood in which the project is located, and to low- and very low-income participants in other HUD programs. The SUBRECIPIENT certifies and agrees that no contractual or other legal incapacity exists that would prevent compliance with these requirements. 9. Age Discrimination Act of 1975, Executive Order 11063, and Executive Order 11246 as amended by Executive Orders 11375, 11478, 12107 and 12086. 10. Contract Work Hours and Safety Standards Act, 40 USC 327-332. 11. Section 504 of the Rehabilitation Act of 1973, 29 USC 776(b) (5), 24 CFR 570.614 Subpart K. 12. The Americans with Disabilities Act of 1990 13. Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, as amended. 14. 29 CFR Parts 3 and 5 - Regulations which prescribe the payment of prevailing wages and the use of apprentices and trainees on federally assisted projects as mandated by the Davis- Bacon Act. HUD Form 4010 must be included in all construction contracts funded by CDBG. (See 42 USC 276a and 24 CFR 135.11(c)). 15. Executive Order 11914 - Prohibits discrimination with respect to the handicapped in federally assisted projects. 16. Executive Order 11625 and U.S. Department of Housing and Urban Development Circular Letter 79-45 - which prescribes goal percentages for participation of minority businesses in Community Development Block Grant Contracts. 17. The SUBRECIPIENT agrees to comply with the non-discrimination in employment and contracting opportunities laws, regulations, and executive orders referenced in 24 CFR 570.607, as revised by Executive Order 13279. The applicable non-discrimination provisions in Section 109 of the HCDA are still applicable. 18. Public Law 100-430-the Fair Housing Amendments Act of 1988. 19. 24 CFR 84 - Uniform Administrative Requirements for Grants and Agreements with Institutions of Higher Education, Hospitals and Other Non-Profit Organizations. 20. 24 CFR 85 - Administrative Requirements for Grants and Cooperative Agreements to State, Local, and Federally recognized Indian Tribal Governments shall be followed for sub recipients that are governmental entities. 21. Immigration Reform and Control Act of 1986 as located at 8 USC 1324, et seq. and regulations relating thereto. Failure by the SUBRECIPIENT to comply with the laws referenced herein shall constitute a breach of this agreement, and the County shall have the discretion to unilaterally terminate this agreement immediately. 22. Prohibition Of Gifts To County Employees - No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any I i County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended,and County Administrative Procedure 5311. 23. Order of Precedence - In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the Agreement shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at Owner's discretion. 24. Dispute Resolution - Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. Any situations when negotiations, litigation and/or mediation shall be attended by representatives of SUBRECIPIENT with full decision-making authority and by COUNTY'S staff person who would make the presentation of any settlement reached during negotiations to COUNTY for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under § 44.102, Florida Statutes. The litigation arising out of this Agreement shall be Collier County, Florida, if in state court and the US District Court, 20th Judicial Court of Florida, if in federal court. BY ENTERING INTO THIS AGREEMENT, COLLIER COUNTY AND THE SUBRECIPIENT EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. 25.The SUBRECIPIENT agrees to comply with the following requirements: a. Clean Air Act, 41 USC 7401, et seq. b. Federal Water Pollution Control Act, 33 USC 1251, et seq., as amended. 26. In accordance with the requirements of the Flood Disaster Protection Act of 1973 (42 USC 4002 and 24 CFR 570.605 Subpart K), the SUBRECIPIENT shall assure that for activities located in an area identified by FEMA as having special flood hazards,flood insurance under the National Flood Insurance Program is obtained and maintained. If appropriate, a letter of map amendment (LOMA) may be obtained from FEMA, which would satisfy this requirement and/or reduce the cost of said flood insurance. 27.The SUBRECIPIENT agrees that any construction or rehabilitation of residential structures with assistance provided under this contract shall be subject to HUD Lead-Based Paint Poisoning Prevention Act found at 24 CFR 570.608,Subpart K. 28.The SUBRECIPIENT agrees to comply with the Historic Preservation requirements set forth any work in furtherance hereof, the SUBRECIPIENT certifies that it, its affiliates, suppliers, subcontractors and consultants who will perform hereunder, have not been placed on the convicted vendor list maintained by the State of Florida Department of Management Services within the 36 months immediately preceding the date hereof. This notice is required by§ 287.133 (3) (a), Florida Statutes. 34. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement,the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, contracts under grants, loans, and cooperative agreements) and that all SUBRECIPIENTS shall certify and disclose accordingly. 35.Travel reimbursement will be based on the U.S. General Services Administration (GSA) per diem rates in effect at the time of travel. 36. Any rule or regulation determined to be applicable by HUD. 37. Florida Statutes 713.20, Part 1, Construction Liens 38. Florida Statutes 119.021 Records Retention Organization Name: Collier County Board of County Commissioners *4-/' .p Name/Signature: Leo E. Ochs Jr. , (Please Print) (Signature) ) Title: County Manager Date: } �! CERTIFICATION OF CDBG/HOME/ESG FUNDED CONSTRUCTION/REHABILITATION PROJECTS If the applicant anticipates using CDBG/HOME/ESG for construction or rehabilitation, the following federal and county requirements must be acknowledged: 1. All construction or rehabilitation plans and permits must be approved and in place prior to funding. Copies of all permits must be attached to application. 2. The County shall not be obligated to pay any funds to the project prior to the completion of an environmental review of the project and said review is approved by any government agencies as may be required by law. 3. The Applicant will assure all wages paid to construction workers by its or its subcontractors are in compliance with federal, state and local labor requirements. The Applicant agrees to include in the construction bid specifications in connection with this agreement the applicable Federal Wage Determination assigned to this project by HUD. The applicant must also inform the contractor/subcontractors that they will be required to submit documents after a county conducted pre-construction conference and prior to construction. Weekly Davis Bacon reports must be submitted thereafter as required by the federal government. 4. The Applicant agrees to comply with and to assure that its subcontractors comply with the 2 CFR 200 for programs funded in whole or in part of CDBG/HOME funds. 5. Pursuant to Section 109 of the Act, the Applicant specifically agrees that no person shall be denied the benefits of the program on the grounds of race, color, sex, religion or national origin. 6. The Applicant agrees, on its own behalf and on behalf of its contractors and subcontractors, to take affirmative action in attempting to employ low income and minority persons, as mandated by law (Section 3). 7. As required by 2 CFR 200 and by Florida Statutes Section 287.055, professional services must be competitively selected. The competitive selection process must include a public advertisement, issuance of a request for application and a competitive review based on uniform criteria. Selection criteria must consider the basic qualifications, professional competence, experience and suitability of each firm. Fees for professional services must be requested as a fixed sum and not stated as a percentage of construction costs. 8. All documents, bid specifications, notices and construction drawings must be submitted for review and approval to Collier County Community and Human Services (CHS) prior to public advertisement. 9. Any applicable bidding process for construction contracts, based on Collier County's Purchasing Thresholds, must include a formal advertisement, published in the Naples Daily News and the Immokalee Bulletin (where applicable). The announcement must include the following: a.Date, time and place that bid documents are available and the same information for any pre-bid conferences and receipt of bids. b. Requirement of bid surety in the amount of ten percent (10%) of the bid and a performance and payment bond equal to 100% of the award. c.Standard statement regarding the In whole or in part" federal funding of the project and the various applicable federal regulations. 10.The County reserves the right to be present at the time of bid openings. 11.The Applicant agrees to submit to the County all documentation of the steps followed in the selection of professional services and construction contracts. 12.The Applicant agrees to specify a time of construction and include a liquidated damage clause in all construction contracts. Cost plus a percentage of cost and percentage of construction cost contracts will not be permitted. 13.The Applicant agrees that it will not start construction until an official "Notice to Proceed" has been issued. 14. Pursuant to 570.608 of the CDBG Regulations and the new provisions in the Economic and Community Development Act of 1974 as amended, the Applicant agrees to comply with the inspection, notification, testing and abatement procedures concerning lead- based paint. I, hereby acknowledge that I have read the specific requirements contained in this Certification and that eligibility of my organization's project depends upon compliance with the requirements contained in this document. Name of Organization: Collier County Board of County Commissioners Name/Signature: Leo E. Ochs Jr. 7' (Please Print) (Signature) Title: County Manager Date: -A))\`L. g Acknowledgement of Religious Organization Requirements In accordance with the First Amendment of the United States Constitution "church/state principles," CDBG/HOME/ESG assistance may not, as a general rule, be provided to primarily religious entities for any secular or religious activities. Therefore,the following restrictions and limitations apply to any provider which represents that it is, or may be deemed to be, a religious or denominational institution or an organization operated for religious purposes which is supervised or controlled by or operates in connection with a religious or denominational institution or organization.These requirements are outlined in 24 CFR 570.200(j)(1-6). A religious entity that applies for and is awarded CDBG/HOME/ESG funds for public service activities must agree to the following: 1. It will not discriminate against any employee or applicant for employment on the basis of religion and will not limit employment or give preference to persons on the basis of religion. 2. It will not discriminate against any person applying for such public services on the basis of religion and will not limit such services or give preference to persons on the basis of religion. The organization may continue to carry out its mission, including the definition, practice and expression of its religious beliefs, provided it does not use direct CDBG funds to support any inherently religious activities.Among other things,faith based organizations may use space in their facilities to provide CDBG funded services without removing religious art, icons, scriptures or other religious symbols. A CDBG funded religious organization retains its authority over its internal governance and may retain religious terms in its organization's name, select its board members on a religious basis, and include religious references in its organization's mission statements and other governing documents. 3. It may not engage in inherently religious activities, such as worship, religious instruction or proselytization, as part of the programs or services funded under this part. If the organization conducts such activities, the activities must be offered separately, in time or location, from the programs or services funded under this part and participation must be voluntary for the beneficiaries of the HUD funded programs or services. 4. CDBG/HOME/ESG funds may not be used for the acquisition, construction or rehabilitation of structures to the extent that those structures are used for inherently religious activities. CDBG funds may be used for the acquisition,construction or rehabilitation of structures only to the extent that those structures are used for conducting eligible activities. Sanctuaries, chapels, or other rooms that a CDBG funded religious congregation uses as its principal place of worship, however,are ineligible for CDBG funded improvements. Acknowledgement of Religious Organization Requirements Page 2 I hereby acknowledge that I have read the specific requirements contained in this attachment and that eligibility of my organization's project depends upon compliance with the requirements contained in this agreement. Organization Name: Collier County Board of County Commissioners Name/Signature: Leo E. Ochs Jr. (Please Print) (Signature) Title: County Manager Date: J \l.r II li I CERTIFICATION FOR THE SUBRECIPIENT OR DEVELOPER OR VENDOR ENTITY CERTIFICATION FOR THE GRANTEE ENTITY Only one required per entity signed by an authorized representative REGARDING DEBARMENT or SUSPENSION, REAL OR APPARENT CONFLICT OF INTEREST, FALSIFICATION OF DOCUMENTS, SUBSTANTIAL NON-COMPLIANCE OR NON-PERFORMANCE UNDER A GRANT, INELIGIBILITY,VOLUNTARY EXCLUSION ON AGREEMENTS/SUB-AGREEMENTS This certification is required by the regulation implementing Executive Order 12549, Debarment and Suspension, signed February 18, 1986. The guidelines were published in the May 29, 1987 Federal Register(52 Fed.Reg.,pages 20360-20369). The Board of County Commissioners further adopted a Resolution (2013-228) effective October 8, 2013 to establish application screening criteria for Collier County administered federal and state grants. The resolution specifies this list of interested parties refers to the following representatives of the grantee organization under any form of arrangement or agreement: Each Board of Directors member Officers of the Board Executive Director All employees and supervisors that will work on the grant Definitions: [Note: The Definitions(1)will be tailored for the applicable grant program] (1) The terms "debarred," "suspended," "ineligible," "person," "principal," "voluntarily voluntarily excluded,"as used in this certification,have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549 and 45 CFR (Code of Federal Regulations),Part 76. Contact Collier Community and Human Services or go to www.HUD.gov website for assistance in obtaining a copy of those regulations. (2) The term substantial non-compliance or non-conformance as used in this certification includes: • Return of awarded grant funds on more than one occasion in the last three years • Non-compliance with a monitoring corrective action plan • Other substantial non-compliance or non-conformance of a grant • The organization applying for grant funding is hereby certifying and will follow the below listed: 1. Each grantee of federal or state financial and non-financial assistance must sign this debarment certification at time of application. Independent auditors who audit federal or state programs regardless of the dollar amount are required to sign this certification form to include certification of debarment. Collier County Community and Human Services or its agreement grantee/contractors will not contract with subcontractors if they are debarred or suspended by the federal government. 2. Each entity applying for a grant from Collier County will assure all individuals and positions listed above complete and submit appropriate certifications. 3. The grantee shall provide immediate written notice to the grant coordinator at any time the grantee/contractor learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The grantee further agrees by submitting this certification that, it shall not knowingly enter into any sub-agreement with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this contract unless authorized by the Federal Government. S. The grantee further agrees by submitting this certification that it will require each contractor/subcontractor of agreements and/or contracts referencing this contract whose payment will equal or exceed$100,000 in federal monies,to submit a signed copy of this certification with each sub-agreement. 6. The grantee may rely upon a certification by a subcontractor entity that it is not debarred, suspended, ineligible, or voluntarily excluded from contracting/subcontracting unless the grantee/contractor knows that the certification is erroneous. 7. The grantee has adopted conflict of interest policies and procedures within their organization and will provide a copy of such prior to the execution of an agreement should the grant application be funded. If the grantee does not have conflict of interest policies and procedures they must adopt policies/procedures for determining when a conflict of interest exists and disclosing it to the public as required by the applicable program requirements. The prospective grantee certifies,by signing this certification,that neither the entity nor their above noted principals and respective employees,within the last three years: (1) Has been debarred, suspended,proposed for debarment,and declared ineligible,or voluntarily excluded from participation in contracting with Collier County Community and Human Services by any federal department or agency. Where the prospective grantee is unable to certify to any of the statements in this certification,such prospective grantee shall attach an explanation to this certification. (2) Has had a real or apparent conflict of interest (3) Has falsified documents (4) Has substantial non-compliance or non-conformance with performance under a grant with Collier County or any other entity Collier County Community and Human Services will rely on the certifications of this document as true and reliable. However,the County reserves the right to request additional documentation prior to making a final determination. Collier County Community and Human Services may rely upon a certification by a nonprofit organization that it is not debarred, suspended, ineligible, or voluntarily excluded from contracting or subcontracting unless the department knows that the certification is erroneous. This certification is a material representation of fact upon which reliance is placed when this application is submitted. If it is later determined that the signed knowingly rendered an erroneous certification,the Federal Government(via Section 1001 of Title 18 USC for making false statements) and Collier County may pursue available remedies,including suspension,debarment,grant award retraction,and/or suspension from applying for awards for three years under Resolution 2013-228. Name of Organization: Collier County Board of County C missioners Signature of Authorized Individual ` c' Date > _� � (7,,, ■ Leo E. Ochs Jr. -County Manager Name and Title of Authorized Individual (Print or type) • CERTIFICATION FOR THE DIRECTORS OF THE BOARD,EXECUTIVE DIRECTOR, EMPLOYEE OR SUPERVISOR One EACH for every director,the executive director,and each staff member proposed to be directly working on or overseeing a staff member directly working on the grant REGARDING DEBARMENT or SUSPENSION,REAL OR APPARENT CONFLICT OF INTEREST,FALSIFICATION OF DOCUMENTS,SUBSTANTIAL NON-COMPLIANCE OR NON-PERFORMANCE UNDER A GRANT,INELIGIBILITY,VOLUNTARY EXCLUSION ON AGREEMENTS/SUB-AGREEMENTS The Board of County Commissioners adopted a Resolution (2013-228) effective October 8, 2013 to establish application screening criteria for Collier County administered federal and state grants. The resolution specifies this list of interested parties refers to the following representatives of the grantee organization under any form of arrangement or agreement: Each Board of Directors member Officers of the Board Executive Director All employees and supervisors that will work on the grant Definitions: (1) The terms "debarred," "suspended," "ineligible," "person," "principal," and "voluntarily excluded," as used in this certification,have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549 and 45 CFR (Code of Federal Regulations), Part 76. Contact Collier County Community and Human Services or go to www.HUD.gov website for assistance in obtaining a copy of those regulations. (2) The term substantial non-compliance or non-conformance as used in this certification includes: • Return of awarded grant funds on more than one occasion in the last three years • Non-compliance with a monitoring corrective action plan • Other substantial non-compliance or non-conformance of a grant The undersigned certifies,by signing this certification,that,within the last three years,they have not: 1. Been debarred,suspended,proposed for debarment,declared ineligible or voluntarily excluded from participation in contracting with Collier County Community and Human Services by any federal department or agency. (Where the prospective individual is unable to certify to any of the statements in this certification, such individual shall attach an explanation to this certification.) 2. Had a real or apparent conflict of interest 3. Falsified documents 4. Had substantial non-compliance or non-conformance with performance under a grant with Collier County or any other entity The undersigned shall provide immediate written notice to the grantee at any time the undersigned learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. Collier County Community and Human Services will rely on the certification of this document as true and reliable. However, the County reserves the right to request additional documentation prior to making a final determination. This certification is a material representation of fact upon which reliance is placed when this application is submitted. If it is later determined that the signed knowingly rendered an erroneous certification,the Federal Government(via Section 1001 of Title 18 USC for making false statements) and Collier County may pursue available remedies,including suspension,debarment,grant award retraction,and/or suspension from applying for awards for three years under Resolution 2013-228. Collier County Board of County Commissioners Name of Organization County Manager Role of undersigned(Director,Executive Director,Employee[specify role], Supervisor[specify role] Signature Leo E. Ochs,Jr. Date: ,L Print or type name of signatory Exhibit 15 Procurement Policy PURCHASING POLICY OF COLLIER COUNTY ESTABLISHMENT OF PURCHASING POLICY Ordinance No. 87-25 provides for the adoption of a Purchasing Policy. Collier County Resolution No. 97-435 establishes the following Purchasing Policy. II. PURCHASING DEPARTMENT RESPONSIBILITIES A. The Purchasing Department shall be responsible for: 1. Seeking Maximum Value: Act to procure for the County the highest quality commodities,and contractual services at least expense to the County. 2. Encouraging competition: Endeavor to obtain as full and open competition as possible on all purchases and sales. 3. Procedures: Establish and amend, when necessary, operational procedures for the implementation of the Purchasing Policy provided by ordinance. Said procedures shall become effective only when approved in writing by the County Manager. Copies of the procedures shall be maintained on file in the office of the Purchasing Department. 4. Purchasing Analysis: Keep informed of current developments in the field of purchasing, prices, market conditions and new products, and secure for the County the benefits of research conducted in the field of purchasing by other governmental jurisdictions, national technical societies, trade associations having national recognition, and by private business and organizations. 5. Purchasing Manual: Prescribe and maintain a standard Purchasing Manual for all using agencies. The content of said manual will be governed by this Policy. 6. Forms: Prescribe and maintain such forms as shall be found reasonably necessary to the operation of this Policy. 7. Vendor Certification: Document that vendors doing business with the County have acknowledged their understanding and acceptance of the terms and conditions of the County's Purchasing Policy and have agreed to abide by those terms. 8. Bulk Purchases: Exploit the possibilities of buying "in bulk"so as to take full advantage of discount. 9. Vendors' Catalog File: Prepare, adopt and maintain a vendor's catalog file. Said catalog shall be organized according to materials and/or services and shall contain descriptions of vendors'commodities, prices and discount. 10. Tax Exemptions: Act so as to procure for the County tax exemptions to which it is entitled. 11. Cooperation: Cooperate with using agencies so as to secure for the County the maximum efficiency in budgeting and accounting. 1 12. Suspension and Debarment of Vendors: To oversee and facilitate the suspension and/or debarment of vendors as set forth under Section XXIX of this policy. 13. Inquiry and Control: Have full authority to question the quality, quantity, and kinds of items requisitioned in order that the best interests of the County are served. The Purchasing Director shall have final approval authority for all purchases at or below the formal competitive threshold. To ensure the timely, proper and orderly acquisition of services to the various using agencies, all authority granted to the Purchasing Director in this policy may be formally delegated by the Purchasing Director in whole or in part to appropriate staff members within the County Manager's agency. 111. PURCHASES NOT EXCEEDING $3,000 Purchases that do not exceed $3,000 may be approved by the Purchasing Director without informal or formal competition by means of a purchase order, purchasing card or formal agreement (or any combination therein) as defined under this policy or deemed appropriate by the Purchasing Director. IV. INFORMAL COMPETITION (PURCHASES EXCEEDING $3,000 BUT NOT GREATER THAN$50,000) A. All purchases exceeding $3,000 but not more than $50,000 shall be awarded by the Purchasing Director to the qualified and responsive vendor submitting the lowest or best overall quote which meets all specifications, unless the requirement for competition is waived by the Purchasing Director in accordance with Section 4.B. All such purchases may be solicited and awarded without formal public announcement and without formal competition. 1. Minimum Number Quotes: Open market purchases or sales in excess of $3,000 but less than or equal to the formal competitive threshold shall be based on a good faith effort by the Purchasing Department or the using agency to obtain at least three (3) competitive quotes (including all "no quote" responses). Award shall be made to the lowest, qualified and responsive quote in accordance with the standards set forth in this Policy. 2. Solicitation of Quotes: The Director may solicit quotes orally, written, or electronically for open market pricing or sale, using available bidders' and supplier lists. The Director shall determine in which instances quotations shall be solicited in writing. Further the Director shall determine which agency(e.g.; Purchasing or the using agency) shall obtain the quotations. All quotes in excess of ten thousand dollars $10,000 shall be tendered or confirmed in writing or electronically submitted by the vendor prior to purchase. 3. Public Record: The Director shall keep a record of all open market quotes submitted and such records shall be open to public inspection after award has been made. B. The requirements for requesting quotes from three (3) or more sources are waived and do not require Board action for: 1. Purchase of library books, education and/or Personnel tests, similar audio visual materials, periodicals, printed library cards, etc. 2 2. Professional services; and, in instances when authorized by the Purchasing Director where commodities or services are purchased directly from the owner of a copyright or patent, a governmental agency, a recognized educational institution, a not-for-profit entity or when there are no other identifiable sources available. 3. Purchases that the Director has determined to be legitimate single source purchases. 4. Valid public emergencies or other instances deemed by the Director to be in the best interests of the County. 5. Purchase of services from experts or consultants by or through the Office of the County Attorney for purposes of preparing for or defending against imminent or pending civil litigation or administrative proceedings. C. All purchases greater than $1,000 but less than or equal to$3,000 will generally be processed using a regular purchase order. However, such purchases may be processed using a purchasing card in accordance with Section XXIV of this policy. V. FORMAL COMPETITIVE THRESHOLD(Purchases in excess of$50.000) A. It is the intent of the Board of County Commissioners to establish an amount of fifty thousand dollars ($50,000) as the County's formal competitive threshold for purchases. The established limit shall be applied to all methods of purchase by agencies under the purview of the Board of County Commissioners, including but not limited to competitive sealed bids, competitive proposals and competitive selection and negotiation. The requirement for formal competition may be waived by the Board of County Commissioners where permitted by law, under the following circumstances: 1. Purchase of library books, education and/or personnel tests, similar audio visual materials, periodicals, printed library cards, etc. 2. Single source purchases(pursuant to subsection C). 3. Valid public emergencies(pursuant to Section XXI). 4. Where it is determined to be in the best interests of the County to do so. B. All purchases subject to formal competition shall be awarded by the Board of County Commissioners unless otherwise delegated by the Board via formal public action. C. Exemption For Single Source Commodities: Purchases of commodities and services from a single source may be exempted from formal competition upon certification by the Purchasing Director of both of the following conditions: 1. The item(s) is the only one available that can properly perform the intended function(s); 2. The recommended vendor/contractor is the only one ready, willing and able to meet the County's requirements. All Single Source purchases in excess of the formal competitive threshold shall be exempted from formal competition by the Board. Recurring single source 3 purchases shall not require subsequent Board approval (in the same or in any subsequent fiscal year) provided that there are sufficient budget appropriations to make each purchase. Purchases less than or equal to the formal competitive threshold may be exempted from competition by the Purchasing Director, as permitted by law D. Use of Past Performance Data: In order to promote the qualitative delivery of commodities and services, County departments shall record and consider the past performance of vendors in the award of contracts exceeding the formal competitive threshold. This objective shall be accomplished as follows: 1. The Purchasing Department shall be responsible for each of the following: a. Developing, implementing and maintaining appropriate administrative procedures, instructions and technologies necessary to collect and access vendor performance data. b. Ensuring that relevant past performance data is properly gathered and considered prior to award of subsequent contracts. 2. Using agencies shall be responsible for each of the following: a. Conducting periodic performance evaluations of vendors under contract with the County pursuant to the procedures established pursuant to subsection V.D.1 a. b. Considering the past performance of vendors during the evaluation of formal bids and proposals for subsequent contract awards as set forth in the administrative procedures referenced under subsection V.D.1a. VI. COMPETITIVE BID PROCESS Any purchase of commodities or services costing in excess of the formal competitive threshold shall be accomplished by competitive sealed bid, by competitive selection and negotiation (per section VII) or by competitive proposals (per section VIII). Award of Bid Contract shall be made by the Board to the lowest, qualified and responsive bidder except where otherwise provided for in this policy or unless an exception is granted by the Board. Bid limits for requirements utilizing federal or state funds will be those required by said agency granting the funds or the County's requirements, whichever takes precedence. A. Notice Inviting Bids: 1. Announcement: Notice inviting bids shall be publicly posted by the Purchasing Department in a consistent public location at least ten (10) days preceding the last day established for the receipt of bid proposals. Bids may be solicited and/or received in one or more steps as permitted by law and deemed appropriate by the Purchasing Director. 2. Scope of Notice: The public notice required herein shall include a general description of the commodities/services to be purchased or sold, shall state where bid instructions and specifications may be secured and the time and place for opening bids. 3. Bidders' List: The Director shall also solicit sealed bids from qualified prospective vendors/contractors who have registered their names on the Collier County Purchasing Department vendor database, which will electronically send them a notice of the proposed purchase or sale. Notices 4 sent to the vendors/contractors on the Collier County Purchasing Department vendor database shall be limited to commodities or services that are similar in character and ordinarily handled by the trade group to which the notices are sent. Vendors/contractors are responsible for maintaining their profiles in the database to ensure proper notifications are received. Vendors/contractors may be removed from the database by the Director for continual non-response to formal solicitations and violations to the Purchasing Policy. The Director shall have the discretion to continue to issue formal solicitations and accept formal bids, proposals and other tenders using paper where appropriate. 4. Bid Deposits: When deemed necessary by the Director, bid deposits shall be prescribed in the public notices inviting bids. Said deposits shall be in the amount equal to five percent of the bid submitted. The Director shall have the authority to return the deposits of all bidders prior to award of bid contract by the Board of County Commissioners. A successful bidder shall forfeit any deposit required by the Director upon failure on the vendor's part to enter into a contract within ten(10)working days after written notice of award. 5. Bid Addenda: An addendum to a specification shall be defined as an addition or change in the already prepared specifications for which an invitation has been issued for formal quotations or an announcement has been posted for a formal sealed bid. Any addendum to a request for formal sealed bids shall be approved by the Department Director or designee and the Purchasing Director. The addendum shall clearly point out any addition or change to the invitation for bids. The Purchasing Department shall be responsible for insuring that addenda are available on the e-procurement website and that all prospective bidders who have downloaded specifications are notified of the addendum prior to opening of bids. B. Procedure for Bids: 1. Sealed Bids: Sealed bids shall be submitted manually or electronically to the Director and if manual shall be clearly identified as bids on the outside of the sealed envelope. 2. Opening: Bids shall be opened publicly at the time and place stated in the public notices and shall be witnessed and certified by the Purchasing Department. 3. Tabulation: A tabulation of all bids received shall be made either electronically or manually by the Purchasing Department and shall be available for public inspection. C. Tie Bids: Where there are low tie bids, the award process shall first be subject to Section 287.087, F.S. In the event that all of the tied bidders comply with Section 287.087, F.S., the Purchasing Department shall determine if any of the bidders would be considered a local business as defined under Section XI of this policy. If one (and only one) of the bidders is determined to be a local business, then award of contract shall be made to that bidder. In the event that two or more local bidders are tied thereafter, award of contract shall be made in accordance with Section XI.2.(a)of this policy. 5 r._ I D. Rejection Of Bids And Negotiation: 1. The Board of County Commissioners shall have the authority to reject any and all bids. 2. Subsequent to applying the procedures set forth under Section XI (2)(a) (where applicable), if the lowest, qualified responsive bid exceeds the budgeted amount and if the purchase is not funded in whole or in part with interagency grant dollars,the Purchasing Director may negotiate changes with the apparent lowest qualified and responsive bidder that will bring prices into budgeted limits subject to the final approval and acceptance of the Board. If the budgeted amount includes grant funds, the Purchasing Director shall be authorized to conduct such negotiations provided said actions are not prohibited by law or the grant conditions. 3. If no bid is received, the Board of County Commissioners may authorize the Purchasing Director to purchase by negotiation under conditions most favorable to the public interest and when said purchase will result in the lowest ultimate cost of the commodities or services obtained. E. Waiver Of Irreqularities: The Board of County Commissioners shall have the authority to waive any and all irregularities in any and all formal bids. F. Award Of Bid Contract: The Chairman, when authorized by majority vote of the Board or as otherwise provided for in this policy, shall execute formal contracts having a binding effect upon the County. Formal, bilateral contracts shall not be required where a purchase order is sufficient. A formal contract shall be awarded by the Board of County Commissioners to the lowest qualified and responsive bidder. In addition to the price shall be considered the following: 1. The ability, capacity and skill of the bidder to perform the contract. 2. The ability of the bidder to perform the contract within the time required or the least time, if appropriate,without delay or interference. 3. The experience and efficiency of the bidder. 4. The quality and performance of previous contracts awarded to the bidder. 5. The previous and existing compliance by the bidder with laws and ordinances relating to the contract. 6. The quality, availability and adaptability of the commodities or contractual services to the particular use required. 7. The ability of the bidder to provide future maintenance and service (where applicable). All recommendations for award for bid contract will be reviewed and approved by the Purchasing Director prior to presentation to the Board of County Commissioners. Bidders competing for a prospective bid award (and their agents/representatives) will not be permitted to publicly or privately address the Board regarding a prospective purchase prior to the time of award unless requested to do so by the Purchasing Director or by a majority vote of the Board. 6 - i VII. PROCUREMENT OF PROFESSIONAL SERVICES A. Because differences in price may only be a minor concern compared to qualitative considerations, professional services may be exempted by the Purchasing Director p Y p Y 9 from the competitive bidding process. Instead, professional services will be typically acquired through one of the following methods: 1. Competitive Selection and Negotiation. 2. Competitive Proposals(pursuant to Section VIII). B. A professional service shall be defined as assistance obtained in support of County operations from an independent contractor in one or more of the following professional fields: 1. Appraisal Services-real and personal property appraisers. 2. Architecture, professional engineering, landscape architecture, or registered land surveying services(as per Section 287.055, F.S.). 3. Audit and Accounting Services - auditors and accountants (excepting the selection of the annual auditor which shall be conducted as per Section 11.45, F.S.). 4. Consultants-planning, management,technological or scientific advisors. 5. Financial Services - bond counsel, rating and underwriting, financial advisor, and investment services. 6. Legal Services-attorneys and legal professionals. 7. Medical Services - medicine, psychiatry, dental, hospital, and other health professionals. C. Requests exclusively for services defined under VIl.B.2 will be procured in a manner consistent with Section 287.055, F.S., known as "The Consultant's Competitive Negotiation Act" as required by said statute. Projects may include, but are not strictly limited to one or more of the following: 1. Fixed assignment contracts: A grouping of minor professional service (including construction inspection services)assignments. 2. Fixed term contracts: Countywide agreements for various and miscellaneous minor professional services (including construction inspection services) on an as needed basis. 3. General Professional Services: Includes administration, support and management of engineering, architectural, surveying and planning activities. Prior to issuing a work order under a contract identified under Section VII.C.1-3, the Director shall have the discretion to solicit project or task specific proposals from one firm or from multiple firms under a fixed term contract. In such instances, each solicitation shall be issued on a "best value" basis where qualifications and price are considered. Each solicitation shall include at minimum a description of work to 7 be performed and the criteria to be used to evaluate each proposal. For all "best value" based solicitations, price shall not exceed 50 percent of the total evaluation criteria. The Director shall be authorized to approve all work orders where the maximum initial dollar amount does not exceed two hundred thousand dollars ($200,000) and where the maximum initial contract amount does not exceed seven hundred fifty thousand dollars ($750,000). Any work order and/or contract that exceeds that amount subsequent to award and prior to completion of the work shall be subject to the provisions of Section XV.0 of this resolution. Projects shall not be sub-divided to circumvent the dollar thresholds established herein. All fixed term agreements issued under this section shall be eligible for extension or renewal in accordance with the provisions of Sections XV.D and E respectively. D. For all service procurements in excess of the formal competitive threshold under the Competitive Selection and Negotiation method, authority to announce and distribute Requests for Proposals or Letters of Interest and Qualifications and to appoint and empower a selection committee shall be pursuant to Section VIII.B. hereof. E. Final selection of the professional service provider (award of contract) shall be made by the Board of County Commissioners. F. Purchases for all professional services estimated to be equal to or less than the formal competitive threshold may be approved by the Purchasing Director, as permitted by law. G. Requests for outside legal services will be referred to the County Manager and the County Attorney for review and comment as to whether said services are necessary and/or appropriate. Requests for outside legal services may be exempted from formal competition by the Board of County Commissioners at the request of the County Manager or County Attorney. H. The acquisition of services from experts or consultants for purposes of preparing for or defending against imminent or pending litigation or administrative proceedings shall be exempt from all competitive requirements of this policy. Any such acquisitions that do not exceed $50,000 may be approved by the County Attorney and the Purchasing Department without further action. Acquisitions that exceed $50,000 may be authorized by the County Attorney and the Purchasing Department, but will be reported at a regular meeting of the Board for ratification. VIII. COMPETITIVE PROPOSALS A. The Competitive Proposals process is a method of contract selection that may be utilized by the Purchasing Director under circumstances where one or more of the following conditions exist: 1. Where qualitative considerations are of equal or greater concern than pricing considerations. 2. Where the conditions of the purchase do not lend themselves to the formal sealed bid process or the award of a firm,fixed fee contract. 3. Where the County is incapable of specifically defining the scope of work for which the commodity(s) or service(s) is required and where the qualified offer 8 is asked to propose a commodity(s) or service(s) to meet the needs of the County. 4. Where the County desires to enter into a single contract for the design and construction of a public construction project(s). B. For purchases in excess of the formal competitive threshold and where appropriate or required by law, the competitive proposals process will be utilized. The process will be conducted in a manner similar to the .sealed bid process as set forth under Section VI except where otherwise stated in this section. The competitive proposals process shall proceed as follows: 1. A Request for Proposals (RFP) will be prepared and distributed in a manner consistent with the definition of said term found in Section 2 of Collier County Ordinance No. 87-25. Notice of said request(s)shall be publicly posted by the Purchasing Department at least 21 calendar days preceding the last day established for the receipt of proposals. 2. Each Request for Proposals shall identify the appropriate evaluation procedures and criteria to be applied to the selection of the best proposal among the respondents. Each RFP pertaining to the award of a design/build contract(s)shall be subject to the requirements of Section 287.055 F.S. 3. Prior to the announcement and distribution of the RFP, a selection committee shall be appointed by the County Manager to evaluate the proposals received. For all purchases made under the Competitive Proposals method, the County Manager may empower the selection committee to designate and rank the proposals prior to the commencement of negotiations and to negotiate a tentative agreement, subject to award by the Board. 4. Proposals may be solicited and/or received in one or more steps as permitted by law and deemed appropriate by the Purchasing Director. Unless otherwise prohibited by law, the Purchasing Director shall have the discretion to solicit and conduct simultaneous or concurrent negotiations with one or more firms. C. For purchases in excess of the formal competitive threshold, final selection of the awardee will be made by the Board of County Commissioners. D. Purchases less than or equal to the formal competitive threshold may be authorized by the Purchasing Director, as permitted by law and shall not require formal solicitation or announcement unless deemed necessary by the Purchasing Director. IX. PROCUREMENT OF DESIGN/BUILD CONTRACTS A. Procurements for the design and construction of public construction projects may be obtained through a single contract with a firm selected in a manner permitted under Section 287.055, F.S.and the procedures set forth in this section. B. Upon completion of the Design Criteria Package, procurements of Design/Build services shall be processed in a manner consistent with Section VIII hereof entitled "Competitive Proposals". C. Administrative procedures shall be established by the County Manager or his designee for utilization of the design criteria professional concerning the evaluation of the proposals submitted by the design/build firms, the supervision or the 9 approval by the County of the work drawings of the project and evaluation of the project construction with the design criteria package. D. The Board of County Commissioners may declare a public emergency, where appropriate and authorize the using agency to negotiate an agreement for Board approval with the best qualified design-build firm available at that time. X. Small and Disadvantaged Minority and Women Business Enterprises A. Policy Statement: Collier County stands committed to providing equal opportunities to small businesses and disadvantaged business enterprises (DBE), minority business enterprises (MBEs) and women enterprises (WBEs) as well as to all vendors, consultants, contractors and subcontractors who seek to do business with the County. Pursuant to this policy, Collier County will require its vendors, consultants, contractors and subcontractors to provide qualified small businesses and DBE's with an equal opportunity to participate in the formal competitive processes for the procurement of commodities and services by the County. The Policy is not intended to require or to allow partiality toward or discrimination against any small business or DBE, MBE, WBE, or any other vendor, consultant, contractor or subcontractor on the basis of gender, race or national origin, or other such factors, but rather to help ensure that small businesses and DBEs, MBEs, WBEs, and all qualified vendors, consultants, contractors and subcontractors have an equal opportunity to participate in the County's formal competitive processes. Nothing in this Policy shall be construed to provide for or require any preference or set-aside based on gender, race, national origin or any other such factor. B. Definitions: For purposes of this policy, the term "small business" shall have the same definition as set forth under Section 288/03.(1), F.S. The term "DBE" shall include any "small business" as defined pursuant to Section 288.703(1) that is at least 51 percent owned or controlled by a person or persons defined as "socially and economically disadvantaged" individuals pursuant to Section 14-78.602(18), F.A.C. Reference to these definitions, however, shall in no way be construed to provide that the County has adopted or is subject to the provisions of the Statute or Code referenced herein. C. Implementing Measures: In an effort to implement this policy, the County may undertake the following measures: 1. Designate the Purchasing Director to administer this policy. 2. Utilize outreach programs to identify, register and educate small businesses and DBEs, MBEs and WBEs to participate in the procurement/contract process including, but not limited to: a. Attending trade fairs which include representatives from these enterprises. b. Attending meetings and social events wherein these enterprises. c. Utilizing publications aimed at reaching these enterprises. 10 d. Utilizing directories and other reference sources that list these enterprises. e. Publicizing this Policy to encourage these enterprises to participate in the County's procurement process. f. Other actions designed to identify these enterprises who seek to provide commodities and services to the County. 3. Maintain a list of these enterprises. 4. Disseminate information regarding competitive opportunities with the County in order to allow qualified small businesses and DBEs, MBEs and WBEs to participate in the County's procurement process. D. Conformity with Applicable Law: The provisions of this section shall be construed in conformity with applicable state and federal law. To the extent that state law conflicts with federal law,federal law shall supersede such state law. XI. Procedure to Provide Preference to Local Businesses in County Contracts. Except where otherwise provided by federal or state law or other funding source restrictions or as otherwise set forth in the purchasing policy, purchases of commodities and services shall give preference to local businesses in the following manner: (1) "Local Business"defined Local business means the vendor has a valid occupational license issued by Collier County at least one year prior to bid or proposal submission to do business within Collier County that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier County from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not by used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year. (2) Preference in purchase of commodities and services by means of competitive bid, request for proposals, qualifications or other submittals and competitive negotiation and selection. Under any such applicable solicitation, bidders/proposers desiring to receive local preference will be invited and required to affirmatively state and provide documentation as set forth in the solicitation in support of their status as a local business. Any bidder/proposer who fails to submit sufficient documentation with their bid/proposal offer shall not be granted local preference consideration for the purposes of that specific contract award. Except where federal or state law, or any other funding source, mandates to the contrary, Collier County and its agencies and instrumentalities, will give preference to local businesses in the following manner: (a) Competitive bid (local price match option). Each formal competitive bid solicitation shall clearly identify how the price order of the bids received will be evaluated and determined. When a qualified and responsive, non-local business submits the lowest price bid, and the bid submitted by one or more qualified and responsive local 11 businesses is within ten percent of the price submitted by the non-local business, then the local business with the apparent lowest bid offer (i.e.; the lowest local bidder) shall have the opportunity to submit, an offer to match the price(s) offered by the overall lowest, qualified and responsive bidder. In such instances, staff shall first verify if the lowest non-local bidder and the lowest local bidder are in fact qualified and responsive bidders. Next, the Purchasing Department shall determine if the lowest local bidder meets the requirements of Section 287.087, F.S. if the lowest local bidder meets the requirements of 287.087, F.S., the Purchasing Department shall invite the lowest local bidder to submit a matching offer to the Purchasing Department which shall be submitted to the Purchasing Department within five (5) business days thereafter. If the lowest local bidder submits an offer that fully matches the lowest bid from the lowest non-local bidder tendered previously, then award shall be made to the local bidder. If the lowest local bidder declines or is unable to match the lowest non-local bid price(s), then award will be made to the lowest overall qualified and responsive bidder. If the lowest local bidder does not meet the requirement of Section 287.087, F.S. and the lowest non-local bidder does, award will be made to the bidder that meets the requirements of the reference state law. (b) Request for proposals, qualifications or other submittals and competitive negotiation and selection. For all purchases of commodities and services procured through the Competitive Proposals (Section VI) or Competitive Selection and Negotiation (Section VIII) methods not otherwise exempt from this local preference section, the RFP solicitation shall include a weighted criterion for local preference that equals 10 percent of the total points in the evaluation criteria published in the solicitation. Purchases of professional services as defined and identified under subsection VII.B.2 (which are subject to Section 287.055, F.S.) and subsection VII.B.3 (which are subject to Section 11.45, F.S.)shall not be subject to this local preference section. (3) Waiver of the application of local preference. The application of Local Preference to a particular purchase or contract for which the Board of County Commissioners is the awarding authority may be waived upon approval of the Board of County Commissioners. (4) Comparison of qualifications. The preferences established herein in no way prohibit the right of the Board of County Commissioners to compare quality of materials proposed for purchase and compare qualifications, character, responsibility and fitness of all persons, firms or corporations submitting bids or proposals. Further, the preferences established herein in no way prohibit the right of the County Commission from giving any other preference permitted by law instead of the preferences granted herein. (5) Reciprocity. In the event Lee County, or any other Florida county or municipality ("local government') deemed appropriate by the Collier County Board of Commissioners, extends preferences to local businesses, Collier County may enter into an interlocal agreement with such local government wherein the preferences of this section may be extended and made available to vendors that have a valid occupational license issued by that specific local government to do business in that local government that authorizes the vendor to provide the commodities and services to be purchased, and a physical business address located within the limits of that local government. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of the said local government whichever is applicable, in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to that local government's tax base, and residency of employees and principals of the business located within the limits of that local government. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for 12 I consideration as a "local business" under this section. In no event shall the amount of the preference accorded other local government firms exceed the amount of preference that such local government extends to Collier County firms competing for its contracts. (6) Purview and administration of this policy. This policy shall apply to all departments and units under the direct purview of the Board of County Commissioners. The Purchasing Department shall be responsible for developing, implementing and maintaining administrative procedures in support of this policy. (7) Subsequent Review and Sunset Provision. Pursuant to the adopting resolution, this local preference section is being added to the purchasing policy in support of the local economy during difficult economic times in Collier County. On or about one year of the effective date, the Purchasing Department will provide the Board with an update of the results and impacts to date of this local preference policy. Within two years of the effective date, the Board shall receive a similar report from the Purchasing Department and shall determine whether to continue or modify this policy. Should the Board not elect to continue the local preference policy, it will expire at that time. XII. PAYMENT OF INVOICES A. It is the intent of the Board of County Commissioners that all agencies under its purview be in compliance with Section 218.70 F.S., otherwise known as the "Local Government Prompt Payment Act". Pursuant to this, the requirements of this section shall apply to the following transactions: 1.The purchase of commodities and services; 2.The purchase or lease of personal property; 3.The lease of real property. .'• B. The Purchasing Director shall have the authority to establish and maintain a procedure that authorizes minor payment variances between the purchase order and invoice where warranted. The authority to pay such variances shall not exceed 5%of the purchase order amount or$500,whichever is less. C. Additionally, the Purchasing Director shall be permitted to establish and maintain a procedure that authorizes the payment of freight and delivery charges that are not specifically identified on the purchase order. D. It shall be the responsibility of the Purchasing Director, in consultation with the Finance Director and using agencies,to establish, distribute and administer procedures for the timely payment of all transactions as defined under XII.A hereof. Such procedures shall include, but not be limited to the following: 1. Formally defining the County's requirements for the content and submission of a proper invoice, codifying the County's payment requirements and formally notifying each vendor of their availability. 2. Steps required for the receipt of all invoices and the prompt return of improper invoices. 3. Steps required for the resolution of payment disputes between the County and a vendor. 13 E. Each December, the Finance Director and the Purchasing Director shall submit a joint report to the Board listing the number and total dollar amount of interest penalty payments made during the preceding fiscal year. XIII. PAYMENT OF DUES FOR MEMBERSHIP IN PROFESSIONAL ORGANIZATIONS County funds may be used to pay for dues for membership in a professional or other organization provided that such expenditure meets the following criteria: 1. Such membership is deemed necessary to meet duties and responsibilities required by Federal, State or local mandate or to facilitate proper professional development. 2. The organization of membership is of a non-profit nature. 3. Sufficient funds are available within the proper appropriation unit/summary code. XIV. STANDARDIZATION, COOPERATIVE PURCHASING AND GOVERNMENTAL CONTRACTS A. Where standardization is determined to be desirable by the Director, the purchase of commodities may be made by negotiation with the approval of the Board of County Commissioners if more than the competitive bid limit or by the County Purchasing/General Services Director if less than or equal to the competitive bid or negotiation threshold. B. The Director shall have the authority to approve purchases under State of Florida and Federal GSA cooperative contracts. The Director shall also be authorized to join with other units of government in cooperative purchasing ventures prior or subsequent to award when in the best interests of the County. If funds have already been budgeted, no further Board action will be required. In authorizing all such purchases under pre-existing agreements, the Director shall have determined that the term and conditions of the purchase are competitive in the market and favorable to the County. XV. CONTRACT ADMINISTRATION A. Contract Document: Every procurement of contractual services or commodities shall be evidenced by a written document containing all provisions and conditions of the procurement. Said document shall include, but not be limited to: 1. A listing of the scope of services to be performed or commodities to be purchased. 2. A provision specifying the criteria and the final date by which such criteria must be met for completion of the contract. 3. A provision specifying the terms of cancellation by the County and where applicable, a provision specifying the terms of renewal. 4. Where applicable, a provision establishing the appropriate types and levels of insurance to be carried by the vendor. Said provision shall be employed in a manner consistent with minimum insurance standards approved by the Board of County Commissioners. 14 5. Where applicable, pursuant to Section 287,133 F.S., a provision requiring the contractor/vendor to inform the County if he/she has been convicted of a public entity crime subsequent to July 1, 1989. A purchase order that embodies these provisions shall be sufficient documentation of the procurement. The Purchasing Director shall have the discretion to determine the circumstances under which a purchase order (and all documents included by reference)shall serve as the contract document. B. Contract Manager: Every procurement of services shall be administered by the using agency(requesting department). C. Contract Changes: Notices issued under a purchase or contract may be authorized and executed by the Purchasing/General Services Director, excepting notices that terminate a Board-approved purchase or contract in its entirety. Modifications to a Board approved purchase or contract, including but not limited to change orders, supplemental agreements, amendments and changes by letter may be authorized and executed by the Purchasing/General Services Director provided that the change (or the sum of the changes) amounts to not more than the greater of(i) 10 percent of the current Board approved amount. or(ii)$10,000. The proviso at the end of the previous paragraph shall riot be applicable to term contracts or blanket purchase orders where the County desires to procure commodities and/or services on an as needed basis without having to obligate itself to a total contract amount. Rather, such purchases shall be based on fixed unit prices or other predetermined pricing methods and shall be limited in quantity by the amount of funds appropriated in the budget of the using agency(ies). Such purchases shall be subject to all other provisions of this policy. Notices that terminate an entire purchase or contract that was Board approved, and contract modifications that increase the total contract amount beyond the limits set forth above as applicable, shall require the approval of the Board of County Commissioners or as otherwise provided for in this policy. The Board shall have broad authority, within the limits of the law, to evaluate and approve any recommended contract modification without requiring further competition. All deductive changes pertaining to the use of direct material purchases, including those that reduce the contract amount by more than ten percent below the current Board approved contract amount shall be reported to the Board monthly as part of the monthly contract changes report and shall not require prior Board approval. D. Contract Extension: Extension(s) of a Board-approved contract for commodities or services may be requested by the contract manager to the Purchasing/General Services Director in writing for a period not to exceed six (6) months (cumulatively) and shall be subject to the same terms and conditions set forth in the initial contract. The Purchasing/General Services Director shall have the authority to authorize and execute all such extensions. Any extension(s) that exceed six months (cumulatively) shall be approved by the Board of County Commissioners. Extensions of contracts that do not (inclusive of the extension) exceed the formal competitive threshold may be authorized and executed by the Purchasing/General Services Director without Board action. E. Contract Renewal: The Purchasing/General Services Director shall have the authority to authorize and execute renewals of contracts for commodities and/or services subject to the following conditions: 15 1. That the Contractor has performed in a satisfactory manner and that the Director has received a request to renew from the Contract Manager verifying the Contractor's satisfactory performance. 2. That the agreement is renewed subject to the terms and conditions set forth in the initial contract. Costs and terms of any contemplated renewals are included in the invitation to bid or request for proposals. 3. That the renewal is done on an annual basis, commencing at the end of the initial contract period. Any such contracts shall not be renewed for more than 3 years unless competitively procured. Proposed renewals that fail to meet one or more of the conditions set forth herein will require the approval of the Board of County Commissioners. F. Contract Approval: All formal, bilateral contracts for commodities and services in excess of the formal, competitive threshold shall be authorized by the Board of County Commissioners. Such agreements for purchases less than or equal to the formal, competitive threshold may be authorized and executed by the Purchasing Director, subject to the review and approval for legal sufficiency by the Office of the County Attorney. G. Work Orders (Not Under CCNA): The Purchasing/General Services Director may authorize and execute any work order if the work order is equal to or below such Board approval parameters for work orders as are set forth in either the Board approved term contract for services under which the work order is generated, the solicitation document (s) that resulted in the contract or the Executive Summary that pertains to the contract. Modifications to a work order may be authorized and executed by the Purchasing/General Services Director, provided that the work order, as modified, does not exceed $100,000 or if it does, the change (or sum of the changes) does not exceed 10%of the current Board approved amount. The above provisions of the Section G shall not apply to work orders, or modifications to work orders, governed by Section VII.0 above. H. Consent to Assignments of Contract: For all contracts which exceed the formal competitive threshold, the Board of County Commissioners shall approve all assignments of contracts requested by the predecessor contracting party. For such requests for agreements below the formal competitive threshold, the Purchasing/General Services Director shall have the authority to approve assignments on behalf of the agency. I. Authority Limitation and Delegation: Promulgation of Procedures: The Purchasing/General Services Director may delegate to one or more other Board employees any or all aspects of the authority vested in the Purchasing/General Services Director to authorize and/or execute contracts or contract-related documents pursuant to Section VI1.0 above and Sections C through G of this Article XV or otherwise under law. All authority to authorize and execute documents that is vested pursuant to this Article XV in the Purchasing/General Services Director or any other person shall be subject to the limits of any applicable federal, state or other law. 16 f-- The Purchasing Department shall be responsible for establishing and maintaining administrative procedures that set forth any delegations of authority made pursuant to the foregoing provisions of this Section I, that set forth formal processes for each of the instruments referenced in this Article XV, and that are in all respects subject to the provisions of this Article XV. These procedures shall also set forth generalized requirements for (i) such pre- execution reviews of documents by the Office of the County Attorney and (ii) pre-. execution reviews of documents by such other departments, if any, as the Purchasing/General Services Director determines to be appropriate and advisable. J. Payments to Contractors, Vendors and Consultants Prior to the execution of a formal contract subject to this policy, the Purchasing Department shall have the discretion to establish a formal payment schedule and payment terms within the agreement. Such terms and conditions shall be consistent with the requirements of all applicable laws and the formal solicitation documents. In accordance with Section 218.735 (8), F.S., the Purchasing Director shall establish procedures to reduce to 5% the amount of retainage withheld from each subsequent progress payment issued to a contractor where applicable. The Purchasing Director, or his designee, shall have the discretion to establish, in writing, a schedule(s)to further reduce the percentage of cumulative retainage held throughout the course of the project schedule where warranted. The discretion of the project manager to reduce the percentage of cumulative retainage shall be subject to the following: 1. That the term "cumulative retainage" is defined to mean "the dollar total of the funds retained from all payments issued under the contract divided by the gross dollar total of all monthly pay requests (or the total of all payment amounts deemed allowable by the project manager,whichever is less)". 2. That any decision to reduce retainage shall be formally communicated in a letter to the Contractor's appropriate representative and that the letter affirmatively states that the Contractor has performed the contract work in a satisfactory manner. 3. That the cumulative retainage not be adjusted until at least 50% of the work has been completed and payment has been issued. 4. That the Purchasing Director's letter expressly sets forth the percentage of cumulative retainage to be held for the remaining pay requests. The Purchasing Director's designee shall also be granted the discretion to authorize the partial release or payment of contract retainage to the contractor prior to final completion of all project work provided that: 1. The contractor has performed in a satisfactory manner to date. 2. The total aggregate work under the agreement is at least 50% completed and accepted (i.e.; payments equaling at least 50% of the contract amount less retainage have been issued) 17 3. The retainage dollar amount to be released is based upon and consistent with the prevailing percentage of cumulative retainage being held at the time that the retainage is released. XVI. PERFORMANCE AND PAYMENT BONDS A contractor or vendor shall provide a surety bond from a surety company to guarantee full and faithful performance of a contract obligation and the payment of labor and material expended pursuant to a contract whenever, and in such amounts, as required by statute or otherwise as deemed necessary by the Purchasing Director. An irrevocable letter of credit from a financial institution operating within the State of Florida (or other alternative forms of surety as permitted under Florida law) may be sufficient in place of the performance bond if so provided for in the bid and contract documents. All such bonds or letters of credit shall be approved as to form by the County Attorney. XVII. UNAUTHORIZED PURCHASES No County officer or employee shall intentionally order, other than by purchasing card as permitted under this policy, the purchase of any commodities or services, or make any contract within the purview of this policy other than through the Purchasing Director. Any purchase order or contract made contrary to the provisions hereof shall not necessarily be approved and the County shall not be bound thereby. All purchases made within the provisions of this Policy shall be made with a purchase order or purchasing card, whichever is appropriate. In the event that a purchase transaction is found to be in violation of this policy, the Purchasing Director shall determine the facts pertaining to the transaction. In consultation with the appropriate operating department director, the Purchasing Director shall determine whether it is in the best interests of the County to proceed with the purchase and if so, under what conditions. If a determination is made to proceed with the purchase, all such transactions in excess of the formal competitive threshold (or other applicable Board authorization thresholds set forth in this policy) shall require the approval of the Board. All such transactions equal to or less than the formal competitive threshold may be approved by the Purchasing Director. A. Exceptions: This section shall not apply to the payment of premiums for insurance policies that have been acquired through prior Board action. This section shall not apply to nor supersede Resolution Nos. 86-30, 86-209 and 87-16. XVIII. PROHIBITION AGAINST SUBDIVISION No contract or purchase shall be subdivided to avoid the requirements of this Policy. XIX. PROTEST OF BID OR PROPOSAL AWARD The purpose of this section is to accommodate legitimate protests concerning formal competitive invitations and recommended contract awards above the competitive bid or proposal thresholds prior to award of contract by the Board of County Commissioners. A. Any actual or prospective bidder or respondent to an Invitation for Bids or a Request for Proposals, who alleges to be aggrieved in connection with the solicitation or award of a contract, (hereafter referred to as "the protesting party") may protest to the Purchasing Director,who shall serve as the sole recipient of any and all notices of intent to protest and all formal protests. B. All formal protests with respect to an Invitation for Bids or a Request for Proposals shall be submitted to the Purchasing Director in writing not less than four hours prior to the opening of bids or the closing time for acceptance of proposals. The 18 r f I r Purchasing Director, in consultation with the contract manager (and other appropriate County staff), shall have the authority to address all such protests received under subsection B and to determine whether postponement of the bid opening or proposal closing time is appropriate. The Purchasing Director's decision shall be considered final and conclusive unless the protesting party files a subsequent formal protest of the recommended contract award as described under this section. C. Any actual or prospective bidder or respondent to an invitation for bids or a Request for Proposals who desires to formally protest a recommended contract award shall submit a notice of intent to protest to the Purchasing Director within two (2) calendar days, excluding weekends and County holidays, from the date of the initial posting of the recommended award. D. All formal protests with respect to a recommended contract award shall be submitted in writing to the Purchasing Director for a decision. Said protests shall be submitted within five (5) calendar days, excluding weekends and County holidays, from the date that the notice of intent to protest is received by the Purchasing Director. The formal protest shall contain, but not be limited to the following information: 1. Name and address of County agency affected and the bid number and title. 2. The name and address of the protesting party. 3. A statement of disputed issues of material fact. If there are no disputed material facts, the written letter must so indicate. 4. A concise statement of the ultimate facts alleged and of any relevant rules, regulations, statutes, and constitutional provisions entitling the protesting party to relief. 5. A demand for the relief to which the protesting party deems himself entitled. 6. Such other information as the protesting party deems to be material to the issue. E. In the event of a timely protest of contract award consistent with the requirements of this section, the Purchasing Director shall not proceed further with the award of the contract until all appropriate administrative remedies as delineated under this section have been exhausted or until the Board of County Commissioners makes a determination on the record that the award of a contract without delay is in the best interests of the County. Neither the protesting party, their agents or their representatives shall have any private contact or discussions with individual County Commissioners or any independent hearing officer (where applicable) regarding the protest prior to the protest being heard or reviewed by either of the aforementioned unless requested to do so by the Purchasing Director. F. The Purchasing Director shall review the merits of each timely protest and in consultation with the contract manager and other appropriate County staff, issue a decision stating the reasons for the decision and the protesting party's rights of appeal under section XIX. Said decision shall be in writing and mailed or otherwise furnished to the protesting party. The decision of the Purchasing Director shall be final and conclusive unless the protesting party delivers a subsequent written objection to the Purchasing Director within two (2) calendar days, excluding weekends and County holidays from the date of receipt of the decision. G. In the event of a subsequent objection pursuant to subsection F, the County Manager shall have the discretion to appoint an independent hearing officer to 19 review the facts relevant to the protest. The appointed officer will have a maximum of 60 days to schedule and conduct a hearing into the matter and issue a finding of fact and a opinion in writing to the County Manager for submission to the Board of County Commissioners. Prior to commencement of the hearing, the protesting party shall be required to post a cash surety in an amount equal to one (1) percent of the using agency's estimate of the contract amount or one-thousand dollars ($1,000), whichever is less. Should the Hearing Officer find in favor of the County, the protesting party shall forfeit the surety as partial payment for undue delay. Otherwise,the surety will be returned to the protesting party. H., In the event that the protest cannot be resolved by mutual consent, the matter will be referred to the Board of County Commissioners for final resolution. I. Failure to file a formal protest within the time and manner prescribed by Section XIX shall constitute a waiver of the right to protest by any protesting party as defined by subsection A of this section. XX. CONTRACT CLAIMS All actual or prospective claims arising against the County from contractors, vendors or any other party in direct privity with the County to provide commercial commodities or services shall first be directly addressed by the parties' administrative representatives in a manner consistent with the agreement between the parties and in accordance with the County's Procurement Administrative Procedures Manual. For any prospective or actual claims or disputes arising under any contract entered into by the County, the Purchasing Director shall have the discretion to arbitrate or mediate the claim or dispute or may appoint an independent third party to do so within the authorization threshold limits of this policy. XXI. EMERGENCY PURCHASES A. By County Manager: In case of an emergency which requires immediate purchase of commodities or services in excess of the formal competitive threshold, the County Manager shall be empowered to authorize the Director to secure by open market procedure as herein set forth, any commodities or services, The County Manager shall have the authority to act in the case of any emergency including the issuance of emergency change orders/supplemental agreements. Any emergency action shall be reported at the first available regular or special meeting of the Board of County Commissioners. The County Manager shall further be authorized to approve payment(s) to vendors at the time of or shortly after purchase should the circumstances warrant. B. By Purchasing Director: In case of any emergency which requires immediate purchase of commodities or services equal to or less than the formal competitive threshold, the Purchasing Director shall be empowered to secure such services and commodities by open market procedure as herein set forth. Such action shall be reported immediately to the County Manager when appropriate. This section in no way constrains the provisions of Collier County Ordinance No.84-37. XXII. INSPECTION AND TESTING The Director shall inspect, or supervise the inspection of, or cause to be inspected, all deliveries of commodities or services to determine their conformance with the specifications set forth in an order or contract. 20 Ii I-- � A. Inspection by Using Agency: The Director shall have the authority to authorize using agencies having the staff and facilities for adequate inspection to inspect all deliveries made to such using agencies under rules and regulations which the Director shall prescribe. B. Testing: The Director shall have the authority to require chemical and physical tests of samples submitted with bids and samples of deliveries which are necessary to determine their quality and conformance with specifications. In the performance of such tests, the Director shall have the authority to make use of laboratory facilities of any agency of the County or of any outside laboratory. XXIII. SURPLUS COMMODITIES AND TANGIBLE PERSONAL PROPERTY All using agencies shall submit to the Director, at such times and in such form as shall be prescribed, reports showing stocks of all tangible personal property which are no longer used or which have become obsolete, worn out or scrapped. A. Transfer: The Director shall have the authority to transfer surplus stock to other using agencies. B. Sale: The Director shall have authority to sell all commodities of a value less than the limits proscribed under Chapter 274 F.S., which have become unsuitable for County use. Sales under this section shall be made to the highest responsible bid and in conformance with Section, 274, F.S. The Director shall be authorized to approve all sales where the net revenue to the County does not exceed $50,000. All sales exceeding$50,000 in net revenue to the County will be approved by the Board prior to completing the sale or conducting the sales event. C. Trade In: The Director shall be authorized to approve purchases that include the "trade in" of existing items (including assets) pursuant to the purchase of new, replacement or upgraded items/services. D. Donation: Operating departments under the purview of the Board of County Commissioners shall be authorized to accept items donated to the County. The receipt of all items not considered to be assets as defined under Florida law is to be documented by a letter from the operating department director to the donating entity. Items considered to be assets are to be documented using the appropriate forms and forwarded to the Fixed Assets Section of the Clerk of Courts Finance Division. Documentation is to include, but not be limited to; the date the asset(s)was received; the estimated fair market value of the asset(s); a description of the asset(s); a serial number if applicable and the fund/cost center under which the asset(s) will be assigned. E. Disposition of Assets: The Director shall have the authority to determine whether previously-acquired items (including assets)that are no longer useful to the agency have commercial value and if not, to dispose of such items in an appropriate manner with or without offering such items for sale, trade or donation to other entities. The Fixed Assets Section of the Clerk of Courts' Finance Division will submitted a quarterly report that identifies any assets that are disposed of under the provisions of this subsection. XXIV. PURCHASING CARD PROGRAM The Director shall be responsible for the overall management and operation of the County's purchasing card program. For the purpose of this policy, a purchasing card is a 21 ` I credit card officially assigned to specific employees under the purview of the Board of County Commissioners' agency for the purpose of transacting small and/or strategic purchases. The Director shall be authorized to assign cards to employees for these purchases. The Director shall have the authority to establish the following dollar limits for each assigned card: A. Single Transaction Limit: Not to exceed$1,000 per card unless otherwise authorized by the Director. B. Monthly Spending Limit: Not to exceed $10,000 per card unless otherwise authorized by the Director. C. Strategic Purchases: The Director may utilize (or delegate the authority to other Purchasing Department staff to utilize)a purchasing card to place orders that exceed the limits set forth under this section in instances where one or more of the following is true: 1. Where the purchase is to address a valid public emergency;or 2. Where the County will earn revenue through card program rebates; or 3. Where a vendor is requiring the County to order by purchasing card. D. Sales Tax Compliance: Pursuant to Section 212.08(6), F.S., County purchases transacted with vendors within the State of Florida are exempt from the state sales and use tax. In such instances, it is the responsibility of the cardholder to provide the vendor with the appropriate tax exemption information when the card is presented to the vendor. In the event that the cardholder refuses to grant the tax exemption when the card is presented, the cardholder is authorized to allow the tax to be charged to the card. It is the position of the Board that it is not cost effective or in the public interest to require a cardholder to seek a credit for sales tax collected when the total sale does not exceed $300. In the event that the total sale exceeds $300, the cardholder's department director(or their designee) is responsible to ensure the tax is returned to the County for the purchase. E. Rebates: All purchasing cards rebates will be credited to the general fund unless otherwise specified by the Director. In all such instances, the Director shall ensure that the purchase has been approved subject to all other provisions of this policy. All fixed assets purchased using a purchasing card shall be properly recorded and tracked through the Fixed Assets Section of the Clerk of Courts Finance Division. The language of this section is not intended to supersede the provisions of Collier County Resolution 2006-49. XXV. SEVERABILITY If any one or more of the provisions of this Policy should be held contrary to any provision of law or contrary to express law, though not expressly prohibited, or against public policy, or shall for any reason whatsoever be held invalid,then such provision(s) shall be null and void and shall be deemed severable from the remaining provisions of this Policy and in no way shall affect the validity of all other provisions of this Policy. 22 II XXVI. REPEAL PRIOR AND CONFLICTING All resolutions and policies or parts of resolutions and policies, in conflict herewith, are hereby repealed. XXVII. EFFECTIVE DATE An official copy of this Policy shall be filed in the office of the Clerk to the Board of County Commissioners immediately after enactment and this Policy shall take effect at that time. XXVIII. CONFLICT OF INTEREST When procuring commodities or services using County funds, each entity and employee under the purview of the Board of County Commissioners shall comply with all applicable state and federal laws concerning conflict of interest. For state or federal Community Development Block Grant-funded projects, entities and employees shall comply with the requirements of Part 85, Section 36(b)(3)of the Housing and Urban Development Code. XXIX. DEBARMENT AND SUSPENSION The Board shall grant authority to County staff to suspend and/or debar vendors, contractors, consultants and other interested and affected persons from active participation in obtaining County contracts. The purpose of any such action shall be to protect the County's interests and the integrity of the County's contracting process. The suspension and debarment processes shall be considered to be separate from and in addition to the award evaluation and vendor performance evaluation processes authorized elsewhere in this policy. A. Definition of Terms: For the purposes of this section, the following terms have been defined as follows: 1. Affiliate refers to associated business entities or individuals that control or could control the contractor or are controlled by the contractor or could be controlled by the contractor. 2. Civil Judgment refers to a judgment or finding of a civil offense by any court of competent jurisdiction. 3. Contractor means any individual or legal entity that: a. Directly or indirectly (e.g.; through an affiliate), submits offers for or is awarded, or reasonably may be expected to submit offers for or be awarded, a County contract for construction of for procurement of commodities and services, including professional services; or b. Conducts business, or reasonably may be expected to conduct business, with the County as an agent, surety, representative or subcontractor of another contractor. c. For the purposes of this section, the terms "vendor" and "consultant" shall have the same meaning as"contractor"and the term "sub consultant"shall have the same meaning as the term "subcontractor". 4. Conviction means a judgment or conviction of a criminal offense, felony or misdemeanor, by any court of competent jurisdiction, whether entered upon a verdict or a plea, and includes a conviction entered upon a plea of no lo contendere. 23 5. Debarment means action taken by the County to exclude a contractor from County contracting and County-approved subcontracting for a reasonable, specified period as provided herein. 6. Preponderance of the Evidence means proof by information that, compared with that opposing it, leads to the conclusion that the fact at issue is more probably true than not. 7. Subcontractor: Any individual or legal entity that offers or agrees to provide commodities or services to a party deemed to be a contractor under this section. 8. Suspension refers to action taken by the Purchasing/General Services Director (hereinafter referred to as "the PGS Director") to temporarily disqualify a contractor from County contracting or County-approved subcontracting. B. Suspension: The Purchasing/General Services Director shall have the authority to suspend a contractor, subcontractor or person from consideration for award of contracts if there appears to be a reasonable basis for debarment as set forth under Section XXIX. If a suspension precedes a debarment, the suspension period shall be considered in determining the debarment period. The suspension period shall not exceed three months without the approval of the County Manager. A decision to suspend by the Purchasing/General Services Director shall be considered final and conclusive with no right of appeal. C. Debarment: 1. Causes for Debarment: The prospective causes for debarment include one or more of the following: a. Conviction for commission of a criminal offense as an incident to obtaining or attempting to obtain a public or private contract or subcontract, or in the performance of such contract or subcontract. b. Conviction under state or federal law of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty which currently, seriously and directly affects responsibility as a contractor. c. Conviction under state or federal antitrust laws arising out of the submission of bids, proposals or other competitive offers. d. Violation(s) of county contract(s) provisions, which is (are) deemed to be serious and to warrant debarment, including the failure, without good cause, to perform in accordance with the terms, conditions, specifications, scope,schedule or any other provisions of the contract(s). e. Refusal to provide bonds, insurance or other required coverages and certifications thereof within a reasonable time period. f. Refusal to accept a purchase order, agreement or contract, or perform accordingly provided such order was issued timely and in conformance with the solicitation and offer received. 24 g. Presence of principals or corporate officers in the business of concern,who were principals within another business at the time when the other business was suspended or debarred within the last three years under the provisions of this section. h. Violation of the ethical standards set forth under applicable state or county laws. i. Debarment of the contractor by another public agency. j. Any other cause deemed to be so serious and compelling as to materially affect the qualifications or integrity of the contractor. 2. Debarment Procedure: a. The county department requesting the debarment action shall submit to the PGS Director a written complaint setting forth the reason(s) for seeking debarment and shall identify a recommended debarment period. b. The PGS Director shall review the complaint, verify whether it is compliant with the provision of this policy, direct any appropriate changes and forward the complaint to the contractor. c. The contractor shall review the complaint and shall provide a written response (with supporting documentation) to each allegation. The response shall be provided to the PGS Director within 10 (ten) business days of receipt of the allegations submittal. In the event that the contractor fails to respond to the complaint within the prescribed time period, the complaint, as forwarded to the contractor, shall become an effective debarment decision without further appeal. d. In the event that the contractor files a timely and complete response to the complaint and the debarment action is based upon a conviction,judgment or other event(s) where there is no significant dispute over material facts, the PGS Director shall determine the period of debarment on the basis of the undisputed material information set forth or referenced in the complaint, the contractor's reply and the parameters set forth in this section. In the event that the Contractor objects to the PGS Director's decision, the Contractor shall have a maximum of three business days to file an appeal of the debarment decision with the PGS Director. The appeal will be forwarded to and considered by the County Manager (or his designee), who will review the debarment record compiled by the initiating department and the contractor. Should the County Manager overturn the PGS Director's decision; the County Manager shall formally cite the reasons for doing so. e. In the event that the contractor files a timely and complete reply to the complaint and where the facts are in dispute, the Purchasing Department will convene a debarment committee (hereinafter referred to as "the committee") consisting of at least three individuals who will review the complaint and the contractor's reply. The County Manager or his designee shall formally appoint the committee, which will generally consist of county employees, none of whom shall be a member of the department initiating the complaint. At the discretion of the County Manager, a member from private industry with a particular area of relevant expertise may be appointed to the committee, provided that this member is not a direct or 25 indirect competitor of the firm in question. The Office of the County Attorney shall appoint a representative to attend the hearing. The representative shall not be considered a voting member of the committee, but shall be available to provide legal counsel to the committee as necessary. All members appointed to serve on the debarment committee shall disclose, to the PGS Director, or his designee, any actual or prospective conflicts of interest at the time of appointment or at the time in which the member becomes aware of the actual or prospective conflict. f. The PGS Director, or his designee, shall chair the committee and serve as the Purchasing Department's representative to the committee. The Purchasing representative shall preside over and facilitate the deliberations of the committee as a non-voting member and serve as the County's liaison to the Contractor in the debarment process. All voting committee members are prohibited from having any communication regarding the debarment issue outside the committee deliberations with any of the parties involved in the specific debarment or their representatives until after the committee decision has been issued or, in the event of an appeal of that decision by the Contractor, until the conclusion of the appeal process. All committee deliberations are subject to Section 286.011 F.S. g. Where the material facts are in dispute, the committee shall evaluate the evidence,judge the credibility of witnesses and base its decision upon the preponderance of the evidence. Should the contractor fail to appear at the debarment hearing, the contractor shall be presumed to be unqualified and or non-responsive and shall be subject to debarment. The committee decision shall be by a majority vote of those voting members in attendance. The committee shall be the sole trier of fact. In the event that the committee decides to impose debarment, the debarment decision will formally include, but not be strictly limited to the following information: 1) The specific reasons for the debarment; 2) The scope of the debarment; and 3) The period of debarment, including the effective and expiration dates. The committee's decision shall be issued in writing within 20 business days of the conclusion of the hearing unless the committee extends this period for good cause. h. The PGS Director shall forward the committee's decision to the contractor and affiliates involved. Should the Contractor object to the committee's decision, the Contractor shall have a maximum of three business days to file an appeal of the debarment decision with the PGS Director. The appeal will be forwarded to and considered by the County Manager (or his designee), who will review the debarment record compiled by the initiating department, the contractor and the committee. Should the County Manager overturn the committee's decision; the County Manager shall formally cite the reasons for doing so. 3. Debarment Period: a. At its sole discretion, the committee shall determine the period of debarment. The debarment period shall be commensurate with the severity of the cause(s)and in no event shall be the debarment period exceed five years without the approval of the Board. 26 b. At its sole discretion, the committee (having the same or different composition) may reduce the debarment period upon a written request from the contractor to do so, based on one or more of the following reasons: 1. Newly discovered material evidence; 2. A reversal of the conviction, civil judgment or other action upon which the debarment was based; 3. Bona fide change in ownership or management; 4. Elimination of other causes for which the debarment was imposed; or 5. Other reasons that the committee might deem appropriate. The contractor's request shall be submitted to the PGS Director in writing and shall be based on one or more of the aforementioned reasons. c. The decision of the committee regarding a reduction of the debarment period is final and not subject to appeal. 4. The Effects of Debarment: a. Debarred contractors are excluded from receiving County contracts. Departments shall not solicit offers from, award contracts to, or consent to subcontractors with debarred contractors, unless the County Manager or his designee determines that emergency or single source conditions exist and grants written approval for such actions. Debarred contractors are excluded from conducting business with the County as agents, representatives, subcontractors or partners of other contractors. b. The Purchasing Department shall notify all Board departments of the final debarment decision and the effects of that decision with regard to conducting business with the debarred entity(ies) during the debarment period. 5. Continuation of Current Contracts: a. Departments may not renew or otherwise extend the duration of current contracts with debarred contractors in place at the time of the debarment unless the PGS Director or his designee determines that it is in the best interests of the County to allow the contractor to continue or finish the work within an additional, limited period of time. b. Debarment shall constitute grounds for terminating an open agreement with a contractor. However, the contract manager may permit completion of an open contract(s) provided that the debarred contractor has performed in a satisfactory manner to date under the open contract(s)unless otherwise directed by the PGS Director. 27 6. Restrictions on Subcontracting: a. When a debarred contractor is proposed as a subcontractor for any subcontract subject to County approval, the department shall not consent to subcontracts with such contractors unless the County Manager or his designee determines that emergency or single source conditions exist, thus justifying such consent and approves such decision. b. The County shall not be responsible for any increases in contract costs or other expenses incurred by a contractor as a result of rejection of proposed subcontractors pursuant to subsection 6.a provided that the subcontractor was debarred prior to the submission of the applicable bid or proposal offer. 7. The Scope of Debarment: Debarment applies to all officers, principals, directors, partners, qualifiers, divisions or other organizational elements of the debarred contractor, unless the debarment decision is limited by its terms to specific divisions, organizational elements or commodity/services. The committee's decision includes any existing affiliates of the contractor if they are specifically named and are given written notice of the proposed debarment and an opportunity to respond. Future affiliates of the contractor are subject to the pre-existing terms of the committee's decision. 2/90/09 i • 28 Exhibit 16.Match documentation- Organization's Most Current Balance Sheets Account Minor Fund Line Item Detail Proforma Collier County Government Fiscal Year 2016 FY 2014 FY 2015 FY 2015 FY 2016 FY 2016 FY 2010 FY 2016 Adopted Actual Adopted Amended Forecast Current Expanded Budget %Change !. - - 911 MSTU General Fund i 600 Operating Expense Expenditures 163805-111 634990 Landscape 8,820 25,000 25,000 24,500 30,000 0 30,000 20.00 163805-111 634999 Other Contractual 142,772 125,000 125,000 140,000 130,000 0 130,000 4.00 163805-111 643100 Electricity 3,442 5,000 5,000 12,000 13,000 0 13,000 160.00 163805-111 643400 Water And Sewer 9,521 30,000 30,000 11,000 12,000 0 12,000 -60.00 163805-11f 646311 Sprinkler System 1,231 5,000 5,000 2,000 5,000 0 5,000 0.00 163805-111 646318 Mulch 0 0 0 0 5,000 0 5,000 0.00 163805-111 652310 Fertilizer Herbicides 0 0 0 500 700 0 700 0.00 Expenditures 165,785 190,000 190,000 190,000 195,700 0 195,700 3.00 Fund Total Expenditure: 165,785 190,000 190,000 190,000 196,700 0 196,700 3.00 Fund Total Revenue: 0 0 0 0 0 0 0 0.00 Fund Balance; -165,785 -190,000 -190,000 -190,000 -195,700 0 -195,700 3,00 162 Jmmokalee Beautification 600 Operating Expense Expenditures 162524-162 631400 Engineering Fees 0 20,000 20,000 20,000 20,000 0 20,000 0.00 162524-162 634999 Other Contractual 78,510 100,000 148,289 150,000 97,800 0 97,800 =2.20 162524-162 639980 Interdept Pay For 0 10,000 10,000 10,000 10,000 0 10,000 0.00 1.62524-162 640200 Mileage 0 1,500 1,500 500 500 0 500 -66.67 162524-162 641950 Postage Freight 3 0 0 100 100 0 100 0.00 162524-162 643300 Trash And Garbage 10,382 15,000 15,000 15,000 15,000 0 15,000 0.00 162524-162 645100 Insurance General 700 600 600 600 600 0 600 0.00 162624-162 646311 Sprinkler System 0 3,300 3,300 3,000 1,000 0 1,000 -69.70 162524-162 646318 Mulch 7,028 8,000 8,000 8,000 3,000 0 3,000 -62.50 162524-162 646451 Lighting 18,501 90,000 126,346 127,000 90,000 0 90,000 0.00 162524-162 647110 Printing Binding 81 0 0 0 0 0 0 0.00 162524-162 649010 Licenses And 0 1,000 1,000 1,000 1,000 0 1,000 0,00 162524-162 649100 Legal Advertising 0 300 300 300 200 0 200 -33.33 162524-162 651110 Office Supplies 0 500 500 500 500 0 500 0.00 162524-162 652210 Food Operating 48 0 0 400 400 0 400 0.00 162524-162 652310 Fertilizer Herbicides 201 6,000 6,000 6,000 700 0 700 -88.33 Expenditures 115,452 256,200 340,835 342,400 240,800 0 240,800 -6.01 610 Indirect Cost Reimburs Expenditures 162524-162 634970 Indirect Cost 4,900 6,500 6,500 6,500 2,100 0 2,100 -67.69 Expenditures 4,900 6,500 6,500 6,500 2,100 0 2,100 -67.69 700 Capital Outlay Expenditures, 162524-162 763100 Improvements 77,363 119,900 '170,322 170,000 0 0 0 100.00 Expenditures 77,363 119,900 170,322 170,000 0 0 0 100.00 886 Trans to Property Appraiser Expenditures 959010-162 930600 Budget Transfers 2,509 2,800 2,800 2,800 3,000 0 3,000 7.14 Expenditures 2,509 2,800 2,800 2,800 3,000 0 3,000 7.14 887 Trans to Tax Collector Expenditures 959010-162 930700 Budget Transfers 5,827 7,400 7,400 7,400 8,000 0 8,000 8.11 Expenditures 5,827 7,400 7,400 7,400 8,000 0 8,000 8.11 926 Trans to 186 Immolc Redev Fri Expenditures 929010-162 911860 Transfer To 186 76,000 76,000 76,000 _ 76,000 85,000 u 0 85,000 11.84 Expenditures 76,000 76,000 76,000 76,000 85,000 0 85,000 11.84 306 Ad Valorem Taxes Revenues 162524-162 311100 Current Ad Valorem 269,492 287,200 287,200 275,700 336,600 0 336,600 17.20 I Revenues 269,492 287,200 287,200 275,700 336,600 0 336,600 17.20 307 Delinquent Ad Valorem Taxes Revenues 162524-162 311200 Delinquent Ad 9,828 0. 0 o 0 0 0 0.00 Revenues 9,828 0 0 0 0 0 0 0.00 360 Miscellaneous Revenues Revenues Govililax V6 1 516/2015 Account Minor Fund Line Item Detail Proforma Collier County Government Fiscal Year 2016 FY 2014 FY 2015 FY 20.16 FY 201E FY 2018 FY 2016 FY 2016 Adopted Actual Adopted Amended Forecast Current Expanded Budget %Change 162 Immokalee Beautification; 360 Miscellaneous Revenues_Revenues 162524-162 369130 Ins Co Refunds 9,821 0 0 0 0 0 0 0.00 Revenues 9,821 0 0 0 0 0 0 0.00 361 Interest/Misc Revenues 989010-162 361170 Interest S6a 60 0 0 0 0 0 0 0.00 989010-162 361180 Investment Interest 1,887 1,000 1_,000 1,400 1,000 0 1,000 0.00 Revenues 1,948 1,000 1,000 1,400 1,000 0 1,000 0.00 191119 Bs frm Property Appraiser Revenues 959010-162 486600 Transfer From 364 0 0 0 0 0 0 0.00 Revenues 364 0 0 0 0 0 0 0.00 395 Trans frm Tax Collector Revenues 959010-162 486700 Transfer From Tax 2,157 • 0 0 0 0 0 0 0,00 Revenues 2,157 0 0 0 0 0 0 0.00 498 Carry Forward Revenues 019010-162 489200 CarryforWard 334,600 195,100 195,100 346,200 18,200 0 18,200 -90.67 919010-162 489201 Carry Forward Of 0 0 135,057 0 0 0 0 0.00 ' Revenues 334,600 195,100 330,157 346,200 18,200 0 18,200 -90.67 499 Less 5% Required By Law Revenues 919010-162 489900 Less 5%Required 0 -14,500 -14,500 0 -16,900 0 -10,900 16.55 Revenues 0 -14,500 -14,500 0 -18,900 0 -16,900 18.55 Fund Total Expenditure: 282,051 468,800 603,857 605,100 338,900 0 338,900 -27.71 Fund Total Revenue: 628,210 468,800 603;857 623,300 338,900 0 330,900 -27.71 . Fund Balance: 346,158 0 0 18,200 0 0 0 0.00 ' . . GovMax VS 2 61612016 i '. , Account Minor Fund Line Item Detail Proforma Collier County Government Fiscal Year 2016 I . FY 2014 FY 2016 FY 2018 FY 2018 FY 2018 FY 2018 FY 2018 Adopted Actual Adopted Amended Forecast Currant Expanded Budget %Change ~M 186 Immokalee Redev'elopl 500 Personal Services Expenditures 138324-186 512100 Regular Salaries 211,533 233,695 233,695 211,200 181,439 0 181,439 -22.36 1 138324-186 512600 Er 457 Deferred 500 2,000 2,000 2,000 500 0 500 -75.00 1 138324-186 513100 Other Salaries And 0 0 0 400 0 0 0 0.00 138324-186 515000 Vacation Sell Back 0 805 805 400 856 0 856 6.34 i 138324-186 518100 Termination Pay 892 0 0 0 0 0 0 0.00 1 138324-186 619100 Reserve For Salary 0 5,612 5,612 30 3,241 0 3,241 -42.25 138324-186 521100 Social Security 15,375 18,608 18,608 16,400 27,523 0 27,523 47.91 138324-186 522100 Retirement Regular 15,036 17,810 17,810 16,000 13,859 0 13,859 -22,18 I 138324-186 523150 Health Insurance 52,400 52,400 52,400 52,400 52,400 0 52,400 0.00 138324-186 523152 Dental Insurance 1,960 1,960 1,960 1,960 1,960 0 1,960 0.00 ! 138324-186 523153 Short Term 360 360 380 360 360 0 360 0.00 138324-186 523154 Long Term 760 760 760 760 760 0 760 0.00 138324-186 623160 Life Insurance 705 890 890 890 1,002 0 1,002 12,58 138324-186 524100 Workers 400 300 300 300 300 0 300 0.00 Expenditures 299,920 335,200 335,200 303,100 284,200 0 284,200 -15.21 600 Operating Expense Expenditures 138324-186 634207 IT Capital 700 ' 1,200 1,20 1,200 2,100 2,100 75.00 138324-186 634210 Into Tech 15,900 17,500 17,50 17,500 11,900 11,900 -32.00 138324-186 634980Interdept Payment 642 11,000 11,00 11,500 12,000 12,000 9.09 138324-186 634999 Other Contractual 26,556 30,000 30,00 30,000 40,000 40,000 33.33 138324-186 640200 Mileage 1,086 3,000 3,00 2,700 3,000 3,000 0.00 138324-186 640300 Out Of County 676 5,000 5,09 4,000 4,000 4,000 -20.00 138324-186 640310 Out Of County 60 0 0 0 0 0.00 138324-186 641230 Telephone Access 0 800 80 800 600 600 -25.00 138324-186 641400 Telephone Direct 3,025 3,000 3,00 3,000 3,000 3,000 0.00 138324-186 641700 Cellular Telephone 3,171 2,000 2,00 5,000 5,000 5,000 150.00 138324-186 641900 Telephone Sys 305 0 0 0 0 0.00 138324-186 641950 Postage Freight 49 100 10 50 50 50 -50.00 138324-186 641951 Postage 47 100 10 50 50 50 -50.00 138324-186 643100 Electricity 177 0 1,500 2,000 2,000 0.00 138324-186 643300 Trash And Garbage 248 0 0 0 0 0.00 138324-186 643400 Water And Sewer 758 0 5,000 3,000 3,000 0.00 II 138324-186 644100 Rent Buildings 21,593 22,000 22,00 22,000 22,000 22,000 0.00 + 138324-186 644620 Lease Equipment 2,818 4,000 4,00 3,500 3,500 3,500 -12.50 , 138324-186 645100 Insurance General 2,900 2,400 2,40 2,400 2,600 2,600 8.33 138324-186 647110 Printing Binding 150 500 50 100 500 500 0.00 1 138324-186 648160 Other Ads 0 200 20 100 200 200 0.00 138324-186 648170 Marketing And 450 500 50 300 500 600 0.00 I 138324-186 649000 Sales Tax Expense 21 0 0 0 0 0.00 i 138324-186 649030 Clerks Recording 0 100 10 . 100 100 100 0.00 138324-186 649100 Legal Advertising •0 500 50 100 500 500 0.00 138324-186 849990 Other 34 0 50 100 100 0.00 I 138324-186 651110 Office Supplies 3,281 2,500 2,50 2,500 2,500 2,500 0.00 138324-186 651210 Copying Charges 2,236 0 2,500 2,600 2,500 0,00 138324-186. 652210 Food Operating 778 800 80 800 800 800 0.00 138324-186 652990 Other Operating 117 0 50 100 100 0.00 138324-186 654110 Books Publ& 0 0 200 200 200 0.00 138324-186 654210 Dues And 2,415 3,000 3.00 3,150 3,000 3,000 0.00 138324-186 654370 Organizational 195 0 50 200 200 0.00 Expenditures 90,389 110,200 110,20 120,200 126,000 126,000 14.34 610 Indirect Cost Reimburs Expenditures 138324-186 634970 Indirect Cost 60,800 26,500 26,500 26,500 52,700 0 62,700 98.87 Expenditures 60,800 26,500 26,500 26,500 52,700 0 52,700 98.87 1 800 Grants and Aid Expenditures 138324-186 883100 Payment In Lieu Of 11,620 20,000 20,000 20,000 20,000 0 20,000 0.00 138324-186 584200 Residential Rehab 20,000 15,000 35,000 35,000 15,090 0 15,000 0.00 Expenditures 31,620 35,000 55,000 55,000 35,000 0 35,000 0.00 905 Trans to 111 Unincorp Gen Fd Expenditures 929010-186 911110 Transfer To 111 0 0 0 0 30,000 0 30,000 0,00 Expenditures 0 0 0 0 30,000 0 30,000 0.00 928e Trans to 705 Housing Grants Expenditures II GovMax V6 3 61512016 I Account Minor Fund Line Item Detail Proforina Collier County Government Fiscal Year 2016 FY 2014 FY 2016 FY 2016 FY 2010 FY 2016 FY 2018 FY 2016 Adopted Actual Adopted Amended Forecast Currant Expanded Budget %Change 186 Irnmokalee Redevelop 928€Ttatls tt= Q5 Housind Grants Expenditures 929010-186 917050 Trans to 705 0 0 0 192,700 0 0 0 .0.00 Expenditures 0 0 0 192,700 0 0 0 0.0_o 9280 Trans to 715 Im CRA Grants Expenditures 929010-186 917150 Trans to 716 lm 0 0 0 78200 0 • 0 0 0.00 Expenditures 0 0 0 76,200 0 0 0 0.00 991 Reserves for Contingencies Expenditures 919010-186 991000 Reserve For 0 50,600 30,600 0 61,800 0 51,600 1.98 Expenditures 0 50,600 30,600 0 51,600 0 51,600 1.98 ' 993 Reserves for Capital Expenditures 919010-186 993000 Reserve For Capital 0 19,900 19,900 0 0 0 0 100,00 Expenditures 0 19,900 19,900 0 0 0 0 100.00 361 Interest/Misc Revenues 989010-186 361170 Interest Sba 49 0 0 0 0 0 0 0.00 989010-186 381180 Investment Interest 1,611 1,000 1,000 1,000 600 0 600 -40.00 Revenues 1,660 1,000 1,000 '1,000 600 0 600 -40.00 377d Advance/Repay fm 111 Unincrp Gen Fd Revenues 929010.486 482111 Adv/Repay fnn 111 0 0 0 .268,900 0 0 0 0.00 Revenues 0 0 0 268,900 0 0 0 0.00 401 Trans fin 001 Gen Fund Revenues 929010-186 481001 Transfer From 001 266,300 296,400 296,400 296,400 318,600 0 318,600 7.49 Revenues 266,300 296,400 296,400 296,400 318,600 0 318,600 7.49 408 Trans fm 111 MSTD Gen Fd Revenues 929010-186 481111 Transfer From 111 53,500 59,600 59,600 59,600 64,10.0 0 64,100 7.65 Revenues 53,500 59,600 59,600 59,800 64,100 0 64,100 7.55 423 Trans fin 162 Immokalee Beaut Fd Revenues 929010-186 481162 Transfer From 162 76,000 78,000 76,00Q 76,000 85,000 0. 85,000 11.84 Revenues 76,000 76,000 76,000 76,000 85,000 0 85,000 11.84 498 Carry Forward Revenues 910010-186 489200Carryfoiward 268,500 144,500 144,500 183,200 111,40D 0 111,400 -22.91 Revenues 268,500 144,500 144,500 183,200 111,400 0 111,400 -22.91 -499 Less 5%Required By Law Revenues 919010-186 489900 Less 5%Required 0 -100 -100 0 -200 0 -200 100.00- Revenues 0 -100 -100 0 -200 0 -20Q 100.00 Fund Total Expenditure: 482,729 577,400 577,400 773,700 679,500 0 579,500 0.36 Fund Total Revenue: 665,960 577,400 577,400 885,100 579,600 0 579,500 0.36 1 I Fund Balance: 183,232 0 0 1.11,400 0 0 0 0.00 . GovMax V5 4 6/6/2015 Account Minor Fund Line Item Detail Proforma Collier County Government Fiscal Year 2016 FY 2014 FY 2010 FY 2016 FY 2016 FY 2010 FY 2016 FY 2016 Adopted Actual Adopted Amended Forocast Current Expanded Dudget %Change 715 Immokaiee CRA Grant, 600 Personal Services Expenditures 138315-715 512100 Regular Salaries 11,100 0 9,607 3,000 0 0 0 0.00 138315-715 513100 Other Salaries And 0 0 -4,220 0 0 0 0 0.00 138315-715 614100 Overtime 0 0 -63 0 0 0 0 0.00 138315-715 518100 Termination Pay 0 0 -129 0 0 0 0 0.00 138315-715 521100 Social Security 788 0 -5,558 0 0 0 0 0.00 138315-715 522100 Retirement Regular 771 0 1,315 0 0 0 0 0.00 138316-715 523150 Health Insurance 0 0 1,500 0 0 0 0 0.00 138315-715 523160 Life Insurance 0 0 587 0 0 0 0 0.00 Expenditures 12,660 0 3,039 3,000 0 0 0 0.00 600 Operating Expense Expenditures 138315-715 631990 Other Professional 0 0 -1,189 0 0 0 0 0:00 130315-715 634980 interdept Payment 2,053 0 -13,876 0 0 0 0 0.00 138315-715 634999 Other Contractual 886,543 0 3,007,678 3,010,300 0 0 0 0.00 138315-715 639990 Other Contractual 0 0 -683 0 0 0 0 0.00 138315-715 640200 Mileage 0 0 1,282 0 0 0 0 0.00 138315-715 640300 Out Of County 0 0 821 0 0 0 0 0.00 138315-715 640310 Out Of County 0 0 405 0 0 0 0 0.00 138315-715 641700 Cellular Telephone 0 0 3,600 0 0 0 0 0.00 138315-715 641950 Postage Freight 26 0 1,044 0 0 0 0 0.00 138315-715 641951 Postage 0 0 789 0 0 0 0 0,00 138315-715 641952 Freight 0 0 -182 0 0 0 0 0.00 138315-715 644100 Rent Buildings 0 0 5,434 0 0 0 0 0.00 138315-715 646710 Office Equipment R 0 0 6,162 0 0 0 0 0.00 138315-715 647110 Printing Binding 0 0 -595 0 0 0 0 0.00 138315-715 648160 Other Ads 0 0 1,376 0 0 0 0 0.00 138315-715 648170 Marketing And 0 0 1,155 0 0 0 0 0.00 138315-715 649000 Sales Tax Expense 0 0 -2 0 0 0 0 0.00 138315-715 649010 Licenses And 598 0 -598 0 0 0 Q 0.00 138315715 649030 Clerks Recording 0 0 -10 0 0 0 0 0.00 138315-715 649100 Legal.Advertising 1,528 0 -1,174 0 0 0 0 0.00 138315-715 651110 Office Supplies 0 0 -629 0 0 0 0 0.00 138315-715 651910 Minor Office 0 0 1,663 0 0 0 0 0.00 138315-715 651930 Minor Office 0 0 -4,939 0 0 0 0 0.00 188315-715 652920 Computer Software 0 0 1;929 0 0 0 0 0.00 138315-715 652900 Other Operating 0 0 792 0 0 0 0 0.00 138315-715 654110 Books Publ& 0 0 -41 0 0 0 0 0.00 138315-715 654210 Dues And 0 0 51 0 0 0 0 0.00 138315-715 654360 Other Training Ed 0 0 -39 0 0 0 0 0.00 Expenditures 890,748 0 3,010,227 3,010,300 0 0 0 0.00 700 Capital Outlay Expenditures 138315-715 761100 Land Capital Outlay 0 0 111,300 131,300 0 0 0 0.00 138315-715 763100 Improvements 0 0 20,645 0 0 0 0 0.00 138315-715 764360 Obsolete 0 0 -2,188 0 0 0 0 0.00 138315-715 764990 Other Machinery 0 0 1,577 _0__ 0 0 0 0.00 Expenditures 0 0 131,334 131,300 0 0 0 0.00 991 Reserves for Contingencies Expenditures 019010-715 991000 Reserve Far 0 0 or 0 78,200 0 76,200 0.00 Expenditures 0 0 0 0 76,200 0 76,200 0.00 a30 intergovernmental Revenues Revenues, 138315-715 334420 Transportation Fdot 61,947 0 20,645 20,600 0 0 0 0.00 Revenues 01,947 0 20,645 20,600 0 0 0 0.00 334 SFWMD/Big Cypress Revenue Revenues 138315-715 337310 Water Mgt Cip Big 200,000 0 0 0 0 0 0 0.00 Revenues 200,000 0 0 0 0 0 0 0.00 361 interest/Misc Revenues 989010-715 361170 Interest Sba 5 0 0 0 0 0 0 0,00 989010-715 361180 Investment interest _ 219 0 0 0 0 0 0 0.00 Revenues 224 0 0 0 0 0 0 0.00 380 Reimb From Other Depts Revenues GovMax VS 5 51512015 • • Account Minor Fund Line Item Detail Proforma Collier County Government Fiscal Year 2016 FY 2014 FY 2015 FY 2016 FY 2010 FY 2015 FY 2016 FY 2016 Adopted Actual Adopted Amended Forecast Current Expanded Budget %Change 1715 Immokalee CRA Grant' 380 Reimb From Other Debts Revenues 138315-715 487999 Reimbursement 688,794 0 3,123,955 3,124,000 0 0 0 0:00 Revenues 688,794 0 3,123,955 3,124,000 0 0 0 0.00 498 Carry Forward Revenues 919010-715 489200 Carryforward 0 0 0 0 76,200 0 76,200 0.00 Revenues 0 0 0 0 76,200 0 76,200 0.00 Fund Total Expenditure: 903,408 0 3,144,600 3,144,600 76,200 0 76,200 0,00 Fund Total Revenue: 950;966 0 3,144,600 3,144,600 76,200 0 76,200 0,00 • Fund Balance: 47,557 0 0 0 0 0 0 0.00 • • 1 i ! I t3ovilax V5 6 6/6/2016 Exhibit 17 Internal Revenue Service Form 990 N/A—Collier County Government Exhibit 18:CRA Year-to-Year Tax Increment Revenue CRA Year-to-Year Tax Increment Revenue: $728,900 $674,700 $465,700 $383,400 $295,300 $266,300 $223,200 t3 2008 2009 2010 2011 2012 2013 2014 Exhibit 19 Central Business District Form-Based Guidelines CI NIIMI l-lJSiNI'SS l)iSfRICI I-012M■IIAsFd GuidEtiNES I. IN1140dUCl1Or4 Doforo Af1er T Y 1 A N.:,:.-.A7-0, -t 4 ,'rp *11 u .. r I •.'� I -oG I t5 e-kA " I -1 ;� , t• • I • ( 1-P3 i 144 1, •. t .,0 . ii1I� _rte i ..4 '1_ I ' II �l'r,1 }'l lei,, I'," �w ' ' I` 41 illL till If:`l , ".1 Figure 2:Opportunlly for Fegado Improvements within the Design Overlay A quick windshield survey of the Immokalee Central Business District illustrates the necessity of this façade improvement grant assistance program.The example photographs provided below were taken from the BCC approved 2009 CRA Public Realm Design Plan. . ,.mss _ .1* II �∎ _ ., et< }' iii' ..a '� - 1 Y '„ ..._ ,N 1 IMMOkAI[E C1?t1 `. The:eeh end of the oed•wee M South 1 5Veei , •.tq 0 �°` and Calvet Sleet WM..:the Welborn Orafame ��: ��j�.. Ve rbnmonn from cooelo Case Canty. TIN . , n Setn"nole C33 no id an the Cl iG :CdO o!me Iced { Ioymide Ville Stud•Area1,and there IC a 0L^ataa0rl - -A- : ' • and=al CKKC on the\5C.1 side of the mat Lean ('Theo 10 an figure 5).A metre or coffn+Erche Val 1I teTldittai wee bevel S h 1•Street.hat her e- ,._4 ,�..,• _ tamly nix)mob?a ,',ctrunue:.a:rice ac .. "..`t `. vacant p2sce r.lord boldno.The rowels Of 117at, t rh .,§j and the tx..U design Conc leer y.f2LNa In OOIAt• _., t"- _ � ... .. • . ' i' i II , v. _...,.! j 'ry : " . - M5 Vern allo e rt ve O the mat or ad de Tn>:� -F a central borne a>bk . town'&mimeo. ter-nnmmw•c.,.+ahe-...•r.n.w.....o;a���oz« -- _ '�. - ---.. -.-.. - PAGE 2f IMMOkali 1 CRA Um mrmflrciST 1rR:are tolled along r Steer. - ._.. mm o!Id:n SRet,Ielddog a fearh"y cvrfdmTed bvldng.Luy'c Mal Sean roPha'a 3 on F1gve5). --=,• _ Other mmx:riai acceme3 have n htfl01-gpe l me•-Jb:ldrga.11h1t(m Te d a no femvacon mere• ✓� '�+;. i ma!b ieregsrg.cord inrto:9ia1 10.1Me0.U{h ac '4L overhead dears Th:e style of brdddng is 0Yarly nM '° V ;* pedeaeea:.eoVed a npieal of a cemrd bu^txc0 e.::: Metro detect i i ' -.. I t II 14c„;:iL4:41.irl ' 1 d a ; P, j t, y , I I ,,,,.„,i _.„..„4,.. :r.,,,,,,,„,,,,,..„ :,,_,:..,,,,,,,,,,,,,„„, ,, ,,,„ ...,......._, : _., i.,,,,_ :_:,_ , „,, ,.„: .,:,.., ,.. , -.,-.-.4 { " PAGE 10 IokAll 1 .1U,. C�md Business ,..."+; ��� _ `� ,�,t' +� � .;•Dismia Acrd At ;'� �' 1 — ti @'p' t ''qtr • ��Yk I . ,.,. r- PP 1 431 j ,s '` '>I I Tai._€..jir'A 4 t .a��!!._ ! 1.1 1 !' I1 1 + .t a rw, >,1i _...5 wi �' •Y:,P' lY. fir. I ;"i 1 r i t � yA`i�fJP�i , 1 � t` "?v ..' , ♦ A.,1 j.1 a NTH y , r t '/,: 4 ."'".: ( ■ t.+ ■i r+ X T, ''..,'N t fry r' I•, _III-r. ..&i .4%. 2 Y v.r 4, ._ gym. ,1,.,„, I ;LI il�,T. l3 —i 4-oppti4i Y :P. r� f 1 I: t 'ai : Et*. . 'r4 ,' . *or , 1 t p J ;F "ijI &C41. kr tf* j a i A 'I lip r • f Louond , 4":`,':4k::' ; k�'t,Y`, 'i f (1 ,t ¶ 1 ¶n c - — war.,, . r * �' I,. `'.t[ k , t ,s�:a , �l, ? rj. .. »..s ,�moil'v lr.. r-,n1r,' - —i. .. :,.<. -4. ,e PAGE Ib The properties in Immokalee are grossly under assessed in relation to their real-world market value. This situation occurs across both residential and commercial properties in Immokalee, but it more prevalent within the commercial sector. This extremely low tax rate creates a financial hardship on the governing bodies tasked with maintaining the roads, drainage systems, common areas, pedestrian systems and safety lighting infrastructure. The Community Redevelopment Agency, Municipal Services Taxing unit and Collier County all depend on a realistic tax rate to operate, maintain and with some hope, improve the overall environment in Immokalee for the resident and visitors. Unfortunately, the severely undervalued tax rates have historically made it very difficult for these departments to effectively do their part. Exhibit 20: Facade Program Policies 2010 Rev Collier County Community Redevelopment Agency IMMOKALEE i The Place to Call Home ! Commercial Facade Improvement Program Policies and Procedures Revised, February 2010 750 South 56 Street lmmokalee, FL 34142 239-867-0025 1 Exhibit 20: Facade Program Policies 2010 Rev Section 1 -Program Purpose and Benefits The Immokalee Community Redevelopment Agency's Commercial Facade Improvement Program allows for the use of Community Redevelopment Agency (CRA) grant funds, in conjunction with private investments, for general improvements to the exterior of commercial structures located within the boundaries of the Immokalee Urban Designated Area. The intent of the Commercial Facade Improvement Program is to increase commercial occupancy rates and property values within the CRA while revitalizing the overall appearance of the Immokalee Urban Designated Area. To accomplish this objective, the Program assists commercial property owners and tenants to restore or renovate the exteriors of their structures, thereby improving the area's physical characteristics and enhancing the visual quality and attractiveness of the environment, which will lead to increased investment, occupancy and property values. Eligible applicants can receive grant funding up to $20,000 using a one-half(1/2)-to-one match with equal applicant funding for facade..improvements to commercial structures. To illustrate, if a grant amount of$20,000 is requested, the applicant must provide funding in an amount of at least$10,000 toward redevelopment of the project as well. All facade improvements must be consistent with the Immokalee Community Redevelopment Plan,Immokalee Area Master Plan, and the Land Development Code. CRA staff will review applications for completeness and determine if funding is to be recommended. Grant funds will be distributed only upon completion of improvements and submittal of all receipts, invoices and required documentation to CRA staff. Applicants must be willing to maintain the renovations and improvements for at least five years. The Grantee shall not be liable to the CRA for repayment of the grant funds provided the Grantee complies with all conditions set forth in the Grant Agreement. Should the Grantee transfer, sell, divest itself of its interest in the subject property, or fail to maintain the renovations and improvements during the five-year period following receipt of the grant funds, the CRA shall be entitled to reimbursement of the grant funds as follows: Elapsed Time Amount Due CRA 0 to one year after grant funds received 100% One year after grant funds received 80% Two years after grant funds received 60% Three years after grant funds received 40% Four years after grant funds received 20% Five years after grant funds received 0% Grant funding is awarded on a first-come, first-served basis. Based on the amount of funding requested, applications must be approved by the appropriate entity (CRA, CRA Advisory Board, CRA Executive Director or designee) before work can begin on the improvements. Grants will not be awarded for work previously completed or that is in the process of being completed. 2 Exhibit 20: Facade Program Policies 2010 Rev Section 2-Community Redevelopment Area Boundaries The Immokalee Urban Designated Area Boundaries are reflected on the map attached. Section 3-Eligible Expenses 1. Facade improvements to commercial structures, such as storefronts, display windows, painting (in conjunction with other improvements), and exterior architectural or security lighting. 2. Removal of elements that cover original architectural design and details. 3. Signage. 4. Addition and/or replacement of awnings/doors/windows. 5. Overall replacement of architectural elements such as columns and arched windows that have structural deficiencies. 6. Painting, as part of a more comprehensive improvement project. 7. New stucco and stucco bands. 8. Electrical work directly related to the exterior of the building or the installation of approved signage. 9. Design services required to produce color rendering related to structural renovation, new construction and/or signage. 10. Landscaping and irrigation(subject to approval of a Landscape Plan), 11. Demolition required to facilitate approved facade improvements. 12. Soffit and fascia, as part of more extensive project improvements. 13. Roof improvements, as part of more extensive project improvements. 14. Improvements that enhance access,such as handicapped ramps and sidewalks. 15. Decorative fencing. 16. Improvements to parking facilities,as part of more extensive project improvements. 17. Storm water enhancements. 18. Statues and fountains. 19. Permitting fees. 20. Repairs performed to correct Code violations. Section 4-Ineligible Expenses 1. Physical or visual removal of architecturally important features. 2. Installation of aluminum or vinyl siding. 3. Painting,when not associated with other improvements. 4. Any labor performed by a non-licensed contractor. 5. Improvements constructed prior to execution of final agreement with the CRA. 6. Routine maintenance activities that are part of normal property ownership. 7. Improvements to a property that has any judgment liens, is not current on all mortgage and tax obligations, and has any Code violations. 8. New construction. 9. Renovations to properties that are exclusively residential. 10. Renovations to properties that have illegal non-conforming uses. 3 Exhibit 20: Facade Program Policies 2010 Rev 11. Interior renovations. Section 5-Program Criteria 1. The structure to be improved must be within the boundaries of the Immokalee Urban Designated Area. 2. Applicants must demonstrate that all necessary financing required to complete the project has been secured and that the applicant is providing matching funds that are at least one- half(1/2) of the amount of the grant amount being requested. 3. Applicants must have received the requisite CRA, CRA Advisory Board, CRA Executive Director or designee approval prior to commencement of improvements. 4. All necessary permits and approvals must be obtained from Collier County before work is commenced. All work is to be performed to the satisfaction of the Collier County Building Department officials, and all site and landscaping work is to be performed in compliance with the Land Development Code and all applicable County ordinances and regulations. 5. A licensed contractor must perform the work; proof of licensure and insurance is required. 6. Applicants must agree to maintain the improvements for at least five years. The CRA, CRA Executive Director or designee, as applicable, must approve any changes proposed to the improvements. 7. The property must be free from any judgment liens, and all mortgage and tax obligations must be current. 8. There may be no more than one approval for project funding per CRA fiscal year which runs from March 11t thru February 281h. A "project" is defined as a single or set of enhancement/renovation activities for an eligible property. 9. The total amount of grant funds available for any one property under this Program is $20,000 per fiscal year, depending on funding availability. Any subsequent applications for the same property in future years will be treated cumulatively for purposes of determining funding eligibility. 10. The project must be in accordance with CRA design guidelines as depicted in the CRA Form Based Guidelines and/or CRA Public Realm Plan. Section 6-Evaluation Criteria Grant funds are limited and will be awarded on a first-come, first-served basis. Because one of the primary objectives of the Commercial Facade Improvement Program is to eliminate blighted conditions and improve the visual impact of the redevelopment area, competed applications will be evaluated using the following criteria: 1. Consistency with the goals, objectives, policies, form-based guidelines and principles of the Immokalee Community Redevelopment Plan and the Immokalee Area Master Plan. 2. Adjacency of the project to a recent or proposed redevelopment project. 3. Likelihood that the project will result in the occupancy of a presently vacant building. 4. The amount of funds that the applicant pledged to match leveraged against CRA funds. 4 Exhibit 20: Facade Program Policies 2010 Rev 5. The extent to which the project encourages a secure and convenient enviromnent for patrons and employees. 6. Receipt of previous facade improvement grant awards (first-time applicants will have priority over repeat applicants). Section 7-Application Procedures Mandatory Pre-Application Meeting CRA staff will review the applicant's conceptual plans in an informal setting, including discussion of the eligibility criteria, Program requirements, proposed project scheduling, and consistency of the proposal with the intent of the Program. At this stage, staff can offer assistance with the completion of the application form and provide limited technical and architectural guidance on the project proposal. At the conclusion of the pre-application meeting, staff will provide the applicant with a general determination as to whether the proposed project is likely to qualify to receive Program funds and whether the applicant is sufficiently prepared to move on to the application stage. Required Submissions Items required for submission include: 1. A completed and signed application form. 2. At least four 4" by 6" color photographs of the existing building exterior, showing all sides of the building,with emphasis on the area to be improved. 3. Color renderings or conceptual drawings of the project when completed. 4. Two bids fi-om licensed contractors detailing the following: a.Description of the materials to be used and the construction procedure: and. b. Itemized cost estimate of the project. 5. A legal description of the property. 6. Proof of property ownership and,if a tenant,a copy of the lease. 7. If the property is leased, the property owner must also be a party to the grant application and grant agreement. 8. Documentation from all lending institutions verifying all mortgage payments on the property are current and that the lending institutions will provide updated information upon request by the CRA, CRA Executive Director, or designee. 9. Documentation indicating that all property tax payments are current. 10. Proof of property insurance. Documentation of Applicant's Required Match The applicant will be required to document the type and source of the matching funds on the application submitted to the CRA. Verification of the funding sources will be required before final approval of the grant application. At the discretion of the CRA Executive Director or designee, or the CRA, structural repairs directly related to the building's facade that were completed within six months prior to the date of the grant application MAY be used as part or all of the applicant's required match. 5 Exhibit 20: Facade Program Policies 2010 Rev A property owner or tenant that, is interested in participating in the Commercial Facade Improvement Program must submit a completed and signed application, along with supporting documentation,to: The Immokalee Community Redevelopment Agency 750 South 5th Street Immokalee,FL 34142 In addition to other supporting documents, applicants are required to submit quotes from two licensed contractors with the application.Applicants can access the Collier County licensed contractor database by using the following link: http://apps2.colliergov.net/webappslvision/ConCertldefault.aspx. CRA staff will review applications for completeness and for compliance with Program criteria. Applications that are incomplete may be returned for additional information. Projects that do not comply with Program criteria will not be considered for funding. Awards of funding will be based on the lowest qualified bid.The applicant may elect to choose a contractor other than the one with lowest qualified bid but shall be responsible for all costs exceeding the lowest qualified bid. Under all circumstances, the contractor performing the work must be licensed, insured and have worker's compensation insurance. It is recommended,but not mandatory,that applicants retain the services of a registered architect, or similarly qualified design professional to prepare plans, drawings,renderings and construction specifications for their projects. Fees for services provided by a registered architect or similarly qualified design professional may be counted towards the applicant's Program match or award. The CRA will not be responsible in any manner for the selection of a contractor. An applicant should pursue all activities necessary to determine contractor qualifications, quality of workmanship, and reputation. The applicant will bear full responsibility for reviewing the competence and abilities of prospective contractors and secure proof of licensing and insurance coverage. Application Approval Projects will be reviewed by the CRA Executive Director and the CRA Advisory Board. Project applications will then be sent to the County Attorney's Office for legal review prior to being placed on the CRA Board agenda for final funding approval. Whether approved or denied, all applicants will receive written notification of their application status after the CRA Board meeting. If approved the applicant will receive written notification in the form of a Notice to Proceed which will include a funding agreement citing the amount of matching funds that are approved. Construction Start After the grant agreement has been executed, the applicant may award the construction contract and secure all necessary construction permits. The owner/tenant must issue a "Notice to Proceed"to the contractor and apply for a building permit within 60 days of executing the grant agreement. Construction must begin within 90 days of execution of the grant agreement and be completed within 12 months of the execution of the grant agreement. Extensions may be granted 6 Exhibit 20: Facade Program Policies 2010 Rev at the discretion of the CRA Executive Director or designee, contingent upon the applicant's demonstrating just cause for such an extension. Modifications to the approved final plans or changes to the construction documents, which produce visible differences in the approved facade design, will require review and approval by the CRA and/or CRA staff. Failure to receive such approval shall invalidate the grant agreement, and the agreement will be deemed terminated. In the event the agreement is terminated, and if any grant funds have been disbursed to the applicant by the CRA as provided below, the disbursed funds shall become immediately due and payable to the CRA. Disbursements Generally, approved projects will receive reimbursement funding upon completion of the project and submission of all required receipts, invoices and documentation. For projects in excess of $10,000 (grant and applicant match combined), where the applicant cannot secure full funding for the project, the Executive Director of the CRA may approve the partial payment of grant funds once a project has reached agreed-upon milestones. In these cases, the applicant and the CRA will reach an agreement before construction begins on the terms and conditions of such a milestone and the amount of the partial payment. However, grant funds cannot be used to reimburse the applicant for any work done on the building prior to the date of a fully executed Grant Agreement between the applicant and the CRA. Funds will be disbursed by a check payable to the applicant (1) upon certification of completion by a County Building Official, or as agreed to with the CRA Executive Director; (2) CRA staff verification that the work was completed as proposed in a satisfactory and professional manner; and(3) submission of all receipts and required documentation to CRA staff, including contractor invoicing, and proof of payment of funds for reimbursement and match in the form of canceled checks, money order or cashier's check made payable by the Applicant to the approved contractors listed on the initial application. Funds will not be disbursed on projects that are not in accordance with the approved plans. Application Process Summary 1. Pre-Application Meeting 2. Applicant submits a complete application to the CRA office. 3. CRA staff reviews application for completeness, accuracy and eligibility. 4. CRA staff presents recommendation to the CRA Executive Director, CRA Advisory Board,County Attorney's Office and CRA Board as appropriate. 5. Upon approval, the applicant will be notified in writing of the amount of the grant awarded and the documentation that must be provided before funds are released. Required Documentation Summary Stage 1: Pre-Application Meeting • Color Conceptual plans(consistent with building permit application) Stage 2: Application Approval Meeting(prior to construction start) • Completed Façade Program application • Proof of property ownership(deed)or lease if leased) 7 Exhibit 20: Facade Program Policies 2010 Rev • Most recent property tax receipt • Most recent property insurance receipt • Most recent mortgage statement • Occupational License • Two bids from general(or trade) contractors listed in database on application • Facade Program Recipient Agreement • Lessor/Owner Authorization for Improvements Form, if applicable • Applicant Commitment of Resources form along with verification of matching fund source(bank statement,loan agreement) • Before photos highlighting existing conditions (CRA Staff) Stage 3: Project Completion Meeting • Project Summary and Evaluation Report • Payment Request form • Collier County building permit • Payment verification • Final Collier County inspection verifications • After photos highlighting completed improvements (CRA Staff) Section 8-Disclosures The CRA expressly reserves the right to reject any or all applications or to request additional information from any or all applicants. The CRA retains the right to amend the program guidelines and application procedures without notice. The CRA also retains the right to display and advertise properties that receive grant funding. Section 9- Contact Information Questions on how to complete the application or on the viability of a proposed project should be directed to CRA staff at 239.867.0025. 8 Exhibit 20: Facade Program Policies 2010 Rev INCENTIVE PROGRAM AREAS IMMOKALEE,FLORIDA - — - - -.....„ . , ' 1 ' ' , . . . , • I i . . . . . . . . . . . . . . . • . . . . . . . . I .1j • . .. - . • -I i 7. I 7 L - . . • , . . i . • . , . . • _ ... .41. *-- -,-;, , .-..... , • ii • . . . . . • . • • . __. . .. . , , .wilgtvV. r r _••• : .,,,,,,..•...,,,,4 ..ipo ,...., ..• o,,,,,Ati. _ ....... .......---- . ,.. . . • . „ . , , rvii -,..., , , • . . . SEPTEMBER 2006 ... IMMOKALEE,FLORIDA ° ,0.5 1 2 „ , „ • , Miles N • . . COMMUNITY REDEVELOPMENT AREA =IMMOKALEE URBAN BOUNDARY 1 ENTERPRISE ZONE,PIM 5 FEDERAL EMPOWERMENT ZONE , . . . • • " RURAL AREA OF CRITICAL ECONOMIC CONCERN slgkV9. .) . . ° . . . . . . . 9 Exhibit 21—Immokalee Area Census Designation Map Immokalee Area Census Map: -I ...1 ,)1ms:a Rd ,1 r *----- •_i St. fi il equito Rd, 114 113.02 ,....: .l.,' al 4P: ,,,,' _ if JI a I 14* . 1 -— ';- Iftpre ad 1 4 1 ,Ill - . I ,, 9 0,14 7:7! ,,,r I i ) -- I Immakake L' 1 :1* LtAr-+,1 .:!1 0 :::,, '40 .."' ) •••' • * ,:;f 1.1 - li.i7t I •I c*.i i.:::'. '':-.*E", ef . 411 33250 C:2 ' ow \t..., . 1 1 • 'Lan tread --.-'-- t a iti 1 f 1 i I \ gitlo 0, 1 1 ' ‘i'II 1 i e I 11 ' ' I '29,: 1 A41'41'41 I 4 a ,,, , , „.,...,.....:.-..,...........................v4.5twalie.,•••,..... , .... L, . ..L 1 _ .i. -. '''\ 112102 ... ,rz jj. 112.04 -.... ji-','i ' - .„... - ' • - \-, ---/I ie.-:- 1 Hydip"' 1,11.3 - ..--.:•4 9.. -I ,-- e . .,... _....._, I. ...., _ ,...3 .. ---'-`- • Am * .. ---- - • •te . i ,,I, : 1... --I--- 112.04 1 2 *---... -_-- •v ve • • .. Innokake 33250 ...- - ..-.:,..1: __......---• ., INTIOKiklj. RES 1555 a 1 ... ..-- 7, 1 ..... , / 1 1 ,. II ____ ..___ 1) 1 1 L .,...., - (--- : - — '''. - - TT—————--- —771-1 1 Exhibit 22—Immokalee Boundary Map (various designations) Map of Various Immokalee Designations: INCENTIVE PROGRAM AREAS IMMOKALEE,FLORIDA •. • II 4, , I . a L A ,. 1---F-' 1 I i_ "7 I � I a L I r N+. iii, 4 I F • I , g i i 1 t .F . e a I i CSC _a �_ —, IMMOKALEE,FLOR DA .s RURAL AREA OF CRITICAL ECONOMIC CONCERN AND HUB ZONE �. I I 4 O IAIMOKALEE URBAN BOUNDARY " ' I " I ' I = a :. i ENTERPRIZE ZONE a:cro _ COMMUNITY REDEVELOPMENT AREA I t ®FOREIGN FREE TRADE ZONE ' '1 `- qy I i I i I i I 3/22/2016 16.B.2. - County Office of Management& Budget Grant Application Reviewed and Approved by County Ma age or designee: County a r ,'7 '7 V.--, (date) After-the-Fact Approval by the BCC is required at the March 22,2016 BCC meeting TO: Leo Ochs,County Manager CC: James Sainvilus, Project Manager FROM: Joshua Thomas,Grants Support Specialist SUBJECT: County Manager review and approval of a 2016 Community Development Block Grant application sponsored by the Office of Housing and Urban Development in the amount of$770,000. March 1,2016 The Immokalee Community Redevelopment Agency(CRA)is applying for Community Development Block Grant funding through Collier County Community and Human Services(CHS)for the construction of Sidewalk/Streetscape improvements on various locations in Immokalee. Immokalee is a walking community and a community where walking is a safe and convenient mode of transportation and recreation. In order to promote walking,the CRA and MSTU build sidewalks in locations where the highest concentrations of pedestrians exist and where the lack of sidewalks poses the greatest threat to a pedestrian. The implementation of the Immokalee Sidewalk/Streetscape program will consist of designing and constructing new sidewalks in predetermined areas of Immokalee;there are no match requirements for this grant Funding was announced February 18,2016 and the application is due March 11,2016. Due to the short . turnaround,we are asking your approval to submit the application to CHS,followed by after the fact approval by the Board of County Commissioners at the March 22,2016 BCC meeting.Once you have reviewed the application,please sign in the box above and in the marked areas throughout the application and call me for pickup at 239-252-8989. Thank you,and please let me know if you have any questions regarding this request. Get.r..41 3299 Tamiaml Trail East,Suite 201•NanIac Florida 24112-5748.239-252-8973•FAX 239.252-8828 Packet Page -1102- Email This Preview Save as PDF Print Close Window A A V Co ier County Powered by ZoorGrantsT" Collier County Community and Human Services Community and Human Services Community Development Block Grant(CDBG) 3/11/2016 deadline Immokalee CRA Immokalee Sidewalk/Streetscape $770,000 Requested Immokalee CRA $770,000 Total Project Cost —750 South 5th Street Telephone239-867-0028 Immokalee,FL 34142 Fax Web www.immokaleetoday.com Project Contact James Sainvilus 'a1 nnessainviluslihcollierciov.not Tel:239-269-6958 Additional Contacts none entered Additional Information 1.Would you be willing to accept less than the amount requested above? Yes C No 2.If Yes,what would be the amount acceptable?If No,briefly explain why a lesser amount would not be accepted. $385,000(50%of the project load)and the Immokalee MSTU could fund the design for one of the locations. Agency Information Section 3:AGENCY ORGANIZATION INFORMATION 1.Is your organization a non-profit with 501(c)(3)status? ✓ Yes E No 2.How many years have you been in operation? 161 Years 16-.CA TOTAL 3.Is your organization or agency faith based? If yes,all faith-based organizations must complete and attach Acknowledgement of Religious Organization Requirements Form(in the Documents tab) I- Yes ✓ No 4.Does your agency have written personnel,fiscal/procurement&implemented policy? (Community and Human Services will review upon award) ✓ Yes I- No 5.Does your agency have a written operating procedures manual? (Community and Human Services will review upon award) ✓ Yes ✓ No 6.Physical Address(if different from mailing address listed in previous tab) If the mailing and physical address are the same,enter'Same'. Same Application Questions Section 4:NATIONAL OBJECTIVES 1.Which one of the three National Objectives will this project target? For additional information,click the Application Guide tab,above. ✓ Benefits low and moderate Income persons(24 CFR 570.208(a)) ✓ Aids in the prevention or elimination of slums or blight(24 CF 570.208(b)) ✓ Qualifies as a certified urgent need(24 CF 570.208(c)) 2.Provide justification for how your project targets the National Objective selected above. Refer to the Application Guide tab,above,for specific subcategories to address. The subject program will provide pedestrian facilities(sidewalks)to the residential and commercial areas in various locations in Immokalee.The Low Moderate Income designation is illustrated using HUD Low Income Census Tract map,Exhibit 18 LMA CollierCoMaps FY 2015(appendix 3)and Exhibit 20 Immokalee Area Census Map. Section 5:INDICATOR ACTIVITY CODE(HUD MATRIX CODES) 3.Which HUD Activity Code best reflects this proposed project? Refer to the HUD Activity Codes document in the Library tab for a list of codes.If your project reflects more than 1 matrix code,you must submit multiple applications.(Click the Open Programs tab,above,to create an additional application.) 031I Activity Code 0.001 TOTAL Section 6:PROJECT DESCRIPTION AND GOALS 4.Project Description and Goals Narrative Refer to Applicant Guide tab for specific instructions. The Collier County Board of County Commissioners,an behalf of the Immokalee Lighting and Beautification Municipal Services Taxing Unit(MSTU),Is seeking funding assistance for the construction,but not limited to the design of Sidewalk/Streetscape improvements on various locations in Immokalee. Immokalee is a walking community and a community is where walking is a safe and convenient mode of transportation and recreation.In order to promote walking,the CRA and MSTU build sidewalks in locations where the highest concentrations of pedestrians exist and where the lack of a sidewalk poses the greatest threat to the pedestrian. This proposed new Sidewalk/Streetscape Program defines the construction of sidewalks on existing streets throughout the Community.While streets built today are required to include sidewalks,many of the existing streets in Immokalee were built without sidewalks. The implementation of the Immokalee SidewatkiStreetscape program will consist of designing and constructing new sidewalks in predetermined areas of Immokalee.But two locations: 1.(North 9th St.) 2.(West Eustis Ave) were selected on both 2014 and 2015 Immokalee MSTU Annual Operational Plan Workshop(Exhibit 19 Annual Operation Plan Workshop)for sidewalks.This implementation could also include the removal and replacement of existing deteriorating and/or unsafe features from within the County right-of-way.The Program will be consistent with three previous related studies/reports entitled Immokalee Pedestrian Crosswalk Improvements Study, The Immokalee Walkable Community Study and The Immokalee CRA Public Realm Plan/Town Design which were prepared by professional consultancy firms with the assistance of the CRA and MSTU citizen advisory committees. The proposed projects will be designed using MSTU funds and will be ready to implement by July-2016,using the requested CDBG grant funding.The Project will improve pedestrian and vehicular safety,provide aesthetics to create a unified community character,and improve the visibility and economic viability of existing and future businesses in the downtown area and several other areas of Immokalee. Collier County Transportation Operations department,in conjunction with a citizen's focus group,as opposed to a single thought,was tasked to study and identify the possible underlying causes for the high accident and crime rate.The task force identified a concern with lack of sidewalks,obstructed intersection sight lines,not enough light and limited pedestrian visibility. Goal Promote and improve walking as a safe and inviting mode of travel through a comprehensive walking program of pedestrian facilities. Vision •Increase the safety of commuters walking or using transit to get to work. •Increase the safety of students walking to school or riding the bus. •Increase transit use in the community. •Foster strong public awareness about the rights and responsibilities of pedestrians. •Support walking as a recreational activity. See Exhibit 21:Map of Various lmmokalee Designations for study area boundary(Community Redevelopment Area). Section 7:IMPACT ON COLLIER COUNTY'S PRIORITY NEEDS NOTED IN THE APPLICANT GUIDE 5.Impact on Collier County's Priority Needs Noted in the Applicant Guide Narrative Refer to Applicant Guide tab for specific instructions. Level of local support and community involvement: The Immokalee CRA/MSTU,Collier County Alternate Transportation Department and Collier Metropolitan Planning Organization(MPO)have a several areas in lmmokalee they would like to build sidewalk on,This proposed SidewalkiStreetscape Project will be used to update the Immokalee CRA/MSTU Annual Operational Plan.And the plan will be used to identify the areas that will no longer need sidewalk/streetscape improvements using the CDBG funding. The Immokalee community is a Rural Area of Critical Economic Concern(RACEC),which is now Rural Area of Opportunity(RAO).One of the study areas under consideration is Main Street(SR 29),a busy arterial corridor for both vehicular and pedestrian traffic within the Central Business District. State Route 29 provides access for tourists from State Route 27 to the north in Hendry County to South of Everglades City,south of US 41 (a.k,a. Tamiami Trail East),and terminating at Everglades Airport.The small section of SR 29(Main Street)that passes through[mmokalee provides the main access to,and the economical support of the downtown businesses and overall community.The Sidewalk/Streetscape program will greatly improve the functionality and aesthetics of the business district while improving the quality of life in Immokalee.Both the CRA and Immokalee Lighting/Beautification MSTU Advisory Committees have worked long and hard with Collier County Alternate Transportation Department and Collier Metropolitan Planning Organization(MPO)Board to ensure that these improvements be carried through to completion to serve the community interests as a whole. The design elements of the Sidewalk/streetscape projects in certain areas will include the removal of existing damaged and deteriorated site furnishings and replacement with new,updated furnishings to reflect the community's culture.New litter receptacles will be located to provide convenience for litter disposal,new benches will provide enhanced seating opportunities and comfort for visitors and patrons while the conscious selection and strategic location of proposed plantings will define the limits of functional areas.The planned design,selection,and location of these elements in the streetscape will control pedestrian activities,buffer vehicular noise from sitting areas and store fronts,while enhancing views to businesses and screening undesirable views to mechanical and utilities equipment.The existing storm water system in the Improvement areas will be enhanced with channel grate systems along the proposed sidewalks in order to provide ease of maintenance,eliminating the need to jet wash debris from the closed channel system,which will enhance overall visual aesthetics. This Sidewalk/streetscape Project will reflect the Immokalee community's desire to improve the Immokalee central business district.The community's regional beautification plan for future improvements have been determined through a comprehensive study prepared by a team of professionals that include RWA Consulting Inc.and Land Design Innovations Incorporated,the results of the study are contained in the"Immokalee CRA Public Realm Plan/Town Design",dated 2012,and winner of the 2010 Florida Planning and Zoning Association Award of Merit.The Immokalee Public Realm Plan/Town Design has been adopted by the local community via the Immokalee Community Redevelopment Agency Advisory Board and the Collier County Board of County Commissioners.Additionally,this project is consistent with the"Immokalee Walkable Community Study"prepared for Collier County Metropolitan Planning Council,dated April 2010. Section 8:EXPERIENCE AND CAPACITY 6.Experience and Capacity Narrative Refer to Applicant Guide tab for specific instructions. The CRA team that will be managing this program consists of James Sainvilus—Project Manager and Christie Betancourt—Office Manager. Once the contract has been approved by the BCC,James Sainvilus will take over the role of Construction Manager.He will set up the contract file for each general contractor along with the project field binder for each project.He will schedule the initial preconstruction meeting with all stakeholders. He will lay out the project schedule,Davis Bacon reporting requirements,scope of work,and any other pertinent information.As the project progresses,Mr.Sainvilus will be on site daily to ensure adherence to all safety codes and scope of work.He will keep a daily activity log complete with pictures.Mr.Salnvllus will review contractor invoices on a monthly basis before handing them over to Christie Betancourt for processing. As has always been the case with previous CDBG funding,Christie Betancourt will act as the CRA's Fiscal Manager on this program.Ms.Betancourt has over 15 years of experience with public fiscal administration and is currently managing other similar programs.She will handle all SAP based transactions related to this program.This includes 1)processing of vendor invoices,2)monitoring vendor payments,and 3)corresponding with Community&Human Services staff regarding monthly reimbursement requests.Ms.Betancourt will also notarize all documentation as required under the governing policies and procedures of this program in order to ensure the accuracy and validity of invoices,forms,etc. The construction of this proposed sidewalklstreetscape project will demonstrate through implementation that the community needs and goals have been heard by the governing bodies and action is being taken to Invest in the Immokalee community.This sidewalk/streetscape project will initiate the beginning of a renewed community pride through the development of comprehensive sidewalk&streetscape In lieu of simple sidewalks.Other projects focused on the implementation of improvements to the Immokalee area have also recently been initiated for Immokalee's future such as the completion of the First Street Localo-Plaza at the intersection of Main Street and First Street. the Plaza worked towards the design and construction of a community plaza space as identified in the Immokalee Public Realm Plan. On August 13,2013,the Immokalee CRA staff also completed a sidewalk project on Carson Rd,which is being used as a tool to estimate the project costs for this proposed program.Carson Road Sidewalk Improvement cost$175,000 for 0.5 mile of sidewalks,but did not include additional site features such as brick paver areas,benches or receptacles. On November 2012,the CRA staff completed a four million dollar grant funded storm water improvement project,and had replaced a blighted residential area with a functional and aesthetically pleasing drainage conveyance system complete with 7-acre pond site,roadway and sidewalk improvements.Last year CRA staff had recently completed the design and construction of the Immokalee Drive and Colorado Ave Stormwater and sidewalk improvement projects.Both projects cost about$1-9M. Immokalee is a community that has demonstrated a strong pride and desire for improvements and through the assistance of grant funding like this we can change dreams into reality and improve the quality of life In Immokalee Florida. List all prior year awards of CDBG/HOME/ESG funding: Fiscal Year Amount of Award Clients Served Project Location FY 2010-11$3,500,000(DRI)All Immokalee Downtown District FY 2013$2,011,955(DREF)All Immokalee Immokalee Drive FY 2013$517,300(DRI)All Immokalee Colorado Ave FY 2013$994,000(CDBG)All Immokalee Int.of First&Main 7.Have you received funding in the past? If so,please complete the Prior Awards table in the Tables tab. ✓ Yes AND the Prior Awards table is complete I No Section 9:ADDITIONAL PROJECT SPECIFIC INFORMATION B.Additional Project Specific Information Narrative Refer to the Applicant Guide tab for specific instructions. CONSTRUCTION/REHABILITATION: When a street is missing sidewalks on both sides,staff has made a judgment as to which side provides the most benefit and should be constructed first.The judgment is based on pedestrian destinations and the location of connecting sidewalks.(Over time,as changes along a street occur,the judgment as to which side of the street provides the most benefit may change.) Three locations have been selected on the CRA/MSTU Annual Operation Workshop(Exhibit 19 Annual Operation Plan Workshop)for design and construction,but we are focusing on the first two because It will cost less to design and construct: 1.N 9th Street Pedestrian Path&Driveway Drainage Improvements 2.W Eustis Avenue Pedestrian Path. 3.Jefferson Ave(sidewalk)from Lake Trafford.to 15th St(US 29) The Sidewalkistreetscape improvement is necessary for these areas because the complete absence of sidewalk,which means no safe walking facility is available on either side of this street. Planning level estimates were developed for each sidewalk project based on previous and current projects.Staff created two types of construction categories for cost-estimating purposes: •Basic at-grade sidewalk construction. •Complex construction,which may include utility pole and landscaping relocation,and work in areas where drainage ditches must be addressed. A unit cost was developed for each category,based on the construction costs of past sidewalk projects(see previous sidewalk Projects)below.For each project,staff determined if construction would be basic or more complex and a cost estimate was calculated,based on the unit cost for that category.An approximation of$175,000 per 0.5 mile or 2,640 Linear Foot per year is being used for preliminary budgeting purposes. Previous SidewalldStreetscape Projects: Project Design Construction Mile Date Carson Road Sidewalk$40,000$135,000 0.5 2013 Palm River Park(Naples)In House$280,000 0.44 2014 Colorado Ave Sidewalk$34,222$136,000 0.5 2015 •The timeline below will be incorporated Into the contract agreement should the project be selected for funding. 1.Executed agreement issued to CRA:day 1 2.Take executed agreement to BCC for acceptance and budget amendment:60 days 3.Solicitlhire general contractors through Purchasing:120 days 6.Construction period:120 days 7.Inspect/close out projects:30 days Total:360 days Section 10:ENVIRONMENTAL ISSUES 9.Put a check in any box that pertains to the proposed activity. If you check any of the boxes below(except'None of the above),you must provide an explanation in the next question.If you check the'None of the above'box,you may enter'N/A'in the next question. )� Project/property is located on an historical or archeological site E Project/property is in the 100-year flood plain ✓ Project/property is in a wetlands area f Project/property is in a coastal barrier area ✓ Project/property is within a half-mile of an airfield • Project/property is near storage or manufacturing facility of industrial products r- Project/property is on or near soil contaminated by diesel/fuel or gasoline E Project/property is expected to impact the environment in any negative mariner or pose a hazard or nuisance r Endangered or threatened or listed species are located on the proposed project site ✓ There are environmental concerns or impediments associated with the proposed activity(if yes,please provide detail) r Project/property is expected to adversely affect the environment ✓ Project/property is on a properly zoned site(if not zoned properly,please explain) r None of the above 10.If you checked any box(except'None of the above')In the previous question,provide an explanation in the box below. If you checked'None of the above'in the previous question,please enter'N/A'. N/A Section 11:PROJECT IMPLEMENTATION PLAN AND READINESS TO IMPLEMENT 11.Project Implementation Plan and Readiness to Implement Refer to Applicant Guide tab for specific instructions. To save time and money the Immokalee CRA/MSTU will use Its own funds in order to design the projects.We will use the County Purchasing department guidelines to procure the services of a professional Engineering firm with a landscape architect on staff to create a design for the projects.The design will consist of,but not be limited to...implementing new sidewalk,irrigation system upgrades and landscaping refurbishment within newly reconstructed sidewalk segments located within the project limits. The design acquisition phase will be expedited using the County Fixed term engineering contracts that have been competitively bid to request construction quotes/proposals;this process will take four times less than it would take to start up with a new selection committee and so forth.During construction the CRA Operations Manager,Project Manager and Fiscal administrator will all work to ensure that the project deliverables are on time and on budget with the required level of quality.They will prepare financial reports and supporting documentation for funders as outlined in funding agreements and participate in a close out audit. See Attached Design proposals for two of the proposed areas from Amec Foster Wheeler Environment&Infrastructure,Inc.(Amec Foster Wheeler): 1.A proposal for the design of a pedestrian path and several driveway drainage improvements along the east right-of-way of North 9th Street;from Glades Street,to Habitat Center Street(approximately 1,075 LF). The project is understood to provide safe pedestrian circulation by adding a continuous path along the east side of roadway.The new sidewalk will tie-in the existing sidewalk,north of Washington Avenue,and the existing sidewalk south of Glades Street,providing a direct connection to a nearby school,and other residences in the area.Currently,there is no sidewalk on this side of street. The project is also set to address a drainage problem along the east side of N 9th Street, as runoff collects and ponds in front of several residences driveways.Ponding Is to be addressed by reconfiguring the driveways as needed,site grading,and the addition of storm inlets.A site survey and percolations tests are required to better understand the soil absorption rate and current drainage pattern. Construction documents for a new path and drainage system will be provided,along with supporting bid documents.This proposal provides an overview of the services to be provided by Amec Foster Wheeler. The estimated Time and Material fee for the described services is Sixty Five Thousand and Fifteen dollars($65,015.00)with a duration of no more than 5 months from issuance of a Notice to Proceed. 2,A proposal for the design of pedestrian safety improvements at West Eustis Avenue;from S 5th Street,to S 9th Street(approximately 1,280 LF). The project is understood to provide street connectivity and safe pedestrian circulation by providing a continuous path along the north side of roadway,and enhance the street appearance by adding street furniture,trees,and open space landscaping. Currently,there is no sidewalk on this side of street,and pedestrians are forced to use the south roadway shoulder,discouraging and limiting safe movement.This road serves as a direct connection to a nearby school,residences,and some churches in the area. ' I The estimated iT me and Material fee for tfie described services is Sixty Two Thousand, Three Hundred Seventy Nine dollars and Twenty Five cents($62,379.25). 12.Please complete the Project Timeline table in the Tables tab,then check the box belowfo confirm. ✓ Project Timeline is complete Section 12:FINANCIAL MANAGEMENT • 13.Financial Management Refer to the Applicant Guide tab for specific instructions. The Immokalee CRA funds per Fiscal Year are al a minimum,covering only operational costs and are not enough for the Sidewalk Program,The CRA has recommended for annual CIP funding increases which is directly tied to limited local tax revenue,which is extremely low in Immokalee.An MSTU has been created but not enough has been generated for a program like this proposed sidewalk.If granted this grant then the general public in Immokalee will directly benefit from the sidewalk improvements.See CRA Year-to-Year Tax Increment Revenue. 14.Please complete and upload the Financial Review Spreadsheet In the Documents tab. ✓ Financial Review Spreadsheet is complete and uploaded 15.Agency maintains the following records: Check all that apply. ✓ Cash Receipts Journal ✓ Cash Disbursements Journal ✓ General Ledger ✓ Charts of Accounts ✓ Payroll Journal and individual Payroll Records ✓ Individual Personnel Files ✓ Written Procurement Procedures ✓ Capital Inventory ✓ Written Travel Policy ✓ Property Control Policy and Records r None of the above 16.Agency agrees to: Check all that apply. ✓ Submit complete audits for every year during contract ✓ Retaining all project records for the applicable time period as outlined in applicable regulations Section 13:OUTCOMES AND PERFORMANCE MEASURES 17.Outcomes and Performance Measures Refer to the Applicant Guide tab for specific instructions. As was previously explained,these streetscape improvements will meet many of the objectives identified In the CRA and MSTU Advisory Committee's annual Operational Plans. •Provide a list of program/project outcomes Improved ascetic appeal of common areas In Immokalee. Increased pedestrian safety via the installation of sidewalks,removing pedestrians from the roadways. •Explain how the program/project demonstrates"value-added"or"community value'to Collier County A portion of the tax revenue that is generated within Immokalee is channeled into the CRA and MSTU funds,which are reinvested into the community via economic,infrastructure and ascetic improvement endeavors.unfortunately,there exists a severe gap between the taxable values and real-world market values of the properties throughout the community.This gap has created a financial hindrance on overall community improvements. The commercial common area improvements proposed within this application will support an increased assessment value of the properties within the community,generating an increased tax base that will ultimately be reinvested back into the community,creating a chain reaction of positive community growth. Section 14:BUDGET 18.Please complete the Budget Summary and Itemization table in the Tables tab,then check the box below to confirm. ✓ Budget Summary and Itemization table is complete Section 15:ESTIMATED PROGRAM INCOME 19.Will program income be generated as a result of the service or product provided? If so,please use the'explain'box to indicate the SOURCE of the income generated(rent,proceeds,revenue,program fees,etc.)and the TOTAL DOLLAR AMOUNT that will be generated. I- Yes,please explain: ✓ No 20.Estimated Program Income Narrative Refer to the Applicant Guide tab for specific instructions.If no program income will be generated,enter'N/A'. N/A 21.If program income is anticipated,indicate how the funds will be utilized: I- Organization will track,re-use within the program and report to CHS on a monthly basis I- Organization will submit program income to CHS on a monthly(or at least yearly basis) I- N/A-No program income will be generated Section 16:LEVERAGED OR MATCH FUNDS 22.If applicable,please complete the Leveraged or Match Funds table In the Tables tab,then confirm below. E Leveraged or Match Funds table is complete ✓ N/A-No leveraged or matched funds exist Tables Prior Awards Fiscal Year Award Amount Clients Served Project Location FY 2010 $ 994,000 All Immokalee Immokalee Zocalo Plaza FY $ FY $ FY $ FY $ FY $ FY $ FY $ FY $ FY $ Total $994,000 0 Project Timeline Tasks #of Days to Date Completed/Anticipated Date(Month& Responsible Party Complete Year) Environmental review 7 Days 3/26 MSTUICRA Design/Conceptual Drawings 120 Days 7/16 MSTU/CRA Conditional Approval Letter 30 Days 4/16 CHS Grant awarded to CRA 30 Days 9/16 CHS Budget Amendment approved by 30 Days 10/16 MSTU/CRA BCC Revised budget approved by BCC 30 Days 11/16 OMB Solicit for Construction 30 Days 12/16 Purchasing&MSTU/CRA GC contract to BCC 30 Days 1/17 MSTUICRA Issue GC PO&NTP 60 Days 3/17 MSTUICRA Anticipated start date for 0 Days 3/17 Contractor&MSTU/CRA construction Construction milestones 120 Days 7/17 Contractor&MSTU/CRA Contingency Schedule 30 Days 8/17 Contractor&MSTU/CRA Construction complete 30 Days 8117 Contractor&MSTU/CRA Grant Audit 30 Days 8/17 CHS Grant Closeout 30 Days 9/17 CHS Days Days Days Days Days Days Days Days Days Total 607 Days Fuck,j et Sun-Hair and fj It(a5ihzat1O17 Project Components- Detail/Itemization by CDBG Other Item y Funding Funds Leverage/Match Total Narrative Deliverable Design(Immokalee MSTU will $ $ 130,000 $ $130,000 100%Construction Design plans pay for) Construction of $ 770,000 $ $ $770,000 Final County acceptance of newly 1 Sidewalks/pedestrian facilities. constructed sidewalks within the County right-of-way. $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 $ $ $ $0 j Total $770,000 $130,000 $0$900,000 j Leveraged or Match Funds Source of Match/Leveraged Funds Conditions/Limitations of Match/Leverage Funds Amount $ $ $ $ $ $ Total $0 Documents Documents Requested* Required? Attached Documents 501(c)(3)IRS Tax Exemption Letter ✓ Exhibit 1 501(cl(3) Articles of Incorporation ✓ Exhibit 2 At tides of Incorporation By-Laws ✓ Exhibit 3 CRA Bylaws Organizational Chart ✓ €xhibit 4 Or Chart 2 List of Board of Directors ✓ Exhibit 5 Board of Directors Resumes,Pay Scales with Job Descriptions ✓ Exhibit 6 Staff Resumes State of Florida Certificate of Good Standing ✓ Exhibit 7 Stale of Florida Certificate of Good Standing Board Resolution authorizing submittal of grant application ✓ hibit 8 Board Resoluttart Preceding 2-year completed audits including management letter ✓ jfiihit 9 County Financial Stakment and findings Acknowledgement Letter ✓ Exhibit 10 Acknowledgement letter download template Affidavit of Compliance with Federal,State,and Local ✓ Exhibit I I Affidavit of Compliance with Federal.State,and Local Regulations Regulations download template Certification of CDBG Funded Construction/Rehabilitation Exhibit 12 Certification of CDBG-HOME-ESG Funded Projects Construction Rehab Projects download template Acknowledgment of Religious Organization Requirements Exhibit 13 Acknowledgement of Religious Organization (template?) Requirements download template Certification Regarding Debarment,Suspension,Ineligibility ✓ Exhibit 14 Certification Regarding Debarment,Suspension, Voluntary Exclusion Ineligibility voluntary exclusion download template Procurement Policy ✓ Exhibit 15 Purchasing Policy Match Documentation Design Proposal for-N 9th Street Design Proposal for W Eustis Ave Pedestrian Path Internal Revenue Service Form 990-First 12 page of the last 2 ✓ Exhibit 17 Internal Revenue Service Form 990 years IF APPLICABLE:Verification of site plan/plat approval IF APPLICABLE:Verification of zoning IF APPLICABLE:Location maplpholo of site Exhibit 20 Immokalee Area Census Map Exhibit 21 Map of Various Imrnokalee Designations Exhibit 19 Annual Operation Plan Workshop Exhibit 1B LMA CollierCoMaps IF APPLICABLE:Floor plans IF APPLICABLE:Relocation plan associated with Uniform ✓ Relocation regulations Financial Review Spreadsheet(template?) Exhibt 16 O anizati. Current Balance Sheets ZoomGrantsT"'is not responsible for the content of uploaded documents. Application ID:52562 Become a Ian of ZuoinGrartts'i on Facebook Problems?Contact us al Ouaslia�s taZ[, fan!�.cuni ©2002-2016 GrantAnalysl.com.All rights reserved. 'ZoomGrants°and the ZoomGrants logo are trademarks of GrantAnaiysl.com,LLC. 12.6214 Brn•.�sar ... .. .-�I'•• •.. � ... . .:11'1:11' •r\. Exhibit 1. 501(c)(3) IRS Tax Exemption Letter N/A Exhibit 2 Articles of Incorporation Resolution No. 2000-83 RESOLUTION NO, 2000-83 A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA RELATING TO COMMUNITY REDEVELOPMENT;DECLARING THE BOARD OF COUNTY COMMISSIONERS TO BE THE COLLIER COUNTY COMMUNITY REDEVELOPMENT AGENCY; AUTHORIZING THE CREATION OF ADVISORY BOARDS FOR THE COMMUNITY REDEVELOPMENT AREA;PROVIDING FOR CONFUCT WITH OTHER RESOLUTIONS AND SEVERABILITY; PROVIDING AN EFFECTIVE DATE. WHEREAS,the Board of County Commissioners has adopted•resolution fading the etdstence of one or more blighted areas In the unincorporated area of the County and further finding that the rehabilitation,conservation or redevelopment or combination thereof,In such areas is neceuuery in the Interest of the public health,safety,morals or welfare of the residents of Colter County,Florida;and WHEREAS, to carry out and Implement the redevelopment powers and actions contemplated by Part 01,Chapter 103.Flonda Statutes,within such areas,R Is necessary that a community redevelopment agency be created;and WHEREAS,the Board of County Commieslonere desires to serve as the community redevelopment agency end have advisory boards canehling of citizens and property owners in the areas providing advice to the Board concerning the redevelopment of the areal; NOW THEREFORE,BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COWER COUNTY,FLORIDA AS FOLLOWS: Section 1. Findings. The foregoing recitals are hereby adopted and Incorporated herein to the same extent as if they were set forth to this section. Section 2. • .., a �. ..his . ul ...r.,a ..nw,nh Redevelopment Agency. As provided in Section 183.357(1),Florida Statutes(1099),the Board of County Commissioners of Caner County,Florida,does hereby declare Beat to be the Corm County Community Redevelopment Agency as an addWOnel duty of Office,and does further declare that all the rights,powers,duties,privileges,and*mangle"vested by Part Ill, Chapter 103,Florida Statutes(1989)In such a community redevelopment agency ere hereby vested In the Board of County Commissioners,subject to all responalbritles and tlabifths Imposed or Incurred. Section 2. Decorate Least Entity. The members of the Board of County Commleslonsre we the members of Era Community Redevelopment Agency,but the members corntfute the head of a legal entity,'operate,distinct,and independent from the Board of County Commissioners. Section 3. Creation of Advisory Boards.There are to be created,under separate reaolusons by the ContmuNty Redevelopment Agency,advisory boards for each component • 1.2 C area of the community redevelopment area in the unincorporated area of Collier County,which that be composed of citizens, residents,property owners and business owners or persons engaged In business in the area, as provided in the resolution of the Community Redevelopment Agency providing for the appointment of such members. The duties and responsibilities of such advisory boards shall be set forth in the resolution of the Community Redevelopment Agency. Section 4. Conflicts. All resolutions and parts of resolutions In conflict with any of the provisions of this resolution are hereby repealed. Section S. Severebility. If any section or portion of a section of this resolution proves to be invalid,unlawful,or unconstltunonal,it shall not be held to invalidate or impair the validity,force,or effect of any other section or part of this resolution. Section B. Effective Date.This resolution shalt become effective immediately upon Its passage and adoption. Section 7. This Resolution adopted after motion,second and majority vote this f yg day of (hn 2000. ATTEST: BOARD OF C• • ors ' SIONERS •�r DWIGHT*BROCK,CLERK COWER •UNTY,FLORIDA tilt bre • BY; / �•-• rve.. %At1,pRt.'i ;to Chairrien's TIMOT t7'CONSTAvj• E,C IRMAN .yi a artly. APPROVED AS TO FORM AND LEGAL SUFFICIENCY .4124,L1 2441 David C.Weigel O County Attorney 2 1 Exhibit 3 CRA Bylaws CRA RESOLUTION NO.2001-9 B 11 B1 A RESOLUTION OF THE COLLIER COUNTY COMMUNITY REDEVELOPMENT AGENCY RELATING TO COMMUNITY REDEVELOPMENT; PROVIDING FOR MEMBERSHIP, TERMS, PURPOSE, DUTIES, ORGANIZATION AND RULES OF PROCEDURE FOR THE AGENCY;CREATING THE BAYSHORE/GATEWAY TRIANGLE LOCAL REDEVELOPMENT ADVISORY BOARD;CREATING THE IMMOKALEE LOCAL REDEVELOPMENT ADVISORY BOARD; PROVIDING FOR MEMBERSHIP, TERMS, PURPOSE, DUTIES, ORGANIZATION AND RULES OF PROCEDURE FOR THOSE ADVISORY BOARDS; PROVIDING FOR SEVERABILITY; PROVIDING AN EFFECTIVE DATE. WHEREAS, the Board of County Commissioners has adopted a resolution finding the existence of one or more blighted areas in the unincorporated area of the County and further finding that the rehabilitation,conservation or redevelopment or combination thereof, in such areas is necessary in the interest of the public health,safety,morals or welfare of the residents of Collier County,Florida;and WHEREAS, the Board of County Commissioners has further adopted a resolution declaring itself as the Collier County Community Redevelopment Agency to carry out and implement the redevelopment powers and actions contemplated by Part III,Chapter 163,Florida Statutes,within such areas;and WHEREAS,the Board of County Commissioners contemplated the creation of advisory boards for each component area of the community redevelopment area in the unincorporated area of Collier County, composed of citizens, residents, property owners and business owners or persons engaged in business in the area;and WHEREAS, the Board of County Commissioners further contemplated the need to establish membership, duties and responsibilities for the Agency and for each such advisory board; NOW, THEREFORE, BE IT RESOLVED BY THE COLLIER COUNTY COMMUNITY REDEVELOPMENT AGENCY AS FOLLOWS: SECTION 1. Agency Bylaws: That there is hereby adopted bylaws for the Agency setting forth membership,terms,purposes,duties,organization and rules of procedures for the Agency,a ;I copy of which is attached. SECTION 2. Advisory Board: That there is hereby created the "Bayshore/Gateway Triangle Local Redevelopment Advisory Board" and the "Immokalee Local Redevelopment Advisory Board"and bylaws for those Boards are adopted,a copy of which is attached. ' ' "`force,or effect of any other section or part of this Resolution. SECTION 4: Effective Date: This Resolution shall become effective immediately upon its passage and adoption. SECTION 5: This Resolution adopted after motion, second and majority vote this o?2 7€ day of__ 2001. ATTEST'''. COMMUNITY REDEVELOPMENT AGENCY ; DWIGt T.B.'BROCK SECRETARY OF COLLIER COUNTY,FLORIDA dir BY BY: j IILL.a.._ Lt'D I PAMELA S.MAC'KIE,C 'MAN Attest as .to-aairEan's signature only. Approved As to Form and Legal Sufficiency Ai Heidi Ashton, Assistant County Attorney and CRA Legal Counsel - - - - _ _ _ _ _ _ _ ______ _ BYLAWS OF THE COMMUNITY REDEVELOPMENT AGENCY OF COLLIER COUNTY,FLORIDA ARTICLE I. NAME AND PURPOSE SECTION 1. Name: This Community Redevelopment Agency shall be known as the"Collier County Community Redevelopment Agency" (the "CRA"), established pursuant to Resolution 2000-83 adopted on March 14, 2000 by the Board of County Commissioners ("BCC") of Collier County, Florida (the "County")pursuant to Part III,Chapter 163,Florida Statutes(the"Act"). SECTION 2. Redevelopment Area: The area of operation of the CRA consists of certain geographical areas listed below and for which a redevelopment plan was adopted by CRA Resolution 2000-01 by the CRA and Resolution 2000-181 by the BCC, and referred to therein as the Immokalee Component Redevelopment Area and the Bayshore/Gateway Component Redevelopment Area. Additional Component Redevelopment Areas may be added under separate resolutions by the CRA after all appropriate findings have been made and a redevelopment plan for those areas adopted by the CRA and BCC,all in accordance with the Act. SECTION 3. Purpose: The purpose of the CRA is to undertake and implement improvements as provided for in the Act and the adopted Redevelopment Plan; to promote and create favorable conditions for the development,redevelopment and revitalization of the area of operation of the CRA; and to receive input from its Advisory Boards, authorized by the Resolution No. 2000-83, who adhere to separate bylaws adopted specifically for their purposes,and serve to represent the component areas of operation of the CRA. ARTICLE II. COMMUNITY REDEVELOPMENT AGENCY SECTION 1. Function: The CRA is established to carry out those purposes that are outlined in Article I,Section 3. SECTION 2. Authority: The CRA, subject to the provisions of the Act and all other applicable provisions of law, shall have all powers customarily vested in a community redevelopment agency as provided in the Act. { SECTION 3. Members and Terms: In accordance with Section 163.357(1), Florida Statutes, the Collier County Board of County Commissioners has declared itself to be the Collier County Community Redevelopment Agency as an additional duty of office. Reference to the members of the CRA as a whole shall be "CRA Board" or "CRA". An individual member of the CRA shall be referred to as a "Commissioner." CRA Board terms shall be simultaneous. with terms of members of the Board of County Commissioners. SECTION 4. Vacancies: Appointments to fill vacancies on the CRA shall be filled by the person filling the vacancy on the Board of County Commissioners. SECTION 5. Employees: The CRA may, as it from time to time determines, employ or retain by contract staff, personnel, technical experts, legal counsel, and other such agents and employees, permanent or temporary, as it requires,and determine their qualifications,duties and compensation. The 1 __ ___ _ _ __ _ _ _ _ _ 11 B1 CRA may approve and authorize contracts with the County and other persons, firms and individuals to provide services for and on behalf of the CRA. ARTICLE III. OFFICERS SECTION 1. Officers: The officers of the CRA shall consist of a Chairman,Vice Chairman,and a Secretary, and such officers as the CRA may from time to time create. The Secretary shall be the Clerk of Courts to the Board of County Commissioners,but shall have no vote. SECTION 2. Qualifications: Officers shall be members of the CRA,except that the Secretary may, in the discretion of the CRA,be someone not a member of the CRA. SECTION 3. Role of Chairman: The Chairman shall preside at all meetings of the CRA, sign agreements,contracts, and instruments on behalf of the CRA,call special meetings as necessary and shall perform such other duties as are customary for the Chairman. SECTION 4. Role of Vice Chairman:The Vice Chairman shall act for the Chairman in the Chairman's absence. The Vice Chairman shall also perform such duties as are delegated by the Chairman. SECTION 5. Role of Secretary: The duties of the Secretary will be defined in a written agreement with the Clerk of Courts. Some of the duties may include: (a) keeping the minutes of the proceedings of the meetings of the CRA, (b) providing all notices in accordance with the provisions of these bylaws or as required by law,(c)posting or causing to be posted all meeting notices as required by County procedures and notify members, (d) maintaining custody of the CRA records, (e) attesting contracts and other CRA documents, and(f) in general performing all duties from time to time as may be prescribed by the Chairman of the CRA. SECTION 6. Officer Absences: In the absence of the Chairman and Vice Chairman, the quorum present shall select a Chairman for the meeting. SECTION 7. Election of Officers: Except for the Secretary, officers shall be elected at the Annual Meeting of the Agency. Election requires nomination from the floor and an affirmative vote by a majority of the CRA members present and voting on an annual basis, provided a quorum is present at such meeting. Officers shall be seated immediately upon their election. SECTION S. Terms of Office: Each officer duly elected by the CRA shall serve a term of one year until the next annual appointment or election. All officers shall hold office until their successors have been elected or until their earlier resignation, removal from office or death. No person may simultaneously hold more than one office on the CRA. SECTION 9. Officer Vacancies: If a vacancy exists in any office, the CRA shall elect a new officer by the affirmative vote of a majority of the CRA members present and voting at a meeting of the CRA,to fill the incomplete term of the vacated office. Ii SECTION 10. Removal or Resignation: The CRA may remove an officer at any time with or without cause by the affirmative vote of a majority of the CRA members present and voting at a duly constituted meeting of the CRA. An officer may resign at any time by delivering notice thereof to the CRA. A resignation is effective when the notice is delivered to the CRA unless the notice specifies a later effective date and the CRA accepts the future effective date. The pending vacancy may be filled before the effective date provided that the successor does not take office until the effective date. 2 1181 ARTICLE IV. COMMUNITY REDEVELOPMENT AGENCY ADVISORY BOARDS SECTION 1. Function: In accordance with Resolution 2000-83, advisory boards are to be created for each component area of the community redevelopment area in the unincorporated area of Collier County, which shall be composed of citizens, property owners and business owners or persons engaged in business in the area. Separate bylaws for these advisory boards will be adopted by the CRA. These advisory boards will serve as the primary source of community input to the CRA staff and to the CRA itself. Each advisory board will consider and make recommendations to the CRA staff and the CRA concerning the Redevelopment Plan, amendments to the Redevelopment Plan, the redevelopment area work program and priorities and their implementation. The advisory board functions are advisory only and are to assist with the public input in the local redevelopment planning process. ARTICLE V. MEETINGS SECTION 1. Meetings: The Board shall schedule meetings as needed to carry out its duties in accordance with these Bylaws and shall follow the procedures outlined in Sections 2-36 — 2-41 of the Code of Laws and Ordinances of Collier County unless otherwise specified below. a)Annual: An Annual meeting of this Agency shall be held in the month of January of each year,and on the date and at the time and place to be determined by the Board,if other than at a regular meeting. b). Regular: Regular meetings of the CRA shall be held as necessary on either the second or the fourth Tuesday of each month to coincide with the regular meetings of the BCC or on such day as may be determined by the CRA. The CRA meetings will be held at a "time certain" identified on the BCC Agenda. SECTION 2:Meeting Procedures: The procedures for the meetings of the CRA will follow the procedures outlined for the BCC in Sections 2-36 —2-41 of the Code of Laws and Ordinances of Collier County unless otherwise specified below. Meeting notice will be published in accordance with applicable laws. ARTICLE VI. ORDER OF BUSINESS SECTION 1. Order of Business: The order of business at regular meetings shall be: (a) Roll Call (b) Adoption of the Agenda (c) Adoption of Minutes from Previous Meeting (d) Communications a. Advisory Board communications b. Other communications (e) Consent (f) Old Business (g) New Business (h) Citizen Comments (i) Adjournment 3 -------- --- -------- ---------------- ------------------ -- -- -- ---- - __ _ . . _ ---- ___ .__ _ _____._ _ _ __ ___ _ _. 1 11B1 • ! --, ARTICLE VII. CONTRACTS SECTION 1. Execution of Instruments: Legal instruments of the CRA shall be executed by the Chairman and attested to by the Secretary with the Clerk of Court's seal affixed thereto. In the absence of the Chairman,such instruments may be executed by the Vice Chairman. SECTION 2. Real Property Acquisition and Disposition: The acquisition,conveyance and leasing of real property by the CRA shall be done in accordance with the Act. SECTION 3. Purchasing Procedures: Purchasing procedures will be in accordance with the Act. If the Act is silent then the procedures will be consistent with those authorized by the BCC for Collier County or such other procedures that the CRA Board may adopt. ARTICLE VIII. FISCAL MATTERS SECTION 1. Fiscal Year: The fiscal year of the CRA shall be the twelve year calendar month period commencing on October 1 and ending on September 30 of the following year. SECTION 2. Financial Reporting: The Secretary shall maintain financial records of all financial transactions made on behalf of the component areas of the redevelopment area. Staff assigned as liaison to the CRA shall provide a report of the income and expenditures of each component area to the CRA at the annual meeting and as otherwise requested by the CRA. ARTICLE IX. AMENDMENTS These Bylaws may be amended at any duly constituted meeting of the CRA by an affirmative vote by a majority of the CRA members present and voting after the proposed amendment has been listed on the agenda and submitted to the CRA for review and discussion.. I . PASSED AND CERTIEED AS TO PASSAGE by the Collier County Community Redevelopment Agency.this2?At day of-ja.4atf2001. A'I"rES'IY:: _ COMMUNITY REDEVELOPMENT AGENCY DWIGIHT E'.BROCK, SECRETARY OF COLLIER COUNTY,FLORIDA r . BY•;... / e BY: (�D Attest as to Chairman S PAMELA S. MAC'KIE,CHAIRMAN signature only. Approved As to Form and Legal Sufficiency LL, c I :.k —___ ._____....„.. Heidi Ashton Assistant County Attorney and CRA Legal Counsel 4 _ _ _ _ _ _ _ ___ _______ _ __ __ 1161 BYLAWS OF THE COMMUNITY REDEVELOPMENT AGENCY LOCAL REDEVELOPMENT ADVISORY BOARDS OF COLLIER COUNTY,FLORIDA ARTICLE 1. NAME AND PURPOSE SECTION 1. Name: The local advisory board, one per each component redevelopment area, shall be known as "the name of the component redevelopment area in which the local planning board sits" Local Redevelopment Advisory Board. SECTION 2. Redevelopment Area: The area of operation of an advisory board consists of that certain geographical area identified in CRA Resolution 2000-01 by the Community Redevelopment Agency (CRA) and Resolution 2000-181 by the BCC, and referred to therein as the Immokalee Component Redevelopment Area and the Bayshore/Gateway Component Redevelopment Area. Additional redevelopment component areas may be designated by separate resolutions of the Community Redevelopment Agency of Collier County ("CRA") and the Collier County Board of County Commissioners ("BCC") after all appropriate findings have been made and a redevelopment component plan for those areas is adopted by the CRA and BCC,all in accordance with Part III,Chapter 163,Florida Statutes(the"Act"). SECTION 3. Purpose: Each advisory board is intended to be the primary source of community input to the Collier County Community Redevelopment Agency(the "CRA")and to the CRA staff. Each advisory board will consider and make recommendations to the CRA staff and the CRA concerning the Redevelopment Plan,amendments to the Redevelopment Plan,the redevelopment area work program and its implementation and any redevelopment projects proposed for the area of operation of the advisory board. The advisory board functions are advisory only and are to assist with the public input in the local redevelopment planning process. More specifically,the purpose and duties of each advisory board shall be as follows: (a) review the applicable component redevelopment area's redevelopment plan and when necessary recommend to the CRA any changes to the plan; (b) make recommendations to the CRA on plan implementation, including developing an annual work program,setting project priorities, and developing incentives to further the redevelopment efforts and carry out and effectuate the purposes and provisions of the Act in the component redevelopment area; (c) receive input from members of the public interested in redevelopment of the component redevelopment area and to report such information to the CRA;and (d) review and comment on any redevelopment projects proposed in the advisory board's component redevelopment area. 1 1161 ARTICLE II. ADVISORY BOARD SECTION 1. Function: Each advisory board is established to carry out those purposes that are outlined in Article I,Section 3 hereof. SECTION 2. Authority; Standing Rules: The advisory board shall be subject to the direct supervision of the CRA Board. The CRA staff shall assist each advisory board and shall serve as the liaison to the CRA Board. Each advisory board may prepare and adopt standing rules specific to that advisory board's component redevelopment area. Preparation, adoption and amendment of any such standing rules shall be at the discretion of the advisory board and must be consistent with these Bylaws, CRA Resolution 2000-01 and BCC Resolution 2000-181 which adopted the Redevelopment Plan, BCC Resolution 2000-83 which declared the BCC to be the CRA and authorized the creation of the advisory boards, the adopted Redevelopment Plan and the Act. Proposed standing rules or amendments to such rules shall be submitted by the advisory board to the CRA for a determination of consistency with all of the above. Any proposed rules or amendments to the rules will be effective upon that determination. SECTION 3. Number of Members: The Board shall have an appropriate number of members to insure adequate representation of all aspects of the community in the component redevelopment area. This number may vary from component redevelopment area to component area. This number may be increased or decreased from time to time as recommended by the advisory board and appointed by the CRA board member for the applicable component redevelopment area. In no circumstances will the number of advisory board members be less than five. SECTION 4. Appointment and Qualifications: The CRA board member from the component redevelopment area shall appoint the advisory board members subject to Article II, Section 5 for the Bayshore/Gateway component redevelopment area and Article II, Section 6 for the Immokalee component redevelopment area. All appointments are subject to approval by the CRA board. Consideration should be given to appointing members that have experience in the following professions: finance, banking,architecture,engineering,education,law enforcement,social work,real estate sales and development;planning or design and building construction. Each member of an advisory board shall engage in business in the component redevelopment area for that advisory board. For purposes of these bylaws, an individual who "engages in business" means an individual who owns real property or a business, practices a profession or performs a service for compensation or serves as an officer or director of a corporation or other business entity so engaged. Any group, committee or board existing at the time of adoption of these Bylaws may present its 1 membership for appointment as long as consideration is given to balancing the advisory board with representatives from the above-recommended professions. SECTION 5. The Bayshore/Gateway Triangle Local Redevelopment Advisory Board Consideration should be given to appointing members of the advisory board for the Bayshore/Gateway component redevelopment area as follows: (a) One(1)Bayshore resident; (b) One(1)Gateway Triangle resident; (c) One(1)Bayshore business owner; (d) One(1)Tamiami Trail(US4I)business owner; (e) One(1)Davis Boulevard(SR84)business owner; (f) One(1)Bayshore Municipal Service Taxing Unit(MSTU)representative; 2 (g) One (1) at large representative who resides or engages in business, or both, in the Bayshore/Gateway Triangle Component Redevelopment Area; SECTION 6: Immokalee Local Redevelopment Advisory Board: In order to assure a comprehensive approach in the Immokalee community, the Immokalee Enterprise Zone Development Agency as created by the BCC pursuant to Collier County Ordinance 95-22, as amended, shall be the Immokalee Local Redevelopment Advisory Board. The Immokalee Local Redevelopment Advisory Board shall adhere to the provisions of these bylaws, except as otherwise provided by Collier County Ordinance 95-22, as amended. SECTION 7. Application Procedures: Applicants must be residents and electors of Collier County. Residents interested in applying to serve on an advisory board shall submit a letter requesting such appointment and containing a brief resume to the CRA. Guidelines for appointing the members to the advisory board will be consistent with those procedures outlined in BCC Resolution 94-136. SECTION 8. Terms: Except for the Immokalee Local Redevelopment Advisory Board,advisory board members shall serve for two(2)year terms, with no more than two reappointments permitted. However, for purposes of staggering reappointments,three(3)of the initial members will have one(1)year terms as follows: Bayshore/Gateway Local Redevelopment Advisory Board- the Bayshore resident, the Gateway Triangle resident and the at large representative will each serve only a one(I)year term for the first year of the advisory board, with two (2) year terms from then on. The terms for the Immokalee Local Redevelopment Advisory Board will be consistent with the terms set forth in Collier County Ordinance 95-22,as amended. SECTION 9. Vacancies: Vacancies occurring on any advisory board shall be publicized,but need not be advertised, in a publication of general circulation within the county; and vacancy notices are to be posted in the county libraries, the courthouse and on the internet. Appointments to fill vacancies on the advisory board shall be filled by the CRA Board member of the component redevelopment area. The term of an advisory board member appointed to fill a vacancy expires at the time the term of the original member would have expired. SECTION 10. Attendance,Removal and Resignation: It is the intent and strong desire of the CRA that there be full attendance of advisory board members at all meetings of the advisory board, recognizing, however, that it may be necessary for board members to be absent from a meeting due to unusual or emergency circumstances. The following requirements are established: 1. Any advisory board member who is absent for more than two-thirds of the advisory board's meetings in a given fiscal year shall be deemed to have tendered his or her resignation from the advisory board. The CRA shall, as soon as practicable after such resignation, declare the position vacant and shall promptly fill the position. The affected advisory board member shall not serve at any meeting after his or her position is declared vacant by the CRA. 2. In the event that any advisory board member is absent from two consecutive advisory board meetings without a satisfactory excuse acceptable to the advisory board, the advisory board chairman shall state such fact at the next regularly scheduled advisory board meeting and shall thereafter notify, in writing, the CRA of the advisory board member's failure to attend without a satisfactory excuse. The CRA shall review the notification at a CRA meeting and shall declare the advisory board member's position to be vacant if the CRA concurs that the advisory board member was absent from two 3 1 6 1 consecutive advisory board meetings without a satisfactory excuse and shall promptly fill that position pursuant to the provisions of Article II,Section 9. 3. For purposes of this Section 10, attendance means presence at the meeting no later than fifteen minutes after the meeting is called to order as verified by the Secretary on the attendance record. 4. A member may resign at any time by delivering notice thereof to the advisory board and the CRA Chairman. A resignation is effective when the notice is delivered to the CRA Chairman unless the notice specifies a later effective date and the CRA board accepts the future effective date. The pending vacancy may be filled before the effective date provided that the successor does not participate at a meeting until the effective date. SECTION I1. Financial Disclosures: Advisory board members shall comply with the applicable financial disclosure requirements of laws of the State of Florida. ARTICLE III. OFFICERS SECTION 1. Officers: The officers of the each advisory board shall be a Chairman, Vice Chairman, and a Secretary. The Secretary shall be the individual assigned from County staff, but shall have no vote. SECTION 2. Role of Chairman: The Chairman shall preside at all meetings and hearings of the advisory board and shall have the duties normally conferred by parliamentary usage on such office. The Chairman shall call special meetings, serve as the advisory board liaison to the CRA, and shall perform such other duties as are customary for the Chairman. SECTION 3. Role of Vice Chairman:The Vice Chairman shall act for the Chairman in the Chairman's absence. The Vice Chairman shall also perform such duties as are delegated by the Chairman. SECTION 4. Role of Secretary: It is the duty of the secretary to (a) keep the minutes of the proceedings of the meetings of the advisory board, (b) provide all notices in accordance with the provisions of these bylaws or as required by law, (c) post or cause to be posted all meeting notices as required and notify members, (d) maintain custody of the advisory board records, and (e) in general perform all duties from time to time as may be prescribed by the Chairman or the advisory board. SECTION 5. Officer Absences: In the absence of the Chairman and Vice Chairman, the quorum present shall select a Chairman for the meeting. SECTION 6. Election of Officers: Except for the Secretary, officers shall be elected annually at the first regular meeting of the year. Election requires nomination from the floor and an affirmative vote by a majority of the advisory board members present and voting, provided a quorum is present at such meeting. Officers shall be seated immediately upon their election. SECTION 7. Terms of Office: Each officer duly elected by the advisory board shall serve a term of one year until the next annual election (or as otherwise determined by the standing rules of the advisory board). All officers shall hold office until their successors have been elected or until their earlier resignation, removal from office or death. No person may simultaneously hold more than one office on an advisory board to the CRA. 4 11S1 SECTION 8. Officer Vacancies: If a vacancy exists in any office, the advisory board shall elect a new officer by the affirmative vote of a majority of the advisory board members present and voting at a meeting of the advisory board,to fill the incomplete term of the vacated office. SECTION 9. Removal or Resignation: The advisory board may remove an officer at any time with or without cause by the affirmative vote of a majority of the advisory board members present and voting at a duly constituted meeting of the advisory board. An officer may resign at any time by delivering notice thereof to the advisory board. A resignation is effective when the notice is delivered to the advisory board unless the notice specifies a later effective date and the advisory board accepts the future effective date,the pending vacancy may be filled before the effective date provided that the successor does not take office until the effective date. ARTICLE IV. SUBCOMMITTEES SECTION 1. Creation: The advisory board may create, from time to time, such subcommittees as shall be necessary or desirable to carry out the functions, purposes, and objectives of the advisory board. Any such subcommittees shall be subordinate to the advisory board, shall be assigned a specific purpose and objective, and shall be given a date certain to complete its tasks, at which time the subcommittee shall be dissolved,unless said date is extended by the affirmative vote of a majority of the advisory board members present and voting at a duly constituted meeting of the advisory board. SECTION 2. Members: The members of such subcommittee shall be elected by the advisory board for such term and shall have qualifications as the advisory board may desire. SECTION 3. Removal: The advisory board may remove any subcommittee member with or without cause by the affirmative vote of a majority of advisory board members present and voting at any meeting of the advisory board. SECTION 4. Rules and Procedures: The subcommittees shall be subject to the same parliamentary procedures as the advisory board and Florida's Government in the Sunshine Law. ARTICLE V. MEETINGS SECTION 1. Meetings: Regular meetings of the advisory board shall be held on such day, time and place as may be determined by the advisory board, and at a minimum once a month. The purpose of the meetings is to discuss and to then prepare recommendations and advice to the CRA on matters brought before the advisory board. SECTION 2. Quorum and Voting: At all regular or special meetings of an advisory board, a majority of the membership of the advisory board shall constitute a quorum. Voting shall be by voice unless a member of the advisory board requests a roll call. The roll shall be in alphabetical order with the first name called rotating with each motion upon which the vote is called. The Chairman shall always vote last. A record of the roll call shall be kept as part of the minutes. SECTION 3. Special Meetings: Special meetings may be called by the Chairman at anytime provided adequate notice is given pursuant to Article 5, Section 4 hereof. The Chairman may also call a special meeting when requested to do so in writing by a majority of the members of the advisory board or by a CRA staff member. The notice of such a meeting shall specify the purpose of such a meeting and no 5 _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ __ _ _ _ __ _ _ _ _ _ 1181 other business may be considered except by unanimous consent of the advisory board. All members of the advisory board shall be notified in advance of such special meetings by the Secretary. SECTION 4. Notice and Publication: The Secretary shall give notice and keep record of such notice of its meetings and the meetings of the subcommittees including the date, time, and location of each regular and special meeting. Notice shall be posted in the county courthouse and other appropriate locations as recommended by the advisory board and to the County Public Information Department for further distribution. SECTION 5. Open Meetings: All meetings of the advisory board or its subcommittees shall be open to the public and governed by the provisions of Florida's Government in the Sunshine Law. SECTION 6. Minutes: The minutes of all meetings shall be promptly recorded,and such records shall be open to public inspection, in accordance with applicable law. SECTION 7. Location: Meetings of an advisory board,or any of its subcommittees, shall be held in a location accessible to the public. SECTION 8. Meeting Agenda: The agenda for each meeting of an advisory board, or any of its subcommittees, shall be outlined by the Chairman and submitted to the Secretary for preparation. Any advisory board member in the case of an advisory board, or a subcommittee member in the case of a subcommittee, may place an item on the agenda by submitting it to the Chairman for forwarding to the Secretary prior to the deadline for publishing the notice of such meeting. SECTION 9. Order of Business: The order of business at regular meetings shall be: (a) Roll Call (b) Adoption of the Agenda (c) Adoption of Minutes from Previous Meeting (d) Communications (e) Old Business (t) New Business (g) Citizen Comments (h) Adjournment SECTION 10. To provide for the orderly and efficient conduct of its meetings,each advisory board shall follow Roberts Rules of Order. ARTICLE VI. CONFLICT The provisions of these bylaws shall apply to the Immokalee Local Redevelopment Advisory Board except as otherwise provided by Collier County Ordinance No. 95-22,as amended. It is the intent of the CRA that Collier County Ordinance No. 86-41,as amended,shall not apply to the advisory boards. ARTICLE VII AMENDMENTS These Bylaws may be amended at any duly constituted meeting of the CRA by an affirmative vote by a majority of the CRA members present and voting after the proposed amendment has been listed on the agenda and submitted to the CRA for review and discussion. 6 1 • _ „ .. I1B1 • PASSED AND CERTIFED AS TO PASSAGE by the Collier County Community Redevelopment Agency this 27 day of *4442001. 2001. •••'•ATTEST:,, • I.. COMMUNITY REDEVELOPMENT AGENCY =' ,DWIGIE'T.E,.BRQCK, SECRETARY OF COLLIER COUNTY,FLORIDA BY: ' '. 7° i�e BY: PAMELA S. MAC'KIE, CHAII{MAN A'ttost .046 Chair m 'g signature only. Approved As to Form and Legal Sufficiency d / Girl-t J Heidi Ashton Assistant County Attorney and CRA Legal Counsel { Exhibit 4 Organizational Chart Immokalee Community Redevelopment Agency Organizational Chart � 1 Collier County CRA/BCC County Manager � J Immokalee CRA Operations Manager Project Manager Administrative Assistant J Exhibit 5 List of Board of Directors Although the Collier County Board of County Commissioners sits as the Collier County Community Redevelopment Agency Board of Directors, the CRA Board is a separate and distinct legal entity. Tim Nance District 5 2015 BCC Chairman Donna Fiala District 1 CRA Chairperson Georgia A. Hiller, ESQ. District 2 Tom Henning, District 3 Fred W. Coyle District 4 C _crier County IMMOKALEE CCollier County Community Redevelopment Agency The Board of County Satellite Co Office mmissioners lolarco Island 1040 Winterberry Dave Marco Island, FL 34145 (239)252-860 1-i: Ems]: Donnarralarg colhergov,net (239)252-8601 Please send al:mailto thefo!o,ling address: 3299 TemismiTreil East,Suite 303 Naples,FL 34112 Satellite Office North Collier Government Center 2335 Orange Blossom Drive Naples,FL 34109 (239)252-8602 Georgia A.Hiller,Esq. C=. _.2 Email: GeorgiaHiller@colliergov.net (239)252-8502 Satellite Office Golden Gate Services Center 4715 Golden Gate Pl .y. Naples,FL 34116 Do not send mail to the satellite office. Appointments at the satellite office are available on Thursdays and Fridays:please call to schedule Tom Ems I: TomHenning[''celliergov,net (239)252-£635 Please send all mailto the following address: 3299 TamiamiTrsil East,Suite 303,Naples,FL 34112 Penny'=_ylcr Email: PennyTeytor@co0ietgov.net (239)252-8603 Satellite Office Locations- Immokalee Office: Immokalee Government Center 106 South 1st St Inside the Clerk of Court's Office Wednesdays by appointment only Estates Office: Wilson Plaza 50 Wilson Plaza Inside the Tax Collectors Office Thursdays and Fridays by appointment only Tim Nance 5 2014 Vice Chairman Email: TimNance @coUiergov,nel (239)252-8504 Exhibit 6. Resumes,Pay Scales with Job Descriptions 12240 Huntsman Lane (239)269-6958 r{'akcell&(239)839-0322 Cell Orlando,FL.32826 polixusaDynsmcom SrA James Sam vilus Experience Currently serving in the military-Air Force Reserves. Homestead Air Force Reserve Base,FL. Sr.Airman 2013-present Community Redevelopment Agency, Collier County,FL Project Manager,MSTU • Prepare and present executive summaries for presentation to Board of County Commissioners, Planning Commission, or other officials. • Contributing information and recommendations to strategic plans and reviews; preparing and completing action plans; implementing production, productivity, quality, and customer-service standards; resolving problems; completing audits; identifying trends; determining system improvements;implementing change.. • Monitor cash flow projections and report actual cash flow and variance to senior management and Advisory Board;-ensure that all financial records for the project are up to date. • Planning Projects by defining scope of work in collaboration with two Advisory Boards: CRA and MSTU. Creating a detailed work plan which identifies and sequences the activities needed to successfully complete the project. Develop a schedule for project completion that effectively allocates the resources to the activities. • •. Interviewing and selecting vendors with appropriate skills for the project activities through a bidding system, awarding qualified consultants/contractors to work on the project as appropriate. Managing & educating Contractors and Sub-Contractors according to the established policies and practices of the County. Scheduling Expenditures and Tracking Budget Expenses. • Execute the project according to the project plan; Develop forms and records to • document project activities; Set up files to ensure that all project information is appropriately documented and secured; Review the quality of the work completed with the project team on a regular basis to ensure that it meets the project standards; and Establish a communication schedule to update the Board and appropriate staff in the County-Progress Report. • Reviews construction plans, designs, design reports, and specifications pertaining to projects; develops designs, drawings, or maps associated with approved projects; conducts field checks of proposed designs; makes recommendations concerning improvements,modifications,design strategies,structural systems,or other aspects of project development. • • Write reports on the project for management and for finders; Communicate with funders(grant projects) as outlined in funding agreements; Monitor and approve all • budgeted project expenditures in SAP; Monitor the progress of the project and make adjustments as necessary to ensure the successful completion of the project. • Ensure that the project deliverables are on time, within budget and at the required level of quality; Prepare financial reports and supporting documentation for funders (HUD,FDOT, etc...)as outlined in funding agreements.Completing audits. Page 1 of 3 12240 Huntsman Lane (239)269-6958 Wo,kCc!!&(239)839-0322 Celt Orlando,FL.32826 polixus @msn.com S'rA James Sant vilus 2005-2013 Public Utilities Engineering Division Collier, County,FL Project Manager • Manages projects during design and construction phases; attends regular project progress meetings; prepares, reviews, and processes change orders for changes to contracted scope of work; processes purchase order requisitions, work orders, and invoices; reviews project progress reports submitted by contractors; monitors adherence to project schedules. • Prepare and present executive summaries for presentation to Board of County Commissioners,Planning Commission, or other officials. • Ensures compliance with all applicable codes, laws, rules, regulations, standards, policies and procedures; ensures adherence to established safety procedures;monitors work environment and use of safety equipment to ensure safety of employees and other individuals; interprets construction plans and specifications; researches code books as needed; initiates any actions necessary to correct deviations or violations. • Reviews construction plans, designs, design reports, and specifications pertaining to projects; develops designs, drawings, or maps associated with approved projects; conducts field checks of proposed designs; makes recommendations concerning improvements,modifications,design strategies, structural systems, or other aspects of project development. • Prepares and administers project budgets; submits justifications for budget requests; monitors expenditures to ensure compliance with approved budget. • Prepares project schedules; monitors progress of project in meeting established schedule. • Oversees, administers, and coordinates work performed by consultants, contractors, or other service providers; administers annual maintenance contracts; monitors work to ensure compliance with terms of contract; reviews invoices and payment requests submitted by consultants/contractors. 2004-2005 Orange County Public School/Glenridge Middle Orlando,FL Science Teacher • Served as an Earth &space 7th grade science teacher on a one-year contract. Prepared Lesson Plan,Class and Homework assignments • Coordinated presentations and demonstrations using technology as part of the teaching curriculum • Devised lessons,which captured the children's imaginations for:Preparing scenes from well-known works or Labs from Bill Nye videos and having the children prepare and do them. 2002-2004 Collier County Public School/Immokalee Middle Immokalee,FL Science Teacher • Served as a science teacher for multiple grade level of 6,7, and 8 Prepared Lesson Plan,Class and Homework assignments • Assistant soccer coach and track&field at Immokalee High School. • During the summers of 2003 and 2004 I participated in a Migrant Community Page 2 of 3 12240 Huntsman Lane (239)269-6958 Work Cell&(239)839-0322 Ce11 Orlando,FL.32826 polixus@msn.com msn.com S'rA James Srrinvilus Program at Gulf Coast University that provided extra tuition and Prerequisite courses to local underprivileged students,I taught Algebra& geometry and Leadership. Adult Aide Teacher • Lorenzo Walker Institute of Tech. Collier County Public School/Adult Education(Nigh Shift 6:00 PM to 9:00 PM, Monday&Wednesday)teaching Microsoft Office 2007, Keyboarding and Computer& Internet Basics. • Bethune Collier County Public School/Adult Education(Night Shift 6:00 PM to 9:00 PM,Tuesday and Thursday) as an ESOL teacher for adults. Education Certification Timeline • Got accepted for graduate school in the MS Electrical Engineering program at University of South Florida(USF). Starting Summer 2015 • Graduated Air Force Air Transportation Apprentice Course, January 2014. • Graduated Air Force Military Basic Training,November 2013. • Board of County Commissioners Service Award Certificate, September 2010. • National Incident Management System(NIMS) Certification,June 2006. • Physics Teaching Certificate,June 2002. • Bachelors of Science with honors in Electrical Engineering, 3.01 GPA Minor in Mathematics,July 2001•-Alabama A&M University,AL. Computer Skills SIRE, Acrobat,Excel,Fortran, C++,Auto Cad,Microstation, Internet Explorer, UNIX,HTML,IBM, Lotus Office,MAC,MATLAB,Microsoft Office,Outlook,PageMaker,People Soft,Photoshop,PowerPoint,Project, Process Model,QuickBooks,SAP, Skire-Unifier,Scheduler, SSQL, SCADA Knowledge Abilities Cause and Effect Diagramming, Change Control Board Creation, CM at Risk, Consultant Selection,Contractor Selection,Easement,Permitting,Planning, Acquisition,EVM,Governmental Rules and Regulations,Growth Electrical fields and circuits,Computer Design,Organizational Behavior, Classroom Management,Ethics,Database Management Systems,Management Information, Object Oriented Programming&Principles,Forms, Scheduling, Technical Writing,Utility Site Design and Geographical Information Systems Capital Project Delivery Process Improvement (GIS)&ESRI.PMP in training-PMI Page 3 of 3 Class Code: 13875 Pay Grade: 22 COLLIER COUNTY, FLORIDA CLASSIFICATION SPECIFICATION CLASSIFICATION TITLE: PROJECT MANAGER PURPOSE OF CLASSIFICATION The purpose of this classification is to manage and coordinate activities of construction projects for an assigned department. ESSENTIAL FUNCTIONS The following duties are normal for this position. The omission of specific statements of the duties does not exclude them from the classification if the work is similar,related,or a logical assignment for this classification. Other duties may be required and assigned. Provides direction, guidance and assistance to contractors and work crews; coordinates daily work activities; organizes, prioritizes, and assigns work;monitors status of work in progress and inspects completed work; confers with contractors and work crews,assists with complex/problem situations,and provides technical expertise. Ensures compliance with all applicable codes, laws, rules, regulations, standards, policies and procedures; ensures adherence to established safety procedures;monitors work environment and use of safety equipment to ensure safety of employees and other individuals; interprets construction plans and specifications; researches code books as needed; initiates any actions necessary to correct deviations or violations. Consults with department management or other officials to review status of department projects, review/resolve problems,receive advice/direction,and provide recommendations. Reviews construction plans, designs, and specifications pertaining to projects; develops designs, drawings, or maps associated with proposed or approved projects; makes recommendations concerning improvements, modifications, design strategies,structural systems,or other aspects of project development. Prepares and administers project budgets;submits justifications for budget requests; monitors expenditures to ensure compliance with approved budget. Prepares project schedules;monitors progress of project in meeting established schedule. Coordinates process for bidding and contracting of services;prepares Requests For Proposal(RFPs) for engineering services, design services, construction services, inspection services,maintenance services,or other services;prepares bid packages; conducts pre-bid and pre-construction meetings; issues addendum to clarify questionable issues; participates in negotiations of scope of services and fees for professional services agreements;makes recommendations to Boards regarding selection of vendors and awarding of contracts;compiles language for contracts and specifications packages. Coordinates acquisition and/or maintenance of required permitting; researches federal, state, and local code requirements;coordinates efforts between multiple departments, co-applicants,and consultants to prepare application documents;develops programs and reports as required by permit. ©DMG-MAXIMUS,INC. Page 1 Last Revised: August,2004 Collier,County,Florida•Project Manager 13875 Oversees, administers, and coordinates work performed by consultants, contractors, or other service providers; administers annual maintenance contracts; monitors work to ensure compliance with terms of contract; reviews invoices and payment requests submitted by consultants/contractors. Manages projects during design and construction phases;attends regular project progress meetings;prepares,reviews, and processes change orders for changes to contracted scope of work; processes purchase order requisitions, work orders, and invoices; reviews project progress reports submitted by contractors; monitors adherence to project schedules. Conducts inspections,monitors work,and maintains records to ensure quality control;inspects quality of construction work and materials;coordinates final inspections with contractors and engineers;coordinates project acceptance with other County departments or government agencies. Prepares executive summaries for presentation to Board of County Commissioners, Planning Commission, or other officials, Provides technical advice, information, and assistance concerning engineering issues, project management issues, design/construction activities, and other issues to contractors, consultants, County staff, public agencies, or others; responds to questions or complaints;assists in resolving engineering problems,project development issues,or conflicts involving project participants;recommends solutions to problems. Coordinates projects and work activities with other departments, consultants, contractors, sub-contractors, utility companies,state agencies,outside agencies, or others as needed;coordinates with utility engineering staff to identify location of existing utilities and conduct other utility work, Coordinates public education activities relating to department projects, services, and activities; coordinates neighborhood programs involving participation of residents,such as resident traffic teams; speaks to property owners and community organizations and provides information regarding projects and activities;develops press releases and public information materials for distribution. Participates in legal activities relating to projects;attends hearings during court proceedings and provides depositions; meets with County Attorneys to discuss cases. Prepares/submits requests for review/changes to ordinances or resolutions. Prepares or completes various forms, reports, correspondence, executive summaries,requests for proposals, requests for qualifications, schedules, flow charts, progress/status reports, budget documents, cost estimates, purchase order requisitions,notices to proceed, work orders, change orders,punch lists, agendas, action plans, permit applications, permit reports,grant proposals,drawings,designs,maps,or other documents. Receives various forms,reports, correspondence, statistical reports, schedules, bid proposals, drawings, construction plans, design plans, flow charts, permit applications, contracts, change orders, progress reports, budget reports, invoices, payment requests, insurance certificates, inspection reports, technical study reports, laboratory reports, photographs,master plans,specifications,standards,product literature,codes,policies,procedures,trade publications, maps, manuals, reference materials, or other documentation; reviews, completes, processes, forwards or retains as appropriate. Maintains files/records of project documentation,contracts,construction drawings,and other departmental records. Operates a motor vehicle,personal computer,drafting tools,survey instruments,camera,general office equipment,or other equipment as necessary to complete essential functions, to include the use of word processing, spreadsheet, database,graphics,computer-aided design(CAD),e-mail,Internet,or other computer programs. Monitors inventory of department equipment and supplies; ensures availability of adequate materials to conduct projects and work activities;initiates orders for new/replacement materials. ©I)MG-MAXIMUS,INC. Page 2 Last Revised: August,2004 Collier,County,Florida•Project Manager 13875 Communicates with supervisor, County officials, employees, other departments, attorneys, engineers, designers, consultants,contractors,developers,vendors/suppliers,utility companies,state/federal agencies,the public,community organizations, outside agencies, and other individuals as needed to coordinate work activities,review status of work, exchange information,or resolve problems, Attends various meetings and hearings,serves on committees,and makes presentations as needed. Maintains a comprehensive, current knowledge of applicable laws/regulations; maintains an awareness of new construction methods, materials, trends, and advances in the profession; reads professional literature; maintains professional affiliations;attends workshops and training sessions as appropriate. ADDITIONAL FUNCTIONS Performs general/clerical tasks, which may include answering telephone calls, making copies, sending/receiving faxes,filing documentation,or picking up/delivering project documents. Provides assistance to other employees or departments as needed. Performs other related duties as required. In the event of a declared state of emergency, employees in this classification may be called to work during days or hours other than those for which they are regularly scheduled. MINIMUM QUALIFICATIONS Bachelor's degree in Civil Engineering, Construction Management, Landscape Architecture, Environmental Engineering, Architecture, or a related field; supplemented by six (6) years previous experience and/or training that includes project management,construction supervision,budget administration,contract administration,and experience in specific area of assignment,which may include utilities engineering,transportation engineering,traffic engineering, landscape design/management, environmental program administration, stonnwater management, facilities management, solid waste engineering project management(solid waste processing, disposal, transfer, and recycling facilities) or other area of assignment; or any equivalent combination of education, training, and experience which provides the requisite knowledge,skills, and abilities for this job. Must possess and maintain a valid Florida Driver's s License with any applicable endorsements and maintain eligibility requirements and endorsement(s)to drive a County vehicle as provided in CMA 5805. Fingerprinting required. PERFORMANCE APTITUDES Data Utilization: Requires the ability to evaluate, audit, deduce, and/or assess data using established criteria. Includes exercising discretion in determining actual or probable consequences.and in referencing such evaluation to identify and select alternatives. Human Interaction: Requires the ability to apply principles of persuasion and/or influence over others in coordinating activities of a project,program,or designated area of responsibility. Equipment,Machinery,Tools,and Materials Utilization: Requires the ability to operate,maneuver and/or control the actions of equipment,machinery,tools,and/or materials used in performing essential functions. ©DMC-MAXIMUS,INC. Page 3 Last Revised: August,2004 Collier,County,Florida•Project Manager 13875 Verbal Aptitude: Requires the ability to utilize a wide variety of reference,descriptive,advisory and/or design data and information. Mathematical Aptitude: Requires the ability to perform addition,subtraction,multiplication and division;ability to calculate decimals and percentages; may include ability to perform mathematical operations with fractions; may include ability to compute discount, interest, and ratios; may include ability to calculate surface areas, volumes, weights,and measures. Functional Reasoning: Requires the ability to apply principles of influence systems, such as motivation, incentive, and leadership, and to exercise independent judgment to apply facts and principles for developing approaches and techniques to resolve problems. Situational Reasoning: Requires the ability to exercise judgment,decisiveness and creativity in situations involving the evaluation of information against sensory,judgmental,or subjective criteria,as opposed to that which is clearly measurable or verifiable. Leadership: Customer Service: Financial Accountability: SI ADA COMPLIANCE Physical Ability: Tasks require the ability to exert light physical effort in sedentary to light work, but which may involve some lifting,carrying,pushing and/or pulling of objects and materials of light weight(5-10 pounds).Tasks may involve extended periods of time at a keyboard or workstation. Sensory Requirements: Seine tasks require the ability to perceive and discriminate colors or shades of colors,depth, texture,and visual cues or signals. Some tasks require the ability to communicate orally. Environmental Factors: Performance of essential functions may require exposure to adverse environmental conditions,such as dirt,dust, pollen,odors,wetness,humidity,rain, temperature and noise extremes,fumes,traffic hazards,or bright/dim light. Collier County is an Equal Opportunity Employer.In compliance with the Americans with Disabilities Act,the County will provide reasonable accommodations to qualified individuals with disabilities and encourages both prospective and current employees to discuss potential accommodations with the employer. ©DMG-MAXIMUS,INC. Page 4 Last Revised: August,2004 Christie A. Betancourt 208 Washington Avenue,Immokalcc,Florida 34142-239-285-7647(C)-CluistioButancour t(jcolliergov.nct Professional Profile Dedicated and focused Administrative Assishant who excels at prioritizing,completing multiple tasks simultaneously and following through to achieve project goals.Motivated professional skilled at building strong working relationships with fellow staff,supervisors and community members.Public relations expert.Skilled in process improvement and budgeting.Manage multiple projects under tight deadlines. Key Skills • Microsoft Office proficiency * Self-directed • Excel spreadsheets • Professional and mature • Meticulous attention to detail • Detailed meeting minutes • Results-oriented • Resourceful • SAP Netweaver • Powerpoint Accomplishments Planned and executed all aspects of a major office headquarter move.Received a merit raise for strong attention to detail,exemplar customer service and team-player attitude.Successfully planned and executed Advisory Board meetings,Iunches and special events for groups of 20+employees,board members,and community leaders. Professional Experience Collier County Government February 2008 to Current Administrative Assistant In nakalee,Florida Preparing and/or processing budget,payroll and accounting documents,tracking expenditures and revenues, preparations of budget amendments,bid specification,invoices contracts,personal files,liaison between assigned departments and support services departments,including Information Technology,Human Resources,Risk Management,and Purchasing;order office supplies,make travel arrangements and reservations,etc,Draft and compile meeting agendas,supplied advance materials and executed follow-up for staff meetings,workshops,and Advisory board meetings.Managed the day to day office duties,including greeting visitors and responding to telephone and in-person requests for information.Designed electronic file systems and maintained electronic and paper files.Planned meetings and prepared conference rooms,Made copies,sent faxes and handled aA incoming and outgoing correspondence.Created and maintained spreadsheets using advanced Excel functions and calculations-to develop reports andli<st<s. Collier County Government June 2005 to February 2008 Program Leader-Fitness Instructor Immokalee,Florida Explained ways to measure exercise intensity for the best results.Designed each class to match the skill and learning levels of all participants.Suggested exercise modifications to individual students to avoid strain and injury.Cleaned and organized the fitness center daily.Encouraged members to continue attending group fitness classes.Prepared teaching area for each class and returned all equipment to storage at the end of class. Conducted orientations for new members.Promoted and implemented club programs,products and services to participants.Corrected dangerous movements and suggested alternate exercises. Collier County Government June 2001 to June 2005 Park Assistant-Fitness Center Immokalee,Florida Cleaned and organized fitness center daily.Registered new and renewing members. Organized,promoted implemented fitness programs. 1 Page Teachers Aide Immokalee,Florida Reading tutor for students tat elementary level.Designed lesson plans focused on age and level-appropriate material.Developed interesting course plans to meet academic,intellectual and social needs of students. Collier County Public Schools August 1999 to,Tune 2001 Substitute Teacher Immokalee,Florida Seminole Tribe of Florida April 1994 to July 1998 Wait and Floor Staff-Waitress/Hostess Big Cypress,Florida Delivered exceptional service by greeting and serving customers in a timely,friendly manner.Appropriately suggested additional items to customers to increase restaurant sales.Promptly served all food courses mid alcoholic beverages to guests.Answered questions about menu selections and made recommendations when requested.Effectively communicated with kitchen staff regarding customer allergies,dietary needs and other special requests. Redlands Christian Migrant Association(RCIVIA) September 1994 to June 1995 Teaching Assistant-Afterschool Tutor Immokalee,Florida Afterschoal tutor at various elementary schools. Education mid Training State of Florida 2014 Certificate Notary Public Florida Department of Financial Services 2008 Certificate Advancing Accountability Florida Solar Energy Center 2008 Certificate Florida Green Home Designation Mavis Bacon Typing Institute 2008 Certificate Florida Gulf Coast University 2002 Continued education:Coursework in Education Administration Fort Myers,Florida,Lee Course Certificates id: Professional Business Writing Business Writing Plain and Simple Stress Management Managing Multiple Priorities Proven Methods for Producing Results Presentation Public Speaking Skills Florida Southwestern State College(FNA/Edison Community College) 2001 Associate of Arts:Elemenatry Education/Minor in Business Fort Myers,Florida,Lee Advanced coursework in Business Management Minor in Business Administration Coursework in Education Administration Immokalee High School 1997 High School Diploma Immokalee,Florida,Collier County 21 Page Class Code: 90006 Pay Grade: 15 COLLIER COUNTY, FLORIDA CLASSIFICATION SPECIFICATION CLASSIFICATION TITLE: ADMINISTRATIVE ASSISTANT PURPOSE OF CLASSIFICATION The purpose of this classification is to provide responsible administrative and clerical support for an assigned department. Work involves preparing and processing varied administrative documents such as payroll, budget, purchasing,etc.;preparing a variety of operational documents,forms,reports,records and summaries;entering data and retrieving information from department databases;and maintaining automated and manual files. ESSENTIAL FUNCTIONS The following duties are normal for this position. The omission of specific statements of the duties does not exclude them from the classification if the work is similar,related,or a logical assignment for this classification. Other duties may be required and assigned. Performs a variety of administrative duties for the department to include preparing and/or processing budget, purchasing,payroll and accounting documents. Coordinates the preparation of budget development documents;tracks expenditures and revenues;and prepares budget amendments. Records and deposits monies received by the department. Prepares and/or reviews procurement documents to include bid specifications,invoices;contracts,etc.Supervises and/or • performs data entry for purchase orders.Reviews and approves invoices and processes for payment. Prepares payroll documents;prepares and/or audits time sheets;and submits documents to payroll staff. Establishes and maintains department personnel files. Prepares Information Technology (IT) forms to enable new department employees to have access to the County information systems. Serves as liaison between assigned department and Support Services departments, including Information Technology, Human Resources,Risk Management,and Purchasing. Reviews and/or prepares executive summaries,ordinances,resolutions,requests for legal services and other documents being presented to the County Manager and/or Board of County Commissioners (BOCC). Prepares operational and program reports,correspondence,and other materials for the department manager upon request. Enters data into department databases, to include information from administrative functions and from operational/program activities. Reviews and summaries a variety of fiscal,statistical and administrative information.Prepares statistical summaries and narrative reports. Establishes and maintains automated and manual records and files. Provides assistance and information to internal and external callers and visitors regarding the department,its programs and services and the administrative support functions, Refers callers/visitors to appropriate staff as needed. Performs special projects as assigned. C DMG-MAXIMUS,INC. Page 1 Last Revised:August,2004 Collier County,Florida•Administrative Assistant 90006 Orders office supplies; makes travel arrangements and reservations;and maintains calendars for management staff or conference rooms. Operates a personal computer,telephones,copiers and other general office equipment as necessary to complete essential functions,to include the use of word processing,spreadsheet,database,or other system software. ADDITIONAL FUNCTIONS Performs other related duties as required. in the event of a declared state of emergency,employees in this classification may be called to work during days or hours other than those for which they are regularly scheduled. MINIMUM QUALIFICATIONS High school diploma or GED;with additional coursework in business,accounting or secretarial sciences;supplemented by two years of progressively responsible experience performing clerical work; or any equivalent combination of education, training, and experience which provides the requisite knowledge, skills, and abilities for this job. Fingerprinting required. PERFORMANCE APTITUDES Data Utilization: Requires the ability to review, classify, categorize, prioritize, and/or analyze data. Includes exercising discretion in determining data classification, and in referencing such analysis to established standards for the purpose of recognizing actual or probable interactive effects and relationships. Human Interaction: Requires the ability to provide guidance, assistance, and/or interpretation to others regarding the application of procedures and standards to specific situations. Equipment,Machinery,Tools,and Materials Utilization: Requires the ability to operate,maneuver and/or control the actions of equipment,machinery,tools,and/or materials used in performing essential fractions. Verbal Aptitude: Requires the ability to utilize a wide variety of reference, descriptive, and/or advisory data and information. Mathematical Aptitude: Requires the ability to perform addition, subtraction, multiplication, and division; the ability to calculate decimals and percentages;the ability to utilize principles of fractions;and the ability to interpret graphs. Functional Reasoning: Requires the ability to apply principles of rational systems; to interpret instructions furnished in written,oral,diagrammatic,or schedule form;and to exercise independent judgment to adopt or modify methods and standards to meet variations in assigned objectives. Situational Reasoning: Requires the ability to exercise judgment,decisiveness and creativity in situations involving evaluation of information against measurable or verifiable criteria. Leadership: Customer Service: Financial Accountability: ©DMG-MAXIMUS,INC. Page 2 Last Revised:August,2004 Collier County,Florida•Administrative Assistant 90006 ADA COMPLIANCE Physical Ability: Tasks require the ability to exert light physical effort in sedentary to light work, but which may involve some lifting, carrying, pushing and/or pulling of objects and materials of light weight (5-10 pounds).Tasks may involve extended periods of time at a keyboard or work station. Sensory Requirements:Some tasks require the ability to perceive and discriminate sounds and visual cues or signals. Some tasks require the ability to communicate orally. Environmental Factors: Essential functions are regularly perfbrmed without exposure to adverse environmental conditions, Collier County is an Equal Oppo E'unity&nplayer. In compliance with the Americans with Disabilities Act,the County wi//provide reasonable accommodations to qualified individuals with disabilities and encourages both prospective and current employees to discuss potential accouunodations with the employer. • { DMG-MAXIMUS,INC. Page 3 Last Revised:August,2004 Iminoka lee Today: Office & Staff =,■r :.ra- Page 1 of 4 'i k . . ,„".1,1041' .,4 collier Counly Community Redevelopment Agency , Sul . r 4 yntulli�{', gip• [1 c Il 4) E ( '. 4 ", l � ,� :r fur _ e....__-__ ,fi Ina Place to Call Nome! 1 . . a�. HOME Business Resources Projects About the CRA MSTU News Properties Advisory Board Office and Staff Moelings and Minutes Partnerships Annual Reports Office and Staff cdmMERClAt_ PRO1> RTIES gJi:(0 1 Tweet2 Properties -' �� Office Location for sale f" The CRA office is located in the heart of Immokalee at or Lease 750 South 5th Street,Irnmoknlee,FL 34142(Southwest Florida Works building). �.1�:` ...P- The Immokalee CRA Advisory Board meets the third Wednesday of each month at 8:30 A.M.Meetings are held at the IMMOIKALEt CRA Southwest Florida Works building 750 South 5th Street,Immokalee,Florida,34142. Download list of commercial You can reach CRA staff,Monday-Friday from 8:00 AM to 5:00 PM,at the contact numbers listed below, properties available for tease or sale in the Immokalee urban area. Our new phone number is 239-867-0025 (PDFFormal) Projects BIWEEKLY IJPi7ATt 8 FT;Our Meiling List:: About the CRA •Indicates rcquiren Entail Address MSTU First Name Lest Name News SlrbscriTA 1 � 1 Properties Office and Staff Office Location The CRA office is located in the heart of Immokalee at 750 South 5th Street, Immokalee, FL 34142 (Southwest Florida Works building). The Immokalee CRA Advisory Board meets the third Wednesday of each month at 8:30 A.M. Meetings are held at the Southwest Florida Works building 750 South 5th Street, Immokalee, Florida, 34142. http://www.immokaleetoday.com/office-and-staff/ 2/29/2016 Office and Staff-Inunokalec Today Page 2 of 4 You can reach CRA staff, Monday-Friday from 8:00 AM to 5:00 PM, at the contact numbers listed below. Our new phone number is 239-867-00250-s, James Sainvilus call 239-867-0026Ctr; Christie Betancourt call 239-867-00250,,, 1 James Sainvilus lM� MSTU Project Manager James Sainvilus is a 1997 graduate of Immokalee High School and a former science teacher at Immokalee Middle School. He bring to his new responsibilities sevn years as project manager for the Collier County Public Utilities Planning and Project Management Department. Sainvilus took over his new responsibilities with the Immokalee Municipal Services Taxing Unit (MSTU) earlier this week. A graduate of Alabama A&M University, Sainvilus said he's happy to be in a position to make improvements to the community he loves. Born in Haiti, Sainvilus came to the U.S. with his family when he was 16 years old. The MSTU, formerly independent, was included in the portfolio of the Immokalee Community Redevelopment Agency in 2012, although it will continue to have its own board of directors chaired by long-time Immokalee community activist and supporter, Cherry le Thomas. http://www.immokaleetoday.com/office-and-staff/ 2/29/2016 Office and Staff Immokalee Today Page 3 of 4 In addition to street lighting and median landscaping, the MSTU also works on projects such as the recent Main Street curbing project and an on-going anti-litter campaign, in which Immokalee High School students also participate. Christie A. Betancourt i it Christie Betancourt accepted the position of Administrative Assistant for the Immokalee N. _' Community Redevelopment Agency (CRA) in No, February 2008 transferring from Collier County Parks and Recreation, Immokalee Branch, where she was a Program Leader/Fitness Trainer for eight years. ChristieBetancourt @Colliergov.net Since coming on board with the Immokalee CRA Ms. Betancourt has furnished the CRA offices with furniture, office equipment and contributed significantly to the development of this newly established CRA facility in Immokalee. In addition to her regular office duties at the CRA, Ms. Betancourt assists local Immokalee community members with logistical issues pertaining to grant programs and other governmental communication efforts. Most recently, Ms. Betancourt was the primary point of contact and provided invaluable local assistance in the processing of local Disaster Recovery Initiative (DRI) grant applications for Collier County Housing and Human Services, a grant program that was established to assist the families affected by hurricane Wilma. Ms. Betancourt is an Immokalee, Florida native and is a third generation Floridian. She is married and is the mother of three young children. In her spare time Ms. Betancourt volunteers for the lmmokalee Pop Warner and Little League Programs and enjoys spending time with her family. http://www.immokaleetoday.comloffice-and-staff/ 2/29/2016 Office and,Staff,-Immokalee Today Page 4 of Ms. Betancourt's academic background includes an A.A. degree from Edison Community College. She is currently attending Florida Gulf Coast University where she is working on her BA Degree in education. Ms. Betancourt invites you to contact her at any time with questions or for information about the Immokalee Community Redevelopment Agency. Share this: Share Tweet 0 _Emailf More ..� _ Like this: Loading... Return to top of page Copyright©2016 • Genesis Framework • WordPress • Log in http://www.immokaleetoday.com/office-and-staff/ 2/29/2016 Exhibit 7 State of Florida Certificate of Good Standing N/A { Exhibit 8 Board Resolution Authorizing Submittal of Grant Application N/A Exhibit 9-Audited Financial Statement Collier County's Comprehensive Annual Financial Reports for the year 2013 and 2014 can be found on the following link: htuwwww.coilierclerk.com/ClerkToTheBoardiFinance/ComprehensiveAnnualFinancialfteports(CAFR) ACKNOWLEDGEMENT LETTER All applicants shall incorporate this letter in the grant application after the submittal on the organization's letterhead.This will be page 2 of the application packet following the checklist. March 8, 2016 Ms. Kimberley Grant, Director Collier County Community and Human Services 3339 E. Tamiami Trail, Suite 211 Naples, FL 34112 RE: Request for Funding under the FY2016-2017 CDBG Grant Application Cycle Dear Ms. Grant and members of the.RRC: I have read the Collier County Community and Human Services (CHS) application for FY2016- 2017 HUD funding. On behalf of the Collier County Board of County Commissioners, as the duly authorized signatory for Collier County Board of County Commissioners, I agree to and accept the terms, specific limitations, and conditions expressed therein. The information contained in this proposal or any part thereof, including exhibits, schedules and other documents, delivered to the County are true, accurate and complete. This application includes all information necessary to ensure the statements therein do not, in whole or in part, misrepresent or mislead the County as to any material facts. By signing below, the undersigned acknowledges that he/she has read and understands the Certifications attached hereto and, if awarded CDBG funds, as applicable, the Applicant will be able to comply fully with the provisions of those Certifications and will be able to comply with all additional applicable federal, state and local requirements, including procurement and financial management. Applicant also acknowledges that if a funding recommendation is made for less than the full amount applied for, additional documentation including a revised budget, scope of work and proposed accomplishments may be requested prior to final funding determinations. The County reserves the right to verify that the authorized signature above is authorized to bind the Applicant (on behalf of the Organization) and may require the Application to submit documentation verifying such authority. Sincer,Jy, � 1 Signature of Agency Rept;ese ative Leo E Ochs Jr. - County Manager Name and Title ATTESTATIONS AND CERTIFICATIONS FOR ALL APPLICATIONS AFFIDAVIT OF COMPLIANCE WITH FEDERAL,STATE,LOCAL REGULATIONS The undersigned certifies that the information in this application is true and correct. The undersigned further certifies that they are aware that if Collier County CHS finds that the applicant or undersigned has engaged in fraudulent actions or intentionally misrepresented facts on this application, this application will be rejected and the applicant may be unable to participate in any program for three (3)fiscal years. In applying for CDBG/HOME/ESG funds, the applicant has read, understands and agrees to comply with all the provisions of all federal regulations issued thereto by the U.S. Department of Housing and Urban Development,state and local regulations and laws. 1. 24 CFR 570, as amended - The regulations governing the expenditure of Community Development Block Grant (CDBG)funds. 2. 24 CFR 58-The regulations prescribing the Environmental Review procedure. 3. Section 104(b) and Section 109 of Title I of the Housing and Community Development Act of 1974 as amended 4. Title VI of the Civil Rights Act of 1964 as amended, Title VIII of the Civil Rights Act of 1968 as amended 5. 24 CFR 570.601 Subpart K-The regulations issued pursuant to Executive Order 11063 which prohibits discrimination and promotes equal opportunity in housing. 6. Executive Order 11246 ("Equal Employment Opportunity"), as amended by Executive Orders 11375 and 12086 - which establishes hiring goals for minorities and women on projects assisted with federal funds and as supplemented in Department of Labor regulations. 7. Title VII of the 1968 Civil Rights Act as amended by the Equal Employment Opportunity Act of 1972, 42 USC § 2000e, et. seq. The SUBRECIPIENT will, in all solicitations or advertisements for employees placed by or on behalf of the SUBRECIPIENT, state that it is an Equal Opportunity or Affirmative Action employer. 8. 24 CFR 135 — Regulations outlining requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended. Compliance with the provisions of Section 3 of the HUD Act of 1968, as amended, and as implemented by the regulations set forth in 24 CFR 135, and all applicable rules and orders issued hereunder prior to the execution of this contract, shall be a condition of the Federal financial assistance provided under this contract and binding upon the COUNTY, the SUBRECIPIENT and any of the SUBRECIPIENT's Sub-recipients and subcontractors. Failure to fulfill these requirements shall subject the COUNTY, the SUBRECIPIENT and any of the SUBRECIPIENT's Sub-recipients and subcontractors,their successors and assigns,to those sanctions specified by the Agreement through which Federal assistance is provided. The SUBRECIPIENT certifies and agrees that no contractual or other disability exists that would prevent compliance with these requirements. The SUBRECIPIENT further agrees to comply with these "Section 3" requirements and to include the following language in all subcontracts executed under this Agreement: "The work to be performed under this Agreement is a project assisted under a program providing direct Federal financial assistance from HUD and is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended (12 U.S.C. 1701). Section 3 requires that to the greatest extent feasible opportunities for training and employment be given to low- and very low-income residents of the project area, and that contracts for work in connection with the project be awarded to business concerns that provide economic opportunities for low- and very low-income persons residing in the metropolitan area in which the project is located." The SUBRECIPIENT further agrees to ensure that opportunities for training and employment arising in connection with a housing rehabilitation (including reduction and abatement of lead-based paint hazards), housing construction, or other public construction project are given to low- and very low-income persons residing within the metropolitan area in which the CDBG-funded project is located; where feasible, priority should be given to low- and very low-income persons within the service area of the project or the neighborhood in which the project is located, and to low- and very low- income participants in other HUD programs; and award contracts for work undertaken in connection with a housing rehabilitation (including reduction and abatement of lead- based paint hazards), housing construction, or other public construction project to business concerns that provide economic opportunities for low- and very low-income persons residing within the metropolitan area in which the CDBG-funded project is located; where feasible, priority should be given to business concerns that provide economic opportunities to low- and very low-income residents within the service area or the neighborhood in which the project is located, and to low- and very low-income participants in other HUD programs. The SUBRECIPIENT certifies and agrees that no contractual or other legal incapacity exists that would prevent compliance with these requirements. 9. Age Discrimination Act of 1975, Executive Order 11063, and Executive Order 11246 as amended by Executive Orders 11375, 11478, 12107 and 12086. 10. Contract Work Hours and Safety Standards Act,40 USC 327-332. 11.Section 504 of the Rehabilitation Act of 1973, 29 USC 776(b) (5), 24 CFR 570.614 Subpart K. 12.The Americans with Disabilities Act of 1990 13. Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, as amended. 14. 29 CFR Parts 3 and 5 -Regulations which prescribe the payment of prevailing wages and the use of apprentices and trainees on federally assisted projects as mandated by the Davis- Bacon Act. HUD Form 4010 must be included in all construction contracts funded by CDBG. (See 42 USC 276a and 24 CFR 135.11(c)). 15. Executive Order 11914 - Prohibits discrimination with respect to the handicapped in federally assisted projects. 16. Executive Order 11625 and U.S. Department of Housing and Urban Development Circular Letter 79-45 - which prescribes goal percentages for participation of minority businesses in Community Development Block Grant Contracts. 17.The SUBRECIPIENT agrees to comply with the non-discrimination in employment and contracting opportunities laws, regulations, and executive orders referenced in 24 CFR 570.607, as revised by Executive Order 13279. The applicable non-discrimination provisions in Section 109 of the HCDA are still applicable. 18. Public Law 100-430-the Fair Housing Amendments Act of 1988. 19. 24 CFR 84 - Uniform Administrative Requirements for Grants and Agreements with Institutions of Higher Education, Hospitals and Other Non-Profit Organizations. 20. 24 CFR 85 - Administrative Requirements for Grants and Cooperative Agreements to State, Local, and Federally recognized Indian Tribal Governments shall be followed for sub recipients that are governmental entities. 21. Immigration Reform and Control Act of 1986 as located at 8 USC 1324, et seq. and regulations relating thereto. Failure by the SUBRECIPIENT to comply with the laws referenced herein shall constitute a breach of this agreement, and the County shall have the discretion to unilaterally terminate this agreement immediately. 22. Prohibition Of Gifts To County Employees - No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. 23. Order of Precedence - In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the Agreement shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at Owner's discretion. 24. Dispute Resolution - Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. Any situations when negotiations, litigation and/or mediation shall be attended by representatives of SUBRECIPIENT with full decision-making authority and by COUNTY'S staff person who would make the presentation of any settlement reached during negotiations to COUNTY for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. Should either party fail to submit to mediation as required hereunder,the other party may obtain a court order requiring mediation under § 44.102, Florida Statutes. The litigation arising out of this Agreement shall be Collier County, Florida, if in state court and the US District Court, 20th Judicial Court of Florida, if in federal court. BY ENTERING INTO THIS AGREEMENT, COLLIER COUNTY AND THE SUBRECIPIENT EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. 25.The SUBRECIPIENT agrees to comply with the following requirements: a. Clean Air Act, 41 USC 7401,et seq. b. Federal Water Pollution Control Act, 33 USC 1251, et seq., as amended. 26. In accordance with the requirements of the Flood Disaster Protection Act of 1973 (42 USC 4002 and 24 CFR 570.605 Subpart K), the SUBRECIPIENT shall assure that for activities located in an area identified by FEMA as having special flood hazards,flood insurance under the National Flood Insurance Program is obtained and maintained. If appropriate, a letter of map amendment (LOMA) may be obtained from FEMA, which would satisfy this requirement and/or reduce the cost of said flood insurance. 27.The SUBRECIPIENT agrees that any construction or rehabilitation of residential structures with assistance provided under this contract shall be subject to HUD Lead-Based Paint Poisoning Prevention Act found at 24 CFR 570.608,Subpart K. 28.The SUBRECIPIENT agrees to comply with the Historic Preservation requirements set forth in the National Historic Preservation Act of 1966, as amended (16 U.S.C. 470) and the procedures set forth in 36 CFR Part 800, Advisory Council on Historic Preservation Procedures for Protection of Historic Properties, insofar as they apply to the performance of this agreement. In general, this requires concurrence from the State Historic Preservation Officer for all rehabilitation and demolition of historic properties that are fifty years old or older or that are included on a federal,state or local historic property list. 29.The SUBRECIPIENT must certify that it will provide drug-free workplaces in accordance with the Drug-Free Workplace Act of 1988(41 USC 701). 30. The SUBRECIPIENT agrees to comply with the following Payments to the Subrecipient are governed by the Federal grants management rules for cost allowability found at 2 CFR 200 Subpart E-Cost Principles. For the purposes of this section, Subrecipient is defined as a described in 2 CFR 200.93. Accordingly, payments will be made on a cost reimbursement basis. Each request for reimbursement shall identify the associated project and approved project task(s) listed under this Scope of Work. The Subrecipient may only incur direct costs that may be attributed specifically to the projects referenced above as defined in 2 CFR 200.413. The Subrecipient must provide adequate documentation for validating costs incurred. Payments to Subrecipient's contractors and vendors are conditioned upon compliance with the procurement requirements provided for in 2 CFR 200.318. Allowable costs incurred by the Subrecipients and Contractors shall be in compliance with 2 CFR Subpart E-Cost Principles. A Developer is not subject to 2 CFR Subpart E, however the County is Subject to 2 CFR Subpart E and may impose requirements upon the Developer in order for the County to remain compliant with its obligation to follow 2 CFR Subpart E. The Developer will use adequate internal controls, and maintain necessary source documentation for all costs incurred and adhere to any other accounting requirements included in this agreement. 31. Audits shall be conducted annually and shall be submitted to the COUNTY one hungered eighty (180) days after the end of the SUBRECIPIENT's fiscal year. The SUBRECIPIENT shall comply with the requirements and standards of 2 CFR Subpart E-Cost Principles. If an Agreement is closed out prior to the receipt of an audit report, the COUNTY reserves the right to recover any disallowed costs identified in an audit after such closeout. 32.Any real property acquired by the SUBRECIPIENT for the purpose of carrying on the projects stated herein, and approved by the COUNTY in accordance with the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 and 49 CFR 24,shall be subject to the provisions of CDBG including, but not limited to, the provisions on use and disposition of property. Any real property within the SUBRECIPIENT control, which is acquired or improved in whole or part with CDBG funds in excess of$25,000, must adhere to the CDBG Regulations at 24 CFR 570.505. 33. As provided in § 287.133, Florida Statutes by entering into this Agreement or performing any work in furtherance hereof, the SUBRECIPIENT certifies that it, its affiliates, suppliers, subcontractors and consultants who will perform hereunder, have not been placed on the convicted vendor list maintained by the State of Florida Department of Management Services within the 36 months immediately preceding the date hereof. This notice is required by§ 287.133 (3) (a), Florida Statutes. 34. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant,the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, contracts under grants, loans, and cooperative agreements) and that all SUBRECIPIENTS shall certify and disclose accordingly. 35.Travel reimbursement will be based on the U.S. General Services Administration (GSA) per diem rates in effect at the time of travel. 36. Any rule or regulation determined to be applicable by HUD. 37. Florida Statutes 713.20, Part 1, Construction Liens 38. Florida Statutes 119.021 Records Retention Organization Name: Collier County Board of County Commissioners Name/Signature: Leo E. Ochs Jr. �`T1 r-` (Please Print) (Signature) Title: County Manager Date: ' ) ° ) LQ • { CERTIFICATION OF CDBG/HOME/ESG FUNDED CONSTRUCTION/REHABILITATION PROJECTS If the applicant anticipates using CDBG/HOME/ESG for construction or rehabilitation, the following federal and county requirements must be acknowledged: 1. All construction or rehabilitation plans and permits must be approved and in place prior to funding. Copies of all permits must be attached to application. 2. The County shall not be obligated to pay any funds to the project prior to the completion of an environmental review of the project and said review is approved by any government agencies as may be required by law. 3. The Applicant will assure all wages paid to construction workers by its or its subcontractors are in compliance with federal, state and local labor requirements. The Applicant agrees to include in the construction bid specifications in connection with this agreement the applicable Federal Wage Determination assigned to this project by HUD. The applicant must also inform the contractor/subcontractors that they will be required to submit documents after a county conducted pre-construction conference and prior to construction. Weekly Davis Bacon reports must be submitted thereafter as required by the federal government. 4. The Applicant agrees to comply with and to assure that its subcontractors comply with the 2 CFR 200 for programs funded in whole or in part of CDBG/HOME funds. 5. Pursuant to Section 109 of the Act,the Applicant specifically agrees that no person shall be denied the benefits of the program on the grounds of race, color, sex, religion or national origin. 6. The Applicant agrees, on its own behalf and on behalf of its contractors and subcontractors, to take affirmative action in attempting to employ low income and minority persons, as mandated by law(Section 3). 7. As required by 2 CFR 200 and by Florida Statutes Section 287.055, professional services must be competitively selected. The competitive selection process must include a public advertisement, issuance of a request for application and a competitive review based on uniform criteria. Selection criteria must consider the basic qualifications, professional competence, experience and suitability of each firm. Fees for professional services must be requested as a fixed sum and not stated as a percentage of construction costs. 8. All documents, bid specifications, notices and construction drawings must be submitted for review and approval to Collier County Community and Human Services (CHS) prior to public advertisement. 9. Any applicable bidding process for construction contracts, based on Collier County's Purchasing Thresholds, must include a formal advertisement, published in the Naples Daily News and the Immokalee Bulletin (where applicable). The announcement must include the following: a.Date, time and place that bid documents are available and the same information for any pre-bid conferences and receipt of bids. b. Requirement of bid surety in the amount of ten percent (10%) of the bid and a performance and payment bond equal to 100%of the award. c.Standard statement regarding the "in whole or in part" federal funding of the project and the various applicable federal regulations. 10.The County reserves the right to be present at the time of bid openings. 11.The Applicant agrees to submit to the County all documentation of the steps followed in the selection of professional services and construction contracts. 12. The Applicant agrees to specify a time of construction and include a liquidated damage clause in all construction contracts. Cost plus a percentage of cost and percentage of construction cost contracts will not be permitted. 13.The Applicant agrees that it will not start construction until an official "Notice to Proceed" has been issued. 14. Pursuant to 570.608 of the CDBG Regulations and the new provisions in the Economic and Community Development Act of 1974 as amended, the Applicant agrees to comply with the inspection, notification, testing and abatement procedures concerning lead- based paint. I, hereby acknowledge that I have read the specific requirements contained in this Certification and that eligibility of my organization's project depends upon compliance with the requirements contained in this document. Name of Organization: Collier County Board of County Commissioners Name/Signature: Leo E. Ochs Jr. e- (0€ (Please Print) % (Signature) VTitle: County Manager Date: u ? '. Acknowledgement of Religious Organization Requirements In accordance with the First Amendment of the United States Constitution "church/state principles," CDBG/HOME/ESG assistance may not, as a general rule, be provided to primarily religious entities for any secular or religious activities. Therefore,the following restrictions and limitations apply to any provider which represents that it is, or may be deemed to be, a religious or denominational institution or an organization operated for religious purposes which is supervised or controlled by or operates in connection with a religious or denominational institution or organization. These requirements are outlined in 24 CFR 570.200(j)(1-6). A religious entity that applies for and is awarded CDBG/HOME/ESG funds for public service activities must agree to the following: 1. It will not discriminate against any employee or applicant for employment on the basis of religion and will not limit employment or give preference to persons on the basis of religion. 2. It will not discriminate against any person applying for such public services on the basis of religion and will not limit such services or give preference to persons on the basis of religion. The organization may continue to carry out its mission, including the definition, practice and expression of its religious beliefs, provided it does not use direct CDBG funds to support any inherently religious activities. Among other things,faith based organizations may use space in their facilities to provide CDBG funded services without removing religious art, icons, scriptures or other religious symbols. A CDBG funded religious organization retains its authority over its internal governance and may retain religious terms in its organization's name, select its board members on a religious basis, and include religious references in its organization's mission statements and other governing documents. 3. It may not engage in inherently religious activities,such as worship, religious instruction or proselytization,as part of the programs or services funded under this part. If the organization conducts such activities, the activities must be offered separately, in time or location, from the programs or services funded under this part and participation must be voluntary for the beneficiaries of the HUD funded programs or services. 4. CDBG/HOME/ESG funds may not be used for the acquisition,construction or rehabilitation of structures to the extent that those structures are used for inherently religious activities. CDBG funds may be used for the acquisition, construction or rehabilitation of structures only to the extent that those structures are used for conducting eligible activities. Sanctuaries, chapels, or other rooms that a CDBG funded religious congregation uses as its principal place of worship, however,are ineligible for CDBG funded improvements. Acknowledgement of Religious Organization Requirements Page 2 I hereby acknowledge that I have read the specific requirements contained in this attachment and that eligibility of my organization's project depends upon compliance with the requirements contained in this agreement. Organization Name: Collier County Board of County Commissioners Name/Signature: Leo E. Ochs Jr. (Please Print) / (Signature) Title: County Manager Date: • CERTIFICATION FOR THE SUBRECIPIENT OR DEVELOPER OR VENDOR ENTITY CERTIFICATION FOR THE GRANTEE ENTITY Only one required per entity signed by an authorized representative REGARDING DEBARMENT or SUSPENSION, REAL OR APPARENT CONFLICT OF INTEREST, FALSIFICATION OF DOCUMENTS, SUBSTANTIAL NON-COMPLIANCE OR NON-PERFORMANCE UNDER A GRANT, INELIGIBILITY, VOLUNTARY EXCLUSION ON AGREEMENTS/SUB-AGREEMENTS This certification is required by the regulation implementing Executive Order 12549, Debarment and Suspension, signed February 18, 1986. The guidelines were published in the May 29, 1987 Federal Register(52 Fed.Reg.,pages 20360-20369). The Board of County Commissioners further adopted a Resolution(2013-228) effective October 8, 2013 to establish application screening criteria for Collier County administered federal and state grants. The resolution specifies this list of interested parties refers to the following representatives of the grantee organization under any form of arrangement or agreement: Each Board of Directors member Officers of the Board Executive Director All employees and supervisors that will work on the grant Definitions: [Note: The Definitions(1)will be tailored for the applicable grant program] (1) The terms "debarred," "suspended," "ineligible," "person," "principal," and "voluntarily excluded," as used in this certification,have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549 and 45 CFR (Code of Federal Regulations),Part 76. Contact Collier Community and Human Services or go to www.HUD.gov website for assistance in obtaining a copy of those regulations. (2) The term substantial non-compliance or non-conformance as used in this certification includes: • Return of awarded grant funds on more than one occasion in the last three years • Non-compliance with a monitoring corrective action plan • Other substantial non-compliance or non-conformance of a grant • The organization applying for grant funding is hereby certifying and will follow the below listed: 1. Each grantee of federal or state financial and non-financial assistance must sign this debarment certification at time of application. Independent auditors who audit federal or state programs regardless of the dollar amount are required to sign this certification form to include certification of debarment. Collier County Community and Human Services or its agreement grantee/contractors will not contract with subcontractors if they are debarred or suspended by the federal government. 2. Each entity applying for a grant from Collier County will assure all individuals and positions listed above complete and submit appropriate certifications. 3. The grantee shall provide immediate written notice to the grant coordinator at any time the grantee/contractor learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The grantee further agrees by submitting this certification that, it shall not knowingly enter into any sub-agreement with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this contract unless authorized by the Federal Government. 5. The grantee further agrees by submitting this certification that it will require each contractor/subcontractor of agreements and/or contracts referencing this contract whose payment will equal or exceed$100,000 in federal monies,to submit a signed copy of this certification with each sub-agreement. 6. The grantee may rely upon a certification by a subcontractor entity that it is not debarred, suspended, ineligible, or voluntarily excluded from contracting/subcontracting unless the grantee/contractor knows that the certification is erroneous. 7. The grantee has adopted conflict of interest policies and procedures within their organization and will provide a copy of such prior to the execution of an agreement should the grant application be funded. If the grantee does not have conflict of interest policies and procedures they must adopt policies/procedures for determining when a conflict of interest exists and disclosing it to the public as required by the applicable program requirements. The prospective grantee certifies,by signing this certification,that neither the entity nor their above noted principals and respective employees,within the last three years: (1) Has been debarred,suspended,proposed for debarment,and declared ineligible,or voluntarily excluded from participation in contracting with Collier County Community and Human Services by any federal department or agency. Where the prospective grantee is unable to certify to any of the statements in this certification,such prospective grantee shall attach an explanation to this certification. (2) Has had a real or apparent conflict of interest (3) Has falsified documents (4) Has substantial non-compliance or non-conformance with performance under a grant with Collier County or any other entity Collier County Community and Human Services will rely on the certifications of this document as true and reliable. However,the County reserves the right to request additional documentation prior to making a final determination. • Collier County Community and Human Services may rely upon a certification by a nonprofit organization that it is not debarred, suspended, ineligible, or voluntarily excluded from contracting or subcontracting unless the department knows that the certification is erroneous. • This certification is a material representation of fact upon which reliance is placed when this application is submitted. If it is later determined that the signed knowingly rendered an erroneous certification,the Federal Government(via Section 1001 of Title 18 USC for making false statements) and Collier County may pursue available remedies,including suspension,debarment,grant award retraction,and/or suspension from applying for awards for three years under Resolution 2013-228. Name of Organization: Collier County Board of County Co missioners Signature of Authorized Individual Date 7".:A -MV Leo E. Ochs Jr.- County Manager Name and Title of Authorized Individual (Print or type) • • CERTIFICATION FOR THE DIRECTORS OF THE BOARD,EXECUTIVE DIRECTOR, EMPLOYEE OR SUPERVISOR One EACH for every director,the executive director,and each staff member proposed to be directly working on or overseeing a staff member directly working on the grant REGARDING DEBARMENT or SUSPENSION,REAL OR APPARENT CONFLICT OF INTEREST,FALSIFICATION OF DOCUMENTS,SUBSTANTIAL NON-COMPLIANCE OR NON-PERFORMANCE UNDER A GRANT,INELIGIBILITY,VOLUNTARY EXCLUSION ON AGREEMENTS/SUB-AGREEMENTS The Board of County Commissioners adopted a Resolution (2013-228) effective October 8, 2013 to establish application screening criteria for Collier County administered federal and state grants. The resolution specifies this list of interested parties refers to the following representatives of the grantee organization under any form of arrangement or agreement: Each Board of Directors member Officers of the Board Executive Director All employees and supervisors that will work on the grant Definitions: (1) The terms "debarred," "suspended," "ineligible," "person," "principal," and "voluntarily excluded," as used in this certification,have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549 and 45 CFR (Code of Federal Regulations), Part 76. Contact Collier County Community and Human Services or go to www.HUD.gov website for assistance in obtaining a copy of those regulations. (2) The term substantial non-compliance or non-conformance as used in this certification includes: • Return of awarded grant funds on more than one occasion in the last three years • Non-compliance with a monitoring corrective action plan • Other substantial non-compliance or non-conformance of a grant The undersigned certifies,by signing this certification,that,within the last three years,they have not: 1. Been debarred,suspended,proposed for debarment,declared ineligible or voluntarily excluded from participation in contracting with Collier County Community and Human Services by any federal department or agency. (Where the prospective individual is unable to certify to any of the statements in this certification,such individual shall attach an explanation to this certification.) 2. Had a real or apparent conflict of interest 3. Falsified documents 4. Had substantial non-compliance or non-conformance with performance under a grant with Collier County or any other entity The undersigned shall provide immediate written notice to the grantee at any time the undersigned learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. Collier County Community and Human Services will rely on the certification of this document as true and reliable. However, the County reserves the right to request additional documentation prior to making a final determination. This certification is a material representation of fact upon which reliance is placed when this application is submitted. If it is later determined that the signed knowingly rendered an erroneous certification,the Federal Government(via Section 1001 of Title 18 USC for making false statements) and Collier County may pursue available remedies,including suspension,debarment,grant award retraction,and/or suspension from applying for awards for three years under Resolution 2013-228. I Collier County Board of County Commissioners Name of Organization County Manager R. e of dersigned(Director,Executive Director,Employee[specify role], Supervisor[specify role] r /_�/ Signature Leo E. Ochs,Jr. Date: ) \\\..._.c. Print or type name of signatory • Exhibit 15 Procurement Policy PURCHASING POLICY OF COLLIER COUNTY ESTABLISHMENT OF PURCHASING POLICY Ordinance No. 87-25 provides for the adoption of a Purchasing Policy. Collier County Resolution No. 97-435 establishes the following Purchasing Policy. II. PURCHASING DEPARTMENT RESPONSIBILITIES A. The Purchasing Department shall be responsible for: 1. Seeking Maximum Value: Act to procure for the County the highest quality commodities, and contractual services at least expense to the County. 2. Encouraging competition: Endeavor to obtain as full and open competition as possible on all purchases and sales. 3. Procedures: Establish and amend, when necessary, operational procedures for the implementation of the Purchasing Policy provided by ordinance. Said procedures shall become effective only when approved in writing by the County Manager. Copies of the procedures shall be maintained on file in the office of the Purchasing Department. 4. Purchasing Analysis: Keep informed of current developments in the field of purchasing, prices, market conditions and new products, and secure for the County the benefits of research conducted in the field of purchasing by other governmental jurisdictions, national technical societies, trade associations having national recognition, and by private business and organizations. 5. Purchasing Manual: Prescribe and maintain a standard Purchasing Manual for all using agencies. The content of said manual will be governed by this Policy. 6. Forms: Prescribe and maintain such forms as shall be found reasonably necessary to the operation of this Policy. 7. Vendor Certification: Document that vendors doing business with the County have acknowledged their understanding and acceptance of the terms and conditions of the County's Purchasing Policy and have agreed to abide by those terms. 8. Bulk Purchases: Exploit the possibilities of buying "in bulk" so as to take full advantage of discount. 9. Vendors' Catalog File: Prepare, adopt and maintain a vendor's catalog file. Said catalog shall be organized according to materials and/or services and shall contain descriptions of vendors'commodities, prices and discount. 10. Tax Exemptions: Act so as to procure for the County tax exemptions to which it is entitled. 11. Cooperation: Cooperate with using agencies so as to secure for the County the maximum efficiency in budgeting and accounting. 1 12. Suspension and Debarment of Vendors: To oversee and facilitate the suspension and/or debarment of vendors as set forth under Section XXIX of this policy. 13. Inquiry and Control: Have full authority to question the quality, quantity, and kinds of items requisitioned in order that the best interests of the County are served. The Purchasing Director shall have final approval authority for all purchases at or below the formal competitive threshold. To ensure the timely, proper and orderly acquisition of services to the various using agencies, all authority granted to the Purchasing Director in this policy may be formally delegated by the Purchasing Director in whole or in part to appropriate staff members within the County Manager's agency. III. PURCHASES NOT EXCEEDING $3,000 Purchases that do not exceed $3,000 may be approved by the Purchasing Director without informal or formal competition by means of a purchase order, purchasing card or formal agreement (or any combination therein) as defined under this policy or deemed appropriate by the Purchasing Director. IV. INFORMAL COMPETITION (PURCHASES EXCEEDING $3,000 BUT NOT GREATER THAN $50,000) A. All purchases exceeding $3,000 but not more than $50,000 shall be awarded by the Purchasing Director to the qualified and responsive vendor submitting the lowest or best overall quote which meets all specifications, unless the requirement for competition is waived by the Purchasing Director in accordance with Section 4.B. All such purchases may be solicited and awarded without formal public announcement and without formal competition. 1. Minimum Number Quotes: Open market purchases or sales in excess of $3,000 but less than or equal to the formal competitive threshold shall be based on a good faith effort by the Purchasing Department or the using agency to obtain at least three (3) competitive quotes (including all "no quote" responses). Award shall be made to the lowest, qualified and responsive quote in accordance with the standards set forth in this Policy. 1 ' 2. Solicitation of Quotes: The Director may solicit quotes orally, written, or electronically for open market pricing or sale, using available bidders' and supplier lists. The Director shall determine in which instances quotations shall be solicited in writing. Further the Director shall determine which agency(e.g.; Purchasing or the using agency) shall obtain the quotations. All quotes in excess of ten thousand dollars $10,000 shall be tendered or confirmed in writing or electronically submitted by the vendor prior to purchase. 3. Public Record: The Director shall keep a record of all open market quotes submitted and such records shall be open to public inspection after award has been made. B. The requirements for requesting quotes from three (3)or more sources are waived and do not require Board action for: 1. Purchase of library books, education and/or Personnel tests, similar audio visual materials, periodicals, printed library cards, etc. 2 2. Professional services; and, in instances when authorized by the Purchasing Director where commodities or services are purchased directly from the owner of a copyright or patent, a governmental agency, a recognized educational institution, a not-for-profit entity or when there are no other identifiable sources available. 3. Purchases that the Director has determined to be legitimate single source purchases. 4. Valid public emergencies or other instances deemed by the Director to be in the best interests of the County. 5. Purchase of services from experts or consultants by or through the Office of the County Attorney for purposes of preparing for or defending against imminent or pending civil litigation or administrative proceedings. C. All purchases greater than$1,000 but less than or equal to$3,000 will generally be processed using a regular purchase order. However, such purchases may be processed using a purchasing card in accordance with Section XXIV of this policy. V. FORMAL COMPETITIVE THRESHOLD(Purchases in excess of$50.000) A. It is the intent of the Board of County Commissioners to establish an amount of fifty thousand dollars ($50,000) as the County's formal competitive threshold for purchases. The established limit shall be applied to all methods of purchase by agencies under the purview of the Board of County Commissioners, including but not limited to competitive sealed bids, competitive proposals and competitive selection and negotiation. The requirement for formal competition may be waived by the Board of County Commissioners where permitted by law, under the following circumstances: 1. Purchase of library books, education and/or personnel tests, similar audio visual materials, periodicals, printed library cards, etc. 2. Single source purchases(pursuant to subsection C). 3. Valid public emergencies(pursuant to Section XXI). 4. Where it is determined to be in the best interests of the County to do so. B. All purchases subject to formal competition shall be awarded by the Board of County Commissioners unless otherwise delegated by the Board via formal public action. C. Exemption For Single Source Commodities: Purchases of commodities and services from a single source may be exempted from formal competition upon certification by the Purchasing Director of bath of the following conditions: 1. The item(s) is the only one available that can properly perform the intended function(s); 2. The recommended vendor/contractor is the only one ready, willing and able to meet the County's requirements. All Single Source purchases in excess of the formal competitive threshold shall be exempted from formal competition by the Board. Recurring single source 3 purchases shall not require subsequent Board approval (in the same or in any subsequent fiscal year) provided that there are sufficient budget appropriations to make each purchase. Purchases less than or equal to the formal competitive threshold may be exempted from competition by the Purchasing Director, as permitted by law D. Use of Past Performance Data: In order to promote the qualitative delivery of commodities and services, County departments shall record and consider the past performance of vendors in the award of contracts exceeding the formal competitive threshold. This objective shall be accomplished as follows: 1. The Purchasing Department shall be responsible for each of the following: a. Developing, implementing and maintaining appropriate administrative procedures, instructions and technologies necessary to collect and access vendor performance data. b. Ensuring that relevant past performance data is properly gathered and considered prior to award of subsequent contracts. 2. Using agencies shall be responsible for each of the following: a. Conducting periodic performance evaluations of vendors under contract with the County pursuant to the procedures established pursuant to subsection V.D.1 a. b. Considering the past performance of vendors during the evaluation of formal bids and proposals for subsequent contract awards as set forth in the administrative procedures referenced under subsection V.D.1a. VI. COMPETITIVE BID PROCESS Any purchase of commodities or services costing in excess of the formal competitive threshold shall be accomplished by competitive sealed bid, by competitive selection and negotiation (per section VII) or by competitive proposals (per section VIII). Award of Bid Contract shall be made by the Board to the lowest, qualified and responsive bidder except where otherwise provided for in this policy or unless an exception is granted by the Board. Bid limits for requirements utilizing federal or state funds will be those required by said agency granting the funds or the County's requirements, whichever takes precedence. A. Notice Inviting Bids: 1. Announcement: Notice inviting bids shall be publicly posted by the Purchasing Department in a consistent public location at least ten (10) days preceding the last day established for the receipt of bid proposals. Bids may be solicited and/or received in one or more steps as permitted by law and deemed appropriate by the Purchasing Director. 2. Scope of Notice: The public notice required herein shall include a general description of the commodities/services to be purchased or sold, shall state where bid instructions and specifications may be secured and the time and place for opening bids. 3. Bidders' List: The Director shall also solicit sealed bids from qualified prospective vendors/contractors who have registered their names on the Collier County Purchasing Department vendor database, which will electronically send them a notice of the proposed purchase or sale. Notices 4 sent to the vendors/contractors on the Collier County Purchasing Department vendor database shall be limited to commodities or services that are similar in character and ordinarily handled by the trade group to which the notices are sent. Vendors/contractors are responsible for maintaining their profiles in the database to ensure proper notifications are received. Vendors/contractors may be removed from the database by the Director for continual non-response to formal solicitations and violations to the Purchasing Policy. The Director shall have the discretion to continue to issue formal solicitations and accept formal bids, proposals and other tenders using paper where appropriate. 4. Bid Deposits: When deemed necessary by the Director, bid deposits shall be prescribed in the public notices inviting bids. Said deposits shall be in the amount equal to five percent of the bid submitted. The Director shall have the authority to return the deposits of all bidders prior to award of bid contract by the Board of County Commissioners. A successful bidder shall forfeit any deposit required by the Director upon failure on the vendor's part to enter into a contract within ten(10)working days after written notice of award. 5. Bid Addenda: An addendum to a specification shall be defined as an addition or change in the already prepared specifications for which an invitation has been issued for formal quotations or an announcement has been posted for a formal sealed bid. Any addendum to a request for formal sealed bids shall be approved by the Department Director or designee and the Purchasing Director. The addendum shall clearly point out any addition or change to the invitation for bids. The Purchasing Department shall be responsible for insuring that addenda are available on the e-procurement website and that all prospective bidders who have downloaded specifications are notified of the addendum prior to opening of bids. B. Procedure for Bids: 1. Sealed Bids: Sealed bids shall be submitted manually or electronically to the Director and if manual shall be clearly identified as bids on the outside of the sealed envelope. 2. Opening: Bids shall be opened publicly at the time and place stated in the public notices and shall be witnessed and certified by the Purchasing Department. 3. Tabulation: A tabulation of all bids received shall be made either electronically or manually by the Purchasing Department and shall be available for public inspection. C. Tie Bids: Where there are low tie bids, the award process shall first be subject to Section 287.087, F.S. In the event that all of the tied bidders comply with Section 287.087, F.S., the Purchasing Department shall determine if any of the bidders would be considered a local business as defined under Section XI of this policy. If one (and only one)of the bidders is determined to be a local business, then award of contract shall be made to that bidder. In the event that two or more local bidders are tied thereafter, award of contract shall be made in accordance with Section XI.2.(a)of this policy. 5 D. Resection Of Bids And Negotiation: 1. The Board of County Commissioners shall have the authority to reject any and all bids. 2. Subsequent to applying the procedures set forth under Section XI (2)(a)(where applicable), if the lowest, qualified responsive bid exceeds the budgeted amount and if the purchase is not funded in whole or in part with interagency grant dollars, the Purchasing Director may negotiate changes with the apparent lowest qualified and responsive bidder that will bring prices into budgeted limits subject to the final approval and acceptance of the Board. If the budgeted amount includes grant funds, the Purchasing Director shall be authorized to conduct such negotiations provided said actions are not prohibited by law or the grant conditions. 3. If no bid is received, the Board of County Commissioners may authorize the Purchasing Director to purchase by negotiation under conditions most favorable to the public interest and when said purchase will result in the lowest ultimate cost of the commodities or services obtained. E. Waiver Of Irregularities: The Board of County Commissioners shall have the authority to waive any and all irregularities in any and all formal bids. F. Award Of Bid Contract: The Chairman, when authorized by majority vote of the Board or as otherwise provided for in this policy, shall execute formal contracts having a binding effect upon the County. Formal, bilateral contracts shall not be required where a purchase order is sufficient. A formal contract shall be awarded by the Board of County Commissioners to the lowest qualified and responsive bidder. In addition to the price shall be considered the following: 1. The ability,capacity and skill of the bidder to perform the contract. 2. The ability of the bidder to perform the contract within the time required or the least time, if appropriate,without delay or interference. 3. The experience and efficiency of the bidder. 4. The quality and performance of previous contracts awarded to the bidder. 5. The previous and existing compliance by the bidder with laws and ordinances relating to the contract. 6. The quality, availability and adaptability of the commodities or contractual services to the particular use required. 7. The ability of the bidder to provide future maintenance and service (where applicable). All recommendations for award for bid contract will be reviewed and approved by the Purchasing Director prior to presentation to the Board of County Comm issioners. Bidders competing for a prospective bid award (and their agents/representatives) will not be permitted to publicly or privately address the Board regarding a prospective purchase prior to the time of award unless requested to do so by the Purchasing Director or by a majority vote of the Board. 6 VII. PROCUREMENT OF PROFESSIONAL SERVICES A. Because differences in price may only be a minor concern compared to qualitative considerations, professional services may be exempted by the Purchasing Director from the competitive bidding process. Instead, professional services will be typically acquired through one of the following methods: 1. Competitive Selection and Negotiation. 2. Competitive Proposals(pursuant to Section VIII). B. A professional service shall be defined as assistance obtained in support of County operations from an independent contractor in one or more of the following professional fields: 1. Appraisal Services-real and personal property appraisers. 2. Architecture, professional engineering, landscape architecture, or registered land surveying services(as per Section 287.055, F.S.). 3. Audit and Accounting Services - auditors and accountants (excepting the selection of the annual auditor which shall be conducted as per Section 11.45, F.S.). 4. Consultants-planning, management,technological or scientific advisors. 5. Financial Services - bond counsel, rating and underwriting, financial advisor, and investment services. 6. Legal Services-attorneys and legal professionals. 7. Medical Services - medicine, psychiatry, dental, hospital, and other health professionals. C. Requests exclusively for services defined under VII.B.2 will be procured in a manner consistent with Section 287.055, F.S., known as "The Consultant's Competitive Negotiation Act" as required by said statute. Projects may include, but are not strictly limited to one or more of the following: 1. Fixed assignment contracts: A grouping of minor professional service (including construction inspection services)assignments. 2. Fixed term contracts: Countywide agreements for various and miscellaneous minor professional services (including construction inspection services) on an as needed basis. 3. General Professional Services: Includes administration, support and management of engineering, architectural, surveying and planning activities. Prior to issuing a work order under a contract identified under Section VII.C.1-3, the Director shall have the discretion to solicit project or task specific proposals from one firm or from multiple firms under a fixed term contract. In such instances, each solicitation shall be issued on a "best value" basis where qualifications and price are considered. Each solicitation shall include at minimum a description of work to 7 be performed and the criteria to be used to evaluate each proposal. For all "best value" based solicitations, price shall not exceed 50 percent of the total evaluation criteria. The Director shall be authorized to approve all work orders where the maximum initial dollar amount does not exceed two hundred thousand dollars($200,000)and where the maximum initial contract amount does not exceed seven hundred fifty thousand dollars ($750,000). Any work order and/or contract that exceeds that amount subsequent to award and prior to completion of the work shall be subject to the provisions of Section XV.0 of this resolution. Projects shall not be sub-divided to circumvent the dollar thresholds established herein. All fixed term agreements issued under this section shall be eligible for extension or renewal in accordance with the provisions of Sections XV.D and E respectively. D. For all service procurements in excess of the formal competitive threshold under the Competitive Selection and Negotiation method, authority to announce and distribute Requests for Proposals or Letters of Interest and Qualifications and to appoint and empower a selection committee shall be pursuant to Section VIII.B. hereof. E. Final selection of the professional service provider (award of contract) shall be made by the Board of County Commissioners. F. Purchases for all professional services estimated to be equal to or less than the formal competitive threshold may be approved by the Purchasing Director, as permitted by law. G. Requests for outside legal services will be referred to the County Manager and the County Attorney for review and comment as to whether said services are necessary and/or appropriate. Requests for outside legal services may be exempted from formal competition by the Board of County Commissioners at the request of the County Manager or County Attorney. H. The acquisition of services from experts or consultants for purposes of preparing for or defending against imminent or pending litigation or administrative proceedings shall be exempt from all competitive requirements of this policy. Any such acquisitions that do not exceed $50,000 may be approved by the County Attorney and the Purchasing Department without further action. Acquisitions that exceed $50,000 may be authorized by the County Attorney and the Purchasing Department, but will be reported at a regular meeting of the Board for ratification. VIII. COMPETITIVE PROPOSALS A. The Competitive Proposals process is a method of contract selection that may be utilized by the Purchasing Director under circumstances where one or more of the following conditions exist: 1. Where qualitative considerations are of equal or greater concern than pricing considerations. 2. Where the conditions of the purchase do not lend themselves to the formal sealed bid process or the award of a firm,fixed fee contract. 3. Where the County is incapable of specifically defining the scope of work for which the commodity(s) or service(s) is required and where the qualified offer 8 is asked to propose a commodity(s) or service(s) to meet the needs of the County. 4. Where the County desires to enter into a single contract for the design and construction of a public construction project(s). B. For purchases in excess of the formal competitive threshold and where appropriate or required by law, the competitive proposals process will be utilized. The process will be conducted in a manner similar to the sealed bid process as set forth under Section VI except where otherwise stated in this section. The competitive proposals process shall proceed as follows: 1. A Request for Proposals (RFP) will be prepared and distributed in a manner consistent with the definition of said term found in Section 2 of Collier County Ordinance No. 87-25. Notice of said request(s)shall be publicly posted by the Purchasing Department at least 21 calendar days preceding the last day established for the receipt of proposals. 2. Each Request for Proposals shall identify the appropriate evaluation procedures and criteria to be applied to the selection of the best proposal among the respondents. Each RFP pertaining to the award of a design/build contract(s)shall be subject to the requirements of Section 287.055 F.S. 3. Prior to the announcement and distribution of the RFP, a selection committee shall be appointed by the County Manager to evaluate the proposals received. For all purchases made under the Competitive Proposals method, the County Manager may empower the selection committee to designate and rank the proposals prior to the commencement of negotiations and to negotiate a tentative agreement, subject to award by the Board. 4. Proposals may be solicited and/or received in one or more steps as permitted by law and deemed appropriate by the Purchasing Director. Unless otherwise prohibited by law, the Purchasing Director shall have the discretion to solicit and conduct simultaneous or concurrent negotiations with one or more firms. C. For purchases in excess of the formal competitive threshold, final selection of the awardee will be made by the Board of County Commissioners. D. Purchases less than or equal to the formal competitive threshold may be authorized by the Purchasing Director, as permitted by law and shall not require formal solicitation or announcement unless deemed necessary by the Purchasing Director. IX. PROCUREMENT OF DESIGN/BUILD CONTRACTS A. Procurements for the design and construction of public construction projects may be obtained through a single contract with a firm selected in a manner permitted under Section 287.055, F.S. and the procedures set forth in this section. B. Upon completion of the Design Criteria Package, procurements of Design/Build services shall be processed in a manner consistent with Section VIII hereof entitled "Competitive Proposals". C. Administrative procedures shall be established by the County Manager or his designee for utilization of the design criteria professional concerning the evaluation of the proposals submitted by the design/build firms, the supervision or the 9 approval by the County of the work drawings of the project and evaluation of the project construction with the design criteria package. D. The Board of County Commissioners may declare a public emergency, where appropriate and authorize the using agency to negotiate an agreement for Board approval with the best qualified design-build firm available at that time. X. Small and Disadvantaged Minority and Women Business Enterprises A. Policy Statement: Collier County stands committed to providing equal opportunities to small businesses and disadvantaged business enterprises (DBE), minority business enterprises (MBEs) and women enterprises (WBEs) as well as to all vendors, consultants, contractors and subcontractors who seek to do business with the County. Pursuant to this policy, Collier County will require its vendors, consultants, contractors and subcontractors to provide qualified small businesses and DBE's with an equal opportunity to participate in the formal competitive processes for the procurement of commodities and services by the County. The Policy is not intended to require or to allow partiality toward or discrimination against any small business or DBE, MBE, WBE, or any other vendor, consultant, contractor or subcontractor on the basis of gender, race or national origin, or other such factors, but rather to help ensure that small businesses and DBEs, MBEs, WBEs, and all qualified vendors, consultants, contractors and subcontractors have an equal opportunity to participate in the County's formal competitive processes. Nothing in this Policy shall be construed to provide for or require any preference or set-aside based on gender, race, national origin or any other such factor. B. Definitions: For purposes of this policy, the term "small business" shall have the E i same definition as set forth under Section 288.703.(1), F.S. The term "DBE" shall include any "small business" as defined pursuant to Section 288.703(1) that is at least 51 percent owned or controlled by a person or persons defined as "socially and economically disadvantaged" individuals pursuant to Section 14-78.602(18), F.A.C. Reference to these definitions, however, shall in no way be construed to provide that the County has adopted or is subject to the provisions of the Statute or Code referenced herein. C. Implementing Measures: In an effort to implement this policy, the County may undertake the following measures: 1. Designate the Purchasing Director to administer this policy. 2. Utilize outreach programs to identify, register and educate small businesses and DBEs, MBEs and WBEs to participate in the procurement/contract process including, but not limited to: a. Attending trade fairs which include representatives from these enterprises. b. Attending meetings and social events wherein these enterprises. c. Utilizing publications aimed at reaching these enterprises. 10 d. Utilizing directories and other reference sources that list these enterprises. e. Publicizing this Policy to encourage these enterprises to participate in the County's procurement process. f. Other actions designed to identify these enterprises who seek to provide commodities and services to the County. 3. Maintain a list of these enterprises. 4. Disseminate information regarding competitive opportunities with the County in order to allow qualified small businesses and DBEs, MBEs and WBEs to participate in the County's procurement process. D. Conformity with Applicable Law:The provisions of this section shall be construed in conformity with applicable state and federal law. To the extent that state law conflicts with federal law,federal law shall supersede such state law. Xl. Procedure to Provide Preference to Local Businesses in County Contracts. Except where otherwise provided by federal or state law or other funding source restrictions or as otherwise set forth in the purchasing policy, purchases of commodities and services shall give preference to local businesses in the following manner: (1) "Local Business"defined Local business means the vendor has a valid occupational license issued by Collier County at least one year prior to bid or proposal submission to do business within Collier County that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier County from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not by used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year. (2) Preference in purchase of commodities and services by means of competitive bid, request for proposals, qualifications or other submittals and competitive negotiation and selection. Under any such applicable solicitation, bidders/proposers desiring to receive local preference will be invited and required to affirmatively state and provide documentation as set forth in the solicitation in support of their status as a local business. Any bidder/proposer who fails to submit sufficient documentation with their bid/proposal offer shall not be granted local preference consideration for the purposes of that specific contract award. Except where federal or state law, or any other'funding source, mandates to the contrary, Collier County and its agencies and instrumentalities, will give preference to local businesses in the following manner: (a) Competitive bid(local price match option). Each formal competitive bid solicitation shall clearly identify how the price order of the bids received will be evaluated and determined.When a qualified and responsive, non-local business submits the lowest price bid, and the bid submitted by one or more qualified and responsive local 11 businesses is within ten percent of the price submitted by the non-local business, then the local business with the apparent lowest bid offer (i.e.; the lowest local bidder)shall have the opportunity to submit, an offer to match the price(s) offered by the overall lowest, qualified and responsive bidder. In such instances, staff shall first verify if the lowest non-local bidder and the lowest local bidder are in fact qualified and responsive bidders. Next, the Purchasing Department shall determine if the lowest local bidder meets the requirements of Section 287.087, F.S. If the lowest local bidder meets the requirements of 287.087, F.S., the Purchasing Department shall invite the lowest local bidder to submit a matching offer to the Purchasing Department which shall be submitted to the Purchasing Department within five (5) business days thereafter. If the lowest local bidder submits an offer that fully matches the lowest bid from the lowest non-local bidder tendered previously, then award shall be made to the local bidder. If the lowest local bidder declines or is unable to match the lowest non-local bid price(s), then award will be made to the lowest overall qualified and responsive bidder. If the lowest local bidder does not meet the requirement of Section 287.087, F.S. and the lowest non-local bidder does, award will be made to the bidder that meets the requirements of the reference state law. (b) Request for proposals, qualifications or other submittals and competitive negotiation and selection. For all purchases of commodities and services procured through the Competitive Proposals (Section VI) or Competitive Selection and Negotiation (Section VIII) methods not otherwise exempt from this local preference section, the RFP solicitation shall include a weighted criterion for local preference that equals 10 percent of the total points in the evaluation criteria published in the solicitation. Purchases of professional services as defined and identified under subsection VI1.B.2 (which are subject to Section 287.055, F.S.) and subsection VII.B.3 (which are subject to Section 11.45, F.S.)shall not be subject to this local preference section. (3) Waiver of the application of local preference. The application of Local Preference to a particular purchase or contract for which the Board of County Commissioners is the awarding authority may be waived upon approval of the Board of County Commissioners. (4) Comparison of qualifications. The preferences established herein in no way prohibit the right of the Board of County Commissioners to compare quality of materials proposed for purchase and compare qualifications, character, responsibility and fitness of all persons, firms or corporations submitting bids or proposals. Further, the preferences established herein in no way prohibit the right of the County Commission from giving any other preference permitted by law instead of the preferences granted herein. (5) Reciprocity. In the event Lee County, or any other Florida county or municipality ("local government") deemed appropriate by the Collier County Board of Commissioners, extends preferences to local businesses, Collier County may enter into an interlocal agreement with such local government wherein the preferences of this section may be extended and made available to vendors that have a valid occupational license Issued by that specific local government to do business in that local government that authorizes the vendor to provide the commodities and services to be purchased, and a physical business address located within the limits of that local government. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of the said local government whichever is applicable, in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to that local government's tax base, and residency of employees and principals of the business located within the limits of that local government. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for 12 consideration as a local business" under this section. In no event shall the amount of the preference accorded other local government firms exceed the amount of preference that such local government extends to Collier County firms competing for its contracts. (6) Purview and administration of this policy. This policy shall apply to all departments and units under the direct purview of the Board of County Commissioners. The Purchasing Department shall be responsible for developing, implementing and maintaining administrative procedures in support of this policy. (7) Subsequent Review and Sunset Provision. Pursuant to the adopting resolution, this local p reference section is being added to the purchasing policy in support of the local economy during difficult economic times in Collier County. On or about one year of the effective date, the Purchasing Department will provide the Board with an update of the results and impacts to date of this local preference policy. Within two years of the effective date, the Board shall receive a similar report from the Purchasing Department and shall determine whether to continue or modify this policy. Should the Board not elect to continue the local preference policy, it will expire at that time. XII. PAYMENT OF INVOICES A. It is the intent of the Board of County Commissioners that all agencies under its purview be in compliance with Section 218.70 F.S., otherwise known as the"Local Government Prompt Payment Act". Pursuant to this, the requirements of this section shall apply to the following transactions: 1.The purchase of commodities and services; 2.The purchase or lease of personal property; 3.The lease of real property. B. The Purchasing Director shall have the authority to establish and maintain a procedure that authorizes minor payment variances between the purchase order and invoice where warranted. The authority to pay such variances shall not exceed 5%of the purchase order amount or$500,whichever is less. C. Additionally, the Purchasing Director shall be permitted to establish and maintain a procedure that authorizes the payment of freight and delivery charges that are not specifically identified on the purchase order. D. It shall be the responsibility of the Purchasing Director, in consultation with the Finance Director and using agencies,to establish, distribute and administer procedures for the timely payment of all transactions as defined under XII.A hereof. Such procedures shall include, but not be limited to the following: 1. Formally defining the County's requirements for the content and submission of a proper invoice, codifying the County's payment requirements and formally notifying each vendor of their availability. 2. Steps required for the receipt of all invoices and the prompt return of improper invoices. 3. Steps required for the resolution of payment disputes between the County and a vendor. 13 E. Each December, the Finance Director and the Purchasing Director shall submit a joint report to the Board listing the number and total dollar amount of interest penalty payments made during the preceding fiscal year. XIII. PAYMENT OF DUES FOR MEMBERSHIP IN PROFESSIONAL ORGANIZATIONS County funds may be used to pay for dues for membership in a professional or other organization provided that such expenditure meets the following criteria: 1. Such membership is deemed necessary to meet duties and responsibilities required by Federal, State or local mandate or to facilitate proper professional development. 2. The organization of membership is of a non-profit nature. 3. Sufficient funds are available within the proper appropriation unit/summary code. XIV. STANDARDIZATION, COOPERATIVE PURCHASING AND GOVERNMENTAL CONTRACTS A. Where standardization is determined to be desirable by the Director, the purchase of commodities may be made by negotiation with the approval of the Board of County Commissioners if more than the competitive bid limit or by the County Purchasing/General Services Director if less than or equal to the competitive bid or negotiation threshold. B. The Director shall have the authority to approve purchases under State of Florida and Federal GSA cooperative contracts. The Director shall also be authorized to join with other units of government in cooperative purchasing ventures prior or subsequent to award when in the best interests of the County. If funds have already been budgeted, no further Board action will be required. In authorizing all such purchases under pre-existing agreements, the Director shall have determined that the term and conditions of the purchase are competitive in the market and favorable to the County. XV. CONTRACT ADMINISTRATION A. Contract Document: Every procurement of contractual services or commodities shall be evidenced by a written document containing all provisions and conditions of the procurement. Said document shall include, but not be limited to: ' I 1. A listing of the scope of services to be performed or commodities to be purchased. 2. A provision specifying the criteria and the final date by which such criteria must be met for completion of the contract. 3. A provision specifying the terms of cancellation by the County and where applicable, a provision specifying the terms of renewal. 4. Where applicable, a provision establishing the appropriate types and levels of insurance to be carried by the vendor. Said provision shall be employed in a manner consistent with minimum insurance standards approved by the Board of County Commissioners. I � 14 5. Where applicable, pursuant to Section 287.133 F.S., a provision requiring the contractor/vendor to inform the County if he/she has been convicted of a public entity crime subsequent to July 1, 1989. A purchase order that embodies these provisions shall be sufficient documentation of the procurement. The Purchasing Director shall have the discretion to determine the circumstances under which a purchase order (and all documents included by reference)shall serve as the contract document. B. Contract Manager: Every procurement of services shall be administered by the using agency(requesting department). C. Contract Changes: Notices issued under a purchase or contract may be authorized and executed by the Purchasing/General Services Director, excepting notices that terminate a Board-approved purchase or contract in its entirety. Modifications to a Board approved purchase or contract, including but not limited to change orders,supplemental agreements, amendments and changes by letter may be authorized and executed by the Purchasing/General Services Director provided that the change (or the sum of the changes)amounts to not more than the greater of(i) 10 percent of the current Board approved amount. or(ii)$10,000. The proviso at the end of the previous paragraph shall not be applicable to term contracts or blanket purchase orders where the County desires to procure commodities and/or services on an as needed basis without having to obligate itself to a total contract amount. Rather, such purchases shall be based on fixed unit prices or other predetermined pricing methods and shall be limited in quantity by the amount of funds appropriated in the budget of the using agency(ies). Such purchases shall be subject to all other provisions of this policy. Notices that terminate an entire purchase or contract that was Board approved, and contract modifications that increase the total contract amount beyond the limits set forth above as applicable, shall require the approval of the Board of County Commissioners or as otherwise provided for in this policy. The Board shall have broad authority, within the limits of the law, to evaluate and approve any recommended contract modification without requiring further competition. All deductive changes pertaining to the use of direct material purchases, including those that reduce the contract amount by more than ten percent below the current Board approved contract amount shall be reported to the Board monthly as part of the monthly contract changes report and shall not require prior Board approval. D. Contract Extension: Extension(s)of a Board-approved contract for commodities or services may be requested by the contract manager to the Purchasing/General Services Director in writing for a period not to exceed six (6)months(cumulatively) and shall be subject to the same terms and conditions set forth in the initial contract. The Purchasing/General Services Director shall have the authority to authorize and execute all such extensions. Any extension(s) that exceed six months (cumulatively) shall be approved by the Board of County Commissioners. Extensions of contracts that do not (inclusive of the extension) exceed the formal competitive threshold may be authorized and executed by the Purchasing/General Services Director without Board action. E. Contract Renewal: The Purchasing/General Services Director shall have the authority to authorize and execute renewals of contracts for commodities and/or services subject to the following conditions: 15 . 1. That the Contractor has performed in a satisfactory manner and that the Director has received a request to renew from the Contract Manager verifying the Contractor's satisfactory performance. 2. That the agreement is renewed subject to the terms and conditions set forth in the initial contract. Costs and terms of any contemplated renewals are included in the invitation to bid or request for proposals. 3. That the renewal is done on an annual basis, commencing at the end of the initial contract period. Any such contracts shall not be renewed for more than 3 years unless competitively procured. Proposed renewals that fail to meet one or more of the conditions set forth herein will require the approval of the Board of County Commissioners. F. Contract Approval: All formal, bilateral contracts for commodities and services in excess of the formal, competitive threshold shall be authorized by the Board of County Commissioners. Such agreements for purchases less than or equal to the formal, competitive threshold may be authorized and executed by the Purchasing Director, subject to the review and approval for legal sufficiency by the Office of the County Attorney. G. Work Orders (Not Under CCNA): The Purchasing/General Services Director may authorize and execute any work order if the work order is equal to or below such Board approval parameters for work orders as are set forth in either the Board approved term contract for services under which the work order is generated, the solicitation document (s) that resulted in the contract or the Executive Summary that pertains to the contract. Modifications to a work order may be authorized and executed by the Purchasing/General Services Director, provided that the work order, as modified, does not exceed $100,000 or if it does, the change (or sum of the changes) does not exceed 10%of the current Board approved amount. The above provisions of the Section G shall not apply to work orders, or modifications to work orders, governed by Section VII.0 above. H. Consent to Assignments of Contract: For all contracts which exceed the formal competitive threshold, the Board of County Commissioners shall approve all assignments of contracts requested by the predecessor contracting party. For such requests for agreements below the formal competitive threshold, the Purchasing/General Services Director shall have the authority to approve assignments on behalf of the agency. I. Authority Limitation and Delegation; Promulgation of Procedures: The Purchasing/General Services Director may delegate to one or more other Board employees any or all aspects of the authority vested in the Purchasing/General Services Director to authorize and/or execute contracts or contract-related documents pursuant to Section VII.0 above and Sections C through G of this Article XV or otherwise under law. All authority to authorize and execute documents that is vested pursuant to this Article XV in the Purchasing/General Services Director or any other person shall be subject to the limits of any applicable federal, state or other law. 16 The Purchasing Department shall be responsible for establishing and maintaining administrative procedures that set forth any delegations of authority made pursuant to the foregoing provisions of this Section I, that set forth formal processes for each of the instruments referenced in this Article XV, and that are in all respects subject to the provisions of this Article XV. These procedures shall also set forth generalized requirements for (i) such pre- execution reviews of documents by the Office of the County Attorney and (ii) pre- execution reviews of documents by such other departments, if any, as the Purchasing/General Services Director determines to be appropriate and advisable. J. Payments to Contractors.Vendors and Consultants Prior to the execution of a formal contract subject to this policy, the Purchasing Department shall have the discretion to establish a formal payment schedule and payment terms within the agreement. Such terms and conditions shall be consistent with the requirements of all applicable laws and the formal solicitation documents. In accordance with Section 218.735 (8), P.S., the Purchasing Director shall establish procedures to reduce to 5% the amount of retainage withheld from each subsequent progress payment issued to a contractor where applicable. The Purchasing Director, or his designee, shall have the discretion to establish, in writing, a schedule(s)to further reduce the percentage of cumulative retainage held throughout the course of the project schedule where warranted. The discretion of the project manager to reduce the percentage of cumulative retainage shall be subject to the following: 1. That the term "cumulative retainage" is defined to mean "the dollar total of the funds retained from all payments issued under the contract divided by the gross dollar total of all monthly pay requests (or the total of all payment amounts deemed allowable by the project manager,whichever is less)". 2. That any decision to reduce retainage shall be formally communicated in a letter to the Contractor's appropriate representative and that the letter affirmatively states that the Contractor has performed the contract work in a satisfactory manner. 3. That the cumulative retainage not be adjusted until at least 50% of the work has been completed and payment has been issued. 4. That the Purchasing Director's letter expressly sets forth the percentage of cumulative retainage to be held for the remaining pay requests. The Purchasing Director's designee shall also be granted the discretion to authorize the partial release or payment of contract retainage to the contractor prior to final completion of all project work provided that: 1. The contractor has performed in a satisfactory manner to date. 2. The total aggregate work under the agreement is at least 50% completed and accepted (i.e.; payments equaling at least 50% of the contract amount less retainage have been issued) 17 3. The retainage dollar amount to be released is based upon and consistent with the prevailing percentage of cumulative retainage being held at the time that the retainage is released. XVI. PERFORMANCE AND PAYMENT BONDS A contractor or vendor shall provide a surety bond from a surety company to guarantee full and faithful performance of a contract obligation and the payment of labor and material expended pursuant to a contract whenever, and in such amounts, as required by statute or otherwise as deemed necessary by the Purchasing Director. An irrevocable letter of credit from a financial institution operating within the State of Florida (or other alternative forms of surety as permitted under Florida law) may be sufficient in place of the performance bond if so provided for in the bid and contract documents. All such bonds or letters of credit shall be approved as to form by the County Attorney. XVII. UNAUTHORIZED PURCHASES No County officer or employee shall intentionally order, other than by purchasing card as permitted under this policy, the purchase of any commodities or services, or make any contract within the purview of this policy other than through the Purchasing Director. Any purchase order or contract made contrary to the provisions hereof shall not necessarily be approved and the County shall not be bound thereby. All purchases made within the provisions of this Policy shall be made with a purchase order or purchasing card, whichever is appropriate. In the event that a purchase transaction is found to be in violation of this policy, the Purchasing Director shall determine the facts pertaining to the transaction. In consultation with the appropriate operating department director, the Purchasing Director shall determine whether it is in the best interests of the County to proceed with the purchase and if so, under what conditions. If a determination is made to proceed with the purchase, all such transactions in excess of the formal competitive threshold (or other applicable Board authorization thresholds set forth in this policy) shall require the approval of the Board. All such transactions equal to or less than the formal competitive threshold may be approved by the Purchasing Director. A. Exceptions: This section shall not apply to the payment of premiums for insurance policies that have been acquired through prior Board action. This section shall not apply to nor supersede Resolution Nos. 86-30,86-209 and 87-16. XVIII. PROHIBITION AGAINST SUBDIVISION No contract or purchase shall be subdivided to avoid the requirements of this Policy. XIX. PROTEST OF BID OR PROPOSAL AWARD The purpose of this section is to accommodate legitimate protests concerning formal competitive invitations and recommended contract awards above the competitive bid or proposal thresholds prior to award of contract by the Board of County Commissioners. A. Any actual or prospective bidder or respondent to an Invitation for Bids or a Request for Proposals, who alleges to be aggrieved in connection with the solicitation or award of a contract, (hereafter referred to as the protesting party") may protest to the Purchasing Director,who shall serve as the sole recipient of any and all notices of intent to protest and all formal protests. B. All formal protests with respect to an Invitation for Bids or a Request for Proposals shall be submitted to the Purchasing Director in writing not less than four hours prior to the opening of bids or the closing time for acceptance of proposals. The 18 Purchasing Director, in consultation with the contract manager (and other appropriate County staff), shall have the authority to address all such protests received under subsection B and to determine whether postponement of the bid opening or proposal closing time is appropriate. The Purchasing Director's decision shall be considered final and conclusive unless the protesting party files a subsequent formal protest of the recommended contract award as described under this section. C. Any actual or prospective bidder or respondent to an invitation for bids or a Request for Proposals who desires to formally protest a recommended contract award shall submit a notice of intent to protest to the Purchasing Director within two (2) calendar days, excluding weekends and County holidays, from the date of the initial posting of the recommended award. D. All formal protests with respect to a recommended contract award shall be submitted in writing to the Purchasing Director for a decision. Said protests shall be submitted within five (5) calendar days, excluding weekends and County holidays, from the date that the notice of intent to protest is received by the Purchasing Director. The formal protest shall contain, but not be limited to the following information: 1. Name and address of County agency affected and the bid number and title. 2. The name and address of the protesting party. 3. A statement of disputed issues of material fact. If there are no disputed material facts,the written letter must so indicate. 4. A concise statement of the ultimate facts alleged and of any relevant rules, regulations, statutes, and constitutional provisions entitling the protesting party to relief. 5. A demand for the relief to which the protesting party deems himself entitled. 6. Such other information as the protesting party deems to be material to the issue. E. In the event of a timely protest of contract award consistent with the requirements of this section, the Purchasing Director shall not proceed further with the award of the contract until all appropriate administrative remedies as delineated under this section have been exhausted or until the Board of County Commissioners makes a determination on the record that the award of a contract without delay is in the best interests of the County. Neither the protesting party, their agents or their representatives shall have any private contact or discussions with individual County Commissioners or any independent hearing officer (where applicable) regarding the protest prior to the protest being heard or reviewed by either of the aforementioned unless requested to do so by the Purchasing Director. F. The Purchasing Director shall review the merits of each timely protest and in consultation with the contract manager and other appropriate County staff, issue a decision stating the reasons for the decision and the protesting party's rights of appeal under section XIX.Said decision shall be in writing and mailed or otherwise furnished to the protesting party. The decision of the Purchasing Director shall be final and conclusive unless the protesting party delivers a subsequent written objection to the Purchasing Director within two (2) calendar days, excluding weekends and County holidays from the date of receipt of the decision. G. In the event of a subsequent objection pursuant to subsection F, the County Manager shall have the discretion to appoint an independent hearing officer to 19 review the facts relevant to the protest. The appointed officer will have a maximum of 60 days to schedule and conduct a hearing into the matter and issue a finding of fact and a opinion in writing to the County Manager for submission to the Board of County Commissioners. Prior to commencement of the hearing, the protesting party shall be required to post a cash surety in an amount equal to one(1) percent of the using agency's estimate of the contract amount or one-thousand dollars ($1,000), whichever is less. Should the Hearing Officer find in favor of the County, the protesting party shall forfeit the surety as partial payment for undue delay. Otherwise, the surety will be returned to the protesting party. H. In the event that the protest cannot be resolved by mutual consent, the matter will be referred to the Board of County Commissioners for final resolution. I. Failure to file a formal protest within the time and manner prescribed by Section XIX shall constitute a waiver of the right to protest by any protesting party as defined by subsection A of this section. XX. CONTRACT CLAIMS All actual or prospective claims arising against the County from contractors, vendors or any other party in direct privity with the County to provide commercial commodities or services shall first be directly addressed by the parties' administrative representatives in a manner consistent with the agreement between the parties and in accordance with the County's Procurement Administrative Procedures Manual. For any prospective or actual claims or disputes arising under any contract entered into by the County, the Purchasing Director shall have the discretion to arbitrate or mediate the claim or dispute or may appoint an independent third party to do so within the authorization threshold limits of this policy. XXI. EMERGENCY PURCHASES A. By County Manager: In case of an emergency which requires immediate purchase of commodities or services in excess of the formal competitive threshold, the County Manager shall be empowered to authorize the Director to secure by open market procedure as herein set forth, any commodities or services. The County Manager shall have the authority to act in the case of any emergency including the issuance of emergency change orders/supplemental agreements. Any emergency action shall be reported at the first available regular or special meeting of the Board of County Commissioners. The County Manager shall further be authorized to approve payment(s) to vendors at the time of or shortly after purchase should the circumstances warrant. B. By Purchasing Director: In case of any emergency which requires immediate purchase of commodities or services equal to or less than the formal competitive threshold, the Purchasing Director shall be empowered to secure such services and commodities by open market procedure as herein set forth. Such action shall be reported immediately to the County Manager when appropriate. This section in no way constrains the provisions of Collier County Ordinance No.84-37. XXII. INSPECTION AND TESTING The Director shall inspect, or supervise the inspection of, or cause to be inspected, all deliveries of commodities or services to determine their conformance with the specifications set forth in an order or contract. 20 A. Inspection by Using Agency: The Director shall have the authority to authorize using agencies having the staff and facilities for adequate inspection to inspect all deliveries made to such using agencies under rules and regulations which the Director shall prescribe. B. Testing: The Director shall have the authority to require chemical and physical tests of samples submitted with bids and samples of deliveries which are necessary to determine their quality and conformance with specifications. In the performance of such tests, the Director shall have the authority to make use of laboratory facilities of any agency of the County or of any outside laboratory. XXIII. SURPLUS COMMODITIES AND TANGIBLE PERSONAL PROPERTY All using agencies shall submit to the Director, at such times and in such form as shall be prescribed, reports showing stocks of all tangible personal property which are no longer used or which have become obsolete,worn out or scrapped. A. Transfer: The Director shall have the authority to transfer surplus stock to other using agencies. B. Sale: The Director shall have authority to sell all commodities of a value less than the limits proscribed under Chapter 274 F.S., which have become unsuitable for County use. Sales under this section shall be made to the highest responsible bid and in .conformance with Section, 274, F.S. The Director shall be authorized to approve all sales where the net revenue to the County does not exceed $50,000. All sales exceeding $50,000 in net revenue to the County will be approved by the Board prior to completing the sale or conducting the sales event. C. Trade In: The Director shall be authorized to approve purchases that include the "trade in" of existing items (including assets) pursuant to the purchase of new, replacement or upgraded items/services. D. Donation: Operating departments under the purview of the Board of County Commissioners shall be authorized to accept items donated to the County. The receipt of all items not considered to be assets as defined under Florida law is to be documented by a letter from the operating department director to the donating entity. Items considered to be assets are to be documented using the appropriate forms and forwarded to the Fixed Assets Section of the Clerk of Courts Finance Division. Documentation is to include, but not be limited to; the date the asset(s)was received; the estimated fair market value of the asset(s); a description of the asset(s); a serial number if applicable and the fund/cost center under which the asset(s) will be assigned. E. Disposition of Assets: The Director shall have the authority to determine whether previously-acquired items (including assets)that are no longer useful to the agency have commercial value and if not, to dispose of such items in an appropriate manner with or without offering such items for sale, trade or donation to other entities. The Fixed Assets Section of the Clerk of Courts' Finance Division will submitted a quarterly report that identifies any assets that are disposed of under the provisions of this subsection. XXIV. PURCHASING CARD PROGRAM The Director shall be responsible for the overall management and operation of the County's purchasing card program. For the purpose of this policy, a purchasing card is a 21 credit card officially assigned to specific employees under the purview of the Board of County Commissioners' agency for the purpose of transacting small and/or strategic purchases. The Director shall be authorized to assign cards to employees for these purchases. The Director shall have the authority to establish the following dollar limits for each assigned card: A. Single Transaction Limit: Not to exceed$1,000 per card unless otherwise authorized by the Director. B. Monthly Spending Limit: Not to exceed $10,000 per card unless otherwise authorized by the Director. C. Strategic Purchases: The Director may utilize (or delegate the authority to other Purchasing Department staff to utilize) a purchasing card to place orders that exceed the limits set forth under this section in instances where one or more of the following is true: 1. Where the purchase is to address a valid public emergency; or 2. Where the County will earn revenue through card program rebates;or 3. Where a vendor is requiring the County to order by purchasing card. D. Sales Tax Compliance: Pursuant to Section 212.08(6), F.S., County purchases transacted with vendors within the State of Florida are exempt from the state sales and use tax. In such instances, it is the responsibility of the cardholder to provide the vendor with the appropriate tax exemption information when the card is presented to the vendor. In the event that the cardholder refuses to grant the tax exemption when the card is presented, the cardholder is authorized to allow the tax to be charged to the card. It is the position of the Board that it is not cost effective or in the public interest to require a cardholder to seek a credit for sales tax collected when the total sale does not exceed $300. In the event that the total sale exceeds $300, the cardholder's department director(or their designee) is responsible to ensure the tax is returned to the County for the purchase. E. Rebates: All purchasing cards rebates will be credited to the general fund unless otherwise specified by the Director. In all such instances, the Director shall ensure that the purchase has been approved subject to all other provisions of this policy. All fixed assets purchased using a purchasing card shall be properly recorded and tracked through the Fixed Assets Section of the Clerk of Courts Finance Division. The language of this section is not intended to supersede the provisions of Collier County Resolution 2006-49. XXV. SEVERABILITY If any one or more of the provisions of this Policy should be held contrary to any provision of law or contrary to express law, though not expressly prohibited, or against public policy, or shall for any reason whatsoever be held invalid,then such provision(s) shall be null and void and shall be deemed severable from the remaining provisions of this Policy and in no way shall affect the validity of all other provisions of this Policy. 22 i XXVI. REPEAL PRIOR AND CONFLICTING All resolutions and policies or parts of resolutions and policies, in conflict herewith, are hereby repealed. XXVII. EFFECTIVE DATE An official copy of this Policy shall be filed in the office of the Clerk to the Board of County Commissioners immediately after enactment and this Policy shall take effect at that time. XXVIII. CONFLICT OF INTEREST When procuring commodities or services using County funds, each entity and employee under the purview of the Board of County Commissioners shall comply with all applicable state and federal laws concerning conflict of interest. For state or federal Community Development Block Grant-funded projects, entities and employees shall comply with the requirements of Part 85, Section 36(b)(3)of the Housing and Urban Development Code. XXIX. DEBARMENT AND SUSPENSION The Board shall grant authority to County staff to suspend and/or debar vendors, contractors, consultants and other interested and affected persons from active participation in obtaining County contracts. The purpose of any such action shall be to protect the County's interests and the integrity of the County's contracting process. The suspension and debarment processes shall be considered to be separate from and in addition to the award evaluation and vendor performance evaluation processes authorized elsewhere in this policy. A. Definition of Terms: For the purposes of this section, the following terms have been defined as follows: 1. Affiliate refers to associated business entities or individuals that control or could control the contractor or are controlled by the contractor or could be controlled by the contractor. 2. Civil Judgment refers to a judgment or finding of a civil offense by any court of competent jurisdiction. 3. Contractor means any individual or legal entity that: a. Directly or indirectly (e.g.; through an affiliate), submits offers for or is awarded, or reasonably may be expected to submit offers for or be awarded, a County contract for construction of for procurement of commodities and services, including professional services; or b. Conducts business, or reasonably may be expected to conduct business, with the County as an agent, surety, representative or subcontractor of another contractor. c. For the purposes of this section, the terms "vendor" and "consultant" shall have the same meaning as "contractor"and the term "sub consultant"shall have the same meaning as the term "subcontractor". 4. Conviction means a judgment or conviction of a criminal offense, felony or misdemeanor, by any court of competent jurisdiction, whether entered upon a verdict or a plea, and includes a conviction entered upon a plea of no lo contendere. 23 5. Debarment means action taken by the County to exclude a contractor from County contracting and County-approved subcontracting for a reasonable, specified period as provided herein. 6. Preponderance of the Evidence means proof by information that, compared with that opposing it, leads to the conclusion that the fact at issue is more probably true than not. 7. Subcontractor: Any individual or legal entity that offers or agrees to provide commodities or services to a party deemed to be a contractor under this section. 8. Suspension refers to action taken by the Purchasing/General Services Director (hereinafter referred to as "the PGS Director") to temporarily disqualify a contractor from County contracting or County-approved subcontracting. B. Suspension: The Purchasing/General Services Director shall have the authority to suspend a contractor, subcontractor or person from consideration for award of contracts if there appears to be a reasonable basis for debarment as set forth under Section XXIX. If a suspension precedes a debarment, the suspension period shall be considered in determining the debarment period. The suspension period shall not exceed three months without the approval of the County Manager. A decision to suspend by the Purchasing/General Services Director shall be considered final and conclusive with no right of appeal. C. Debarment: 1. Causes for Debarment: The prospective causes for debarment include one or more of the following: a. Conviction for commission of a criminal offense as an incident to obtaining or attempting to obtain a public or private contract or subcontract, or in the performance of such contract or subcontract. b. Conviction under state or federal law of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty which currently, seriously and directly affects responsibility as a contractor. c. Conviction under state or federal antitrust laws arising out of the submission of bids, proposals or other competitive offers. d. Violation(s) of county contract(s) provisions, which is (are) deemed to be serious and to warrant debarment, including the failure, without good cause, to perform in accordance with the terms, conditions, specifications, scope, schedule or any other provisions of the contract(s). e. Refusal to provide bonds, insurance or other required coverages and certifications thereof within a reasonable time period. f. Refusal to accept a purchase order, agreement or contract, or perform accordingly provided such order was issued timely and in conformance with the solicitation and offer received. 24 g. Presence of principals or corporate officers in the business of concern,who were principals within another business at the time when the other business was suspended or debarred within the last three years under the provisions of this section. h. Violation of the ethical standards set forth under applicable state or county laws. i. Debarment of the contractor by another public agency. j. Any other cause deemed to be so serious and compelling as to materially affect the qualifications or integrity of the contractor. 2. Debarment Procedure: a. The county department requesting the debarment action shall submit to the PGS Director a written complaint setting forth the reason(s) for seeking debarment and shall identify a recommended debarment period. b. The PGS Director shall review the complaint, verify whether it is compliant with the provision of this policy, direct any appropriate changes and forward the complaint to the contractor. c. The contractor shall review the complaint and shall provide a written response (with supporting documentation) to each allegation. The response shall be provided to the PGS Director within 10 (ten) business days of receipt of the allegations submittal. In the event that the contractor fails to respond to the complaint within the prescribed time period, the complaint, as forwarded to the contractor, shall become an effective debarment decision without further appeal. d. In the event that the contractor files a timely and complete response to the complaint and the debarment action is based upon a conviction, judgment or other event(s) where there is no significant dispute over material facts, the PGS Director shall determine the period of debarment on the basis of the undisputed material information set forth or referenced in the complaint, the contractor's reply and the parameters set forth in this section. In the event that the Contractor objects to the PGS Director's decision, the Contractor shall have a maximum of three business days to file an appeal of the debarment decision with the PGS Director. The appeal will be forwarded to and considered by the County Manager (or his designee), who will review the debarment record compiled by the initiating department and the contractor. Should the County Manager overturn the PGS Director's decision; the County Manager shall formally cite the reasons for doing so. e. In the event that the contractor files a timely and complete reply to the complaint and where the facts are in dispute, the Purchasing Department will convene a debarment committee (hereinafter referred to as "the committee") consisting of at least three individuals who will review the complaint and the contractor's reply. The County Manager or his designee shall formally appoint the committee, which will generally consist of county employees, none of whom shall be a member of the department initiating the complaint. At the discretion of the County Manager, a member from private industry with a particular area of relevant expertise may be appointed to the committee, provided that this member is not a direct or 25 indirect competitor of the firm in question. The Office of the County Attorney shall appoint a representative to attend the hearing. The representative shall not be considered a voting member of the committee, but shall be available to provide legal counsel to the committee as necessary. All members appointed to serve on the debarment committee shall disclose, to the PGS Director, or his designee, any actual or prospective conflicts of interest at the time of appointment or at the time in which the member becomes aware of the actual or prospective conflict. f. The PGS Director, or his designee, shall chair the committee and serve as the Purchasing Department's representative to the committee. The Purchasing representative shall preside over and facilitate the deliberations of the committee as a non-voting member and serve as the County's liaison to the Contractor in the debarment process. All voting committee members are prohibited from having any communication regarding the debarment issue outside the committee deliberations with any of the parties involved in the specific debarment or their representatives until after the committee decision has been issued or, in the event of an appeal of that decision by the Contractor, until the conclusion of the appeal process. All committee deliberations are subject to Section 286.011 F.S. g. Where the material facts are in dispute, the committee shall evaluate the evidence, judge the credibility of witnesses and base its decision upon the preponderance of the evidence. Should the contractor fail to appear at the debarment hearing, the contractor shall be presumed to be unqualified and or non-responsive and shall be subject to debarment. The committee decision shall be by a majority vote of those voting members in attendance. The committee shall be the sole trier of fact. In the event that the committee decides to impose debarment, the debarment decision will formally include, but not be strictly limited to the following information: 1) The specific reasons for the debarment; 2) The scope of the debarment; and 3) The period of debarment, including the effective and expiration dates. The committee's decision shall be issued in writing within 20 business days of the conclusion of the hearing unless the committee extends this period for good cause. h. The PGS Director shall forward the committee's decision to the contractor and affiliates involved. Should the Contractor object to the committee's decision, the Contractor shall have a maximum of three business days to file an appeal of the debarment decision with the PGS Director. The appeal will be forwarded to and considered by the County Manager(or his designee), who will review the debarment record compiled by the initiating department, the contractor and the committee. Should the County Manager overturn the committee's decision; the County Manager shall formally cite the reasons for doing so. 3. Debarment Period: a. At its sole discretion, the committee shall determine the period of debarment. The debarment period shall be commensurate with the severity of the cause(s)and in no event shall be the debarment period exceed five years without the approval of the Board. 26 b. At its sole discretion, the committee (having the same or different composition) may reduce the debarment period upon a written request from the contractor to do so, based on one or more of the following reasons: 1. Newly discovered material evidence; 2. A reversal of the conviction, civil judgment or other action upon which the debarment was based; 3. Bona fide change in ownership or management; 4. Elimination of other causes for which the debarment was imposed; or 5. Other reasons that the committee might deem appropriate. The contractor's request shall be submitted to the PGS Director in writing and shall be based on one or more of the aforementioned reasons. c. The decision of the committee regarding a reduction of the debarment period is final and not subject to appeal. 4. The Effects of Debarment: a. Debarred contractors are excluded from receiving County contracts. Departments shall not solicit offers from, award contracts to, or consent to subcontractors with debarred contractors, unless the County Manager or his designee determines that emergency or single source conditions exist and grants written approval for such actions. Debarred contractors are excluded from conducting business with the County as agents, representatives, subcontractors or partners of other contractors. b. The Purchasing Department shall notify all Board departments of the final debarment decision and the effects of that decision with regard to conducting business with the debarred entity(ies) during the debarment period. {{ 5. Continuation of Current Contracts: a. Departments may not renew or otherwise extend the duration of current contracts with debarred contractors in place at the time of the debarment unless the PGS Director or his designee determines that it is in the best interests of the County to allow the contractor to continue or finish the work within an additional, limited period of time. b. Debarment shall constitute grounds for terminating an open agreement with a contractor. However, the contract manager may permit completion of an open contract(s) provided that the debarred contractor has performed in a satisfactory manner to date under the open contract(s)unless otherwise directed by the PGS Director. 27 r. 6. Restrictions on Subcontracting: a. When a debarred contractor is proposed as a subcontractor for any subcontract subject to County approval, the department shall not consent to subcontracts with such contractors unless the County Manager or his designee determines that emergency or single source conditions exist, thus justifying such consent and approves such decision. b. The County shall not be responsible for any increases in contract costs or other expenses incurred by a contractor as a result of rejection of proposed subcontractors pursuant to subsection 6.a provided that the subcontractor was debarred prior to the submission of the applicable bid or proposal offer. 7. The Scope of Debarment: Debarment applies to all officers, principals, directors, partners, qualifiers, divisions or other organizational elements of the debarred contractor, unless the debarment decision is limited by its terms to specific divisions, organizational elements or commodity/services. The committee's decision includes any existing affiliates of the contractor if they are specifically named and are given written notice of the proposed debarment and an opportunity to respond. Future affiliates of the contractor are subject to the pre-existing terms of the committee's decision. I i 2/10/09 I ' 28 Exhibit 16.Match documentation- Organization's Most Current Balance Sheets Account Minor Fund Line Item Detail Proforma Collier County Government Fiscal Year 2016 FY 2014 FY 2015 FY 2016 FY 2016 FY 2016 FY 2010 FY 2016 Adopted Actual Adopted Amended Forecast Current Expanded Budget %Change 111 MSTU General Fund 600 Operating Expense Expenditures 163805-ill 634990 Landscape 8,820 25,000 25,000 24,500 30,000 0 30,000 20.00 163805-111 634999 Other Contractual 142,772 125,000 125,000 140,000 130,000 0 130,000 4.00 163805-111 643100 Electricity 3,442 5,000 5,000 12,000 13,000 0 13,000 160.00 163805-111 643400 Water And Sewer 9,521 30,000 30,000 11,000 12,000 0 12,000 -60.00 '163805-111 646311 Sprinkler System 1,231 5,000 5,000 2,000 5,000 0 5,000 0.00 163805-111 646318 Mulch 0 0 0 0 5,000 0 5,000 0.00 163805-111 652310 Fertilizer Herbicides 0 0 0 500 700 0 700 0.00 Expenditures 165,785 190,000 190,000 190,000 195,700 0 195,700 3.00 Fund Total Expenditure: 165,785 190,000 190,000 190,000 195,700 0 195,700 3.00 Fund Total Revenue: 0 0 0 0 0 0 0 0.00 Fund Balance: -165,785 -190,000 -190,000 -190,000 -195,700 0 -195,700 3.00 • 162 Immokalee Beautification 600 Operating Expense Expenditures 162524-162 631400 Engineering Fees 0 20,000 20,000 20,000 20,000 0 20,000 0.00 162524-162 634999 Other Contractual 78,510 100,000 148,289 150,000 97,800 0 97,800 -2.20 162524-162 639980 Interdept Pay For 0 10,000 '10,000 10,000 10,000 0 10,000 0.00 1.62524-162 640200 Mileage 0 1,500 1,500 500 500 0 500 -66.67 162524-162 641950 Postage Freight 3 0 0 100 100 0 100 0.00 162524-162 643300 Trash And Garbage 10,382 15,000 15,000 15,000 15,000 0 15,000 0.00 162524-162 645100 Insurance General 700 600 600 600 600 0 600 0.00 162524-162 646311 Sprinkler System 0 3,300 3,300 3,000 1,000 0 1,000 -69.70 162524-162 646318 Mulch 7,028 8,000 8,000 8,000 3,000 0 3,000 -62.50 162524-162 646451 Lighting 18,501 90,000 126,346 127,000 90,000 0 90,000 0.00 , I 162524-162 647110 Printing Binding 81 0 0 0 0 0 0 0.00 162524-162 649010 Licenses And 0 1,000 1,000 1,000 1,000 0 1,000 0.00 162524-102 649100 Legal Advertising 0 300 300 300 200 0 200 -33.33 162524-162 651110 Office Supplies 0 500 500 500 500 0 500 0.00 162524-162 652210 Food Operating 48 0 0 400 400 0 400 0.00 162524-162 652310 Fertilizer Herbicides 201 6,000 6,000 6,000 700 0 700 -88.33 Expenditures 115,452 256,200 340,835 342,400 245,800 0 240,800 -6.01 610 Indirect Cost Reimburs Expenditures 162524-162 634970 Indirect Cost 4,900 6,500 6,500 6,500 2,100 0 2,100 -67.69 Expenditures 4,900 6,500 6,500 6,500 2,100 0 2,100 -67.69 700 Capital Outlay Expenditures 162524-162 763100 Improvements 77,363 119,900 170,322 170,000 0 0 0 100.00 1 Expenditures 77,363 119,900 170.,322 170,000 0 0 0 100.00 886 Trans to Property Appraiser Expenditures 959010-162 930600 Budget Transfers 2,509 2,800 2,800 2,800 3,000 0 3,000 7.14 Expenditures 2,509 2,800 2,800 2,800 3,000 0 3,000 7.14 887 Trans to Tax Collector Expenditures 959010-162 930700 Budget Transfers 5,827 7,400 7,400 7,400 8,000 0 8,000 8,11 Expenditures 5,827 7,400 7,400 7,400 8,000 0 8,000 8.11 925 Trans to 186 Immok Redev Fd Expenditures, 929010-162 911860 Transfer To 186 76,000 76,000 76,000 76,000 85,000 _ 0 85,000 11.84 Expenditures 76,000 76,000 76,000 76,000 85,000 0 85,000 11.84 306 Ad Valorem Taxes Revenues 162524-162 311100 Current Ad Valoretn 269,492 287,200 287,200 275,700 336,600 0 336,600 17.20 Revenues 260,492 287,200 287,200 275,700 336,600 0 336,600 17.20 307 Delinquent Ad Valorem Taxes Revenues 162524-162 311200 Delinquent Ad 9,828 0 0 a 0 0 0 0.00 Revenues 9,828 0 0 0 0 0 0 0.00 360 Miscellaneous Revenues Revenues GovfNlax VS 1 516/2.015 Account Minor Fund Line Item Detail Proforma Collier County Government Fiscal Year 2016 FY 2014 FY 2015 FY 2016 FY 2016 FY 2016 FY 2016 FY 2016 Adopted Actual Adopted Amended Forecast Current Expanded Budget %Grange 162 Immokalee Beautificationi 360 Miscellaneous Revenues Revenues 162524-162 369130 Ins Co Refunds 9,821 0 0 0 0 0 0 0.00 Revenues 9,821 0 0 0 0 0 0 0.00 361 Interest/Misc Revenues 989010-162 361170 interest Sba 60 0 0 0 0 0 0 0.00 989010-162 361180 Investment interest 1,887 1,000 1,000 1,400 1,000 0 1,000 0.00 Revenues 1,048 1,000 1,000 1,400 1,000 0 1,000 0,00 393 Trans frm Property Appraiser Revenues 059010-162 486600 Transfer From 364 0 0 0 0 0 0 0.00 Revenues 364 0 0 0 0 0 0 0.00 395 Trans frm Tax Collector Revenues 059010-162 486700 Transfer From Tax 2,157 0 0 0 0 0 0 0.00 Revenues 2,157 0 0 0 0 0 0 0.00 498 Carry Forward Revenues 919010-162 489200 Carryforward 334,600 195,100 195,100 346,200 18,200 0 18,200 -90.67 919010-162 489201 Carry Forward Of 0 0 135,057 0 0 0 0 0.00 Revenues 334,600 195,100 330,157 346,200 18,200 0 18,200 -90.67 499 Less 5%Required By Law Revenues 919010-162 489900 Less 5%Required 0 -14,500 -14,500 0 -16,900 0 -16,900 16,65 Revenues 0 -14,500 -14,500 0 -16,900 0 -16,900 16.55 Fund Total Expenditure: 282,051 468,800 603,857 605,100 338,900 0 338,900 -27.71 Fund Total Revenue: 628,210 468,800 603,857 623,300 338,900 0 338,900 -27.71 Fund Balance: 346,158 0 0 18,200 0 0 0 0,00 GovMax V5 2 61612015 r- Account Minor Fund Line Item Detail Proforma Collier-- Government Fiscal Year 2016 FY 2014 FY 2016 FY 2015 FY 2016 FY 2016 FY 2016 FY 2016 Adopted Actual Adopted Amended Forecast Current Expanded Budget %Change 186 Immolcalee Redevelop', 500 Personal Services Expenditures 138324-186 512100 Regular Salaries 211,533 233,695 233,695 211,200 '181,439 181,439 -22.36 138324-186 512600 Er 457 Deferred 500 2,000 2,000 2,000 500 500 -75.00 138324-186 513100 Other Salaries And 0 0 0 400 0 0 0.00 138324-186 515000 Vacation Sell Back 0 805 805 400 856 856 6.34 138324-186 518100 Termination Pay 892 0 0 0 0 0 0.00 138324-186 510100 Reserve For Salary 0 5,612 5,612 30 3,241 3,241 -42.25 138324-186 521100 Social Security 15,375 18,608 18,608 16,400 27,523 27,523 47,91 138324-186 522100 Retirement Regular 15,036 17,810 17,810 16,000 13,859 13,859 -22,18 138324-186 523150 Health Insurance 52,400 52,400 52,400 52,400 52,400 52,400 0.00 138324-186 523152 Dental Insurance 1,960 1,960 1,960 1,960 1,960 1,960 0.00 138324-186 523153 Short Term 360 360 360 360 360 360 0.00 138324-186 523154 Long Term 760 760 760 760 760 760 0.00 138324-186 523160 Life insurance 705 890 890 890 1,002 1,002 12.56 138324-186 524100 Workers 400 300 300 300 300 300 0.00 Expenditures 299,920 335,200 335,200 303,100 284,200 0284,200 -15.21 600 Operating Expense Expenditures 138324-186 634207 IT Capital 700 1,200 1,200 1,200 2,100 0 2,100 75.00 138324-186 634210 Info Tech 15,900 17,500 17,500 17,500 11,900 0 11,900 -32.00 138324-186 634980 Interdept Payment 642 11,000 11,000 11,500 12,000 0 12,000 9.09 138324-186 634999 Other Contractual 26,556 30,000 30,000 30,000 40,000 0 40,000 33.33 138324-186 640200 Mileage 1,086 3,000 3,000 2,700 3,000 0 3,000 0.00 138324-186 640300 Out Of County 676 5,000 5,000 4,000 4,000 0 4,000 -20.00 138324-186 640310 Out Of County 60 0 0 0 0 0 0 0.00 138324-186 641230 Telephone Access 0 800 800 800 600 0 600 -25,00 138324-186 641400 Telephone Direct 3,025 3,000 3,000 3,000 3,000 0 3,000 0.00 138324-186 641700 Cellular Telephone 3,171 2,000 2,000 5,000 5,000 0 5,000 150.00 138324-186 641900 Telephone Sys 305 0 0 0 0 0 0 0.00 138324-186 641950 Postage Freight 49 100 100 50 50 0 50 -50,00 138324-186 641951 Postage 47 100 100 50 50 0 50 -50.00 138324-186 643100 Electricity 177 0 0 1,500 2,000 0 2,000 0.00 138324-186 643300 Trash And Garbage 248 0 0 0 0 0 0 0.00 138324-186 643400 Water And Sewer 758 0 0 5,000 3,000 0 3,000 0.00 138324-186 644100 Rent Buildings 21,593 22,000 22,000 22,000 22,000 0 22,000 0.00 138324-186 644620 Lease Equipment 2,818 4,000 4,000 3,500 3,500 0 3,500 -12.50 138324-186 645100 Insurance General 2,900 2,400 2,400 2,400 2,600 0 2,600 8.33 138324-186 647110 Printing Binding 150 500 500 100 600 0 500 0.00 138324-186 648160 Other Ads 0 200 200 100 200 0 200 0.00 138324-186 648170 Marketing And 450 500 500 300 500 0 500 0.00 138324-186 649000 Sales Tax Expense 21 0 0 0 0 0 0 0.00 138324-186 649030 Clerics Recording 0 100 100 100 100 0 100 0.00 138324-186 649100 Legal Advertising 0 500 500 100 500 0 600 0.00 138324-186 649990 Other 34 0 0 50 100 0 100 0.00 138324-186 651110 Office Supplies 3,281 2,500 2,500 2,500 2,500 0 2,500 0.00 138324-186 651210 Copying Charges 2,236 0 0 2,500 2,500 0 2,500 0.00 138324-186 652210 Food Operating 778 800 800 800 800 0 800 0.00 138324-186 652990 Other Operating 117 0 0 50 100 0 100 0.00 138324-186 654110 Books Publ& 0 0 0 200 200 0 200 0.00 138324-186 654210 Dues And 2,415 3,000 3,000 3,150 3,000 0 3,000 0.00 138324-186 654370 Organizational _� 195 0 0 50 _ 200 0 200 0.00 Expenditures 90,389~110,200 110,200 120,200 126,000 0 126,000 14.34 610 Indirect Cost Reimburs Expenditures 138324-186 634970 Indirect Cost 60,800 26,500 26,500 26,500 62,700 0 52,700 98.87 Expenditures 60,800 26,500 26,500 28,500 52,700 0 52,700 98.87 800 Grants and Aid Expenditures 138324-186 883100 Payment In Lieu Of 11,620 20,000 20,000 20,000 20,000 0 20,000 0.00 138324-186 884200 Resfdenlial Rehab 20,000 15,000 35,000 35,000 15,000 0 16,000 0.00 Expenditures 31,620 35,000 55,000 55,000 35,000 0 35,000 0.00 905 Trans to 111 Unincorp Gen Ed Expenditures 929010-186 911110 Transfer To 111 0 0 0 0 30,000 0 30,000 0.00 Expenditures 0 0 0 0 30,000 0 30,000 0.00 928e Trans to 705 Housing Grants Expenditures � � GovMax VS 3 515/2015 Account Minor Fund Line Item Detail Proforma Collier County Government Fiscal Year 2016 • FY 2014 FY 2016 FY 2015 FY 2016 FY 2016 FY 2016 FY 2016 Adopted Actual Adopted Amended Forecast Current Expanded Budget %Change 186 Immokalee Redevelop 928e Trans to 705 Housing Grants Expenditures 929010-186 917050 Trans to 705 0 0 0 192,700 0 0 0 0.00 Expenditures 0 0 0 192,700 0 0 0 0.00 928o Trans to 715 Im CRA Grants Expenditures 929010-186 917150 Trans to 715 Im 0 D 0 76,200 0 0 0 0.00 Expenditures 0 0 0 76,200 0 0 0 0.00 991 Reserves for Contingencies Expenditures 919010-186 991000 Reserve For 0 50,600 30,600 0 51,600 0 51,600 1.98 Expenditures 0 50,600 30,600 0 51,600 0 51,600 1.98 993 Reserves for Capital Expenditures 919010-186 993000 Reserve For Capital 0 19,900 19,900 0 0 0 0 100.00 Expenditures 0 19,900 19,900 0 0 0 0 100.00 361 Interest/Misc Revenues 989010-186 361170 Interest Sba 49 0 0 0 0 0 0 0.00 989010-186 361180 Investment Interest 1,611 1,000 1,000 1,000 600 0 600 -40.00 Revenues 1,660 1,000 1,000 1,000 600 0 600 -40.00 377d Advance/Repay fm 111 Unincrp Gen Ed Revenues 929010-186 482111 Adv/Repay frm 111 0 0 0 268,900 0 0 0 0.00 Revenues 0 0 0 268,900 0 0 0 0.00 401 Trans fin 001 Gen Fund Revenues 929010-186 481001 Transfer From 001 266,300 296,400 206,400 296,400 318,600 0 318,600 7.49 Revenues 266,300 296,400 296,400 296,400 318,600 0 318,600 7.49 408 Trans fm 111 MSTD Gen Fd Revenues 929010-186 481111 Transfer From 111 53,500 59,600 59,600 59,600 64,100 0 64,100 7.55 Revenues 53,500 59,600 59,600 69,600 64,100 0 64,100 7.65 423 Trans fm 162 Immokalee Beaut Ed Revenues 929010486 481162 Transfer From 162 76,000 76,000 76,000 76,000 85,000 0 85,000 11.84 Revenues 76,000 76,000 76,000 76,000 85,000 0 85,000 11.84 498 Carry Forward Revenues 919010-186 489200 Carryforward 268,500 144,500 144,500 183,200 111,400 0 111,400 -22.91 Revenues 268,500 144,500 144,500 183,200 111,400 0 111,400 -22.91 499 Less 5%Required By Law Revenues 919010-186 489900 Less 5%Required 0 -100 -100 0 -200 0 -200 100.00- Revenues 0 -100 -100 0 -200 0 -200 100.00 Fund Total Expenditure: 482,729 577,400 577,400 773,700 579,500 0 679,600 0.36 Fund Total Revenue: 665,960 577,400 577,400 885,100 579,500 0 679,600 0.36 Fund Balance: 183,232 0 0 111,400 0 0 0 0.00 A GovMax V5 4 5/512016 Account Minor Fund Line item Detail Proforma Collier County Government Fiscal Year 2016 FY 20.14 FY 2015 FY 2016 FY 2016 FY 2016 FY 2016 FY 2016 Adopted Actual Adopted Amended Forecast Current Expanded Budget %Change 715 Immokalee CRA Grant 500 Personal Services Expenditures 138315-715 512100 Regular Salaries 11,100 0 9,607 3,000 0 0 0 0.00 138315-715 513100 Other Salaries And 0 0 -4,220 0 0 0 0 0.00 138315-715 514100 Ovedime 0 0 -63 0 0 0 0 0.00 138315-716 518100 Termination Pay 0 0 -129 0 0 0 0 0.00 138315-715 521100 Social Security 788 0 -5,558 0 0 0 0 0.00 138315-715 522100 Retirement Regular 771 0 1,315 0 0 0 0 0.00 138315-715 523150 Health Insurance 0 0 1,500 0 0 0 0 0.00 138315-715 523160 Life Insurance 0 0 587 0 0 0 0 0.00 Expenditures 12,660 0 3,039 3,000 0 0 0 0.00 600 Operating Expense Expenditures 138315-715 631990 Other Professional 0 0 -1,189 0 0 0 0.00 138315-715 634980 Interdept Payment 2,053 0 -13,876 0 0 0 0.00 138315-715 634999 Other Contractual 886,543 0 3,007,678 3,010,300 0 0 0.00 138315-715 639990 Other Contractual 0 0 -683 0 0 0 0.00 138315-715 640200 Mileage 0 0 1,282 0 0 0 0.00 138315-715 640300 Out Of County 0 0 821 0 0 0 0.00 138315-715 640310 Out Of County 0 0 405 0 0 0 0.00 138315-715 641700 Cellular Telephone 0 0 3,600 0 0 0 0.00 138315-715 641950 Postage Freight 26 0 1,044 0 0 0 0.00 138315-715 641951 Postage 0 0 789 0 0 0 0.00 138315-715 641952 Freight 0 0 -182 0 0 0 0.00 138315-715 644100 Rent Buildings 0 0 5,434 0 0 0 0.00 138315-715 646710 Office Equipment R 0 0 6,162 0 0 0 0.00 138315-715 647110 Printing Binding 0 0 -595 0 0 0 0.00 138315-715 848160 Other Ads 0 0 1,376 0 0 0 0.00 138315-715 848170 Marketing And 0 0 1,155 0 0 0 0.00 138315-715 649000 Sales Tax Expense 0 0 -2 0 0 0 0.00 138315-715 649010 Licenses And 598 0 -598 0 0 0 0.00 138315-715 649030 Clerks Recording 0 0 -10 0 0 0 0.00 138315-715 649100 Legal Advertising 1,528 0 -1,174 0 0 0 0.00 138315-715 651110 Office Supplies 0 0 -629 0 0 0 0.00 138315-715 651910 Minor Office 0 0 1,663 0 0 0 0.00 138315-715 651930 Minor Office 0 0 -4,939 0 0 0 0.00 138315 415 652020 Computer Software 0 0 1,929 0 0 0 0.00 138315-715 652900 Other Operating 0 0 792 0 0 0 0.00 138315-715 654110 Books Pub1& 0 0 -41 0 0 0 0.00 138315-715 654210 Duos And 0 0 51 0 0 0 0.00 138315-715 654360 Other Training Ed 0 0 -39 0 0 0 0.00 Expenditures 890,748 0 3,010,227 3,010,300 0 0 0.00 700 Capital Outlay Expenditures 138315-715 761100 Land Capital Outlay 0 0 111,300 131,300 0 0 0 0.00 138315-715 763100 Improvements 0 0 20,645 0 0 0 0 0.00 138315-715 764360 Obsolete 0 0 -2,188 0 0 0 0 0.00 138315-715 764990 Other Machinery 0 0 1,577 0 0 0 0 0.00 Expenditures 0 0 131,334 131,300 0 0 0 0.00 991 Reserves for Contingencies Expenditures 919010-715 991000 Reserve For 0 0 0 0 76,200 0 76,200 0.00 Expenditures 0 0 0 0 76,200 0 76,200 0.00 330 intergovernmental Revenues Revenues 138315-715 334420 Transportation Fdot 61,947 0 20,645 20,600 0 0 0 0.00 Revenues 61,947 . 0 20,645 20,600 0 0 0 0.00 334 SFWMD/Big Cypress Revenue Revenues 138315-715 337310 Water Mgt Cip Big 200,000 0 0 0 0 0 0 0.00 Revenues 200,000 0 0 0 0 0 0 0.00 361 Interest/Misc Revenues 989010-715 361170 Interest Sba 5 0 0 0 0 0 0 0.00 989010-715 361180 Investment Interest 219 0 0 0 0 0 0 0.00 Revenues 224 0 0 0 0 0 0 0.00 380 Reimb From Other Dents Revenues GovMax V5 6 6/612015 Account Minor Fund Line Item Detail Proforina Collier County Government Fiscal Year 2016 FY 2014 FY 2015 FY 2015 FY 2016 FY 2016 FY 2016 FY 2016 Adopted Actual Adopted Amended Forecast Current Expanded Budget %Change 715 Immokalee CRA Grant 380 Reimb From Other Dents Revenues 138315-715 487999 Reimbursement 888,794 0 3,123,955 3,124,000 0 0 0 0.00 Revenues 688,794 0 3,123,955 3,124,000 0 0 0 0.00 498 Carry Forward Revenues 919010-715 489200 Carryfoeward 0 _ 0 0 0 76.200 0 76,200 0.00 Revenues 0 0 0 0 76,200 0 76,200 0.00 Fund Total Expenditure: 903,408 0 3,144,600 3,144,600 76,200 0 76,200 0.00 Fund Total Revenue: 950,966 0 3,144,600 3,144,600 76,200 0 76,200 0.00 Fund Balance: 47,557 0 0 0 0 0 0 0.00 GovNlax V5 6 616/2016 Exhibit 17 Internal Revenue Service Form 990 N/A—Collier County Government I • En w I= (I) w 0, I • o E e O Z5 I as ca_ I* (71 71 LO '•-• 1 --) •W Cat /7 O 0 I 1 1-0 O ra4 Z- 1 < CCI 0) 0 a..) r.., I CL E I 1 e- Z 0 0 II 1 c, 1■Il O "CI 0 I a_ ., ). 0 I .r•-• RI t E 0 6 I ?13.? E u 6. iz ....a 1 Iii e - d. 1 — ,. ',T, .1._ E A i• II II I (ID o OD I- CI) 11, II 0 I , ---... 1-4 1___J r4 I I 0 T., a 11 ts u3. W Fr I UJ I NI i I- d 1 ' E Luij E 8 - 1.(1 I . -J PI 1■1 1 0 0 CD I 1 a- N 1 . a) w = II o to 1 P. ra 4,„. I 7t t I• .i... 1 o. , i , Ci)0 4-■ 'CI Z• li; 1 f■ t, 7) 3• O LL 0 il vs E- t ft ID az Ft C..) 4-.. cU vi •WI I t 73 P•4 CC I o I t "I=S ■ it .-5.' C...) I : 1 1 t, E I *-0 a. 0 I a) 04 E 7, E J E ko = c --.. n 0 \ 4-, /7 CU Pg 0 IC U f`l e CI r,, 11 i is i 0 eci cO z I 0 ca ro) CD lator bi / o . ... .. MI a lal • 0 v . ii" , , ,- — ,,., ..... . uu) - d c,imp 0 , X v) ..... ,., ... j U oti 17X-11 f17. I , , 1 (, ,—■ 11 a) 4., ;••■ LiJ 0 1 = U- tallorAik '." --- na ■- (1' , 1 II _ ...--' E • 4,..i c ril z •T /— Cel .-- ...,,,, L0 i ' - .1 . i ..,c :...-.. , }- .:- ,-. .---"'"."------ tr) ./' -) "I' 11-7 _. .4 .- Ce - ' 0 '.1' 4 .,..,' CNI ....- 10 I .7. — ..,.-.' ›. 1■• X q. 03 I — - __ Lt, ,, 00 V o '----- z r..1 g. ;11 I ...-------- a) ++ et •., 1. a 1..---'. = .0 ,. Q Z '411111( E fr4 1-4 o v) Zoomed View Low and Moderate Income Block Groups in Collier County, FY 2015 Bonita ----- — — — Springs I._1 I•."h .' J; ut ‘ i,•0u1, I, ,•t: . I.f , 1 X 1 1 Naples ,li '"I $ 1, Park 1 �.... Im,.ra4::r3r.«H.1 CRRde 1':CU uII;r .mc 'r itn 1 1 w I 1 ...1,I,I, I I ,,.,1 f1 u 1 41 11't„1 I\ Vnn,lal hltl Ranch 12.1 Y <; a `s 1 PeIICAII r H vohlen Sala!HrdW By nl , n r I' i 11 I c `. t r 44 II I., 1 illit I i ciolOon 0.Pi,y I 11 It I ,�..•.•. ,1 ty.c Y 'SR%83E<aRRJpes.�. 11 Nadi C. les 8.1r c I '18.„, .I1:ISI+ i bIt I 1 8. I 1 f 1 Mn of {y V1 1 It \ c \c \` — I .. '.11, \\ ,r3R I.1t Legend r.. ,I [____I Collier County 51%+ Low Mod Income Population ,,,:r,..‘, I N \ 1.1..,l Goodiancl A 0 2 4 `} Sources:Esri,DeLorme,HERE,USGS,Intermap,increment P Corp., im■Iiim Miles 1 NRCAN,Esri Japan,METI,Esri China(Hong Kong),Esri(Thailand), i TomTom Source:HUD's FY 2015 Estimates of Low and Moderate Income Individuals,retrieved from: https://www.hu dexchange.info/manage-a-program/acs-low-mod-summary-data-block-groups-places/ Exhibit 19.Annual Operation Plan Workshop �vf operational plan workshop • 2014 Goals and Action Steps in Priority Order ' local businesses Rehab • Security Lights in Dark Areas • Expend Street Lights in Residential Areas • Stop Light Crossing / Crosswalks (Main Street) ' Entry Monuments (3 locations) • Additional Trash Receptacles Pedestrian and bicycle facility improvements • Bathrooms in Parks • Outreach to local businesses/public presentations Drainage improvements • Sidewalk construction (N. 9th St., Eustis, Jefferson Ave, Lake Trafford and other side of Carson rd and Westclox) 2015 PRIORITIES: 1. local businesses Rehab 2. Security Lights in Dark Areas 3. Median Improvements ft Street 4. Lighted Christmas deco on poles 5. Additional trash receptacles 6. Bathrooms at P arks 7. Entry Monuments (3 locations) 8. Expend Street Lights in Residential Areas 9. Christmas Tree Lighting 10. Clock tower and Stop Light Crossing/Crosswalks } (Main& 1St Street) 11. New Banners 12. Movin g Light ht Poles 13. New Benches/Repair Existing Benches 14. Drainage improvements Exhibit 20—Immokalee Area Census Designation Map i Immokalee Area Census Map: ,.umsm Rd H14 , _ I 113.02 °"'"" 114 — a' 4 « I 7 4` a al 1 #17 S 1 — i— ■ _ I., I /- i I��t r L«■" i kale I � 1 e _ , 1� '' ,s � ��' "� �. Ilid 14tbN' 1 1 7.O I i i is � .! ,, i 11 � y 11-3'62 112.04 il''' i I I ;1P ' .01 1 12.04 � • 1 1 kl 3 n bi 4., tttir�n ee 33250 IMMOK4 LL _ RES 1555 C a ' I 1 [ ifi I I ) 11 l f 1 i 1 Exhibit 21—Immokalee Boundary Map(various designations) Map of Various Immokalee Designations: INCENTIVE PROGRAM AREAS IMMOKALEE,FLORIDA 1 .94 1 A �--- -•- . „ Wes:. ''._. --`- I I 9 116. I 1 `n lF IMMOKALEE FLORIDA ,, 19 RURAL AREA OF CRITICAL ECONOMIC CONCERN AND NUB ZONE ! 1 l IMMOKALEE URBAN BOUNDARY :. ., ENTERPRIZE ZONE _ ca r___ COMMUNITY REDEVELOPMENT AREA 1 jI NMI FOREIGN FREE TRADE ZONE .. d _. r s I I 11* amec foster wheeler December 10, 2015 Mr. James Sainvilus MSTU Project Manager Immokalee CRA Collier County Community Redevelopment Agency 750 South 5th Street Immokalee, FL 34142 VIA EMAIL: JamesSainvilus©colliergov.net Re: Proposal for Professional Engineering Services Phase II — N 9th Street—Pedestrian Path and Driveway Drainage Improvement Amec Foster Wheeler Project No. 15-PROP-MIAM-6788-49 Mr. Sainvilus: Amec Foster Wheeler Environment & Infrastructure, Inc. (Amec Foster Wheeler), is pleased to submit this Time & Materials cost proposal to the Immokalee Community Redevelopment Agency (CRA) for Professional Engineering Services on the above referenced project, in accordance with the rates and requirements of the Architectural & Engineering Services Agreement, Contract No: 13-6164-AR. Per your request, we have prepared a proposal for the design of a pedestrian path and several driveway drainage improvements along the east right-of-way of North 9th Street; from Glades Street, to Habitat Center Street(approximately 1,075 LF). The project is understood to provide safe pedestrian circulation by adding a continuous path along the east side of roadway. The new sidewalk will tie-in the existing sidewalk, north of Washington Avenue, and the existing sidewalk south of Glades Street, providing a direct connection to a nearby school, and other residences in the area. Currently, there is no sidewalk on this side of street. The project is also set to address a drainage problem along the east side of N 9th Street, as runoff collects and ponds in front of several residences driveways. Ponding is to be addressed by reconfiguring the driveways as needed, site grading, and the addition of storm inlets. A site survey and percolations tests are required to better understand the soil absorption rate and current drainage pattern. Construction documents for a new path and drainage system will be provided, along with supporting bid documents. This proposal provides an overview of the services to be provided by Amec Foster Wheeler. AMEC Foster Wheeler Environment& Infrastructure,Inc. 281 Airport Road South Naples, Florida 34104 Tel (239)643-4747 Fax (239)643-7486 www.amecfw.com Inunokalee CRA Phase I—W Eustis Avenue K, Proposal Name: 15PROP-1IQAM-6788-49 W1P AMEC Foster Wheeler Environment&Infrastructure,•astructure,Inc. December 10,2015 ,y m e c foster wheeler The following scopes and tasks of work are proposed for this project: • Task 1: Design Phase • Task 2: Permitting • Task 3: Bid Phase • Task 4: Construction Administration PROPOSAL SUMMARY Task 1 — Design Phase Specific Purpose Survey/ Percolation Tests Amec Foster Wheeler will perform a topographic survey of the project site to support design and permitting of the project. The following will be included with the survey, as applicable: • Locate all site improvements and utilities, as evidenced by above ground features or as marked by the designated utility company representative. • Locate existing trees, or other man made features, storm and sanitary structures including storm inlets, manholes, culverts, pipe inverts, pipe size and material. • Obtain spot elevations on natural ground and existing improvements suitable for interpolation of one foot contours to be shown on the final drawing. • Set a minimum of 2 site benchmarks within the site based on the vertical data illustrated on the available as-built survey. • Topographic coverage will be limited to the area depicted on the survey limits exhibit. • Property boundary and easements will be depicted as provided by CRA. This task does not include boundary surveying services. The following will be included with the percolation test, as applicable: • Three (3) percolation tests are required based on proposed drainage trench length. • Report with hydraulic conductivity rate, to be used to determine exfiltration trench dimensions. All services and products will be performed in conformance with Florida Administrative Code Rule Chapter 5J-17, pursuant to Chapter 472, Florida Statutes. 2 Imnrokalee CRA Phase I—W Eustis Avenue Proposal Name. 15PROP-rYIIAM-6788-49 AMEC Foster Wheeler Environment&Infrastructure,Inc. December 10,2015 amec foster wheeler Schematic Design Amec Foster Wheeler will research applicable building codes, local zoning, land use and codes. Amec Foster Wheeler will evaluate existing conditions and sanitary sewer connection requirements. A sidewalk will be provided to separate pedestrians from motor vehicle traffic. Whenever possible, the path will be buffered with a planter strip, increasing safety and comfort. The path will be designed to meet ADA requirements, and will provide level passage through driveways, and clear passage around utility poles, posts, fire hydrants, etc. Six (6) feet is the desirable minimum sidewalk width along an arterial street in non-commercial areas. Following the completion of the Specific Purpose Survey, Amec Foster Wheeler will prepare 30% Schematic Design Drawings for the proposed improvements. Schematic Design Drawings will be formatted to Collier County standards and are anticipated to include at a minimum the following sheets: Cover, Existing Conditions (Survey), Proposed Site Plan (Geometrical Layout), and Drainage Plan. Development Documents Following the CRA review of the Schematic Design Drawings, Amec Foster Wheeler will prepare Development Document Drawings for the proposed improvements. Development Document Drawings will be formatted to Collier County standards and are anticipated to include at a minimum the following sheets: Cover, General Notes, Existing Conditions (Survey) and Demolition Plan, Geometrical Layout Plan, Grading and Drainage Plan, and Civil/ Site Details. Construction Documents Following the CRA review of the Development Documents, Amec Foster Wheeler will prepare Construction Document Plans for the proposed improvements. Construction Document Plans will be formatted to Department standards and are anticipated to include the following sheets: Cover, General Notes, Existing Conditions (Survey) and Demolition Plan, Geometrical Layout Plan, Grading and Drainage Plans, Civil/Site Details, Erosion and Sedimentation control plan. Construction Document Plans and Specifications will reference the Florida Department of Transportation and Collier County standards. Amec Foster Wheeler will provide on-plan supplemental specifications, as necessary. It is understood that the CRA will provide front- end contract documents for the construction bid package. Task 2— Permitting Amec Foster Wheeler will initiate the permit application process concurrently with the Construction Documents submittal, described in Task 4. Responses to agency reviews (up to 4) will be limited to clarification of previously submitted materials and excludes additional engineering or analysis. If required, additional agency reviews will be covered under a separate Work Order. 3 I mnokalee CRA Phase I—W Eustis Avenue Proposal Name. 15PROP-MIAM-6788-49 AMEC Foster Wheeler Environment&I f raslrrrctru•e,Inc. December 10,2015 amec foster wheeler Task 3— Bid Phase Amec Foster Wheeler will respond to any Request for Information from the contractors bidding on work and assist the CRA in Bid Evaluations/Recommendation. Task 4— Construction Administration The CRA will conduct all contract administration functions required in the contract, and Amec Foster Wheeler will provide the inspection requirements to ensure that the works comply with the requirements of the contract, including: • Administer and perform the duties assigned to the A/E in the Construction contract, such as approval of submittals and providing responses to RFI's. • Chair Construction Meetings (1 pre-construction, 2 progress, & 1 closeout — 3hrs per meeting) Oversee and ensure that the Contractor provides the Client with as-built drawings, certificates, relevant technical data and guarantees from suppliers on completion of the Works. DELIVERABLES • 5 Copies—Specific Purpose Survey (signed and sealed). • 1 Copy— Compact Disk or e-mail transmission containing Specific Purpose Survey (DWF and PDF (signed and sealed)) • 1 Copy—e-mail transmission containing percolation tests results (PDF). • E-mail transmission containing 30% Development Schematic Design Files (PDF). • Four (4) 11 x 17 copies for client discussion and comments. • E-mail transmission containing 60% Development Document Files (PDF). • Four(4) 11 x 17 copies for client discussion and comments. • 5 Copies—Construction (100%) Document Plans (signed and sealed) • 5 Copies — Construction (100%) Document Opinion of Probable Construction Costs • 1 Copy — Compact Disk or e-mail transmission containing Construction Document Plan Files (signed and sealed)(DWF and PDF). SCHEDULE We have provided the schedule below as an estimate of the time required to complete each task. We assumed that we will receive a task assignment for this project by January 2016. The actual schedule will depend on CRA review and permitting agency review timeframes. 4 Inunokalee CRA Phase I—W Eustis Avenue Proposal Name:15PROP-MIAM-6788-49 AMEC Foster Wheeler Environment&Infrastructure,Inc. December 10,2015 amec foster wheeler Task Description Begin Task Complete Task Specific Purpose Survey/Testing January 2016 February 2016 30% Schematic Design Package February 2016 March 2016 60% Development Documents March 2016 March 2016 Package 100% Construction Documents March 2016 April 2016 Package Preparation Permitting April 2016 May 2016 PROJECT UNDERSTANDING The following services can be provided by Amec Foster Wheeler, if authorized, but are not included in this proposal: • Boundary or As-Built Survey • Geotechnical Analysis • Wetland Delineation and/or Ecological Studies • Irrigation Plans • Lighting and/or Electrical Design • Septic System Services (Cleaning, Locating, etc.) • Front-End Construction Documents • Meetings not specifically described in the Scope of Services KEY PERSONNEL The following key personnel are anticipated for the proposed services: • Project Manager— Ramon Y. Molina • QA/QC—Santiago Jimenez, AIA, LEED, AP • Civil Engineering — David Soler, P.E. • Surveying — David Hyatt, PLS • Geotechnical— Brian Hathaway, P.E. 5 Immokalee CRA Phase I—W Eustis Avenue Proposal Name:15PROP-MIAM-6788-49 4 -141, AMEC Foster Wheeler Environment&Infrastructure,Inc. December 10,2015 amec foster wheeler PAYMENT The estimated Time and Material fee for the described services is Sixty Five Thousand and Fifteen dollars ($65,015.00) with a duration of no more than 365 Calendar Days from issuance of a Notice to Proceed. This is intended as a general budget of hours to be utilized as authorized by the Owner. Amec Foster Wheeler will not exceed this amount without first getting written authorization from the County's Project Manager. TERMS This proposal is valid for a period of 30 days. The terms and conditions of Amec Foster Wheeler's Master Services Agreement with the Immokalee CRA are incorporated by reference. We appreciate this opportunity to work with the Immokalee CRA. CLOSING We sincerely appreciate the opportunity to submit this proposal. We look forward to continuing a successful working relationship with your organization. Should you have any questions regarding this proposal or should you require additional clarifications or change in the work scope, please feel free to contact me directly at(239) 325-7486. Sincerely, AMEC FOSTER WHEELER ENVIRONMENT&INFRASTRUC3+GRE,INC. r1 `)' I� 777 111 ,fir Ramon Y. Molina Nestor Fernandez, CPM Project Manager Senior Program Manager Distribution: Addressee(2) File(1) P:\Proposals\Facilities Proposa112015 Proposals115PROP-MIAM-6788-48 Immokalee W Eustis Avenue Pedestrian Safety Improvementsllmmokalee CRA Phase II-N 9"'Street Pedestrian Safety Improvements.docx 6 Y.... ,- i i t i ( 1 wJ 1 it 11 1 co o ? o co°: g g °R vvvvD oo . 1 N 0 j S O 0 0 I g VIi m N N N O O 0 O 10 co co O v 719- a PPCI 1 W imt#14 U.1 t O mo o °o, 8 o°, V 0 O) N co S ti N G i d7 a0 fD N S co v N ti (O (0 v .- S Z W N N ii ? N i w i w F h Q 72 i 0 n 0P O N a= r..4,-... a V' b ' O 69 W D o O O h f N W N N O O O N W V' t O NO mN T r� .E a. 01)16.4 I tit:1.1 _ _, I .lo�X O 2 0 ^ R m » O 3 0 S x N _ v$ _!9 8 = p O O O O P O O O N O O ~ ti o0 o g n n 0 0 l U 0 p) 0 C 0 r N a N 7 N N U F v O 1 >- w F w w en w m rA(n 74;ei, 1 Y y I - =O F FA. F -IC tO F se co F 7 AL To a �. p, Q' a0+ O 4. to a a po 7 w7 ice. a E c N . 8 a F E N a i c c N K " f to n T. a m ' a to m c u. g illa bit c= mEms'+ D 1 ES a= Si'c o NcMO85 am m v •E 15 .tS $' m iii y•�{{N M . UO W 'd' N ,d� E tY m N NO � v N oZS .� O as -a I- �U� rpdN) E=a I ar ec foster wheeler December 10, 2015 Mr. James Sainvilus MSTU Project Manager Immokalee CRA Collier County Community Redevelopment Agency 750 South 51" Street Immokalee, FL 34142 VIA EMAIL: JamesSainvilusCa colliergov.net Re: Proposal for Professional Engineering Services Phase I -W Eustis Avenue— Pedestrian Safety Improvements Amec Foster Wheeler Project No. 15-PROP-MIAM-6788-48 Mr. Sainvilus: Amec Foster Wheeler Environment & Infrastructure, Inc. (Amec Foster Wheeler), is pleased to submit this Time & Materials cost proposal to the Immokalee Community Redevelopment Agency (CRA) for Professional Engineering Services on the above referenced project, in accordance with the rates and requirements of the Architectural & Engineering Services Agreement, Contract No: 13-6164-AR. Per your request, we have prepared a proposal for the design of pedestrian safety improvements at West Eustis Avenue; from S 5th Street, to S 9th Street (approximately 1,280 LF). The project is understood to provide street connectivity and safe pedestrian circulation by providing a continuous path along the north side of roadway, and enhance the street appearance by adding street furniture, trees, and open space landscaping. Currently, there is no sidewalk on this side of street, and pedestrians are forced to use the south roadway shoulder, discouraging and limiting safe movement. This road serves as a direct connection to a nearby school, residences, and some churches in the area. Construction documents for a new path will be provided, along with supporting bid documents. This proposal provides an overview of the services to be provided by Amec Foster Wheeler. AMEC Foster Wheeler Environment& Infrastructure,Inc. 281 Airport Road South Naples,Florida 34104 Tel (239)643-4747 Fax (239)643-7486 www.amecfw.com Immokalee CRA Phase 1—W Eustis Avenue fosto Proposal Name: 15PROP-MIAM-6788-48 AIv CFoster Wheeler Environment&Infrastructure,Inc. December 10, 2015 amec foster wheeler The following scopes and tasks of work are proposed for this project: • Task 1: Design Phase • Task 2: Permitting • Task 3: Bid Phase • Task 4: Construction Administration PROPOSAL SUMMARY Task 1 — Design Phase Specific Purpose Survey Amec Foster Wheeler will perform a topographic survey of the project site to support design and permitting of the project. The following will be included with the survey, as applicable: • Locate all site improvements and utilities, as evidenced by above ground features or as marked by the designated utility company representative. • Locate existing trees, or other man made features, storm and sanitary structures including storm inlets, manholes, culverts, pipe inverts, pipe size and material. • Obtain spot elevations on natural ground and existing improvements suitable for interpolation of one foot contours to be shown on the final drawing. • Set a minimum of 2 site benchmarks within the site based on the vertical data illustrated on the available as-built survey. • Topographic coverage will be limited to the area depicted on the survey limits exhibit. • Property boundary and easements will be depicted as provided by CRA. This task does not include boundary surveying services. All services and products will be performed in conformance with Florida Administrative Code Rule Chapter 5J-17, pursuant to Chapter 472, Florida Statutes. Schematic Design Amec Foster Wheeler will research applicable building codes, local zoning, land use and codes. Amec Foster Wheeler will evaluate existing conditions and sanitary sewer connection requirements. A sidewalk will be provided to separate pedestrians from motor vehicle traffic. Whenever possible, the path will be buffered with a planter strip, increasing safety and comfort. The path will be designed to meet ADA requirements, and will provide level passage through driveways, and clear passage around utility poles, posts, fire hydrants, etc. Six (6) feet is the desirable minimum sidewalk width along an arterial street in non-commercial areas. 2 Immokalee CRA Phase I—W Eustis Avenue s" Proposal Name: 15PROP-MIAM-6788-48 AMEC Foster Wheeler Environment&Infrastructure,Inc. December 10,2015 amec foster wheeler Following the completion of the Specific Purpose Survey, Amec Foster Wheeler will prepare 30% Schematic Design Drawings for the proposed improvements. Schematic Design Drawings will be formatted to Collier County standards and are anticipated to include at a minimum the following sheets: Cover, Existing Conditions (Survey), Proposed Site Plan (Geometrical Layout), and Street Landscape Plan. Development Documents Following the CRA review of the Schematic Design Drawings, Amec Foster Wheeler will prepare Development Document Drawings for the proposed improvements. Development Document Drawings will be formatted to Collier County standards and are anticipated to include at a minimum the following sheets: Cover, General Notes, Existing Conditions (Survey), Demolition Plan, Geometrical Layout Plan, Grading Plan, Civil/ Site Details, Street Landscape Plan, and Planting Details. Construction Documents Following the CRA review of the Development Documents, Amec Foster Wheeler will prepare Construction Document Plans for the proposed improvements. Construction Document Plans will be formatted to Department standards and are anticipated to include the following sheets: Cover, General Notes, Existing Conditions (Survey), Demolition Plan, Utility Plan, and Construction Details. Construction Document Plans and Specifications will reference the Florida Department of Transportation and Collier County standards. Amec Foster Wheeler will provide on-plan supplemental specifications, as necessary. It is understood that the CRA will provide front- end contract documents for the construction bid package. Task 2— Permitting Amec Foster Wheeler will initiate the permit application process concurrently with the Construction Documents submittal, described in Task 4. Responses to agency reviews (up to 4) will be limited to clarification of previously submitted materials and excludes additional engineering or analysis. If required, additional agency reviews will be covered under a separate Work Order. Task 3— Bid Phase Amec Foster Wheeler will respond to any Request for Information from the contractors bidding on work and assist the CRA in Bid Evaluations/Recommendation. 3 I mmokalee CRA Phase I—W Eustis Avenue Proposal Name:15PROP-MIAM-6788 48 AMEC Foster Wheeler Environment&Infrastructure,Inc. , December 10,2015 a m e c foster wheeler Task 4— Construction Administration The CRA will conduct all contract administration functions required in the contract, and Amec Foster Wheeler will provide the inspection requirements to ensure that the works comply with the requirements of the contract, including: • Administer and perform the duties assigned to the NE in the Construction contract, such as approval of submittals and providing responses to RFI's. • Chair Construction Meetings (1 pre-construction, 2 progress, & 1 closeout — 3hrs per meeting) Oversee and ensure that the Contractor provides the Client with as-built drawings, certificates, relevant technical data and guarantees from suppliers on completion of the Works. DELIVERABLES • 5 Copies—Specific Purpose Survey(signed and sealed). • 1 Copy— Compact Disk or e-mail transmission containing Specific Purpose Survey (DWF and PDF (signed and sealed)) • E-mail transmission containing 30% Development Schematic Design Files (PDF). • Four(4) 11 x 17 copies for client discussion and comments. • E-mail transmission containing 60% Development Document Files (PDF). • Four(4) 11 x 17 copies for client discussion and comments. • 5 Copies— Construction (100%) Document Plans (signed and sealed) • 5 Copies — Construction (100%) Document Opinion of Probable Construction Costs • 1 Copy — Compact Disk or e-mail transmission containing Construction Document Plan Files (signed and sealed) (DWF and PDF). SCHEDULE We have provided the schedule below as an estimate of the time required to complete each task. We assumed that we will receive a task assignment for this project by January 2016 2015. The actual schedule will depend on CRA review and permitting agency review timeframes. Task Description Begin Task Complete Task Specific Purpose Survey January 2016 February 2016 30% Schematic Design Package February 2016 March 2016 60% Development Documents March 2016 March 2016 Package 100% Construction Documents March 2016 April 2016 Package Preparation Permitting April 2016 May 2016 4 Immokalee CRA Phase I—W Eustis Avenue Proposal Name: 15PROP-MIAM-6788-48 lirAMEC Foster Wheeler Environment&Itfrasbvcture,Inc. December 10,2015 a m e c foster wheeler PROJECT UNDERSTANDING The following services can be provided by Amec Foster Wheeler, if authorized, but are not included in this proposal: • Boundary or As-Built Survey • Geotechnical Analysis • Wetland Delineation and/or Ecological Studies • Irrigation Plans • Lighting and/or Electrical Design • Septic System Services (Cleaning, Locating, etc.) • Front-End Construction Documents • Meetings not specifically described in the Scope of Services KEY PERSONNEL The following key personnel are anticipated for the proposed services: • Project Manager— Ramon Y. Molina • QA/QC—Santiago Jimenez, AIA, LEED, AP • Civil Engineering — David Soler, P.E. • Surveying — David Hyatt, PLS • Landscape Architecture—James Santiago, RLA PAYMENT The estimated Time and Material fee for the described services is Sixty Two Thousand, Three Hundred Seventy Nine dollars and Twenty Five cents ($62,379.25) with a duration of no more than 365 Calendar Days from issuance of a Notice to Proceed. This is intended as a general budget of hours to be utilized as authorized by the Owner. Amec Foster Wheeler will not exceed this amount without first getting written authorization from the County's Project Manager. TERMS This proposal is valid for a period of 30 days. The terms and conditions of Amec Foster Wheeler's Master Services Agreement with the Immokalee CRA are incorporated by reference. We appreciate this opportunity to work with the Immokalee CRA. 5 Immokalee CRA Phase I—W Eustis Avenue Proposal Name: 15PROP-MIAM-6788-48 AMEC Foster Wheeler Environment&Infrastructure,Inc. A December 10,2015 a r1 1 e c foster wheeler CLOSING We sincerely appreciate the opportunity to submit this proposal. We look forward to continuing a successful working relationship with your organization. Should you have any questions regarding this proposal or should you require additional clarifications or change in the work scope, please feel free to contact me directly at(239) 325-7486. Sincerely, AMEC FOSTER WHEELER ENVIRONMENT&INFRASTRUCTURE,INC. / Ramon Y. Molina, CPM (Nestor FJern- ndez, CPM ! Project Manager (Senior Progrlam Manager Distribution: Addressee(2) File(1) P:IProposals\Facilities Proposa112015 Proposals115PROP-MIAM-6788-48 Immokalee W Eustis Avenue Pedestrian Safety Improvementsllmmokalee CRA Phase I-W Eustis Avenue Pedestrian Safety Improvements.docx 6 gige- 8 O r+ i O p I ar I ° o { ° o 03 ;;1.5 8 V5A w+- fR { { N . f Vie I al F%a 1 = i 1 ' i.. p t I I lO rn to ,_I.E I 1 i 1 w la U. , j N N a g N w OD td "' a V 0 I I 11111111 111111111 III i ' « ra a aa te °'' I. . 0 4 a rii! s 1 'ff 0 x ' Y t / a i { 1 I 1111111 g 1111111 - In ° � N ° ° IOO o o 88 " '‘E 88 N O O t U U w a M { Ji 6 x Y a In m xN F. N 2 y N Y xy x in :° a d jq a i. O U O ° N II 7 a C E a 3 C 0 Z O Z F 4J a W v) F N N 2 y 91. ,✓ta .p O. C N C . Y g In N O 'C ,Ji$� w m v„. III LL v a" a L C w '_ v,. c a I E c rte:: 0. g C w e N g y ; o E e a o> o b o Al �i L a 2 �+ g c I� 3 3i V '� ui r;, c E ° inQ E 4 ° N co o Qk > a m +: m Z mmm m" �� v p,o c■W C O p2' X01 N p a ._ mm ro O c a E E ❑ O. c c o rn m o -e ? U B.g h U W N •. w m E U 610 in &c a3Oav p1 c a � I Q r' 'ti N TH, t�:y� M 7 U O LLf �j' N E m 2 c a 10 O ir ✓! O.O O O Y N C m N Y U U -o Y OZS IS_ Y Z .iL x 7: 6� P. in li 4 I- H F