Loading...
Agenda 04/11/2017 Item #16B 104/11/2017 EXECUTIVE SUMMARY Recommendation that the Community Redevelopment Agency (CRA) approve an After -The-Fact U.S. Department of Housing and Urban Development (HUD) Community Development Block Grant application submittal to fund the Phase 2 Fire Suppression System Upgrade and the Sugden Regional Park Pathway Project within the Bayshore Gateway Triangle Community Redevelopment Area (BGTCRA) totaling $650,000. OBJECTIVE: To receive grant funding to support redevelopment activities in the BGTCRA. CONSIDERATIONS: The BGTCRA responded to a grant announcement from the Collier County Community and Human Services Division (CHS) for the FY2017-2018 HUD funding cycle. The following is a brief description of the two (2) applications submitted: Bayshore Fire Suppression System - The application covers Phase 2 of the Fire Suppression System project. The request for FY2017-2018 CDBG funds is $500,000 and will focus on upgrading the water lines and addition of fire hydrants on the following streets: Coco Avenue Areca Avenue Canal Street Basin Street Captain’s Cove This Bayshore Fire Suppression System a multi-year project with a total cost of $6.0 million and is a partnership with the City of Naples. In addition to requesting funding from CDBG, staff has worked with the Legislative Coordinator and the County Manager’s office to request legislative appropriation funds in this year’s legislative session. The City of Naples Department of Utilities will provide in -house design services and the BGTCRA will fund all permit fees. Sugden Regional Park Pathway - The application is for $150,000. The total cost of the pathway is $292,537 and will be equally shared with the Bayshore Beautification Municipal Service Taxing Unit (MSTU) District. The proposed pathway will begin at Bayshore Drive and run east for approximately 1,350 linear feet to provide access to Sugden Regional Park. This access point was identified as a desired project in the 2000 Redevelopment Plan and is supported by the community, the BGTCRA, the Haldeman Creek MSTU, and the Bayshore Beautification MSTU. The MSTU has funded a pathway feasibility study and the pathway design plans, along with permitting fees to use as leverage ($60,000) in support of this project. The attached grant applications were reviewed and approved by the County Manager on February 28, 2017, due to the CHS March 1, 2017, application deadline. The timeline did not provide adequate time for the execution of the County’s pre-approval process. Collier County CMA #5330 authorizes the County Manager to approve the submittal of grant applications with subsequent Community Redevelopment Agency action at the next available Board meeting to ratify the approval as “After-The-Fact.” FISCAL IMPACT: There is no fiscal impact as this request is for approval to submit the grant application to CHS. If awarded, the grant agreement necessary budget amendments will be brought to the CRA for approval at a future date. 16.B.1 Packet Pg. 498 04/11/2017 LEGAL CONSIDERATIONS: The Board will have the opportunity to accept or reject the funds if the grants are 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. - JAB GROWTH MANAGEMENT IMPACT: Approval of this item is in accordance with the current Growth Management Plan standards for redevelopment in the Community. RECOMMENDATION: That the CRA approves an After-The-Fact HUD CDBG application submittal to fund Phase 2 Fire Suppression System Upgrade and the Sugden Regional Park Pathway Project within the BGTCRA totaling $650,000. Prepared By: Elly Soto McKuen, Project Manager; Capital Project Planning, Impact Fees, and Program Management Department; Growth Management Division ATTACHMENT(S) 1. [LINKED] Fire Suppression System Phase 2 Application with CAO Stamp (PDF) 2. [LINKED] Sugden Regional Park Pathway Application with CAO Stamp 03012017 (PDF) 16.B.1 Packet Pg. 499 04/11/2017 COLLIER COUNTY Board of County Commissioners Item Number: 16.B.1 Doc ID: 2809 Item Summary: Recommendation that the Community Redevelopment Agency (CRA) approve an After-The-Fact U.S. Department of Housing and Urban Development (HUD) Community Development Block Grant application submittal to fund the Phase 2 Fire Suppression System Upgrade and the Sugden Regional Park Pathway Project within the Bayshore Gateway Triangle Community Redevelopment Area (BGTCRA) totaling $650,000. Meeting Date: 04/11/2017 Prepared by: Title: Project Manager, CRA – Capital Project Planning, Impact Fees, and Program Management Name: Elly McKuen 03/01/2017 1:56 PM Submitted by: Title: Division Director - IF, CPP & PM – Capital Project Planning, Impact Fees, and Program Management Name: Amy Patterson 03/01/2017 1:56 PM Approved By: Review: Public Transit & Neighborhood Enhancement Michelle Arnold Additional Reviewer Completed 03/01/2017 6:55 PM Public Services Department Joshua Hammond Additional Reviewer Completed 03/09/2017 8:15 AM County Manager's Office Tim Durham Additional Reviewer Completed 03/09/2017 10:06 AM Public Services Department Hailey Margarita Alonso Level 1 Division Reviewer Completed 03/13/2017 9:21 AM County Attorney's Office Jennifer Belpedio Level 2 Attorney of Record Review Completed 03/13/2017 11:39 AM Public Services Department Steve Carnell Level 2 Division Administrator Review Completed 03/14/2017 10:49 AM Grants Edmond Kushi Level 2 Grants Review Completed 03/14/2017 3:58 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 03/15/2017 9:11 AM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 03/23/2017 5:00 PM Grants Therese Stanley Additional Reviewer Completed 03/31/2017 1:18 PM Budget and Management Office Ed Finn Additional Reviewer Completed 03/31/2017 1:30 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 04/03/2017 7:12 AM Board of County Commissioners MaryJo Brock Meeting Pending 04/11/2017 9:00 AM 16.B.1 Packet Pg. 500 Co ger County Office of Management & Budget Grant Application Reviewed and Approved by County Mana or designee• County Many er date After -the -Fact Approval by the BCC is required at the March 28, 2017 BCC meeting TO: Leo E. Ochs, Jr., County Manager CC: Elly McKuen, Interim CRA Operations �Manager FROM: Edmond Kushi, Senior Accountant �•-/ RE: County Manager review and approval of a 2017 Community Development Block Grant (CDBG) Application to Collier County CHS for Fire Suppression Upgrades Phase II in the amount of $500,000 February 27, 2017 The Bayshore Gateway CRA is submitting a 2017 CDBG application to the Collier County Community and Human Services Division for Fire Suppression Upgrades Phase II in the amount of $500,000 to continue the installation of new and or to upgrade existing fire control infrastructure (fire hydrants), water mains and interconnectors. The Bayshore CRA is partnering with the City of Naples on this project. There is no match requirement for this grant application. The funding opportunity was announced on January 13, 2017 with a due date of March 1, 2017. Due to the short turnaround, we are requesting that the County Manager approve the application for submittal followed by after the fact approval by the Board of County Commissioners at the March 28, 2017 BCC meeting. Once you have reviewed the grant application, please call me at 239-252-8198 for pick up. Thank you, and please let me know if you have any questions regarding this request. 3299 Tamiami Trail East, Suite 201 • Naples, Florida 34112-5746.239-252-8973 • FAX 239-252-8828 Print/Preview Co ger C01.14ty Powered by ZoomGrantsTM Collier County Community and Human Services Community and Human Services 2017 Community Development Block Grant (CDBG) 3/1/2017 deadline Bayshore Gateway Triangle Community Redevelopment Agency Bayshore Fire Suppression System Phase 2 $ 500,000.00 Requested $ 6,000,000 Total Project Cost Project Contact Elly McKuen ellvmckuen(c)coll ie rgov. net Tel: (239) 252-5890 Additional Contacts none entered Agency Information Bayshore Gateway Triangle Community Redevelopment Agency 3570 Bayshore Drive Suite 102 Naples, FL 34112 United States Interim CRA Operations Manager Elly McKuen EIIvMcKuen(a)Collieroov. net Section 3: AGENCY ORGANIZATION INFORMATION 1. Is your organization a non-profitwith 501(c)(3) status? ❑ Yes ✓ No 2. How many years have you been in operation? F— N/A Years I 0.00 TOTAL Page 1 of 10 Telephone(239) 643-1115 Fax Web www.Colliergov.net 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) ❑ Yes ✓ No 4. Does your agency have written personnel, fiscal/procurement & implemented policy? (Community and Human Services will review upon award) ✓ Yes ❑ No S. 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'. https://www.zoomgrants.com/printprop.asp?rfpid=1302&propid=75635&print=R 2/25/2017 Print/Preview 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. J 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)) Page 2 of 10 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. This project is located within the Bayshore Gateway Triangle Community Redevelopment Area (BGTCRA) and also located in a Low and Moderate Income (LMI) Area. This area of BGTCRA meets the HUD criteria as outlined in 24 CFR 570.280(a) (1)(i): "...An activity, the benefits of which are available to all the residents in a particular area, where at least 51 percent of the residents are low and moderate income persons..." The incorporation of fire hydrants in the Bayshore Community will provide a life. health and safety service. In order to provide water pressure for the fire hydrants to operate properly, the water lines must be upgraded. Most water lines in the area are too small to provide adequate pressure. This community has neither the private resources nor the economic capacity to construct the needed streetscape improvements along this location. The CRA community has no neighborhood association to pay for the improvements and the residents are economically distressed. 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 fora 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.) ---oil Activity Code TOTAL Section 6: PROJECT DESCRIPTION AND GOALS 4. Concise Project Description and Goals Narrative (placing emphasis in THIS project application) Refer to Applicant Guide tab for specific instructions. The purpose of the project is to continue the installation of new and/or to upgrade existing fire control infrastructure (fire hydrants), water mains and interconnections. The BGTCRA is located on the periphery of the city's water service area and has historically experienced low water flow and pressure conditions. The East Naples Fire Control and Rescue District has confirmed these conditions. This project will be Phase 2 and will incorporate the following streets located south of Haldeman Creek, east of Bayshore Drive and north of Thomasson Drive: Coco Avenue Areca Avenue Basin Street Canal Street Captains Cove The existing water lines are mostly 2" in diameter and will be upgraded to 6" lines. In addition, this project will install fire hydrants at the required spacing and all interconnections as required. The project is jointly funded between the City of Naples and the BGTCRA. The City has committed to continue funding with the BGTCRA during this phase of the project and will design the system inhouse, thus saving the design costs that can be used toward construction. https://www.zoomgrants.com/printprop.asp?rfpid=1302&propid=75635&print=R 2/25/2017 Print/Preview Page 3 of 10 The goal of the project is to increase water capacity and provide safety to the community by installing and/or upgrading fire hydrants. 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. The Bayshore Fire Suppression System Phase 2 implements one of the identified HUD priorities — Community/Public Facilities. According to the Code of Federal Regulations (CFR) 24-570.201(c) eligible activities associated for Public Facilities and Improvements are described as "...acquisition, construction, reconstruction, rehabilitation or installation of public facilities and improvements...". While there is no specific reference to what constitutes Community/Neighborhood or Public Facilities, in the CFR's, the HUD Basically CDBG Manual references eligible uses under this priority to "...include, but not limited to public schools, libraries, recreational facilities, parks, playgrounds, streets, curbs, water and sewer lines..." In addition to identifying the development of the fire suppression system and waterline upgrades in the Bayshore Community with the HUD priorities, this project also complies with Florida State Statutes 163.370(2)(c)3 and 163.370(2)(d) that states the CRA is charged with providing, arranging for, installing, constructing or reconstructing improvements as outlined below. "(c) Installation, construction, or reconstruction of streets, utilities, parks, playgrounds, public areas... improvement necessary for carrying out in the community redevelopment area the community redevelopment area the community redevelopment objectives of this part in accordance with the community redevelopment plan..." "(d) To provide or to arrange or contract for, the furnishing or repair by any person or agency, public or private, of services, privileges, works, streets, roads, public utilities, or other facilities for or in connection with a community redevelopment; to install, construct, and reconstruct streets, utilities, parks, playgrounds, and other public improvements; and to agree to any conditions that it deems reasonable and appropriate which are attached to federal financial assistance and imposed pursuant to federal law relating to the determination of prevailing salaries or wages or compliance with labor standards, in the undertaking or carrying out of a community redevelopment and related activities, and to include in any contract let in connection with such redevelopment and related activities provisions to fulfill such of the conditions as it deems reasonable and appropriate..." Section S: EXPERIENCE AND CAPACITY 6. Experience and Capacity Narrative Refer to Applicant Guide tab for specific instructions. As a separate entity created by Ordinance No. 2000-82, currently a Division of the County Managers Office and within the Collier County Government, the CRA draws from numerous areas of expertise. The CRA partners with the Growth Management Department for land use and development issues, Procurement Services Division for bidding and purchasing items, Real Property for land acquisition and land/building management, the Office of Management and Budget (OMB) for financial support, County Attorney's Office for legal issues, along with the County Manager's Office for program assistance and administration. The OMB and Collier County Clerk's Office provides accountants and fiscal technicians that have great depth of experience in managing federal grants. Locally the CRA, since inception has been responsible for more than $25 million in improvements. The scope of improvements range from land acquisition, streetscape improvements, neighborhood development (lot acquisition, demolition of mobile homes and new construction of single family home replacements), sidewalks, stormwater improvements, remediation of environmental contamination, resurfacing roads, paving of dirt streets, etc. The CRA Project Manager has more than 25 years experience in land development/redevelopment and grant management of local, corporate, state and federal funding sources. The Operations Coordinator has more than 11 years experience in code enforcement and redevelopment management. The CRA implements a checks and balance system by submitting a single audit on an annual basis. The Collier County Clerk of the Courts performs the single audit on behalf of all county government entities. On a daily basis and since the CRA have only three (3) employees, staff overlaps on creating and approving requisitions, timesheets, etc. For instance, if the CRA Operations Manager creates a purchasing requisition the CRA Project Manager approves it prior to moving through the Procurement process and vice versa. CRA staff has worked with Community and Human Services to administer previous CDBG/DRI grants. Staff has received training from the OMB Division, Clerk of the Court's Office, Procurement Division in grants administration through various locally administered sessions. The CRA was previously a sub recipient to implement the Tertiary Stormwater System Improvement Plan for the Gateway Triangle Residential area with $2.7 million CDBG/DRI grant. This project is located in the Gateway Triangle Area of Collier County and benefitted a total of 622 beneficiaries in the immediate project areas. https://www.zoomgrants.com/printprop.asp?rfpid=1302&propid=75635&print=R 2/25/2017 Print/Preview Page 4 of 10 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 ❑ No Section 9: ADDITIONAL PROJECT SPECIFIC INFORMATION 8. Additional Project Specific Information Narrative (include sources of estimates) Refer to the Applicant Guide tab for specific instructions. As outlined in the experience and capacity section of the application, both the Project Manager and the Operations Coordinator has extensive project and grant management experience. The CRA has a combined experience of more than 35 years of project analysis and management experience. In addition and in partnership with the City of Naples, the CRA is working with the City's Public Utilities Department (PUD). The PUD has provided an estimate for Phase 2 at about $750,000 to $1.0 million. Current water lines are undersized, cast iron and ductile iron with asbestos cement. The age of the water system varies with some portions being in excess of 40 years of age. There are also a limited number of fire hydrants present for fire protection. The water system deficiencies include undersized water mains not capable of supporting fire flows, lack of fire hydrants at adequate spacing and dead end pipe segments with no looping. Many streets in the community are finger streets ending at canals. These dead end streets do not carry the capacity for looping the water and creating adequate water pressure. 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 ❑ Project/property is within a half -mile of an airfield ❑ ProjecUproperty is near storage or manufacturing facility of industrial products ❑ Project/property is on or near soil contaminated by diesel/fuel or gasoline ❑ Project/property is expected to impact the environment in any negative manner or pose a hazard or nuisance ❑ 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) ❑ Project/property is expected to adversely affect the environment ❑ Project/property is NOT 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'. The Collier County Floodplain is very broad, and except for areas near the coast which are subject to tidal surge flood the floodplain is generally very shallow. This broad, shallow floodplain is created by sheetflow created during extremely heavy rainfall events such as the theoretical 100 -year rainfall as shown on the Digital Flood Insurance Rate Map (DFIRM) published by the Federal Emergency Management Agency (FEMA). In the Bayshore area, existing canals, ditches and natural sloughs (long linear natural low areas that allow for the slow flow of surface water) are mapped as the AE flood zone. This designation identifies that the depth of flooding is expected to be greater than three (3) feet during the peak flooding from a 100 -year rainfall event. Much of the Bayshore area is mapped within the AH flood zone which identifies that the depth of flooding is expected to be between one (1) to three (3) feet with almost imperceptible flow movement. This broad AH floodplain is very common where the topographic relief is very flat as it is throughout Collier County. Due to the flat topography Collier County non -coastal floodplains do not experience rapidly moving floodwaters or dangerous https://www.zoomgrants.com/printprop.asp?rfpid=1302&propid=75635&print=R 2/25/2017 Print/Preview Page 5 of 10 flash flooding. As the canals, ditches and sloughs fill with rainfall runoff, there is a gradual expansion beyond the edges of those features that results in a shallow sheet-like layer of water covering much of the land surface. The lateral movement of this shallow sheet of water is called sheetflow and is often almost imperceptible. After the intense rainfall ends there is a gradual passing of the runoff through the canals, ditches and sloughs and a return of the sheetflow back to within the boundaries of those canals, ditches and sloughs. 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 BGTCRA is committed to Phase 2 Fire Suppression System project and will commit funds for the permitting portions of the project. Additionally, the City of Naples Utilities Department will provide staff to design the water line improvements and fire hydrant locations. Working with the City to design the project will alleviate at least 4 to 5 months procurement time to get an engineer to design the plans. Once the Subrecipient agreement and the environmental review is in place for this project the CRA Project Manager can immediately begin coordinating with the City of Naples Utilities staff to start designing the improvements. Once the plans are completed, CRA staff will work with the County Procurement Division to get a contractor and CEI Services to start the work. In addition, CRA staff will work with the engineer to simultaneously submit for all county, state and federal permits. It is anticipated that this portion of the project will be the most time consuming, taking approximately three (3) to (4) months to get permits and a contractor to start the project. As a multi-year project the CRA is only focusing on Phase 2 at the current time: October 2017 - Subrecipient Agreement and Board Approval October/November 2017 — Environmental Review October 2017 - Construction plans (If awarded will begin construction design 3 months sooner than outlined in this timeline) December 2017 — Permits and bid preparation for contractor and CEI Services January 2018 - Bid award, contractor contract February 2018 — Construction begins June 2018 — Construction completed 12. Please complete the Project Timeline table in the Tables tab, then check the box below to confirm. Timelines must be well thought out, complete, and achievable. Failure to provide adequate timelines may result in disqualification. ✓ Project Timeline is complete Section 12: FINANCIAL MANAGEMENT 13. Financial Management Refer to the Applicant Guide tab for specific instructions. To date, the CRA has spent approximately $25,000 in staff time and commissioning and review of the technical memorandum. City staff time to design the project (CAD Tech, Engineer, Assistant Director and Director) is estimated to be approximately $60,000. The CRA and City staff time will be used as leverage for this project and will be outside the scope of the request for funding. The CRA demonstrates financial stability with a checks and balance system by submitting a single audit on an annual basis. The Collier County Clerk of the Courts performs the single audit on behalf of all county government entities. The BGTCRA has the capacity to sustain payment to our vendors through the County financial system and the ability to wait for reimbursement from the funding grant. 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 https://www.zoomgrants.com/printprop.asp?rfpid=1302&propid=75635&print=R 2/25/2017 Print/Preview ✓ General Ledger J Charts of Accounts ✓ Payroll Journal and Individual Payroll Records ✓ Individual Personnel Files ✓ Written Procurement Procedures ✓ Capital Inventory J Written Travel Policy J Property Control Policy and Records ❑ 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 Page 6 of 10 17. Outcomes and Performance Measures Refer to the Applicant Guide tab for specific instructions. The outcome of the installation of the fire hydrants and construction of updated water lines will improve the fire prevention safety in the area. The improvements are considered to be a life, health and safety improvement. The performance measure for this project will be increased public safety, stronger water flow when the Fire District is called to a fire, and higher water pressure in the area. Since the fire suppression system will be constructed and mostly used by the residents of Bayshore, the data collection of users will be relegated to the fact that this area is identified as a UMI area. 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. ❑ 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: ❑ Organization will track, re -use within the program and report to CHS on a monthly basis ❑ Organization will submit program income to CHS on a monthly (or at least yearly basis) J 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. ✓ Leveraged or Match Funds table is complete ❑ N/A - No leveraged or matched funds exist https://www.zoomgrants.com/printprop.asp?rfpid=1302&propid=75635&print=R 2/25/2017 Print/Preview Page 7 of 10 Tables Prior Awards Fiscal Year Award Amount Clients Served Project Location FY 2016-2017 $ 350,000 LMA Karen Drive Stormwater Improvement Project FY 2016-2017 $ 330,000 LMA Phase 1 Fire Suppression System FY 2013-2014 $ 103,650 LMA Pineland Avenue Stormwater Improvement Project FY 2008-2009 $ 2,709,150 LMA BGTCRA Gateway Triangle Teritary Stormwater Improvements FY $ CHS staff FY $ FY $ FY $ FY $ FY $ FY $ Total $ 3,492,800 0 Project Timeline Tasks # of Days to Date Completed/Anticipated Date Responsible Party Complete (Month & Year) Subrecipient agreement and Board 30 Days October 2017 CHS staff and CRA approval staff Environmental Review 60 Days October/November 2017 CHS staff Construction Design Permits and bid preparation for contractor and CEI Services Bid award, contractor contract Construction begins Construction complete 30 Days October 2017 CRA staff 30 Day s December 2017 CRA staff 30 Days January 2018 CRA staff 30 Days Feburary 2018 CRA staff 120 Days June 2018 CRA staff Days https://www.zoomgrants.com/printprop.asp?rfpid=1302&propid-75635&print--R 2/25/2017 Print/Preview Page 8 of 10 Project CDBG Other Leverage/Match Total Narrative Deliverable Components - Funding Funds Detail/Itemization by Line Item Design plans $ $ $ 60,000 $ City of Naples will provide NIA design plans Construction plans $ $ $ 500,000 $ Construction of water lines NIA and oversight of and installation of fire improvements hydrants Permit Costs $ $ $ 5,000 $ Construction permit costs Permit invoices CEI Services and $ 500,000 $ $ $ CRA will require assistance to Time sheets, construction costs outline the bid documents, bid daily logs (as specifications, bids after they applicable) and are received to determine pay requests appropriateness and while the from contractor project is under construction with back up will need to ensure work is information being completed properly by being on site daily as work progresses. After work is completed CEI will review as built and ensure warranty work is completed correctly Project oversight, $ $ $ 25,000 $ BGTCRA staff will provide pay request reviews oversight of the project, will and submittals review pay requests, maintain files and provide general office work $ $ $ $ ._-_----------- Total $ 500,000 $ 0 $ 590,000 $0 Leveraged or Match Funds Source of Match/Leveraged Funds Conditions/Limitations of Match/Leverage Amount Funds Design plans by the City of Naples No conditions or limitations $ 60,000 City of Naples Public Utilities Department Construction of water lines and fire hydrants $ 500,000 -. BGTCRA operating budget No conditions or limitations $ 5,000 https://www.zoomgrants.com/printprop.asp?rfpid=1302&propid=75635&print=R 2/25/2017 Print/Preview Bayshore Beautification MSTU operating budget Total Documents Construction related only Documents Requested * Required? Attached Documents 501(c)(3) IRS Tax Exemption Letter ,/ Bayshore CRA 501c3 Page 9 of 10 $ 25,000 $ 590,000 Articles of Incorporation ,/ Bayshore CRA Articles of Incorporation By -Laws__-- _- -_-- --- f -- Bayshore CRA By -Laws _-- -- - Organizational Chart ,/ -- Bayshore CRA Organizational Chart List of Board of Directors Bayshore CRA Board of Directors Resumes, Pay Scales with Job Descriptions ,/ Bayshore CRA Job Descriptions and Resumes - ------- Good Standing ---- -- --- - --_.-__.-- State of Florida Certificate of Good Standing ,/ Bayshore CRA Good- Standing Board Resolution authorizing submittal of grant ,/ Bayshore CRA Board Resolution Fire Suppression application System Phase 2 .--— -_-_ Preceding 2 -year completed audits--- includ—ing--- ,/ -- management letter and findings Acknowledgement Letter download template Affidavit of Compliance with Federal, State, and Local Regulations download template Certification of CDBG Funded Construction/Rehabilitation Projects download template Acknowledgment of Religious Organization -----____-- Requirements (template?) download template Certification Regarding Debarment, Suspension, Ineligibility Voluntary Exclusion download template Procurement Policy ,/ Bayshore CRA Procurement Polic Match Documentation Internal Revenue Service Form 990 - First 12 page ,/ Bayshore CRA Form 990 of the last 2 years IF APPLICABLE: Verification of site plan/plat approval IF APPLICABLE: Verification of zoning IF APPLICABLE: Location map/photo of site -. --..__ IF APPLICABLE. Floor plans IF APPLICABLE: Relocation plan associated with - - - - Uniform Relocation regulations ---- .....-___.------- ------—_.. ------ _.-__. Financial Review Spreadsheet - ,/ Bayshore CRA Financial Review Spreadsheet download template https://www.zoomgrants.com/printprop.asp?rfpid-1302&propid=75635&print—R 2/25/2017 Print/Preview Page 10 of 10 Additional documents, if needed ZoomGrants7m is not responsible for the content of uploaded documents. Application ID: 75635 Become a fan of ZoomGrants'" on Facebook Problems? Contact us at Questions rlo Zoomommts.00m 0200&2017 GrantAnalysl.mm. All rights reserved. "ZoomGrants" and the ZoomGrants logo are trademarks of GranlAnalyst com, LLC. L2q=I Browser https://www.zoomgrants.com/printprop.asp?lfpid=1302&propid=75635&print=R 2/25/2017 to�� 1�410?w Bayshore Gateway Triangle CRA .Bayshore Beautification MSTU Haldeman Creek MSTU The Bayshore Gateway Triangle Community Redevelopment Agency does not have 501(C)3 IRS Tax Exemption Status. It is a Special Taxing Unit of Collier County Government formed under State of Florida Statutes Chapter 163. to y Bayshore Gateway Triangle CRA -Bayshore Beautification MSTU Haldeman Creek MSTU ARTICLES OF INCORPORATION The Bayshore Gateway Triangle Community Redevelopment Agency does not have Articles of Incorporation. It is a Special Taxing Unit of Collier County Government formed under State of Florida Statutes Chapter 163. i Bayshore Gateway Triangle CRA .Bayshore Beautification MSTU Haldeman Creek MSTU ORGANIZATIONAL BY-LAWS The Bayshore Gateway Triangle Community Redevelopment Agency does not have organizational by-laws. It is a Special Taxing Unit of Collier County Government formed under State of Florida Statutes Chapter 163. i Bayshore Gateway Triangle CRA .Bayshore Beautification MSTU Haldeman Creek MSTU BOARD OF DIRECTORS The Bayshore Gateway Triangle Community Redevelopment Agency Board of Directors is made up of the Collier County Board of County Commissioners, sitting as the Bayshore Gateway Triangle CRA Board. The Commissioners are: Penny Taylor, Chairman Andrew Solis, Vice -Chairman Donna Fiala Burt Saunders William McDaniel Collier County - Class Specification Bulletin COAT C014"ty COLLIER COUNTY Revision Date: Oct 1, 2015 CRA Operations Manager Bargaining Unit: General/Non-Union I`—W-111AYWTA � $31.09 - $48.03 Hourly $2,486.81 - $3,842.12 Biweekly $64,657.00 - $99,895.00 Annually Class Code: 90001 PURPOSE OF CLASSIFICATION: The purpose of this classification is to develop, manage and implement redevelopment and economic revitalization programs and project within the CRA boundaries as identified in the Community Redevelopment Plans or work programs. Coordinates assigned activities with other Division/Departments, manages and monitors expenditures of the CRA budget. Provides staff assistance to the Office of the County Administrator and the Community Redevelopment Boards. ESSENTIAL FUNCTIONS: Supervises, directs, and evaluates assigned staff, processing employee concerns and problems, directing work, counseling, disciplining, and completing employee performance appraisals; conducts interviews and makes hiring recommendations. Prepares and present the Community Redevelopment Agency (CRA) work program projects/updates to the CRA Board; responds to questions and requests for additional information from the Board; obtains approvals for the CRA Program; and implements program plans and projects. Reviews, prepares and presents construction plans, designs, and specifications pertaining to program projects; designs, drawings, or maps associated with proposed or approved projects for presentation; makes recommendations concerning improvements, modifications, design strategies, structural systems, or other aspects of program project development to the CRA Board and/or management for review and approval Obtains necessary permits and other applicable authorization for capital projects; prepares documentation and applications for needed permits such as storm water and environmental resources permit; secures permits; evaluates, supports or directs environmental permitting strategies; and ensures compliance with applicable regulations, standards and requirements. Prepares written reports regarding redevelopment activities, and proposes projects and makes public presentations to elected officials/CRA Board. Coordinates redevelopment activities and projects with other governmental agencies, private - sector developers, funding agencies. Coordinates the planning and implementation of economic development and redevelopment projects including public improvements and monitoring status of engineering work and planning processes. Coordinates the selection and manages consultants as maybe necessary to assist the CRA with specialized redevelopment, economic development, financing and legal services. Prepares and delivers written and oral presentations on capital projects for a variety of audiences including civic groups, Chamber of Commerce, local boards and /or commissions, and other interested organizations; provides information on project proposals, plans, status and costs; answers questions; responds to inquiries; and resolves complaints. Prepares Annual Report for the Redevelopment Agency as required by State law. Monitors project construction for quality control and to ensure that the CRA project objectives are being met. Identifies, prepares and presents grant opportunities to secure funding for various capital http://agency.govermnentjobs.com/collier/default.efin?action=specbulletin&ClassSpecID=1011501&headerfootel OP/8/2016 3:58:27 PM] Collier County - Class Specification Bulletin projects, administer awarded grants and ensure compliance with grant requirements. Monitors project costs; tracts expenditures; reviews and approves billing invoices; and maintains costs records. Maintains files/records of project documentation, contracts, construction drawings, and other divisional 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 division equipment and supplies; ensures availability of adequate materials to conduct projects and work activities; initiates orders for new/replacement materials. Communicates with supervisor, County officials, employees, other divisions, 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 divisions 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. 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. 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. http://agency.goveri=entjobs.coinlcollierldefault.cfm?action=specbulletin&ClassSpeclD=1011501&hcaderfootei=0[3/812016 3:58:27 PM] Collier County - Class Specification Bulletin Leadership: Customer Service: Financial 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, fumes, traffic hazards, or bright/dim light. MINIMUM QUALIFICATIONS: Bachelor's degree in Public Administration, 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, stormwater 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. SUPPLEMENTAL INFORMATION: BCC124 Exempt http://agency.governmentjobs.com/collier/defatilt.cfm?action=specbulletin&ClassSpeclD=1011501&headerfooter--0[3/8/2016 3:58:27 PM] Collier County - Class Specification Bulletin Co r County COLLIER COUNTY Revision Date: Oct 1, 2015 Project Manager Class Code: 13875 Bargaining Unit: General/Non-Union $29.57 - $45.69 Hourly $2,365.96 - $3,655.38 Biweekly $61,515.00 - $95,040.00 Annually PURPOSE OF CLASSIFICATION: The purpose of this classification is to manage and coordinate activities of construction projects for an assigned division. ESSENTIAL FUNCTIONS: 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 division management or other officials to review status of division 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 divisions, co -applicants, and consultants to prepare application documents; develops programs and reports as required by permit. 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 http://agency.govemmentjobs.com/collierldefault.ofni?action=speebulletin&ClassSpcclD=44592&headerfootel=0[3/8/2016 4:02:48 PM] Collier County - Class Specification Bulletin contractors and engineers; coordinates project acceptance with other County divisions 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 divisions, 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 division 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 divisional 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 division equipment and supplies; ensures availability of adequate materials to conduct projects and work activities; initiates orders for new/replacement materials. Communicates with supervisor, County officials, employees, other divisions, 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 divisions as needed. Performs other related duties as required. In the event of declared state of emergency, employees in this classification may be called to http://agency.governmentjobs.coin/collier/default.cfin?action=speebulletin&ClassSpeclD=44592&headerfooter=0[3/8/2016 4:02:48 PM] Collier County - Class Specification Bulletin work during days or hours other than those for which they are regularly scheduled. 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. 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: 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, fumes, traffic hazards, or bright/dim light. 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, stormwater 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. http:llagency.governmentjobs.com/collieddefault.cfm?action=specbulletin&ClassSpcolD=44592&headerfooter-0[3/8/2016 4:02:48 PM] Collier County - Class Specification Bulletin Fingerprinting required. SUPPLEMENTAL INFORMATION: BCC123 Exempt http://agency.gover=entjobs.coin/collierldefault.cfm?action=speebulletiu&ClassSpeclD=44592&headerfoote�0[3/8/2016 4:02:48 PM] Collier County - Class Specification Bulletin Ca er County COLLIER COUNT! Revision Date: Oct 1, 2015 Operations Class Code: Coordinator 91006 Bargaining Unit: General/Non-Union SALARY RANGE $17.71 - $28.79 Hourly $1,416.58 - $2,302.85 Biweekly $36,830.98 - $59,874.05 Annually PURPOSE OF CLASSIFICATION: The purpose of this classification is to perform varied administrative technical and advanced general assistance duties in support of division management staff; to compile information for use in record keeping and report preparation; to lead and participate in assigned office and administrative activities and to provide professional, effective and efficient public service assistance to the general public. 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 division databases; and maintaining automated and manual files. ESSENTIAL FUNCTIONS: Coordinates the activities of assigned support, administrative, office and technical functions. Review and processes a variety of internal and external reports, forms, invoices, contracts and related documents. Prepares related statistical summaries and narrative reports. Receives and responds to requests, inquiries and complaints from the public, other jurisdictions and other County divisions, departments and sections. Prepares and proofreads correspondence for format, accuracy and completeness. Coordinates activities with and provides information to outside contractors and service providers; attends bid conferences as required. Reviews and summarizes a variety of fiscal, statistical and administrative information; prepares related reports and memoranda. Develops and revises division forms and report formats, as well as report preparation procedures. Develops, implements and maintains a variety of file systems. Performs a variety of administrative duties for the division 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 division. Serves as liaison between assigned division and Support Services divisions, including Information Technology, Human Resources, Risk Management, and Purchasing. Enters data into division databases, to include information from administrative functions and from operational/program activities. Establishes and maintains automated and manual records and files. Provides assistance and information to internal and external callers and visitors regarding the division, its programs and services and the administrative support functions. Refers callers/visitors to appropriate staff as needed. Performs special projects as assigned. 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. http://agency.goverimientjobs.coinleollierldefault.cfin?action=specbulletin&ClassSpeclD=44511&hcadcl%otel 0[3/8/2016 4:01:34 PM] Collier County - Class Specification Bulletin 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. 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 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 functions. 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; 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: 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 sounds and visual cues or signals. Some tasks require the ability to communicate orally. Environmental Factors: Essential functions are regularly performed without exposure to adverse environmental conditions. 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. SUPPLEMENTAL INFORMATION: BCC114 Non -Exempt http://agency.governinentjobs.coni/collierldefault.efin?action=speebutletin&ClassSpoelD=44511&headerfootei-0[3/8/2016 4:01:34 PM] Elly S. McKuen 10150 Tronical Drive, Bonita Springs, FL 34135 Cell: (239) 851-0397 emckuen@gmail.com SUMMARY More than 30 years of government and private experience in federal, state and local grant development programs in Florida. Demonstrated expertise in the following operations and practice areas: • Experience in strategic planning, organizing and managing multi -discipline teams leading to effective/productive organizational decision making • Highly competent in analytical problem solving and management of financial oversight in all areas of planning, accounting and budgetary controls in the coordination of all related supporting software • Managed and facilitated various levels of staffing and project development budgets including non -profits, government (federal, state and local funding sources) and private sector community planning as high as $15 million • Strong written and verbal communication skills, particularly in dealing with the media and local government, as well as groups with diverse economic and social backgrounds PROFESSIONAL EXPERIENCE Collier County Government — Naples, Florida 4/2012—present Project Manager-Bayshore Gateway Triangle Community Redevelopment Agency Duties and Responsibilities: • Manages and monitors special redevelopment projects and programs • Coordinates public education activities relating to department projects, services, and activities • Develops press releases, public information materials, Request for Proposals, project budgets • Provides direction, guidance and assistance to contractors and consultants Senior Grant and Housing Coordinator -Community and Human Services Division Project Manager — Bayshore Gateway Triangle Community Redevelopment Agency Duties and Responsibilities: • Department lead for HUD funding life cycle (CDBG, HOME and ESG) plan development, implementation and reporting, as well as, other state and federal required grant management plans (SHIP, NSP, DRI) • Provided technical assistance for all state and federal grant applications and awards — all aspects of eligible activities including housing • Led staff coordinating grant application development with large teams of internal and external members • Led staff/expert in affordable housing activities to meet Growth Management and Land Development Code requirements • Advised on and shapes policy and oversees implementation of final requirements of affordable housing • Prepared Executive Summaries for Board of County Commissioner issues • Implemented/monitored Growth Management Plan specific goals, objectives and policies related to affordable housing • Represented the County on coalitions/steering and planning committees/workshops as they represent state and federal grant programs and local issues Achievements: • No findings or concerns for the past 2 years for the HUD Annual Action Plan and the Consolidated Annual Performance Evaluation Report • Developed Housing Methodology Index to determine need for affordable housing approved by the Board of County Commissioners • Inventoried all Planned Unit Developments to track constructed and pending affordable housing units and created tracking mechanism for yearly collection of information • Developed Affordable Housing Density Bonus Impact Fee Deferment application template • Developed Affordable Housing Density Bonus Agreement —working with County Attorney, Growth Management and Co u my staff Boys & Girls Club of Collier County - Naples, Florida 1/2010-12/2011 Director of Grants/Foundations Duties/Responsibilities/Achievements: • Supported President/CEO and Board of Directors to raise annual operating expenses ($4.0 million) of the non-profit organization • Secured project funding through federal, state and private grants ($1.0 million) McKuen Consulting - Cape Coral, Florida 6/2008-1/2010 President and Principal Planner Duties/Responsibilities/Achievements: Project Planner for clients in planning, affordable housing developments, funding and management for municipal and state entities Dyer, Riddle, Mills and Precourt, Inc. (DRMP) Fort Myers, Florida 5/2006-1/2008 Planning Manager- Land Planning Division Duties and Responsibilities: • Managed statewide land development projects (commercial, neighborhood and housing) and marketed firms Planning Section to increase staff from 1 to 4 planning staff City of Fort Myers, Fort Myers, Florida Planning Manager - Community Development Department Duties and Responsibilities: 5/2003-5/2006 • Managed 6 staff members administering real estate sales/purchases, city leases, historic preservation, downtown, neighborhood planning, workforce/affordable housing, negotiated development agreements • Implemented the HUD Community Development Block Grant Program Achievements: • Prepared local Neighborhood Development Plans and Land Development Codes Lee County Board of County Commissioners Fort Myers, Florida 5/1997-5/2003 Program Manager, Neighborhood Building Program - Human Services Department CRA Program Manager/Smart Growth Coordinator - Economic Development Department • Managed 4 staff to implement neighborhood programs using HUD Community Development Block Grant (CDBG) funds in 7 low income neighborhoods Developed neighborhood plans, working with volunteer groups for 7 low income neighborhoods Achievements: • Implemented $9.2 million budget within 5 community redevelopment areas (CRA) for community based improvements • Coordinated 150 volunteers and 17 board members to identify potential Smart Growth issues in Lee County City of Homestead, Homestead, Florida 5/1994-5/1997 Planning Manager - Community Development and Planning • Managed 20 staff of planning, economic development, community services and affordable housing ($15 million budget utilizing HUD—CDBG and HOME) Project Manager for the City's Comprehensive Plan rewrite following Hurricane Andrew Education: Barry University, Miami, Florida — BS — Business Administration, 1996 University of South Florida, Tampa, FL— Economic Development Certification, 1999 Academy of Real Estate, Inc. — Real Estate Appraisal Certification, 2009 University of Michigan, Ross School of Business— Leadership Judgment Program, 2010 1434 Everglades Blvd. S. Cell Phone 239-249-1455 Naples, FI 34117 E-mail: shirevoarcaa,colliemov net Shirley M. Garcia Summary of 2005 Atlantic Bonding Co., Inc. qualifications Notary Public • I became a Notary in 2005 while working for Code Enforcement and my commission expires in 12/2017. Education 2009 Florida Gulf Coast University Ft. Myers, A FI Association of Code Enforcement All certifications are current and valid FACE I & II 2015 Florida Department of Environmental Protection Ft. Myers, FI Certified Stormwater Management Inspector 2015 Hodges University Naples, FI Bachelors in Legal Studies 2013 Hodges University Naples, FI Associates Degree Para Legal 1996-1997 Keiser Fort Lauderdale, FI Travel & Hospitality Mgmt. • Graduated as a Travel Agent and was referred to a wholesale Yugoslavian Travel Agency based out of Fort Lauderdale, FI 1991 Broward Community College Pompano Beach, FI Business Marketing • Data Processing • Word Processing Professional 1/2016 -Current Bayshore Gateway CRA Naples, FI experience Operations Coordinator • Maintain all CRA owned properties and ensures compliance with all Codes and Ordinances. Review and processes a variety of internal and external report, forms, invoices, contracts, and related documents. Prepares related statistical summaries and narrative reports. Receives and responds to requests, inquiries and complaints from the public, other jurisdictions and other County divisions, departments and sections. Prepares and proofreads correspondence for format, accuracy and completeness. Coordinates activities with and provides information to outside contractors and service providers; attends bid conferences as required. Reviews & summarizes a variety of fiscal, statistical & administrative information; prepares related reports and memoranda. Develops and revises department forms and report formats, as well as report preparation procedures. Develops implements and maintains a variety of file systems. Performs a variety of admin duties for the dept. to include preparing and/or processing budget, purchasing, timekeeping 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. Serves as a liason between assigned departments and support services departments, including IT, Human Resources, Risk Mgmt., and Purchasing. Enters data into department database, to include information from admin functions and from operational/program activities. 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, order office supplies, makes travel arrangements and reservations; and maintains calendars for mgmt staff and conference rooms. Operates a personal computer, telephone, 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. Assists Public with all community concerns addresses them in a timely manner and ensures the public health, safety and welfare is adhered to. I am the safety and department coordinator for FEMA reimbursement as well as maintain the inventory of all purchased assets in the agency. Minute taker for monthly meetings held for the E. Naples Task Force Team. Handles all accounts receivable and payables through the Clerk of Courts Finance division. Maintain CRA vehicle and updates driving log and ensure staff is in compliance with the Driver CMA's, process all the invoices for Bayshore MSTU, assist with projects for the MSTU, handle any insurance claims through risk, all insurance updates to risk mgmt., update all properties owned by the CRA to Risk and keep all assets inventory records and reports to Finance annually (property officer). Assists the public with Code issues, drainage, sidewalks and road problems, maintain all office equipment, rental properties and office maintenance for CRP, staff. Assist with events for the Bayshore CRA, all other duties as assigned. 6/2010-1/2016 Collier County Code Enforcement Naples, FL Code Investigator/Customer Svc. In this position, I Research and enforce compliance with local, state, and federal building, zoning, signs, flood, property maintenance, and various general nuisance ordinances, codes, and regulations. Interprets code requirements for contractors, homeowners, engineers, architects, and attorneys. Assists with the development, drafting and revisions to County ordinances based on observations in the field. Performs pro -active patrols of assigned area within the county to detect violations; removes signs on right-of-way along roadways. Performs specialized tasks as assigned relating to management and enforcement of garbage collection contract ensuring haulers, containers, and services comply with all county codes and ordinances. Receives, investigates, and validates complaints of violations to the county's ordinances, codes, and regulations in relation to the most common violations regarding operational and tag requirements of all vehicles, parking and storage requirements of recreational vehicles, prohibition of weeds, litter and exotics, fence permits, prohibited uses of unimproved property, vertical construction requirements, canopy tents and/or shade permit requirements, and regulations pertaining to the number and type of animals in residential areas. Obtains witness and/or complainant statements. Checks cab drivers and limousine drivers to insure they meet minimum standards for licensure. Performs vehicle inspection checks to insure the safety of riders for those licensed under the Public Vehicle Ordinance. Plans, schedules and performs general or specialized field inspections of an environmental nature; on existing buildings, structures, grounds, signs, and/or construction sites; inspects Planned Unit Development for compliance; checks Temporary Use Permits for compliance as directed by the Planning Department. Performs on-site inspections pertaining to assigned specialty such as in home inspections, observing new signage and changes to existing signs, and/or various health and safety related nuisance issues. Reviews blueprints, plats, and various maps; ensures structures are constructed to plan or waste materials are disposed of properly. Obtains and preserves evidence of violations; determines property sizes; takes photographs, documents ordinance violations. Informs citizens and business owners of violations and explains problems; prepares issues and/or posts warnings, notices of violations and citations for code violations; issues citations and notices to appear to violators. Performs research to determine ownership, location and legal description of the property, zoning requirements, and other concerns; obtains property deeds; researches permits. Re -inspects properties to ensure infraction has been abated and properties are in compliance with all regulations. Prepares and reviews legal documents used in the prosecution of violators and attends hearing to provide testimony. Prepares legal documents to obtain inspection warrants. Negotiate and draft stipulated agreements for presentation in the appropriate legal forum. Acts as prosecutor for the County and presents code violation cases (or citations) before the Special Master or the Code Enforcement Board for adjudication. Reviews case files for prosecution; prepares for, attends, and testifies in Code Enforcement Board hearings, Office of Special Masters hearings, courtroom hearings and judicial proceedings. Serves as liaison between county departments (e.g. Parks and Recreation), contractors, citizens or business owners to correct violations. Responds to questions, complaints and requests for information/assistance from the general public, civic groups, business/property owners, court personnel, contractors, various agencies, employees, officials, supervisors, or other individuals regarding the most common violations. Develops proactive plans to address community issues to include sweeps for violations and community education programs. Establishes and maintains positive public relations; attends community meetings; informs and educates business owners and homeowners on code issues and regulations. Enters signs, property, and violation photographs and other information into a computer database; retrieves, reviews or organizes case information using computer database; verifies accuracy of data; makes corrections as appropriate. Documents all activity conducted in assigned position; reviews status of cases and follows up as necessary. Researches Site Improvement Plans, Site Development Plans, and Plan Unit Development documents; researches amending the Land Development Code; drafts changes as necessary. Prepares and/or receives a variety of forms, logs, requests, records, reports, correspondence, and other documents associated with daily responsibilities of this position; reviews, completes, processes, approves, forwards, maintains, and/or takes other action as appropriate; prepares and maintains files and records. Operates a personal computer, printer, calculator, copy and facsimile machines, telephone, radio, or other equipment as necessary to complete essential functions, to include the use of word processing, spreadsheet, database, or other system software. Operates a motor vehicle to perform work activities. Provides timely response to all correspondence. Trains and mentors new Code Enforcement Investigators; substitutes for co-workers during their temporary absence; provides guidance, training, and/or assistance to other department personnel. Oversees contracts for operational services; inspects residential and commercial garbage collection routes to ensure proper service. May investigate damages done to or by county vehicles while performing county services. Maintains current field and code manuals, policy and procedures, employee handbooks, various maps, addresses, and related material for reference and/or review. Attends staff meetings, seminars, and in-service training sessions as required to remain knowledgeable of departmental and county operations, to promote improved job performance. Stays current with changing inspection techniques, policies, procedures, codes, and laws. 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. Customer Svc. Position- Prepares department records, reports and forms; prepares correspondence and letters; receives documents and/or retrieves information from drafts, summaries, databases or other source documents; and incorporates information into prepared materials; and proofreads for accuracy and completeness. Copies and distributes documents as appropriate. Prepares and processes administrative documents (i.e. payroll, accounts payable, invoices, etc.). Prepares and processes program/operational documents (permits, work orders, project records, etc.). Researches, assembles and compiles information needed to complete documents. Answers Department telephones; assists callers with questions regarding department programs, services or procedures; refers callers to other staff members as appropriate; and takes messages. Receives screens and assists visitors and/or customers; provides information; and/or directs visitors to appropriate staff member or department. Provides information regarding department programs; explains policies and procedures; receives applications, payments, requests and/or complaints; and researches and provides information from department databases or records as requested. Provides forms, applications, receipts or other documents to visitors/customers upon request. Assists customers with completing forms. Establishes updates and maintains information in automated information systems; enters operational, account, and/or program information into databases; retrieves data from databases; creates new spreadsheets/files; and purges old data. Researches information from databases as requested. Generates reports, logs and listings from databases. May include scanning paper documents into digital database. Prepares and maintains department files and records to include files of department correspondence, program records, legal documents, etc.; photocopies documents and distributes and/or files; and requests information from other departments as necessary to complete department records/files. Receives, dates and distributes incoming mail. Prepares outgoing mail. 4/2008-2/2010 Collier County CRA Naples, FL Operations Coordinator Maintain all CRA owned properties and ensures compliance with all Codes and Ordinances. Review and processes a variety of internal and external report, forms, invoices, contracts, and related documents. Prepares related statistical summaries and narrative reports. Receives and responds to requests, inquiries and complaints from the public, other jurisdictions and other County divisions, departments and sections. Prepares and proofreads correspondence for format, accuracy and completeness. Coordinates activities with and provides information to outside contractors and service providers; attends bid conferences as required. Reviews & summarizes a variety of fiscal, statistical & administrative information; prepares related reports and memoranda. Develops and revises department forms and report formats, as well as report preparation procedures. Develops implements and maintains a variety of file systems. Performs a variety of admin duties for the dept. to include preparing and/or processing budget, purchasing, timekeeping 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. Serves as a liason between assigned departments and support services departments, including IT, Human Resources, Risk Mgmt., and Purchasing. Enters data into department database, to include information from admin functions and from operationallprogram activities. 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, order office supplies, makes travel arrangements and reservations; and maintains calendars for mgmt staff and conference rooms. Operates a personal computer, telephone, 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. Assists Public with all community concerns addresses them in a timely manner and ensures the public health, safety and welfare is adhered to. I am the safety and department coordinator for FEMA reimbursement as well as maintain the inventory of all purchased assets in the agency. Minute taker for monthly meetings held for the E. Naples Task Force Team. Handles all accounts receivable and payables through the Clerk of Courts Finance division. Maintain CRA vehicle and updates driving log and ensure staff is in compliance with the Driver CMA's, process all the invoices for Bayshore MSTU, assist with projects for the MSTU, handle any insurance claims through risk, all insurance updates to risk mgmt., update all properties owned by the CRA to Risk and keep all assets inventory records and reports to Finance annually (property officer). Assists the public with Code issues, drainage, sidewalks and road problems, maintain all office equipment, rental properties and office maintenance for CRA staff. Assist with events for the Bayshore CRA, 2005-2008 Collier County Code Enforcement Naples, FL Administrative Secretary Process all Parking, False Alarm(for Code Enforcement & Sheriffs), Public Utilities and Domestic Animals Citations, Park Rangers (if not paid made sure that it was sent to collections or Special Magistrate to impose liens), Process payments for all Citations and other Misc. required, sent mass mailing of reminder letters for unpaid citations, Liens, Liens searches, code violation search, payoffs for Title Companies, Release of Liens, Executive Summary for the Lien request as well as request for Release of Liens, assist other Departments as needed with any of the above, was the Secretary for the CEB, Special Masters, processed all the Hearing for both, had to ensure that the appropriate paperwork are within the guidelines of the Ordinance and processed according to the Ordinances of the County and State. Liaison between all the appropriate departments to ensure that all staff were notified of the scheduled hearings and dates and times (Sheriff Officers, Code Enforcement Investigators, Public Utilities Investigators and DAS Investigators & Park Rangers scheduled all the Hearings in the Board Room, Re -Scheduled as needed with new dates, different available rooms, made sure all the communications department was aware of new dates and times for televised availability, did all the notice of hearing mailings(certified), copied all Hearing packets, made sure all of the Hearing packets were sent to all the appropriate parties on the scheduled deadline, assisted with creating legal forms with the approval of the Legal Department, archiving, maintain the Special Assessments program (interest, etc.), Lot Mowing Invoicing, Rental Inspection Fee Invoicing, and Demolition Invoices as well as create and maintain a spreadsheet to follow up on payment status, send to Special Master through the Executive Summary process if not paid(lot mowing & Demo), to ensure that the property is liened in a timely manner, send to the Board of County Commissioners all Releases and Satisfactions with an Executive Summary, Scan into Novus and routing slip for appropriate approval, send to Collections if not paid for Rental Inspection Fees, maintain uniform orders and problems for the investigative staff, maintain all the equipment and truck inventory for the investigative staff, Order and maintain all office supply orders and maintain the neatness of the storage, maintain all office equipment for both the Immokalee extension office as well as the Horseshoe Dr. office, surplus any office machines that are no longer used or no other department wants, used Novus, SAP, CD Plus, Special Assessments program, Excel, Access. Assist with Vehicle for Hire program, Driver ID, Decaling vehicles, rental registration program, filing, and archiving and entering info for VFH and retrieval for this info from storage. Public Records Request is also assigned to me. Assist customers at front counter as well as the phone and all other miscellaneous duties assigned by the immediate and all other supervisors. Interpret Spanish to all investigative staff and front operations staff. 2003-2005 City of Fort Lauderdale Public Services Ft. Lauderdale, FL Clerk • Maintain Central file room for all of Public Services, filing, sorting and retrieval of all documents as needed. Back up the courier, order all control forms for all of Public Services Departments, Maintain the Large Water and Wastewater User Contracts and retrieve as necessary, records retention coordinator for all of the Public Services Division, copying, filing, faxing, ordering and maintaining all office supplies, maintain office machines and storages. Prepare and send to surplus for PBS Dept., order & organize all of the janitorial contractor duties and extra projects, prepare all informational packets for WaterM/astewater presentations by staff as well as environmental info. Maintain all office equipment. Assist with Answering Multi Line phone system. All misc. duties assigned by the immediate Supervisor. 2004-2005 Abbott Appliances Pompano Beach, FL Secretary (secondary employment Saturday -Sunday) • Process all Client information into Client Profiles Database, delete all duplicates prior to doing mass mailing for Holiday Promotions, answer multi lined phones, assist customers on the phone or in person, calendar and set up all appts. for Service Techs, maintain calendars for the techs, filing, faxing and maintain office equipment. 2002-2003 Waddell & Reed Financial Investments LaGrange , IL Financial Advisors Asst. • Help Clients with financial information; fill out financial statements regarding mutual funds, 401 K, etc. Review new client info and enter in profiles, answer multi -line phone system, fax, copy file, check status of funds, reports, maintain and order all office supplies. 2001-2002 Robert Gluck, Esq. Plantation, FL Secretary/Receptionist New Client intake, update all client profiles in computer and paper files, typing insurance requests, QuickBooks for accounts payable, answering multi -lined phone, calendaring court dates and client appts. Filing, faxing, copying and all mail sorting and running through stamp machine. Some light bookkeeping. Maintain all office equipment and supplies; greet all clients and the public, requesting settlement offers for the Attorney. 2001-2001 Adult Probation South Pima County Tucson, AZ Receptionist Answer multi lined phones, assist defendants on the phone or in person, assist the probation officers with their defendants giving breathalyzers, assisting other government agencies with information, filing and changing over files. Interpret for Spanish speakers to all staff. 2000-2001 Tretschok & McNamara Tucson, AZ File Clerk • Organize files for Hearings, schedule new client interviews, filing for a partner and an associate Attorney, Data Entry in client profiles, and alpha micro systems, Receptionist duties including multi -line phones, keeping client information current in the computer system as well as client files. In charge of files from the office of Hearing and Appeals, checking subpoenas in the files from the Industrial Commission of Arizona. Retrieving messages from the answering machine as well as distributing messages via email. 2000-2000 Garcia's Restaurant Tucson, AZ Waitress/Service Bar(secondary employment nights & weekends) • Customer Service, keeping organized tables and orders for food & drinks, cashier, expediting on the food line, working the service bar on weekends. 1998-1999 Broward County Courthouse 17Th Judicial Circuit Court Fort Lauderdale, FL Docket Clerk /Felony Division • Scheduling Deft. Court dates for Judges, Calendaring, and preparing arraignments, calendar call dockets for the following days, weeks and months. Filing dept. motions and letters, filing other Governmental Agencies motions, assisting with other Judges dockets when the assigned Docket Clerk is out on leave or ill, finding files for Court Hearings and comparing info from the files against deft charges. Checking Broward Sheriffs computer system for deft. location and previous criminal histories. Assisting the Bail Bonds with the refunds of posted bail and assisting with warrants as necessary when Deft. does not appear for Court. Assist Judges Assistants with any necessary duties or assignments as determined by the Judges. 1997-1999 Mikado Japanese Restaurant Ft. Lauderdale, FI Waitress/Bartend(secondary employment nights & weekends) • Payroll, Customer Service, arrange menu concepts, keeping organized tables and orders for food & drinks, cashier, expediting on the food line assisting Sushi chefs as needed, Train new employees. Languages I speak Spanish fluently and a little Japanese. 4;" References Joe Mucha — Collier County Code Enforcement Annie Alvarez- Regional Mgr Collier County Parks & Recs Objective My objectives are to finish my Degree. I am also interested in a career where I have an opportunity to learn and grow and enhance my abilities through training, seminars or the necessary means to be an attribute to the position, the Department, the County or Municipality, fellow employees and the public. CRA RESOLUTION A RESOLUTION OF THE COMMUNITY REDEVELOPMENT AGENCY OF COLLIER COUNTY, FLORIDA AUTHORIZING SUBMITTAL OF AN APPLICATION TO COLLIER COUNTY COMMUNITY AND HUMAN SERVICES FOR A FY2017-2018 US HOUSING AND URBAN DEVELOPMENT COMMUNITY DEVELOPMENT BLOCK GRANT IN THE AMOUNT OF $500,000 TO FUND THE FIRE SUPPRESSION SYSTEM PROJECT PHASE 2; IF AWARDED, AUTHORIZING THE CRA CHAIRMAN TO EXECUTE A SUBRECIPIENT AGREEMENT AS APPROVED BY THE COUNTY ATTORNEY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Community Redevelopment Agency (CRA) of Collier County desires to apply for a $500,000 US Department of Housing and Urban Development (HUD) Community Development Block Grant (CDBG) to fund a project within the redevelopment area; WHEREAS, if the grant is awarded, CRA staff will contribute the staff time to monitor the program and use of the CRA office space for public and professional meetings. NOW, THEREFORE, BE IT RESOLVED BY THE COMMUNITY REDEVELOPMENT AGENCY OF COLLIER COUNTY THAT: SECTION 1. Title. The grant program shall be known as the Collier County HUD CDBG — Bayshore/Gateway Triangle Fire Suppression System Project Phase 2. SECTION 2. Adoption and approval of the Collier County HUD CDBG — Bayshore/Gateway Triangle Fire Suppression System Project Phase 2 Application. The CDBG Grant application is hereby approved for submission of the Grant application by the Community Redevelopment Agency. SECTION 3. Administration by The CRA Executive Board delegates the administration of the grant program to the CRA staff to include, but not be limited to, application process and review, and monitoring grant progress. SECTION 4. Authorization of Agreement by CRA Board Chairman. If the grant is awarded, the CRA Chairman is authorized to execute a Subrecipient Agreement with Collier County as approved by the County Attorney. SECTION 5. Effective Date. This Resolution shall become effective immediately upon passage and adoption. THIS RESOLUTION ADOPTED after motion, second and majority vote on this the 28th day of March, 2017. ATTEST: DWIGHT E. BROCK, Clerk M , Deputy Clerk Approved as to form and legality: Jennifer A. Belpedio Assistant County Attorney COMMUNITY REDEVELOPMENT AGENCY OF COLLIER COUNTY, FLORIDA to Fiala, CHAIRMAN Bayshore Gateway Triangle CRA •Bayshore Beautification MSTU Haldeman Creek MSTU STATE OF FLORIDA CERTIFICATE OF GOOD STANDING The Bayshore Gateway Triangle Community Redevelopment Agency does not have, nor required to comply with a Certificate of Good Standing. It is a Special Taxing Unit of Collier County Government formed under State of Florida Statutes Chapter 163. o 'i�e^ County Administrative Services Department Procurement Services Division Collier County Board of County Commissioners Procurement Standard Operating Procedures (Based on Purchasing Ordinance 2013.69, Agenda Item 17J; Amended by Procurement Ordinance 2016-37 on June 23, 2015, Agenda Item 17E; Amended by Procurement Ordinance 2016.61, Agenda Item 17F) PROCUREMENT GUIDELINES INDEX INTRODUCTION.................................................................................................................................3 SMALL PURCHASES ($3,000 OR LESS)..........................................................................................4 INFORMALCOMPETITION.......................:..................................................................................:.....6 FORMAL COMPETITIVE THRESHOLD (PURCHASES IN EXCESS OF $60,000) ............................6 COMPETITIVE BID PROCESS.........................................................................................................12 PROCUREMENT OF PROFESSIONAL SERVICES.........................................................................14 COMPETITVEPROPOSALS............................................................................................................16 PROCUREMENT OF DESIGN -BUILD CONTRACTS.......................................................................17 LOCAL VENDOR PREFERENCE.....................................................................................................18 PAYMENTOF INVOICES.................................................................................................................18 ADVANCED PAYMENT FOR GOODS AND SERVICES..................................................................20 STANDARDIZATION AND COOPERATIVE PURCHASING....................................:.......................21 CONTRACT ADMINISTRATION.......................................................................................................22 UNAUTHORIZED PURCHASES.......................................................................................................26 EXIGENT CIRCUMSTANCES, EMERGENCY PROCUREMENT AND BOARD ABSENCE.............26 PURCHASINGCARD PROGRAM........................................................................:...........................26 2 Procurement Standard Operating Procedures Approved: 1/20/2016 INTRODUCTION Procurement in Collier County is governed by Board of County Commissioners' Purchasing Ordinance 2013-69, Agenda Item 17J; as amended by Procurement Ordinance 2015-37 on June 2.3, 2015, Agenda Item 17E; and as amended by Procurement Ordinance 2015-51 on September 22, 2015, Agenda Item 17F. The purpose for these guidelines is to provide the steps necessary to execute the Procurement Ordinance. These guidelines will ensure the fair and equitable treatment of all persons involved in public purchasing by the County, maximize the purchasing value of public funds in procurement, and provide safeguards for maintaining a procurement system of quality and integrity. These guidelines apply to the procurement of goods and services entered into by the County after the effective date of the Procurement Ordinance 2015-51. These guidelines apply to the expenditures of public funds by the Board of County Commissioners for public purchasing, irrespective of the source of the funds. Nothing within these guidelines will prevent the County from complying with the terms and conditions of any grant, gift or bequest that is otherwise consistent with law. These Procurement Guidelines may be updated, or modified for particular transactions, by the Director of Procurement Services. The County reserves the right to establish any one, or a combination of, these industry practices for contracts or purchase orders: Lump Sum (Fixed Price): a firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. Generally speaking, these contracts are predictable and cost certain, easy toadminister for the County and the Contractor, and foster higher levels of collaboration, and account for more than fifty (50%) percent of public sector projects. Time and Materials: the County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's mark up). This methodology is generally used in projects In which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change, As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. Generally speaking, the County assumes the project risk, the administration is more fine consuming, and the County pays for the labor efforts and materials used to complete the project, including changes due to unforeseen conditions. Unit Price: the County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc,). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification required). 3 Procurement Standard operating Procedures Approved: 1(2012M SMALL PURCHASES ($3,000 OR LESS) (Procurement Ordinance Section T. Small Purchases) Thresholds have been set that determine the processes required for each purchase. Purchasing thresholds are identified as one of the following: 7:1 Purchases Issued under contracts 7:2 Small Purchases of $3,000 or Less 7:3 Bilateral agreements 7:4 Prohibition against subdividing 7:1 Purchases Issued Under Board Approved Contracts Purchases associated with an existing contract may be made using a purchase order or purchasing card in accordance with the terms of the contract. The purchase may be approved by the Procurement Services Director for amounts limited only by the operating division's budget. Where multiple contracts exist for the same services, purchases will be distributed among the firms as approved by the Board or the Procurement Services Director. These purchases do not require additional Board approval. Non -contract purchases are goods or services not currently available on a Board or Procurement Services Director authorized contract. The Procurement Services Director may approve non -contract purchases up to the formal competitive bid threshold when justified and deemed in the best interests of the County. The Procurement Services Director may add non -contract goods or services to an existing similar contract subject to the terms and conditions outlined in the existing contract and the Board's Procurement Ordinance Section 19 (C). 7:2 Small Purchases of $3,000 or Less Purchases that do not -exceed $3,000, with at least one price quote obtained, may be approved by the Procurement Services Director without informal or formal competition by means of a purchase order, or the division may use a purchasing card, if a formal agreement is not identified. Operating divisions will seek the best value for the purchase and will ensure that the purchase supports the mission of the division. 7:3 Bilateral Agreements For vendors who require a signed bilateral agreement, memorandum of understandinglagreement, or other similar binding document, the Procurement Services Division Staff will complete negotiations with the vendor and forward the document(s) to the County Attorney for final review and approval. The Procurement Services Director shall execute the agreement. An approved bilateral agreement may be approved by the Procurement Services Director as long as the cumulative annual expenses are not greater than the formal competitive threshold. 7:4 Prohibition Against Subdividing Purchasing Transactions Purchasing transactions must not Intentionally be subdivided or split into smaller transactions to avoid the requirements of the Procurement Ordinance. The Procurement Services Director will periodically review purchase order transaction reports to ensure that operating divisions do not subdivide or split purchases to avoid the threshold limits. 4 Procurement Standard Operating Procedures Approved: 1120/2016 INFORMAL COMPETITION (PURCHASES EXCEEDING $3,000 BUT NOT GREATER THAN $50,000) (Procurement Ordinance Section 8: Informal Competition) Thresholds have been set that determine the processes required for each purchase. Purchasing thresholds are identified as one of the following: 8:1 Purchases issued under fixed term or continuing contract 8:2 Informal solicitations greater than $3,000 but not greater than $50,000 8:3 Bilateral agreements 8:4 Waiver from competition 8:5 Prohibition against subdividing Purchases associated with an existing contract may be made using a purchase order or purchasing card in accordance with the terms of the contract. The purchase may be approved by the Procurement Services Director for amounts limited only by the operating division's budget. Where multiple contracts exist for the same services, orders will be distributed among the firms as approved by the Board or the Procurement Services Director. These purchases do not require additional Board approval, Non -contract purchases are goods or services not currently available on a Board or Procurement Services Director authorized contract. The Procurement Services Director may approve non -contract purchases up to the formal competitive bid threshold when justified and deemed in the best interests of the County. The Procurement Services Director may add non -contract goods or services to an existing contract subject to the terms and conditions outlined In the existing contract and the Board's Procurement Ordinance Section 19 (C). 8'2 Informal Solicitation Greater than $3,000 but not greater than $50.000 Three (3) written quotes will be sought by operating staff for purchases exceeding $3,000 but not greater than $50,000. Operating divisions will seek the lowest quote (based on quote identified unit or total price), qualified (meets minimum standards for license, certification, years of experience, bonding capacity, Insurance, etc.) and responsive (submits information requested, agrees to meet timeline, terms, and conditions, etc.) for the purchase and will ensure that purchases are valid and serve the best interest of the public. Where operating staff are unsuccessful in securing three (3) comparable quotes, the operating division will provide additional information to the Procurement Services Division staff. The Procurement Director is responsible for: a) awarding all purchases, b) rejecting quotes and/or proposals as recommended by the Procurement Professionals, and c) approving all sole or single source purchases below the formal competitive threshold. An approved quote, for which the purchase is not greater than $50,000, is considered valid during the 12 month period starting from the date of the issuance of the purchase order. Purchases may be executed by the Procurement Services Director by means of a purchase order, or the division •may use a purchasing card. 8'3 Bilateral Agreements Procurement Standard Operating Procedures Approved: 1/20/2016 For vendors who require a signed bilateral agreement, memorandum of understanding, contract, etc. the Procurement Services Division Staff will complete negotiations with the vendor and forward to the County Attorney for final review and approval. The Procurement Services Director shall execute the agreement. An approved bilateral agreement may be approved by the Procurement Services Director as long as the cumulative annual expenses do not exceed'$50,000. 8:4 Waiver from Competition Competition may be waived by the Procurement Services Director as identified in Section 8 (B) of the Procurement Ordinance. 8:5 Prohibition Against Subdividing Purchasing transactions must not intentionally be subdivided or split into smaller transactions to avoid the requirements of the Procurement Ordinance. The Procurement Services Director will periodically review purchase order transaction reports to ensure that operating divisions do not subdivide or split purchases to avoid the threshold limits. FORMAL COMPETITIVE THRESHOLD (PURCHASES IN EXCESS OF $50,000) (Procurement Ordinance Section 9: Formal Competitive Threshold) Purchases generally fall into one of three categories: a) commodities, b) services, or c) professional services (under the Consultant's Competitive Negotiation Act and Auditor Selection Processes). Within each category of purchase, there are different considerations including: 9:1 Method of purchase 9:2 Responsibilities 9:3 Immigration validation 9:4 Solicitation process 9:5 Solicitation documentation 9:6 Selection process 9:7 Waiver / exemption from competition 9:8 Contractual documentation 9:9 Approvals In compliance with F.S. § 287.055, known as "The Consultants' Competitive Negotiation Act" or "CCNA", and the Auditor Selection Procedures (F.S. § 218.391), these professional services are competed under separate procedures . 9:1 Method Purchases over the formal competitive threshold will be procured as follows unless the purchase is governed by federal, state or other funding source guidelines. 1. Commodities: Purchase of goods over the formal competitive threshold are generally procured using a sealed bid. 2. Services: Purchase of services over the formal competitive threshold generally follows the request for proposal process, or similar methodology. 6 Procurement Standard Operating Procedures Approved: 1/20/2016 Professional Services (includes the acquisition of professional CCNA architectural, engineering, landscape architectural or surveying and mapping services; and auditor services); Professional Services will be procured using a qualitative selection process that evaluates qualifications, competence, track record and availability. This professional service selection method will be utilized by the Procurement Services Director for a) a project that includes a fixed capital outlay study or planning activity which includes a grouping of minor construction, rehabilitation or renovation activities or a grouping of substantially similar construction, rehabilitation or renovation activities occur, b) a "continuing contract,' and/or c) a design build project. 9:2 Responsibilities Subject to formal competition, the Board is responsible for: a) awarding all purchases, b) rejecting bids and/or proposals as recommended by the Procurement Services Director, c) approving all sole or single source purchases in excess of the formal competitive threshold and d) waiving irregularities. The division(s) project manager(s) is responsible for drafting and submitting the background, scope of service (which may include general contractor responsibilities, technical specifications, drawings, ,permit requirements, special instructions, liquidated damage amount, etc.) and cost criteria and/or qualifications to assist in the decision making process. The Procurement Services Director is responsible for: 1. Seeking competition; 2. Determining whether solicitations may be Issued in one or more steps or concurrent with one or more firms; 3. Posting publicly the solicitation notice; 4. Sending solicitation notices to vendors that are registered in the vendor database; 5. Providing for solicitation documents to contain relevant local, state and federal requirements; 6. Approving and advertising any addendum to solicitation documents and making such available to prospective contractors/vendors; 7. Prescribing, when necessary, for solicitation deposits to be made and describing such requirement in the solicitation; 8. Recommending when solicitation bids and proposals should to be rejected; 9. Negotiating with the lowest responsive bidder if bid exceeds budgeted amount for purchase; 10. Negotiating with service vendors ranked most qualified; 11, Maintaining tools necessary for gathering past performance data, and consideration of that data prior to award of contract; 12. Suspending vendors from the vendor database for continual non -response to solicitations, violations of the Ordinance or procedures or inactivity In the electronic system; 13. Ensuring bids and proposals are publicly opened and witnessed at the time and place stated in the solicitation notice; 14. Tabulating all bids/proposals and maintaining for public inspection; 15. Facilitating the appointment of selection committees for review of requests for proposals; and 16. Reviewing and approving all recommendations for award of contracts. In preparing the solicitation document, the Procurement Services staff member, along with the project manager (s), may consider the following award criteria, or may identify other standards: 1. The ability, capacity and skill of the bidder/proposer to perform the contract, 2. The ability of the bidder/proposer 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/proposer, 4. The quality and performance of previous contracts awarded to the bidder/proposer, 7 Procurement Standard Operating Procedures Approved: 1/2012016 5. The previous and existing compliance by the bidder/proposer 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/proposer to provide future maintenance and service (where applicable), and, 8. Litigation history, references; criminal records; prior, pending or imminent claims or disputes with the County or other public agencies; as well as comparable relevant information as to the bidder's principals and affiliated entities. Prior to issuing the request for proposal, the Procurement Services Director will draft a memorandum for approval by the County Manager for the appointment of a selection committee to review the qualification submissions and/or proposals. Additional selection committee information will be available on the Procurement Services website. The contractor, vendor or consultant is responsible for: 1. Maintaining a profile in the online solicitation database; 2. Reviewing any solicitation addendum; 3. Responding in a timely manner outlined in the solicitation documents; 4. Identifying the solicitation number on the outside of sealed envelope if submitting a paper bid or proposal; 5. Complying with local, state, federal and grant requirements as identified in the solicitation; 6. Publicly addressing the Board regarding a prospective purchase if requested to do so by the Procurement Services Director or by a majority vote of the Board; and, 7. Filing intent to protest terms and conditions, specifications, or recommended contract awards in a timely manner and as prescribed in the solicitation document and Procurement Ordinance. 9:3 Immigration Validation As authorized by the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), the federal government requires companies to employ only Individuals who may legally work in the United States — either U.S. citizens, or foreign citizens who have the necessary authorization. To ensure contractors, vendors or consultants comply with this requirement, Collier County requires that verification be provided to evidence that the contractors, vendors or consultants have in fact signed up for the U.S. Department of Homeland Security's E -Verify system and have ensured that employees and subcontractors meet the requirement. All formal solicitations for the purchase of services and professional services will include language advising prospective contractors, vendors or consultants that they must register to use the federal E - Verify system. Commercially "off the shelf' products (COTS) are typically goods sold in substantial quantities in the commercial marketplace and offered to the County in the same form or with minor modifications. Vendors on County contracts -for COTS items may be exempt from the E -Verify registration. 9:4 Solicitation Process 1. Commodities: A notice inviting bids is required and will be publicly posted by the Procurement Services Director at least ten (10) calendar days before the deadline for receipt of bid responses. Construction bids with an estimate of $200,000 - $499,999 will be posted for twenty-one (21) calendar days; projects estimated at $500,000 or more will be posted at least thirty (30) days. a Procurement Standard Operating Procedures Approved: 112 012 01 6 2. Services: A notice inviting proposals is required and will be publicly posted by the Procurement Services Director at least twenty one (21) calendar days before the deadline for receipt of proposals. 3. Professional Services: A request for proposal is publicly announced and distributed by the Procurement Services Director at least twenty one (21) calendar days before the deadline for receipt of proposals. 9:5 Solicitation Documentation Solicitation documents will include description of commodities, services or professional services to be purchased, identify the evaluation procedures and criteria to be used, and if known, the historical spend from previous similar contracts, the anticipated spend if known or a general budget range. All solicitation documents will state where instructions and specifications are available for review and will state the time and place for opening. Notices may also be electronically sent to vendors who are registered in related commodities In the online vendor database. Solicitations may be conducted in one or more steps simultaneously or concurrent with multiple firms unless otherwise prohibited by applicable federal or state law or the terms of a grant program after review and approval by the Procurement Services Director. 9:6 Selection Process A tabulation of bids or a summary of proposals received will be made bythe Procurement Services Director. Past performance data will be considered during the review. In the event that one or more vendor is recommended under the same solicitation, the method for distributing work under the resultant contract(s) will be identified in the executive summary and the contract(s). Methods for such distribution may include, but are not limited to: a) award specified scope/items to specified vendor(s); or b) award the work to a primary and secondary vendor(s); or c) for purchases exceeding $50,000, solicit quotes from all vendors under contract and award the work based upon the lowest, responsive quote; or d) rotate through all vendors awarded; or e) other methods as identified in the solicitation document, Executive Summary, and contract, or as approved by the Board. Local vendor preference, if applicable, will be considered and the right -to -match offer made, as identified in Section 15: Procedures to Provide Preference to Local Businesses in County Contracts, Commodities Award will be made to the lowest, qualified and responsive bidder unless there are other policies conflicting with this statement. In the event of a tie bid, the award will be given to the lowest tied bidder that can certify it has implemented a drug-free work place program subject to F.S. § 287.087. If all lowest tied bidders can provide such certification, the next step is to determine whether the bidders are considered a local business (Section 15: Procedure to Provide Preference to Local Businesses In County Contracts). If one (and only one) of the bidders is determined to be a local business, then award of contract will be made to that bidder. In the event that two or more local bidders or two non -local bidders are tied thereafter, award of contract will be made in accordance with a coin toss in the presence of both bidders. In the event that bids need to be rejected, the Procurement Services Director has the authority to issue a new solicitation prior to the formal rejection by the Board of the original bid offers. In the event that the Board elects to award the contract from the original solicitation offers or if the Board elects not to further pursue the purchase, the Procurement Services Director may cancel the new solicitation. If the lowest qualified responsive bid exceeds the budgeted amount'andlor cannot be funded in whole or in part by received grant dollars, the Procurement Services Director may negotiate with the bidder to attempt to bring the bid within budgeted limits unless prohibited by the source of funds. Refer to funding source guidelines to confirm. Any necessary negotiations and changes are to be. outlined the executive summary. 9 Procurement Standard Operating Procedures Approved: 1/20/2010 2. Services Prior to the announcement and distribution of the Request for Proposals, a selection committee will be appointed by the County Manager, to evaluate the proposals received. The Procurement Services Director will distribute proposals to the selection committee to evaluate the proposals and to determine the best overall proposer meeting the minimum published requirements. The selection committee will review, score and rank the proposals in accordance with the procedures and selection criteria identified in the solicitation document, Upon completion of the selection process, the Procurement Services Director will post the results of the selection process on the Procurement Services Division Internet site. In the event that proposals need to be rejected, the Procurement Services Director may issue a new solicitation prior to the formal rejection by the Board of the original solicitation proposals. In the'event that the Board elects to award the contract from the original proposals or if the Board elects not to further pursue the purchase, the Procurement Services Director may cancel the new solicitation. If the best overall proposer meeting the minimum published requirements exceeds the budgeted amount and/or the services cannot be funded in whole or in part by grant dollars, the Procurement Services Director may negotiate with the proposer to attempt to bring the proposal within budgeted limits unless prohibited by the source of funds. Any necessary negotiations and changes are to be outlined in the executive summary. 3. Professional Services Prior to the announcement and distribution of the Request for Proposals, a selection committee will be appointed by the County Manager to evaluate the proposals received. A summary of all proposals will be made by the Procurement Services Director. The selection committee will review statements of qualifications and performance data submitted in response to the solicitation and will select, in order of preference, no fewer than three firms deemed to be the most qualified, if at least three firms respond to the solicitation. If less than three firms respond, and after meeting due diligence, it is decided by the Procurement Services Director that every effort was made to comply with the requirements of F.S. § 287.055 or F.S. § 218.391, the operating division will proceed with the recommended ranking of the proposers to Board. Following the Board's approval of the rankings, the Procurement Services Director will commence negotiations with the firm ranked as most qualified. During such negotiations, the project scope, services and compensation will be defined. If discussions do not result In an agreed upon contract, negotiations will end with the proposer and begin with the proposer ranked second by the selection committee. If negotiations with second -ranked proposer fail, they will begin with the next ranked proposer. 9:7 Waiver / Exemption from Competition Purchases of commodities or services from a single or sole source may be exempted from formal competition after review by the Procurement Services Director and approval by the Board. The following purchases may have the requirement for competition waived: 1. Purchase of library books, education and/or personnel tests, similar audio visual materials, periodicals, printed library cards, or other statutorily authorized exceptions. 2. Sole source purchases or single source purchases. 3. Valid public emergencies (pursuant to Section 25 of the Ordinance). 10 Procurement Standard Operating Procedures Approved: 112012016 4. Where it is determined to be in the best interests of the County to do so. Justification for a waiver may include a) public health or safety emergency; b) item(s) is the only one (proprietary) available that can properly perform the intended function(s); c) the recommended vendor/contractor is the only one ready, willing and able to meet the County's requirements; and/or d) it is determined to be in the best interests of the County. The County may determine It Is in their best interest to waive competition due to an economic condition such as: responsible economic procurement relieves the County of potential additional expenses that would result from not making. the purchase; use of another supplier would result in Incompatibility or lack of standardization with existing conditions; use of another supplier would require considerable training, time and money to evaluate; the goods or services are being used in ongoing long-term projects; and/or the product or service offered is at a substantial discount below current market conditions and price structures. 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. The operating division will prepare an executive summary, complete a waiver / exemption form and compile supporting documentation and rationale and forward to the Procurement Services Director for review. Once reviewed and approved by the Procurement Services Director, the operating division may request Board approval at the next available agenda. Additional information is available on the Procurement Services Division website. 9:8 Contractual Documentation 1. Commodities: Contractual documentation may be either a Collier County purchase order or a formal contract when there are additional terms and/or conditions required as a part of the purchase(s). Regardless of the instrument used, the document has a binding effect upon the County. 2. Services: Contractual documentation may be either a Collier County purchase order or a formal contract when there are additional terms and/or conditions required as a part of the purchase($). Regardless of the instrument used, the document has a binding effect upon the County. 3. Professional Services: Contractual documentation may be created in the form of a) a fixed term contract, b) a continuing contract, or c) a bilateral- contract. For each form of contract, subsequent purchase orders and/or work orders may be authorized by the Procurement Services Director in accordance with the terms of the contract. The County may award a contract in accordance with F.S. § 287.055, if the firm provides professional services to the county for projects in which the estimated construction cost of each individual project under the contract does not exceed $2 million; for study activity if the fee for professional services for each individual study under the contract does not exceed $200,000; or for work of a specified nature as outlined in the contract required by the County. In such cases, the contract will be either for a set term or with no time limitation provided that the contract includes a termination clause. 11 Procurement Standard Operating Procedures Approved: 1/20/2016 All contracts issued under this section will be eligible for extension or renewal in accordance with the provisions of the contract (see Section 19). Regardless of the instrument used, the document has a binding effect upon the County. 9:9 Approvals The final award will be made by the Board of County Commissioners. Prior to award, the Board may consider: a) the ability, capacity and skill of the bidder/proposer to perform the contract, b) the ability of the bidder/proposer to perform the contract within the time required or the least time, if appropriate, without delay or interference, c) the experience and efficiency of the bidder/proposer, d) the quality and performance of previous contracts awarded to the bidder/proposer, e) the previous and existing compliance by the bidder/proposer with laws and ordinances relating to the contract, f) the quality, availability and adaptability of the commodities or contractual services to the particular use required, g) the ability of the bidder/proposer to provide future maintenance and service (where applicable) and h) litigation history, references; criminal records; prior, pending or imminent claims or disputes with the County or other public agencies; as well as comparable relevant information as to the bidder's principals and affiliated entities. All recommendations for awards will be reviewed and approved by the Procurement Services Director prior to presentation to the Board of County Commissioners. Bidders/proposers competing for a prospective 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 Procurement Services Director or by a majority vote of the Board. COMPETITIVE BID PROCESS (Procurement Ordinance Section 10: Competitive Bid Process) A. Notice Inviting Bids: Announcement: Notice inviting bids shall be publicly posted by the Procurement Services Division in a consistent public location at least ten (10) days preceding the last day established for the receipt of bid proposals. Specific projects or grants may require longer posting periods., in those Instances the specific requirements would be used. Bids may be solicited and/or received in one or more steps as permitted by law and deemed appropriate by the Procurement Services Director. 2. Scope of Notice: The public notice required shall include a general description of the commodities/services to be purchased or sold, the bid instructions and specifications, and the time and place for opening bids. 3. Bidders' List: The Procurement Services Director shall also solicit sealed bids from qualified prospective vendors/contractors who have registered their names on the Collier County Procurement Services Division vendor database, which will electronically send them a notice of the proposed purchase or sale. Notices sent to the vendors/contractors on the Collier County Procurement Services Division 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 company information profiles in the database to ensure proper notifications are received. Vendors/contractors may 12 Procurement Standard Operating Procedures Approved: 1120/2016 be suspended from the database by the Procurement Services Director for continual non -response to formal solicitations and violations of the Procurement Ordinance. The Procurement Services Director may 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 Procurement Services Director, bid deposits shall be prescribed in the public bid notices. Said deposits shall be in the amount equal to five percent of the bid offer submitted unless a greater amount is required, The Procurement Services Director shall have the authority to return the deposits of all bidders upon award and approval of the contract by the Board of County Commissioners. A successful bidder shall forfeit any deposit required by the Procurement Services 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 Procurement Services Director. The addendum shall clearly point out any addition or change to the invitation for bids. The Procurement Services Division shall be responsible for assuring that addenda are available on the on-line bidding website and that all prospective bidders who'have downloaded specifications are notified of the addendum prior to opening of bids. B. Procedure for Bids: Sealed Bids: Sealed bids shall be submitted manually or electronically to the Procurement Services Director. 2, Opening: Bids shall be opened publicly at the time and place stated in the public notices and shall be opened and witnessed by the Procurement Services Division. 3. Tabulation: A tabulation of all bids received shall be made either electronically or manually by the Procurement Services Division and shall be available for public inspection pursuant to F.S. § 119.07. C. Tie Bids: Where there are low tie bids, the award process shall first be subject to F.S. § 287.087. In the event that all of the tied bidders comply with F.S. § 287.087, the Procurement Services Division shall determine if any of the bidders would be considered a local business as defined under Section 15 of this Procurement Ordinance. 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 15(2)(b) of this Procurement Ordinance. 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 15(2)(b) (where applicable), if the lowest, responsive bid exceeds the budgeted amount and, if the purchase is not funded in whole or in part with interagency grant dollars, the 13 Procurement Standard Operating Procedures Approved: 1120/2016 Procurement ServicesDirectormay 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 Procurement Services 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 Procurement Services 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 within lawful guidelines. F. Award of Contract: The Chair or Vice Chair In the Chair's absence, when authorized by majority vote of the Board, shall execute formal contracts having a binding effect upon the County. A formal contract shall be awarded by the Board of County Commissioners to the lowest, qualified responsive bidder. In addition to price the following may be considered: 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 proposed 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), 8. Prior litigation or administrative proceedings against the County where the bidder or the bidder's principal was a party. 9. Prior litigation or administrative proceedings involving the bidder or bidder's principal. All recommendations for award for contracts will be reviewed and approved by the Procurement Services Director prior to presentation to the Board of County Commissioners. PROCUREMENT OF PROFESSIONAL SERVICES (Procurement Ordinance Section 11: Procurement of Professional Services) A. Consultants' Competitive Negotiation Act. 14 Procurement Standard Operating Procedures Approved: 1/20/2016 I . Contracts for professional architectural, engineering, landscape architectural or surveying and mapping services shall be procured in accordance with F.S, § 287.055, referred to as the Consultants' Competitive Negotiation Act (CCNA). 2. Continuing contract. The County is authorized to enter into a continuing contract for CCNA services in accordance with the CCNA, whereby the firm provides professional services to the County for projects In which construction costs do not exceed $2,000,000.00, for study activity if the fee for each individual study under the contract does not exceed $200,000.00; or for work of a specified nature as outlined in.the contract required by the County, with the contract being for a fixed term or with no time limitation, except that the contract must provide a termination clause. 3. Ranking of firms. The County, through the competitive proposal process, shall make a finding that the firm or individual to be employed is duly qualified to render the required service. The evaluation committee shall review statements of qualifications and performance data submitted In response to the public solicitation and shall select, in order of preference, no fewerthan three firms deemed to be the most highly qualified, if at least three firms respond to the solicitation. If less than three firms respond, and after meeting due diligence, It is decided by the Procurement Services Director that every effort was made to comply with CCNA requirements, the County will conduct discussions with, and may require public presentations by, the responding firms regarding their qualifications, approach to the project and ability to furnish the required services. q. Evaluation criteria. Pursuant to the CCNA, the evaluation criteria for ranking shall include factors such as: ability of firm and its professional personnel; firm experience with projects of a similar size and type; firm's willingness and ability to meet the schedule and budget requirements; volume of work previously awarded by the county; effect of the firms recenticurrent and projected workload; minority business status; location; past performance and when required, the public presentation. For continuing contracts, ranking and award shall be based on the criteria identified in the RFP document. For non -continuing contracts or project specific contracts, public presentation maybe required. 5. Public presentation. The evaluation criteria for public presentation shall include factors such as the firm's understanding of the project, ability to provide required services within the schedule and budget, qualifications and approach to the project. 6. Contract negotiations. The ranking of firms for all CCNA contracts shall be presented to the Board of County Commissioners for consideration and approval. Upon Board approval of firm rankings, staff shall negotiate a contract with the most qualified firm (number one ranked firm) for professional services for compensation which is deemed to be fair and reasonable. Detailed discussions must be held by the firm and the County to establish the scope of the project and the exact services to be performed by the firm. Should the County and the firm fail to agree upon the terms of an acceptable contract, negotiations with the top firm shall be terminated and negotiations with the second ranked firm shall commence. If again unsuccessful, the process is repeated with the next ranked firm. This process is continued until a mutually agreeable contract is concluded or the project is abandoned, or the procurement process is otherwise terminated. B. Other Professional Services. Because differences in price may only be a minor concern compared to qualitative considerations, professional services that fall outside the scope of the CCNA 16 Procurement Standard Operating Procedures Approved: 1/20/2016 except as otherwise provided by law and outlined below, may be exempted by the Procurement Services Director from the competitive bidding process. Instead, professional services will be typically acquired through one of the following methods: 1. Competitive Selection and Negotiation as set forth Immediately above; or 2. Competitive Proposals (pursuant to Section 12). 3. In addition to the definition set forth in the CCNA, 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: a. Appraisal Services - real and personal property appraisers. b. Audit and Accounting Services - auditors and accountants (excepting the selection of the annual auditor which shall be conducted as per F.S. § 11.45). C. Consultants - planning, management, technological or scientific advisors. d. Financial Services - bond counsel, rating and underwriting, financial advisor, and investment services. e. Legal Services - attorneys and legal professionals. f, Medical Services - medicine, psychiatry, dental, hospital, and other health professionals. 4. Final selection of the. professional service provider (award of contract) shall be made by the Board of County Commissioners. 5. Requests for outside legal services will be consistent with both.this Procurement Ordinance and the County Attorney's Ordinance (Ord. No. 2013-34). The retention 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 Procurement Ordinance, and must first be approved by the Board. COMPETITVE PROPOSALS (Procurement Ordinance Section 92: Competitive Proposals) A. The Competitive Proposals process is a method of contract selection that may be utilized by the Procurement Services 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. 16 Procurement Standard Operaling Procedures Approved: 1/20/2016 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 vendor 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 solicitation process will be utilized. The process will be conducted in a manner similar to the sealed bid process as set forth under Section 10 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. Notice of said request(s) shall be publicly posted by the Procurement Services Division at least 21 calendar days preceding the last day established for the receipt of proposals. 2. Each Request for Proposals shall identify the 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 F.S. § 287.055 and Section 13 below. 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. 4. Proposals may be solicited and/or received in one or more steps as permitted by law and deemed appropriate by the Procurement.Services Director. Unless otherwise prohibited by law, the Procurement Services Director shall have the discretion to solicit and conduct simultaneous or concurrent negotiations with one or more firms. PROCUREMENT OF DESIGN -BUILD CONTRACTS (Procurement Ordinance Section 13: 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 design -build firm selected In a manner permitted under F.S. § 287.055 and the procedures set forth In this section. B.' Upon completion of the Design Criteria Package, the procurement of Design/Build services shall be processed In a manner consistent with. Section 12 hereof entitled "Competitive Proposals." . C. 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. 17 Procurement Standard Operating Procedures Approved: 1120120111 LOCAL VENDOR PREFERENCE (Procurement Ordinance Section 15: Local Vendor Preference) Compliance with local, state and federal laws as well as the requirements of funding sources is the responsibility of the operating division receiving the grant award. For the procurement of goods or services less than the formal competitive threshold, the operating division will make an effort to solicit one, or more, quotes from local vendors, if available. Due to the multiple funding streams applied to many construction projects and the attendant administrative burden of determining on an individual project basis whether 50 percent or more of cost will be paid from state -appropriated funds, staff have removed local vendor preference language from construction solicitations In order to insure compliance with the Florida Statute. PAYMENT OF INVOICES (Procurement Ordinance Section 16: Payment of Invoices) Except where otherwise provided by federal or state law or other funding source restrictions or as otherwise set forth in the Collier County Procurement Manual, the payment procedures include: 16:1 Credit card payments 16:2 Goods and non -construction services 16:3 Construction services 16.4 Annual report to the Board 16.6 Payable Report 16:6 Expenditure Report 16:1 Credit Card Payments Unless specified otherwise in the contract documents, payments are made in accordance with the Local Government Prompt Payment Act, F.S. § 218, or as provided for in the Board approved contract, to the County's credit card financial institution. Operating divisions who utilize the County's credit cards will be expected to review transactions, research purchase background, attach documentation and reconcile transactions per the County's CMA 5808 Purchasing Card Program and Procedure. 16:2 Goods and Non -construction Services Unless specified otherwise In the solicitation and contract documents, payments are made in accordance with the Local Government Prompt Payment Act, F.S. § 218. In order to expedite payment, the County recommends that vendor invoices Include: • Purchase Order Number. • Description and quantities of the goods or services provided per instructions on the County's purchase order or contract. Payment methods include: • Traditional — payment by check, wire transfer or other cash equivalent. 18 Procurement Standard Operating Procedures Approved: 1/20/2016 Standard — payment by purchasing card. Collier County's Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. Upon delivery of the goods and/or completion of the services by the vendor, operating divisions acknowledge receipt in the County's financial system. Invoices will be submitted to the Clerk of the Courts Finance Division by the vendor. Collier County reserves the right to withhold and/or reduce an amount of any payment for goods not received, work not performed, or for unsatisfactory performance of contractual requirements. The following invoice documentation will be requested for: Lump Sum (Fixed Price): The invoice identifies a firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material Invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. Time and Materials: The Invoices as a general business practice, includes back-up documentation of the number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. Unit Price: The Invoice identifies the unit price and the number of units received (no contractor inventory or cost verification required). Invoices will electronically workflow to the operating division who Initiated the purchase order. To ensure compliance with prompt pay laws, operating divisions will process and / or approve valid invoices for goods and services for payment as quickly as possible. After review and approval by the operating division, the invoice will be pre -audited by the Clerk of Courts for determination of legality of expenditure. The legality of expenditure includes that the funds are spent for a public purpose, that the funds are spent in conformity with county procurement procedures or statutory bidding procedures, and, that the expenditure does not overspend the budget as finally adopted and recorded in the Office of the Clerk of Courts. In order to support the local vendor community and in compliance with the Fla. Stat. § 218.70, otherwise known as the "Local Government Prompt Payment Act", the County established payment terms as "net immediate, unless otherwise determined by Florida Statute." "Net immediate" is defined as the successful completion of the receipt of products or services by the operating division, a compliant pre -audit determination and approval by the Board as per Section 16 of the Procurement Ordinance (Payment of Invoices). Payments will be made for goods and/or services furnished, delivered, and accepted, upon receipt and approval of Invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period Is subject to non- payment under the legal doctrine of "laches" as untimely submitted. Time is of the essence with respect to submission of invoices. In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County, and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off -set the amount owed to the County by applying the 19 Procurement Standard Operating Procedures Approved: 1/20/2016 amount owed to the vendor or contractor for services performed or for materials delivered in association with a' contract. 16:3 Construction Services The contractor will submit progress payment invoices, as outlined in the construction document(s), to the County's project manager (or designee). After the date of each Application for Payment is stamped as received and within the timeframes set forth in F.S. § 218.735, the project manager, or designee will: (1) Indicate approval of the requested payment; (2) indicate approval of only a portion of the requested payment, stating in writing reasons therefore; or (3) return the Application for Payment to the Contractor indicating, in writing, the reason for refusing to approve payment. Payments of proper invoices in the amounts approved will be processed and paid in accordance with F.S. § 218.735. The County's project manager will review and validate all documentation. 16:4 Annual Report to the Board Each December, the Procurement Services Director and the Clerk of the Courts Finance Director will prepare an executive summary and submit a report to the Board listing the number and total dollar amount of interest penalty payments made during the preceding fiscal year. 16:5 Payable Report to the Board Prior to payment, the Clerk of Court, or other Board approved payment official, will regularly present all outstanding invoice payable transactions to the Board. That payment official should prepare an executive summary which requests that the Board approve the payment with a finding that such payable serves a valid purpose. The report will minimally include the following detail for each transaction, including purchasing card transactions: record number, vendor name, division name, purchase order or purchasing card transaction number, Invoice number and receipt date, purpose, and If purchasing card, merchant name who provided the service. 16:6 Expenditure Report The Clerk of Court, or other Board approved payment official, will regularly present all expenditures to the Board. That payment official should prepare an executive summary which requests that the Board approve the expenditure report prepared in accordance with F.S. §136.06 and is to be recorded Into the Board's Minutes. ADVANCED PAYMENT FOR GOODS AND SERVICES (Procurement Ordinance Section 17 Advanced Payment) As provided for in the Procurement Ordinance, F.S. § 28.235, and adopted by the State's Chief Financial Officer's adopted procedures, advanced payments are approved and authorized for dues and membership, insurance, maintenance agreements, subscriptions, travel arrangements, and postage. Advanced payments may be made for all other goods and services if approved In advance by the County Manager or designee up to Section 9: Formal Competitive Threshold; the Board may review and approve requests for advanced payment above the formal competitive threshold. The criteria for approval may include: • Advance payment will result in a savings to the County, and/or, 20 Procurement Standard Operating Procedures Approved: 1/2012016 o The goods or services are essential to the operation of the County and are available only if advance payment is made. Requests for advance payment approval must Include information Indicating that the payment meets one of the above criteria and that the division has complied with the applicable procurement requirements. STANDARDIZATION AND COOPERATIVE PURCHASING (Procurement Ordinance Section 1 tf:.Standardization, Cooperative Purchasing Organizations and Governmental Contracts) To secure purchases efficiently and economically, the Procurement Services Director will evaluate whether a purchase may be made by using a State of Florida or Federal GSA competitively bid or negotiated contract, a competitively solicited cooperative contract or a pre-existing competitive contract from another unit of government. The Procurement Services Director will verify that such cooperation will result in a fiscally competitive event and create process efficiencies in the best interest of the County. On an annual basis, the Procurement Services Director will create an executive summary for Board approval for the use of competitive purchasing cooperative organizations and government contracts. Operating divisions may use these contracts with no additional Board approval provided there are funds available in the operating division's budget. For purchases made using Board approved cooperative or government contracts, a requisition Is entered referencing the Board approved Executive Summary and any supporting quote or contract documentation by the operating division. As long as there is sufficient documentation, no additional action will be required. Use of cooperative or governmental contracts which have not been Board approved that are within the informal competitive threshold must be approved in advance by the Procurement Services Director. Attachments to the requisition may include Cooperative Governmental / Consortium Agreement form, quote information, bid tabulation or selection scoring/ranking, prices, contract, etc. Purchases using cooperative or governmental contracts which have not. been Board approved that exceed the formal competitive threshold will be submitted to the Board on an executive summary prepared by the operating division. In authorizing all such purchases under pre-existing agreements, the Procurement Services Director will determine if a) the solicitation, terms and conditions of the purchase were competitive in the market and favorable to the County, b) the existing contract was publicly competed, procured by another public entity, or procured by a recognized public cooperative purchasing entity using a procedure substantially similar to those of Collier County, c) the existing contract is active at the time of order, d) the products and/or scope of services offered to the County are substantially similar to that in the existing contract, and e) where applicable, certificates of insurance and/or contract -related bonds have been obtained in accordance with prevailing County standards and state statutes. The Procurement Services Director may add non -contract goods or services to an existing similar contract subject to the terms and conditions outlined in the existing'contract and the Board's Procurement Ordinance Section 19 (C). 21 Procurement Standard Operating Procedures Approved: 1/20/2010 CONTRACT ADMINISTRATION (Procurement Ordinance Section 19: 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: 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, or number of days, by which such criteria must be met for completion of the work. 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. 5. A provision requiring the contractorlvendor 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. Except as otherwise provided in this Procurement Ordinance, the Procurement Services Director shall determine the circumstances under which a Board approved 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 requesting divisions. C. Contracts: Notices that terminate in its entirety a Board -approved purchase or contract must be approved by the Board of County Commissioners prior to its termination. 1. Modifications to Work Orders, Change Orders, and Amendments issued under a purchase order or contract that exceed ten (10%) of the current Board approved aggregate amount , or twenty percent (20%) of the current Board approved number of days must be approved by the Board. 2. Modifications to Work Orders, Change Orders, and Amendments Issued under a purchase order or contract that do not exceed ten (10%) of the current Board approved aggregate amount, or twenty, percent (20%) of the current Board approved number of days will be reported on the Procurement Services Administrative Ratification Report and presented to the Board for approval. 3. Modifications to Board approved purchases or contracts by the issuances of the following, but not limited to, direct material purchases, notices to proceed or non-compliance, stop work notices, authorization for the use of approved allowances and reallocation of funds between line items, supplemental agreements, and changes by letter may be authorized and executed by the Procurement Services Director without further approval by the Board. 22 Procurement Standard Operating Procedures Approved: 1/2612616 4. All material changes in scope of contracts must be approved by the Board in advance. "Materiality: is defined as: 1) a significant change in the magnitude of work to be performed; 2) a change designed to.procure a totally different Item or drastically alter the quality, character, nature or type of work contemplated; and 3) whether the cost of the work ordered greatly exceeds the original contract cost. All.non-material changes may be added be added by the Procurement Services Director. 5. Sections CA through C.3 shall not be applicable to fixed 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 operating division(s). Such purchases shall be subject to all other provisions of this Procurement Ordinance. The Board shall have broad authority, within the limits of the law, to evaluate and approve any recommended contract modification without requiring further competition. D. Contract Extension: Extension(s) of a Board -approved contract for commodities or non - construction services may be requested by the contract manager to the Procurement 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 contract, if the extension period is provided for in the Board approved contract. The Procurement Services Director shall have the authority to authorize and execute all such extensions, which must be Issued prior to the expiration of the contract. Any extension(s) that exceed six months (cumulatively) shall be approved by the Board of County Commissioners. E. Contract Renewal: The Procurement Services Director shall authorize and execute renewals of contracts for commodities and/or services subject to the following conditions: 1. That the Contractor has performed in a satisfactory manner and that the Procurement Services Director has received a request to renew from the Contractor or Project Manager verifying the Contractor's satisfactory performance. 2. That the Board -approved contract pursuant to Section 9 Formal Competitive Threshold, provided for a renewal and is renewed subject to the terms and conditions set forth in the initial contract. Cost and term modifications are addressed in the original solicitation document and/or resultant contract. 3. That the renewal is done for a set period of time identified in the solicitation document and/or contract, commencing at the end of the contract period. 4. That a contract under the formal competitive threshold with multiple renewal year option terms may be approved annually by the Procurement Services Director. 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 contracts for commodities and services exceeding Section 9: Formal Competitive Threshold shall be authorized by the Board of County Commissioners. Once approved, subsequent purchase orders referencing those Board approved contracts may be issued by the Procurement Services Director. 23 Procurement Standard Operating Procedures Approved: 1/20/2016 Contracts below Section 9: Formal Competitive Threshold shall be subject to the review and approval by the County Attorney staff and signed by the Procurement Services Director. Purchase orders may be issued by the Procurement Services Director. G. Work Orders: The Procurement Services Director may 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 the Board approved term contract for services under which the work order is generated. Work orders must be in sufficient detail to audit according to the approved contract. H. Consent to Assignments of Contract: For all Board approved contracts, the Board of County Commissioners shall approve all assignments of contracts requested by the predecessor contracting party. I. Authority Limitation and Delegation; Promulgation of Procedures: The Procurement Services Director may delegate to one or more Procurement Services Division employees any or all aspects of the authority vested in the Procurement Services Director. All authority to execute documents that is vested pursuant to this Section 19 in the Procurement Services Director or any other person shall be subject to the limits of any applicable federal, state or other law. J. Payments to Contractors Vendors and Consultants: Prior to the execution of a formal contract subject to this Procurement Ordinance, the Procurement Services Director shall 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 F.S. § 218.735(8), the Procurement Services Director may establish, subjectto Board approval, procedures to reduce to 5% the amount of retainage withheld from each subsequent progress payment issued to a contractor where applicable. The Procurement Services Director may establish, in writing, a schedule(s) to further reduce the percentage of cumulative retainage held throughout the course of the project schedule where warranted and according to law. Recommendation 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 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 Procurement Services Director's letter expressly sets forth the percentage of cumulative retainage to be held for the remaining pay requests. 24 Procurement Standard Operating Procedures Approved: 1120/2016 K. The Procurement Services Director may 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 as verified in writing, by the Project Manager. 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). 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. UNAUTHORIZED PURCHASES (Procurement Ordinance Section 21: Unauthorized Purchases) County employees and officers are expected to ensure they do not intentionally make a purchase of commodities or services or execute a contract for commodities or services in conflict with the Procurement Ordinance. 21:1 Purchases made contrary to policy 21:2 Rectifying violations 21:3 Consequences for violations 21:1 Purchases Made Contrary to Ordinance Any purchase or contract made contrary to or in violation of the Procurement Ordinance may not be valid and may not be approved, therefore not binding the County in any way. 21:2 Rectifying Violations When a purchase transaction is found to be in violation of the Procurement Ordinance, the Procurement Services Director will consider the facts pertaining to the transaction, and in consultation with the operating division director, will determine whether it is in the best interests of the County to proceed with the purchase. If a determination is made to proceed with the purchase, the purchase will be evaluated based on purchasing thresholds. The Procurement. Services Director may approve the purchase if value is less than Section 9: Formal Competitive Threshold. If the purchase value exceeds the formal competitive threshold, the operating division director will create an executive summary for final Board review and approval. 21:3 Consequences for Violations All employees making purchases in violation of the Procurement Ordinance are subject to the provisions of CMA 5311.1 - 2 Standards of Conduct, failure or refusal to abide by the administrative procedures or business operations procedures set forth in the Human Resources Practices and Procedures which may lead to disciplinary action up to and Including discharge. 25 Procurement Standard Operating Procedures Approved: 112 012 0 1 0 EXIGENT CIRCUMSTANCES, EMERGENCY PROCUREMENT AND BOARD ABSENCE (Procurement Ordinance Section 25: Exigent Circumstances, Emergency Procurement and Board Absence) In case of an exigent circumstance, which is defined as any circumstance requiring immediate action or attention, a valid public emergency, or during the Board's extended recess session(s) (all efforts should be made to obtain Board approval prior to anticipated recesses) whereby a purchase is necessary, the County Manager shall authorize the Procurement Services Director to secure by open market procedure as herein set forth, any commodities or services. The County Manager shall have the authority to take actions Including, but not limited to the issuance of contracts, change orders, and/or supplemental agreements. Any action shall be reported at the first available meeting of the Board of County Commissioners. The County Manager under the same consultations noted above shall further be authorized to approve payment(s)to vendors at the time of or shortly after purchase should the circumstances warrant. These payments shall be reported at the first available meeting of the Board. This section in no way constrains the provisions of Collier County's Civil Emergency ordinances or powers and authority pursuant to F. S. § 252, Emergency Management. PURCHASING CARD PROGRAM (Procurement Ordinance Section 27: Purchasing Card Program) (Also refer to CMA#5808) The Procurement Services Director shall be responsible for the overall management and operation of the County's.purchasing card program in conformance with the Collier County Administrative Practices and Procedures Manual. For the purpose of this Procurement Ordinance, a purchasing card Is a credit card officially assigned to specific employees under the purview of the Board of County Cominissioners' agency for the purpose of transacting small and/or strategic purchases. The Procurement Services Director shall be authorized to assign cards to employees for these purchases. The Procurement Services Director shall be responsible for establishing the following dollar limits for each assigned card: A. Single Transaction Limit: Not to exceed $1,000.00 per card unless otherwise authorized by the Procurement Services Director. B. Monthiv Spending Limit: Not to exceed $10,000.00 per card unless otherwise authorized by the Procurement Services Director. C. Strategic Purchases: The Procurement Services Director may utilize (or delegate the authority to other Agency 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. 26 Procurement Standard Operating Procedures Approved: V20/20te D. Sales Tax Compliance: Pursuant to F.S. § 212.08(6), 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 fails to provide the vendor with the appropriate tax exemption information when the card is presented the cardholder may be responsible for payment of the tax. 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 Director is responsible to ensure the tax is returned to the County for the purchase. In all such Instances, the Procurement Services 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 reported to the Fixed Assets Section of the Clerk of Courts Finance Division so that it can be properly recorded. 27 Procurement Standard Operating Procedures Approved: 1/20/2016 Bayshore Gateway Triangle CRA .Bayshore Beautification MSTU Haldeman Creek MSTU March 1, 2017 Ms. Kimberley Grant, Director Collier County Community and Human Services 3339 Tamiami Trail East, Suite 211 Naples, FL 34112 RE: Request for Funding under the FY2017-2018 Grant Application Cycle Dear Ms. Grant and members of the RRC: I have read the Collier County Community and Human Services (CHS) application for FY2017- 2018 HUD funding. On behalf of Bayshore Gateway Triangle Community Redevelopment Agency, as the duly authorized signatory for Bayshore Gateway Triangle Community Redevelopment Agency, 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 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 Bayshore Gateway Triangle Community Redevelopment Agency) and may require the Application to submit documentation verifying such authority. Sincerely, L�chs, Jr. County Manager r� Bayshore Gateway Triangle CRA .Bayshorc Beautification MSTU Haldeman Creek MSTU March 1, 2017 Ms. Kimberley Grant, Director Collier County Community and Human Services 3339 Tamiami Trail East, Suite 211 Naples, FL 34112 RE: Request for Funding under the FY2017-2018 Grant Application Cycle Dear Ms. Grant and members of the RRC: I have read the Collier County Community and Human Services (CHS) application for FY2017- 2018 HUD funding. On behalf of Bayshore Gateway Triangle Community Redevelopment Agency, as the duly authorized signatory for Bayshore Gateway Triangle Community Redevelopment Agency, 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 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 Bayshore Gateway Triangle Community Redevelopment Agency) and may require the Application to submit documentation verifying such authority. Sincerely, Leo E. Ochs, Jr. County Manager IeYWYY;"Y:YsYY[q�G`1sh117N�1E71Y101[1TY—Y[/hC'�CI ; s ' � : 1 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, etseq. 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 hundred 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: Bayshore Gateway Triangle Community Redevelopment Agency Name/Signature: _Leo E. Ochs, Jr. <> f c > (Please Print) fl [(Signature) Title: _County Manager FC-k-�C�.�'`>` iE. Date: )�7��0 t 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: Bayshore Gateway Triangle Community Redevelopment Agency. Name/Signature: _Leo E. Ochs, Jr. G` 6 ,/ y _`7,1 (Please Print) (Signature) Title: County Manager Date: �-` C�C�S �,��,�� 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.eov 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 inust 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 hue 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: Bayshore Gateway Triangle Community Redevelopment Agency Signature of Authorized Individual _Leo E. Ochs, Jr., County Manager �E, Gc t"S J 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.IJUD.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. _Bayshore Gateway Triangle Community Redevelopment Agency Name of Organization _County Manager Role of undersigned (Director, Executive Director, Employee [specify role], Supervisor [specify role] Signature � f Leo E. Ochs, Jr. 1 ' Date: Jc� Print or type name of signatory t ' V2P�+�, iw �GOflm Bayshore Gateway Triangle CRA •Bayshore Beautification MSTU Haldeman Creek MSTU The Bayshore Gateway Triangle Community Redevelopment Agency does not have 501(C)3 IRS Tax Exemption Status. As such our office does not submit Form 990 to IRS. It is a Special Taxing Unit of Collier County Government formed under State of Florida Statutes Chapter 163. Bayshore Gateway Triangle CRA .Bayshore Beautification MSTU Haldeman Creck MSTU FINANCIAL REVIEW SPREADSHEET The Bayshore Gateway Triangle Community Redevelopment Agency is a Special Taxing Unit of Collier County Government formed under State of Florida Statutes Chapter 163 and part of the Collier County Government. The financial review spreadsheet is not applicable to the Bayshore Gateway Triangle Community Redevelopment Agency. Co ier County Office of Management & Budget Grant Application Reviewed and Approved by County After -the -Fact Approval by the BCC is required at the March 28, 2017 BCC meeting TO: Leo E. Ochs, Jr., County Manager CC: Elly McKuen, Interim CRA Operations Manager FROM: Edmond Kushi, Senior Accountant -W RE: County Manager review and approval of a 2017 Community Development Block Grant (CDBG) Application to Collier County CHS for Sugden Regional Park Pathway Project in the amount of $150,000 February 27, 2017 The Bayshore Gateway CRA is submitting a 2017 CDBG application to the Collier County Community and Human Services Division for Sugden Regional Park Pathway Project in the amount of $150,000 to provide the community and residents with a walking or biking access to Sugden Park. There is no match requirement for this grant application. The funding opportunity was announced on January 13, 2017 with a due date of March 1, 2017. Due to the short turnaround, we are requesting that the County Manager approve the application for submittal followed by after the fact approval by the Board of County Commissioners at the March 28, 2017 BCC meeting. Once you have reviewed the grant application, please call me at 239-252-8198 for pick up. Thank you, and please let me know if you have any questions regarding this request. 3299 Tamiami Trail East, Suite 201 • Naples, Florida 34112-5746.239-252.8973 - FAX 239-252.8828 Print/Preview Co ger County Powered by ZoonaGrantsT Collier County Community and Human Services Community and Human Services 2017 Community Development Block Grant (CDBG) 3/1/2017 deadline Bayshore Gateway Triangle Community Redevelopment Agency Sugden Regional Park Pathway Project $ 150,000.00 Requested $ 292,537 Total Project Cost Project Contact Elly McKuen ellvmckue n(c)collieroov. net Tel: (239) 252-5890 Additional Contacts none entered Agency Information Bayshore Gateway Triangle Community Redevelopment Agency 3570 Bayshore Drive Suite 102 Naples, FL 34112 United States Interim CRA Operations Manager Elly McKuen EI lyMCKue n(a.Collieroov. net Section 3: AGENCY ORGANIZATION INFORMATION 1. Is your organization a non-profitwith 501(c)(3) status? ❑ Yes ✓ No 2. How many years have you been in operation? N/A Years F -------O 001 TOTAL Page 1 of 10 Telephone(239) 643-1115 Fax Web www.Colliergov.net 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) ❑ Yes ✓ No 4. Does your agency have written personnel, fiscal/procurement & implemented policy? (Community and Human Services will review upon award) ✓ Yes ❑ 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'. https://www.zoomgrants.com/printprop.asp?rfpid=1302&propid=75640&print=R 2/25/2017 Print/Preview 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. J Benefits low and moderate income persons (24 CFR 570.208(a)) Ll Aids in the prevention or elimination of slums or blight (24 CF 570.208(b)) El Qualifies as a certified urgent need (24 CF 570.208(c)) Page 2 of 10 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. This project is located within the Bayshore Gateway Triangle Community Redevelopment Area (BGTCRA) and also located in a Low and Moderate Income (LMI) Area. This area of BGTCRA meets the HUD criteria as outlined in 24 CFR 570.280(a) (1)PY "...An activity, the benefits of which are available to all the residents in a particular area, where at least 51 percent of the residents are low and moderate income persons..." The residential area east of Sugden Park is bisected by Bayshore Drive and is separated from the park by a drainage ditch along the entire eastern perimeter, with the northern boundary comprised of single family homes, with both features a frustrating impediment to park entry. The predominantly multi -family rentals are designated by HUD as a low to moderate income area. Such areas typically have fewer transportation options that disproportionally affect the young, the old and those with physical disabilities – precisely the same people who would most benefit. Sugden Park is one of Collier County's only fresh water beaches on a 60 acre lake with walking and cycling paths, picnic areas, and a gamut of water sports that include acclaimed special needs programs. The addition of an access point on the East side of the park automatically enhances and extends the hike and bike trail network throughout the county while increasing accessibility to the adjacent neighborhood bringing an additional 1367 dwellings and 3,205 people within 2/3rd of a mile of a park gate. Currently the number of people within 2/3rd of a mile of access is 2,403 and would increase by 3,205 people, equivalent to an increase of 133%. 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.) F-037 Activity Code L_ 0.00 TOTAL Section 6: PROJECT DESCRIPTION AND GOALS 4. Concise Project Description and Goals Narrative (placing emphasis in THIS project application) Refer to Applicant Guide tab for specific instructions. The Sugden Park Pathway Project is a proposed pathway from the Bayshore Drive area through CRA property and connecting to the Sugden Park Community Park. The proposed pathway location would be at the most southerly boundary of the BGTCRA's 17 -acre parcel located on the east side of Bayshore Drive between Jaspers Drive to the south and Lunar Street to the north and would be approximately 1,350 feet in length. The pathway will maintain a minimum 4 -foot lateral offset from the existing fence on the south side of the property and will be 10 foot wide. The construction of the Sugden Park Pathway in the Bayshore Community will provide a must promised and neighborhood supported pathway project for those living in the Bayshore area to Sugden Regional Park. The project has been discussed and planned for more than 10 years. Prior to filing for bankruptcy, a local developer in the community had promised funds for its construction. With no funding the community has been despite for years to find funding for construction. The goal of this project is the ability to provide the community and residents with a walking or biking access to Sugden Park. This access will eliminate the use of vehicles to get to the park. https://www.zoomgrants.com/printprop.asp?rfpid=1302&propid=75640&print=R 2/25/2017 Print/Preview Page 3 of 10 Section 7: IMPACT ON COLLIER COUNTY'S PRIORITY NEEDS NOTED IN THE APPLICANT GUIDE 6. Impact on Collier County's Priority Needs Noted in the Applicant Guide Narrative Refer to Applicant Guide tab for specific instructions. The Sugden Park Pathway Project implements one of the identified HUD priorities — Community/Public Facilities. According to the Code of Federal Regulations (CFR) 24-570.201(c) eligible activities associated for Public Facilities and Improvements are described as "...acquisition, construction, reconstruction, rehabilitation or installation of public facilities and improvements...... In addition, it is specifically identified as a Priority Need because of its location - Bayshore CRA. While there is no specific reference to what constitutes Community/Neighborhood or Public Facilities, in the CFR's, the HUD Basically CDBG Manual references eligible uses under this priority to "...include, but not limited to public schools, libraries, recreational facilities, parks, playgrounds, streets, curbs, water and sewer lines..." In addition to identifying the development of the Sugden Park Pathway in the Bayshore Community with the HUD priorities, this project also complies with Florida State Statutes 163.370(2)(c)3 and 163.370(2)(d) that states the CRA is charged with providing, arranging for, installing, constructing or reconstructing improvements as outlined below. "(c) Installation, construction, or reconstruction of streets, utilities, parks, playgrounds, public areas... improvement necessary for carrying out in the community redevelopment area the community redevelopment area the community redevelopment objectives of this part in accordance with the community redevelopment plan..." "(d) To provide or to arrange or contract for, the furnishing or repair by any person or agency, public or private, of services, privileges, works, streets, roads, public utilities, or other facilities for or in connection with a community redevelopment; to install, construct, and reconstruct streets, utilities, parks, playgrounds, and other public improvements; and to agree to any conditions that it deems reasonable and appropriate which are attached to federal financial assistance and imposed pursuant to federal law relating to the determination of prevailing salaries or wages or compliance with labor standards, in the undertaking or carrying out of a community redevelopment and related activities, and to include in any contract let in connection with such redevelopment and related activities provisions to fulfill such of the conditions as it deems reasonable and appropriate..." Section 8: EXPERIENCE AND CAPACITY 6. Experience and Capacity Narrative Refer to Applicant Guide tab for specific instructions. As a separate entity created by Ordinance No. 2000-82, currently a Division of the County Manager's Office and within the Collier County Government, the CRA draws from numerous areas of expertise. The CRA partners with the Growth Management Department for land use and development issues, Procurement Services Division for bidding and purchasing items, Real Property for land acquisition and land/building management, the Office of Management and Budget (OMB) for financial support, County Attorney's Office for legal issues, along with the County Manager's Office for program assistance and administration. The OMB and Collier County Clerk's Office provides accountants and fiscal technicians that have great depth of experience in managing federal grants. Locally the CRA, since inception has been responsible for more than $25 million in improvements. The scope of improvements range from land acquisition, streetscape improvements, neighborhood development (lot acquisition, demolition of mobile homes and new construction of single family home replacements), sidewalks, stormwater improvements, remediation of environmental contamination, resurfacing roads, paving of dirt streets, etc. The CRA Project Manager has more than 25 years experience in land development/redevelopment and grant management of local, corporate, state and federal funding sources. The Operations Coordinator has more than 11 years experience in code enforcement and redevelopment management. The CRA implements a checks and balance system by submitting a single audit on an annual basis. The Collier County Clerk of the Courts performs the single audit on behalf of all county government entities. On a daily basis and since the CRA have only three (3) employees, staff overlaps on creating and approving requisitions, timesheets, etc. For instance, if the CRA Operations Manager creates a purchasing requisition the CRA Project Manager approves it prior to moving through the Procurement process and vice versa. CRA staff has worked with Community and Human Services to administer previous CDBG/DRI grants. Staff has received training from the OMB Division, Clerk of the Court's Office, Procurement Division in grants administration through various locally administered sessions. The CRA was previously a sub recipient to implement the Tertiary Stormwater System Improvement Plan for the Gateway Triangle Residential area with a $2.7 million CDBG/DRI grant. This project is located in the Gateway Triangle Area of Collier County and benefitted a total of 622 beneficiaries in the immediate project areas. 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 https://www.zoomgrants.com/printprop.asp?rfpid=1302&propid-75640&print=R 2/25/2017 Print/Preview Page 4 of 10 ❑ No Section 9: ADDITIONAL PROJECT SPECIFIC INFORMATION S. Additional Project Specific Information Narrative (include sources of estimates) Refer to the Applicant Guide tab for specific instructions. The BGTCRA is so committed to the Sugden Regional Park Pathway project that both the CRA Advisory Committee are in full support while the Bayshore Beautification MSTU Committee has committed $150,000 toward the construction of the pathway. In addition, the MSTU committee also funded the feasibility study and the design/permitting portions of the project. The feasibility study was completed in early 2016, while the construction plans were commissioned in late 2016 and currently developed at 90% complete. Both the feasibility study and the construction plans are attached to the application and will provide a'shovel ready' project when funding becomes available. While the Subrecipient agreement and the environmental review is underway, the CRA Project Manager will ensure that the consultant will have the 100% plans completed and ready for bid when the Community and Human Services issues the Notice to Proceed for the project. BGTCRA will immediately begin coordinating with the County's Procurement Division to acquire a contractor and CEI Services to start the project. In addition, CRA staff will work with the engineer to simultaneously submit for all county, state and federal permits. It is anticipated that this portion of the project will be the most time consuming, taking approximately three (3) to (4) months to get permits and a contractor to start the project. The BGTCRA hired Trebilcock Consulting Solutions, PA to provide construction plans and an opinion of probable cost. The construction estimate is $292,537. The construction plans and probable cost are attached in the document section of the application. As outlined in the experience and capacity section of the application, both the Project Manager and the Operations Coordinator has extensive project and grant management experience. The CRA has a combined experience of more than 35 years of project analysis and management experience. 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. ❑ ProjecUproperty 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 ❑ Project/property is within a half -mile of an airfield ❑ Projectiproperty is near storage or manufacturing facility of industrial products ❑ Project/property is on or near soil contaminated by diesel/fuel or gasoline ❑ Project/property is expected to impact the environment in any negative manner or pose a hazard or nuisance ❑ 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) ❑ Project/property is expected to adversely affect the environment ❑ ProjecUproperty is NOT 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'. The Collier County floodplain is very broad, and except for areas near the coast which are subject to tidal surge flood the floodplain is generally very shallow. This broad, shallow floodplain is created by sheefflow created during extremely heavy rainfall events such as the theoretical 100 -year rainfall as shown on the Digital Flood Insurance Rate Map (DFIRM) published by the Federal Emergency Management Agency (FEMA). https://www.zoomgrants.com/printprop.asp?rfpid=1302&propid=75640&print=R 2/25/2017 Print/Preview Page 5 of 10 In the Bayshore area, existing canals, ditches and natural sloughs (long linear natural low areas that allow for the slow flow of surface water) are mapped as the AE flood zone. This designation identifies that the depth of flooding is expected to be greater than three (3) feet during the peak flooding from a 100 -year rainfall event. Much of the Bayshore area is mapped within the AH flood zone which identifies that the depth of flooding is expected to be between one (1) to three (3) feet with almost imperceptible flow movement. This broad AH floodplain is very common where the topographic relief is very flat as it is throughout Collier County. Due to the flat topography Collier County non -coastal floodplains do not experience rapidly moving floodwaters or dangerous flash flooding. As the canals, ditches and sloughs fill with rainfall runoff, there is a gradual expansion beyond the edges of those features that results in a shallow sheet-like layer of water covering much of the land surface. The lateral movement of this shallow sheet of water is called sheetflow and is often almost imperceptible. After the intense rainfall ends there is a gradual passing of the runoff through the canals, ditches and sloughs and a return of the sheetflow back to within the boundaries of those canals, ditches and sloughs. 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. While the Subrecipient agreement and the environmental review is underway, the CRA Project Manager will ensure that the consultant will have the 100% plans completed and ready for bid when the Community and Human Services issues the Notice to Proceed for the project. BGTCRA will immediately begin coordinating with the County's Procurement Division to acquire a contractor and CEI Services to start the project. In addition, CRA staff will work with the engineer to simultaneously submit for all county, state and federal permits. It is anticipated that this portion of the project will be the most time consuming, taking approximately three (3) to (4) months to get permits and a contractor to start the project. The proposed construction timeline will be as follows: July/August 2017 - Engineer will complete 100% plans October 2017 - Subrecipient Agreement and Board Approval October/November 2017 — Environmental Review December 2017 — Permits and bid preparation for contractor and CEI Services January 2018 - Bid award, contractor contract February 2018 — Construction begins April 2018—Construction completed 12. Please complete the Project Timeline table in the Tables tab, then check the box below to confirm. Timelines must be well thought out, complete, and achievable. Failure to provide adequate timelines may result in disqualification. ✓ Project Timeline is complete Section 12: FINANCIAL MANAGEMENT 13. Financial Management Refer to the Applicant Guide tab for specific instructions. To date, the MSTU has spent approximately $40,000 for the feasibility study and the design plans. In addition, it is anticipated that staff time to oversee the study and the plans would be about $30,000. The CRA demonstrates financial stability with a checks and balance system by submitting a single audit on an annual basis. The Collier County Clerk of the Courts performs the single audit on behalf of all county government entities. The BGTCRA has the capacity to sustain payment to our vendors through the County financial system and the ability to wait for reimbursement from the funding grant. 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 https://www.zoomgrants.com/printprop.asp?rfpid=1302&propid=75640&print=R 2/25/2017 Print/Preview Cash Disbursements Journal ✓ General Ledger. ✓ Charts of Accounts ✓ Payroll Journal and Individual Payroll Records ✓ Individual Personnel Files J Written Procurement Procedures ✓ Capital Inventory J Written Travel Policy J Property Control Policy and Records ❑ None of the above 16. Agency agrees to: Check all that apply. ✓ Submit complete audits for every year during contract J Retaining all project records for the applicable time period as outlined in applicable regulations Section 13: OUTCOMES AND PERFORMANCE MEASURES Page 6 of 10 17. Outcomes and Performance Measures Refer to the Applicant Guide tab for specific instructions. The outcome of the construction of the Sugden Regional Park Pathway Project will be to provide more accessibility to the residents and businesses located within the BGTCRA and all surrounding areas, while reducing the traffic impact to the County's local roadway. In order to provide performance measures, the CRA will find a quantifiable indicator to assess how well the local community utilizes the pathway. Measurements are typically assessed by such things as results, production, demand and operating efficiency to get a sense of the pathways impact. The CRA will review the amount of use the pathway will have on the community, the number of residents/businesses that will utilize the pathway, along with its popularity. Since the pathway will be constructed and mostly used by the residents of Bayshore, the data collection of users will be relegated to the fact that this area is identified as a LMI area. 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. ❑ 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: ❑ Organization will track, re -use within the program and report to CHS on a monthly basis ❑ Organization will submit program income to CHS on a monthly (or at least yearly basis) ✓ NIA- No program income will be generated Section 16: LEVERAGED OR MATCH FUNDS https://www.zoomgrants.com/printprop.asp?rfpid=1302&propid-75640&print=R 2/25/2017 Print/Preview Page 7 of 10 22. If applicable, please complete the Leveraged or Match Funds table in the Tables tab, then confirm below. ✓ 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 2016-2017 $ 350,000 LMA Karen Drive Stormwater Improvement Project FY 2016-2017 $ 330,000 LMA Phase 1 Fire Suppression System FY 2013-2014 $ 103,650 LMA Pineland Avenue Stormwater Improvement Project FY 2008-2009 $ 2,709,150 LMA BGTCR4 Gateway Triangle Teritary Stormwater Improvements FY $ Permits and bid preparation for 30 Days December 2017 FY $ FY $ CRA staff Construction begins FY $ Construction complete 90 Days April 2018 FY $ FY $ Total $ 3,492,800 -0 - Project Timeline Tasks # of Days to Date Completed/Anticipated Date Responsible Complete (Month & Year) Party Construction Design 60 DaysJuly/August2017 CRA staff Subrecipient Agreement and Board 30 Days October 2017 CHS staff Approval Environmental Review 60 Days October/November 2017 CHS staff Permits and bid preparation for 30 Days December 2017 CRA staff contractor and CEI Services Bid award, contractor contract 30 Days January 2018 CRA staff Construction begins 30 Days Feburary 2018 CRA staff Construction complete 90 Days April 2018 CRA staff Days Days Days Days Days Days Days Days Days Days https://www.zoomgrants.com/printprop.asp?rfpid=1302&propid=75640&print=R 2/25/2017 Print/Preview Total 330 Days Budget Summary and Itemization Project Page 8 of 10 Components - CDBG Other Leverage/Match Total Narrative Deliverable Detail/Itemization Funding Funds under construction will need back up to ensure work is being by Line Item completed properly by being on site daily as work progresses. After work is Completion of the $ $ $ 40,000 $ 100% construction plans N/A 100% design plans BGTCRA staff time to $ $ $ 30,000 $ BGTCRA staff time N/A review and oversee overseeing consultants consultants for the feasibility study and the construction plans Bayshore $ $ $ 150,000 $ MSTU will pay half of the N/A Beautification MSTU construction cost for the Committee partial pathway support for construction of the pathway CEI Services and $ 150,000 $ $ $ CRA will require assistance Timesheets, construction costs to outline the bid documents, daily logs (as bid specifications, bids after applicable) they are received to and pay determine appropriateness requests from and while the project is contractor with under construction will need back up to ensure work is being information completed properly by being on site daily as work progresses. After work is $ completed CEI will review as $ built and ensure warranty $ 0 work is completed correctly $0 https://www.zoomgrants.com/printprop.asp?rfpid=1302&propid=75640&print=R 2/25/2017 $ $ $ $ Total $150,000 $ 0 $ 220,000 $0 https://www.zoomgrants.com/printprop.asp?rfpid=1302&propid=75640&print=R 2/25/2017 $ $ $ $ Total $150,000 $ 0 $ 220,000 $0 https://www.zoomgrants.com/printprop.asp?rfpid=1302&propid=75640&print=R 2/25/2017 Print/Preview Page 9 of 10 Leveraged or Match Funds ,/ Sugden Regional Park Pathway Prosect application Source of Match/Leveraged Funds Conditions/Limitations of Match/Leverage Funds Amount Design plans by consultant and Specific construction plans for Sugden Regional Park $ 40,000 feasibility study Pathway development Bayshore Beautification MSTU Construction of pathway $ 150,000 construction budget download template Bayshore Beautification MSTU Review and oversee consultants and protect management $ 30,000 operating budget download template Total $ 220,000 Documents Documents Requested * Required? Attached Documents * 501(c)(3) IRS Tax Exemption Letter ✓ Bayshore CRA 501c3 Status Articles of Incorporation ✓ Bayshore CRA Articles of Incorporation By -Laws- -- - J Bayshore CRA:By-Laws Organizational Chart J Bayshore CRA Organizational Chart List of Board of Directors Resumes, Pay Scales with Job Descriptions State of Florida Certificate of Good Standing ,/ Bayshore CRA Board of Directors Bayshore CRA Job Descriptions and Resumes %( Bayshore CRA Good Standing Board Resolution authorizing submittal of grant ,/ Sugden Regional Park Pathway Prosect application Preceding 2 -year completed audits including management letter and findings Acknowledgement Letter ---- ,/ Bayshore CRA Acknowledgement Letter download template Affidavit of Compliance with Federal, State, and Local Regulations download template Certification of CDBG Funded Construction/Rehabilitation Projects download template Acknowledgment of Religious Organization Requirements (template?) download template Certification Regarding Debarment, Suspension, Ineligibility Voluntary Exclusion download template Procurement Policy J Bayshore CRA Procurement Policy Match Documentation Internal Revenue Service Form 990 - First 12 page ,/ Bayshore CRA Form 990 of the last 2years -- — - ---- --- https://www.zoomgrants.com/printprop.asp?rfpid=1302&propid=75640&print--R 2/25/2017 Print/Preview IF APPLICABLE: Verification of site plan/plat approval I F APPLICABLE: Verification of zoning Page 10 of 10 IF APPLICABLE: Location map/photo of site IF APPLICABLE: Floor plans IF -APPLICABLE. -Relocation plan associated with Uniform Relocation regulations Financial Review Spreadsheet ,/ Bayshore CRA Financial Review Spreadsheet download template -------------------------- ----- -- ----.. — _.. Additiol do nacuments, if needed Sugden Regional Park Pathway Plans, Probable Costs and Feasibility Study "ZoomGrants' "' is not responsible for the content of uploaded documents. Application ID: 75640 Become a fan of ZoomGrant.- on Facebook Problems? Contact as at Quesllonsr@ZoomGranls.cam 02002-2017 GranlAnalyst.com. All rights reserved. "ZoomGrants" and the ZoomGranls logo are trademarks of GranlAnalysl.com, LLC. Lonout I Browser https://www.zoomgrants.com/printprop.asp?rfpid=1302&propid=75640&print=R 2/25/2017 Bayshore Gateway Triangle CRA .Bayshore Beautification MSTU Haldeman Creek MSTU The Bayshore Gateway Triangle Community Redevelopment Agency does not have 501(C)3 IRS Tax Exemption Status. It is a Special Taxing Unit of Collier County Government formed under State of Florida Statutes Chapter 163. !i i Bayshore Gateway Triangle CRA .Bayshorc Beautification MSTU Haldeman Creek MSTU ARTICLES OF INCORPORATION The Bayshore Gateway Triangle Community Redevelopment Agency does not have Articles of Incorporation. It is a Special Taxing Unit of Collier County Government formed under State of Florida Statutes Chapter 163. Bayshore Gateway Triangle CRA .Bayshore Beautification MSTU Haldeman Creek MSTU ORGANIZATIONAL BY-LAWS The Bayshore Gateway Triangle Community Redevelopment Agency does not have organizational by-laws. It is a Special Taxing Unit of Collier County Government formed under State of Florida Statutes Chapter 163. �� U GJ i O s N fC m Bayshore Gateway Triangle CRA •Bayshore Beautification MSTU Haldeman Creek MSTU BOARD OF DIRECTORS The Bayshore Gateway Triangle Community Redevelopment Agency Board of Directors is made up of the Collier County Board of County Commissioners, sitting as the Bayshore Gateway Triangle CRA Board. The Commissioners are: Penny Taylor, Chairman Andrew Solis, Vice -Chairman Donna Fiala Burt Saunders William McDaniel Collier County - Class Specification Bulletin CO&V COUnty COLLIER COUNTY Revision Date: Oct 1, 2015 CRA Operations Manager Bargaining Unit: General/Non-Union SALARY RANGE $31.09 - $48.03 Hourly $2,486.81 - $3,842.12 Biweekly $64,657.00 - $99,895.00 Annually Class Code: 90001 PURPOSE OF CLASSIFICATION: The purpose of this classification is to develop, manage and implement redevelopment and economic revitalization programs and project within the CRA boundaries as identified in the Community Redevelopment Plans or work programs. Coordinates assigned activities with other Division/Departments, manages and monitors expenditures of the CRA budget. Provides staff assistance to the Office of the County Administrator and the Community Redevelopment Boards. ESSENTIAL FUNCTIONS: Supervises, directs, and evaluates assigned staff, processing employee concerns and problems, directing work, counseling, disciplining, and completing employee performance appraisals; conducts interviews and makes hiring recommendations. Prepares and present the Community Redevelopment Agency (CRA) work program projects/updates to the CRA Board; responds to questions and requests for additional information from the Board; obtains approvals for the CRA Program; and implements program plans and projects. Reviews, prepares and presents construction plans, designs, and specifications pertaining to program projects; designs, drawings, or maps associated with proposed or approved projects for presentation; makes recommendations concerning improvements, modifications, design strategies, structural systems, or other aspects of program project development to the CRA Board and/or management for review and approval Obtains necessary permits and other applicable authorization for capital projects; prepares documentation and applications for needed permits such as storm water and environmental resources permit; secures permits; evaluates, supports or directs environmental permitting strategies; and ensures compliance with applicable regulations, standards and requirements. Prepares written reports regarding redevelopment activities, and proposes projects and makes public presentations to elected officials/CRA Board. Coordinates redevelopment activities and projects with other governmental agencies, private - sector developers, funding agencies. Coordinates the planning and implementation of economic development and redevelopment projects including public improvements and monitoring status of engineering work and planning processes. Coordinates the selection and manages consultants as maybe necessary to assist the CRA with specialized redevelopment, economic development, financing and legal services. Prepares and delivers written and oral presentations on capital projects for a variety of audiences including civic groups, Chamber of Commerce, local boards and /or commissions, and other interested organizations; provides information on project proposals, plans, status and costs; answers questions; responds to inquiries; and resolves complaints. Prepares Annual Report for the Redevelopment Agency as required by State law. Monitors project construction for quality control and to ensure that the CRA project objectives are being met. Identifies, prepares and presents grant opportunities to secure funding for various capital http://agenoy.governmentjobs.com/collier/default.cfm?action speebullefin&CfassSpecID-1011501&headerfooter-0[3/8/2016 3:58:27 PM] Collier County -Class Specification Bulletin projects, administer awarded grants and ensure compliance with grant requirements. Monitors project costs; tracts expenditures; reviews and approves billing invoices; and maintains costs records. Maintains files/records of project documentation, contracts, construction drawings, and other divisional 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 division equipment and supplies; ensures availability of adequate materials to conduct projects and work activities; initiates orders for new/replacement materials. Communicates with supervisor, County officials, employees, other divisions, 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 divisions 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. 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. 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. http://agency.govemnientjobs.com/collier/defatilt.cfm?action=specbulletin&ClassSpecID=1011501&headerfootcr=0[3/8/2016 3:58:27 PM] Collier County - Class Specification Bulletin Leadership: Customer Service: Financial 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, fumes, traffic hazards, or bright/dim light. MINIMUM QUALIFICATIONS: Bachelor's degree in Public Administration, 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, stormwater 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. SUPPLEMENTAL INFORMATION: BCC124 Exempt http://agency.governmentjobs.corn/collierldefault.cfm?action=specbulletin&ClassSpecID-1011501&headerfooter0[3/8/2016 3:58:27 PM] Collier County - Class Specification Bulletin Co y Project Manager lass Code: COLLIER COUNTY Revision Date: Oct 1, 2015 Bargaining Unit: General/Non-Union SALARY RANGE $29.57 - $45.69 Hourly $2,365.96 - $3,655.38 Biweekly $61,515.00 - $95,040.00 Annually PURPOSE OF CLASSIFICATION: The purpose of this classification is to manage and coordinate activities of construction projects for an assigned division. ESSENTIAL FUNCTIONS: 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 division management or other officials to review status of division 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 divisions, co -applicants, and consultants to prepare application documents; develops programs and reports as required by permit. 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 http://agency.govert=entjobs.com/collierldefault.cfin?action=speebulletin&ClassSpecID=44592&lieaderfooter=0[3/8/2016 4:02:48 YM] Collier County - Class Specification Bulletin contractors and engineers; coordinates project acceptance with other County divisions 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 divisions, 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 division 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 divisional 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 division equipment and supplies; ensures availability of adequate materials to conduct projects and work activities; initiates orders for new/replacement materials. Communicates with supervisor, County officials, employees, other divisions, 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 divisions as needed. Performs other related duties as required. In the event of declared state of emergency, employees in this classification may be called to http://agency.governinentjobs.com/collier/default.cfm?action=specbuiletin&ClassSpeclt)=44592&headerfooter-0[3/8/2016 4:02:48 PM] Collier County - Class Specification Bulletin work during days or hours other than those for which they are regularly scheduled. 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. 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: 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, fumes, traffic hazards, or bright/dim light. 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, stormwater 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. http://agency.goveriunentjobs.coinlcollierldefault.cfni?action=speebulletin&ClassSpeelD=44592&lieaderfootei OP18/2016 4:02:48 PM] Collier County - Class Specification Bulletin Fingerprinting required. SUPPLEMENTAL INFORMATION: BCC123 Exempt h //a enc . overnmen obs.com/collier/default.cfm?acdon=s ccbulletin&ClassS ecTD=44592&headerfoote� 03/8/20164:02:48 PM ttP� 8 Y B h P P � � Collier County - Class Specification Bulletin Co &r County COLLIER COUNTY Revision Date: Oct 1, 2015 Operations Class Code: Coordinator 91006 Bargaining Unit: General/Non-Union $17.71 - $28.79 Hourly $1,416.58 - $2,302.85 Biweekly $36,830.98 - $59,874.05 Annually PURPOSE OF CLASSIFICATION: The purpose of this classification is to perform varied administrative technical and advanced general assistance duties in support of division management staff; to compile information for use in record keeping and report preparation; to lead and participate in assigned office and administrative activities and to provide professional, effective and efficient public service assistance to the general public. 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 division databases; and maintaining automated and manual files. ESSENTIAL FUNCTIONS: Coordinates the activities of assigned support, administrative, office and technical functions. Review and processes a variety of internal and external reports, forms, invoices, contracts and related documents. Prepares related statistical summaries and narrative reports. Receives and responds to requests, inquiries and complaints from the public, other jurisdictions and other County divisions, departments and sections. Prepares and proofreads correspondence for format, accuracy and completeness. Coordinates activities with and provides information to outside contractors and service providers; attends bid conferences as required. Reviews and summarizes a variety of fiscal, statistical and administrative information; prepares related reports and memoranda. Develops and revises division forms and report formats, as well as report preparation procedures. Develops, implements and maintains a variety of file systems. Performs a variety of administrative duties for the division 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 division. Serves as liaison between assigned division and Support Services divisions, including Information Technology, Human Resources, Risk Management, and Purchasing. Enters data into division databases, to include information from administrative functions and from operational/program activities. Establishes and maintains automated and manual records and files. Provides assistance and information to internal and external callers and visitors regarding the division, its programs and services and the administrative support functions. Refers callers/visitors to appropriate staff as needed. Performs special projects as assigned. 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. hitp://agency.goveriunentjobs.com/collier•ldefault.efin?action=specbulletin&CiassSpeolD=44511&headerfootei-0[3/8/2016 4:01:34 PM] Collier County - Class Specification Bulletin 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. 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 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 functions. 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; 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: 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 sounds and visual cues or signals. Some tasks require the ability to communicate orally. Environmental Factors: Essential functions are regularly performed without exposure to adverse environmental conditions. 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. SUPPLEMENTAL INFORMATION: BCC114 Non -Exempt http://agency.governmentjobs.conVcollierldefault.cfln?action=speebutictin&CiassSpecID-44511&headerfoote�0[3/8/20164:01:34 PM] Elly S. McKuen 10150 Tropical Drive, Bonita Springs, FL 34135 Cell: (239) 851-0397 emckuen@gmail.com SUMMARY More than 30 years of government and private experience in federal, state and local grant development programs in Florida. Demonstrated expertise in the following operations and practice areas: • Experience in strategic planning, organizing and managing multi -discipline teams leading to effective/productive organizational decision making • Highly competent in analytical problem solving and management of financial oversight in all areas of planning, accounting and budgetary controls in the coordination of all related supporting software • Managed and facilitated various levels of staffing and project development budgets including non -profits, government (federal, state and local funding sources) and private sector community planning as high as $15 million • Strong written and verbal communication skills, particularly in dealing with the media and local government, as well as groups with diverse economic and social backgrounds PROFESSIONAL EXPERIENCE Collier County Government — Naples, Florida 4/2012—present Project Manager-Bayshore Gateway Triangle Community Redevelopment Agency Duties and Responsibilities: • Manages and monitors special redevelopment projects and programs • Coordinates public education activities relating to department projects, services, and activities • Develops press releases, public information materials, Request for Proposals, project budgets • Provides direction, guidance and assistance to contractors and consultants Senior Grant and Housing Coordinator -Community and Human Services Division Project Manager — Bayshore Gateway Triangle Community Redevelopment Agency Duties and Responsibilities: • Department lead for HUD funding life cycle (CDBG, HOME and ESG) plan development, implementation and reporting, as well as, other state and federal required grant management plans (SHIP, NSP, DRI) • Provided technical assistance for all state and federal grant applications and awards —all aspects of eligible activities including housing • Led staff coordinating grant application development with large teams of internal and external members • Led staff/expert in affordable housing activities to meet Growth Management and Land Development Code requirements • Advised on and shapes policy and oversees implementation of final requirements of affordable housing • Prepared Executive Summaries for Board of County Commissioner issues • Implemented/monitored Growth Management Plan specific goals, objectives and policies related to affordable housing • Represented the County on coalitions/steering and planning committees/workshops as they represent state and federal grant programs and local issues Achievements: • No findings or concerns for the past 2 years for the HUD Annual Action Plan and the Consolidated Annual Performance Evaluation Report • Developed Housing Methodology Index to determine need for affordable housing approved by the Board of County Commissioners • Inventoried all Planned Unit Developments to track constructed and pending affordable housing units and created tracking mechanism for yearly collection of information • Developed Affordable Housing Density Bonus Impact Fee Deferment application template • Developed Affordable Housing Density Bonus Agreement—working with County Attorney, Growth Management and County staff Boys & Girls Club of Collier County - Naples, Florida Director of Grants/Foundations Duties/Responsibilities/Achievements: 1/2010-12/2011 • Supported President/CEO and Board of Directors to raise annual operating expenses ($4.0 million) of the non-profit organization • Secured project funding through federal, state and private grants ($1.0 million) McKuen Consulting - Cape Coral, Florida 6/2008-1/2010 President and Principal Planner Duties/Responsibilities/Achievements: Project Planner for clients in planning, affordable housing developments, funding and management for municipal and state entities Dyer, Riddle, Mills and Precourt, Inc. (DRMP) Fort Myers, Florida 5/2006-1/2008 Planning Manager- Land Planning Division Duties and Responsibilities: Managed statewide land development projects (commercial, neighborhood and housing) and marketed firms Planning Section to increase staff from 1 to 4 planning staff City of Fort Myers, Fort Myers, Florida Planning Manager - Community Development Department Duties and Responsibilities: 5/2003-5/2006 Managed 6 staff members administering real estate sales/purchases, city leases, historic preservation, downtown, neighborhood planning, workforce/affordable housing, negotiated development agreements Implemented the HUD Community Development Block Grant Program Achievements: • Prepared local Neighborhood Development Plans and Land Development Codes Lee County Board of County Commissioners Fort Myers, Florida 5/1997-5/2003 Program Manager, Neighborhood Building Program - Human Services Department CRA Program Manager/Smart Growth Coordinator - Economic Development Department • Managed 4 staff to implement neighborhood programs using HUD Community Development Block Grant (CDBG) funds in 7 low income neighborhoods • Developed neighborhood plans, working with volunteer groups for 7 low income neighborhoods Achievements: • Implemented $9.2 million budget within 5 community redevelopment areas (CRA) for community based improvements • Coordinated 150 volunteers and 17 board members to identify potential Smart Growth issues in Lee County City of Homestead, Homestead, Florida Planning Manager - Community Development and Planning 5/1994-5/1997 Managed 20 staff of planning, economic development, community services and affordable housing ($15 million budget utilizing HUD —CDBG and HOME) Project Manager for the City's Comprehensive Plan rewrite following Hurricane Andrew Education: Barry University, Miami, Florida — BS — Business Administration, 1996 University of South Florida, Tampa, FL— Economic Development Certification, 1999 Academy of Real Estate, Inc. — Real Estate Appraisal Certification, 2009 University of Michigan, Ross School of Business — Leadership Judgment Program, 2010 1434 Everglades Blvd. S. Naples, FI 34117 Shirley M. Garcia Cell Phone 239-249-1455 E-mail: shidevaarcia(a),collieroov.net Summary of 2005 Atlantic Bonding Co., Inc. qualifications Notary Public • I became a Notary in 2005 while working for Code Enforcement and my commission expires in 12/2017. Education 2009 Florida Gulf Coast University Ft. Myers, FI FI Association of Code Enforcement All certifications are current and valid FACE I & II 2015 Florida Department of Environmental Protection Ft. Myers, FI Certified Stormwater Management Inspector 2015 Hodges University Naples, FI Bachelors in Legal Studies 2013 Hodges University Naples, FI Associates Degree Para Legal 1996-1997 Keiser Fort Lauderdale, FI Travel & Hospitality Mgmt. Graduated as a Travel Agent and was referred to a wholesale Yugoslavian Travel Agency based out of Fort Lauderdale, A 1991 Broward Community College Pompano Beach, FI Business Marketing • Data Processing • Word Processing Professional 1/2016 -Current Bayshore Gateway CRA Naples, FI experience Operations Coordinator • Maintain all CRA owned properties and ensures compliance with all Codes and Ordinances. Review and processes a variety of internal and external report, forms, invoices, contracts, and related documents. Prepares related statistical summaries and narrative reports. Receives and responds to requests, inquiries and complaints from the public, other jurisdictions and other County divisions, departments and sections. Prepares and proofreads correspondence for format, accuracy and completeness. Coordinates activities with and provides information to outside contractors and service providers; attends bid conferences as required. Reviews & summarizes a variety of fiscal, statistical & administrative information; prepares related reports and memoranda. Develops and revises department forms and report formats, as well as report preparation procedures. Develops implements and maintains a variety of file systems. Performs a variety of admin duties for the dept. to include preparing and/or processing budget, purchasing, timekeeping 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. Serves as a liason between assigned departments and support services departments, including IT, Human Resources, Risk Mgmt., and Purchasing. Enters data into department database, to include information from admin functions and from operational/program activities. 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, order office supplies, makes travel arrangements and reservations; and maintains calendars for mgmt staff and conference rooms. Operates a personal computer, telephone, 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. Assists Public with all community concerns addresses them in a timely manner and ensures the public health, safety and welfare is adhered to. I am the safety and department coordinator for FEMA reimbursement as well as maintain the inventory of all purchased assets in the agency. Minute taker for monthly meetings held for the E. Naples Task Force Team. Handles all accounts receivable and payables through the Clerk of Courts Finance division. Maintain CRA vehicle and updates driving log and ensure staff is in compliance with the Driver CMA's, process all the invoices for Bayshore MSTU, assist with projects for the MSTU, handle any insurance claims through risk, all insurance updates to risk mgmt., update all properties owned by the CRA to Risk and keep all assets inventory records and reports to Finance annually (property officer). Assists the public with Code issues, drainage, sidewalks and road problems, maintain all office equipment, rental properties and office maintenance for CRA staff. Assist with events for the Bayshore CRA, all other duties as assigned. 6/2010-1/2016 Collier County Code Enforcement Naples, FL Code Investigator/Customer Svc. In this position, I Research and enforce compliance with local, state, and federal building, zoning, signs, flood, property maintenance, and various general nuisance ordinances, codes, and regulations. Interprets code requirements for contractors, homeowners, engineers, architects, and attorneys. Assists with the development, drafting and revisions to County ordinances based on observations in the field. Performs pro -active patrols of assigned area within the county to detect violations; removes signs on right-of-way along roadways. Performs specialized tasks as assigned relating to management and enforcement of garbage collection contract ensuring haulers, containers, and services comply with all county codes and ordinances. Receives, investigates, and validates complaints of violations to the county's ordinances, codes, and regulations in relation to the most common violations regarding operational and tag requirements of all vehicles, parking and storage requirements of recreational vehicles, prohibition of weeds, litter and exotics, fence permits, prohibited uses of unimproved property, vertical construction requirements, canopy tents and/or shade permit requirements, and regulations pertaining to the number and type of animals in residential areas. Obtains witness and/or complainant statements. Checks cab drivers and limousine drivers to insure they meet minimum standards for licensure. Performs vehicle inspection checks to insure the safety of riders for those licensed under the Public Vehicle Ordinance. Plans, schedules and performs general or specialized field inspections of an environmental nature; on existing buildings, structures, grounds, signs, and/or construction sites; inspects Planned Unit Development for compliance; checks Temporary Use Permits for compliance as directed by the Planning Department. Performs on-site inspections pertaining to assigned specialty such as in home inspections, observing new signage and changes to existing signs, and/or various health and safety related nuisance issues. Reviews blueprints, plats, and various maps; ensures structures are constructed to plan or waste materials are disposed of properly. Obtains and preserves evidence of violations; determines property sizes; takes photographs, documents ordinance violations. Informs citizens and business owners of violations and explains problems; prepares issues and/or posts warnings, notices of violations and citations for code violations; issues citations and notices to appear to violators. Performs research to determine ownership, location and legal description of the property, zoning requirements, and other concerns; obtains property deeds; researches permits. Re -inspects properties to ensure infraction has been abated and properties are in compliance with all regulations. Prepares and reviews legal documents used in the prosecution of violators and attends hearing to provide testimony. Prepares legal documents to obtain inspection warrants. Negotiate and draft stipulated agreements for presentation in the appropriate legal forum. Acts as prosecutor for the County and presents code violation cases (or citations) before the Special Master or the Code Enforcement Board for adjudication. Reviews case files for prosecution; prepares for, attends, and testifies in Code Enforcement Board hearings, Office of Special Masters hearings, courtroom hearings and judicial proceedings. Serves as liaison between county departments (e.g. Parks and Recreation), contractors, citizens or business owners to correct violations. Responds to questions, complaints and requests for information/assistance from the general public, civic groups, business/property owners, court personnel, contractors, various agencies, employees, officials, supervisors, or other individuals regarding the most common violations. Develops proactive plans to address community issues to include sweeps for violations and community education programs. Establishes and maintains positive public relations; attends community meetings; informs and educates business owners and homeowners on code issues and regulations. Enters signs, property, and violation photographs and other information into a computer database; retrieves, reviews or organizes case information using computer database; verifies accuracy of data; makes corrections as appropriate. Documents all activity conducted in assigned position; reviews status of cases and follows up as necessary. Researches Site Improvement Plans, Site Development Plans, and Plan Unit Development documents; researches amending the Land Development Code; drafts changes as necessary. Prepares and/or receives a variety of forms, logs, requests, records, reports, correspondence, and other documents associated with daily responsibilities of this position; reviews, completes, processes, approves, forwards, maintains, and/or takes other action as appropriate; prepares and maintains files and records. Operates a personal computer, printer, calculator, copy and facsimile machines, telephone, radio, or other equipment as necessary to complete essential functions, to include the use of word processing, spreadsheet, database, or other system software. Operates a motor vehicle to perform work activities. Provides timely response to all correspondence. Trains and mentors new Code Enforcement Investigators; substitutes for co-workers during their temporary absence; provides guidance, training, and/or assistance to other department personnel. Oversees contracts for operational services; inspects residential and commercial garbage collection routes to ensure proper service. May investigate damages done to or by county vehicles while performing county services. Maintains current field and code manuals, policy and procedures, employee handbooks, various maps, addresses, and related material for reference and/or review. Attends staff meetings, seminars, and in-service training sessions as required to remain knowledgeable of departmental and county operations, to promote improved job performance. Stays current with changing inspection techniques, policies, procedures, codes, and laws. 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. Customer Svc. Position- Prepares department records, reports and forms; prepares correspondence and letters; receives documents and/or retrieves information from drafts, summaries, databases or other source documents; and incorporates information into prepared materials; and proofreads for accuracy and completeness. Copies and distributes documents as appropriate. Prepares and processes administrative documents (i.e. payroll, accounts payable, invoices, etc.). Prepares and processes program/operational documents (permits, work orders, project records, etc.). Researches, assembles and compiles information needed to complete documents. Answers Department telephones; assists callers with questions regarding department programs, services or procedures; refers callers to other staff members as appropriate; and takes messages. Receives screens and assists visitors and/or customers; provides information; and/or directs visitors to appropriate staff member or department. Provides information regarding department programs; explains policies and procedures; receives applications, payments, requests and/or complaints; and researches and provides information from department databases or records as requested. Provides forms, applications, receipts or other documents to visitors/customers upon request. Assists customers with completing forms. Establishes updates and maintains information in automated information systems; enters operational, account, and/or program information into databases; retrieves data from databases; creates new spreadsheets/files; and purges old data. Researches information from databases as requested. Generates reports, logs and listings from databases. May include scanning paper documents into digital database. Prepares and maintains department files and records to include files of department correspondence, program records, legal documents, etc.; photocopies documents and distributes and/or files; and requests information from other departments as necessary to complete department records/files. Receives, dates and distributes incoming mail. Prepares outgoing mail. 4/2008-2/2010 Collier County CRA Naples, FL Operations Coordinator Maintain all CRA owned properties and ensures compliance with all Codes and Ordinances. Review and processes a variety of internal and external report, forms, invoices, contracts, and related documents. Prepares related statistical summaries and narrative reports. Receives and responds to requests, inquiries and complaints from the public, other jurisdictions and other County divisions, departments and sections. Prepares and proofreads correspondence for format, accuracy and completeness. Coordinates activities with and provides information to outside contractors and service providers; attends bid conferences as required. Reviews & summarizes a variety of fiscal, statistical & administrative information; prepares related reports and memoranda. Develops and revises department forms and report formats, as well as report preparation procedures. Develops implements and maintains a variety of file systems. Performs a variety of admin duties for the dept. to include preparing and/or processing budget, purchasing, timekeeping 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. Serves as a liason between assigned departments and support services departments, including IT, Human Resources, Risk Mgmt., and Purchasing. Enters data into department database, to include information from admin functions and from operational/program activities. 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 callerstvisitors to appropriate staff as needed. Performs special projects as assigned, order office supplies, makes travel arrangements and reservations; and maintains calendars for mgmt staff and conference rooms. Operates a personal computer, telephone, 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. Assists Public with all community concerns addresses them in a timely manner and ensures the public health, safety and welfare is adhered to. I am the safety and department coordinator for FEMA reimbursement as well as maintain the inventory of all purchased assets in the agency. Minute taker for monthly meetings held for the E. Naples Task Force Team. Handles all accounts receivable and payables through the Clerk of Courts Finance division. Maintain CRA vehicle and updates driving log and ensure staff is in compliance with the Driver CMA's, process all the invoices for Bayshore MSTU, assist with projects for the MSTU, handle any insurance claims through risk, all insurance updates to risk mgmt., update all properties owned by the CRA to Risk and keep all assets inventory records and reports to Finance annually (property officer). Assists the public with Code issues, drainage, sidewalks and road problems, maintain all office equipment, rental properties and office maintenance for CRA staff. Assist with events for the Bayshore CRA, 2005-2008 Collier County Code Enforcement Naples, FL Administrative Secretary Process all Parking, False Alarm(for Code Enforcement & Sheriffs), Public Utilities and Domestic Animals Citations, Park Rangers (if not paid made sure that it was sent to collections or Special Magistrate to impose liens), Process payments for all Citations and other Misc. required, sent mass mailing of reminder letters for unpaid citations, Liens, Liens searches, code violation search, payoffs for Title Companies, Release of Liens, Executive Summary for the Lien request as well as request for Release of Liens, assist other Departments as needed with any of the above, was the Secretary for the CEB, Special Masters, processed all the Hearing for both, had to ensure that the appropriate paperwork are within the guidelines of the Ordinance and processed according to the Ordinances of the County and State. Liaison between all the appropriate departments to ensure that all staff were notified of the scheduled hearings and dates and times (Sheriff Officers, Code Enforcement Investigators, Public Utilities Investigators and DAS Investigators & Park Rangers scheduled all the Hearings in the Board Room, Re -Scheduled as needed with new dates, different available rooms, made sure all the communications department was aware of new dates and times for televised availability, did all the notice of hearing mailings(certified), copied all Hearing packets, made sure all of the Hearing packets were sent to all the appropriate parties on the scheduled deadline, assisted with creating legal fors with the approval of the Legal Department, archiving, maintain the Special Assessments program (interest, etc.), Lot Mowing Invoicing, Rental Inspection Fee Invoicing, and Demolition Invoices as well as create and maintain a spreadsheet to follow up on payment status, send to Special Master through the Executive Summary process if not paid(lot mowing & Demo), to ensure that the property is liened in a timely manner, send to the Board of County Commissioners all Releases and Satisfactions with an Executive Summary, Scan into Novus and routing slip for appropriate approval, send to Collections if not paid for Rental Inspection Fees, maintain uniform orders and problems for the investigative staff, maintain all the equipment and truck inventory for the investigative staff, Order and maintain all office supply orders and maintain the neatness of the storage, maintain all office equipment for both the Immokalee extension office as well as the Horseshoe Dr. office, surplus any office machines that are no longer used or no other department wants, used Novus, SAP, CD Plus, Special Assessments program, Excel, Access. Assist with Vehicle for Hire program, Driver ID, Decaling vehicles, rental registration program, filing, and archiving and entering info for VFH and retrieval for this info from storage. Public Records Request is also assigned to me. Assist customers at front counter as well as the phone and all other miscellaneous duties assigned by the immediate and all other supervisors. Interpret Spanish to all investigative staff and front operations staff. 2003-2005 City of Fort Lauderdale Public Services Ft. Lauderdale, FL Clerk • Maintain Central file room for all of Public Services, filing, sorting and retrieval of all documents as needed. Back up the courier, order all control forms for all of Public Services Departments, Maintain the Large Water and Wastewater User Contracts and retrieve as necessary, records retention coordinator for all of the Public Services Division, copying, filing, faxing, ordering and maintaining all office supplies, maintain office machines and storages. Prepare and send to surplus for PBS Dept., order & organize all of the janitorial contractor duties and extra projects, prepare all informational packets for WaterMastewater presentations by staff as well as environmental info. Maintain all office equipment. Assist with Answering Multi Line phone system. All misc. duties assigned by the immediate Supervisor. 2004-2005 Abbott Appliances Pompano Beach, FL Secretary (secondary employment Saturday -Sunday) • Process all Client information into Client Profiles Database, delete all duplicates prior to doing mass mailing for Holiday Promotions, answer multi lined phones, assist customers on the phone or in person, calendar and set up all appts. for Service Techs, maintain calendars for the techs, filing, faxing and maintain office equipment. 2002-2003 Waddell & Reed Financial Investments La Grange , IL Financial Advisors Asst. • Help Clients with financial information; fill out financial statements regarding mutual funds, 401 K, etc. Review new client info and enter in profiles, answer multi -line phone system, fax, copy file, check status of funds, reports, maintain and order all office supplies. 2001-2002 Robert Gluck, Esq. Plantation, FL Secretary/Receptionist • New Client intake, update all client profiles in computer and paper files, typing insurance requests, QuickBooks for accounts payable, answering multi -lined phone, calendaring court dates and client appts. Filing, faxing, copying and all mail sorting and running through stamp machine. Some light bookkeeping. Maintain all office equipment and supplies; greet all clients and the public, requesting settlement offers for the Attorney. 2001-2001 Adult Probation South Pima County Tucson, AZ Receptionist Answer multi lined phones, assist defendants on the phone or in person, assist the probation officers with their defendants giving breathalyzers, assisting other government agencies with information, filing and changing over files. Interpret for Spanish speakers to all staff, 2000-2001 Tretschok & McNamara Tucson, AZ File Clerk • Organize files for Hearings, schedule new client interviews, filing for a partner and an associate Attorney, Data Entry in client profiles, and alpha micro systems, Receptionist duties including multi -line phones, keeping client information current in the computer system as well as client files. In charge of files from the office of Hearing and Appeals, checking subpoenas in the files from the Industrial Commission of Arizona. Retrieving messages from the answering machine as well as distributing messages via email. 2000-2000 Garcia's Restaurant Tucson, AZ Waitress/Service Bar(secondary employment nights & weekends) • Customer Service, keeping organized tables and orders for food & drinks, cashier, expediting on the food line, working the service bar on weekends. 1998-1999 Broward County Courthouse 17th Judicial Circuit Court Fort Lauderdale, FL Docket Clerk /Felony Division • Scheduling Deft. Court dates for Judges, Calendaring, and preparing arraignments, calendar call dockets for the following days, weeks and months. Filing dept. motions and letters, filing other Governmental Agencies motions, assisting with other Judges dockets when the assigned Docket Clerk is out on leave or ill, finding files for Court Hearings and comparing info from the files against deft charges. Checking Broward Sheriffs computer system for deft. location and previous criminal histories. Assisting the Bail Bonds with the refunds of posted bail and assisting with warrants as necessary when Deft, does not appear for Court. Assist Judges Assistants with any necessary duties or assignments as determined by the Judges. 1997-1999 Mikado Japanese Restaurant Ft. Lauderdale, FI Waitress/Bartend(secondary employment nights & weekends) • Payroll, Customer Service, arrange menu concepts, keeping organized tables and orders for food & drinks, cashier, expediting on the food line assisting Sushi chefs as needed, Train new employees. Languages I speak Spanish fluently and a little Japanese. References Joe Mucha — Collier County Code Enforcement Annie Alvarez- Regional Mgr Collier County Parks & Recs Objective My objectives are to finish my Degree. I am also interested in a career where I have an opportunity to learn and grow and enhance my abilities through training, seminars or the necessary means to be an attribute to the position, the Department, the County or Municipality, fellow employees and the public. CRA RESOLUTION A RESOLUTION OF THE COMMUNITY REDEVELOPMENT AGENCY OF COLLIER COUNTY, FLORIDA AUTHORIZING SUBMITTAL OF AN APPLICATION TO COLLIER COUNTY COMMUNITY AND HUMAN SERVICES FOR A FY2017-2018 US HOUSING AND URBAN DEVELOPMENT COMMUNITY DEVELOPMENT BLOCK GRANT IN THE AMOUNT OF $150,000 TO FUND THE SUGDEN REGIONAL PARK PATHWAY PROJECT; IF AWARDED, AUTHORIZING THE CRA CHAIRMAN TO EXECUTE A SUBRECIPIENT AGREEMENT AS APPROVED BY THE COUNTY ATTORNEY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Community Redevelopment Agency (CRA) of Collier County desires to apply for a $150,000 US Department of Housing and Urban Development (HUD) Community Development Block Grant (CDBG) to fund a project within the redevelopment area; WHEREAS, if the grant is awarded, CRA staff will contribute the staff time to monitor the program and use of the CRA office space for public and professional meetings. NOW, THEREFORE, BE IT RESOLVED BY THE COMMUNITY REDEVELOPMENT AGENCY OF COLLIER COUNTY THAT: SECTION 1. Title. The grant program shall be known as the Collier County HUD CDBG — Bayshore/Gateway Triangle Sugden Regional Park Pathway Project. SECTION 2. Adoption and approval of the Collier County HUD CDBG — Bayshore/Gateway Triangle Sugden Regional Park Pathway Project Application, The CDBG Grant application is hereby approved for submission of the Grant application by the Community Redevelopment Agency. SECTION 3. Administration by CRA. The CRA Executive Board delegates the administration of the grant program to the CRA staff to include, but not be limited to, application process and review, and monitoring grant progress. SECTION 4. Authorization of Agreement by CRA Board Chairman. If the grant is awarded, the CRA Chairman is authorized to execute a Subrecipient Agreement with Collier County as approved by the County Attorney. SECTION 5. Effective Date. This Resolution shall become effective immediately upon passage and adoption. THIS RESOLUTION ADOPTED after motion, second and majority vote on this the 28th day of March, 2017. ATTEST: DWIGHT E. BROCK, Clerk , Deputy Clerk Approved as to form and legality: Jennifer A. Belpedio Assistant County Attorney , (� COMMUNITY REDEVELOPMENT AGENCY OF COLLIER COUNTY, FLORIDA Donna Fiala, CHAIRMAN I p-7 ;ry4�i Bayshore Gateway Triangle CRA .Bayshore Beautification MSTU Haldeman Creek MSTU STATE OF FLORIDA CERTIFICATE OF GOOD STANDING The Bayshore Gateway Triangle Community Redevelopment Agency does not have, nor required to comply with a Certificate of Good Standing. It is a Special Taxing Unit of Collier County Government formed under State of Florida Statutes Chapter 163. Bayshore Gateway Triangle CRA .Bayshore Beautification MSTU Haldeman Creek MSTU March 1, 2017 Ms. Kimberley Grant, Director Collier County Community and Human Services 3339 Tamiami Trail East, Suite 211 Naples, FL 34112 RE: Request for Funding under the FY2017-2018 Grant Application Cycle Dear Ms. Grant and members of the RRC: I have read the Collier County Community and Human Services (CHS) application for FY2017- 2018 HUD funding. On behalf of Bayshore Gateway Triangle Community Redevelopment Agency, as the duly authorized signatory for Bayshore Gateway Triangle Community Redevelopment Agency, 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 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 Bayshore Gateway Triangle Community Redevelopment Agency) and may require the Application to submit documentation verifying such authority. Sincerely, Leo . Ochs, Jr. County Manager Gz.3�� Bayshore Gateway Triangle CRA •Bayshore Beautification MSTU Haldeman Creek MSTU March 1, 2017 Ms. Kimberley Grant, Director Collier County Community and Human Services 3339 Tamiami Trail East, Suite 211 Naples, FL 34112 RE: Request for Funding under the FY2017-2018 Grant Application Cycle Dear Ms. Grant and members of the RRC: I have read the Collier County Community and Human Services (CHS) application for FY2017- 2018 HUD funding. On behalf of Bayshore Gateway Triangle Community Redevelopment Agency, as the duly authorized signatory for Bayshore Gateway Triangle Community Redevelopment Agency, 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 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 Bayshore Gateway Triangle Community Redevelopment Agency) and may require the Application to submit documentation verifying such authority. Sine rely, Leo E. Ochs, Jr. County Manager 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, etseq., 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 hundred 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: Bayshore Gateway Triangle Community Redevelopment Agency 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: Bayshore Gateway Triangle Community Redevelopment Agency. 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 prograin] (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 Imowingly 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 tine 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: Bayshore Gateway Triangle Community Redevelopment Agency Signature of Authorized Individual Date^� \ _Leo E. Ochs, Jr., County Manager � `U � C Name and Title of Authorized Individual����� (Print or type) l 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. _Bayshore Gateway Triangle Community Redevelopment Agency Name of Organization _County Manager Role of undersigned (Director, Executive Director, Employee [specify role], Supervisor [specify role] Signature P Leo E. Ochs, Jr. ',(-" t r- ..! Print or type name of signatory GOAR3Ji,. ge Administrative Services Department Procurement Services Division Collier County Board of County Commissioners ProceduresProcurement Standard Operating (Based, on Purchasing Ordinance 2013-69, Agenda Item 17J; Amended by Procurement Ordinance 2016.37 on June 23, 2015, Agenda Item 17E; Amended by Procurement Ordinance 2016-61, Agenda Item 17F) PROCUREMENT GUIDELINES INDEX INTRODUCTION.................................................................................................................................3 SMALL PURCHASES ($3,000 OR LESS)..........................................................................................4 INFORMALCOMPETITION..........................................................................................................:.....5 FORMAL COMPETITIVE THRESHOLD (PURCHASES IN EXCESS OF $60,000) ............................6 COMPETITIVE BID PROCESS... ................................. .................................... ............................... 12 PROCUREMENT OF PROFESSIONAL SERVICES.........................................................................14 COMPETITVE PROPOSALS............................................................................................................16 PROCUREMENT OF DESIGN -BUILD CONTRACTS.... .... ................... ........................ ...... __ ...... A7 LOCAL VENDOR PREFERENCE.....................................................................................................18 PAYMENTOF INVOICES.................................................................................................................18 ADVANCED PAYMENT FOR GOODS AND SERVICES..................................................................20 STANDARDIZATION AND COOPERATIVE PURCHASING............................................................21 CONTRACT ADMINISTRATION.......................................................................................................22 UNAUTHORIZEDPURCHASES....................................................................................................:..25 EXIGENT CIRCUMSTANCES, EMERGENCY PROCUREMENT AND BOARD ABSENCE.............26 PURCHASING CARD PROGRAM....................................................................................................26 2 Procurement Standard Operating Procedures Approved: 1/2012016 INTRODUCTION Procurement in Collier County is governed by Board of County Commissioners' Purchasing Ordinance 2013-69, Agenda Item 17J; as amended by Procurement Ordinance 2015-37 on June 23, 2015, Agenda Item 17E; and as amended by Procurement Ordinance 2015-51 on September 22, 2015, Agenda Item 17F. The purpose for these guidelines is to provide the steps necessary to execute the Procurement Ordinance. These guidelines will ensure the fair and equitable treatment of all persons involved In public purchasing by the County, maximize the purchasing value of public funds In procurement, and provide safeguards for maintaining a procurement system of quality and integrity. These guidelines apply to the procurement of goods and services entered into by the County after the effective date of the Procurement Ordinance 2015-51. These guidelines apply to the expenditures of public funds by the Board of County Commissioners for public purchasing, irrespective of the source of the funds. Nothing within these guidelines will prevent the County from complying with the terms and conditions of any grant, gift or bequest that is otherwise consistent with law. These Procurement Guidelines may be updated, or modified for particular transactions, by the Director of Procurement Services. The County reserves the right to establish any one, or a combination of, these industry practices for contracts or purchase orders: Lump Sum (Fixed Price): a firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. Generally speaking, these contracts are predictable and cost certain, easy to.administer for the County and the Contractor, and foster higher levels of collaboration, and account for more than fifty (50%) percent of public sector projects. Time and Materials: the County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rale), and for materials and equipment used in the project (cost of materials plus the contractor's mark up). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. Generally speaking, the County assumes the project risk, the administration is more time consuming, and the County pays for the labor efforts and materials used to complete the project, including changes due to unforeseen conditions. Unit Price: the County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. Installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification required). 3 Procurement Standard Operating Procedures Approved: 1/2Q/2016 SMALL PURCHASES ($3,000 OR LESS) (Procurement Ordinance Section T Small Purchases) Thresholds have been set that determine the processes required for each purchase. Purchasing thresholds are identified as one of the following: 7:1 Purchases issued under contracts 7:2 Small Purchases of $3,000 or Less 7:3 Bilateral agreements 7:4 Prohibition against subdividing 7:1 Purchases Issued Under Board Approved Contracts Purchases associated with an existing contract may be made using a purchase order or purchasing card in accordance with the terms of the contract. The purchase may be approved by the Procurement Services Director for amounts limited only by the operating division's budget. Where multiple contracts exist for the same services, purchases will be distributed among the firms as approved by the Board or the Procurement Services Director. These purchases do not require additional Board approval. Non -contract purchases are goods or services not currently available on a Board or Procurement Services Director authorized contract. The Procurement Services Director may approve non -contract purchases up to the formal competitive bid threshold when justified and deemed In the best interests of the County. - The Procurement Services Director may add non -contract goods or services to an existing similar contract subject to the terms and conditions outlined in the existing contract and the Board's Procurement Ordinance Section 19 (C). 7:2 Small Purchases of $3,000 or Less Purchases that do not exceed $3,000, with at least one price quote obtained, may be approved by the Procurement Services Director without informal or formal competition by means of a purchase order, or the division may use a purchasing card, if a formal agreement is not Identified. Operating divisions will seek the best value for the purchase and will ensure that the purchase supports the mission of the division. 7:3 Bilateral Agreements For vendors who require a signed bilateral agreement, memorandum of understanding/agreement, or other similar binding document, the Procurement Services Division Staff will complete negotiations with the vendor and forward the document(s) to the County Attorney for final review and approval. The Procurement Services Director shall execute the agreement. An approved bilateral agreement may be approved by the Procurement Services Director as long as the cumulative annual expenses are not greater than the formal competitive threshold. 7:4 Prohibition Against Subdividing Purchasing Transactions Purchasing transactions must not intentionally be subdivided or split into smaller transactions to avoid the requirements of the Procurement Ordinance. The Procurement Services Director will periodically review purchase order transaction reports to ensure that operating divisions do not subdivide or split purchases to avoid the threshold limits. 4 Procurement Standard Operating Procedures Approved: 1120/2018 INFORMAL COMPETITION (PURCHASES EXCEEDING $3,000 BUT NOT GREATER THAN $50,000) (Procurement Ordinance Section 8: Informal Competition) Thresholds have been set that determine the processes required for each purchase. Purchasing thresholds are identified as one of the following: 8:1 Purchases issued under fixed term or continuing contract 8:2 Informal solicitations greater than $3,000 but not greater than $50,000 8:3 Bilateral agreements 8:4 Waiver from competition 8:5 Prohibition against subdividing Purchases associated with an existing contract may be made using a purchase order or purchasing card in accordance with the terms of the contract. The purchase may be approved by the Procurement Services Director for amounts limited only by the operating division's budget. Where multiple contracts exist for the same services, orders will be distributed among the firms as approved by the Board or the Procurement Services Director. These purchases do not require additional Board approval. Non -contract purchases are goods or services not currently available on a Board or Procurement Services Director authorized contract, The Procurement Services Director may approve non -contract purchases up to the formal competitive bid threshold when justified and deemed in the best Interests of the County. The Procurement Services Director may add non -contract goods or services to an existing contract subject to the terms and conditions outlined in the existing contract and the Board's Procurement Ordinance Section 19 (C). &2 Informal Solicitation Greater than $3 uuu but not greater man sou ew Three (3) written quotes will be sought by operating staff for purchases exceeding $3,000 but not greater than $50,000. Operating divisions will seek the lowest quote (based on quote identified unit or total price), qualified (meets minimum standards for license, certification, years of experience, bonding capacity, Insurance, etc.) and responsive (submits information requested, agrees to meet timeline, terms, and conditions, etc.) for the purchase and will ensure that purchases are valid and serve the best interest of the public. Where operating staff are unsuccessful in securing three (3) comparable quotes, the operating division will provide additional information to the Procurement Services Division staff. The Procurement Director is responsible for: a) awarding all purchases, b) rejecting quotes and/or proposals as recommended by the Procurement Professionals, and c) approving all sole or single source purchases below the formal competitive threshold. An approved quote, forwhich the purchase is not greater than $50,060, is considered valid during the 12 month period starting from the date of the issuance of the purchase order. Purchases may be executed by the Procurement Services Director by means of a purchase order, or the division may use a purchasing card. 8B Bilateral Agreements 5 Procurement Standard operating Procedures Approved: 1/20/2016 For vendors who require a signed bilateral agreement, memorandum of understanding, contract, etc, the Procurement Services Division Staff will complete negotiations with the vendor and forward to _ the County Attorney for final review and approval. The Procurement Services Director shall execute the agreement. An approved bilateral agreement may be approved by the Procurement Services Director as long as the cumulative annual expenses do not exceed'$50,000. 8:4 Waiver from Competition Competition may be waived by the Procurement Services Director as identified in Section 8 (B) of the Procurement Ordinance. 8:5 Prohibition Against Subdividing Purchasing transactions must not intentionally be subdivided or split into smaller transactions to avoid the requirements of the Procurement Ordinance. The Procurement Services Director will periodically review purchase order transaction reports to ensure that operating divisions do not subdivide or split purchases to avoid the threshold limits. FORMAL COMPETITIVE THRESHOLD (PURCHASES IN EXCESS OF $60,000) (Procurement Ordinance Section 9., Formal Competitive Threshold) Purchases generally fall into one of three categories: a) commodities, b) services, or c) professional services (under the Consultant's Competitive Negotiation Act and Auditor Selection Processes). Within each category of purchase, there are different considerations including: 9:1 Method of purchase 9:2 Responsibilities 9:3 Immigration validation 9:4 Solicitation process 9:5 Solicitation documentation 9:6 Selection process 9:7 Waiver / exemption from competition 9:8 Contractual documentation 9:9 Approvals In compliance with F.S. § 287.055, known as "The Consultants' Competitive Negotiation Act" or "CCNA", and the Auditor Selection Procedures (F.S. § 218.391), these professional services are competed under separate procedures . 9:1 Method Purchases over the formal competitive threshold will be procured as follows unless the purchase is governed by federal, state or other funding source guidelines. 1. Commodities: Purchase of goods over the formal competitive threshold are generally procured using a sealed bid. 2. Services: Purchase of services over the formal competitive threshold generally follows the request for proposal process, or similar methodology. 6 Procurement Standard Operating Procedures Approved: 1120/2016 3. Professional Services (includes the acquisition of professional CCNA architectural, engineering, landscape architectural or surveying and mapping services; and auditor services): Professional Services will be procured using a qualitative selection process that evaluates qualifications, competence, track record and availability. This professional service selection method will be utilized by the Procurement Services Director for a) a project that includes a fixed capital outlay study or planning activity which includes a grouping of minor construction, rehabilitation or renovation activities or a grouping of substantially similar construction, rehabilitation or renovation activities occur, b) a"continuing contract,' and/or c) a design build project. 9:2 Responsibilities Subject to formal competition, the Board is responsible for: a) awarding all purchases, b) rejecting bids and/or proposals as recommended by the Procurement Services Director, c) approving all sole or single source purchases In excess of the formal competitive threshold and d) waiving irregularities. The division(s) project manager(s) is responsible for drafting and submitting the background, scope of service (which may Include general contractor responsibilities, technical specifications, drawings, permit requirements, special instructions, liquidated damage amount, etc.) and cost criteria and/or qualifications to assist in the decision making process. The Procurement Services Director is responsible for: 1. Seeking competition; 2. Determining whether solicitations may be Issued in one or more steps or concurrent with one or more firms; 3. Posting publicly the solicitation notice; 4. Sending solicitation notices to vendors that are registered in the vendor database; 5. Providing for solicitation documents to contain relevant local, state and federal requirements; 6. Approving and advertising any addendum to solicitation documents and making such available to prospective contractors/vendors; 7. Prescribing, when necessary, for solicitation deposits to be made and describing such requirement in the solicitation; 8. Recommending when solicitation bids and proposals should to be rejected; 9. Negotiating with the lowest responsive bidder if bid exceeds budgeted amount for purchase; 10. Negotiating with service vendors ranked most qualified; 11. Maintaining tools necessary for gathering past performance data, and consideration of that data prior to award of contract; 12. Suspending vendors from the vendor database for continual non -response to solicitations, violations of the Ordinance or procedures or inactivity in the electronic system; 13. Ensuring bids and proposals are publicly opened and witnessed at the time and place stated in the solicitation notice; 14. Tabulating all bids/proposals and maintaining for public inspection; 15. Facilitating the appointment of selection committees for review of requests for proposals; and 16. Reviewing and approving all recommendations for award of contracts. In preparing the solicitation document, the Procurement Services staff member, along with the project manager (s), may consider the following award criteria, or may identify other standards: 1. The ability, capacity and skill of the bidder/proposer to perform the contract, 2. The ability of the bidder/proposer 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 bldder/proposer, 4. The quality and performance of previous contracts awarded to the bidder/proposer, Procurement Standard Operating Procedures Approved: 1/20/2016 5. The previous and existing compliance by the bidder/proposer 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/proposer to provide future maintenance and service (where applicable), and, 8. Litigation history, references; criminal records; prior, pending or imminent claims or disputes with the County or other public agencies; as well as comparable relevant Information as to the bidder's principals and affiliated entities. Prior to issuing the request for proposal, the Procurement Services Director will draft a memorandum for approval by the County Manager for the appointment of a selection committee to review the qualification submissions and/or proposals. Additional selection committee information will be available on the Procurement Services website. The contractor, vendor or consultant is responsible for: 1. Maintaining a profile in the online solicitation database; 2. Reviewing any solicitation addendum; 3. Responding in a timely manner outlined in the solicitation documents; 4. Identifying the solicitation number on the outside of sealed envelope if submitting a paper bid or proposal; 5. Complying with local, state, federal and grant requirements as identified in the solicitation; 6. Publicly addressing the Board regarding a prospective purchase if requested to do so by the Procurement Services Director or by a majority vote of the Board; and, 7. Filing intent to protest terms and conditions, specifications, or recommended contract awards in a timely manner and as prescribed in the solicitation document and Procurement Ordinance. 9:3 Immigration Validation As authorized by the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), the federal government requires companies to employ only individuals who may legally work in the United States — either U.S. citizens, or foreign citizens who have the necessary authorization. To ensure contractors, vendors or consultants comply with this requirement, Collier County requires that verification be provided to evidence that the contractors, vendors or consultants have in fact signed up for the U.S. Department of Homeland Security's E -Verify system and have ensured that employees and subcontractors meet the requirement. All formal solicitations for the purchase of services and professional services will include language advising prospective contractors, vendors or consultants that they most register to use the federal E - Verify system. Commercially "off the shelf' products (COTS) are typically goods sold in substantial quantities in the commercial marketplace and offered to the County in the same form or with minor modifications. Vendors on County contracts.for COTS items may be exempt from the E -Verify registration. 9:4 Solicitation Process 1. Commodities: A notice inviting bids is required and will be publicly posted by the Procurement Services Director at least ten (10) calendar days before the deadline for receipt of bid . responses. Construction bids with an estimate of $200,000 - $499,999 will be posted for twenty-one (2 1) calendar days; projects estimated at $500,000 or more will be posted at least thirty (30) days. a Procurement Standard Operating Procedures Approved: 1/20/2016 2. Services: A notice inviting proposals is required and will be publicly posted by the Procurement Services Director at least twenty one (21) calendar days before the deadline for receipt of proposals. 3. Professional Services: A request for proposal is publicly announced and distributed by the Procurement Services Director at least twenty one (21) calendar days before the deadline for receipt of proposals. 9:5 Solicitation Documentation Solicitation documents will include description of commodities, services or professional services to be purchased, identify the evaluation procedures and criteria to be used, and if known, the historical spend from previous similar contracts, the anticipated spend if known or a general budget range. All solicitation documents will state where instructions and specifications are available for review and will state the time and place for opening. Notices may also be electronically sent to vendors who are registered in related commodities in the online vendor database. Solicitations may be conducted in one or more steps simultaneously or concurrent with multiple firms unless otherwise prohibited by applicable federal or state law or the terms of a grant program after review and approval by the Procurement Services Director. 9:6 Selection Process A tabulation of bids or a summary of proposals received will be made by the Procurement Services Director. Past performance data will be considered during the review. In the event that one or more vendor is recommended under the same solicitation, the method for distributing work under the resultant contract(s) will be identified in the executive summary and the contract(s). Methods for such distribution may include, but are not limited to: a) award specified scope/items to specified vendor(s); or b) award the work to a primary and secondary vendor(s); or c) for purchases exceeding $50,000, solicit quotes from all vendors under contract and award the work based upon the lowest, responsive quote; or d) rotate through all vendors awarded; or e) other methods as identified in the solicitation document, Executive Summary, and contract, or as approved by the Board. Local vendor preference, if applicable, will be considered and the right -to -match offer made, as identified in Section 15: Procedures to Provide Preference to Local Businesses in County Contracts, Commodities Award will be made to the lowest, qualified and responsive bidder unless there are other policies conflicting with this statement. In the event of a tie bid, the award will be given to the lowest tied bidder that can certify it has implemented a drug-free work place program subject to F.S. § 287.087. If all lowest tied bidders can provide such certification, the next step is to determine whether the bidders are considered a local business (Section 15: Procedure to Provide Preference to Local Businesses in County Contracts). If one (and only one) of the bidders is determined to be a local business, then award of contract will be made to that bidder. In the event that two or more local bidders or two non -local bidders are tied thereafter, award of contract will be made in accordance with a coin toss in the presence of both bidders. In the event that bids need to be rejected, the Procurement Services Director has the authority to issue a new solicitation prior to the formal rejection by the Board of the original bid offers. In the event that the Board elects to award the contract from the original solicitation offers or if the Board elects not to further pursue the purchase, the Procurement Services Director may cancel the new solicitation. If the lowest qualified responsive bid exceeds the budgeted amount'and/or cannot be funded in whole or in part by received grant dollars, the Procurement Services Director may negotiate with the bidder to attempt to bring the bid within budgeted limits unless prohibited by the source of funds. Refer to funding source guidelines to confirm. Any necessary negotiations and changes are to be. outlined the executive summary. s Procurement Standard Operating Procedures Approved: 112 012 01 6 2. Services Prior to the announcement and distribution of the Request for Proposals, a selection committee will be appointed by the County Manager, to evaluate the proposals received. The Procurement Services Director will distribute proposals to the selection committee to evaluate the proposals and to determine the best overall proposer meeting the minimum published requirements. The selection committee will review, score and rank the proposals in accordance with the procedures and selection criteria identified in the solicitation document. Upon completion of the selection process, the Procurement Services Director will post the results of the selection process on the Procurement Services Division Internet site. In the event that proposals need to be rejected, the Procurement Services Director may issue a new solicitation prior to the formal rejection by the Board of the original solicitation proposals. In the event that the Board elects to award the contract from the original proposals or if the Board elects not to further pursue the purchase, the Procurement Services Director may cancel the new solicitation. If the best overall proposer meeting the minimum published requirements exceeds the budgeted amount and/or the services cannot be funded in whole or In part by grant dollars, the Procurement Services Director may negotiate with the proposer to attempt to bring the proposal within budgeted limits unless prohibited by the source of funds. Any necessary negotiations and changes are to be outlined in the executive summary. 3. Professional Services Prior to the announcement and distribution of the Request for Proposals, a selection committee will be appointed by the County Manager to evaluate the proposals received. A summary of all proposals will be made by the Procurement Services Director. The selection committee will review statements of qualifications and performance data submitted in response to the solicitation and will select, in order of preference, no fewer than three firms deemed to be the most qualified, if at least three firms respond to the solicitation. If less than three firms respond, and after meeting due diligence, it Is decided by the Procurement Services Director that every effort was made to comply with the requirements of F.S. § 287.055 or F.S. § 218.391, the operating division will proceed with the recommended ranking of the proposers to Board. Following the Board's approval of the rankings, the Procurement Services Director will commence negotiations with the firm ranked as most qualified. During such negotiations, the project scope, services and compensation will be defined. If discussions do not resultin an agreed upon contract, negotiations will end with the proposer and begin with the proposer ranked second by the selection committee. If negotiations with second -ranked proposer fall, they will begin with the next ranked proposer. 9:7 Waiver / Exemption from Competition Purchases of commodities or services from a single or sole source may be exempted from formal competition after review by the Procurement Services Director and approval by the Board. The following purchases may have the requirement for competition waived: 1. Purchase of library books, education and/or personnel tests, similar audio visual materials, periodicals, printed library cards, or other statutorily authorized exceptions. 2. Sole source purchases or single source purchases. 3. Valid public emergencies (pursuant to Section 25 of the Ordinance). 10 Procurement Standard Operating Procedures Approved: 1/201201.6 4. Where it is determined to be in the best interests of the County to do so Justification for a waiver may include a) public health or safety emergency; b) item(s) is the only one (proprietary) available that can properly perform the intended function(s); c) the recommended vendor/contractor is the only one ready, willing and able to meet the County's requirements; and/or d) it is determined to be in the best interests of the County. The County may determine It Is in their best interest to waive competition due to an economic condition such as: responsible economic procurement relieves the County of potential additional expenses that would result from not making_ the purchase; use of another supplier would result in incompatibility or lack of standardization with existing conditions; use of another supplier would require considerable training, time and money to evaluate; the goods or services are being used in ongoing long-term projects; and/or the product or service offered is at a substantial discount below current market conditions and price structures. 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. The operating division will prepare an executive summary, complete a waiver / exemption form and compile supporting documentation and rationale and forward to the Procurement Services Director for review. Once reviewed and approved by the Procurement Services Director, the operating division may request Board approval at the next available agenda. Additional information is available on the Procurement Services Division website. 9:8 Contractual Documentation 1. Commodities: Contractual documentation may be either a Collier County purchase order or a formal contract when there are additional terms and/or conditions required as a part of the purchase(s). Regardless of the instrument used, the document has a binding effect upon the County. 2. Services: Contractual documentation may be either a Collier County purchase order or a formal contract when there are additional terms and/or conditions required as a part of the purchase(s). Regardless of the instrument used, the document has a binding effect upon the County. 3. Professional Services: Contractual documentation may be created in the form of a) a fixed term contract, b) a continuing contract, or c) a bilateral contract. For each form of contract, subsequent purchase orders and/or work orders may be authorized by the Procurement Services Director in accordance with the terms of the contract. The County may award a contract in accordance with F.S. § 287.055, if the firm provides professional services to the county for projects in which the estimated construction cost of each individual project under the contract does not exceed $2 million; for study activity if the fee for professional services for each individual study under the contract does not exceed $200,000; or for work of a specified nature as outlined in the contract required by the County. In such cases, the contract will be either for a set term or with no time limitation provided that the contract includes a termination clause. 11 Procurement Standard Operating Procedures Approved: V20/206 All contracts issued under this section will be eligible for extension or renewal in accordance with the provisions of the contract (see Section 19). Regardless of the instrument used, the document has a binding effect upon the County. 9:9 Approvals The final award will be made by the Board of County Commissioners. Prior to award, the Board may consider: a) the ability, capacity and skill of the bidder/proposer to perform the contract, b) the ability of the bidder/proposer to perform the contract within the time required or the least time, if appropriate, without delay or interference, c) the experience and efficiency of the bidder/proposer, d) the quality and performance of previous contracts awarded to the bidder/proposer, e) the previous and existing compliance by the bidder/proposer with laws and ordinances relating to the contract, f) the quality, availability and adaptability of the commodities or contractual services to the particular use required, g) the ability of the bidder/proposer to provide future maintenance and service (where applicable) and h) litigation history, references; criminal records; prior, pending or imminent claims or disputes with the County or other public agencies; as well as comparable relevant information as to the bidder's principals and affiliated entities. All recommendations for awards will be reviewed and approved by the Procurement Services Director prior to presentation to the Board of County Commissioners. Bidders/proposers competing for a prospective 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 Procurement Services Director or by a majority vote of the Board. COMPETITIVE BID PROCESS (Procurement Ordinance Section 10: Competitive Bid Process) A. Notice Inviting Bids: Announcement: Notice inviting bids shall be publicly posted by the Procurement Services Division in a consistent public location at least ten (10) days preceding the last day established for the receipt of bid proposals. Specific projects or grants may require longer posting periods, in those instances the specific requirements would be used. Bids may be solicited and/or received in one or more steps as permitted by law and deemed appropriate by the Procurement Services Director. 2. Scope of Notice: The public notice required shall include a general description of the commodities/services to be purchased or sold, the bid Instructions and specifications, and the time and place for opening bids. Bidders' List: The Procurement Services Director shall also solicit sealed bids from qualified prospective vendors/contractors who have registered their names on the Collier County Procurement Services Division vendor database, which will electronically send them a notice of the proposed purchase or sale. Notices sent to the vendors/contractors on the Collier County Procurement Services Division 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 company information profiles in the database to ensure proper notifications are received. Vendors/contractors may 12 Procurement Standard Operating Procedures Approved: 1120/2016 be suspended from the database by the Procurement Services Director for continual non -response to formal solicitations and violations of the Procurement Ordinance. The Procurement Services Director may 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 Procurement Services Director, bid deposits shall be prescribed in the public bid notices. Said deposits shall be In the amount equal to five percent of the bid offer submitted unless a greater amount is required. The Procurement Services Director shall have the authority to return the deposits of all bidders upon award and approval of the contract by the Board of County Commissioners. A successful bidder shall forfeit any deposit required by the Procurement Services 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 Procurement Services Director. The addendum shall clearly point out any addition or change to the invitation for bids. The Procurement Services Division shall be responsible for assuring that addenda are available on the on-line bidding website and that all prospective bidders who'have downloaded specifications are notified of the addendum prior to opening of bids. B. Procedure for Bids: Sealed Bids: Sealed bids shall be submitted manually or electronically to the Procurement Services Director. 2. 0 enin : Bids shall be opened publicly at the time and place stated In the public notices and shall be opened and witnessed by the Procurement Services Division. 3. Tabulation: A tabulation of all bids received shall be made either electronically or manually by the Procurement Services Division and shall be available for public inspection pursuant to F.S. § 119.07. C. Tie Bids: Where there are low tie bids, the award process shall first be subject to F.S. § 287.087. In the event that all of the tied bidders comply with F.S. § 287.087, the Procurement Services Division shall determine if any of the bidders would be considered a local business as defined under Section 15 of this Procurement Ordinance. 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 15(2)(b) of this Procurement Ordinance. D. Relection of Bids and Negotiation: 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 15(2)(b) (where applicable), If the lowest, responsive bid exceeds.the budgeted amount and, if the purchase is not funded in whole or in part with interagency grant dollars, the 13 Procurement Standard Operating Procedures Approved: 112012016 Procurement Services.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 Procurement Services 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 Procurement Services 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 within lawful guidelines. F. Award of Contract: The Chair or Vice Chair In the Chair's absence, when authorized by majority vote of the Board, shall execute formal contracts having a binding effect upon the County. A formal contract shall be awarded by the Board of County Commissioners to the lowest, qualified responsive bidder. In addition to price the following may be considered: 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 proposed 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). 8. Prior litigation or administrative proceedings against the County where the bidder or the bidder's principal was a party. 9. Prior litigation or administrative proceedings involving the bidder or bidder's principal. All recommendations for award for contracts will be reviewed and approved by the . Procurement Services Director prior to presentation to the Board of County Commissioners. PROCUREMENT OF PROFESSIONAL SERVICES (Procurement Ordinance Section 11: Procurement of Professional Services) A. Consultants' Competitive Negotiation Act. 14 Procurement Standard operating Procedures Approved: 1/2012016 I . Contracts for professional architectural, engineering, landscape architectural or surveying and mapping services shall be procured in accordance with F.S. § 287.055, referred to as the Consultants' Competitive Negotiation Act (CCNA). 2. Continuing contract. The County is authorized to enter into a continuing contract for CCNA services in accordance with the CCNA, whereby the firm provides professional services to the County for projects in which construction costs do not exceed $2,000,000.00, for study activity if the fee for each individual study under the contract does not exceed $200,000.00; or for work of a specified nature as outlined in.the contract required by the County, with the contract being for a fixed term or with no time limitation, except that the contract must provide a termination clause. 3. Ranking of firms. The County, through the competitive proposal process, shall make a finding that the firm or Individual to be employed is duly qualified to render the required service. The evaluation committee shall review statements of qualifications and performance data submitted in response to the public solicitation and shall select, in order of preference, no fewer. than three firms deemed to be the most highly qualified, if at least three firms respond to the solicitation. If less than three firms respond, and after meeting due diligence, It is decided by the Procurement Services Director that every effort was made to comply with CCNA requirements, the County will conduct discussions with, and may require public presentations by, the responding firms regarding their qualifications, approach to the project and ability to furnish the required services. q. Evaluation criteria. Pursuant to the CCNA, the evaluation criteria for ranking shall include factors such as: ability of firm and its professional personnel; firm experience with projects of a similar size and type; firm's willingness and ability to meet the schedule and budget requirements; volume of work previously awarded by the county; effect of the firms recent/current and projected workload; minority business status; location; past performance and when required, the public presentation. For continuing contracts, ranking and award shall be based on the criteria identified in the RFP document. For non -continuing contracts or project specific contracts, public presentation maybe required. 5. Public presentation. The evaluation criteria for public presentation shall Include factors such as the firm's understanding of the project, ability to provide required services within the schedule and budget, qualifications and approach to the project. 6. Contract negotiations. The ranking of firms for all CCNA contracts shall be presented to the Board of County Commissioners for consideration and approval. Upon Board approval of firm rankings, staff shall negotiate a contract with the most qualified firm (number one ranked firm) for professional services for compensation which is deemed to be fair and reasonable. Detailed discussions must be held by the firm and the County to establish the scope of the project and the exact services to be performed by the firm. Should the County and the firm fail to agree upon the terms of an acceptable contract, negotiations with the top firm shall be terminated and negotiations with the second ranked firm shall commence. If again unsuccessful, the process is repeated with the next ranked firm. This process is continued until a mutually agreeable contract is concluded or the project is abandoned, or the procurement process is otherwise terminated. B. Other Professional Services. Because differences In price may only be a minor concern compared to qualitative considerations, professional services that fall outside the scope of the CCNA 15 Procurement Standard Operating Procedures Approved: 1120/2016 except as otherwise provided by law and outlined below, may be exempted by the Procurement Services Director from the competitive bidding process. Instead, professional services will be typically acquired through one of the following methods: 1. Competitive Selection and Negotiation as set forth immediately above; or 2. Competitive Proposals (pursuant to Section 12). 3. In addition to the definition set forth in the CCNA, 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: a. Appraisal Services - real and personal property appraisers. b. Audit and Accounting Services - auditors and accountants (excepting the selection of the annual auditor which shall be conducted as per F.S. § 11.45,). c. Consultants - planning, management, technological or scientific advisors. d. Financial Services - bond counsel, rating and underwriting, financial advisor, and investment services. e. Legal Services - attorneys and legal professionals. f. Medical Services - medicine, psychiatry, dental, hospital, and other health professionals. 4. Final selection of theprofessional service provider (award of contract) shall be made by the Board of County Commissioners. 5. Requests for outside legal services will be consistent with both this Procurement Ordinance and the County Attorney's Ordinance (Ord. No. 2013-34). The retention 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 Procurement Ordinance, and must first be approved by the Board. COMPETITVE PROPOSALS (Procurement Ordinance Section 12: Competitive Proposals) A. The Competitive Proposals process is a method of contract selection that may be utilized by the Procurement Services 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. 16 Procurement Standard Operating Procedures Approved: 1/20/2616 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 vendor 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 solicitation process will be utilized. The process will be conducted in a manner similar to the sealed bid process as set forth under Section 10 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. Notice of said request(s) shall be publicly posted by the Procurement Services Division at least 21 calendar days preceding the last day established for the receipt of proposals. 2. Each Request for Proposals shall identify the 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 F.S. § 287.055 and Sectionl3 below. 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. 4. Proposals may be solicited and/or received in one or more steps as permitted by law and deemed appropriate by the Procurement Services Director. Unless otherwise prohibited by law, the Procurement Services Director shall have the discretion to solicit and conduct simultaneous or concurrent negotiations with one or more firms. PROCUREMENT OF DESIGN -BUILD CONTRACTS (Procurement Ordinance Section 13: 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 design -build firm selected in a manner permitted under F.S. § 287.055 and the procedures set forth in this section. B. Upon completion of the Design Criteria Package, the procurement of Design/Build services shall be processed In a manner consistent with, Section 12 hereof entitled "Competitive Proposals." . C. 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. V Procurement Standard Operating Procedures Approved: 1/20/2010 LOCAL VENDOR PREFERENCE (Procurement Ordinance Section 15: Local Vendor Preference) Compliance with local, state and federal laws as well as the requirements of funding sources is the responsibility of the operating division receiving the grant award. For the procurement of goods or services less than the formal competitive threshold, the operating division will make an effort to solicit one, or more, quotes from local vendors, if available. Due to the multiple funding streams applied to many construction projects and the attendant administrative burden of determining on an Individual project basis whether 50 percent or more of cost will be paid from state -appropriated funds, staff have removed local vendor preference language from construction solicitations in order to insure compliance with the Florida Statute. PAYMENT OF INVOICES (Procurement Ordinance Section 16: Payment of Invoices) Except where otherwise provided by federal or state law or other funding source restrictions or as otherwise set forth in the Collier County Procurement Manual, the payment procedures include: 16:1 Credit card payments 16:2 Goods and non -construction services 16:3 Construction services 16.4 Annual report to the Board 16.5 Payable Report 16:6 Expenditure Report 16:1 Credit Card Payments Unless specified otherwise in the contract documents, payments are made In accordance with the Local Government Prompt Payment Act, F.S. § 218, or as provided for in the Board approved contract, to the County's credit card financial institution. Operating divisions who utilize the County's credit cards will be expected to review transactions, research purchase background, attach documentation and reconcile transactions per the County's CMA 5808 Purchasing Card Program and Procedure. 16:2 Goods and Non -construction Services Unless specified otherwise in the solicitation and contract documents, payments are made in accordance with the Local Government Prompt Payment Act, F.S. § 218. In order to expedite payment, the County recommends that vendor invoices include: • Purchase Order Number. • Description and quantities of the goods or services provided per instructions on the County's purchase order or contract. Payment methods include: • Traditional — payment by check, wire transfer or other cash equivalent, 18 Procurement Standard Operating Procedures Approved: 112012016 Standard — payment by purchasing card. Collier County's Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. Upon delivery of the goods and/or completion of the services by the vendor, operating divisions acknowledge receipt in the County's financial system. Invoices will be submitted to the Clerk of the Courts Finance Division by the vendor. Collier County reserves the right to withhold and/or reduce an amount of any payment for goods not received, work not performed, or for unsatisfactory performance of contractual requirements. The following invoice documentation will be requested for: Lump Sum (Fixed Price): The invoice identifies a firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. Time and Materials: The Invoices as a general business practice, includes back-up documentation of the number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. Unit Price: The invoice identifies the unit price and the number of units received (no contractor inventory or cost verification required). Invoices will electronically workflow to the operating division who initiated the purchase order. To ensure compliance with prompt pay laws, operating divisions will process and / or approve valid invoices for goods and services for payment as quickly as possible. After review and approval by the operating division, the invoice will be pre -audited by the Clerk of Courts for determination of legality of expenditure. The legality of expenditure Includes that the funds are spent for a public purpose, that the funds are spent in conformity with county procurement procedures or statutory bidding procedures, and, that the expenditure does not overspend the budget as finally adopted and recorded in the Office of the Clerk of Courts. In order to support the local vendor community and in compliance with the Fla. Stat. § 218.70, otherwise known as the "Local Government Prompt Payment Act", the County established payment terms as "net immediate, unless otherwise determined by Florida Statute." "Net immediate" is defined as the successful completion of the receipt of products or services by the operating division, a compliant pre -audit determination and approval by the Board as per Section 16 of the Procurement Ordinance (Payment of Invoices). Payments will be made for goods and/or services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of Invoices beyond the specified deadline period is subject to non- payment under the legal doctrine of "laches" as untimely submitted, Time is of the essence with respect to submission of invoices. In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County, and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off -set the amount owed to the County by applying the 19 Procurement Standard Operating Procedures Approved: 1/20/2010 amount owed to the vendor or contractor for services performed or for materials delivered in association with acontract. 16:3 Construction Services The contractor will submit progress payment invoices, as outlined in the construction document(s), to the County's project manager (or designee). After the date of each Application for Payment is stamped as received and within the timeframes set forth in F.S. § 218.735, the project manager, or designee will: (1) Indicate approval of the requested payment; (2) indicate approval of only a portion of the requested payment, stating in writing reasons therefore; or (3) return the Application for Payment to the Contractor Indicating, in writing, the reason for refusing to approve payment. Payments of proper invoices in the amounts approved will be processed and paid in accordance with F.S. § 218.735. The County's project manager will review and validate all documentation. 16:4 Annual Report to the Board Each December, the Procurement Services Director and the Clerk of the Courts Finance Director will prepare an executive summary and submit a report to the Board listing the number and total dollar amount of interest penalty payments made during the preceding fiscal year. 16:5 Payable Report to the Board Prior to payment, the Clerk of Court, or other Board approved payment official, will regularly present all outstanding invoice payable transactions to the Board. That payment official should prepare an executive summary which requests that the Board approve the payment with a finding that such payable serves a valid purpose. The report will minimally include the following detail for each transaction, including purchasing card transactions: record number, vendor name, division name, purchase order or purchasing card transaction number, invoice number and receipt date, purpose, and if purchasing card, merchant name who provided the service. 16:6 Expenditure Report The Clerk of Court, or other Board approved payment official, will regularly present all expenditures to the Board. That payment official should prepare an executive summary which requests that the Board approve the expenditure report prepared in accordance with F.S. §136.06 and is to be recorded Into the Board's Minutes. ADVANCED PAYMENT FOR GOODS AND SERVICES (Procurement Ordinance Section 17: Advanced Payment) As provided for in the Procurement Ordinance, F.S. § 28.235, and adopted by the State's Chief Financial Officer's adopted procedures, advanced payments are approved and authorized for dues and membership, insurance, maintenance agreements, subscriptions, travel arrangements, and postage. Advanced payments may be made for all other goods and services if approved in advance by the County Manager or designee up to Section 8: Formal Competitive Threshold; the Board may review and approve requests for advanced payment above the formal competitive threshold. The criteria for approval may include: • Advance payment will result in a savings to the County, and/or, 20 Procurement Standard Operating Procedures Approved: 112 012 01 6 i C The goods or services are essential to the operation of the County and are available only. if advance payment is made. Requests for advance payment approval must Include information indicating that the payment meets one of the above criteria and that the division has complied with the applicable procurement requirements. STANDARDIZATION AND COOPERATIVE PURCHASING (Procurement Ordinance Section 18:.Standardization, Cooperative Purchasing Organizations and Governmental Contracts) To secure purchases efficiently and economically, the Procurement Services Director will evaluate whether a purchase may be made by using a State of Florida or Federal GSA competitively bid or negotiated contract, a competitively solicited cooperative contract or a pre-existing competitive contract from another unit of government. The Procurement Services Director will verify that such cooperation will result in a fiscally competitive event and create process efficiencies in the best interest of the County. On an annual basis, the Procurement Services Director will create an executive summary for Board approval for the use of competitive purchasing cooperative organizations and government contracts Operating divisions may use these contracts with no additional Board approval provided there are funds available in the operating division's budget. For purchases made using Board approved cooperative or government contracts, a requisition is entered referencing the Board approved Executive Summary and any supporting quote or contract documentation by the operating division. As long as there is sufficient documentation, no additional action will be required. Use of cooperative or governmental contracts which have not been Board approved that are within the informal competitive threshold must be approved in advance by the Procurement Services Director. Attachments to the requisition may include Cooperative Governmental / Consortium Agreement form, quote information, bid tabulation or selection scoring/ranking, prices, contract, etc. Purchases using cooperative or governmental contracts which have notbeen Board approved that exceed the formal competitive threshold will be submitted to the Board on an executive summary prepared by the operating division. In authorizing all such purchases under pre-existing agreements, the Procurement Services Director will determine if a) the solicitation, terms and conditions of the purchase were competitive in the market and favorable to the County, b) the existing contract was publicly competed, procured by another public entity, or procured by a recognized public cooperative purchasing entity using a procedure substantially similar to those of Collier County, c) the existing contract is active at the time of order, d) the products and/or scope of services offered to the County are substantially similar to that in the existing contract, and e) where applicable, certificates of insurance and/or contract -related bonds have been obtained in accordance with prevailing County standards and state statutes. The Procurement Services Director may add non -contract goods or services to an existing similar contract subject to the terms and conditions outlined in the existing contract and the Board's Procurement Ordinance Section 19 (C). 21 Procurement Standard Operating Procedures Approved: 1/20/2016 CONTRACT ADMINISTRATION (Procurement Ordinance Section 19: 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, or number of days, by which such criteria must be met for completion of the work. 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. 5. 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. Except as otherwise provided in this Procurement Ordinance, the Procurement Services Director shall determine the circumstances under which a Board approved 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 requesting divisions. C. Contracts: Notices that terminate in its entirety a Board -approved purchase or contract must be approved by the Board of County Commissioners prior to its termination. 1. Modifications to Work Orders, Change Orders, and Amendments issued under a purchase order or contract that exceed ten (10%) of the current Board approved aggregate amount , or twenty percent (20%) of the current Board approved number of days must be approved by the Board. 2. Modifications to Work Orders, Change Orders, and Amendments issued under a purchase order or contract that do not exceed ten (10%) of the current Board approved aggregate amount, or twenty percent (20%) of the current Board approved number of days will be reported on the Procurement Services Administrative Ratification Report and presented to the Board for approval. 3. Modifications to Board approved purchases or contracts by the issuances of the following, but not limited to, direct material purchases, notices to proceed or non-compliance, stop work notices, authorization for the use of approved allowances and reallocation of funds between line items, supplemental agreements, and changes by letter may be authorized and executed by the Procurement Services Director without further approval by the Board. 22 Procurement Standard Operating Procedures Approved: 1/20/2016 4. All material changes in scope of contracts must be approved by the Board in advance. "Materiality: is defined as: 1) a significant change in the magnitude of work to be performed; 2) a change designed to.procure a totally different Item or drastically alter the quality, character, nature or type of work contemplated; and 3) whether the cost of the work ordered greatly exceeds the original contract cost. All.non-material changes may be added be added by the Procurement Services Director. Sections C.1 through C.3 shall not be applicable to fixed 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 operating division(s). Such purchases shall be subject to all other provisions of this Procurement Ordinance. The Board shall have broad authority, within the limits of the law, to evaluate and approve any recommended contract modification without requiring further competition. D. Contract Extension: Extension(s) of a Board -approved contract for commodities or non - construction services may be requested by the contract manager to the Procurement 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 contract,. if the extension period is provided for in the Board approved contract. The Procurement Services Director shall have the authority to authorize and execute all such extensions, which must be Issued prior to the expiration of the contract. Any extension(s) that exceed six months (cumulatively) shall be approved by the Board of County Commissioners. E. . Contract Renewal: The Procurement Services Director shall authorize and execute renewals of contracts for commodities and/or services subject to the following conditions: 1. That the Contractor has performed in a satisfactory manner and that the Procurement Services Director has received a request to renew from the Contractor or Project Manager verifying the Contractor's satisfactory performance. 2. That the Board -approved contract pursuant to Section 9 Formal Competitive Threshold, provided for a renewal and is renewed subject to the terms and conditions set forth in the initial contract. Cost and term modifications are addressed In the original solicitation document and/or resultant contract. 3. That the renewal is done for a set period of time identified in the solicitation document and/or contract, commencing at the end'of the contract period. 4. That a contract under the formal competitive threshold with multiple renewal year option terms may be approved annually by the Procurement Services Director. 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 contracts for commodities and services exceeding Section 9: Formal Competitive Threshold shall be authorized by the Board of County Commissioners. Once approved, subsequent purchase orders referencing those Board approved contracts may be issued by the Procurement Services Director. 23 Procurement Standard Operating Procedures Approved: 1/20/2010 Contracts below Section 9: Formal Competitive Threshold shall be subject to the review and approval by the County Attorney staff and signed by the Procurement Services Director. Purchase orders may be issued by the Procurement Services Director. G. Work Orders: The Procurement Services Director may 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 the Board approved term contract for services under which the work order is generated. Work orders must be in sufficient detail to audit according to the approved contract. H. Consent to Assignments of Contract: For all Board approved contracts, the Board of County Commissioners shall approve all assignments of contracts requested by the predecessor contracting party. I. Authority Limitation and Delegation: Promulgation of Procedures: The Procurement Services Director may delegate to one or more Procurement Services Division employees any or all aspects of the authority vested in the Procurement Services Director. All authority to execute documents that is vested pursuant to this Section 19 in the Procurement Services Director or any other person shall be subject to the limits of any applicable federal, state or other law. J. Payments to Contractors. Vendors and Consultants: Prior to the execution of a formal contract subject to this Procurement Ordinance, the Procurement Services Director shall 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 F.S. § 218.735(8), the Procurement Services Director may establish, subjectto Board approval, procedures to reduce to 5% the amount of retainage withheld from each subsequent progress payment issued to a contractor where applicable. The Procurement Services Director may establish, in writing, a schedule(s) to further reduce the percentage of cumulative retainage held throughout the course of the project schedule where warranted and according to law. Recommendation 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 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 Procurement Services Director's letter expressly sets forth the percentage of cumulative retainage to be held for the remaining pay requests. 24 Procurement Standard Operating Procedures Approved: 112 012 01 6 K. The Procurement Services Director may authorize the partial release or payment of contract retainage to the contractor prior to final completion of all project work provided that: The contractor has performed in a satisfactory manner to date as verified in writing by the Project Manager. 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). 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. UNAUTHORIZED PURCHASES (Procurement Ordinance Section 21: Unauthorized Purchases) County employees and officers are expected to ensure they do not intentionally make a purchase of commodities or services or execute a contract for commodities or services in conflict with the Procurement Ordinance. 21:1 Purchases made contrary to policy 21:2 Rectifying violations 21:3 Consequences for violations 21:1 Purchases Made Contrary to Ordinance Any purchase or contract made contrary to or in violation of the Procurement Ordinance may not be valid and may not be approved, therefore not binding the County in any way. 21:2 Rectifying Violations When a purchase transaction is found to be in violation of the Procurement Ordinance, the Procurement Services Director will consider the facts pertaining to the transaction, and in consultation with the operating division director, will determine whether it is in the best Interests of the County to proceed with the purchase. If a determination Is made to proceed with the purchase, the purchase will be evaluated based on purchasing thresholds. The Procurement Services Director may approve the purchase if value is less than Section 9: Formal Competitive Threshold. If the purchase value exceeds the formal competitive threshold, the operating division director will create an executive summary for final Board review and approval. 21:3 Consequences for Violations All employees making purchases in violation of the Procurement Ordinance are subject to the provisions of CMA 5311.1 - 2 Standards of Conduct, failure or refusal to abide by the administrative procedures or business operations procedures set forth in the Human Resources Practices and Procedures which may lead to disciplinary action up to and Including discharge. 25 Procurement Standard Operaling Procedures Approved; 1/20/2016 EXIGENT CIRCUMSTANCES, EMERGENCY PROCUREMENT AND BOARD ABSENCE (Procurement Ordinance Section 25: Exigent Circumstances, Emergency Procurement and BoardAbsonce) In case of an exigent circumstance, which is defined as any circumstance requiring immediate action or attention, a valid public emergency, or during the Board's extended recess session(s) (all efforts should be made to obtain Board approval prior to anticipated recesses) whereby a purchase Is necessary, the County Manager shall authorize the Procurement Services Directorto secure by open market procedure as herein set forth, any commodities or services. The County Manager shall have the authority to take actions including, but not limited to the issuance of contracts, change orders, and/or supplemental agreements. Any action shall be reported at the first available meeting of the Board of County Commissioners. The County Manager under the same consultations noted above shall further be authorized to approve payment(s)to vendors at the time of or shortly after purchase should the circumstances warrant. These payments shall be reported at the first available meeting of the Board. This section in no way constrains the provisions of Collier County's Civil Emergency ordinances or powers and authority pursuant to F. S. § 252, Emergency Management. PURCHASING CARD PROGRAM (Procurement Ordinance Section 27: Purchasing Card Program) (Also refer to CMA#5808) The Procurement Services Director shall be responsible for the overall management and operation of the County's purchasing card program in conformance with the Collier County Administrative Practices and Procedures Manual. For the purpose of this Procurement Ordinance, a purchasing card Is a 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 Procurement Services Director shall be authorized to assign cards to employees for these purchases. The Procurement Services Director shall be responsible for establishing the following dollar limits for each assigned card: A. Single Transaction Limit: Not to exceed $1,000.00 per card unless otherwise authorized by the Procurement Services Director. B. Monthly Spending Limit: Not to exceed $10,000.00 per card unless otherwise authorized by the Procurement Services Director. C. Strategic Purchases: The Procurement Services Director may utilize (or delegate the authority to other Agency staff to utilize) a purchasing card to place orders that exceed the limits setforth under this section in instances where one or more of the following is true: 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. 26 Procurement Standard Operating Procedures Approved:112012016 D. Sales Tax Compliance: Pursuant to F.S. § 212.08(6), 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• fails to provide the vendor with the appropriate tax exemption information when the card is presented the cardholder may be responsible for payment of the tax. 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 Director is responsible to ensure the tax is returned to the County for the purchase. In all such instances, the Procurement Services 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 reported to the Fixed Assets Section of the Clerk of Courts Finance Division so that it can be properly recorded. 27 Procurement Standard Operating Procedures Approved: 1/20/2010 i Bayshorc Gateway Triangle CRA .Bayshorc Beautification MSTU Haldeman Creek MSTU The Bayshore Gateway Triangle Community Redevelopment Agency does not have 501(C)3 IRS Tax Exemption Status. As such our office does not submit Form 990 to IRS. It is a Special Taxing Unit of Collier County Government formed under State of Florida Statutes Chapter 163. Bayshore Gateway Triangle CRA .Bayshore Beautification MSTU Haldeman Creek MSTU FINANCIAL REVIEW SPREADSHEET The Bayshore Gateway Triangle Community Redevelopment Agency is a Special Taxing Unit of Collier County Government formed under State of Florida Statutes Chapter 163 and part of the Collier County Government. The financial review spreadsheet is not applicable to the Bayshore Gateway Triangle Community Redevelopment Agency. LU uj till R 1.5 pan CL Lij CZ Z OL uj LLJ ....... ......... 101, LL� I� w g B o o s & $ s $ > 3 A zz a �w a� O u a III■ z a... - �I�II r k LL K t O 9 r $ a 's g E g i $ 0 �i S''r � m eMrilk ti � s a i G � - G I� I� LL� w g B o o s & $ s $ > 3 A zz a �w a� O u a z a... - r k LL K t O 9 r $ a 's g E g i $ 0 �i S''r � m ti � ny $ o s & $ s $ > 3 zz a �w a z a... - r k LL t O r $ Q 's a E a�syF N i $ 0 s a i G � - G I� I� ny $ o s & $ s $ > 3 zz a �w a z a... - r k LL t O r $ Q 's a E a�syF N i $ 0 ny $ o s & $ s $ > 3 a a r k J Q a 0 s a i G � - G \( G :( § ( \ ( y e; [!i )§ CO H § } IM ` ( �o N y 2 �� WN � N 2 Y� bNGpN eC 2¢ ZF Ji � J W M1 N �Nn IMC N� 0 �-¢pj ti000¢ 2� J n W¢ QNi>LL23 i �prcRi�a8aaN �o o w W�oa�~wow � %nix n�a w § x3 i aaa"wn N h 22012-WpN�004 oti � W N4JQ Qn4yNj o W <aLLSrc�u��"� >i u LL s?�wd?iao W e i xw�uti L 14 14 moW�022WW20 W3 2 hWtii�¢ w u8nwhcC�w ih � i woiwNJmBi `dn 'm � 3`¢' �' heNaomBw�b� tig 3w�woa¢ioi��� 8 � o a�Q�ti � '.9 miox>¢•�Nw°' w� wzihno8n� i°1w ' Fo�nB�Unwa� irc �W`W�oy�ntin�� x Wn WjNj F,�¢� oQWw4;22W�H �ti �3�3ti_3y3�FN3�2�2� ti b ti i a>SWNiNiW3 �V3p•1n w3WWOi>0tid¢¢ F $�4 �u xW 1'SW %�Nh aW SNSSVON � a OLL hW c>81`n�'¢Wwyexw- �ibayQo>�ti�yoWp� i i ¢o N3 iom2ti�oNn�n Ni��"ZNF>ip 2"iiwj. n � wnuxN ¢ ioi4ii� x aw ¢''-Y¢�J �y W m `d � zni,Wn jly w i wiaswtiwl�i8ol�im��w8��"tiwmi¢w i � i�o�N � � hN �a� „ w a�`dnoig2 x n o8x a wuao��so$�xiF w`nes°�'s �u'N"ihai� b w<w�¢3 x¢woanwwe ��= ¢kwkwQwBN�awn 'a 011a u n4N3�30Ca�3NQi3¢WaWa qr ni o- m b n 'LL J V V� V o V V Qi 4 y q v. LL x �o WWW � ¢vOj O3O0N N W w U �~ ooOW Lit 2 ay0 W if 4 1 ¢¢¢tiV ti aQxNFn tiN�W U ohy �hW u ?ui3 "�gmt my82�om�a �z"�no 8 a� aux v o iinw nb�>v,y ai o8io o `�`w oi� y o 2$0>���8mh8&2n iti¢zw�a a iti ¢wo &� i`d�'ow mti38hi'c,YQz`d g¢ CD ��gamtigaFWn�oy2ti�w �., x am oNQ s_a 1iNnatiwW Fi ¢c%,o3WWWYi S Sa a C` I-OWtio aa0 AWVLLva$¢�4� 3 NN yUh VP 2¢ON�Ww23h3TnpW4¢ajWW W �03J2� I�u �2n 2nWv2,„ b>�o�ai�Qou a a� n�8 L9 K9<Op2o24CW W1=0-IOOWOti i ��¢p`NS "4sw8C`�aWooa'm itinus¢i •g�i3¢��4 i¢UU��CuC ��Q iooiS ��onw��n2wtimoi�z��w VWF�02VWaWWWyu4OVW¢x4a4NU2�pW �� ti�Eho¢�3F3oi�8titi�¢a§oai�mg8?h8w e qi a a � ¢ �� �a o�u �oyN8 •12 Kiwi w� w a3 �� w h OxU 3 a¢ I�Q 1-V' I�hNy 4W3 W1-� OiN W p i0o n N QY'¢ W\ K¢�OW�O NN �ti ONjW�y�2N0 ti�U1�W V�1� =2 ¢aj�p�p o �� On VW�?W 2¢ 33ap1� ¢�Q4F�y l��2 2S2aoWN 3� O�,~ON�VC W U2 UW w°oar W2 gZgti`d '^titi�iQw3 xo�4�m3 "'w N�tiw�ao rc �tiwti�W li-g IoW 4 W¢ W VN= in Nj22 �a m�N�13N h 3uj�2m .F¢ W y a¢ih 1-3xZVWWn ¢ � Oi x N, a. �c�1-Oh W y1 1 g hxp W nFOw 3�?W3 �WWaWWW cwi�t3jLL2 W���n �ti NffiY n12- ii�va�o h'x-4 4Qm�¢�w �oo¢�tiwOw �� ixxam8 Q�W¢O xi 4i U'h2�W aaNWyNO3 CZ ypW�O nF-iWypCb�[2WW�On oLOWi2 hOOOw o4 JI FFLno2W0WN��~ NI -N Z2¢� S� J`oWLL SgN al¢�i'ENW i O na �0 H ¢ C 302¢ Wn a ioQpgFo� oWW� ¢W itis iW gig eoa �¢xo¢wF¢jw=¢ Na 5wVP www�wwz�u �ya¢���YJ`io"Qih w28p3¢� wx��' � 8 y m8y�ygwb �iw�a ol'�iyiti8a yx�ou�� �nn¢4ocW-iain44'�J"�^2j�2,8� w �y a o1=�W3 o pWp Waa N� � a¢3 ¢I- 22W W2 1�Oi ON2Vh4Nb2¢pJ0'jOp2 2 Qi 2NiNo>1-�o K2h �1J�1, h31��22� �n¢mx~�m NS23jib 1�8 a '-'1 UUaajW tiNp¢�uSwntiNi2�x N¢x��wox a ado om2nNi¢L'8n2pw2xnW��w'a 61 �ii�iz`w yni?aa iozu�iia¢asauaw��W8giw�wQ<iwwowai ?88?�8Q�8ww8� 8 � i�8 z8¢N UZHU 812 }\) ; § � ):- ° § ) .} )!I !_ LU \% ]}\ / � \0 /\ ' a LU Bj ; }§ ly` § . _!LqA . r «'tee % \� ; a w me_w yEDGE « PAVEMENT % ; BAYSHORE , arRIGHT-OF-WW) §§� \ ( Z,)2� \ ! , § ƒ /; [§ - 2% I�c /LU 03 } % - 2@ )j 2 }\{ ( . )) v) § _ ; ; { \® §: ) § e ` 8 � g - -!} CD . �!i - ©!r � ( \ ` \ i � )(, \ \ V) ( g } LU(00 �LU co g; >o !) @!! // {} § (» a ) ( ` \ s y « . y , 7 (� ! - ` � � ¥ (IQ LU \\ \!\ < u! G� ■| i - -o ® V) $$[ 4 ;w; r _!• AE �� } «± « d § / azo _ > \ � W O Z� 6 y2m O ZLU 9 N7VM JIVHdSV ON r RAVEL _ 2x E:' x 9 a � - T. 3oe.9_: `b. O 00 O + + +x O. NpL OAL1. QZw + — N00°23'07 "W LL 137.54'O0 . 4. W w ttty��� J 2 N a x }., 'W'" b I, O X O !�I` i. Y I ry w Q IN 1 0 �'_`' . 1 ?Wa @ ` 3 - I ti4 VIQD I OIWl2 .wib� umiF_, aur I p I oo`¢z ead'^ W O o w O w w cD ro i O n z k z o o i z LU � z o a >'Y o �e . SSP y�6133H5 3NITHJIVW TaniWT 00 Q 811 1 Rl— p tem HY< „t pwezLiaRq, e G n ogw wW to „N -gip ptto zo Uhl s 3 i o�¢ow4ot io`1 o TUN o` maF 'oNQ tea ynmI� °wai Wrc��LLz�o tw owzNwwoow Tmaw �a' 0. § % �pN� Wow^sWo4 a39 o>�-wo"x'ne1oN of oN-- t°'. _ woe C w �N&�ewoo`a+o ��awtaQo qx 7 W.'' zR�x=No % Qomgw at�sap. oo�ot�t�w`M zz � .yt °g boo>a�pw�„o :Grayoow�a M its r4aN_ t`wa3KNwQm56 otmi;t`o t°:�;'-Va �ost=w a�6a�`�w ozW p o z cc waw wo� y ' G t„ ; I g��t� `E�„� o�5aw =.toa� wx 5 w ... 01M x _ wz.aaH11 HE R Hill.hwwww Ca... ,. vhI=a �s wtu alp dam; w„. wWWeW23N r o za z wt`pwmt �r - a= WzE onil, e t= Wa _ m m18 J -w= .-awl ash "_ and A NC�pw` �a =Eagao�w Ne £gU - w �LLam 4 o>ea= w`` o�wt�=°°_ww moot, W wwCew vI 5aooa.��aQz 1 0114 - aw F�awsam��s�f� 8w- _ LL 8.2,4W o NW LLm 6 _ tw 'oN 't alpoo - _oe a t t-'Ro "ft' wow a!Q 6 1 z4 �Qw �o�op Sro° E w A wQ ooaw nt p _ t„ =o§ o�oo waw W W oQ Q. RST ~3Qeowpe<0a3 W f hs 18 wo„ � � s"=o - §w" - t'e N qlt 01 _¢o�w� �.b- z>S ww w3. R. sx ¢y T_ o Rioseo ° Iwg„ wp w w,.gNQ TH8% t;, g w '= Q¢ �wsM LL� 01.1 = pow, R. 4t„Q¢ww 01 !in o fit Q 9 woo W» y:w �¢" 't o _ a tet, _ of _ iip "o w .e ` pw<=xE �:o_e =oa h N w G= PNawio mp 'i m` :i woo Cwo 12 §Bw zS UP pr kap =W,w, oww v:wt° &°` Ww$twoW p4 a wz °W Gw ,w "ammw e o� ee o m'2 a °'ot `s ipa y SQ16 _° 92 Rs N§W og _ w� 8 WW 624N°�oopt xmSou "6� 4 =gF go "gym oh $�_ 40 o�o'�" h c " "flow a w Cos 10 :o5 ¢4 .O o�,a, w W°a ip$ L .�. W o _ Wo w=e _ �� 1=2 wp Www _ pU "we ii SW o m og it ws w� wt. w off., a �wE _ -so 5-0, °6U zw x o> xei " �`fa3WF wit Rug Ego F w=s our W oo z�= o.e & LL eoQo ewe mo Is row mm �' of N Ot i¢ o is - ie �G° -w"z 8ji,8w wo 2a ED Of- Row, am �oI, o§ _ z`;oW� oi�LL' 241 0 o all a p�0 °`&C team ex " 8 a F _ .-bC www e C=� FIs _ IoW, t kz - w= :§ga Win AWS a„"ac w LL=,a o. w "�%` u==o o w� N gam v§aow� Wad t�� t a <4�� _ ag�ww r w�_� "W��Wo k o§ kww �`=eo wG"°gWt ��v�� SLLx� " .wwa zp�. ” p3mw = �toOr°-"� kowt'' _ " Aw 03 kw� - z:8 z3 aeeawp �e��a " o�o� " m o ° " eyi g n o o a q m m q q q q n m. .q mq q o a r NR E{ SS $ W O$ g^ O h ro Si tV CT N N N r O H W N eR W r9 W N N N N N N N tli N N N N N o g O o V O O p O O O y 0� p O a p O p m o O p M p o .ae h 0 LL O z 0 2 a O z p za F 0. 4 N zM � W a 0 K 0 rc p nl 0 LJ O asa W W pJJp p p m 4 Q p p y LL �l °o F OU u a22 W u v ti a a y eyi M LL a Q d OO �j r a Ea°oin � FEASIBILITY STUDY FOR SUGDEN PARK PATHWAY ALIGNMENT (From the Bayshore Drive area through CRA property and connecting to the Sugden Park Community Park) Prepared by: GradyMinor Q. Grady Minor & Associates, P.A. 3800 Via Del Rey Bonita Springs, Florida 34134 (239) 947-1144 January 2016 TABLE OF CONTENTS Section I Purpose Section II Site Observations Section III Permitting Requirements Section IV Environmental Data Section V Potential Project Challenges and Resolutions Section VI Project Cost Summary VII Summary ATTACHMENTS: Appendix A: Location Map Appendix B: Typical Section Appendix C: Soils Map Appendix D: Florida Department of Transportation Plans Preparation Manual Volume 1 (FDOT PPM), Chapter 8 Section 8.6 "Shared Use Paths" Appendix E: Site Pictures Purpose The Bayshore Gateway Triangle Community Redevelopment Agency (BGTCRA) tasked Q Grady Minor & Associates (GradyMinor) to evaluate the location of a proposed pathway from the Bayshore Drive area through CRA property and connecting to the Sugden Park Community Park. The proposed pathway location would be at the most southerly boundary of the BGTCRA's 17 -acre parcel located on the east side of Bayshore Drive between Jeepers Drive to the south and Lunar Street to the north and would be approximately 1,350 feet in length. The pathway will need to maintain a minimum 4 -foot lateral offset from the existing fence on the south side of the property per FDOT PPM 8.6.5 (See Attachments). Please refer to below detailing the proposed path location. The evaluation includes the following: • Determine constructability of a 6 -foot, 8 -foot and/or 12 -foot wide path along the most southerly boundary of the BGTCRA's 17 -acre parcel located on the east side of Bayshore Drive between Jeepers Drive to the south and Lunar Street to the north. • Documentation of all research completed. • Identify potential problems or issues that might be encountered during the construction said path. • Provide recommendations to solve identified problems or issues. • hiclude conceptual opinion of probable cost. Site Observations: The proposed pathway alignment can be broken into four different segments as described below. It is recommended, based on experience with other park projects, that low level shielded lighting be placed along the pathway which will help pedestrians navigate at dusk and dawn. To help separate and shield the pathway from the residential lots to the south, GradyMinor would recommend planting a hedge along the south side of the pathway with a native species such as Green Buttonwood, Seagrape or Cocoplum. Starting at the westernmost portion of the property it was observed that the first f600 feet heading east, had a clearing approximately 15' wide which would be utilized for the proposed pathway alignment. The southern portion of the property had been staked and it was noted that the property line was just south of the existing fence along the southern end of the property. Construction of the proposed pathway through this area of the property would be straight forward as there would be minimal clearing and access would not be an issue. Due to maintaining a 4 -foot lateral offset from the existing fence, additional clearing to the north will be required for the 8 -foot and 12 -foot pathway. It appears the property drains from the south to the north to an existing lake. The proposed pathway would be designed with a cross slope which will allow water to sheet flow across the pathway and ultimately drain to the existing lake to the north. A small amount of fill will likely be required to construct the path through this segment. A survey performed during the design phase will confirm if the small amount of fill will be required. Please refer to the picture to the right that was taken during one of the field visits. Segment 2: Continuing east along the southern boundary it was observed that the next ±250 feet was occupied by dense exotic plants consisting of Australian pines, Brazilian pepper and air potato which made accessing this portion of the property difficult. Construction of the pathway through this area of the project would present more challenges due to the site having vegetation that would need to be removed. The typical section for the pathway would remain the same as Segment 1 by maintaining a minimum 4 -foot lateral offset from the existing fence and providing a cross slope that will allow the pathway to drain from the south to the north. Overhanging vegetation, which is shown in the picture to the right, would need to be trimmed to avoid any potential safety concerns with limbs falling along the pathway. This segment could also potentially require a small amount of fill that will be confirmed with a survey performed during the design phase. Segment 3: Segment 3 extends approximately ±425 east and is bordered by the existing lake to the north and a chained link fence to the south. Due to limited access to this portion of the properly, one measurement was taken from the southernmost property line to beginning of the slope to the lake which was 17'. This segment is inhabited with a variety of exotic and landscape plants but not as dense as the previous Segment. The existing plants can be removed from the site through the property to the west. Construction through this area would be restricted due to the lake to the north and the existing single family homes to the south. The typical section of the pathway will remain the same as Segment I and 2 through Segment 3. It should be noted that the construction of the 12 -foot wide path through this segment will most likely result in additional cost of railing due to the shielding that would be required because of the drop-off hazard to the lake. Segment 4: Segment 4 is within the Sugden Regional Park property and would be the last +75 foot segment of the proposed pathway. This segment would extend across the existing Collier County maintained drainage ditch which is captured in the picture on the right, and tie into the existing 8' asphalt path. Please refer to the typical section label "Drainage Ditch Typical" in the attachments for the recommended cross section of the pathway for this segment. Permitting Requirements: South Florida Water Management District: • Type of Permit Application: Environmental Resource Permit o Project area < 40 acres; < 3 acres wetlands or surface waters; < 30 boat slips • Permit Fee based on October 1, 2013 rate schedule: $5,500.00 • Timeline to receive permit once initially submitted: 3- 5 months Collier County Growth Management: • Type of Permit Application: Phased Site Improvement Plan (SIP) • Permit Fee based on October 1, 2015 rate schedule: o Site Development Plan Review (SIP): $1,000.00 o Fire Code Review Fee: $ 150.00 o Site Clearing fee $ 250.00 for first acre and $50.00 for each o Utility Plan Review & Inspection Fee: o Engineering Site Plan Review Fee: additional acre ($3,000.00 maximum) 3% of probable water and/or sewer construction cost 3% of probable Paving, Grading, Drainage, Lighting, Code Minimum Landscaping, and any other appurtenant cost of construction • Timeline to receive permit once initially submitted: 3 months Collier County Right -of -Way: • Type of Permit Application: Right-of-way Application o Commercial -Small Development • Permit Fee: $2,000.00 • Timeline to receive permit once initially submitted: 3 months Environmental Data: The proposed pathway alignment is in the urban area and through disturbed lands and near excavated borrow pits. The potential alignment is bordered by single family homes to the south and disturbed urban lands to the north. The area has a high chain linked fence along the south border. To the north of the fence line is disturbed, cleared lands. The entire area has a tall canopy of Australian pines with scattered cabbage palms with a dense midstory and ground cover of exotics. The exotics present consist of Australian pine, Brazilian pepper, Melaleuca, Ear -leaf Acacia, air potato, wedelia, arrowhead vine, Bishopwood and Java Plum. Other trees such as mango and landscape plants can also be seen. The soils are listed as # 32 Urban Land and # 33 Urban Land Holopaw Basinger Complex. Neither is listed as hydric soil. Historical aerials show that this area was excavated as far back as 1975. The entire area is disturbed land. Segment 1 is disturbed and is primarily upland. The area is least vegetated segment. The area is vegetated with Bahiagrass, landscape and exotics such as Java plum. Segment 2 is densely vegetated. The ground undulates and is vegetated with heavy Brazilian pepper and air potato. Segment 3 is not as densely vegetated as Segment 2 with exotics. This area also has some low areas. Segment 4 is the crossing at a ditch. Any of these impacts may generate the need for an Environmental Resource Permit (ERP). Permitting triggers will be the "Other Surface Waters" crossing at Segment 4 and some low potential low areas in Segments 2 and 3. Assuming the entire Segments 2 and 3 are entirely wetland (which they are not) wetland impacts are approximately 0.27 acres. The project and the wetlands are surrounded by existing development. Given the low quality of the onsite wetlands (Other Surface Water), and the small amount of impacts, NO mitigation should be required for any unavoidable impacts. The general environmental concerns of the project would be local and minimal. The project will result in no net loss of wetland functions. Located in the urban area and surrounded by development wildlife and wildlife issues should be limited. The proximity of Sugden lake with its associated shoreline and the neighboring borrow pits wading birds can be assurned to be a species of concern. Potential Proiect Challenges and Resolutions: Segment 1: • Construction of the asphalt pathway for this segment of the project should be straight forward as the majority of the proposed construction limits are already cleared. Segment 2: • Challenge: Clearing this portion of the site would be the most difficult task within this segment. • Resolution: This is a typical situation for the addition of an asphalt path or boardwalk within a park. Although it will be more difficult than Segment 1, all qualified contractors will be able to handle this situation with ease. Segment 3: • Challenge: This segment is the most restricted area within the proposed project boundary. Confirming that the proposed slopes of the path can tie into the existing ground prior to the lake bank will need to be addressed during the design phase of the path. We assumed the 17 foot measured width, which was measured in one location, would be typical throughout this segment. If the lake encroaches into this width then it will pose some challenges with maintaining the proper slope off the pathway. A small gravity wall with pedestrian railing may be required in lieu of filling the lake if the constructible width gets smaller than the assumed 17 foot width. Also, access for the paving equipment may be tough depending on the serviceable width of the existing ground. • Resolution: Obtaining sufficient survey data within this area during the design of the pathway will be crucial. If the slope of the pathway can tie into the existing ground prior to the lake than the cost of the project will be significantly lower than if a small gravity wall or boardwalk is required. Segment 4: • Challenge: The main challenge for this portion of the project would be crossing the existing Collier County maintained drainage ditch running north and south. Resolution: After confirming the downstream culvert size going under Thomasson Drive is 30", we would recommend constructing a crossing that would require bringing in fill and placing a 30" culvert within the ditch to maintain flow. If this proposed design is not accepted by Collier County than the cost of the project may be significantly increased due to the addition of a small bridge or boardwalk. Early coordination with Collier County during the design will be critical Overall Site: • Challenee: It was observed the 17 -Acre site was heavily populated with exotic plant species. GradyMinor has had success in the past with permitting this type of project through Collier County as a Phased Site hmprovement Plan (SIP) however, if the County requires this project to be permitted as a Site Development Plan (SDP) than all the exotic vegetation onsite would need to be cleared. The plant species range from native species such as cabbage palms and royal palms to varying exotics and landscape plants.. The Australian Pines could be the most problematic due to their size and inability to remove from the site without destroying the native plant life surrounding them. Resolution: GradyMinor has worked with Collier County and the South Florida Water Management District on multiple projects where the District has allowed Australian Pines to be killed in place and then chopped into pieces and placed onsite to decompose due to limited access. Early coordination with South Florida Water Management District will be crucial for the proposed disposal method of the existing Australian Pines. Project cost could increase significantly if the Australian Pines will be required to be taken offsite. Sudden Park Pathway Alignment FEASIBILTY STUDY COST ESTIMATE 6-FOOT WIDE PATHWAY TOTAL LENGTH 1,350 LF ENGINEERING COST (DESIGN AND PERMITTING) Engineering Cost Total $20,000.00 CONSTRUCTION COST ITEM No. DESCRIPTION UNITS QTY. Unit Price Total 1 MOBILIZATION LS 1 $9,000.00 $9,000.00 2 PROVIDE CONSTRUCTION SURVEYING AND LAYOUT LS 1 $1,500.00 $1,500.00 3 CLEARING LS 1 $25,000.00 $25,000.00 4 EMBANKMENT Cy 600 $15.00 $9,000.00 5 TYPE B STABILIZATION Sy 1,500 $5.00 $7,500.00 6 OPTIONAL BASE, BASE GROUP 01 Sy 1,000 $25.00 $25,000.00 7 SP STRUCTURAL COURSE (TRAFFIC A)(1") TN 50 $110.00 $5,500.00 8 PIPE CULVERT, OPTIONAL MATERIAL, CIRCULAR SHAPE, 30'SD LF 90 $125.00 $11,250.00 9 MITERED END SECTION, OPTIONAL, CIRCULAR, 30" SD EA 2 $2,500.00 $5,000.00 10 PERFORMANCE TURF, SOD SY 1,435 $2.50 $3,587.50 11 IBOLLARD EA 2 $500.00 $1,000.00 12SECURITY GATE EA 2 $2,000.00 $4,000.00 13 LOW LEVEL SHIELDED LIGHT EA 6 $800.00 $4,800.00 14 ILANDSCAPING LS 1 $13,000.00 $13,000.00 Sub-Total $125,137.50 10% Contingency $12,513.75 Construction total $137,651.25 Permitting Application Fees $13,050.00 ALT-A IPIPE HANDRAIL- GUIDERAIL, ALUMINUM (Segment 3) LF 425 $50.00 $21,250.00 ALT-8 1CONCRETE CLASS N5, GRAVITY WALL (Segment 3) CY 1 35 $750.001 $26,250.00 ALT-C 180ARDWALK OVER DITCH LF I 75 $200.001 $15,000.00 Project Total (Engineering Cost+ Construction Cost+ Permitting Application Fees) $170,701.25 Note: Project Total does not include ALT-A, ALT-B OR ALT-C Sugden Park Pathway Alignment FEASIBILTY STUDY COST ESTIMATE 8 -FOOT WIDE PATHWAY TOTAL LENGTH 1,350 LF ENGINEERING COST (DESIGN AND PERMITTING) Engineering Cost Total $20,000.00 CONSTRUCTION COST ITEM No. DESCRIPTION UNITS QTY. Unit Price Total 1 MOBILIZATION LS 1 $9,000.00 $9,000.00 2 PROVIDE CONSTRUCTION SURVEYING AND LAYOUT LS 1 $1,500.00 $1,500.00 3 CLEARING LS 1 $25,000.00 $25,000.00 4 EMBANKMENT CY 620 $15.00 $9,300.00 5 TYPE B STABILIZATION SY 1,800 $5.00 $9,000.00 6 OPTIONAL BASE, BASE GROUP 01 SY 1,300 $25.00 $32,500.00 7 SP STRUCTURAL COURSE (TRAFFIC A)(1") TN 70 $110.00 $7,700.00 8 PIPE CULVERT, OPTIONAL MATERIAL, CIRCULAR SHAPE, 30"SD LF 92 $125.00 $11,500.00 9 MITERED END SECTION, OPTIONAL, CIRCULAR, 30" SO I EA 2 $2,500.00 $5,000.00 10 PERFORMANCE TURF, SOD SY 1,435 $2.50 $3,587.50 11 POLLARD EA 2 $500.00 $1,000.00 12 SECURITY GATE EA 2 $2,000.00 $4,000.00 13 LOW LEVEL SHIELDED LIGHT EA 6 $800.00 $4,800.00 14 LANDSCAPING LS 1 $13,000.00 $13,000A0 Sub -Total $136,887.50 Contingency $13,688.75 Construction total $150,576.25 Permitting Application Fees $13,425.00 ALT -A PIPE HANDRAIL- GUIDERAIL, ALUMINUM(Segment3) LF 425 $50.001 $21,250.00 ALT -8 CONCRETE CLASS NS, GRAVITY WALL (Segment 3) CY 35 $750,001 $26,250.00 ALT -C BOARDWALK OVER DITCH I LF 1 75 1 $225.001 $16,875.00 777777777777777777 Project Total (Engineering Cost +ConstructionCost+PermittingApplicationFees) $184,001.25 Note: Project Total does not include ALT -A, ALT -B OR ALT -C Sugden Park Pathway Alignment FEASIBILTY STUDY COST ESTIMATE 10-FOOT WIDE PATHWAY TOTAL LENGTH 1,350 LF ENGINEERING COST (DESIGN AND PERMITTING) Engineering Cost I Totall $20,000.00 CONSTRUCTION COST ITEM No. DESCRIPTION UNITS QTY. Unit Price Total 1 MOBILIZATION LS 1 $9,000.00 $9,000.00 2 PROVIDE CONSTRUCTION SURVEYING AND LAYOUT LS 1 $1,500.00 $1,500.00 3 CLEARING LS 1 $45,000.00 $45,000.00 4 EMBANKMENT CY 640 $15.00 $9,600.00 5 TYPE B STABILIZATION SY 2,100 $5.00 $10,500.00 6 OPTIONAL BASE, BASE GROUP 01 SY 1,600 $25.00 $40,000.00 7 SP STRUCTURAL COURSE (TRAFFIC A) (1") TN 85 $110.00 $9,350.00 8 PIPE CULVERT, OPTIONAL MATERIAL, CIRCULAR SHAPE, 30"SD LF 94 $125.00 $11,750.00 9 MITERED END SECTION, OPTIONAL, CIRCULAR, 30" SO EA 2 $2,500.00 $5,000.00 10 PERFORMANCE TURF, SOD SY 1,435 $2.50 $3,587.50 11 BOLLARD EA 2 $500.00 $1,000.00 12 SECURITY GATE EA 2 $2,000.00 $4,000.00 13 LOW LEVEL SHIELDED LIGHT EA 6 $800.00 $4,800.00 14 LANDSCAPING LS 1 $13,000.00 $13,000.00 Sub-Total $168,067.50 105, Contingency $16,808.75 Construction total $184,896.25 Permitting Application Fees $14,450.00 ALT-A IPIPE HANDRAIL- GUIDERAIL, ALUMINUM(Segment3) LF 425 $50.00 $21,250.00 ALT-13 CONCRETE CLASS NS, GRAVITY WALL (Segment 3) CY 35 $750.00 $26,250.00 ALT-C BOARDWALK OVER DITCH I LF 1 75 1 $400.001 $30,000.00 Project Total (Engineering Cost+Construction Cost+ Permitting Application Fees) $219,346.25 Note: Project Total does not include ALT-A, ALT-13 OR ALT-C Sugden Park Pathway Alignment FEASIBILTY STUDY COST ESTIMATE (12 -FOOT WIDE PATHWAY, TOTAL LENGTH 1,350 LF) ENGINEERING COST (DESIGN AND PERMITTING) Engineering Cost Total $20,000,00 CONSTRUCTION COST ITEM No. DESCRIPTION UNITS CITY. Unit Price Total I MOBILIZATION LS 1 $9,000.00 $9,000.00 2 PROVIDE CONSTRUCTION SURVEYING AND LAYOUT LS 1 $1,500.00 $1,500.00 3 CLEARING LS 1 $45,000.00 $45,00)00 4 EMBANKMENT Cy 660 $15.00 $9,900.00 5 TYPE B STABILIZATION SY 2,400 $5.00 $12,000.06 6 OPTIONAL BASE, BASE GROUP 01 SY 1,900 $25.00 $47,500.00 7 SP STRUCTURAL COURSE (TRAFFIC A) (1") TN 90 $110.00 $9,900.00 8 PIPE CULVERT, OPTIONAL MATERIAL, CIRCULAR SHAPE, 30"SD LF 96 $125.00 $12,000.00 9 MITERED END SECTION, OPTIONAL, CIRCULAR, 30" SD CA 2 $2,50000 $5,000.001 10 PERFORMANCE TURF, SOD SY 1,435 $2.50 $3,587.50 11 BOLLARD EA 2 $500O0 $1,000.00 12 SECURITY GATE EA 2 $2,000.0) $4,000.00 13 LOW LEVEL SHIELDED LIGHT EA 6 $800.00 $4,80000 14 LANDSCAPING LS 1 $13,000.00 $13,00000 Sub -Total $178,187.50 10% Contingency $17,818.75 Construction total $196,006.25 . ..... ApplicationPermitting Fees $14,800.00 . . . .. ... . ALT-AP'P E HANDRAIL- GUIDERAIL, ALUMINUM (Segment 3) L'425 —$So OA 0 ALT -B CONCRETE E CLASS NS, GRAVITY WALL (Segment 3) CV 35 35 $26'250.00 ALT -C BOARDWALK OVER DITCH I LF 1 75 1 $400.001 $30,000.00 ' 13 1 --C Project Total (Engineering Cost +-Construction Cost + Perri Application 0 n Fees) $230,806.25 Note: Project Total does not Include ALT -A, ALT -B OR ALT -C Summary: The proposed pathway would provide a strategic access point to Sugden Park for pedestrians traveling along Bayshore Drive. As this pathway would be used as a two -directional shared use path, GradyMinor would recommend a minimum width of 10 feet be utilized as suggested by the Florida Department of Transportation. If a detailed survey of the existing conditions would prohibit the construction of the suggested minimum 10 -foot wide pathway, then the 8 -foot option would be recommended. The total estimated cost, which includes engineering design and permitting, permitting application fees and construction, is detailed below. • 6 -foot wide pathway = $170,701.25 • 8 -foot wide pathway = $184,001.25 • 10 -foot wide pathway = $219,346.25 (Recommended) • 12 -foot wide pathway = $230,806.25 The total estimated timeline to permit the proposed pathway through the South Florida Water Management District (SFWMD) and Collier County would be atotal of 4 to 5 months. The anticipated permits that would need to be obtained would be a Right -of -Way permit (Collier County), Environmental Resource Permit (SFWMD) and a Site Permit (Collier County). Appendix A (Location Map) NAPLES BAY 10 15 R25E �� o 11 M uu THOMASS OQ II - LUNAR ST SITE 13 GDEN SU AREGIONAL PERs ore . PAR EEK / D 23 p 24 ©GradyMinor o.CreN npren30MMIRy Sugden Regional Park Pathway oaf. 7"sprIPM Flatlae 64134 Ciefl E • ngineers Land5nrvetnrs Planners Landscape Architects RM1afNo0. 1:N 0.Ta161 feM1 NAmF.11l ro]5151 I�wlurt+lARPDbtf9 LOCATION MAP 9onlln syriny: 239 n1r.1191 qqp. Gl9 EyA(/nol.00m POR d{yam; 2an.n.l3 an 9NECT 150PN1 Appendix B (Typical Section) Appendix C (Soils Map) r. t; t � 4 1 ) p OEM �1 �x= i` _ Appendix D (Florida Department of Transportation Plans Preparation Manual Volume 1 (FDOT PPM), Chapter 8 Section 8.6 "Shared Use Paths") Topic #625-000-007 January 1, 2013 Plans Preoaration Manual Volume 1 — English Revised —January 1. 2015 8.5 Drainage and Utility Considerations Drainage inlets, grates and utility covers are potential problems for bicyclists. When a new roadway is designed, all such grates and covers should be kept out of the bicyclists' expected path. For RRR projects refer to Chapter 25.4.19.2 of this volume. Refer to Figure 3-11, Curb Inlet and Gutter Inlet Application Guidelines, and Figure 3-12, Ditch Bottom and Median Inlet Application Guidelines, of the Storm Drain Handbook, and Design Standards for further information in selecting appropriate grates and inlet tops. See Chapter 2 of this volume for lateral offsets for light poles. 8.6 Shared Use Paths Shared use paths are paved facilities physically separated from motorized vehicular traffic by an open space or barrier and either within the highway right of way or an independent right of way. Shared use paths are used by bicyclists, pedestrians, skaters, runners and others. The bicycle's operating characteristics will govern the design of shared use paths, as well as the requirements of the 2006 ADA Standards for Transportation Facilities. The term path as used in this section refers to these paved shared use paths. An example typical design is provided for guidance in Volume 2, Exhibit TYP-19. 8.6.1 Considerations Shared use paths adjacent to a roadway may be considered if the following conditions are met: 1. The path will be separated from the roadway. 2. There will be few access points or roadways crossing the path. 3. There will be adequate access to local streets and other facilities along the path. 4. There is a commitment to provide path continuity with other bikeways throughout the corridor. Shared use paths are not replacements for on -street bicycle lanes. Within a roadway right of way, bicycle lanes are the safest, most efficient bicycle facility. When paths are located immediately adjacent to roadways, some operational problems are likely to occur: Pedestrian, Bicycle and Public Transit Facilities 8-25 Topic #625-000-007 January 1, 2013 Plans Preparation Manual, Volume 1 —English Revised—January 1 2015 1. Paths require one direction of bicycle traffic to ride against motor vehicle traffic, which is contrary to the normal Rules of the Road. Motorists are not in the habit of scanning for traffic from that direction. 2. At path ends, bicyclists riding against traffic will tend to continue to travel on the wrong side of the street, as do bicyclists getting on to a path. Wrong -way travel by bicyclists is a major cause of bicycle/automobile crashes and should be discouraged. 3. Many bicyclists will use the roadway instead of the path because they have found the roadway to be safer, less congested, more convenient, or better maintained. 8.6.2 Widths The appropriate paved width for a shared use path is dependent upon context, volume and mix of users. Typically, widths range from 10-14 feet, with the wider values applicable to areas with high use and/or a wider variety of users (bicyclists, pedestrians, joggers, and skaters). The need to provide for larger emergency or maintenance vehicles or manage steep grades can also affect appropriate width. The minimum width for a two -directional shared use path is 10 feet. FHWA's Shared Use Path Level of Service Calculator may be used as a guide in determining when a width greater than the minimum might be needed. Curb ramps shall be the same width as the path. At locations where the path narrows from the typical width warning signs or pavement markings in conformance with the MUTCD should be used. 8.6.3 Cross Slopes Since pedestrian use is expected on shared use paths, ADA requirements shall be met. Therefore, the maximum cross -slope shall be 2%. 8.6.4 Grades To meet ADA the maximum grade is 5%. Grades greater than 5% should be considered ramps and designed accordingly. Maximum ramp slopes are 8.33% and can have a maximum rise of 30 inches, with a level landing at least 60 inches in length. To accommodate bicycles exclusively, grades should not exceed 5%, since steeper grades cause difficulties for many bicyclists. If the terrain makes it necessary to use steeper grades on short sections, the following restrictions are recommended: Pedestrian, Bicycle and Public Transit Facilities 8-26 Topic #625-000-007 January 1, 2013 Plans Preparation Manual, Volume 1 — English Revised — January 1. 2015 Table 8.6.1 Maximum Grade Lengths Grade (%) Maximum Length 6% For up to 800 feet 7% For up to 400 feet 8% For up to 300 feet 9% For up to 200 feet 10% For up to 100 feet 11+% For up to 50 feet NOTE: When using a longer grade, 4 to 6 feet of additional width should be added to the path to allow some bicyclists to dismount and walk their bikes. Additional clear distances should be provided and sight distances must be modified to accommodate longer grades. Refer to Section 8.6.9 for controls on grade changes. 8.6.5 Lateral Offset A 4 -foot lateral offset to obstruction shall be maintained on both sides of a shared use path. A 2 -foot wide graded area with a maximum 1:6 slope shall be maintained adjacent to both sides of the path. Edge drop-offs should be avoided. When drop-offs cannot be avoided they should be shielded as discussed in Section 8.8. 8.6.6 Vertical Clearance The vertical clearance to obstructions should be a minimum of 8 feet. However, vertical clearance may need to be greater to permit passage of maintenance and emergency vehicles. In underpasses and tunnels, 10 feet is desirable. Where equestrians may be sharing the path, a vertical clearance of 10 feet is desirable. 8.6.7 Design Speed For paths in relatively flat areas (grades less than or equal to 4%), a design speed of 18 mph shall be used. When a downgrade exceeds 4 percent, a design speed of 30 mph should be used. Pedestrian, Bicycle and Public Transit Facilities 8-27 Topic #625-000-007 January 1, 2013 Plans Preparation Manual, Volume 1 — English Revised — January 1 2015 8.6.8 Horizontal Alignment 8.6.8.1 Minimum Radii The minimum radius of curvature based upon superelevation for a shared use path is calculated based upon the following formula: R = [V2/15*(e/100 ± f)] where: R = Minimum radius of curvature (feet) V = Design speed (mph) e = rate of bikeway super elevation (percent) f = coefficient of friction The effective superelevation is usually limited to the existing 2% cross slope and may be positive or negative. If a transition is needed, then a minimum 75 -foot transition should be used. See Table 8.6.2 for minimum radii for shared use paths. Further information on calculating the minimum radii may be found in the AASHTO Guide for the Development of Bicycle Facilities. Table 8.6.2 Minimum Radii for Horizontal Curves on Shared Use Paths Design Speed Superelevation Friction Factor Minimum Radius ft. 18 2% 0.27 74 18 -2% 0.27 86 30 2% 0.21 261 30 -2% 0.21 316 Pedestrian, Bicycle and Public Transit Facilities 8-28 Topic #625-000-007 January 1, 2013 Plans Preparation Manual, Volume 1 — English Revised — January 1, 2015 8.6.8.2 Stopping Sight Distance The minimum stopping sight distances for a shared use path are calculated based upon the following formula: S = [VZ (30 x (f ± G)] + 3.67V Where: S = Stopping sight distance (feet) V = Velocity (mph) f = coefficient of friction (use 0.16 for typical bike) G = grade (feet/feet) The minimum stopping sight distance for a cyclist travelling 18 mph on a level shared use path is 134 feet. Additional values are given in Table 8.6.3. For a shared use path the object height is assumed 0.0 feet and the eye height is 4.5 feet. Further information on calculating the minimum stopping sight distances may be found in the AASHTO Guide for the Development of Bicycle Facilities, 2012. Table 8.6.3 Minimum Stopping Sight Distances MINIMUM STOPPING SIGHT DISTANCE (FEET) Design GRADES Speed 9% -8% 1 -7% 1 -6% -5% -4% -3% 3% 4% 5% 6% 79/o9%E1909 18 MPH Use 30 MPH Values 156 149 123 120 118 115 113 111 30 MPH 539 1 485 1 444 410 1 383 Use 18 MPH Values Pedestrian, Bicycle and Public Transit Facilities 8-29 Topic #625-000-007 January 1, 2013 Plans Preparation Manual, Volume 1 — English Revised — January 1. 2015 8.6.9 Vertical Alignment The minimum length of vertical curve necessary to provide minimum stopping sight distance at various speeds on crest vertical curves is selected by using the formula listed below: When S > L: L = 2S — (900 / A) L = Min. Length of Vertical Curve (ft.) A = Algebraic Grade Difference (%) When S < L: L = ASz / 900 S = Stopping Sight Distance (ft.) 8.6.10 Separation between Shared Use Path and Roadway When shared use paths are located adjacent to a roadway, a separation shall be provided. This demonstrates to both path users and motorists that the shared use path is a separate facility. On roadways with flush shoulders, this separation is 5 feet measured from the outside edge of shoulder to the inside edge of the path. On roadways with curbs, the separation is 4 feet measured from the back of curb to the inside edge of the path, with consideration of other roadside obstructions (signs, light poles, etc.). 8.6.11 Path Railings Railings or fences shall be provided as indicated in Section 8.8. 8.6.12 Lighting Lighting for shared use paths is important and should be considered where riding at night is expected, such as paths serving college students or commuters, and at roadway intersections. Lighting should also be considered through underpasses or tunnels. Lighting standards are provided in Table 7.3.1 of this volume. 8.6.13 Signing, Pavement Marking, and Signalization The Design Standards and MUTCD shall be consulted for all signage, pavement markings and signals, especially on path/roadway intersections. Pedestrian, Bicycle and Public Transit Facilities 8-30 Appendix E (Site Pictures) reCj .rrr t rn t' s 7 his y / i' i $1 / SIV/ xyl ,.. 7 � �• i 'f Y � �� �.�iW� Ski '� .�6� �} ttv ,. fis y fwI ti C. 4,Ss' 4 s � lilt, •e000 Sprint LT 2:22 PM 1 41% Fm---], Search or enter an address FTI u tM r t� '0 - 'P r it {,t f� P `mm '.0 y s tip 70 r i `� 1 I t Y t V 1 C�'� h `*.i J'. r i �! n/• r f At .5� �X3S b. �1 5 � �T 5), err �(7 � ' � )��j -�,�� '� 1 �. .. f i4 i� i{ J �iP. / rA Z> ( 1 l �. A�xr ay t' % � i �5 �� ;' %'i �� � �7� dY; 4 1 fi � �? �-. l'` Ali r � � � � � � i�: �r � � r`, { n ��? � n, �� � �� � _ .. eye,: �) rn �. ��.- i SY; ���,', �,;, � � � � s i�, ��� �� i Y �( 51 j I i'J� .� i Yy �. � I u, r�� ��.. � � ow,�W�tl61hi>L„Ik,i+�+f�i�i(i+eY��lllS �.����ldc�i� VAI WRY 77 � t Nlil`"✓' 'as'. ` a +z' rW-., .1 m >#.� f v \ �. ry 4t r