Loading...
Agenda 07/07/2015 Item #10D7/7/2015 10. D. EXECUTIVE SUMMARY Recommendation to amend the Interlocal Agreement between the Board of County Commissioners and the Clerk of the Circuit Court to promote accountability and transparency OBJECTIVE: To amend the Interlocal Agreement between the Board of County Commissioners (Board) and the Clerk of the Circuit Court to strengthen fiscal oversight and accountability over Board funds appropriated for contracted services. CONSIDERATIONS: On July 27, 2010 the Board entered into an interlocal agreement with the Clerk of Courts for the provision of financial, accounting, investment, debt management, minute - taking and other mutually agreed upon services. The agreement automatically renews each October 1', unless terminated pursuant to the terms of the agreement. As additional consideration for the provision of these services, beyond what the Clerk applies to the services by way of statutorily allowed fees, the Board has agreed to annually contract and pay the Clerk as Clerk to the Board, based upon the Clerk's annual budget submission to the Board each May 1st. The funding level proposed by the Clerk for these services for fiscal year 2016 is $6,014,400. Given the substantial amount of discretionary general fund dollars being requested by the Clerk for these services, it is recommended that the Board require the Clerk to adhere to the Board's budgetary, procurement and payment procedures and policies as provided by the County's Purchasing Ordinance and other Board policies (attached). In order to achieve this objective, it is further recommended that the Chair of the County Commission, together with the County Manager, be authorized by the Board to negotiate this amendment to the agreement for subsequent presentation and vote on a future Board agenda. Specifically, items to be included in the contract amendment should include, but not be limited to, the following: 1. Payments for services shall be on a reimbursed, not advanced, payment schedule. 2. Prior to payment, expenditures made pursuant to this agreement shall be subject to independent pre -audit by the Board. 3. Prior to payment, expenditures made pursuant to this agreement shall be subject to the Board's approval for valid public purpose. 4. Payments to the Clerk per this agreement shall be signed by the Board Chair and attested to by the appointed Secretary of the Board. 5. Expenditures shall be subject to post audit by the Board, by an auditor of the Board's choosing, to the extent deemed necessary. 6. The Interlocal Agreement shall be presented annually to the Board for approval; and, that existing evergreen provisions be eliminated as against public policy, and the County's Purchasing Ordinance regarding contracts over $50,000. FISCAL IMPACT: The Clerk has requested $6,014,400 to fund the services detailed in the existing interlocal agreement in FY 2016. GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this item. /0_\ Packet Page -509- 7/7/2015 10.D. LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney. Section III of the Agreement contemplates that the parties may negotiate in good faith potential amendments to the Agreement. Accordingly, this item is approved as to form and legality, and requires majority support for approval. -JAK RECOMMENDATION: That the Chair of the County Commission and the County Manager be authorized to negotiate an amendment to the current Interlocal Agreement for subsequent presentation and vote on a future Board agenda. PREPARED BY: Georgia Hiller, District 2 Commissioner Date: July 7. 2015 Packet Page -510- COLLIER COUNTY Board of County Commissioners Item Number: 10.10.D. 7/7/2015 10.D. Item Summary: Recommendation to amend the Interlocal Agreement between the Board of County Commissioners and the Clerk of the Circuit Court to promote accountability and transparency. (Commissioner Hiller) Meeting Date: 7/7/2015 Prepared By Name: BrockMaryJo Title: Executive Secretary to County Manager, County Managers Office 6/30/2015 4:39:56 PM Submitted by Title: Executive Secretary to County Manager, County Managers Office Name: BrockMaryJo 6/30/2015 4:39:57 PM Approved By Name: KlatzkowJeff Title: County Attorney, Date: 6/30/2015 5:09:58 PM Name: OchsLeo Title: County Manager, County Managers Office Date: 6/30/2015 5:54:51 PM Packet Page -511- i 7/7/2015 10.D. CHRONOLOGY OF REQUESTS FOR DOCUMENTS BY COUNTY'S INDEPENDENT AUDITORS i September 9, 2008 Board of County Commissioners retains Rachlin LLC to perform a special purpose audit on the spending of interest income by the Clerk. September 11, 2008 Clerk's attorneys propose to take the deposition of the auditor. September 11, 2008 Ted Tripp explains to Richard Brener that audit firm expert is and not available for deposition in the on -going litigation. September 15, 2008 Marta. Alfonso, CPA of Rachlin identified 13 types of documents to be reviewed by the auditors. September 16, 2008 County Attorney's Office transmits Rachlin request to Counsel fbr the Clerk and informs Tom Grady that the auditors are scheduled to gq to the Clerk's Office to review the documents on the morning of September 23, 2008. September 17, 2008 Tom Grady questions whether the visit to the Clerk's Office has scheduled and requests "coordination" with their office. September 18, 2008 Leo Ochs sends letter to Brock and Kinzel notifying them that the audit team would appear at the Office of the Clerk between 10:00 11:00 AM on Tuesday, September 23, 2008 to begin reviewing th documents. Jacqueline Hubbard informs Richard Brener Florida'; Sunshine Law applies to auditor's request for documents. September 19, 2008 Richard Brener informs County's Attorneys that he is working on the logistics of the document production and again requests the deposition of the auditor. September 19, 2008 Richard Brener informs County's Attorneys that the Clerk will begin pulling documents and suggests record review occur on east Coastof, Florida where his office is located. September 19, 2008 i Alfonso informs the County that audits are usually conducted in ark operational environment, not after removal to an attorney's office. Her engagement assumed unfettered access to public records as kept in normal course. She opines this changes the engagement. September 19, 2008 Tripp informs Brener of auditors' concerns. September 19, 2008 Brener asks whether he should contact the auditors directly and asps for copy of retainer agreement. Packet Page -512- 7/7/2015 10.D. September 23, 2008 Board of County Commissioners asked by County Manager to write a letter to the Clerk stating the County's auditor will be at the Office; of the Clerk to view public records next Monday at 11:00 AM. Commissioner Henning agrees. September 24, 2008 Commissioner Henning sends letter to the Clerk informing the Clerk the auditors will be at the Clerk's Office at 11:00 AM, September 29, 2008. September 14, 2008 Brener informs County's attorneys that he has instructed the Clerk'; s staff not to speak to the auditors. j I September 26, 2008 Brener informs County Attorney documents will be available for review on Monday, September 29, 2008. September 26, 2008 Auditors coordinate a meeting date of Tuesday morning at 10 AMA i September 29, 2008 Brener states the Clerk's Office will fully cooperate with the auditors. October 6, 2008 i Auditors report they reviewed approximately 25 boxes of documents and marked what they wanted copied. October 29, 2008 Auditors inquire to Richard Brener status of in response to their iequests for copies and additional documents of the September visit to the Clerk's Office. Brener responded to County's Counsel stating Brock Y�,111 have staff copy as documents become available. October 30, 2008 Letter from Marta Alfonso to Brock stating completion of the doccuments requested for copying is uncertain. Auditor requested tb make arrangements to begin their field work at Clerk's office on November 3, 2008. I November 1, 2008 Marta Alfonso responds to Brock agreeing to focus on streamlUiing the items need to be copied to avoid the continuation of copying. Auditors requested copies because understood originally that they would not be able to have access to the files other than by obtaining copies. November 3, 2008 Brenner notifies Auditors the documents originally tagged are nearly all copies. November 3, 2008 Marta Alfonso responds to Brener stating she is confused as last week she was told there were so many copies that needed to be completed. November 3, 2008 Letter from Jacqueline Williams Hubbard to Thomas Grad yi stating Florida's Public Records Law requires a prompt and unfetter review and copying. i November 3, 2008 Letter from Brener to Jacqueline Williams Hubbard responding to the November 3, 2008 letter. 4 Packet Page -513- r 7/7/2015 10. D. November 3, 2008 Letter from Jacqueline Williams Hubbard to Thomas Grady stating Brock does not have a right to insist on the County paying for copies before auditors have had an opportunity to review the documents. i November 4, 2008 Letter from Brener to Jacqueline Williams Hubbard responding to the second November 3, 2008 letter stating thousands of documents were reviewed by the Auditors and copied at their direction. i November 4, 2008 Jacqueline Williams Hubbard request to speak with Marta Alfonso re: November 4, 2008 letter from Brener to Jacqueline Williams Hub> ard. I November 4, 2008 Jacqueline Williams Hubbard request to speak with Marta Alfonso and request availability for the document review. November 5, 2008 Jacqueline Williams Hubbard provides Auditor a copy of the letter to Thomas Grady notifying him Auditors will be at the Clerk's office on November 6, 2008. November 5, 2008 Letter from Jacqueline Williams Hubbard to Auditor stating County made a request to the Clerk to make the documents available for review and outlined Florida's Public Records Laws requirements. November 5, 2008 Letter from Jacqueline Williams Hubbard to Thomas R. Grady requesting a list of the documents copied; number of pages; invoice; and date the documents will be made available. November 5, 2008 I Marta Alfonso responds to Jacqueline Williams Hubbard's November 5, 2008 letter indicating Clerk's staff met. Auditors with paper dips and instructions with counsel supervising them. Auditors not allowed to speak with anyone, questions had to be in writing and unaware they would have to pay for copies. i November 5, 2008 Jacqueline Williams Hubbard replies to Marta Alfonso stating they are not expected to pay for costs associated with any copying. j November 6, 2008 Marta Alfonso notifies Jacqueline Williams Hubbard at 9:15 am ;that she arrived at Clerk's office at 8:30 a.m. and has not been given access to the records. Unless access to source documents and general ledgers for the period of time are made available, she cannot provide a forensbc report without scope restrictions. She states she was treated as if sbe were litigation counsel and had to tag discovery. November 6, 2008 Jacqueline Williams Hubbard notifies Thomas R. Grady that auditors are unable to complete as Clerk is not cooperating. Thomas R Grady responds by stating Ms. Alfonso left because she was not allowed access without a representative of the clerk's office being present. November 6, 2008 Marta Alfonso offered to have Clerk's office inspect their luggage: Brock confronted her about access time and an observer in the room. Marta Alfonso declined to have a clerk staffer present during the examination. Forensic examinations are not conducted in that fashion. i 3 Packet Page -514- 7/7/2015 10. D. November 12, 2008 Letter from Sue Barbiretti to Richard Brener indicating the 16,998 pages were copied at a fee copy of $1.00 per page for a total of $16,998.00. November 12, 2008 Memorandum from Jacqueline Williams Hubbard to Commissioners re: December 1, 2008 Evidentiary Hearing. November 13, 2008 Richard Brener forwards the Sue Barbiretti letter of November 12,!2008 to Jacqueline Williams Hubbard and Theodore L. Tripp stating that upon payment, the Clerk will forward the copies made so far. November 13, 2008 Jeff Klatzkow suggest to Jacqueline Williams Hubbard, James Mudd, and John Yonkosky of the possibility to get Board approval to take $1.p0 per page to Court. November 13, 2008 Memorandum from Jacqueline Williams Hubbard to Commissioners regarding the lack of cooperation or adherence to Florida's Public # ecords Law by the Clerk. The auditors state they were not permitted to review the documents before tagging them for copying and were, therefore, forced to have more documents copied than would have been necessary if the Clerk had permitted their review. November 17, 2008 John Yonkosky draft letter to Clerk regarding payment for copies. November 17, 2008 i Nancy Bradley forwards John Yonkosky the November 13, 2008 later from Sue Barbiretti. November 17, 2008 Memorandum from Jacqueline Williams Hubbard to John Yonkosky requesting a check payable to the Clerk of Courts for $2,548.20 at $.15 per page for the copies. November 18, 2008 Minutes of Presentation by Ms. Marta Alfonso, CPA, Rachlin LLP Accountants before Board of County Commissioners. December 1, 2008 Dwight Brock questioned regarding plain meaning of Fla. Stat. § 25.24 that County should not be charged anything for copies. December 2, 2008 Letter from Marta Alfonso, CPA, Rachlin LLP Accountants to Janles Mudd confirming receipt of Counsel of the Clerk of County's recent correspondence regarding the condition in which the Clerk would the 2007 and 2008 forensic audit of Clerk's records to proceed. Given the restrictions Rachlin is unable to conduct the forensic audit. i November 24, 2008 Letter from Richard Brener to Jacqueline Williams Hubbard responding to Hubbard's email to Tom Grady, dated November 21, 2008. i November 26, 2008 Letter from Jacqueline Williams Hubbard to Thomas Grady and Richard Brener reply to Brener's letter of November 24, 2004. February 6, 2009 i Memorandum from Crystal K. Kinzel, Finance Director to John Yonkosky forwarding the memorandum dated November 17, 2008 ;wherein 4 Packet Page -515- 1 7/7/2015 10. D. Jacqueline Williams Hubbard requested a check of $2,548.20. Kinzel is requesting a copy of a letter attached to the November 17, 2008 memorandum and states the Clerk's office will not release the documents until the full balance of $14,448.30 is paid. Packet Page -516- 7/7/2015 10.D. DMRLOCAL AGREEMENT BETWEEN TM BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA AND 16,F ' THE CLERK OF THE CIRCUIT COURT FOR COLLIER COUNTY, FLORIDA 9 This Agtecuma is made std entered into this 27th day of July - 20?0 . by and between the Board of County Commissioners of Collier County, Florida, a political subdivision Of the State of Florida (hereinafter refermd to as dX "Board) and the Cofer County Clerk of the Circuit Cost (hereinafter referred to as the "Clerk "). WHEREAS, the Board of County Commissioners is the legislative and governing body of the County in accordance with Chapter 125, Florida Statutes and bas authority to enter into this Agreement on behalf of the Board; and WHEREAS, the Clerk is an indcpendem c mWft fiorad 'cctmty fee officer as defined by Section 218.35 Florida Statutes, and will watinue to be a fee officer under this Agrearnent, and has the authority to an into this Agreement on its behalf; and WHEREAS, the Board and the Cleric desire to enter into as agreement for the provision cons Of' titutional and statutorily required financial, accounting, investment. pre - auditing services, and other mutually agreed upon services, and to take minutes of the meeting of the Board of County Commissioners; and WHEREAS, together. the Board and the Clerk may provide annual budgetary certainly to both entities, NOW, THEREFORE, in consideration of the fotegoing recitals and *e mutual covnitants and promises hereinafter set fortis, the parties do hereby agree as follows: Section L " INCORPORATION OF RECITALS The recitals stated above are incorportted into this Agreement and made a part of this ABwment as if fully set forth herein, The Parties have relied on these recitals as an inducement to entering into this Agreement Section IL SCOPE OF SERVICES The Clerk will perform the constitutional and statutory duties of the Clerks office and agrees to provide other services chat may be requested by the Board. These services and the budget allocation associated with the Perf'ont>anee of said services ate specified in Exhibits "A" and 'B" of this Agreement. The service levels reflected are those approved by the Board for FYIQ/l 1. Additional services, if requested by the Board, may squire additional funding. The 1 Packet Page -517- i� is 7/7/2015 10.D. Cleric and the Igoaad further egnee to work is a 000paative rttatmer 0 develop Pees and 1 prooedUres that will fiteilihte the efficient and effective delivery of the services provided and to � participate cooperatively In business process amMcragt exercises that may improve red streamline these p wcossea. Seddon M MANSION OR ELDAMATION OF SERWCB$ i in the event that either patty desires to materially alter the Scope of Seviou set Earth in . • i Exhibit "A," both pa d= agar to negotiate in good faith a potemW anaaidment to this Agreement. Any alteration or mnendment to this Agreement, shall not take effect unless reduced to writing and duly executed by both parties. Sectlaa IV. TERM The initial term of this Agreement shalt be October 1, 2010 to September 30, 2011 and shall reu mn in affect unless earlier terminated pursuant to the t=nigbon toms of Us Agreement. After tiro excpimtion of the initial krm, and if this Agreement has not otherwise been termineW as provided below, tine provisions of this Agieaaerrt, with the exception of Exhibit B Proposed Funding Level, ahadl be automatically extended beginning on October 1, 2011 and on each October 0 thesneaiter, subject to fu i tg appnwal by the Board, annually for a attcoanive ON year term, unless either party provides the other party wab a written notice of mi m not tD renew such Agreement no less than ninety (90 days) prior to the end of the initial term or any subsequent one year team. SWIM V. TERMINATION Either path` may terminate this Aggreammt by giving the other party not less than 90 days prior written noaoc of such intent to i=ioate, in which evert termination shell be effective on September 30 of the then current teem, lids Agreement shall be subject to hnmediate renegotiation should there be changes in Florida law related to the Clerk's duties to the Hoard or change;: in statutory funding provisions in effect as of .duly 1, 2010, or If a reduction in Board reventnrs results in the need for cuts to the Board's budptL In the event of termination., after the effective date of termioation, the patties shall be relieved of any Rather obligation to, and shall have no recourse against one another under this . Agre mew except for (i) any' of this Agreement that occiared prior to the effective date of inch tenaination, provided that the son- ciefauhing party has given written notice thereof to the 2 Packet Page -518- b .j 7/7/2015 10. D. other party prior to the effective dale of such teraduatiM and rd) Section MV Iodeamificat> f" 9 Any advance funding provided by the Board to the Clerk under this �i Agreement that has not been spent or obligated in the form of a contract or purchase order for goods or services received prior to the efiaethve date of termination, ahahl be refunded to the Board within tidy (30) days following the effective date of such terminshon. Soodd .• P�� be termirmted as a recruit of the termination of this Agm meat, any associated tamWdon beaeftti abibli:bAd by the Clerk's •: benefits plan in effect on the date of notice of intemt to terminate thin AVaermeM (i.a sick leave and vacation payout) or state or feda i ngnfmmm (Le. redrament, umemployrnew. or other mandated benefrtc) for positions paid Under this Agreement or prorated portion of beneths for alloc Wvd positions under this Agreement will be considered as fiords obligated prior to the effective date of the termination. Should than be bond 'hcdeot advance funds to cover the fall,! ` cost of these tern hwion benefits, the Board will provide for the deficit to the limit of liability incurred related to this action Termination of this . Agrxuerit shall not impact in any way the pairtip• obligations that exist indepcaideat of this Agreement. Tba grounds for tcradustion acid the remedies set forth In this pwagraph are inkuded to be cumulative wltb those set forth in other paragraphs of this Amt, as well as others available to the parties either at Jaw or in equity. Section VI. PAYMENT FOR SERVICES The Board agrees to fiuud the Clerk as Clair to the Board for services described in Section L SCOPE OF SERVICES and at the lCMs aas fWther detailed in RAn'bits "A" and "B" of this Agroement. This Agreement does not cover the charges the Board incurs for the coats of verbatim reporting, minutes. and other services, if any, that the Board requests of and has historically paid to, the Clerk (other than meetings of the Board of County Commissionets� The Board acknowledges that it will eontimre to be respousilble for airy such charges in addition to the amount set forth herein Costs for Board approved facilities and other statuwray required costs will continue to be paid by the Board ; After the first term of thus - • , the Clerk shall provide an or bsfbre May l a of each Yew of eaeb term of this agm ncnt, a proposed Harding level for Services to be providesd to the • Board, statutodhy required cosy, and other agreed upon costs for the upcoming fiscal year that is M inconsistent with the budget gcudw= provided by the Board for its staff jmd operat OM which amount shall be budgeted by rho Board, subject to reasonable review by the Board and '' Packet Page -519- 7/7/2015 10. D. 16 J. contingent upon the availability and appropriation of rufficiam finds lawfully expendable by the F9 All Board I—YFu rcy vmuun- WOM be 10cauned for Boom review and funding consideration. The Clerk shall utilize these funds for the purpose of providing those services specified in the Scope of Services. Any use of these fwxL% outside that which is approved by the Bond as part of this Agreement must be approved in advance by the Board and must be used to benefit or provide service to the Board. Any of dow funds provided by the Board may not be used to hire outside Legal counsel to engage in preparation for or litipfi► against the Board as the defendant (with the exception of a writ of mandamus for public records) without the explicit approval of the Board. A use of the fkm& provided to the Clak by the Board for my purpose outside the Scope of Services shall be considered a material breach of die Agmement WA cause for immediate termination. Provided, however, that the Clark is not precluded from the movement of finids between m6wi=d line items at the Clerk's discretion. During each year of each term of this Agreement, the Board will ford 2/12'k of the amount identified herein on each October 14 and I /11 a of the remaining amount on the furst day of each month thereafter conuncocing on each November I't and ending on each September I Ste&uVn. DISPVTEIMOLLMON The parties shalt attempt to resolve any and all disputes arising out of this Agreement in good faith and in accordance with this section. Routinely identified issues will be reviewed by the aMop ate'Cleik staff and Board staff and attempts made to resolve any issue. Either party, upon request, will provide documents necessary for review of any issues in dispute. Should any item not be mutually resolved, the appropriate Clerk staff and Board deparanent heads AW1 meet at the earliest opportunity, but in any event no later than 30 days from the date the Dispute Notice is received to discuss and resolve the dispute, If the dispute is resolved to the mutual satisfaction of both, the department heads shall report their decision, in writing, to the County Manager and the Clerk of the Court. If the department heads are unable to reconcile the dispute, they SW report their impasse' to the County Manager and the Clerk of the Court, who shall then convent a meeting at thei r • . . . . . . . earliest convenience, but in any event no law than 30 days following notice of impasse to attempt to reconcile the dispute. Packet Page -520- 7 j 7/7/201510. D. • . it If a dispute is not reaolvod by the foregoing steps within 30 days of the mewing between r' the Cormty Manager and Clerk of the C..t. the County Manages will place the item on the Board of Coaarty COWWWOnoa' Agenda for dim with the Clerk. Serden VU ASSIGNMENT f' •;r ' Neither party may assign any Portion of this Agreement witboat the prior written consent If the other party. Any abignmog contrary to the provisions of this ' Wray be deemed a default of the Ag marnent and, at the option of the ter- defaulting party, dan not convey any ripen to the a$aigree. I1:� Section DL COAAFIJ MCE WITH APPLICABLE LAW 11 In providing the Scope of Services and otberwise Mr jdog out its obligat ons j Under this Agreement. the Clerk and the Board shall comply with a1! applicaWe haw. j. Sectim X NUN - WAIVER Falhum to auto= or insist upon' comomce of any of the teem •or condiiions of this AVeame rt or fajhure to give notice or declare Ws AFftment terminated shell not e a gm=W waiver or relinquish raeA- of same, or of any other terms, c tioml or sots; but the same "I be and remain at all timea in furl (once and of em Section XI ' NOTICE If written notice is required in this Agrecnent, such notice shall be given by band- , deliveY. recognized overnight delivery service, or by first cirri mail. ra&WW and return receipt requested to tie Board as follows: County Manager, 33 DI Tanuami Trail, Fast Harmon Tumor Building, 2nd Floor Napier. Florida 341 12 and to the Clerk as foil ows: Clerk of the Court Courthouse Annex — 281 Floor 3301 Tamiami Trail Fast Naples. FL 34112 Packet Page -521- 7/7/2015 10. D. is I,—,- Sadw XIL FORCE MAJEURIC 16F9 A party's timely pG&MUM of its OW*Wcm *WW this AFmmei4 unify to the eatosurt it it is specifically dfmed thereby, shelf be suspended, without Wdun of any performance bond or the incurring of any financial liability, who and only for as long as performance of Mich obligstim is pav by reasons of my of the following case:: 0) ads of God. incloft without limitation, severe weather events, (ii) operation of law. and (iff) my other event beyond 4 the reasomble control of the party whose petfarosance is affected. to the extent not caused by such party's willfol or negligent ads or amlissions, except in fimm cases whom that party could have rcesorobly fiwcwcn and reasonably - avoided that occurrence, The party affected by any such event shall give written notice to the other party as soon as practical W*Wr it becomes swore of such event and, to the extent practical, shell qxdty the anticipated length in delay. The affbated party shall use reasonable draft to minimin the hoped of dw de* on dw party's perfmunct. Neither par by such rty shall be liable to the other pod for damages caused ev=tL Section XIIL CHOICE OF LAW, VENUE, AND SEVERABIUTY This Agreement snail be cmArued. and interpreted to aspy do with Florida law. Venue for any actions brought in relation to this Aptuncut (to The extent not subject to Secdoe VII of this Agreement pertaftft to dispute resolution) "I be in a court of oornpetent jwbdkdm in Collier County, Florida. If my provi" of this Apvcment Is subsequently bald invalid, the remaining provisions shell continue In effeeL See"R)ay. Indemnification Each peaty agrees to Indemnify, defend and hold hetm]ess the other party, its officials, officers and employees, from and spine all liabilities, damages, costs and exposes, including but not limited to a reasonable attorneys fees, to the extent the am are cause by the negligent or wrongful sea or omissions of the indemnifying party, or its oftleW officers, or employees, In the perfornuum of the AgramenL The liability of each party, as mg forth in this Paragraph, is intended to be consistent with limitations of Florida law, including the Stag's waiver of sovereign immunity pursuant to Section 768,28. Florida Statutes. No obligation imposed by this PWSWBPb WWI be deemed to after add waiver or to I- n I the liability of a party beyond such limits, nor shall any such obligation be deemed construed as a waiver of any defense of sovereign immunity to which the hx1emnifying party may be entide& 6 Packet Page -522- 7/7/2015 10. D. IN WITNESS WMMWF, the parties hum have canaed d& Agreamtt to F acecuted by their appmpriate official:, as of the date brit Am written. CO CLERK OF COURT Wham: By: t; 42 MCA — ATTEST: ' . ';` � R5• • �r '9 HOARD OP COUNTY COMMISSIONERS D CrH7. $IC K. _C _ COLLIER C UN7Y,)FLaORIDA y rr/ 4 • fir.. �� ��I • •' I.. IM • , 13 Frcd Coyle, CHAIRMAN .. • . as aDQ WON: t J udi Hubbard, A t ty Attaroay Cztr Packet Page -523- j 7/7/2015 10. D. i�tlnlbk At Scone of Sepias . 1 6 l- 9 Genes! Accounting: 7 Maittte»tunoe of general lsdgens, fwds end aaa; prepaatiati of trial balance, balance sheet, staternent of cash flows and acpernse and revenue aufeaneurs and other required m eddy, quarterly =&or crust financial reports; recanclk bank accounts; maintain schedules of fixed assess snd coordiiaate annual physical imroatory. Prepare the anneal Comprehensive Annual Financial Report (CAFR) and associated filings. Managenwt Reporting: Tlne Clerk will prepare various nnanagetnent reports in accordance with $tote and local laws and ordinances and a: reasonably mWcstad by the Board. Examples of such include CRA reports mad utility financial stateau mts. Acewft Payable: Process properly approved requests for payments according to generally accepted accounting principles and in accordance with law and On lawfid processes and procedures adopted by the Board. Prepare and distribute psymertts, by chock, electronic transfera, purchasing card; maintain General and Subsidiary payable ledgers; aapornd to vendor requests for paymcnt Wormation and history in accordance with applicable laws of Florida and the lawful processa and prooWures adopted by the Board; prepare and timely distribute 1094 tax forms, and any other required Federal and State forms or reports regarding payments to vendors for accounts payable. Cask Managesaaat and Accounts Receivable: Reconcile and post cub receW, prepare and disbribute bills and imroiea for services rendered by the Board in accordance with goocrally accgywd accounting principles and the lawful processes and procoduecs adopted by the Board. To ensure the Clerk's compliance with all applicable laws, the Board will timely approve interagency bruins, deposit finds received within seven (7) days, and provide access to necessary transactional details. Fayraq Proparatiou and Distribution: Prepare payroll checks and vouchers in accordance with Otimaily accepted accounting Pri Plc and the lawful processes and procedures adopted by the Board; prepare off-cycle payroll checks and vouchers as requested by the Board (the Board will endeavor to limit such requests so as not to unreasonably disrupt operations); prepare and submit monthly, quarterly, or as otherwise required, state and federal payroll reports; ensure distribution of payroll deductions, garnishments, taxes and withholdings, and payment of payroll tares; prepare and distribute end of year payroll reports, statements of earnings and W -2 forms; provide copies of payroll checks, vouchers or W -2 forms as required by law and requested by than Board. The Board will coonlinate with the Clerk's staff as early in the process as possible to ensure appropriais time is allocated to implement fond 'initialed ebsn;es to payroll prooaasing. All changes will follow appropriate to ag and system change protocols. Board staff' will be available for such testing and training as is necessary to implement ehaages. Debt Mastageweut; The Clerk is responsible for debt maxi ernent In aeco anoa with the lawdrl djection of the Board and arbitrage calculations. .t 1� it i • I. • l� 4 � Packet Page -524- 7/7/2015 10. D. i 16Fg. .. �avastaseat Manageaheat: Manage the imreatment of Board funds in accordance with Florida Statute and the Board of County CommissioMra' lawibl adopted Mvest went policy using best prachoes and fmancts : advice. The Clair will continue to provide a monthly summary of Wva umn on the Clerk's webaite for public access, Additionally. rho Clerk will provide an Wdete as to the status of the Board's investmecu portfolio on a gnarteriy basis or as necessary at a publicly noticed Board of 1' County Commissioners meeting. . Maasgan>ent and Maintenance of ERP Sy#enr Manage and maintain the hardware; soflavare, software licenses and related equipment and services required a operate the BOUdes Enterprise Resource Planning (ERP) systems wide a high degree of reliability (100% availability tinder normal conditions during regular work hours, down time for maintenance must be wm&mftd with the Board in accordance with the lawful direction and strategy of the Boats• and coordinated with the Clerk; apply patches and : whrmcemtent packs and test same; develop and implement appropm% system backup j pmoeduces; and cross -gain Board staff to provide backup and additional mu wL . : Mlnntes mad Records: F.awre the taking of minutes of public meedap in accordance with the direction of the Board, in the form and format directed by the Board, and in Compliance with State law and as additionally requested and handed by the Board; mmna and maintain said minutes in accordance with the direction of the Hoard and in compiisnee with State law. Value Adjustment Board: Serve as clerk to the Value'Adjustaremt goad perfannimg or providing such services I ueoeaesry for said Board to perform its statutory requiaemeats including taking mmutes and mhediatiohh services. Fartenud Auditing Services: Manage and coordinate the aocternal audit services (Comptchensive Annual Financial Report {CAFR), Single Audit, and Agreed Upon Proccdus+ea Audits, where appropriate). Additional services as may be mutually agreed upon. :. Packet Page -525- it 7/7/2015 10. D. 10 Packet Page -526- Ubible 11 — P 6 orwAim L" .16F TOW allbalfca" kdM4 ftmox MMU SWIM r,.w,m 6 SA"'M $ 60.200 0j" OperathgEopeavas f 1,7UM 3 &pSAM I WAM 4AM CapftW OoAMY f VAN S UIAD S Woo am% 6 7.401AN S 7J27A00 S Win 4j" CWrk's Fees 2J35,000 S 2.3271190 S MIN 73316 SAOIAM 0 auto" TOW pla . 77.07 74.47 wadloolaftEdownwbrVANGO ftneral how"Wation • 447AN $ SISIM S GUM ISAIM 3,217.100 S jAvM I IZAN "AOO 2"Aw S 1294AOCI 41AOX oullool S ISIVAM , 1645296 Sendurs Lmm f LML100 SIS.M 34jo% "NSM 061AM 4LOW is Aul t4afLegesbpoWen 4.80 4.0. am bard 3500 a6 eo I4AOt -2.57* Cleatotmomwitcourt 100 000 pAO1 -IMAM owitooscmf"Comn- LN 2.01 0.161 -LM Atwdft•" lom um tLwl S.M Mumpment latmationsonim iLM 41-0 US S.27fi 1. 74AI 12.2$1 -Sim Satillft cuts an prorated of the rote gin% olual somas cob and M M"rftpm I, Is f9r CqM rotated methlWoodli knifed bathe State offlwhb. fe 0" wWvwm&Wn@doqpswweoM-p b 0 - tMC3vrkuad**$= C*4d OmP"Ol wwtw@mGW4 WW*Wfflm wire RIIMI*dtBtM $CC. lk be rowlaftdnrps were prorated betmon the IMandilm CW"flarklo. - produces more rowwm than CkA%o pees dvemsedbVl4l6wodFM-1 bylji"L Clerk's fm brsgl ipcmvuWbvL$M Per bnrdwlw.M cost tothe Ktu dWvllsfMbvSAK 10 Packet Page -526- !I 7/7/2015 10. D. Packet Page -527- :. F "DID p►2011 ! W Imm WFAIIII ,= IWArdAdWAIlOrOm ►ommis wvkm 3 111,000 ! MAN f 04MIN -1.M OPMOMrW as # ulsoo S 444,900 i -MADIC Cap0alOeNtr S 2.500 S - i mum 40DAM Tow # 426.000 S 3+65.900 S (0'!AN 46.M Clerk's Foss s 264.1100 S i14A00 i i446so01 .65.30K ! � on God to bwd # 100,100 # 237,600 S "AGO 443416 ! ittt 1.92 1.92 000 0AOK personetfenAees S 212A00 s 139ADO i 3AOO 227% ; '+ OperaMMWanses S 13AOO S UAW S (1A001' -TAGS capw+Ouday s 6 S - WA i Tool S 14SA00 # 147.400 3 2A00 137% Cler:shos $ i - S WA net Cod w now S 14SAM $ 147,x00 # :.000 137% PIS lie 100 OA0 4A0% .. . lhssrt<sllesrapererenr• ' PerWnet3eerkes 3 96,200 i 49.iDO f a2,f001 S4.S0% . . ' oplrnlnOBgeacn 3 45,200 i 40.200 3 1.000 2.21% it Cepltsl0utleY 4 - i S - OVAL.; Tole( i 7A1A00 # 120,000. s 411.600 4.10% j awk'c Fea S s S - WA . . .. 1 wctYrtsaaoad S mom S i10.0o0 S 411.400) 4.20x !as 1.204 us 0.00 OAOx C wkfxdw$wd �+ • A�eaeeorrlAtfwu4tM0 - lorconalServka ! 2,415.700 S 1,424,200 S 2.900 0.11% Operefd4Eaercec i 196 3040 S 439.200 S x7.1001 �9 07% , Gpinl Oetlay S 2000 S 6A00 S 4,000 200.00x Taal S 2,623.600 i J MAOO S 450.2001 L70x darks Faec S - S S - WA Nat Cwtw aserd S 4,4t3Aa0 # 2,772A00 # 004 1001 -1.70 Fra 3:6e 14M A w1 .:.04x22 Ej • •' •sar�A4nrNesardAccrdt - '.' rerseealSerrioes # 207,200 i 242.100 # 4.900 liix Operall"Ob 504 s :93.700 3 291,!00 3 OA001 -0.40K GplalOumv # 7.300 S 74,500 S 69.000 Sums ,- ' Total f 500.000 S 500.500 $ 72.m 142M CWWs hoc i 104,500 3 114A00 $ 7,SO0 Lw% 1Nt rM to Dowd i 403,Sa0 S 404.500 # UAW UAW PIb 4A0 4A0 OAO i1DOx j r Clerkdothe CM%4 Coon (hells rear . . perssnalferrkas S - f - i - li/A Oper" 46epanses f 41im S 34.200 $ 04001 Capital Owlev 3 S - S - WA :I Total S 41.900 f 74,200 $ 44.1001 7 31x pork's Foes f 1A00 $ 0A001 ,400AOt1 1 INt COSt w aoerd S 17.000 S 74.200 S 340 0.79% F1ta La0 0.00 aAa WA I , Packet Page -527- 7/7/2015 10. D. " . S . 0 . . . $ . . . . . . . 6F9 11.000 s Zt 200 gyms Frien Cleffiefurn omtdt Comma*Wnwill *AtO QUIS WA kEMK NIA 414112% Not cam tallowd 236NO 343joll Net con to lewd $ vim $ $ WA 4411% f11, • L34 2.118 mug S (LAW WA WA S Thar i 27.00 a MAO WA Cleft Fees Not Cam to sew V AN IDAIM WA oil 000 NIA 1210 X/A -ULM PON onalsorwifts f . tftt coo to soare a lime -%ova= Cwtaloutilay WA -scam 040 WA Tatal $ aim -S w4Q% Clerk's Clerk's fees $ JAN $ fillim S S p."1 "IS IAO LIN WA jury A fm go "k mft&ftvwIRQ*Aw& CIVOCWQ penow sor*gs Operath-Ownsm $ WAA •100=% Cop"al OAlmy $ TOW Clef" re" f 12,100 WA wateogtoseud WA Fils LOO 040 Om WA Omdtproftw Personal Servim a " . S . 0 . . . $ . . 11.000 s Zt 200 • Tout QUIS WA Clark's Facts NIA 414112% Not cam tallowd 236NO 343joll Net con to lewd $ vim $ $ WA 4411% f11, • L34 2.118 Log 4Lm am WA Packet Page -528- IDAIM Total 1210 X/A -ULM ClIfift Fees f . tftt coo to soare a lime 41 .2010) WA -scam 040 000 040 IOVA 11.000 s Zt 200 S t7 soot QUIS Total chwies fees NIA 414112% Not cam tallowd 236NO 343joll $ ll. VIA "a SWAN $ -4LnX • L34 2.118 4Lm 22 Packet Page -528- 7/7/2015 10.D. ORDINANCE NO. 2015 - AN ORDINANCE AMENDING ORDINANCE 2013 -69, KNOWN AS THE COLLIER COUNTY PURCHASING ORDINANCE, BY SPECIFICALLY AMENDING SECTION THREE, APPLICABILITY; SECTION FIVE, ESTABLISHMENT OF PURCHASING DEPARTMENT AND PURCHASING DIRECTOR; SECTION SEVEN, PURCHASES IN GENERAL, SECTION EIGHT, INFORMAL COMPETITION (PURCHASES EXCEEDING $3,000 BUT NOT GREATER THAN $50,000); SECTION FIFTEEN, PROCEDURE TO PROVIDE PREFERENCE TO LOCAL BUSINESSES IN COUNTY CONTRACTS; SECTION SIXTEEN, PAYMENT OF INVOICES; SECTION EIGHTEEN, STANDARDIZATION, COOPERATIVE PURCHASING AGREEMENTS AND GOVERNMENT CONTRACTS; SECTION NINETEEN, CONTRACT ADMINISTRATION; SECTION TWENTY - SEVEN, PURCHASING CARD PROGRAM; AND LASTLY PROVIDING FOR CONFLICT AND SEVERABILITY, INCLUSION INTO THE CODE OF LAWS AND ORDINANCES, AND AN EFFECTIVE DATE. WHEREAS, the Board of County Commissioners (the Board) desires to seek the maximum value for the County by procuring the best value in obtaining commodities and contractual services; and WHEREAS, to better effectuate this desire, on December 10th, 2013, the Board adopted Ordinance No. 2013 -69, known as the Collier County Procurement Ordinance; and WHEREAS, issues have arisen with respect to the County Manager's authority to enter into agreements or purchases under $50,000, and the County Commission desires to clarify that the County Manager and the Procurement Services Director, and their designees, have had, and will continue to have, the authority to enter into such agreements; and WHEREAS, the Board of County Commissioners hereby makes a formal legislative finding that power to make purchases and enter into agreements and contracts under $50,000 are administrative and ministerial and promote the efficient administration of County government, and that having the County Manager and Procurement Services Director make purchases and enter into contracts under $50,000 is in the best interest of the County and secure the maximum efficiency for the benefit of the public; and WHEREAS, the Board of County Commissioners seek additional changes to the Procurement Ordinance to increase efficiency and ease of administration; and WHEREAS, in keeping with the above, the Board of County Commissioners wishes to amend this Ordinance as follows. NOW THEREFORE, BE IT ORDAINED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that: SECTION ONE: Title and Citation. Packet Page -529- 7/7/2015 10.D. This Ordinance shall be known and may be cited • as the "Collier County Procurement Ordinance" or "Procurement Ordinance." SECTION TWO: Purpose. The purpose of this Procurement Ordinance is to codify and formalize Collier County's Procurement Policy, to provide for the fair and equitable treatment of all persons involved in public purchasing by the County, to maximize the purchasing value of public funds in procurement, and to provide safeguards for maintaining a procurement system of quality and integrity. Any provision of this Ordinance in conflict with statute is null and void as to the conflict. SECTION THREE: Applicability and Approved Thresholds (a) This Procurement Ordinance applies to the procurement of goods and services by the County after the effective date of this Procurement Ordinance. This Procurement Ordinance shall apply to all expenditures of public funds by the Board of County Commissioners for public purchasing, irrespective of the source of the funds. Nothing in this section shall prevent the County from complying with the terms and conditions of any grant, gift or bequest that is otherwise consistent with law. (b) Nothing contained herein shall be construed as requiring Collier County's Constitutional Officers (Clerk of the Circuit Court, Property Appraiser, Sheriff, Supervisor of Elections, and Tax Collector), Court Administration, State Attorney, Public Defender or the Collier County Metropolitan Planning Organization non - county funds to be covered by the provisions of this Procurement Ordinance. However, the services of the Collier County Procurement Division and Procurement Services Director may be made available for consultation. (c) The Board of County Commissioners hereby delegates the County Manager and Procurement Services Director or designees, the authority to make purchases and enter into contracts for purchases or awards in an amount not to exceed $50,000. (d) Following formal action taken by the Board of County Commissioners on purchases greater than the formal competitive threshold, the Board delegates to the County Manager or designee the authority to carry out the administrative and ministerial actions necessary to effectuate the Board's action, including but not limited to the subsequent issuance of Work or Purchase Orders. SECTION FOUR: Definitions. Agency shall mean all departments, divisions, units and offices under the Board of County Commissioners, including the Collier County Redevelopment Agencies, the Collier County Airport Authority, Collier County Water Sewer District and all divisions under the auspices of the County Manager. 2 Packet Page -530- 7/7/2015 10.D. Change Order shall mean a written order by a project manager, approved by the Procurement Services Director and the Board of County Commissioners, directing the contractor to change a contract's amount, requirements, or time. All changes must be within the original scope of the contract and in accordance with the Board approved contract's changes clause or, if no such clause is set forth within the agreement, in accordance with this Procurement Ordinance. Consultant / Contractor / Supplier / Vendor shall mean a provider of goods or services to the County agency. These terms may be used interchangeably. Continuing Contract shall mean a contract for professional services with no time limitation except that the contract must include a termination clause. Continuing contracts must contain sufficient details of goods and services to be procured for proper audit. County shall mean Collier County. County Manager shall mean the County Manager or County Administrator of Collier County, or designee, as defined in the County Administration Law of 1974, Ch. 125, Part III, Florida Statutes. Disadvantaged Business Enterprise shall mean a small business concern certified by the Department of Transportation to be owned and controlled by socially and economically disadvantaged individuals as defined by the Surface Transportation and Uniform Relocation Act of 1987. Extension shall mean an increase in the time allowed for the contract period due to circumstances which make performance impracticable or impossible, or which prevent a new contract from being executed. An extension must be in writing, and may not change the contract's amount or requirements unless provided for in the original solicitation, contract, or as otherwise stated in this Ordinance. Fixed Term Contract is one in which the purchase of commodities or services are available for use Countywide by all agencies as deemed necessary in instances where it is impracticable to establish definitive quantities, ordering schedules, or the details of the specific work to be performed in advance of establishing the contracts(s). Typically, the term and fee schedules are fixed for a period of time. These contracts are often implemented by purchase orders or work orders and may be awarded to multiple firms. Invitation to Bid shall mean a written or electronic solicitation for sealed competitive bids with the title, date, and hour of the public bid opening designated and specifically defining the commodity, group of commodities, or services for which bids are sought. It includes instructions prescribing all conditions for bidding and will be distributed to registered bidders simultaneously. The invitation to bid shall be used when the agency is capable of specifically defining the scope of work for which a contractual service is required or when the agency is capable of establishing precise specifications defining the actual commodity or group of commodities required. Invitation to Negotiate shall mean a written or electronically posted solicitation for competitive sealed replies to select one or more vendors with which to commence negotiations 3 Packet Page -531- 7/7/2015 10.D. before the procurement of commodities or contractual services. The invitation to negotiate is a solicitation used by an agency which is intended to determine the best method for achieving a specific goal or solving a particular problem and identifies one or more responsive vendors with which the agency may negotiate in order to receive the best value. Lowest responsive bid shall mean a bid submitted by the apparent lowest, qualified and responsive bidder whose bid response meets the needs of the County, as set forth in the invitation to bid. Minority business enterprise shall have the same definition as set forth in Florida Statutes Sec. 288.703, as amended from time -to -time, which presently means any small business concern as defined below which is organized to engage in commercial transactions, which is domiciled in Florida, and which is at least 51- percent -owned by minority persons who are members of an insular group that is of a particular racial, ethnic, or gender makeup or national origin, which has been subjected historically to disparate treatment due to identification in and with that group resulting in an underrepresentation of commercial enterprises under the group's control, and whose management and daily operations are controlled by such persons. For purposes of this definition, "small business" means an independently owned and operated business concern that employs 200 or fewer permanent full -time employees and that, together with its affiliates, has a net worth of not more than $5 million or any firm based in this state which has a Small Business Administration 8(a) certification. As applicable to sole proprietorships, the $5 million net worth requirement shall include both personal and business investments. Purchase or procurement shall mean the acquisition of goods or services. Purchasing Card shall mean a credit card officially assigned to specific employees under the purview of the Board of County Commissioners for the purpose of transacting small and /or strategic purchases. Purchase Order shall mean a contract which encumbers appropriated funds and which is directed to a single vendor to furnish or deliver commodities or services to the County. Procurement Services Director is the Procurement Services Division Director of Collier County. Procurement Manual shall mean the Board of County Commissioners' adopted administrative procedures for implementing this Procurement Ordinance. Procurement Policy or Policies shall mean the procurement practices and procedures outlined in this Procurement Ordinance. Qualified proposer shall mean a proposer who has the capability to perform the services outlined in the request for proposal, and has the integrity and reliability which will assure good faith performance. 4 Packet Page -532- 7/7/2015 10. D. Renewal shall mean contracting with the same contractor for an additional contract term, only if pursuant to contract terms specifically providing for such renewal and prior to the expiration of the prior term. Request for Proposal shall mean a written or electronic solicitation for sealed proposals with the title, date, and hour of the submission deadline designated. A request for proposal includes, but is not limited to, general information, applicable laws and rules, functional or general specifications, statement of work, proposals instructions, and evaluation criteria. An agency shall use a request for proposals when the purposes and uses for which the commodity, group of commodities, or contractual service being sought can be specifically defined and the agency is capable of identifying necessary deliverables. Various combinations or versions of commodities or contractual services may be proposed by a responsive vendor to meet the specifications of the solicitation document. Responsive bidder or proposer shall mean a person or entity that has submitted a bid or proposal which conforms in all material respects to the invitation to bid, request for proposals, or other methods of formal solicitation. Single source refers to situations in which only one vendor is chosen to provide the goods or services because of its specialized or unique characteristics. Sole source is when there is only one vendor capable of providing a good or service. Standardization shall mean the adoption or selection of a common commodity (commodities), service(s), or a system(s) to be used by one or more County agencies to promote the cost - effective delivery of services. Woman Business Enterprise shall have the same definition as Minority business enterprise, excepting that the small business concern is at least 51- percent -owned by a woman or women. Work Order is a contract instrument issued under the terms and conditions of an approved continuing or fixed term agreement, which authorizes a contractor or consultant to perform a specific task within the broader scope of the master agreement. Nothing in the work order shall conflict with the terms and conditions of the fixed term contract, and all work done must fall within the scope and term of the underlying agreement. SECTION FIVE: Establishment of Procurement Services Division and Procurement Services Director. 1. There is hereby established the Collier County Procurement Services Division, which shall be a distinct administrative department under the direction of the County Manager. 2. The Procurement Services Director of the Procurement Services Division shall have the authority to negotiate all purchases for all Agencies except as required by State, Federal or Local Law. In keeping with Chapter 125, Florida Statutes, this Procurement Ordinance grants to the i". Procurement Services Director only those powers and duties which are administrative and ministerial in nature and does not delegate any governmental power imbued in the Board of County Packet Page -533- 7/7/2015 10.D. Commissioners as the governing body of the County pursuant to Fla. Const. Art. VIII, § l (e). To this end, the below specifically enumerated powers are to be construed as administrative and ministerial in nature, for the purpose of carrying out the Board's directives and policies. The Procurement Services Director may delegate to one or more Procurement Services Division employees any and all aspects of the authority vested in the Procurement Services Director. 3. Any reference throughout this Ordinance to the Purchasing Director shall be amended and revised to refer to the Procurement Services Director and to the Purchasing Manual shall be amended and revised to the Procurement Manual. SECTION SIX: Duties of Procurement Services Division. Within the constructs of this Ordinance, the Procurement Services Division shall be responsible for: 1. Seeking Maximum Value: Acting to procure for the County the highest quality commodities and contractual services at least expense to the County. 2. Encouraging competition: Endeavoring to obtain as full and open competition as possible on all purchases, services and sales. 3. Procurement Analysis: Keeping informed of current developments in the field of n purchasing, prices, market conditions and new products, and securing for the County the benefits of research conducted in the field of purchasing by other governmental jurisdictions, national technical societies, trade associations having national recognition, and by private business and organizations. 4. Procurement Manual: Preparing and recommending for adoption by the Board of County Commissioners administrative procedures for the Agency known as a Procurement Manual for the implementation of this Procurement Ordinance. In keeping with Ord. No. 2004 -66, such procedures shall be made part of the Collier County Administrative Code, with all adoptions, amendments, additions, revisions, or modifications made by resolution of the Board. The Procurement Manual shall be maintained and published on -line for the benefit of the public. 5. Forms: Prescribing and maintaining such forms to implement this Procurement Ordinance and Procurement Manual. 6. Non - Contract Purchases: Reviewing non - contract purchases under $50,000 to determine if an aggregated contract approach may provide value and offer pricing advantages to the County. 7. Tax Exemption: Procuring items for the County to exercise its tax exemption status when eligible. 6 Packet Page -534- 7/7/2015 10. D. 8. Suspension and Debarment of Vendors: Overseeing and facilitating the suspension and /or debarment of vendors as set forth below. 9. Inquiry and Control: Full authority to: a. Question the quality, quantity, and kinds of items requisitioned in order that the best interests of the County are served; b. Ensure the timely, proper and orderly acquisition of services to the various operating divisions; c. Ensure purchases are consistent with the Procurement Ordinance; d. Determine if specific purchases should be approved by the Board prior to the purchase; and, e. Delegate Procurement Services Director authority granted by this Procurement Ordinance in whole or in part to Procurement Service Division staff members. SECTION SEVEN: Small Purchases (Purchases $3,000 or less). A purchase shall not be artificially divided or split so as to qualify under this or any other section of this Procurement Ordinance. All small purchases will generally be processed using a regular purchase order, or, a purchasing card in accordance with Section 27 of this ProcurmentOrdinance. ^` Operating Division staff should make all reasonable efforts to purchase goods and services under Board approved contracts. In the event a contract is not available, staff will procure the highest quality items or services at the least expense to the County after approval by the Procurement Services Director. Only the Board's Procurement Services staff may issue a qualification based solicitation. SECTION EIGHT: Informal Competition (Purchases Exceeding $3,000 but Not Greater Than $50,000). A purchase shall not be artificially divided or split so as to qualify under this or any other section of this Procurement Ordinance. Operating Division staff should make all reasonable efforts to purchase goods and services under Board approved contracts. In the event a contract is not available, or staff demonstrates that the price under contract exceeds the price on a non - contract, staff will procure the highest quality items or services at the least expense to the County by using the following informal competition process: A. Purchases exceeding $3,000 but not greater than $50,000 may be solicited by quotation as follows: 1. Minimum Number Quotes: Open market purchases or sales in excess of $3,000 but not greater than $50,000 shall be based on a good faith effort under direction of the Procurement Services Division to obtain at least three (3) competitive quotes. Awards shall be made to the lowest, qualified and responsive quote in accordance with the standards set forth in this Procurement Ordinance. 7 Packet Page -535- 7/7/2015 10.D. 2. Solicitation of Quotes: Open market sale or price quotes may be solicited in writing or electronically using available bidders' and supplier lists and must be tendered or confirmed in writing or electronically by the vendor prior to purchase. Only the Board's Procurement Services staff may issue a qualification based solicitation. Quote information will be reviewed and approved by the Procurement Services Director. 3. Public Record: The Procurement Services Director shall maintain records of all open market quotes according to public records law. Such records shall be open for public inspection after an award has been made. B. The requirements for requesting quotes from three (3) or more sources may be waived by the Procurement Services Director to the extent authorized by law for: 1. Purchase of library books, education and /or personnel tests, similar audio visual materials, periodicals, and printed library cards. 2. Professional services; and, in instances where commodities or services are purchased directly from the owner of a copyright or patent, a governmental agency, a recognized educational institution, or when there are no other identifiable sources available. 3. Purchases that the Procurement Services Director has determined to be legitimate sole or single source purchases. 4. Valid public emergencies or other exigent instances deemed by the County Manager pursuant to Section 25. 5. Purchase of services from experts or consultants by or through the Office of the County Attorney for purposes of preparing for or defending against imminent or pending civil litigation or administrative proceedings. SECTION NINE: Formal Competitive Threshold (Purchases in Excess of $50,000). A It is the intent of the Board of County Commissioners to establish an amount of fifty thousand dollars ($50,000) as the County's threshold for formal competitive purchases. All such purchases shall be accomplished by competitive sealed bid, by competitive selection and negotiation (per Section 11) or by competitive proposals (per Section 12). Award of contracts shall be made by the Board to the lowest, qualified responsive bidder except where otherwise provided for in this Procurement Ordinance or unless an exception is granted by the Board. Bid limits for requirements utilizing federal or state funds will be those required by said agency granting the funds or the County's requirements, whichever is more restrictive. All formal competition shall be procured under the supervision of the Procurement Services Director. 8 Packet Page -536- 7/7/2015 10.D. n B. The requirement for formal competition may be waived by the Board of County Commissioners where permitted by law, under the following circumstances: 1. Purchase of library books, education and /or personnel tests, similar audio visual materials, periodicals, printed library cards, or other statutorily authorized exceptions. 2. Sole source purchases or single source purchases (pursuant to subsection D). 3. Valid public emergencies (pursuant to Section 25). 4. Where it is determined to be in the best interests of the County to do so. C. All purchases subject to formal competition shall be awarded by the Board of County Commissioners. D. Exemption For Single Source Commodities: Purchases of commodities and services from a single source may be exempted by the Board of County Commissioners from formal competition upon certification by the Procurement Services Director of one the following conditions: 1. The item(s) is the only one available that can properly perform the intended function(s); 2. The recommended vendor /contractor is the only one ready, willing and able to meet the County's requirements; or 3. The requested exemption is in the County's best interest. E. Use of Past Performance Data: In order to promote the quality delivery of commodities and services, County divisions shall record and consider the past performance of vendors in the award of contracts exceeding the competitive threshold. This objective shall be accomplished as follows: 1. The Procurement Services Division shall be responsible for each of the following: a. Developing, implementing and maintaining administrative procedures, instructions and technologies necessary to collect past vendor performance data. b. Ensuring that relevant past performance data is properly gathered and considered prior to award of subsequent contracts. 2. Operating divisions shall be responsible for each of the following: a. Conducting periodic performance evaluations of vendors under contract with Zn the County pursuant to the procedures established in subsection 9.E. l a. b. Considering the past performance of vendors during the evaluation of bids and proposals pursuant to the procedures established in subsection 9.E.1b. 111"N F. Bidders and proposers competing for a prospective award (and their agents /representatives) will not be permitted to publicly or privately address the Board or individual Board members 9 Packet Page -537- 7/7/2015 10. D. 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. SECTION TEN: 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 proceeding 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 10_1�1 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 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 10 Packet Page -538- 7/7/2015 10.D. 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: 1. 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 Fla. Stat. Sec. 119.07. C. Tie Bids: Where there are low tie bids, the award process shall first be subject to Fla. Stat. Sec. 287.087. In the event that all of the tied bidders comply with Fla. Stat. Sec. 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 n 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. Resection of Bids and Negotiation: 1. The Board of County Commissioners shall have the authority to reject any and all bids. 2. Subsequent to applying the procedures set forth under Section 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 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. 11 Packet Page -539- 7/7/2015 10. D. 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. SECTION ELEVEN: Procurement of Professional Services. A. Consultants' Competitive Negotiation Act. 1. Contracts for professional architectural, engineering, landscape architectural or surveying and mapping services shall be procured in accordance with Fla. Stat. §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, for study activity if the fee for each individual study under the contract does not exceed r $200,000; or for work of a specified nature as outlined in the contract required by the 12 Packet Page -540- 7/7/2015 10. D. 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. 4. 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 may be 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 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 13 Packet Page -541- 7/7/2015 10.D. 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 Section 11.45, F.S.). 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 n 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. SECTION TWELVE: 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. 14 Packet Page -542- 7/7/2015 10. D. 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: 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 Fla. Stat. Sec. 287.055 and section thirteen 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. SECTION THIRTEEN: 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 Fla. Stat. Sec. 287.055 and the procedures set forth in this section. B. Upon completion of the Design Criteria Package, procurements of Design/Build services shall be processed in a manner consistent with Section 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. SECTION FOURTEEN: Small and Disadvantaged Minority and Women Business Enterprises. 15 Packet Page -543- 7/7/2015 10. D. A. Policy Statement: Collier County stands committed to providing equal opportunities to small businesses and disadvantaged business enterprises (DBE), minority business enterprises (MBEs) and women business enterprises ()VBEs) as well as to all vendors, consultants, contractors and subcontractors who seek to do business with the County. Pursuant to this policy, Collier County encourages its vendors, consultants, contractors and subcontractors to provide qualified small businesses and DBE's with an equal opportunity to participate in the formal competitive processes for the procurement of commodities and services by the County. The Policy is not intended to require or to allow partiality toward or discrimination against any small business or DBE, MBE, WBE, or any other vendor, consultant, contractor or subcontractor on the basis of gender, race or national origin, or other such factors, but rather to create an opportunity for small businesses and DBEs, MBEs, WBEs, and all qualified vendors, consultants, contractors and subcontractors to participate in the County's formal competitive processes. Nothing in this Policy shall be construed to provide for or require any preference or set -aside based on gender, race, national origin or any other such factor. B. Implementing Measures: In an effort to implement this policy, the County may undertake the following measures: 1. Designate the Procurement Services Director to administer this policy. 2. Utilize outreach programs to identify, register and educate small businesses and DBEs, MBEs and WBEs to participate in the procurement /contract process which may include: a. Attending trade fairs which include representatives from these enterprises. b. Attending meetings and social events wherein these enterprises are present. C. Utilizing publications aimed at reaching these enterprises. d. Utilizing Purchasing Directories and other reference sources that list these enterprises. e. Publicizing this Policy to encourage these enterprises to participate in the County's procurement process. f. Other actions designed to identify opportunities for these enterprises who seek to provide commodities and services to the County. 3. Maintain a list of these enterprises. 4. Disseminate information regarding competitive opportunities with the County in order to allow qualified small businesses and DBEs, MBEs and WBEs to participate in the County's procurement process. 16 Packet Page -544- n C. Conformity with Applicable Law: The conformity with applicable state and federal law. law, federal law shall supersede such state law. 7/7/2015 10.D. provisions of this section shall be construed in To the extent that state law conflicts with federal SECTION FIFTEEN: Procedure to Provide Preference to Local Businesses in County Contracts. Except where otherwise provided by federal or state law or other funding source restrictions or as otherwise set forth in this Procurement Ordinance, purchases of commodities and services shall give preference to local businesses in the following manner: (1) "Local Business " defined Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector for at least one year prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non - permanent structure such as a construction trailer, storage shed, or other non - permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well- being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year. (2) Preference in purchase of commodities and services by means of competitive bid, request for proposals, qualifications or other submittals and competitive negotiation and selection. Under any such applicable solicitation, bidders /proposers desiring to receive local preference will be invited and required to affirmatively state and provide documentation as set forth in the solicitation in support of their status as a local business. Any bidder /proposer who fails to submit sufficient documentation with their bid /proposal offer shall not be granted local preference consideration for the purposes of that specific contract award. Except where federal or state law, or any other funding source, mandates to the contrary, Collier County and its agencies and instrumentalities, will give preference to local businesses in the following manner: (a) Competitive bid (local price match option). Each formal competitive bid solicitation shall clearly identify how the price order of the bids received will be evaluated and determined. When a qualified and responsive, non -local business submits the lowest 17 Packet Page -545- 7/7/2015 10. D. price bid, and the bid submitted by one or more qualified and responsive local businesses is within ten percent of the price submitted by the non -local business, then the local business with the apparent lowest bid offer (i.e., the lowest local bidder) shall have the opportunity to submit an offer to match the price(s), less one (1) dollar, offered by the overall lowest, qualified and responsive bidder. In such instances, staff shall first verify if the lowest non -local bidder and the lowest local bidder are in fact qualified and responsive bidders. Next, the Procurement Services Division shall determine if the lowest local bidder meets the requirements of Fla. Stat. Sec.287.087 (Preferences to businesses with drug-free workplace programs). If the lowest local bidder meets the requirements of Fla. Stat. Sec. 287.087, the Procurement Services Division shall invite the lowest local bidder to submit a matching offer, less one (1) dollar, within five (5) business days thereafter. If the lowest local bidder submits an offer that fully matches the lowest bid, less one (1) dollar, from the lowest non -local bidder tendered previously, then award shall be made to the local bidder. If the lowest local bidder declines or is unable to match the lowest non -local bid price(s), then award will be made to the lowest overall qualified and responsive bidder. If the lowest local bidder does not meet the requirement of Fla. Stat. Sec 287.087, and the lowest non -local bidder does, award will be made to the bidder that meets the requirements of the reference state law. (b) Request for proposals, qualifications or other submittals and competitive negotiation and selection. For all purchases of commodities and services procured through the Competitive Proposals (Section 12) or Competitive Selection and Negotiation (Section 11) methods not otherwise exempt from this local preference section, the RFP solicitation shall include a weighted criterion for local preference that equals 10 percent of the total points in the evaluation criteria published in the solicitation. Purchases of professional services as defined and identified under subsection 1 l B.2 (which are subject to Section 287.055, F.S.) and subsection 11B.3 (which are subject to Section 11.45, F. S.) shall not be subject to this local preference section. (c) Should a tie bid occur between a non -local bidder and a local bidder, the County shall award the contract to the local bidder. Should a tie occur between two local bidders, the County will "flip a coin" between the two lowest bidders. The coin toss winner will be awarded the contract upon approval by the Board of County Commissioners. (3) Waiver of the application of local preference. The application of Local Preference to a particular purchase or contract may be waived upon approval of the Board of County Commissioners. (4) Comparison of qualifications. The preferences established herein in no way prohibit the right of the Board of County Commissioners to compare quality of materials proposed for purchase and compare qualifications, character, responsibility and fitness of all persons; firms or corporations submitting bids or proposals. Further, the preferences established herein in no way prohibit the right of the County Commission from giving any other preference permitted by law instead of the preferences granted herein. 18 Packet Page -546- 7/7/2015 10. D. (5) Reciprocity. In the event Lee County, or any other Florida county or municipality ( "local government ") deemed appropriate by the Collier County Board of Commissioners, extends preferences to local businesses, Collier County may enter into an interlocal agreement with such local govermnent wherein the preferences of this section may be extended and made available to vendors that have a valid occupational license issued by that specific local government to do business in that local government that authorizes the vendor to provide the commodities and services to be purchased, and a physical business address located within the limits of that local government. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "Local business" unless it contributes to the economic development and well -being of the said local government whichever is applicable, in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to that local government's tax base, and residency of employees and principals of the business located within the limits of that local government. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. In no event shall the amount of the preference accorded other local government firms exceed the amount of preference that such local government extends to Collier County firms competing for its contracts. (6) Purview and administration of this Local Preference Policy. This policy shall apply to all divisions and units under the direct purview of the Board of County Commissioners. For n purchases of $50,000 or less, the Procurement Services Division shall systematically encourage divisions to include local vendors when soliciting quotations in accordance with this policy. SECTION SIXTEEN: Payment of Invoices. A. Agencies under the purview of the Board of County Commissioners shall be in compliance with Fla. Stat. Sec. 218.70, otherwise known as the "Local Government Prompt Payment Act." Pursuant to this, the requirements of this section shall apply to the following transactions: 1. The purchase of commodities and services; 2. The purchase or lease of personal property; 3. The lease of real property. B. The County Manager shall establish and maintain procedures that authorize minor payment variances between the purchase order and invoice where warranted. The authority to pay such variances shall not exceed 5% of the purchase order amount or $500, whichever is less. C. The County Manager shall establish and maintain a process that authorizes the payment of freight and delivery charges that are not specifically identified on the purchase order of less than n $500. 19 Packet Page -547- 7/7/2015 10.D. .-N, D. It shall be the responsibility of the County Manager, in consultation with the Clerk's Finance Director and operating divisions, to establish procedures for the timely payment of all transactions as defined under subsection 16.A hereof. Such procedures shall include, but are not limited to the following: 1. Formally defining the County's requirements for the content and submission of a proper invoice, codifying the County's payment requirements and notifying each vendor of their availability. 2. Steps required for the receipt of all invoices and the prompt return of improper invoices. 3. Steps required for the resolution of payment disputes between the County and a vendor. E. Each December, the Procurement Services Director and the Clerk of the Courts Finance Director shall submit a report to the Board listing the number and total dollar amount of interest penalty payments made during the preceding fiscal year. F. Prior to payment, the Board shall approve all expenditures with a finding that such expenditures serve a valid public purpose. SECTION SEVENTEEN: Advanced Payments for Goods and Services. Procedures for the pre - payment of goods and services with County funds including, but not limited to, dues and membership, insurance, maintenance agreements, subscriptions, travel arrangements, postage, and other purchases as prescribed by the Department of Financial Services through their Administrative Rules. As provided for in Fla. Stat. Sec. 28.235, the Clerk of the Circuit Court is authorized to make advanced payments on behalf of the County for goods and services based on those established procedures. SECTION EIGHTEEN: Standardization, Cooperative Purchasing Organizations and Governmental Contracts A. Where standardization is determined to be desirable by the Board of County Commissioners or included in the Procurement Manual, the purchase of commodities may be made by negotiation with the approval of the purchase by the Board in accordance with Section 9; or if under the Formal Competitive Threshold, with approval of the purchase by the Procurement Services Director. B. Annually, the Board of County Commissioners will approve a list of authorized purchasing cooperative organizations and governmental schedules and contracts. The Procurement Services Director may approve purchases using these approved cooperative organizations, agreements and contracts with no further action required by the Board providing that funds have been budgeted for these specific purposes. 20 Packet Page -548- 7/7/2015 10.D. Additionally, the Procurement Services Director may join other public agencies in cooperative purchasing organizations and /or agreements if is determined to be in the County's best interest, and if the consortium agreement has not had prior Board approval. The use of any new cooperative agreement must be approved by the Board prior to the use of the agreement. SECTION NINETEEN: 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. 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. 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. n 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 21 Packet Page -549- 7/7/2015 10.D. 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 re- allocation 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. 4. All material changes in scope of contracts must be approved by the Board in advance. 5. Sections one (1) through three (3) shall not be applicable to term contracts or blanket purchase orders where the County desires to procure commodities and/or services on an as needed basis without having to obligate itself to a total contract amount. Rather, such purchases shall be based on fixed unit prices or other predetermined pricing methods and shall be limited in quantity by the amount of funds appropriated in the budget of the 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: 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. �. 22 Packet Page -550- 7/7/2015 10.D. 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 Nine: 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. Contracts below Section Nine: 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 n Commissioners shall approve all assignments of contracts requested by the predecessor contracting party. 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 tenns 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 Fla. Stat. Sec. 218.735(8), the Procurement Services Director may establish, subject to 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: 23 Packet Page -551- 7/7/2015 10. D. 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. 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. 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 n (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. SECTION TWENTY: Performance and Payment Bonds. A contractor or vendor shall provide a surety bond from a surety company to guarantee full and faithful performance of a contract obligation and the payment of labor and material expended pursuant to a contract whenever, and in such amounts, as required by statute or otherwise as deemed necessary by the Procurement Services Director. An irrevocable letter of credit from a financial institution operating within the State of Florida (or other alternative forms of surety as permitted under Florida law) may be sufficient in place of the performance bond if so provided for in the bid and contract documents. All such bonds or letters of credit shall be approved as to form by the County Attorney, and held by the Clerk's Board Minutes and Records Department. SECTION TWENTY -ONE: Unauthorized Purchases. All purchases made shall be consistent and in compliance with the Procurement Ordinance. Any purchase or contract made contrary to the provisions hereof and contrary to Florida law shall not be approved and the County shall not be bound thereby. 24 Packet Page -552- 7/7/2015 10.D. SECTION TWENTY -TWO: Prohibition against Subdivision. No contract or purchase shall be subdivided to avoid the requirements of this Procurement Ordinance or of State law. SECTION TWENTY - THREE: Protest of Bid or Proposal Award. The purpose of this section is to accommodate legitimate protests concerning formal competitive invitations to bid or requests for proposals and recommended contract awards above the formal competitive bid or proposal thresholds prior to award of a contract by the Board of County Commissioners. A. Any actual or prospective bidder or respondent to an Invitation to Bid or a Request for Proposal, who has a substantial interest and alleges to be aggrieved in connection with the solicitation or award of a contract, (hereafter referred to as "the protesting party") may protest to the Procurement Services Director, who shall serve as the sole recipient of any and all notices of intent to protest and all formal protests. B. With respect to a protest of the terms, conditions and specifications contained in a solicitation, including any provisions governing the methods for evaluation of bids, proposals or replies, awarding contracts, reserving rights for further negotiation or modifying or amending any contract, the protesting party shall file a notice of intent to protest within three (3) days, excluding weekends and County holidays, after the first publication, whether by posting or formal advertisement of the solicitation. The formal written protest shall be filed within five (5) days of the date the notice of intent is filed. Formal protests of the terms, conditions and specifications shall contain all of the information required for formal protests of recommended contract awards as set forth under subsection C. The Procurement Services Director shall render a decision on the formal protest and determine whether postponement of the bid opening or proposal /response closing time is appropriate. The Procurement Services Director's decision shall be considered final and conclusive unless the protesting party files an appeal of the Procurement Services Director's decision. C. Any actual or prospective bidder or respondent to an Invitation to Bid or a Request for Proposal who desires to protest a recommended contract award shall submit a notice of intent to protest to the Procurement Services Director within two (2) calendar days, excluding weekends and County holidays, from the date of the initial posting of the recommended award. D. All formal protests with respect to a recommended contract award shall be submitted in writing to the Procurement Services Director for a decision. Said protests shall be submitted within five (5) calendar days, excluding weekends and County holidays, from the date that the notice of intent to protest is received by the Procurement Services Director, and accompanied by the fee, as set forth below. The protesting party must have standing as defined by established Florida case law to maintain a protest. The formal protest shall contain, but not be limited to the following information: 25 Packet Page -553- 7/7/2015 10.D. Name and address of County Agency affected and the solicitation number and title. 2. The name and address of the protesting party. 3. A statement of disputed issues of material fact. If there are no disputed material facts, the written letter must so indicate. 4. A concise statement of the ultimate facts alleged and of any relevant rules, regulations, statutes, and constitutional provisions entitling the protesting party to relief. The protesting party's entitled demand for the relief. 6. Such other information as the protesting party deems to be material to the issue. The formal protest shall contain all arguments, facts or data supporting and advancing the protestor's position. Under no circumstances shall the protestor have the right to amend, supplement or modify its formal protest after the filing thereof. Nothing herein shall preclude the County's authority to request additional information from the protesting party or other bidders or proposers in conjunction with the review and rendering of decisions on the protest, including any subsequent appeal. n E. In the event of a timely protest of contract award consistent with the requirements of this section, the Procurement Services Director shall not proceed further with the award of the contract until all appropriate administrative remedies as delineated under this section have been exhausted or until the Board of County Commissioners makes a determination on the record that the award of a contract without delay is in the best interests of the County. During this process, the protesting party shall limit their communications with the County to the Office of the County Attorney, and neither the protesting party, their agents or their representatives shall have any private contact or discussions with individual County Commissioners, the County Manager, other County employees, or any independent hearing officer (where applicable) regarding the protest except such communications as may be required or permitted during a hearing, if applicable, or a meeting of the County Commission wherein the solicitation or award is to be considered. F. The Procurement Services Director shall review the merits of each timely protest and in consultation with the contract manager and other appropriate County staff, issue a decision stating the reasons for the decision and the protesting party's rights of appeal under this section. Said decision shall be in writing and mailed or otherwise furnished to the protesting party. The decision of the Procurement Services Director shall be final and conclusive unless the protesting party delivers a subsequent written notice of appeal to the Procurement Services Director within two (2) calendar days, excluding weekends and County holidays from the date of receipt of the decision. In filing a written objection to the Procurement Services Director's decision, the protestor shall not introduce new arguments or alter in any other way their protest submission. An appeal of the Procurement Services Director's decision shall be limited to a review of the grounds set forth in the formal protest, and no new grounds or arguments will be introduced or considered. 10-11, 26 Packet Page -554- 1.�. 7/7/2015 10.D. G. In the event of a subsequent appeal pursuant to subsection F, the County Manager shall determine whether to appoint an independent Hearing Officer to review the formal protest and the Procurement Services Director's decision. The Hearing Officer's review shall be limited to the grounds set forth in the formal protest, and shall be for the purpose of determining whether the County's intended action is arbitrary, capricious, illegal, dishonest or fraudulent. The protesting party shall have the burden of proof. The Hearing Officer shall consider the formal protest, the Procurement Services Director's decision, and supporting documents and evidence presented at the hearing. In any hearing, irrelevant, immaterial or unduly repetitious evidence shall be excluded. All other evidence of a type commonly relied upon by reasonably prudent persons in the conduct of their affairs shall be admissible whether or not such evidence would be admissible in a trial in the courts of Florida. The Hearing Officer may grant the motion of any person having standing under Florida law to intervene in the proceedings. Persons or parties shall have the right to be represented by counsel in the proceedings, to call witnesses, and present evidence; provided, however, that the Hearing Officer shall not have the right to compel attendance of witnesses or to permit or compel any discovery. The Hearing Officer will have a maximum of 60 days to schedule and conduct a hearing into the matter and issue a recommended finding of fact and an opinion in writing to the County Manager or designee for submission to the Board of County Commissioners. Should the Hearing Officer find in favor of the County, the protesting party pay, in full, the costs of the Hearing Officer. If the Hearing Officer's recommended decision is in favor of the protesting party, then the County will assume this cost. The County Manager's discretion as to whether to appoint a Hearing Officer shall in no way afford the protestor the right to demand such an appointment or hearing. The decision of a Hearing Officer on a protesting party's appeal shall be submitted to the Board for its consideration as part of a final award decision. Nothing herein shall be construed as creating a right of judicial review of the Hearing Officer's decision, nor shall such decision be binding upon the Board. Additionally, nothing herein shall be construed as limiting the Board's right to reject any and all bids or proposals. H. Decisions of the Procurement Services Director and Hearing Officer (where applicable) will be provided to the protestor and other interested parties prior to the award recommendation being presented to the Board of County Commissioners. Neither the County Manager's decision nor the Hearing Officer's recommended decision shall be construed as an award recommendation triggering additional rights of protest pursuant to this policy. Notwithstanding anything set forth herein to the contrary, the Board of County Commissioners shall retain the authority to make the final award decision. I. Failure to file a formal protest within the time and manner prescribed by this policy shall constitute a waiver of the right to protest by any protesting party as defined by subsection "A" of this policy. J. As a condition of filing a formal appeal to the Procurement Services Director's initial finding, the protesting party shall submit a non - refundable filing fee for the purpose of defraying the costs of administering the protest. The filing fee shall be submitted with the formal protest. Failure to 111—N pay the filing fee shall result in the denial of the protest. The amount of the filing fee shall be as follows: 27 Packet Page -555- 7/7/2015 10.D. Estimated Contract Amount Filing Fee $250,000 or less $500 $250,000.01 to $500,000 $1,000 $500,000.01 to $5 million $3,000 $5 million or more $5,000 This fee may be modified by Resolution of the Board of County Commissioners. SECTION TWENTY -FOUR: Contract Claims. All actual or prospective claims arising against the County from contractors, vendors or any other party in direct privity with the County to provide goods or services shall first be directly addressed by the parties' administrative representatives in a manner consistent with the agreement between the parties and in accordance with the County's procedures Manual. For any prospective or actual claims or disputes arising under any contract entered into by the County, the Procurement Services Director must determine the facts of the dispute. All contract claims should be reported to the County Attorney's Office and Clerk's Finance for proper documentation and recording and to the Board for determining action. .^ SECTION TWENTY -FIVE: Exigent Circumstances, Emergency and Board Absence Purchases. 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 Fla. Stat. ch. 252, Emergency Management. SECTION TWENTY -SIX: Inspection and Testing. 28 Packet Page -556- 7/7/2015 10.D. The Procurement Services Director shall inspect, or supervise the inspection of or cause to be inspected, all deliveries of commodities or services to determine their conformance with the specifications set forth in an order or contract. A. Inspection by Operating Divisions: The Procurement Services Director shall authorize operating divisions to inspect all deliveries made to such operating divisions under rules and regulations which the Procurement Services Director shall prescribe. B. Testin : The Procurement Services Director shall have the authority to require chemical and physical tests of samples submitted with bids and samples of deliveries which are necessary to determine their quality and conformance with specifications. In the performance of such tests, the Procurement Services Director shall have the authority to make use of laboratory facilities of any Agency of the County or of any contracted outside laboratory. SECTION TWENTY - SEVEN: Purchasing Card Program. 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, contract, travel related, and other purchases made according to Section Eight. 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 per card unless otherwise authorized by the Procurement Services Director. B. Monthly Spending Limit: imit: Not to exceed $10,000 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: Where the purchase is to address a valid public emergency; or 2. Where the County will earn revenue through card program rebates; or 3. Where a vendor is requiring the County to order by purchasing card. D. Sales Tax Compliance: Pursuant to Section 212.08(6), F.S., County purchases transacted with vendors within the State of Florida are exempt from the State sales and use tax. In such instances, it n 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 29 Packet Page -557- 7/7/2015 10. D. 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. SECTION TWENTY - EIGHT: Conflict of Interest. When procuring commodities or services using County funds, each entity and employee under the purview of the Board of County Commissioners shall comply with all applicable state and federal laws concerning ethics and conflict of interest. For state or federally funded projects, County entities and employees shall comply with all legal requirements, including the requirements of Part 85, Section 36(b)(3) of the Housing and Urban Development Code. SECTION TWENTY NINE: Debarment and Suspension. The County Manager may suspend and /or debar vendors, contractors, consultants and other interested and affected persons from active participation in obtaining County contracts upon approval of the Board. The purpose of any such action shall be to protect the County's interests and the integrity of the County's contracting process. The suspension and debarment processes shall be considered to be separate from and in addition to the award evaluation and vendor performance evaluation processes authorized elsewhere in this Procurement Ordinance A. Definition of Terms: For the purposes of this section, the following terms have been defined as follows: Affiliate refers to associated business entities or individuals that control or could control the contractor or are controlled by the contractor or could be controlled by the contractor. 2. Civil Judgment refers to a judgment or finding of a civil offense by any court of competent jurisdiction. Contractor means any individual or legal entity that: a. Directly or indirectly (e.g.; through an affiliate), submits offers for or is awarded, or reasonably may be expected to submit offers for or be awarded, 30 Packet Page -558- 7/7/2015 10. D. a County contract for construction or for procurement of commodities and services, including professional services; or b. Conducts business, or reasonably may be expected to conduct business, with the County as an agent, surety, representative or subcontractor of another contractor. 4. Conviction means a judgment or conviction of a criminal offense, felony or misdemeanor, by any court of competent jurisdiction, whether entered upon a verdict or a plea, and includes a conviction entered upon a plea of nolo contendere. 5. Debarment means action taken by the County to exclude a contractor from County contracting and County- approved subcontracting for a reasonable, specified period as provided herein. 6. Preponderance of the Evidence means proof by information that, compared with that opposing it, leads to the conclusion that the fact at issue is more probably true than not. 7. Subcontractor: Any individual or legal entity that offers or agrees to provide commodities or services to a party deemed to be a contractor under this section. n 8. Suspension refers to action taken by the Procurement Services Director to temporarily disqualify a contractor from County contracting or County- approved subcontracting pending action of the Board. B. Suspension: The Procurement Services Director shall have the authority to recommend to the Board the suspension of a contractor, subcontractor or person from consideration for award of contracts if there appears to be a reasonable basis for debarment as set forth herein. If a suspension precedes a debarment, the suspension period shall be considered in detennining the debarment period. The suspension period shall not exceed three months without the approval of the County Manager. C. Debannent: 1. Causes for Debarment: The prospective causes for debarment include one or more of the following: a. Conviction for commission of a criminal offense as an incident to obtaining or attempting to obtain a public or private contract or subcontract, or in the performance of such contract or subcontract. b. Conviction under state or federal law of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty which currently, seriously and directly affects responsibility as a contractor. 31 Packet Page -559- 7/7/2015 10. D. Conviction under state or federal antitrust laws arising out of the submission of bids, proposals or other competitive offers. d. Violation(s) of County contract(s) provisions, which is (are) deemed to be serious and to warrant debarment, including the failure, without good cause, to perform in accordance with the terms, conditions, specifications, scope, schedule or any other provisions of the contract(s). e. Refusal to provide bonds, insurance or other required coverage and certifications thereof within a reasonable time period. f. Refusal to accept a purchase order, agreement or contract, or perform accordingly provided such order was issued timely and in conformance with the solicitation and offer received. g. Presence of principals or corporate officers in the business of concern, who were principals within another business at the time when the other business was suspended or debarred within the last three years under the provisions of this section. h. Violation of the ethical standards set forth under applicable state or county laws. i. Debarment of the contractor by another public agency. Any other cause deemed to be so serious and compelling as to materially affect the qualifications or integrity of the contractor. 2. Procedure: a. The county division requesting the suspension or debarment action shall submit to the Procurement Services Director a written complaint setting forth the reason(s) for seeking debarment and shall identify a recommended debarment period. b. The Procurement Services Director shall review the complaint, verify whether it is compliant with the provision of this Procurement Ordinance, direct any appropriate changes and forward the complaint to the contractor. The contractor shall review the complaint and shall provide a written response (with supporting documentation) to each allegation. The response shall be provided to the Procurement Services Director within ten (10) business days of receipt of the notice of allegations. In the event that the contractor fails to respond to the complaint within the prescribed time period, the complaint, as forwarded to the contractor, shall become an effective suspension or debarment decision without further appeal. 32 Packet Page -560- 7/7/2015 10D. d. In the event that the contractor files a timely and complete response to the complaint and the suspension or debarment action is based upon a conviction, judgment or other event(s) where there is no significant dispute over material facts, the Procurement Services Director shall determine the period of recommended suspension or debarment on the basis of the undisputed material information set forth or referenced in the complaint, the contractor's reply and the parameters set forth in this section. In the event that the Contractor objects to the Procurement Services Director's recommendation, the Contractor shall have a maximum of three business days to file an appeal of the debarment decision with the Procurement Services Director. The appeal will be forwarded to and considered by the County Manager, who will review the record compiled by the initiating division and the contractor. Should the County Manager overturn the Procurement Services Director's decision; the County Manager shall formally cite the reasons for doing so. e. In the event that the contractor files a timely and complete reply to the complaint and where the facts are in dispute, the Procurement Services Director will convene a committee (hereinafter referred to as "the committee ") consisting of at least three individuals who will review the complaint and the contractor's reply. The County Manager shall formally appoint the committee, which will generally consist of county employees, none of whom shall be a member of the division initiating the complaint. At the discretion of the County Manager, a member from private industry with a particular area of relevant expertise may be appointed to the committee, provided that this member is not a direct or indirect competitor of the firm in question. The Office of the County Attorney shall appoint a representative to attend the hearing. The representative shall not be considered a voting member of the committee, but shall be available to provide legal counsel to the committee as necessary. All members appointed to serve on the debarment committee shall disclose, to the Procurement Services Director any actual or prospective conflicts of interest at the time of appointment or at the time in which the member becomes aware of the actual or prospective conflict. f. The Procurement Services Director shall chair the committee and serve as the Procurement Division's representative to the committee. The Procurement Services Director shall preside over and facilitate the deliberations of the committee as a non - voting member and serve as the County's liaison to the Contractor. All voting committee members are prohibited from having any communication regarding the issue outside the committee deliberations with any of the parties involved in the specific suspension or debarment or their representatives until after the committee decision has been issued or, in the event of an appeal of that decision by the contractor, until the conclusion of the appeal process. All committee deliberations are subject to Section 286.011 Fla. Stat. �. g. Where the material facts are in dispute, the committee shall evaluate the evidence, judge the credibility of witnesses and base its decision upon the 33 Packet Page -561- 7/7/2015 10. D. preponderance of the evidence. Should the contractor fail to appear at the hearing, the contractor shall be presumed to be unqualified and or non- responsive and shall be subject to suspension or debarment. The committee decision shall be by a majority vote of those voting members in attendance. The committee shall be the sole trier of fact. In the event that the committee decides to impose suspension or debarment, the decision will formally include, but not be strictly limited to the following information: 1) The specific reasons for the action; 2) The scope of the suspension or debarment; and 3) The period of suspension or debarment, including the effective and expiration dates. The committee's decision shall be issued in writing within 20 business days of the conclusion of the hearing unless the committee extends this period for good cause. h. The Procurement Services Director shall forward the committee's decision to the contractor and affiliates involved. Should the contractor object to the committee's decision, the contractor shall have a maximum of three business days to file an appeal of the decision with the Procurement Services Director. The appeal will be forwarded to and considered by the County Manager, who will review the record compiled by the initiating division, the contractor and the n committee. Should the County Manager overturn the committee's decision; the County Manager shall formally cite the reasons for doing so. Final recommendation for debarment shall be approved by the Board. 3. Debarment Period: a. The committee shall recommend the period of debarment. The debarment period shall be commensurate with the severity of the cause(s) and approved by the Board. b. The committee (having the same or different composition) may recommend to the Board a reduction in the debarment period upon a written request from the contractor to do so, based on one or more of the following reasons: 1) Newly discovered material evidence; 2) A reversal of the conviction, civil judgment or other action upon which the debarment was based; 3) Bona fide change in ownership or management; 4) Elimination of other causes for which the debarment was imposed; or 5) Other reasons that the committee might deem appropriate. n 34 Packet Page -562- 7/7/2015 10.D. The contractor's request shall be submitted to the Procurement Services Director in writing and shall be based on one or more of the aforementioned reasons. C. The decision of the Board regarding a reduction of the debarment period is final and not subject to appeal. 4. The Effects of Debarment: a. Debarred contractors are excluded from receiving County contracts. Divisions shall not solicit offers from, award contracts to, or consent to subcontractors with debarred contractors, unless the County Manager in consultation with the Board Chair or Vice -Chair determines that emergency or single source conditions exist and grants written approval for such actions. Debarred contractors are excluded from conducting business with the County as agents, representatives, subcontractors or partners of other contractors. b. The Procurement Division shall notify all Board divisions of the final debarment decision and the effects of that decision with regard to conducting business with the debarred entity(ies) during the debarment period. Continuation of Current Contracts: a. Division may not renew or otherwise extend the duration of current contracts with debarred contractors in place at the time of the debarment unless the Board determines that it is in the best interests of the County to allow the contractor to continue or finish the work within an additional, limited period of time. b. Debarment shall constitute grounds for terminating an open agreement with a contractor. However, the contract manager may, with Board approval, permit completion of an open contract(s) provided that the debarred contractor has performed in a satisfactory manner to date under the open contract(s) unless otherwise directed by the Procurement Services Director. 6. Restrictions on Subcontracting: a. When a debarred contractor is proposed as a subcontractor for any subcontract subject to County approval, the division shall not consent to subcontracts with such contractors unless the County Manager in consultation with the Chair or Vice -Chair determines that emergency or single source conditions exist, thus justifying such consent and approves such decision. b. The County shall not be responsible for any increases in contract costs or other expenses incurred by a contractor as a result of rejection of proposed subcontractors pursuant to subsection 6.a provided that the subcontractor was debarred prior to the submission of the applicable bid or proposal offer. 35 Packet Page -563- 7/7/2015 10.D. 7. The Scope of Debarment: Debarment applies to all officers, Directors, Managers, principals, Procurement Services Directors, partners, qualifiers, divisions or other organizational elements of the debarred contractor, unless the debarment decision is limited by its terms to specific divisions, organizational elements or commodity /services. The committee's decision includes any existing affiliates of the contractor if they are specifically named and are given written notice of the proposed debarment and an opportunity to respond. Future affiliates of the contractor are subject to the pre- existing terms of the committee's decision. SECTION THIRTY: Waiver of Ordinance. The Board of County Commissioners shall have the authority to waive any and all Procurement Ordinance provisions within lawful guidelines and upon formal Board action. SECTION THIRTY -ONE: Conflict and Severability. In the event this Ordinance conflicts with any other ordinance of Collier County or other applicable law, the more restrictive shall apply. If any phrase or portion of this Ordinance is held invalid or unconstitutional by any court of competent jurisdiction, such portion shall be deemed a separate, distinct and independent provision and such holding shall not affect the validity of the n remaining portion. SECTION THIRTY -TWO: Inclusion in the Code of Laws and Ordinances. The provisions of this Ordinance shall become and be made a part of the Code of Laws and Ordinance of Collier County, Florida. The sections of the Ordinance may be renumbered or relettered to accomplish such, and the word "ordinance" may be changed to "section," "article," or any other appropriate word. SECTION THIRTY - THREE: Effective Date. This Ordinance shall be effective upon filing with the Department of State. PASSED AND DULY ADOPTED by the Board of County Commissioners of Collier County, Florida, this day of June, 2015. ATTEST: DWIGHT E. BROCK, Clerk , Deputy Clerk BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: n TIM NANCE, CHAIRMAN 36 Packet Page -564- Approved as to form and legality: Jeffrey A. Klatzkow, County Attorney 37 Packet Page -565- 7/7/2015 10. D. EXECUTIVE SUMMARY APPROVAL OF REVISED BUDGET AMENDMENT POLICY OBJECTIVE: To determine the budget amendment policy that will allow the Board of County Commissi and the Countv Manager to manage the County's budget in the most cost - effective and efficient manner. CONSIDERATION,: To most effectively use the skills available in the Office of Management and Budget (OMB), staff members have been performing management analysis projects during the off - season. One oft e assigned projects was an evaluation of the existing budget amendment policy. This was an apptiopriatc prof ct given the volume of budget amendments processed annually and the time associated with their rieview and processing. The last change to the current budget amendment policy was made on April 17-1990. A matrix on the foltowingpace summarize; the Cun-eni and Proposed Budget Amendment App<•oval Autho ity required for budget amendments of varying dollar amount and type. The staff recommendation! contained i this Executive Summary and staff report were reviewed and approved by the County Attorney's Office and e Countv's Finance Director. Also attached is the OMB staff report recommending_ revisions to tt e current b Let amendment police. .A summary of all budget amendments previously approved on the budget amendment r port that �� ill now be approved administratively by the County Manager will be available to the Board to review- order to maintain appropriate checks and balances. GROWTH MANAGEMENT IMPACT: There is no Rrowth management impact associated witl this Executive Summary. 1 FISCAL IMPACT.- Thcre should be sonic fiscal savings but it i� indeterminate what that amount will be c the fact that the number of budget amendments varies from year to year. Examples of how the savings \ ou obtained are listed below. • Routine items could be removed from the weekly agenda and costs associated with preparing and printer week-1v agenda would be reduced. Processing time for these budget amendments will be improved by u eeks. • Budget amendments that recognize Lrants, donations, contributions, or insurance proceeds citn-ently approved at public hearings no\� be approved by resolution, resultino in decreased ad .ienising co RECOMMENDATION: That the Board make the followirttr changes to the budget amendment policy: • Grant the County Manager administative authority to approve routine budget amendments u to $50.00( Within the same fund and division and not impacting reserves. Routine budget amendmentslup to $50.0 that cross divisional lines in the same fund will still require approval on the Budget Amendment Report • Approve reserve reductions up to $25.000 on the budget amendment report. • .Approve decreases to reserves in excess of $25,000 by Executive_ Summary. •. Approve budget amendments recognizing grants, donations, contributions, or insurance proceeds by Resolution, in accordance with Florida Statutes, SUBMITTED BY:�' Randy i'!'M, Gald ; Office of ManaLement and Budget REVIEWED BY: _� _ �� Date:. Michael Smykawski, Budget Director `... AGENDA ITEM APPROVED B Date: No..__S- T �'.t: Co Thomas 011iff, anager. - �tOY S 4 2t�OQ =g. I Packet Page -566- to be the 103 �7 7/7/2015 10. D. Matrix of Current and Proposed Budget Amendment Approval Authority; Current Budget Current JJ Proposed f ! Amendment Types. j A )royal Authority 4 Approval Authority I Resolution 86 -8. • Less than $3.500 and not Count, Manac, y County Vlana��er or impacting reserves or I designee. recognizing revenue. Budget Amendment Report • Decrease to reserves of BCC via BudE-,et BCC via Budget i 510,000 or less. Amendment Report. Amendment Report. i • Budget amendments of BCC via Budget Appro\•ul authority S50.000 or less within same Amendment Report. I delc�_ated to the County ;I fund and division• I Commissioners via ana <Uer or desisne -c. I. i • Budget amendments of BCC via Bud�zet BCC via Bud2ct I j S50.O00 or less within same Amendment Report. P :\rnendment Repot, . fund but different division. Esecuth e Sumntary Board of County; than 550,000 (including • D,�crcuse to rescr\es in excess I i3oaru of t✓ounty 1 • uccrease to reser\;es — S25.000. of 510.000. Commissioners viu (•SI to. Executive Summary. I Board of County i Commissioners via Budget Amendment Report. • Decrease to reserves — t i (in excess of $25,000). Board of County; 1 I Commissioners via 1 Executive Summary. jjj • Budget amendments 11reatct- Board Of Count}, Board of County; than 550,000 (including Commissioners via Commissioners via increases to capital projects). Executive Summary. Executive Summary. • New positions and/or ne\� Board of County j Board of County'; services. Commissioners via Commissioners vin Executive Summary Executive Summary • Appropriate rever ue from Board of County Board of County' l grants, donations or Commissioners. Commissionets contributions; or insurance " Currently also via '`Also via separate proceeds public hearing Resolution. • Appropriate unanticipated *Board of County "Board of -County; revenrte *. Commissioners via Commissioners. AG Ni7A !vf ublic hearing. hearing NOV 1 4 000 P8•�:_ Packet Page -567- 7/7/2015 10.D. i COLLIER COUNTY GOVERNMENT BUDGET AMENDMENT POLICY REVISION REPORT i Submitted: September 29, 2000 Prepared By: Randy GrOenwald, Bubget/Managemeit Anaiyst 11 Approved By: Michael Srnykowski, Budges Director Packet Page -568- 7/7/2015 10.D. BUDGET A.%II,-.NI)MErNT POLICY REVISION Proiect Goal: To determine the appropriate budget amendment policy which will allow the Board of Couniv Commissioners and the Counts Muna firer to manage the County's hudget in the most cost - effective and efficient manner. Current Budget Amendment 1'olicv.. The ,Board of COUniv Commissioners adopted the current hudget amendment policy on Mar; h lt). 19S5. The pulley was amended on J:unuar\ ? 1. 1956 reflecting. approval of Rrsa.luOOII F(} -S. The final Folic} revision waS approved on ?,pril 17. 1990 Lind changed! the reCIMICment for an Executive Summary when withdI'LMM E rescr\e funds from 5'�.f7t1(1 to 510.000. Polio• highlights are summarized hclo\� An esrrutivc aumm:u•v is requited for. • .an increase in the total revenues cif a fund in an am0LInt over a 0.000 unless the additional revenues will he placed in a resenc account. I • An increase in a Capital prC�ject ovcr 550,000. • Withdrawals from reserves in cxcess of 510,000. • Reor ,anizatiotu. reclassification,. and other increases in an oraunization in an amoutht over 525.000 • Requests pt)sitions. Such requests will he accompanied b} an estimate ol'the total cost including fringe benefits and associated operating. expenses. services and other issues discussed by the Board. \rhich will h:M a bUdgct impact. over S25-000 and will include an estimate of the t, .. l cost. • All bud'•eramendments in amounts of less than $2,500 except for reductions to I reserves require only the approval of the County Manager. Reductions to reserves rceluire Board approval regardless of amount. (Resolution 86 -5) • If the actual cost of any of these items is greater than the estimate by more than ?0 (.c the Board of County Commissioners will be notified before a budget amendment is j i Sources of Information: The information used for this Study .k.as gathered through di.,.•ussions with various members of the count- staff and from the 1999 Florida Statutes (Title XI, Chapter 12. 9.06 F_xecution and amendment of budget). Additionally, five counties were surveyed to determine what.r pes of budget amendment'!,. policies yvere in use in counties similar to Collier County. Thf: live - ountles were Alachua. Charlotte. Lee. ,Manav_e. and Sarasota; j .AGENDA !T 2 — ^ -- Packet Page -569- - 1 7/7/2015 10. D. Statutory' Guidelines The Florida Statutes (Title XI, Chapter 129.06.2) does allow approval of certain budget,; amendments by someone other than the Board - It states that "The board of county commissioners. however, may establish procedures by which a designated budget . officelr may authorize certain intradepartmental budget amendments, provided that the total appropriation of the department may not be changed ". It is important to note that no monetary limits are stipulated and it is at the discretion of the Board to determine those limits, Florida Statutes 129.06(2)(d). 129.06(2)(e), and 129.06(2)(1') further authorizes (lie Board to amend the bud�Let as follows: i '-.A receipt Of a nature from a source not anticipated in the budget. � included but not hmItLd to grants. donations. Rifts. or r�Imbua->Cments for damaLes, may. by resolution of the board spread on its minutes.' he appropriated and expended for that }?u17�c�sc, in addition to the appropriations and expenditures hrcMded for in the budget. SUCK I- CCeipts and appropri Lit ions must be added to the budget of the prop-Ir fund. The resolution mtv amend the budget to transfer revenue bct\ +ecri funds to hroperiv account for unanticipated revcnue." "Increased receipts for enterprise or proprietary funds received tier a p ;trtit:ular purpose may. hN resolution of the board spread on its minutes, he appropriated Lind expended for that purpose, in addition to the appropriations and expenditures provided for in the budnet. The resolution may amend the budQCt to transfer revenue between fund . to properly account for increased receipts." "If an amendment to a budget is required for a purpose not specilicatl% authorized in paragaphs (a) - (e). unless othen Ise prohibited by law, the amendment may be authorized by resolution or ordinance of the board of county commissioners adopted following a public heatina." Survec Results from Similar Counties The budget amendment policies varied considerably amon -g. the counties surveyed, Four! of the five counties surveyed grant some degree of approval authority to the County I Nfanagcr'or the *Budae.t Director. Resufrs of this survey are summarized in the following tab e and»arrativc A4 - -NDp. }TE NOV : 2DQEE Packet Page -570- 7/7/2015 10. D. County Delegate Some Authorih to OMB Director Delegate Some Authoriti* to County Manager Alachua 7ti X Charlotte X* L.ee t Manatee I X j Sarasota - "Require" ;uh,eyurnt rr •iew and ippru� al b� Charlotte Bf'C. i The. Board of .County C'omi-tissioners must approve all budget amendments in Sarasota County, there 11 no delCU'ated authority to either the Budget Director or the Ci)tlntV �4anuge1'. Charlotte County allo�k s the Count\- Manager to approve any inuadepixLmental amendments up to 510.000. but the Limendmems are subsequently reviewed and ratiticd I bv the Board of County Commissioners. i AfaChua. \lanatce .utd ? ec cuuntics delegate certain authority to the Budget Director.. In these counties. the Budget Director is authorized w approve all budaei amendments nithin the same expenditure catCLories. funds and divisions provided that they do not increase the appropriation. Alachua County further permits the County Manager to approve transfers between major; expenditure Cute_ =oriel, divisions and/or activity codes within the same division. The .Boards of County Commissioners must approve all other budget amendments in each respective county. Review of FY 99 Budget amendments Processed — Collier Count Ftir-ther information was gathered through an analysis of all budget amendments processed in Collier County during Fiscal Year 1999.. There were 465 budget amendments submitted that year, but.only 413 \vere actually processed. The remaining 5? budget amendment requests were voided during the review stage. Administrative Approval i There were twelve (12) budget amendments approved administratively that simply . established a project number for fiscal monitoring to an. existing approved budget appropriation. n A thorit� - Administr'at'ive Aq )roval .i rll�0 . li � .. i Pursuant eo section 620.01 of the Airport Authority Adrrainistrative Code.. budget, Lmend-ments that do not increase the total Airport Authority Operations Find (495) r tFie gGEND.q M. Airport -Authority Cttpital.Fund (=196; budgets do not require approi al by the Board- � , i ■ 7/7/2015 10.D. County Commissioners. There were thirty -one t31 ) budget amendments approved that met the criteria outlined :;hove. Administrative ,Atmroval — Resolution 86 -8 The Count% Mana!7er, under the authority granted via Resolution 86 -8, administrative1% approved thirty -seven (37) budget amendments. As noted previously. Resolution 86 -8 ,-rants administrative authority to the County Manager for all budget amendments in , MOUnts IC5S than S2.500:exCCpt for reductions to reserves. Reductions to reserves regt.tir-e Board approval regardless of amount. (Resolution 86 -8) Budget Amendment Rcpon The }3oard 01' CUUnt\ Curnmissioners approved sixty -nine. (.69) hudget amendments included on the budget amendment report. This report is a consent agenda item I Submitted as part of the t\N ice- monthly County Commission meetin gs. Of these 69 hudget amendments. 38 (55.1 wcre reductions to reserves of 510.000 or less. BudL i .amendments Annroved via EXecutivc SurnmarN The remaining -164 budget amendments WCre submitted for approval \\ it an exccuIk e :urnni!Ir\. ASS LIMIn�� IN\o County Commission meetings per month. there is an average 61' I l executive sumnrtries per Board meetinz that in\olve budUt amendments..Ofthese hudget amendments 141 reduced reserves by v aryins decrees. 100 recognized additional; revenue. and 20 reallocated existing budget appropriations. j There were 144 budget amendments processed that involved the use of reserves. The ruble below surnmari7.es the number of budget amendments prC) CSSCd from reser\es and; further stratified by dollar amount. Amount of Budget Amendments Number of Budget from Reserves Amendments Processed $10.000 or less 17 $10,001 - $25.000 34 $35,001 - $50,000 26 �$50,OO ].or more 67 LTota1 _ _ 144 Of the 264 budget amendments approved via Executi -v e Summary,. 100 recognized unanticipated revenue. As a result; the Board also ratified these budget amendments after a quarter)y public hearing. The County's current practice is to- conduct on+ public Marino each quarter for tall budget'a,nendmenis that invol\�e an increase in revenue. As a result, 29 of the 100 AGENDA budget amendment. that.iecognized additional revenue did not actually require a �.. — Packet Page -572- 7/7/2015 10.D. public hearing. but could have been approved Via resolution on a quarterly basis. This ^' is based on Florida Statute 129.06(2)(d) as noted below. "A receipt of a nature from a sow-ce not anticipated in the budget. included but not limited to °rants. donations, gifts, or reimbursements for damages, may, by resolution of the board spread on its minutes, be appropriated and expended for that purpose, in addition to the appropriations and expenditures provided for in the budget. Such 1•ecelpts and appropriations must be added to the budget of the proper fund. The resolution may amend the budact to transfer revenue between funds to properly account for unanticipated revenue." Ftnall\. there werc 20 budget amendment,, approved via Executive Summary that slid n impact reserves or 1*CCO *nine additional revenue. but merely reallocated existin_T bud-'e apprupri,ttititts. Implications of Revising the Budget Amendment Polio° r The preceding data indicates that there is a significant amount of Board and staff time 1 Committed to.proccssin, budget amendments. Prior to submission to the Board. all huduct amendment rcqucsts are reviewed by the Department Director. the Division i Administrator,.thc Budget Office, the County M:ma2er's Office, and by the Finance i Department before being approved and processed into the system. During= the review process. the budget amendments are carefully analyzed to ensure that the), are valid. reasonable and necessary. As noted previously, this process resulted it). �' budget amendment requests in FY 99 that were voided following staff review. The Board has expressed the desire to consolidate routine agenda items being presented'; for their approval. This was demonstrated by the Board's shifting the budget amendment report to the consent agenda and by implementing the Summary Agenda. In keeping \� iih that cxpressed desire. it is, reasonable that the budget amendments submitted to the Bona should unly be those budget amendments that actually require Board approval per Florida Statutes. Many of the budget amendments that are currently submitted to the Board could reasonably and legally be approved by the County Manager. The County's current policy requires that budget amendments decreasing reserves by i more than $10,000 be submitted to the Board with an executive summary. Budget amendr.tents of Si0.000 or less are submitted to the Board for approval on the Budget . Amendment Report. I(the limit in FY 99 v, ere $15,000, there would have been 14 fewq'r Executive Summaries required: If the limit had been 550.000 there would have been ?(I fewer Executive Summaiies required. - For buclact amendments that do not affect reserves, the County's cunrent.policy requires; all f? td;_et amendments greater than'S 30,00t) to he submitted for approval With an �. AGE K,A r M executive summary, In FY 1999 there were 20 budget amendments.submitted to th t f Board with an executive summary thvt involved transfer of funding, VA:ithin: the tame t C: - Packet Page -573- i 7/7/2015 10. D. divismn and did not affect the total bud`et of' that division.. In accordance with Florida Stature 129.06. the Board can delegate approval authority to a designated budget office) :1 those types of budget amendments, i As noted previously. the County's current practice is to conduct a quarterly public hearing for atl budget amendments that involve an increase in revenue. Florida Statute 129.06 does not require this step to recognize all unanticipated revenue. Twenty -nine (29) of t1le hudget amendments that were approved after apublic heating in FY 1999 could have been approved by resolution. y i Strmmary anal Recommendations: Using the nnaiysis of the data collected it appears that the County could make a more cast effective tmd efficient use of the Board's time by revising the current Budget Amendment tPolicv. The effects of changing the adopted Budget Ame.ndmcnt Policy are summarized County Nlana2er Administrative Authority Under the current hudget amendment police. the County ?Manager has discretionary authoniv is defined in Resolution 56 -8 and is limited to budget amendments under S2.500 and not impacting reserves. I As noted in this report. there v,-ere sixty -nine (69) budget amendments approved on the t\\ icc monthly Budget Amendment Report. Of these 69 budget amendments. 38 (15.1IlCj) \%CT,c reductions to reserves of $10.000 or less. Statutory guidelines do not provide the latitude to delegate approval authority for reserve reductions to the County Manager. These budget amendments are thoroughly analyzed to guarantee that they are valid. reasonable and necessary before they are submitted to the Board for approval. Due to thr intense pre - screening and routine nature of these budget amendments, the Budget Amendment Report has always been approved as part of the consent agenda. y In addition, the County Manager is already delegated authority to approve routine items; during the Board's summer recess period. Through this delegated authority, the Countyl Manager has already demonstrated appropriate restraint in exercising this additional discretionary authority. Recommendation: Grant the Count( ;,Manager additional administrative, authority, as provided for in the Florida Statutes, in approving routine bu ('Ret amendments that.are curr'enily approved on tree Budget Amendment Report. �AGEND. err.. S aG_O Packet Page -574- 7/7/2015 10. D. Items currently included on the Budget Amendment Report that would nog+ be upprovetl udaninistratively by the County Manager include the folio+ +'im?: • Budiz amendments of 550.000 or less within the same fund and division (including; capital projects) not impacting reserves or appropriating supplemental revenue.'` j Granting this additional authority will provide Count% staff' greater flexibility in managing* their respective hadgets. A side benefit at' implementing this chan_c is the decreased time period required to implement routine budgetary changes. Due to the timing of the : current agenda cycle. delays of up to three weeks, are encountered, :: \Nole: in accordancc with Florida Statutes, there is no delegation of authority for hudgelt amendments than increase total division appropriations within the.sarne fund. As such, budRe.t amendments of S50,00 or less within the same fund but crossing division boundt11'1CS will ;till require approval on the Budact Amendment report. Ai)proval Reouired for Reserve Reductions The Current hudvel amendment polic% requires Buard approval of unv reductions to nscrve t'unds. 1f the; reserve reduction iS S 10.000 or less, the budget amendment is }?1?ro+ed on the Budget Amendment Report. A reduction to reserves in excess of --' 510,000 requires an Executive Summary. n Prior to .April 17. 1990 an Executive Summary was required for a budact amendment that decreased reserves by 525.000. The :April 17, 1990 budget police revision reduced this threshold from 525.000 to $10.000. Recommendations: i • The Board will approve reserve reductions up to $25,000 on the budget amendment report. Buclget amendments decreasing reserves in excess of 525,000 will require an Executive Summarv. Based on FY 99 data, there would have been 14 fewer Executive Summaries if the threshold 1 -01- budget amendments decreasing reserves were changed from S10,000 to S2 5.000. - AGENDA !TM o Novi 4 2IOOi� Packet Page -575- 7/7/2015 10.D. BudZet Amendments Approved by Public Hearing- As noted previously. budget. amendments that increase revenue received for a particular' purpose in enterprise or proprietary funds and unanticipated revenue fr-om ;rants. Rifts, donations, or insurance proceeds received for a particular purpose may be approved by resolution of the Board of Count Commissioners. - i Based on FY 99 data. iwenty -nine (29) hudsct amendments could have been approved by resolution of the Beard. rather than by public hear-incl. It should be noted that the abo\ ell numher-s are based on what occun-ed in FY 99. actual number, would differ from year 'lo If any or all of these actions are approved. routine items could be removed from the Boards ancnda and costs associoted with preparing and printing the weekly a`enda could he reduced. ,Additionally°. the County WOUld save advemsina costs for hudeet amendments appro\ d at puhhc hcaiina,. that would FILAV be apprcr\•id h\ resolution. • i Staff recommends the County Mjn.t2C7- appro\C chan_'eS'to the Budget .Amendment Police outlined above and forward the re\ i;ed policy to the Board of County - i Cominis,Joner'; foi- adoption. i Prepared by: Date: Randy Greenwald. Budnet Analyst A ej h�: r L) � Date: %�'.�-vL, 1 chuel Smyko vski. Budget Director Approved by: Date:`'Q Thomas W. Oiliff, Co y t '>vlanager AGENDA Jii7,EY. No J F Packet Page -576- 7/7/2015 10. D. Budget Amendments and Required Approvals Updated 9115/08 n Budget Amendment Types Approval Authority . Code Administrative Authority CM • Budget amendments of $50,000 or less County Manager or within the same fund and division -and not designee impacting reserves or recognizing. revenue I Budget Amendment Report REPORT • Decrease to reser_v_es. of. $25,000 or less BCC via Budget Amendment Report • Budget amendments of $50,000 or less within the same fund, but different division Executive Summary No Further Action NFA • Decrease to reserves in excess of $25,000 Board of County Commissioners via • Budget amendments greater than $50,000 Executive Summary (including increases to capital projects) • New positions and /or new services • Appropriate revenue from grants, donations, contributions, unanticipated revenue (enterprise /proprietary funds) or insurance - proceeds - Resolution (RESO) 1 • Increase of a fund total by recognizing carryforward or a transfer from another fund - Public Hearing (PH) • Budget amendments that require a RESO can not be processed until it goes to the BCC again in the form of a Resolution. OMB will submit the approved BA's at the next BCC meeting. i • Budget amendments that require a PH can " not be processed until it goes to. the BCC again in the form of a Public Hearing. OMB will submit the approved BA's each month 1 nd BCC meetin2 in each month). I:1Septemberl62008 SAPTraininglBudget Amendments and Required Approvals. doe Packet Page -577-