Loading...
Agenda 03/27/2018 Item #16B203/27/2018 EXECUTIVE SUMMARY Recommendation that the Collier County Board of County Commissioners (BCC), acting as the Community Redevelopment Agency (CRA), approves an After-the-Fact electronic grant application submittal in the amount of $600,000 to the Collier County Community and Human Services FY 2018/2019 Housing and Urban Development (HUD) Community Development Block Grant (CDBG) for the Immokalee Sidewalk Improvement Project within the Immokalee Community Redevelopment Area. OBJECTIVE: To improve accessibility and pedestrian safety within the Immokalee Community Redevelopment Area (CRA). CONSIDERATIONS: The Collier County Community and Human Services Department (CHS) recently announced the opening of the FY 2018/2019 grant application cycle for Housing and Urban Development (HUD) Community Development Block Grant (CDBG) funds. The application period began on Wednesday, January 10, 2018, and all applications were due by 3 p.m. Tuesday, February 20, 2018. Due to the short turnaround, staff secured the County Manager’s approval to submit the grant application as contemplated in CMA 5330, and is seeking Board approval after the fact. The scope of the project will include the installation of sidewalks along two streets within the Community: Carver Street from South Fifth Street to First Street and South Fifth Street from Eustis Avenue to Delaware Avenue. These improvements will further implement the South Immokalee sidewalk plan. The application was submitted electronically. FISCAL IMPACT: Total cost for the project is estimated to be $700,000. Although this grant application does not require a match; the CRA is pledging a monetary match of $100,000 to complete the design, engineering and permitting phase of the project. The CRA funds are budgeted within the CRA Fund 186. If awarded, grant revenue in the amount of $600,000 will be recognized through a Budget Amendment. GROWTH MANAGEMENT IMPACT: There is no impact to the Growth Management Plan related to this action. ADVISORY BOARD RECOMMENDATION: Due to the grant deadline of February 20, 2018, the Immokalee CRA Advisory Board reviewed this grant applicant application on February 21, 2018, and voted unanimously to recommend approval of this grant submittal. LEGAL CONSIDERATIONS: The Board will have the opportunity to accept or reject the funds if the grant is approved. Accordingly, this Office has no issue with respect to the legality of this request, which is appropriate for Board action and requires a majority vote for Board action. - JAB RECOMMENDATION: That the Collier County Board of County Commissioners (BCC), acting as the Community Redevelopment Agency (CRA) approves an After -the-Fact electronic grant application submittal in the amount of $600,000 to the Collier County Community and Human Services FY 2018/2019 Housing and Urban Development (HUD) Community Development Block Grant (CDBG) for the Immokalee Sidewalk Improvement Project within the Immokalee Community Redevelopment Area. Prepared By: Christie Betancourt, CRA Operations Manager 16.B.2 Packet Pg. 851 03/27/2018 ATTACHMENT(S) 1. [Linked] CDBG Application FY18-19 - Immokalee Sidewalk Improvements (PDF) 2. CMO Memo 2018 02-20 CHS CDBG HUD Immokalee (PDF) 3. CMO CDBG Approved forms - Immokalee (PDF) 16.B.2 Packet Pg. 852 03/27/2018 COLLIER COUNTY Board of County Commissioners Item Number: 16.B.2 Doc ID: 5023 Item Summary: Recommendation that the Collier County Board of County Commissioners (BCC), acting as the Community Redevelopment Agency (CRA), approves an After-the-Fact electronic grant application submittal in the amount of $600,000 to the Collier Count y Community and Human Services FY 2018/2019 Housing and Urban Development (HUD) Community Development Block Grant (CDBG) for the Immokalee Sidewalk Improvement Project within the Immokalee Community Redevelopment Area. Meeting Date: 03/27/2018 Prepared by: Title: Administrative Assistant – Immokalee CRA Name: Christie Betancourt 03/05/2018 1:05 PM Submitted by: Title: – County Manager's Office Name: Debrah Forester 03/05/2018 1:05 PM Approved By: Review: County Manager's Office Debrah Forester Director - CRAs Completed 03/08/2018 4:35 PM County Manager's Office Tim Durham Executive Director- Corp Business Ops Completed 03/14/2018 9:02 AM County Attorney's Office Jennifer Belpedio Additional Reviewer Completed 03/14/2018 9:53 AM Budget and Management Office Ed Finn Additional Reviewer Completed 03/15/2018 9:10 AM Grants Edmond Kushi Level 2 Grants Review Completed 03/15/2018 12:46 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 03/15/2018 2:19 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 03/15/2018 3:35 PM Grants Therese Stanley Additional Reviewer Completed 03/16/2018 12:53 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 03/18/2018 11:40 AM Board of County Commissioners MaryJo Brock Meeting Pending 03/27/2018 9:00 AM 16.B.2 Packet Pg. 853 TO: Leo E. Ochs, Jr., County Manager CC: Steve Carnell, Department Head – Public Services Department FROM: Therese Stanley, Manager – Grants Compliance Date: February 16, 2018 RE: County Manager review and approval of the 2018 Community Development Block Grant (CDBG) application to the Collier County Community and Human Services (CDBG) for the Immokalee CRA Sidewalk Improvements in the amount of $700,000 The Immokalee CRA is submitting the 2018 CDBG application to CHS for the Immokalee CRA Sidewalk Improvements for the construction of sidewalks improvements on various locations in Immokalee. There is no match required for this grant. $1000,000 matching funds are being included to make the application more competitive. The funding opportunity was announced on January 10, 2018 with a due date of February 20, 2018. Due to the short turnaround, we are requesting that the County Manager approve the application for submittal followed by after the fact approval by the Board of County Commissioners at the March 27, 2018 BCC meeting. Once you have reviewed the grant application, please call me at 239-252-8198 for pick up. Thank you, and please let me know if you have any questions regarding this request. After-the-Fact Approval by the BCC is required at the March 27, 2018 BCC meeting Note: The match referenced above should be $100,000 TCD 16.B.2.b Packet Pg. 854 Attachment: CMO Memo 2018 02-20 CHS CDBG HUD Immokalee (5023 : After The Fact CDBG Application submittal) Exhibit l0 ACKNOWLEDGEMENT LETTER All applicants shall incorporate this letter in the grant application after the submittal on the organization's letterhead. This will be page 2 of the application packet following the checklist. February 17,2078 RE: Request for Funding under the FY2018-2019 Grant Application Cycle Dear Ms. Grant and members of the Ranking and Revlew Committee: I have read the collier county community and Human services (cHS) application for Fy2018-2019 HUD funding. On behalf of the Collier County Board of County Commissioner, as the duly authorized signatory for Collier County Board of County Commissioners, I agree to and accept the terms, specific limitations, and conditions expressed therein. The information contained in this proposalor any part thereot including exhibits, schedules and other documents, delivered to the County are true, accurate and complete. This application includes all information necessary to ensure the statements therein do not, in whole or in part, misrepresent or mislead the County as to any materialfacts. By signing below, the undersigned acknowledges that he/she has read and understands the certifications attached hereto and, if awarded funds, as applicable, the Applicant will be able to comply fully with the provisions of those Certifications and will be able to comply with all additional applicable federal, state and local requirements, including procurement and financial management. Applicant also acknowledges that if a funding recommendation is made for less than the full amount applied for, additional documentation including a revised budget, scope of work and proposed accomplishments may be requested prior to final funding determinations. The county reserves the right to verify that the authorized signature above is authorized to bind the Applicant (on behalf of the Organization) and may require the applicant to submit documentation verifying such authority. Sincerely,k2 Signature of Age presentative Leo E. Ochs Jr. - Countv Mana ger Ms. Kimberley Grant, Director Collier County Community and Human Services 3339 E. TamiamiTrail, Suite 211 Naples, FL 34112 Name and Title 16.B.2.c Packet Pg. 855 Attachment: CMO CDBG Approved forms - Immokalee (5023 : After The Fact CDBG Application submittal) ATTESTATIONS AND CERTIFICATIONS FOR ALL APPLICATIONS AFFIDAViT OF COMPLIANCE WITH FEDERAL, STAT[, LOCAL REGULATIONS The undersigned certifies that the information in this application is true and correct. The undersigned further certifies that they are aware that if Collier County CHS finds that the applicant or undersigned has engaged in fraudulent actions or intentionally misrepresented facts on this application, this application will be rejected and the applicant may be unable to participate in any program for three (3) fiscal years. ln applying for CDBG/HOME/ESG funds, the applicant has read, understands and agrees to comply with all the provisions of all federal regulations issued thereto by the U.S. Department of Housing and Urban Development, state and local regulations and laws. 1. 24 CFR 570, as amended - The regulations governing the expenditure of Community Development Block Grant (CDBG) funds. 2. 24 CFR 58 - The regulations prescribing the Environmental Review procedure. 3. Section 104(b) and Section 109 of Title I of the Housing and Community Development Act of 1974 as amended 4. Titlevl of thecivil Rights Act of 1954 as amended, Title vlll of thecivil Rights Act of 1968 as amended 5. 24 CFR 570.601 Su bpa rt K - The regu lations issued pu rsuant to Executive Order 11053 which prohibits discrimination and promotes equal opportunity in housing. 6. Executive Order 11246 ("Equal Employment Opportunity"), as amended by Executive Orders 11375 and 12085 - which establishes hiring goals for minorities and women on projects assisted with federal funds and as supplemented in Department of Labor regu lations. 7. Title Vll of the 1958 Civil Rights Act as amended by the Equal Employment Opportunity Act of 7972,42 USC 5 2000e, et. seg. The SUBRECIPIENT will, in all solicitations or advertisements for employees placed by or on behalf of the SUBRECIPIENT, state that it is an Equal Opportunity or Affirmative Action employer. 8. 24 CFR 135 - Regulations outlining requirements of Section 3 of the Housing and Urban Development Act of 1958, as amended. Compliance with the provisions of Section 3 of the HUD Act of 1968, as amended, and as implemented by the regulations set forth in 24 CFR 135, and all applicable rules and orders issued hereunder prior to the execution of this contract, shall be a condition of the Federal financial assistance provided under this Exhibit ll 16.B.2.c Packet Pg. 856 Attachment: CMO CDBG Approved forms - Immokalee (5023 : After The Fact CDBG Application submittal) contract and binding upon the COUNTY, the SUBRECIPIENT and any of the SUBRECIPIENT'S Sub-reclpients and subcontractors. Failure to fulfill these requirements shall subject the COUNTY, the SUBRECIPIENT and any of the SUBRECIPIENT's Sub-recipients and subcontractors, their successors and assigns, to those sanctions specified by the Agreement through which Federal assistance is provided. The SUBRECIPIENT certifies and agrees that no contractual or other disability exists that would prevent compliance with these requirements. The SUBRECIPIENT further agrees to comply with these "Section 3" requirements and to include the following language in all subcontracts executed under thls Agreement: The SUBRECIPIENT further agrees to ensure that opportunities for training and employment arising in connection with a housing rehabilitation (including reduction and abatement of lead-based paint hazards), housing construction, or other public construction project are given to low- and very low-income persons residing within the metropolitan area in which the CDBG-funded project is located; where feasible, priority should be given to low- and very low-income persons within the service area of the project or the neighborhood in which the project is located, and to low- and very low- income participants in other HUD programs; and award contracts for work undertaken in connection with a housing rehabilitation (including reduction and abatement of lead- based paint hazards), housing construction, or other public construction project to business concerns that provide economic opportunities for low- and very low-income persons residing within the metropolitan area in which the CDBG-funded project is located; where feasible, priority should be given to business concerns that provide economic opportunities to low- and very low-income residents within the service area or the neighborhood in which the project is located, and to low- and very low-income participants in other HUD programs. The SUBRECIPIENT certifies and agrees that no contractual or other legal incapacity exists that would prevent compliance with these requirements. 'The work to be performed under this Agreement is a project assisted under a program providing direct Federal financial assistance from HUD and is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended (12 U.S.C. 1701). Section 3 requires that to the greatest extent feasible opportunities for training and employment be given to low- and very low-income residents of the project area, and that contracts for work in connection with the project be awarded to business concerns that provide economic opportunities for low- and very low-income persons residing in the metropolitan area in which the project is located." 9. Age Discrimination Act oI t975, Executive Order 11053, and Executive Order 1124G as amended by Executive Orders 11375, 17478, 12707 and 12086. 16.B.2.c Packet Pg. 857 Attachment: CMO CDBG Approved forms - Immokalee (5023 : After The Fact CDBG Application submittal) 10. Contract Work Hours and Safety Standards Act, 40 USC 327-332 11. Section 504 of the Rehabilitation Act of 1973,29 usc 776(b\ (5), 24 CFR 570.614 Subpart K. 12. The Americans with Disabilities Act of 1990 13. Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, as amended. L4. 29 CFR Parts 3 and 5 - Regulations which prescribe the payment of prevailing wages and the use of apprentices and trainees on federally assisted projects as mandated by the Davis- Bacon Act. HUD Form 4010 must be included in all construction contracts funded by CDBG. (See 42 USC276a and 24 CFR 135.11(c)). 15. Executive Order 11914 - Prohibits discrimination with respect to the handicapped in federally assisted projects. 16. Executive Order 11525 and U.S. Department of Housing and Urban Development Circular Letter 79-45 - which prescribes goal percentages for participation of minority businesses in Community Development Block Grant Contracts. 17. The SUBRECIPIENT agrees to comply with the non-discrimination in employment and contracting opportunities laws, regulations, and executive orders referenced in 24 CFR 57O.607, as revised by Executive Oder 73279. The applicable non-discrimination provisions in Section 109 of the HCDA are still applicable. 18. Public Law 100-430 - the Fair Housing Amendments Act of 1988. 19.24 CFR 84 - Uniform Administrative Requirements for Grants and Agreements with lnstitutions of Higher Education, Hospitals and Other Non-Profit Organizations. 20.24 CFR 85 - Administrative Requirements for Grants and Cooperative Agreements to State, Local, and Federally recognized lndian Tribal Governments shall be followed for sub recipients that are governmental entities. 21. lmmigration Reform and Control Act of 1985 as located at 8 USC 1324, et seq. and regulations relating thereto. Failure by the SUBRECTPTENT to comply with the laws referenced herein shall constitute a breach of this agreement, and the County shall have the discretion to unilaterally terminate this agreement immediately. 22. Prohibition of Gifts To county Employees - No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any 16.B.2.c Packet Pg. 858 Attachment: CMO CDBG Approved forms - Immokalee (5023 : After The Fact CDBG Application submittal) County employee, as set forth in Chapter 172, Part lll, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. 23. Order of Precedence - ln the event of any conflict between or among the terms of any of the Contract Documents, the terms of the Agreement shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at Owner's discretion. 25. The SUBRECIPIENT agrees to comply with the following requirements: a. Clean Air Act,41 USC7407, et seq. b. FederalWater Pollution Control Act,33 USC 1251, etseg., as amended. 27. The SUBRECIPIENT agrees that any construction or rehabilitation of residential structures with assistance provided under this contract shall be subject to HUD Lead-Based Paint Poisoning Prevention Act found at 24 CFR 570.608, Subpart K. 28. The SUBRECIPIENT agrees to comply with the Historic Preservation requirements set forth 24. Dispute Resolution - Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. Any situations when negotiations, litigation and/or mediation shall be attended by representatives of SUBRECIPIENT with full decision-making authority and by COUNTY'S staff person who would make the presentation of any settlement reached during negotiations to COUNTY for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediatlon under S 44.102, Florido Stotutes. The litigation arising out of this Agreement shall be Collier County, Florida, if in state court and the US District Court, 2O'h Judicial Court of Florida, if in federal court. BY ENTERING INTO THIS AGREEMENT, COLLIER COUNTY AND THE SUBRECIPIENT EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. 26. ln accordance with the requirements of the Flood Disaster Protection Act of 1973 (42 USC 4002 and 24 CFR 570.605 Subpart K), the SUBRECIPIENT shall assure that for activities located in an area identified by FEMA as having special flood hazards, flood insurance under the National Flood lnsurance Program is obtained and maintained. lf appropriate, a letter of map amendment (LOMA) may be obtained from FEMA, whlch would satisfy this requirement and/or reduce the cost of said flood insurance. 16.B.2.c Packet Pg. 859 Attachment: CMO CDBG Approved forms - Immokalee (5023 : After The Fact CDBG Application submittal) in the National Historic Preservation Act of 7966, as amended (16 U.S.C. 470) and the procedures set forth in 36 CFR Part 800, Advisory Council on Historic Preservation Procedures for Protection of Historic Properties, insofar as they apply to the performance of this agreement. ln general, this requires concurrence from the State Historic Preservation Officer for all rehabilitation and demolition of historic properties that are fifty years old or older or that are included on a federal, state or local historic property list. 29. The SUBRECIPIENT must certlfy that it will provide drug-free workplaces in accordance with the Drug-Free workplace Act of 1988 (41 USC 701). 30. The SUBRECIPIENT agrees to comply with the following Payments to the Subrecipient are governed by the Federal grants management rules for cost allowability found at 2 CFR 200 Subpart E-Cost Principles. For the purposes of this section, Subrecipient is defined as a described in 2 CFR 200.93. Accordingly, payments will be made on a cost reimbursement basis. Each request for reimbursement shall identify the associated project and approved project task(s) listed under this Scope of Work. The Subrecipient may only incur direct costs that may be attributed specifically to the projects referenced above as defined in 2 CFR 200.413. The Subrecipient must provide adequate documentation for valldating costs incurred. Payments to Subrecipient's contractors and vendors are conditioned upon compliance with the procurement requirements provided for in 2 CFR 200.318. Allowable costs incurred by the Subrecipients and Contractors shall be in compliance with 2 CFR Subpart E-Cost Principles. A Developer is not subject to 2 CFR Subpart E, however the County is Subject to 2 CFR Subpart E and may impose requirements upon the Developer in order for the County to remain compliant with its obligation to follow 2 CFR Subpart E. The Developer will use adequate internal controls, and maintain necessary source documentation for all costs incurred and adhere to any other accounting requirements included in this agreement. 31. Audits shall be conducted annually and shall be submitted to the COUNry one hundred eighty (180) days after the end of the SUBRECIPIENT's fiscal year. The SUBRECTPTENT shall comply with the requirements and standards of 2 CFR Subpart E-Cost Principles. lf an Agreement is closed out prior to the receipt of an audit report, the COUNTY reserves the right to recover any disallowed costs identified in an audit after such closeout. 33. As provided in 5 287.133, Florido Stotutes by entering into this Agreement or performing 32. Any real property acquired by the SUBRECIPIENT for the purpose of carrying on the projects stated herein, and approved by the COUNTY in accordance with the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 and 49 CFR24, shall be subject to the provisions of CDBG including, but not limited to, the provisions on use and disposition of property. Any real property within the SUBREC|PIENT control, which is acquired or improved in whole or part with CDBG funds in excess of 525,000, must adhere to the CDBG Regulations at 24 CFR 570.505. 16.B.2.c Packet Pg. 860 Attachment: CMO CDBG Approved forms - Immokalee (5023 : After The Fact CDBG Application submittal) any work in furtherance hereof, the SUBRECIPIENT certifies that it, its affiliates, suppliers, subcontractors and consultants who will perform hereunder, have not been placed on the convicted vendor list maintained by the State of Florida Department of Management Services within the 36 months immediately preceding the date hereof. This notice is required by 5 287.133 {31 (al, Florido Stotutes. 34. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. lf any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, contracts under grants, loans, and cooperative agreements) and that all SUBRECIPIENTS shall certify and disclose accordingly. 35. Travel reimbursement will be based on the U.S. General Services Administration (GSA) per diem rates in effect at the time of travel. 36. Any rule or regulation determined to be applicable by HUD. 37. Florida Statutes 713.20, Part 1, Construction Liens Orga nization Name: Collier County Board of County Commissioners Name/Signature: (Signature) Date: 38. Florida Statutes 119.021 Records Retention Leo E. Ochs Jr. (Please Print) 1;,1". County Manager t 16.B.2.c Packet Pg. 861 Attachment: CMO CDBG Approved forms - Immokalee (5023 : After The Fact CDBG Application submittal) Exhibit l2 CERTIFICATION OF CDBG/HOME/ESG FUNDED CONSTRUCTION/REHABILITATION PROJECTS 7. All construdion ot on olons and Dermits must be oDoroved ond in Dloce 2 3 prior to fundino. Cooies of all pemits must be ottoched to opplicotion. The County shall not be obligated to pay any funds to the project prior to the completion of an environmental review of the project and said review is approved by any government agencies as may be required by law. The Applicant will assure all wages paid to construction workers by its or its subcontractors are in compliance with federal, state and local labor requirements. The Applicant agrees to include in the construction bid specifications in connection with this agreement the applicable Federal Wage Determination assigned to this project by HUD. The applicant must also inform the contractor/subcontractors that they will be required to submit documents after a county conducted pre-construction conference and prior to construction. Weekly Davis Bacon reports must be submitted thereafter as required by the federal government. The Applicant agrees to comply with and to assure that its subcontractors comply with the 2 CFR 200 for programs funded in whole or in part of CDBG/HOME funds. Pursuant to Section 109 of the Act, the Applicant specifically agrees that no person shall be denied the benefits of the program on the grounds of race, color, sex, religion or national origin. The Applicant agrees, on its own behalf and on behalf of its contractors and subcontractors, to take affirmative action in attempting to employ low income and minority persons, as mandated by law (Section 3). As required by 2 CFR 200 and by Florida Statutes Section 287.055, professional services must be competitively selected. The competitive selection process must include a public advertisement, issuance of a request for application and a competitive review based on uniform criteria. Selection criteria must consider the basic qualifications, professional competence, experience and suitability of each firm. Fees for professional services must be requested as a fixed sum and not stated as a percentage of construction costs. All documents, bld specifications, notices and constructlon drawings must be submitted for review and approval to Collier County Community and Human Services (CHS) prior to public advertisement. Any applicable bidding process for construction contracts, based on Collier County,s Purchasing Thresholds, must include a formal advertisement, published in the Naples Daily News and the lmmokalee Bulletin (where applicable). The announcement must include the following: 4 5 5 7 8 9 lf the applicant onticipotes using CDBG/HOME/ESG lot construdion or rehabilitation, the following federal ond county requirements must be ocknowledged: 16.B.2.c Packet Pg. 862 Attachment: CMO CDBG Approved forms - Immokalee (5023 : After The Fact CDBG Application submittal) a.Date, time and place that bid documents are available and the same information for any pre-bid conferences and receipt of bids. b. Requirement of bid surety in the amount of ten percent (10%) of the bid and a performance and payment bond equal to 100% of the award. c.Standard statement regarding the "in whole or in part" federal funding of the project and the varlous applicable federal regulations. 10. The County reserves the right to be present at the time of bid openings. 11. The Applicant agrees to submit to the County all documentation of the steps followed in the selection of professional services and construction contracts. 1-2. The Applicant agrees to specify a time of construction and include a liquidated damage clause in all construction contracts. Cost plus a percentage of cost and percentage of construction cost contracts will not be permitted. 13.The Applicant agrees that it will not start construction until an official "Notice to Proceed" has been issued. 14. Pursuant to 570.608 of the CDBG Regulations and the new provisions in the Economic and Community Development Act of 1974 as amended, the Applicant agrees to comply with the inspection, notification, testing and abatement procedures concerning lead- based paint. l, hereby acknowledge that I have read the specific requirements contained in this Certification and that eligibility of my organization's project depends upon compliance with the requirements contained in this document. Name/Signature: Leo E. Ochs Jr. (Please Print) Title: County Manager (Signature) Date: Name of Organiz"llon' Collier County Board of County Commissioners 16.B.2.c Packet Pg. 863 Attachment: CMO CDBG Approved forms - Immokalee (5023 : After The Fact CDBG Application submittal) Exhihir l l Acknowlcdgement of Religious Organization RequiremeDts ln accordance with the First Amendment of the United States Constitution "church/state principles," CDBG/HOME/ESG assistance may not, as a general rule, be provided to primarily religious entities for any secular or religious activities. A rellgious entity that applies for and is awarded CDBG/HOME/ESG funds for public service activities must agree to the following: 1. lt will not discriminate against any employee or applicant for employment on the basis of religion and will not limit employment or give preference to persons on the basis of religion. 2. lt will not discriminate against any person applying for such public services on the basis of religion and will not limit such services or give preference to persons on the basis of religion. The organization may continue to carry out its mission, including the definition, practice and expression of its religious beliefs, provided it does not use direct CDBG funds to support any inherently religious activities. Among other things, faith based organizations may use space in their facilities to provide CDBG funded services without removing religious art, icons, scriptures or other religious symbols. A CDBG funded religious organization retains its authority over its internal governance and may retain religious terms in its organization's name, select its board members on a religious basis, and include religious references in its organization's mission statements and other governing documents. 3. lt may not engage in inherently religious activities, such as worship, religious instruction or proselytization, as part of the programs or services funded under this part. lf the organization conducts such activities, the activities must be offered separately, in time or location, from the programs or services funded under this part and participation must be voluntary for the beneficiaries of the HUD funded programs or services. 4. CDBG/HOME/ESG funds may not be used for the acquisition, construction or rehabilitation of structures to the extent that those structures are used for inherently religious activities. CDBG funds may be used for the acquisition, construction or rehabilitatlon of structures only to the extent that those structures are used for conducting eligible activities. Sanctuaries, chapels, or other rooms that a CDBG funded religious congregation uses as its principal place of worship, however, are ineligible for CDBG funded improvements. 42 Therefore, the following restrictions and limitations apply to any provider which represents that it is, or may be deemed to be, a religious or denominational institution or an organization operated for religious purposes which is supervised or controlled by or operates in connection with a religious or denominational institution or organization, These requirements are outlined in 24 cFR 570.2000X1-5). 16.B.2.c Packet Pg. 864 Attachment: CMO CDBG Approved forms - Immokalee (5023 : After The Fact CDBG Application submittal) Acknowledgement of Religious Organization Requirements Page 2 lhereby acknowledge that I have read the specific requirements contained in this attachment and that eligibility of my organization's project depends upon compliance with the requirements contained !n this agreement. Organization Name: Name/Signature: \\ier d f C-ryrvwstitt+c-t a,€ (Please Print) C,ulrr+{ WlGroftr (Signature Title:Date:f- 43 J 16.B.2.c Packet Pg. 865 Attachment: CMO CDBG Approved forms - Immokalee (5023 : After The Fact CDBG Application submittal) Exhibit l4 CERTIFICATION FOR THE SUBRECIPIENT OR DEVELOPER OR VENDOR ENTITY CERTIFICATION FOR THE GRANTEE ENTI'TY Only one required per entity signed by an authorized representative REGARDING DEBARMENT OT SUSPENSION, REAL OR APPARENT CONFLICT OF INTEREST, FALSIFICATION OT' DOCUMENTS, SUBSTANTIAL NON.COMPLIANCE OR NON-PERFORMANCE UNDER A GRANT, INELIGIBILITY, VOLUNTARY EXCLUSION ON AGRXEMENTS/SU&AGREEMENTS This certification is required by the regulation implementing Executive Order 12549, Debarment and Suspension, signed February 18, 1986. The guidelines were published in the May 29, 1987 Federal Register (52 Fed. Reg., pages 20360-20369). The Board of County Commissioners further adopted a Resolution (2013-228) effective October 8, 2013 to establish application screening criteria for Collier County administered federal and state grants. The resolution specifies this list of interested parties refers to the following representatives of the grantee organization under any form ofarrangement or agreement: Each Board of Directors member Officers ofthe Board Executive Director All employees and supervisors that will work on the grant Definitions: [Note: The Defnitions (l) vill be tailoredlor the applicable grqnt programJ (l) The terms "debaned," "suspended," "ineligible," "person," "principal," and "voluntarily excluded," as used in this certification, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549 and 45 CFR (Code of Federal Regulations), Part 76. Contact Collier Community and Human Services or go to yqlw.HUD.gov website for assistance in obtaining a copy ofthose regulations (2) The term substantial non-compliance or non-conformance as used in this certification includes:o Return ofawarded grant funds on more than one occasion in the last three yearso Non-compliance with a monitoring corrective action plan. Other substantial non-compliance or non-conformance ofa grant. The organization applying for grant funding is hereby certiffing and will follow the below listed: Each grantee of federal or state financial and non-financial assistance must sign this debarment certification at time of application. lndependenl auditors who audit federal or state programs regardless ofthe dollar amount are required to sign this certification form to include certifiaationof debarment. Collier County Community and Human Services or its agreement grantee/contractors will not contract with subcontractors ifthey are debarred or suspended by the federal govemment. 16.B.2.c Packet Pg. 866 Attachment: CMO CDBG Approved forms - Immokalee (5023 : After The Fact CDBG Application submittal) 2. Each entity applying for a grant from Collier County will assure all individuals and positions listed above complete and submit appropriate certifications. 3. The grantee shall provide immediate written notice to the grant coordinator at any time the grantee/contractor leams that its certification was erroneous when submitted or has become erroneous by reason ofchanged circumstances. 5. The grantee further agrees by submitting this certification that it will require each contractor/subcontractor of agreements and/or contracts referencing this conlract whose payment will equal or exceed $100,000 in federal monies, to submit a signed copy of this certification with each sub-agreement. 6. The grantee may rely upon a certification by a subcontractor entity that it is not debaned, suspended, ineligible, or voluntarily excluded from contracting/subcontracting unless the grantee/contractor knows that the certification is erroneous. 7. The grantee has adopted conflicl of interest policies and procedures within their organization and will provide a copy of such prior to the execution of an agreement should the grant application be funded. lf the grantee does not have conflict of interest policies and procedures they must adopt policies/procedures for determining when a conflicl of interest exists and disclosing it to the public as required by the applicable program requirements. The prospective grantee certifies, by signing this certification, that neither the entity nor their above noted principals and respective employees, within the last thee years: (l) Has been debaned, suspended, proposed for debarment, and declared ineligible, or voluntarily excluded from participation in contracting with Collier County Community and Human Services by any federal department or agency. Where the prospective grantee is unable lo certifo to any of the slatements in this certification, such prospective grantee shall attach an explanation to this certification. (2) Has had a real or apparent conflict ofinterest (3) Has falsified documents (4) Has substantial non-compliance or non-conformance with performance under a grant with Collier County or any olher entity However, the County reserves the right to request additional documentation prior to making a final determination 4. The grantee further agrees by submitting this certification that, it shall not knowingly enter into any sub-agreement with a person who is debaned, suspended, declared ineligible, or voluntarily excluded from participation in this contract unless authorized by the Federal Govemment. Collier County Community and Human Services will rely on the certifications of this document as true and reliable. 16.B.2.c Packet Pg. 867 Attachment: CMO CDBG Approved forms - Immokalee (5023 : After The Fact CDBG Application submittal) Collier County Community and Human Services may rely upon a certification by a nonprofit organization that it is not debarred, suspended, ineligible, or voluntarily excluded from contracting or subcontracting unless the department knows that the certification is erroneous. This certification is a material representation of fact upon which reliance is placed when this application is submitted. If it is later determined that the signed knowingly rendered an erroneous certification, the Federal Govemment (via Section l00l of Title l8 USC for making false statements) and Collier County may pursue available remedies, including suspension, debarment, grant award retraction, and/or suspension from applying for awards for three years under Resolution 2013-228. Name of Organi ,ation,(.,(J\bord f Cth.Y\'J\i^^{ Signature of Authorized Individual Date )\$ L<o € cLt^s \tr. C-q,^r-'\ Name and Title ofAuthorized Individual (Print or type) J 16.B.2.c Packet Pg. 868 Attachment: CMO CDBG Approved forms - Immokalee (5023 : After The Fact CDBG Application submittal) CERTIFICATION FOR THE DIRECTORS OF THE BOARD, EXECUTIVE DIRECTOR, EMPLOYEE OR SUPERVISOR One EACH for every director, the executive director, and each staffmember proposed to be directly working on or overseeing a staff member directly working on the grant REGARDING DEBARMENT oT SUSPENSION, REAL OR APPARENT CONFLICT OF INTER.EST, FALSIFICATION OF DOCUMENTS, SUBSTANTIAL NON-COMPLIANCE OR NON-PERT'ORMANCE UNDER A GRANT, INELIGIBILITY, VOLUNTARY EXCLUSION ON AGREEMENTS/SUB-AGREEMENTS The Board of County Commissioners adopted a Resolution (20'13-228) effective October 8, 2013 ro establish application screening criteria for Collier County administered federal and state grants. The resolution specifies this list of interested parties refers to the following representatives of the grantee organization under any form ofarrangement or agreement: Each Board of Directors member Officers oflhe Board Executive Director All employees and supervisors that will work on the grant Definitions: (l) The terms "debaned," "suspended," "ineligible," "person," "principal," and "voluntarily excluded," as used in this certification, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549 and 45 CFR (Code of Federal Regulations), Part 76. Contact Collier County Community and Human Services or go to www.HUD.qov website for assistance in obtaining a copy ofthose regulations. (2) The lerm substantial non-compliance or non-conformance as used in this certification includes:. Retum ofawarded grant funds on more than one occasion in the last thee years o Non-compliance with a monitoring corrective action plan o Other substantial non-compliance or non-conformance ofa grant The undersigned certifies, by signing this certification, that, within the last three years, they have not: Been debaned, suspended, proposed for debarment, declared ineligible or voluntarily excluded from participation in contracting with Collier County Community and Human Services by any federal department or agency. (Where lhe prospective individual is unable to certify to any ofthe statements in this certification, such individual shall attach an explanation to this certifi cation.) 2. Had a real or apparent conflict ofinterest 3. Falsified documents 16.B.2.c Packet Pg. 869 Attachment: CMO CDBG Approved forms - Immokalee (5023 : After The Fact CDBG Application submittal) 4. Had substantial non-compliance or non-conformance with performance under a grant with Collier County or any other entity The undersigned shall provide immediate written notice to the grantee at any time the undersigned leams lhat its certification was erroneous when submitted or has become erroneous by reason ofchanged circumstances. Collier County Community and Human Services will rely on the certification of this document as true and reliable. However, the County reserves the right to request additional documentation prior to making a final determination. This certification is a material representation of fact upon which reliance is placed when this application is submitted. If it is later determined that the signed knowingly rendered an erroneous certification, the Federal Govemment (via Section l00l of Title l8 USC for making false stalements) and Collier County may pursue available remedies, including suspension, debarment, grant award retraction, and/or suspension from applying for awards for three years under Resolution ?.013-228. Collier County Board of County Commissioners Name ofOrganization County Manager Role of undersigned (Director, Executive Director, Employee [speci! role], Supervisor [speciS role] 4 Signature Leo E. Ochs Jr.Date: )\y Print or type name of signatory 16.B.2.c Packet Pg. 870 Attachment: CMO CDBG Approved forms - Immokalee (5023 : After The Fact CDBG Application submittal) Powered by ZoomGrants™ Email This Preview Save as PDF Print Close Window A▲▼ Collier County Community and Human Services Community and Human Services 2018 Community Development Block Grant (CDBG) 2/20/2018 deadline Immokalee CRA Immokalee Sidewalk Improvements $ 600,000.00 Requested $ 700,000 Total Project Cost Project Contact Christie Betancourt Christie.Betancourt@colliercountyFL.gov Tel: 239-867-0028 Additional Contacts Debrah.Forester@colliercountyFL.gov Immokalee CRA 3299 Tamiami Trail East Naples , FL 34112 Collier County CRA Director Debrah Forester Debrah.Forester@CollierCountyFL.gov Telephone239-867-0028 Fax Web www.immokaleetoday.com DUNS 076997790 SAM Expires 11/29/2017 Agency Information Section 3: AGENCY ORGANIZATION INFORMATION 1. Is your organization a non-profit with 501(c)(3) status? 2. How many years have you been in operation? 3. Is your organization or agency faith based? If yes, all faith-based organizations must complete and attach Acknowledgement of Religious Organization Requirements Form (in the Documents tab) 4. Does your agency have written personnel, fiscal/procurement & implemented policy? (Community and Human Services will review upon award) 5. Does your agency have a written operating procedures manual? (Community and Human Services will review upon award) 6. Physical Address (if different from mailing address listed in previous tab) ✔✔✔✔ Yes gfedc No 18 Years 18.0018.00 TOTAL gfedc Yes ✔✔✔✔ No ✔✔✔✔ Yes gfedc No ✔✔✔✔ Yes gfedc No If the mailing and physical address are the same, enter 'Same'. CareerSource Southwest Florida building - 750 South 5th Street, Immokalee, FL 34142 Application Questions Section 4: NATIONAL OBJECTIVES 1. Which one of the three National Objectives will this project target? For additional information, click the Application Guide tab, above. 2. Provide justification for how your project targets the National Objective selected above. Refer to the Application Guide tab, above, for specific subcategories to address. This project will provide public facilities and improvements to the local schools, non-profits, and the residential and commercial areas in various locations in Immokalee. The Low Moderate Income designation is illustrated using HUD Low Income Census Tract map, (Exhibit 18) LMA Collier County Maps FY 2015 and (Exhibit 19) Immokalee Area Census Map. Section 5: INDICATOR ACTIVITY CODE (HUD MATRIX CODES) 3. Which HUD Activity Code best reflects this proposed project? Refer to the HUD Activity Codes document in the Library tab for a list of codes. If your project reflects more than 1 matrix code, you must submit multiple applications. (Click the Open Programs tab, above, to create an additional application.) Section 6: PROJECT DESCRIPTION AND GOALS 4. Concise Project Description and Goals Narrative (placing emphasis in THIS project application) Refer to Applicant Guide tab for specific instructions. The Collier County Board of County Commissioner, on behalf of Immokalee Community Redevelopment Agency (CRA), is seeking funding assistance to complete the next phase of the Immokalee Sidewalk Improvements Project. In 2016/2017 the CRA was awarded a total of $600,000 to complete sidewalks on a portion of Eustis Avenue, South 9th Street, and South 5th Street. We are requesting $100,000 to design and permit the sidewalks listed below. We are also requesting $500,000 construction funds to construct the project. Immokalee is a walking community where walking should be a safe and convenient mode of transportation and recreation. In order to promote more walking and cycling activities, the CRA and MSTU are requesting funds to construct sidewalks in locations where the highest concentrations of pedestrians exist and where the lack of a sidewalks poses the greatest threat to the pedestrian. This application will continue to further implement the Immokalee Sidewalk Improvement Plan. While streets built today are required to include sidewalks, many of the existing streets in Immokalee were built without sidewalks. The implementation of the Immokalee Sidewalk Improvements program will be done in two phases. Phase 1 will be Engineering Design and permitting and Phase 2 will be for Construction Services. Suggested Areas considered of most need are on the south side of Immokalee. 1. Carver Street (From South 5th Street to South 1st Street) 2. South 5th Street (Carver Street to Delaware Avenue) Most sidewalks were selected by the CRA and MSTU 2016 Goals and Action Plans of the Advisory Committees. (Exhibit 22) This implementation could also include the removal and replacement of existing deteriorating and/or unsafe features from within the County right-of-way. The Program will be consistent with two previous related studies/reports entitled (Exhibit 23) Immokalee Pedestrian Crosswalk Improvements Study, and The Immokalee Walkability Study (Exhibit 24). The First phase of the Immokalee Sidewalk Improvement project was funded with a variety of funding sources including: Immokalee Beautification MSTU; Immokalee CRA and 2017 CDBG funds. This project is slated to be completed March 28, 2018. The current project and the proposed new project will improve pedestrian and vehicular safety, provide aesthetics to create a unified community character, and improve the visibility and economic viability of existing and future businesses in the downtown area and several other areas of Immokalee. ✔✔✔✔ Benefits low and moderate income persons (24 CFR 570.208(a)) gfedc Aids in the prevention or elimination of slums or blight (24 CF 570.208(b)) gfedc Qualifies as a certified urgent need (24 CF 570.208(c)) 03L Activity Code 0.000.00 TOTAL Collier County Transportation Operations Department, in conjunction with a citizen’s focus group, as opposed to a single thought, was tasked to study and identify the possible underlying causes for the high accident and crime rate. The task force identified a concern with lack of sidewalks, obstructed intersection sight lines, not enough light and limited pedestrian visibility. Goals: Promote and improve walking as a safe and inviting mode of travel through a comprehensive walking program of pedestrian facilities. Vision: • Increase the safety of commuters walking or using transit to get to work. • Increase the safety of students walking to school or riding the bus. • Increase transit use in the community. • Foster strong public awareness about the rights and responsibilities of pedestrians. • Support walking as a recreational activity. See (Exhibit 20): Map of Various Immokalee Designations for study area boundary (Community Redevelopment Area). See (Exhibit 21) Photos of sidewalks. Section 7: IMPACT ON COLLIER COUNTY’S PRIORITY NEEDS NOTED IN THE APPLICANT GUIDE 5. Impact on Collier County's Priority Needs Noted in the Applicant Guide Narrative Refer to Applicant Guide tab for specific instructions. Level of local support and community involvement: The Immokalee Community Redevelopment Agency (CRA), the Immokalee Municipal Service Taxing Unit (MSTU), the Collier County Public Transit and Neighborhood Enhancement Division (PTNE), and Collier County Metropolitan Planning Organization (MPO) have a several areas in Immokalee they would like to construct sidewalks on. This proposed Project will be used to further implement the Immokalee CRA & MSTU Annual Goals. The Immokalee community area is designated a Rural Area of Opportunity (RAO). The benefits of being a designated RAO is that communities are given extra points on grants, they are eligible to receive waivers or reduction of match, they are priority assignments for REDI as well as to allow the Governor, acting through REDI, to waive criteria, requirements, or similar provisions of any economic development incentive. Incentives include, but are not limited to, the Qualified Target Industry Tax Refund Program, Quick Response Training Program, and Quick Response Training Program for participants in the welfare transition program, transportation projects, Brownfield redevelopment bonus refund, and the rural job tax credit program. The Immokalee community area is also designation a Promise Zone. The benefits of being a promises zone is that it partners the Federal government with local leaders who are addressing multiple community revitalization challenges in a collaborative way. Promise Zone Designees will receive: • Preferences for certain competitive federal grant programs and technical assistance from participating federal agencies; • A federal liaison assigned to help designees navigate federal programs; • An opportunity to engage AmeriCorps VISTA members in the Promise Zone’s work; and, • Promise Zone tax Incentives, if enacted by Congress. The Sidewalk program will greatly improve the functionality and aesthetics of the business district and residential areas while improving the quality of life in Immokalee. Both the CRA and Immokalee Lighting/Beautification MSTU Advisory Committees have worked long and hard with Collier County Alternate Transportation Department and Collier Metropolitan Planning Organization (MPO) Board to ensure that these improvements be carried through to completion to serve the community interests as a whole. The design elements of the sidewalk projects along 5th Street will include the removal of existing damaged and deteriorated asphalt and replacement with new concrete sidewalk and will incorporate improved drainage where identified. The Immokalee Public Realm Plan/Town Design has been adopted by the local community via the Immokalee Community Redevelopment Agency Advisory Board and the Collier County Board of County Commissioners identifies the need to enhance public spaces and interconnectivity in the community., This project will improve public safety and continue to implement a sidewalk plan that will connect area schools, parks and the business district. Additionally, this project is consistent with the “Immokalee Walkable Community Study” prepared for Collier County Metropolitan Planning Council, dated April 2010. Section 8: EXPERIENCE AND CAPACITY 6. Experience and Capacity Narrative Refer to Applicant Guide tab for specific instructions. The CRA team that will be managing this program consists of James Sainvilus, Project Manager, Christie Betancourt Operations Manager, and CRA Director Debrah Forester. Once the contract has been approved by the BCC, James Sainvilus will take over the role of Construction Manager. He will schedule the initial preconstruction meeting with all stakeholders. He will lay out the project schedule, Davis Bacon reporting requirements, scope of work, and any other pertinent information. As the project progresses, staff will be on site daily to ensure adherence to all safety codes and scope of work. He will keep a daily activity log complete with pictures. Mr. Sainvilus will review contractor invoices on a monthly basis before handing them over to finance for processing. The construction of this proposed sidewalk project will demonstrate through implementation that the community needs and goals have been heard by the governing bodies and action is being taken to invest in the Immokalee community. This sidewalk project will continue renewed community pride through the development of comprehensive sidewalks in lieu of simple sidewalks. Other projects focused on the implementation of improvements to the Immokalee area have also recently been initiated for Immokalee’s future such as the completion of the First Street Zocalo Plaza at the intersection of Main Street and First Street. The Plaza worked towards the design and construction of a community plaza space as identified in the Immokalee Public Realm Plan. In 2014, the Immokalee CRA awarded two construction contracts related to the further implementation of the Immokalee Stormwater Master Plan construction began on March 2015 and was completed on August 2015. The Immokalee CRA staff completed the Immokalee Drive corridor in west Immokalee which was first identified as an area of concern by SWFL Water Management District in its original Immokalee Master Drainage Improvement Plan in 2005. Their concerns were based primarily on the nuisance flooding along the corridor in this densely populated residential area. This $2.5 million project addressed the concerns through the installation of a series of drainage structures connected via a piped conveyance system that meets current design standards. As a pedestrian safety measure, the scope also included the installation of concrete sidewalks on both sides of the roadway. The CRA also installed a comprehensive asphalt overlay, constructed new driveway aprons and replaced all effected right-of-way features. In 2011 the CRA invested $4 million dollars in improving the drainage conveyance systems in the Downtown District. The Colorado Avenue project consist of the CRA going back in to this project area to install additional drainage structures and pipe along Colorado Avenue to further improve the hydrology of the area. Although this project addresses drainage issues, of equal importance is the pedestrian safety improvement component of the project. The Colorado Avenue corridor from South First to South Ninth Streets consists of drainage ditches in some areas which force pedestrians and vehicles to share the roadway. The project included concrete sidewalks, grading & new sod on both sides of Colorado Avenue from South First to South Ninth Streets in the densely populated downtown Immokalee area. Prior to installing the sidewalks, the CRA filled the open drainage ditches with concrete drainage pipe and fill dirt in order to create a level area for the sidewalks along the roadway. Colorado Avenue is the primary pedestrian access facility for families accessing both Pinecrest Elementary School and the Immokalee Daycare Center. In an area where families generally escort their young children to and from school, the sidewalks were vital to ensuring pedestrian safety. Prior to the project, families were forced to share the roadway with vehicles due to deep open drainage ditches along both sides of the roadway. The Immokalee CRA continues to work on projects – major and minor – to improve the physical surroundings of Immokalee and its quality of life. On August 13, 2013, the Immokalee CRA staff also completed a sidewalk project on Carson Rd, which is being used as a tool to estimate the project costs for this proposed program. Carson Road Sidewalk Improvement cost $175,000 for 0.5 mile of sidewalks, but did not include additional site features such as brick paver areas, benches or receptacles. On November 2012, the CRA staff completed a four million dollar grant funded storm water improvement project, and had replaced a blighted residential area with a functional and aesthetically pleasing drainage conveyance system complete with 7- acre pond site, roadway and sidewalk improvements. Last year CRA staff had recently completed the design and construction of the Immokalee Drive and Colorado Ave Stormwater and sidewalk improvement projects. Both projects cost about $1.9M. Immokalee is a community that has demonstrated a strong pride and desire for improvements and through the assistance of grant funding like this we can change dreams into reality and improve the quality of life in Immokalee, Florida. 7. Have you received funding in the past? If so, please complete the Prior Awards table in the Tables tab. Section 9: ADDITIONAL PROJECT SPECIFIC INFORMATION 8. Additional Project Specific Information Narrative (include sources of estimates) Refer to the Applicant Guide tab for specific instructions. Please see attached (Exhibit 25) Project cost for the proposed Immokalee Sidewalk Project. Currently, there is no sidewalk on this side of street, and pedestrians are forced to use the south roadway shoulder, discouraging and limiting safe movement. This road serves as a direct connection to a nearby school, residences, and some churches in the area. ✔✔✔✔ Yes AND the Prior Awards table is complete gfedc No Section 10: ENVIRONMENTAL ISSUES 9. Put a check in any box that pertains to the proposed activity. If you check any of the boxes below (except 'None of the above'), you must provide an explanation in the next question. If you check the 'None of the above' box, you may enter 'N/A' in the next question. 10. If you checked any box (except 'None of the above') in the previous question, provide an explanation in the box below. If you checked 'None of the above' in the previous question, please enter 'N/A'. N/A Section 11: PROJECT IMPLEMENTATION PLAN AND READINESS TO IMPLEMENT 11. Project Implementation Plan and Readiness to Implement Refer to Applicant Guide tab for specific instructions. The Sidewalk Program pursues the Immokalee CRA and MSTU annual operational plans, along with the MPO goals of promoting walking as safe means of transportation. The proposed Sidewalk Program will provide a comprehensive understanding of sidewalk needs in the Immokalee Community. A long-term comprehensive program is necessary in order to: • Address sidewalk needs objectively and comprehensively in various locations in Immokalee • Plans for grant funding • Coordinate sidewalk construction with other roadway work • Insure efficient use of County funds; and Builds more sidewalks more quickly Comprehensive Program (Sidewalk Program) With a comprehensive program, better coordination can occur and an appropriate funding strategy can be pursued. The program is based on an inventory of missing sidewalk segments on Arterials, Major Collectors and Neighborhood Collectors. The program ranks sidewalk projects using scoring system that is based on the vision and goals of the Operational Plan and street characteristics. This is a simple way to assess need, and allow the county to address to the most needed projects first. Street characteristic criteria will be added to Operational Plan criteria to create the final scoring system. This system is intended to objectively rank missing sidewalk segments. Implementation considerations for the program are as follows: • A focus on constructing sidewalks on one side of the street first, in order to provide a walking facility on at least one side of streets (consistent with prior programs in the county). • Construct at-grade ribbon sidewalks or grade-separated sidewalks, in order to cost effectively retrofit many streets and develop a more comprehensive walking route network (consistent with prior programs). o Built at-grade, and set back from the street edge, which is referred to as “ribbon” sidewalk. In order to separate the pedestrian from moto vehicle traffic, a sidewalk is located at least five feet from the edge of pavement. This provides the same buffer effect as a planter strip. • Consider sidewalk construction in lieu of Neighborhood Traffic Management Program (NTMP) devices, because sidewalks affect pedestrian safety, and pedestrian safety may be the reason for a neighborhood’s need to slow motor vehicle traffic. • Construct neighborhood connections on public property and pedestrian crossing improvements in conjunction with sidewalks, where feasible, in order to increase the usefulness of the sidewalk and create a comprehensive waling route network. • Trails and bike lanes should be constructed with consideration for sidewalks but should not be considered alternative to gfedc Project/property is located on an historical or archeological site gfedc Project/property is in the 100-year flood plain gfedc Project/property is in a wetlands area gfedc Project/property is in a coastal barrier area gfedc Project/property is within a half-mile of an airfield gfedc Project/property is near storage or manufacturing facility of industrial products gfedc Project/property is on or near soil contaminated by diesel/fuel or gasoline gfedc Project/property is expected to impact the environment in any negative manner or pose a hazard or nuisance gfedc Endangered or threatened or listed species are located on the proposed project site gfedc There are environmental concerns or impediments associated with the proposed activity (if yes, please provide detail) gfedc Project/property is expected to adversely affect the environment gfedc Project/property is NOT on a properly zoned site (if not zoned properly, please explain) ✔✔✔✔ None of the above sidewalks. The Immokalee CRA/MSTU will use its own funds when budget permits to design the projects. We will use the County Purchasing Department guidelines to procure the services of the professional Engineering firm with a landscape architect on staff to create a design for the projects. The design will consist of, but not be limited to Implementing new sidewalk, irrigation system upgrades and landscaping refurbishment within newly reconstructed sidewalk segments located within the project limits. The design acquisition phase will be expedited using the County Fixed term engineering contracts that have been competitively bid to request construction quotes/proposals; this process will take four times less than it would take to start up within a new selection committee and so forth. During construction the CRA Operation Manager, Project Manager and Fiscal Administrator will all work to ensure that the project deliverable are on time and on budget with the required level of quality. They will prepare financial reports and supporting documentation for funders as outlined in funding agreements and participate in a close out audit. 12. Please complete the Project Timeline table in the Tables tab, then check the box below to confirm. Timelines must be well thought out, complete, and achievable. Failure to provide adequate timelines may result in disqualification. Section 12: FINANCIAL MANAGEMENT 13. Financial Management Refer to the Applicant Guide tab for specific instructions. The Immokalee CRA funds per Fiscal Year are at a minimum, covering only operational costs and are not enough for the Sidewalk Program. The CRA has recommended for annual CIP funding increases which is directly tied to limited local tax revenue, which is extremely low in Immokalee. An MSTU has been created but not enough has been generated for a program like this proposed sidewalk. If granted this grant the general public in Immokalee will directly benefit from the sidewalk improvements. See CRA Year-to-Year Tax Increment Revenue. 14. Please complete and upload the Financial Review Spreadsheet in the Documents tab. 15. Agency maintains the following records: Check all that apply. 16. Agency agrees to: Check all that apply. Section 13: OUTCOMES AND PERFORMANCE MEASURES 17. Outcomes and Performance Measures Refer to the Applicant Guide tab for specific instructions. As was previously explained, these improvements will meet many of the objectives identified in the CRA and MSTU Advisory Committee’s Annual Goals and Action/Operational Plans. • Provide a list of program/project outcomes. Improved ascetic appeal of common areas in Immokalee. ✔✔✔✔ Project Timeline is complete ✔✔✔✔ Financial Review Spreadsheet is complete and uploaded ✔✔✔✔ Cash Receipts Journal ✔✔✔✔ Cash Disbursements Journal ✔✔✔✔ General Ledger ✔✔✔✔ Charts of Accounts ✔✔✔✔ Payroll Journal and Individual Payroll Records ✔✔✔✔ Individual Personnel Files ✔✔✔✔ Written Procurement Procedures ✔✔✔✔ Capital Inventory ✔✔✔✔ Written Travel Policy ✔✔✔✔ Property Control Policy and Records gfedc None of the above ✔✔✔✔ Submit complete audits for every year during contract ✔✔✔✔ Retaining all project records for the applicable time period as outlined in applicable regulations Increased pedestrian safety via the installation of sidewalks, removing pedestrians from the roadways. • Explain how the program/project demonstrates “value-added” or “community value” to Collier County. A portion of the tax revenue that is generated within Immokalee is channeled into the CRA and MSTU funds, which are reinvested into the community via economic, infrastructure and ascetic improvement endeavors. unfortunately, there exists a severe gap between the taxable values and real-world market values of the properties throughout the community. This gap has created a financial hindrance on overall community improvements. The commercial common area improvements proposed within this application will support an increased assessment value of the properties within the community, generating an increased tax base that will ultimately be reinvested back into the community, creating a chain reaction of positive community growth. Section 14: BUDGET 18. Please complete the Budget Summary and Itemization table in the Tables tab, then check the box below to confirm. Section 15: ESTIMATED PROGRAM INCOME 19. Will program income be generated as a result of the service or product provided? If so, please use the 'explain' box to indicate the SOURCE of the income generated (rent, proceeds, revenue, program fees, etc.) and the TOTAL DOLLAR AMOUNT that will be generated. 20. Estimated Program Income Narrative Refer to the Applicant Guide tab for specific instructions. If no program income will be generated, enter 'N/A'. N/A 21. If program income is anticipated, indicate how the funds will be utilized: Section 16: LEVERAGED OR MATCH FUNDS 22. If applicable, please complete the Leveraged or Match Funds table in the Tables tab, then confirm below. ✔✔✔✔ Budget Summary and Itemization table is complete gfedc Yes, please explain: ✔✔✔✔ No gfedc Organization will track, re-use within the program and report to CHS on a monthly basis gfedc Organization will submit program income to CHS on a monthly (or at least yearly basis) ✔✔✔✔ N/A - No program income will be generated gfedc Leveraged or Match Funds table is complete ✔✔✔✔ N/A - No leveraged or matched funds exist Tables Prior Awards Fiscal Year Award Amount Clients Served Project Location FY 2010 - 2011 $ 3,500,000 Immokalee Immokalee Downtown District FY 2013 $ 2,011,955 Immokalee Immokalee Drive Area FY 2013 $ 517,300 Immokalee Colorado Avenue Area FY 2013 $ 994,000 Immokalee First Street & Main Street FY 2016 $ 475,000 Immokalee South 9th Street, South Fifth Street, and Eustis Avenue FY 2017 $ 125,000 Immokalee South 9th Street, South Fifth Street, and Eustis Avenue FY $ FY $ FY $ FY $ FY $ Total $ 7,623,255 0 Project Timeline Tasks # of Days to Complete Date Completed/Anticipated Date (Month & Year) Responsible Party Conditional Approval Letter 30 Days 4/2018 Grant Awarded to CRA 150 Days 9/2018 Budget Amendment approved by BCC 30 Days 10/2018 Revised Budget approved by BCC 30 Days 11/2018 Solicit for Design and Engineering 30 Days 12/2018 Contract for Professional Service to BCC 30 Days 1/2019 Issue PO & NTP 0 Days 1/2019 Design Milestones 30 Days 2/2019 Design Schedule 0 Days 2/2019 Design 100% Complete 30 Days 3/2019 Environmental review for new sidwalk locations 0 Days 3/2019 Solicit for Construction and CEI Servicesfor Immokalee Sidewalk Project 0 Days 3/2019 GC Contract to BCC 30 Days 4/2019 Issue GC and CEI PO & NTP 0 Days 4/2019 Anticipated start date for construction 0 Days 4/2019 Construction milestones 30 Days 5/2019 Construction schedule 0 Days 5/2019 Construction complete 90 Days 8/2019 Grant Audit 30 Days 9/2019 Grant Closeout 0 Days 9/2019 Days Days Days Days Total 540 Days Budget Summary and Itemization Project Components - Detail/Itemization by Line Item CDBG Funding Other Funds Leverage/Match Total Narrative Deliverable Design of Immokalee Sidewalks $ 100,000 $ $ $ 100% Construction Design Plans Construction of Immokalee Sidewalks $ 500,000 $ 100,000 $ $ Final County acceptance of newly constructed sidewalk within the county right-of-way $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Total $ 600,000 $ 100,000 $ 0 $0 Leveraged or Match Funds Source of Match/Leveraged Funds Conditions/Limitations of Match/Leverage Funds Amount $ $ $ $ $ $ $ $ $ $ Total $ 0 Documents Documents Requested *Required?Attached Documents * 501(c)(3) IRS Tax Exemption Letter ✔✔✔✔ Exhibit 1 501(c)(3) Articles of Incorporation ✔✔✔✔ Exhibit 2 Articles of Incorporation By-Laws ✔✔✔✔ Exhibit 3 By-Laws Organizational Chart ✔✔✔✔ Exhibit 4 Organizational Chart List of Board of Directors ✔✔✔✔ Exhibit 5 Board of Directors Resumes, Pay Scales with Job Descriptions ✔✔✔✔ Exhibit 6 Staff Resumes and Job Description State of Florida Certificate of Good Standing ✔✔✔✔ Exhibit 7 State of Florida Certificate of Good Standing Board Resolution authorizing submittal of grant application ✔✔✔✔ Exhibit 8 Board Resolution Application ID: 105520 Become a fan of ZoomGrants™ on Facebook Problems? Contact us at Questions@ZoomGrants.com ©2002-2018 GrantAnalyst.com. All rights reserved. "ZoomGrants" and the ZoomGrants logo are trademarks of GrantAnalyst.com, LLC. Logout | Browser * ZoomGrants™ is not responsible for the content of uploaded documents. Preceding 2-year completed audits including management letter and findings ✔✔✔✔ Exhibit 9 County Financial Statement Acknowledgement Letter download template ✔✔✔✔ Exhibit 10 Acknowledgement Letter Affidavit of Compliance with Federal, State, and Local Regulations download template ✔✔✔✔ Exhibit 11 Affidavit of Compliance Certification of CDBG Funded Construction/Rehabilitation Projects download template Exhibit 12 Certificate of CDBG Construction Rehab Acknowledgment of Religious Organization Requirements (template?) download template Exhibit 13 Acknowledgement of Religious Organization Certification Regarding Debarment, Suspension, Ineligibility Voluntary Exclusion download template ✔✔✔✔ Exhibit 14 Certificate Regarding Debarment Procurement Policy ✔✔✔✔ Exhibit 15 Purchasing Policy Match Documentation Internal Revenue Service Form 990 - First 12 page of the last 2 years ✔✔✔✔ Exhibit 16 Internal Revenue Services Form IF APPLICABLE: Verification of site plan/plat approval IF APPLICABLE: Verification of zoning IF APPLICABLE: Location map/photo of site Exhibit 18 LMA Collier County FY 2015 Map Exhibit 19 Immokalee Area Census Map Exhibit 20 Immokalee Boundary and Incentive Area Exhibit 21 Immokalee Sidewalk Project Photo IF APPLICABLE: Floor plans IF APPLICABLE: Relocation plan associated with Uniform Relocation regulations Financial Review Spreadsheet download template ✔✔✔✔ Exhibit 17 Financial Review Additional documents, if needed Exhibit 22 Goals 2016/2017 Exhibit 23 Immokalee Pedestrian Crosswalk Improvement Study Exhibit 24 Immokalee Walkabilty Study Exhibit 25 Immokalee Sidewalks Phase II Proposal N/A Exhibit 1. 501(c)(3) IRS Tax Exemption Letter Resolution No. 2000-83 Exhibit 2 Articles of Incorporation Exhibit 3 CRA Bylaws CRA Director Immokalee CRA Operations Manager Project Manager Administrative Assistant Exhibit 4 Organizational Chart Collier County Community Redevelopment Agency Immokalee Community Redevelopment Area Organizational Chart County Manager Collier County CRA/BCC Although the Collier County Board of County Commissioners sits as t he Collier County Community Redevelopment Agency Board of Directors, the CRA Board is a separate and distinct legal entity. Exhibit 5 List of Board of Directors Exhibit 6 Staff Resumes & Job Description Division Director - Community Redevelopment Agencies (CRA) Bargaining Unit: General/Non-Union Class Code: 90026 COLLIER COUNTY Revision Date: Oct 1, 2017 SALARY RANGE $45.85 - $67.56 Hourly $3,668.27 - $5,404.62 Biweekly $95,375.00 - $140,520.00 Annually PURPOSE OF CLASSIFICATION: The purpose of this classification is to administer, plan, direct, and oversee all matters pertaining to Collier County's Community Redevelopment Agencies (CRAs) including budget, personnel and outside consultants; develop and implement programs to enhance, revitalize, redevelop and strengthen the County's designated redevelopment areas. ESSENTIAL FUNCTIONS: Supervises, Provides direction and oversight to assigned staff to achieve the mission and goals of the County's CRAs. Directs, supervises, evaluates and coaches assigned staff, processing employee concerns and problems, directing work, counseling, disciplining, and completing employee performance appraisals. Develops a succession plan for each CRA. Plans, prioritizes, supervises, and oversees the work of staff members and consultants involved in the design, planning, scheduling, construction, development, and related activities during all stages of CRA projects. Manages contracts, conducts research and data analysis, and reviews grant applications. Prioritizes CRA projects and efforts to produce the greatest public benefit and efficiencies; interfaces with appropriate County departments and vendors to facilitate and expedite land use changes, zoning changes, and redevelopment review process. Seeks out and implements best practices to the extent practicable given local conditions. Provides direction, guidance and oversight to the Advisory Boards (AB) and Municipal Services Taxing Units (MSTU) within the CRAs, to include strategic planning exercises. Becomes familiar with all impactful projects and initiatives within each CRA and coordinates efforts in order to maximize efficiencies and public benefit. Coordinates development of a comprehensive site inventory and marketing plan to showcase existing and emerging economic development opportunities. Manages the Board-approved budgets for each CRA and monitors operational expenditures for fiscal compliance. Implements and maintains effective quality control/quality assurance measures. Oversees the implementation of and routine upgrades to the County's internal controls protocols for CRA staff. Engages stakeholders to achieve the mission and goals of the CRAs. Works closely with development professionals, the business community, lenders, realtors and other interested parties. Communicates with the Board of County Commissioners, elected officials, citizen advisory groups, County department heads and management, business owners, developers, Page 1 of 3Collier County -Class Specification Bulletin 2/14/2018https://agency.governmentjobs.com/collier/default.cfm?action=specbulletin&ClassSpecID... and citizens in order to develop programmatic activities, explain projects, and present reports and make recommendations. Ensures compliance with all federal, state and local laws and regulations pertaining to the County's CRAs. Enforces County policies and brings consistency and uniformity to the processes and procedures used by CRA staff. The omission of specific statements of the duties does not exclude them from the classification if the work is similar, related, or a logical assignment for this classification. Other duties may be required and assigned. ADDITIONAL FUNCTIONS Performs general/clerical tasks, which may include answering telephone calls, making copies, sending/receiving faxes, filing documentation, or picking up/delivering project documents. Provides assistance to other employees or departments as needed. Performs other related duties as required. In the event of a declared state of emergency, employees in this classification may be called to work during days or hours other than those for which they are regularly scheduled. PERFORMANCE APTITUDES Data Utilization: Requires the ability to coordinate, manage, and/or correlate data. Includes exercising judgment in determining time, place and/or sequence of operations, referencing data analyses to determine necessity for revision of organizational components, and in the formulation of operational strategy. Human Interaction: Requires the ability to function in a managerial capacity for a division or organizational unit. Includes the ability to make decisions on procedural and technical matters. Equipment, Machinery, Tools, and Materials Utilization: Requires the ability to operate, maneuver and/or control the actions of equipment, machinery, tools, and/or materials used in performing essential functions. Verbal Aptitude: Requires the ability to utilize a wide variety of reference, descriptive, advisory and/or design data and information. Mathematical Aptitude: Requires the ability to perform addition, subtraction, multiplication and division; ability to calculate decimals and percentages; may include ability to perform mathematical operations with fractions; may include ability to compute discount, interest, profit and loss, ratio and proportion; may include ability to calculate surface areas, volumes, weights, and measures. Functional Reasoning: Requires the ability to apply principles of logical or synthesis functions; to deal with several concrete and abstract variables; and to analyze major problems that require complex planning for interrelated activities that can span one or several work units. Situational Reasoning: Requires the ability to exercise judgment, decisiveness and creativity in situations involving the evaluation of information against sensory, judgmental, or subjective criteria, as opposed to that which is clearly measurable or verifiable. Leadership: Requires demonstrated ability to provide advice and guidance to the County Manager or his/her designee. This applies to both financial and operational matters. Also, this position must further the growth of the organization by demonstrating a strong positive attitude and resilience, and demanding that of the rest of the organization. Customer Service: Requires the recognition and promotion of support for satisfying internal and external customer needs. The incumbent must demonstrate the strong customer service approach and demand that of all employees. Financial Accountability: This position is accountable for all financial decisions and expenditures, including budgeting, revenue generation (fee and rate structures), operating and capital expenditures and external financing decisions. ADA COMPLIANCE Physical Ability: Tasks require the ability to exert light physical effort in sedentary to light Page 2 of 3Collier County -Class Specification Bulletin 2/14/2018https://agency.governmentjobs.com/collier/default.cfm?action=specbulletin&ClassSpecID... work, but which may involve some lifting, carrying, pushing and/or pulling of objects and materials of light weight (5-10 pounds). Tasks may involve extended periods of time at a keyboard or workstation. Sensory Requirements: Some tasks require the ability to perceive and discriminate visual cues or signals. Some tasks require the ability to communicate orally. Environmental Factors: Essential functions are regularly performed without exposure to adverse environmental conditions. MINIMUM QUALIFICATIONS: Bachelor's degree in Business or Public Administration, Planning, Civil Engineering, Construction Management, Landscape Architecture, Environmental Engineering, Architecture, or a related field; supplemented by five (5) years of experience successfully managing multiple redevelopment projects, or a Community Redevelopment Agency, Main Street or Downtown Improvement District. A master's degree is preferred. Must possess and maintain a valid Florida Driver's License with any applicable endorsements and maintain eligibility requirements and endorsement(s) to drive a County vehicle as provided in CMA 5805. Fingerprinting required. SUPPLEMENTAL INFORMATION: BCC130 Exempt Page 3 of 3Collier County -Class Specification Bulletin 2/14/2018https://agency.governmentjobs.com/collier/default.cfm?action=specbulletin&ClassSpecID... 1 Christie A. Betancourt 208 Washini,'1:onAvenue, Inunokalee, Florida 34142 -239-285-7647(C)-ClrristicBctancourt@eollicrgoY.net Professional Profile Dedicated and focused Admi nistrative Assistant who excels at prioritizing, com pleting multiple tasks sinmlta neously and following through to achieve project goals. Seeking a role of inc reas ed res ponsibility and authority. Motivated professional skilled at building strong working relationships with fellow staff, supervisors and community members. Public relation s expert. Skilled in process in1provement and budgeting. Manages multiple projects under tight deadlines. Key Skills Microsoft Office proficiency Excel spreadsheets Meticulous attention to detail Results-oriented Accmnplishments Self-direct ed Professional and mature Detailed meeting minutes , Resourceful Planned and ex ecut ed all aspects of a major office headquarter moYe. Received a merit raise for strong attention to detail, exemplary customer servi ce and team-player attitude. Successfully planned and executed Advisory Board meetings, lunches and special events for grou ps of 20+ employees, board members, and community leaders. Professional Experience Collier Countv Government November 2015 to current Operations Manager Immokalee, Florida Planned travel art"dllgements for staff. Drafted meeting agendas, supplied advance materials and executed follow-up for staff meetings, workshops, and Advisory board meetings. Managed the day to day office duties, including greeting visitors and responding to telephone and in-person requests for information. Designed electronic file systems and maintained electronic and paper files. Planned meetings and prepared conference rooms. Made copies, sent faxes and handled all incoming and outgoing co rrespondence. Created and maintained spreadsheets using advanced Excel functions and calculations to develop reports and lists. Collier County Government February 2008 to November 2015 Administrative Assistant Immokalee, Florida Planned travel arrangements for staff. Drafted meeting agendas, supplied advance materials and executed follmv-up for staff meeting,1, workshops, and Advisory borurd meeting,1. Managed the day to day office duties, including greetiug visitors and responding to telephone and in-person request, for information. Designed electronic file systems and maintained electronic and paper files. Planned meetinl',, and prepared conference rooms. Made copies, sent faxes and handled all incoming and outgoing correspondence. Created and maintained spreadsheets using advanced Excel functions and cakulations to develop reports •rnl lists Collier County Government June 2005 to February 2008 Program Leader -Fitness Instructor Immokalee, Florida Explained ways to measure exercise intensity for the best result s. Desi gned each class to match the skill and learning levels of all part icipants. Suggested exe rcise modifications to individual sh1dents to avoid st rain and inJmy. Cleaned and organized the fih1ess center daily. Encouraged members to continue attending group fitness classes. Prepared teaching area for each class and retur ned all equipment to storage at the end of class. Conducted orient ations for new members. Promoted club prog r ams, products and services to participants. Corrected dangerous movements and suggested al ternate exe rcises. Collier County Government September 2001 to ,Tune 2005 Park Assistant -Fitness Immoka lee, Florida Cleane d and organized fitness center daily. Registered new and renewing members. Promoted fitness CRA Operations Manager Bargaining Unit: General/Non-Union Class Code: 90001 COLLIER COUNTY Revision Date: Oct 1, 2017 SALARY RANGE $32.02 - $49.47 Hourly $2,561.42 - $3,957.38 Biweekly $66,597.00 - $102,892.00 Annually PURPOSE OF CLASSIFICATION: The purpose of this classification is to develop, manage and implement redevelopment and economic revitalization programs and project within the CRA boundaries as identified in the Community Redevelopment Plans or work programs. Coordinates assigned activities with other Division/Departments, manages and monitors expenditures of the CRA budget. Provides staff assistance to the Office of the County Administrator and the Community Redevelopment Boards. ESSENTIAL FUNCTIONS: Supervises, directs, and evaluates assigned staff, processing employee concerns and problems, directing work, counseling, disciplining, and completing employee performance appraisals; conducts interviews and makes hiring recommendations. Prepares and present the Community Redevelopment Agency (CRA) work program projects/updates to the CRA Board; responds to questions and requests for additional information from the Board; obtains approvals for the CRA Program; and implements program plans and projects. Reviews, prepares and presents construction plans, designs, and specifications pertaining to program projects; designs, drawings, or maps associated with proposed or approved projects for presentation; makes recommendations concerning improvements, modifications, design strategies, structural systems, or other aspects of program project development to the CRA Board and/or management for review and approval Obtains necessary permits and other applicable authorization for capital projects; prepares documentation and applications for needed permits such as storm water and environmental resources permit; secures permits; evaluates, supports or directs environmental permitting strategies; and ensures compliance with applicable regulations, standards and requirements. Prepares written reports regarding redevelopment activities, and proposes projects and makes public presentations to elected officials/CRA Board. Coordinates redevelopment activities and projects with other governmental agencies, private-sector developers, funding agencies. Coordinates the planning and implementation of economic development and redevelopment projects including public improvements and monitoring status of engineering work and planning processes. Coordinates the selection and manages consultants as maybe necessary to assist the CRA with specialized redevelopment, economic development, financing and legal services. Prepares and delivers written and oral presentations on capital projects for a variety of audiences including civic groups, Chamber of Commerce, local boards and /or commissions, and other interested organizations; provides information on project proposals, plans, status and costs; answers questions; responds to inquiries; and resolves complaints. Page 1 of 3Collier County -Class Specification Bulletin 2/14/2018https://agency.governmentjobs.com/collier/default.cfm?action=specbulletin&ClassSpecID... Prepares Annual Report for the Redevelopment Agency as required by State law. Monitors project construction for quality control and to ensure that the CRA project objectives are being met. Identifies, prepares and presents grant opportunities to secure funding for various capital projects, administer awarded grants and ensure compliance with grant requirements. Monitors project costs; tracts expenditures; reviews and approves billing invoices; and maintains costs records. Maintains files/records of project documentation, contracts, construction drawings, and other divisional records. Operates a motor vehicle, personal computer, drafting tools, survey instruments, camera, general office equipment, or other equipment as necessary to complete essential functions, to include the use of word processing, spreadsheet, database, graphics, computer-aided design (CAD), e mail, Internet, or other computer programs. Monitors inventory of division equipment and supplies; ensures availability of adequate materials to conduct projects and work activities; initiates orders for new/replacement materials. Communicates with supervisor, County officials, employees, other divisions, attorneys, engineers, designers, consultants, contractors, developers, vendors/suppliers, utility companies, state/federal agencies, the public, community organizations, outside agencies, and other individuals as needed to coordinate work activities, review status of work, exchange information, or resolve problems. Attends various meetings and hearings, serves on committees, and makes presentations as needed. Maintains a comprehensive, current knowledge of applicable laws/regulations; maintains an awareness of new construction methods, materials, trends, and advances in the profession; reads professional literature; maintains professional affiliations; attends workshops and training sessions as appropriate. ADDITIONAL FUNCTIONS Performs general/clerical tasks, which may include answering telephone calls, making copies, sending/receiving faxes, filing documentation, or picking up/delivering project documents. Provides assistance to other employees or divisions as needed. Performs other related duties as required. In the event of a declared state of emergency, employees in this classification may be called to work during days or hours other than those for which they are regularly scheduled. PERFORMANCE APTITUDES Data Utilization: Requires the ability to evaluate, audit, deduce, and/or assess data using established criteria. Includes exercising discretion in determining actual or probable consequences and in referencing such evaluation to identify and select alternatives. Human Interaction: Requires the ability to apply principles of persuasion and/or influence over others in coordinating activities of a project, program, or designated area of responsibility. Equipment, Machinery, Tools, and Materials Utilization: Requires the ability to operate, maneuver and/or control the actions of equipment, machinery, tools, and/or materials used in performing essential functions. Verbal Aptitude: Requires the ability to utilize a wide variety of reference, descriptive, advisory and/or design data and information. Mathematical Aptitude: Requires the ability to perform addition, subtraction, multiplication and division; ability to calculate decimals and percentages; may include ability to perform mathematical operations with fractions; may include ability to compute discount, interest, and ratios; may include ability to calculate surface areas, volumes, weights, and measures. Functional Reasoning: Requires the ability to apply principles of influence systems, such as motivation, incentive, and leadership, and to exercise independent judgment to apply facts and principles for developing approaches and techniques to resolve problems. Page 2 of 3Collier County -Class Specification Bulletin 2/14/2018https://agency.governmentjobs.com/collier/default.cfm?action=specbulletin&ClassSpecID... Situational Reasoning: Requires the ability to exercise judgment, decisiveness and creativity in situations involving the evaluation of information against sensory, judgmental, or subjective criteria, as opposed to that which is clearly measurable or verifiable. ADA COMPLIANCE Physical Ability: Tasks require the ability to exert light physical effort in sedentary to light work, but which may involve some lifting, carrying, pushing and/or pulling of objects and materials of light weight (5-10 pounds). Tasks may involve extended periods of time at a keyboard or workstation. Sensory Requirements: Some tasks require the ability to perceive and discriminate colors or shades of colors, depth, texture, and visual cues or signals. Some tasks require the ability to communicate orally. Environmental Factors: Performance of essential functions may require exposure to adverse environmental conditions, such as dirt, dust, pollen, odors, wetness, humidity, rain, temperature and noise extremes, fumes, traffic hazards, or bright/dim light. MINIMUM QUALIFICATIONS: Bachelor's degree in Public Administration, Civil Engineering, Construction Management, Landscape Architecture, Environmental Engineering, Architecture, or a related field; supplemented by six (6) years previous experience and/or training that includes project management, construction supervision, budget administration, contract administration, and experience in specific area of assignment, which may include utilities engineering, transportation engineering, traffic engineering, landscape design/management, environmental program administration, stormwater management, facilities management, solid waste engineering project management (solid waste processing, disposal, transfer, and recycling facilities) or other area of assignment; or any equivalent combination of education, training, and experience which provides the requisite knowledge, skills, and abilities for this job. Must possess and maintain a valid Florida Driver's License with any applicable endorsements and maintain eligibility requirements and endorsement(s) to drive a County vehicle as provided in CMA 5805. Fingerprinting required. SUPPLEMENTAL INFORMATION: BCC124 Exempt Page 3 of 3Collier County -Class Specification Bulletin 2/14/2018https://agency.governmentjobs.com/collier/default.cfm?action=specbulletin&ClassSpecID... James Sainvilus, 1122 Forrester Ave, Immokalee, FL. 34142 I, James Sainvilus, was Born and raised in a third world country (Haiti), where I have learned how to live in and grow a community. I have spent my latest 24 years in the US, where I graduated High School and College. I am an Engineer, a Teacher, a Pilot and a Wingman. I have been servicing people and my community since I had graduated College. I have been a Science Teacher for three (3) years at Immokalee Middle School, and Basic Computer Skills Teacher for adults at night at the Lorenzo Walker Institute, where I’ve became a role model to many migrant and minority students. For 13 years now, I have worked as a Project Manager for the Board of Collier County Commissioners, serving the public by creating, improving and protecting the environment in my community. My resume briefly describes my academic development and professional experiences outlining the objectives that I have achieved at different stages of my live. I am quite proud of my performance because I graduated college with honor when I was 21 years old, with a Bachelor of Science in Engineering while I played two different NCAA Division I sports - Soccer in the fall semester and Track & Field in the spring semester; at 34 years old I completed Basic Military Training in the U.S. Air Force. I am not one of many people today who are unsure of what to do with their lives; I have not only the education, but the experience and skills to make it in the real world, but I wanted to be part of something bigger, thus I enlisted to the U.S. Air Force Reserves, which has given me more experiences and many other opportunities to provide humanitarian assistance and relief and security as required to the Country I serve and others. As Civilian or an Airman, I have been using my management/engineering knowledge and military leadership and core values imbedded in me to better serve my community. I have been trained and certified to know and execute guidance and procedures for preparing hazardous materials for shipment by military aircraft to ensure that such materials are packaged, marked, labeled, and prepared properly for transportation. I have also been trained and have the knowledge and skills necessary to perform joint inspections - Defense Transportation Regulation. I have the experience and my ambition is looking forward to the pride I will take to become part of the future of Immokalee. For the need of the community and professional growth, I am going to take courses or go back to graduate school to seat for the Professional Engineer (PE) exam. My most significant accomplishments are: • Completing my Private Pilot • Building safe environment in my community • Having one (1) out of 10 patents pending – Patent ID # 14841171 EFS ID # 14841171 Application # 61758907 Thank you for taking the time to read this letter, if you have any question please contact me. Sincerely, James Sainvilus James Sainvilus Project Manager, Immokalee CRA/MSTU Project Manager Bargaining Unit: General/Non-Union Class Code: 13875 COLLIER COUNTY Revision Date: Oct 1, 2017 SALARY RANGE $30.46 - $47.06 Hourly $2,436.92 - $3,765.04 Biweekly $63,360.00 - $97,891.00 Annually PURPOSE OF CLASSIFICATION: The purpose of this classification is to manage and coordinate activities of construction projects for an assigned division. ESSENTIAL FUNCTIONS: Provides direction, guidance and assistance to contractors and work crews; coordinates daily work activities; organizes, prioritizes, and assigns work; monitors status of work in progress and inspects completed work; confers with contractors and work crews, assists with complex/problem situations, and provides technical expertise. Ensures compliance with all applicable codes, laws, rules, regulations, standards, policies and procedures; ensures adherence to established safety procedures; monitors work environment and use of safety equipment to ensure safety of employees and other individuals; interprets construction plans and specifications; researches code books as needed; initiates any actions necessary to correct deviations or violations. Consults with division management or other officials to review status of division projects, review/resolve problems, receive advice/direction, and provide recommendations. Reviews construction plans, designs, and specifications pertaining to projects; develops designs, drawings, or maps associated with proposed or approved projects; makes recommendations concerning improvements, modifications, design strategies, structural systems, or other aspects of project development. Prepares and administers project budgets; submits justifications for budget requests; monitors expenditures to ensure compliance with approved budget. Prepares project schedules; monitors progress of project in meeting established schedule. Coordinates process for bidding and contracting of services; prepares Requests For Proposal (RFPs) for engineering services, design services, construction services, inspection services, maintenance services, or other services; prepares bid packages; conducts pre-bid and pre- construction meetings; issues addendums to clarify questionable issues; participates in negotiations of scope of services and fees for professional services agreements; makes recommendations to Boards regarding selection of vendors and awarding of contracts; compiles language for contracts and specifications packages. Coordinates acquisition and/or maintenance of required permitting; researches federal, state, and local code requirements; coordinates efforts between multiple divisions, co- applicants, and consultants to prepare application documents; develops programs and reports as required by permit. Oversees, administers, and coordinates work performed by consultants, contractors, or other service providers; administers annual maintenance contracts; monitors work to ensure compliance with terms of contract; reviews invoices and payment requests submitted by consultants/contractors. Manages projects during design and construction phases; attends regular project progress meetings; prepares, reviews, and processes change orders for changes to contracted scope of work; processes purchase order requisitions, work orders, and invoices; reviews project Page 1 of 4Collier County -Class Specification Bulletin 2/14/2018https://agency.governmentjobs.com/collier/default.cfm?action=specbulletin&ClassSpecID... progress reports submitted by contractors; monitors adherence to project schedules. Conducts inspections, monitors work, and maintains records to ensure quality control; inspects quality of construction work and materials; coordinates final inspections with contractors and engineers; coordinates project acceptance with other County divisions or government agencies. Prepares executive summaries for presentation to Board of County Commissioners, Planning Commission, or other officials. Provides technical advice, information, and assistance concerning engineering issues, project management issues, design/construction activities, and other issues to contractors, consultants, County staff, public agencies, or others; responds to questions or complaints; assists in resolving engineering problems, project development issues, or conflicts involving project participants; recommends solutions to problems. Coordinates projects and work activities with other divisions, consultants, contractors, sub- contractors, utility companies, state agencies, outside agencies, or others as needed; coordinates with utility engineering staff to identify location of existing utilities and conduct other utility work. Coordinates public education activities relating to division projects, services, and activities; coordinates neighborhood programs involving participation of residents, such as resident traffic teams; speaks to property owners and community organizations and provides information regarding projects and activities; develops press releases and public information materials for distribution. Participates in legal activities relating to projects; attends hearings during court proceedings and provides depositions; meets with County Attorneys to discuss cases. Prepares/submits requests for review/changes to ordinances or resolutions. Prepares or completes various forms, reports, correspondence, executive summaries, requests for proposals, requests for qualifications, schedules, flow charts, progress/status reports, budget documents, cost estimates, purchase order requisitions, notices to proceed, work orders, change orders, punch lists, agendas, action plans, permit applications, permit reports, grant proposals, drawings, designs, maps, or other documents. Receives various forms, reports, correspondence, statistical reports, schedules, bid proposals, drawings, construction plans, design plans, flow charts, permit applications, contracts, change orders, progress reports, budget reports, invoices, payment requests, insurance certificates, inspection reports, technical study reports, laboratory reports, photographs, master plans, specifications, standards, product literature, codes, policies, procedures, trade publications, maps, manuals, reference materials, or other documentation; reviews, completes, processes, forwards or retains as appropriate. Maintains files/records of project documentation, contracts, construction drawings, and other divisional records. Operates a motor vehicle, personal computer, drafting tools, survey instruments, camera, general office equipment, or other equipment as necessary to complete essential functions, to include the use of word processing, spreadsheet, database, graphics, computer-aided design (CAD), e mail, Internet, or other computer programs. Monitors inventory of division equipment and supplies; ensures availability of adequate materials to conduct projects and work activities; initiates orders for new/replacement materials. Communicates with supervisor, County officials, employees, other divisions, attorneys, engineers, designers, consultants, contractors, developers, vendors/suppliers, utility companies, state/federal agencies, the public, community organizations, outside agencies, and other individuals as needed to coordinate work activities, review status of work, exchange information, or resolve problems. Attends various meetings and hearings, serves on committees, and makes presentations as needed. Maintains a comprehensive, current knowledge of applicable laws/regulations; maintains an awareness of new construction methods, materials, trends, and advances in the profession; reads professional literature; maintains professional affiliations; attends workshops and training sessions as appropriate. Page 2 of 4Collier County -Class Specification Bulletin 2/14/2018https://agency.governmentjobs.com/collier/default.cfm?action=specbulletin&ClassSpecID... ADDITIONAL FUNCTIONS Performs general/clerical tasks, which may include answering telephone calls, making copies, sending/receiving faxes, filing documentation, or picking up/delivering project documents. Provides assistance to other employees or divisions as needed. Performs other related duties as required. In the event of declared state of emergency, employees in this classification may be called to work during days or hours other than those for which they are regularly scheduled. PERFORMANCE APTITUDES Data Utilization: Requires the ability to evaluate, audit, deduce, and/or assess data using established criteria. Includes exercising discretion in determining actual or probable consequences and in referencing such evaluation to identify and select alternatives. Human Interaction: Requires the ability to apply principles of persuasion and/or influence over others in coordinating activities of a project, program, or designated area of responsibility. Equipment, Machinery, Tools, and Materials Utilization: Requires the ability to operate, maneuver and/or control the actions of equipment, machinery, tools, and/or materials used in performing essential functions. Verbal Aptitude: Requires the ability to utilize a wide variety of reference, descriptive, advisory and/or design data and information. Mathematical Aptitude: Requires the ability to perform addition, subtraction, multiplication and division; ability to calculate decimals and percentages; may include ability to perform mathematical operations with fractions; may include ability to compute discount, interest, and ratios; may include ability to calculate surface areas, volumes, weights, and measures. Functional Reasoning: Requires the ability to apply principles of influence systems, such as motivation, incentive, and leadership, and to exercise independent judgment to apply facts and principles for developing approaches and techniques to resolve problems. Situational Reasoning: Requires the ability to exercise judgment, decisiveness and creativity in situations involving the evaluation of information against sensory, judgmental, or subjective criteria, as opposed to that which is clearly measurable or verifiable. ADA COMPLIANCE Physical Ability: Tasks require the ability to exert light physical effort in sedentary to light work, but which may involve some lifting, carrying, pushing and/or pulling of objects and materials of light weight (5-10 pounds). Tasks may involve extended periods of time at a keyboard or workstation. Sensory Requirements: Some tasks require the ability to perceive and discriminate colors or shades of colors, depth, texture, and visual cues or signals. Some tasks require the ability to communicate orally. Environmental Factors: Performance of essential functions may require exposure to adverse environmental conditions, such as dirt, dust, pollen, odors, wetness, humidity, rain, temperature and noise extremes, fumes, traffic hazards, or bright/dim light. MINIMUM QUALIFICATIONS: Bachelor's degree in Civil Engineering, Construction Management, Landscape Architecture, Environmental Engineering, Architecture, or a related field; supplemented by six (6) years previous experience and/or training that includes project management, construction supervision, budget administration, contract administration, and experience in specific area of assignment, which may include utilities engineering, transportation engineering, traffic engineering, landscape design/management, environmental program administration, stormwater management, facilities management, solid waste engineering project management (solid waste processing, disposal, transfer, and recycling facilities) or other area of assignment; or any equivalent combination of education, training, and experience which provides the requisite knowledge, skills, and abilities for this job. Must possess and Page 3 of 4Collier County -Class Specification Bulletin 2/14/2018https://agency.governmentjobs.com/collier/default.cfm?action=specbulletin&ClassSpecID... maintain a valid Florida Driver's License with any applicable endorsements and maintain eligibility requirements and endorsement(s) to drive a County vehicle as provided in CMA 5805. Fingerprinting required. SUPPLEMENTAL INFORMATION: BCC123 Exempt Page 4 of 4Collier County -Class Specification Bulletin 2/14/2018https://agency.governmentjobs.com/collier/default.cfm?action=specbulletin&ClassSpecID... Exhibit 7 State of Florida Certificate of Good Standing N/A Exhibit 8 Board Resolution Authorizing Submittal of Grant Application N/A Exhibit 9-Audited Financial Statement Collier County’s Comprehensive Annual Financial Reports for the year 2015 and 2016 can be found on the following link: https://www.collierclerk.com/finance-4/finance-and-investment-reports/comprehensive-annual- financial-reports-cafr ACKNOWLEDGEMENT LETTER All applicants shall incorporate this letter in the grant application after the submittal on the organization’s letterhead. This will be page 2 of the application packet following the checklist. February 17, 2018 Ms. Kimberley Grant, Director Collier County Community and Human Services 3339 E. Tamiami Trail, Suite 211 Naples, FL 34112 RE: Request for Funding under the FY2018-2019 Grant Application Cycle Dear Ms. Grant and members of the Ranking and Review Committee: I have read the Collier County Community and Human Services (CHS) application for FY2018-2019 HUD funding. On behalf of the Collier County Board of County Commissioner, as the duly authorized signatory for Collier County Board of County Commissioners, I agree to and accept the terms, specific limitations, and conditions expressed therein. The information contained in this proposal or any part thereof, including exhibits, schedules and other documents, delivered to the County are true, accurate and complete. This application includes all information necessary to ensure the statements therein do not, in whole or in part, misrepresent or mislead the County as to any material facts. By signing below, the undersigned acknowledges that he/she has read and understands the Certifications attached hereto and, if awarded funds, as applicable, the Applicant will be able to comply fully with the provisions of those Certifications and will be able to comply with all additional applicable federal, state and local requirements, including procurement and financial management. Applicant also acknowledges that if a funding recommendation is made for less than the full amount applied for, additional documentation including a revised budget, scope of work and proposed accomplishments may be requested prior to final funding determinations. The County reserves the right to verify that the authorized signature above is authorized to bind the Applicant (on behalf of the Organization) and may require the applicant to submit documentation verifying such authority. Sincerely, _________________ Signature of Agency Representative Leo E. Ochs Jr. – County Manager___ Name and Title ATTESTATIONS AND CERTIFICATIONS FOR ALL APPLICATIONS AFFIDAVIT OF COMPLIANCE WITH FEDERAL, STATE, LOCAL REGULATIONS The undersigned certifies that the information in this application is true and correct. The undersigned further certifies that they are aware that if Collier County CHS finds that the applicant or undersigned has engaged in fraudulent actions or i ntentionally misrepresented facts on this application, this application will be rejected and the applicant may be unable to participate in any program for three (3) fiscal years. In applying for CDBG/HOME/ESG funds, the applicant has read, understands and agrees to comply with all the provisions of all federal regulations issued thereto by the U.S. Department of Housing and Urban Development, state and local regulations and laws. 1. 24 CFR 570, as amended - The regulations governing the expenditure of Commun ity Development Block Grant (CDBG) funds. 2. 24 CFR 58 - The regulations prescribing the Environmental Review procedure. 3. Section 104(b) and Section 109 of Title I of the Housing and Community Development Act of 1974 as amended 4. Title VI of the Civil Rights Act of 1964 as amended, Title VIII of the Civil Rights Act of 1968 as amended 5. 24 CFR 570.601 Subpart K - The regulations issued pursuant to Executive Order 11063 which prohibits discrimination and promotes equal opportunity in housing. 6. Executive Order 11246 (“Equal Employment Opportunity”), as amended by Executive Orders 11375 and 12086 - which establishes hiring goals for minorities and women on projects assisted with federal funds and as supplemented in Department of Labor regulations. 7. Title VII of the 1968 Civil Rights Act as amended by the Equal Employment Opportunity Act of 1972, 42 USC § 2000e, et. seq. The SUBRECIPIENT will, in all solicitations or advertisements for employees placed by or on behalf of the SUBRECIPIENT, state that it is an Equal Opportunity or Affirmative Action employer. 8. 24 CFR 135 – Regulations outlining requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended. Compliance with the provisions of Section 3 of the HUD Act of 1968, as amended, and as implemented by the regulations set forth in 24 CFR 135, and all applicable rules and orders issued hereunder prior to the execution of this contract, shall be a condition of the Federal financial assistance provided under this contract and binding upon the COUNTY, the SUBRECIPIENT and any of the SUBRECIPIENT’s Sub-recipients and subcontractors. Failure to fulfill these requirements shall subject the COUNTY, the SUBRECIPIENT and any of the SUBRECIPIENT’s Sub-recipients and subcontractors, their successors and assigns, to those sanctions specified by the Agreement through which Federal assistance is provided. The SUBRECIPIENT certifies and agrees that no contractual or other disability exists that would prevent compliance with these requirements. The SUBRECIPIENT further agrees to comply with these “Section 3” requirements and to include the following language in all subcontracts executed under this Agreement: “The work to be performed under this Agreement is a project assisted under a program providing direct Federal financial assistance from HUD and is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended (12 U.S.C. 1701). Section 3 requires that to the greatest extent feasible opportunities for training and employment be given to low- and very low-income residents of the project area, and that contracts for work in connection with the project be awarded to business concerns that provide economic opportunities for low- and very low-income persons residing in the metropolitan area in which the project is located.” The SUBRECIPIENT further agrees to ensure that opportunities for training and employment arising in connection with a housing rehabilitation (including reduction and abatement of lead-based paint hazards), housing construction, or other public construction project are given to low- and very low-income persons residing within the metropolitan area in which the CDBG-funded project is located; where feasible, priority should be given to low- and very low-income persons within the service area of the project or the neighborhood in which the project is located, and to low - and very low- income participants in other HUD programs; and award contracts for work undertaken in connection with a housing rehabilitation (including reduction and abatement of lead- based paint hazards), housing construction, or other public construction project to business concerns that provide economic opportunities for low - and very low-income persons residing within the metropolitan area in which the CDBG-funded project is located; where feasible, priority should be given to business concerns that provide economic opportunities to low- and very low-income residents within the service area or the neighborhood in which the project is loc ated, and to low- and very low-income participants in other HUD programs. The SUBRECIPIENT certifies and agrees that no contractual or other legal incapacity exists that would prevent compliance with these requirements. 9. Age Discrimination Act of 1975, Executive Order 11063, and Executive Order 11246 as amended by Executive Orders 11375, 11478, 12107 and 12086. 10. Contract Work Hours and Safety Standards Act, 40 USC 327-332. 11. Section 504 of the Rehabilitation Act of 1973, 29 USC 776(b) (5), 24 CFR 570.614 Subpart K. 12. The Americans with Disabilities Act of 1990 13. Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, as amended. 14. 29 CFR Parts 3 and 5 - Regulations which prescribe the payment of prevailing wages and the use of apprentices and trainees on federally assisted projects as mandated by the Davis- Bacon Act. HUD Form 4010 must be included in all construction contracts funded by CDBG. (See 42 USC 276a and 24 CFR 135.11(c)). 15. Executive Order 11914 - Prohibits discrimination with respect to the handicapped in federally assisted projects. 16. Executive Order 11625 and U.S. Department of Housing and Urban Development Circular Letter 79-45 - which prescribes goal percentages for participation of minority businesses in Community Development Block Grant Contracts. 17. The SUBRECIPIENT agrees to comply with the non -discrimination in employment and contracting opportunities laws, regulations, and executive orders referenced in 24 CFR 570.607, as revised by Executive Order 13279. The applicable non-discrimination provisions in Section 109 of the HCDA are still applicable. 18. Public Law 100-430 - the Fair Housing Amendments Act of 1988. 19. 24 CFR 84 - Uniform Administrative Requirements for Grants and Agreements with Institutions of Higher Education, Hospitals and Other Non-Profit Organizations. 20. 24 CFR 85 - Administrative Requirements for Grants and Cooperative Agreements to State, Local, and Federally recognized Indian Tribal Governments shall be followed for sub recipients that are governmental entities. 21. Immigration Reform and Control Act of 1986 as located at 8 USC 1324, et seq. and regulations relating thereto. Failure by the SUBRECIPIENT to comply with the laws referenced herein shall constitute a breach of this agreement, and the County shall have the discretion to unilaterally terminate this agreement immediately. 22. Prohibition Of Gifts To County Employees - No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. 23. Order of Precedence - In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the Agreement shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at Owner’s discretion. 24. Dispute Resolution - Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. Any situations when negotiations, litigation and/or mediation shall be attended by representatives of SUBRECIPIENT with full decision-making authority and by COUNTY’S staff person who would make the presentation of any settlement reached during negotiations to COUNTY for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under § 44.102, Florida Statutes. The litigation arising out of this Agreement shall be Collier County, Florida, if in state court and the US District Court, 20th Judicial Court of Florida, if in federal court. BY ENTERING INTO THIS AGREEMENT , COLLIER COUNTY AND THE SUBRECIPIENT EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. 25. The SUBRECIPIENT agrees to comply with the following requirements: a. Clean Air Act, 41 USC 7401, et seq. b. Federal Water Pollution Control Act, 33 USC 1251, et seq., as amended. 26. In accordance with the requirements of the Flood Disaster Protection Act of 1973 (42 USC 4002 and 24 CFR 570.605 Subpart K), the SUBRECIPIENT shall assure that for activities located in an area identified by FEMA as having special flood hazards, flood insurance under the National Flood Insurance Program is obtained and maintained. If appropriate, a letter of map amendment (LOMA) may be obtained from FEMA, which would satisfy this requirement and/or reduce the cost of said flood insurance. 27. The SUBRECIPIENT agrees that any construction or rehabilitation of residential structures with assistance provided under this contract shall be subject to HUD Lead -Based Paint Poisoning Prevention Act found at 24 CFR 570.608, Subpart K. 28. The SUBRECIPIENT agrees to comply with the Historic Preservation requirements set forth in the National Historic Preservation Act of 1966, as amended (16 U.S.C. 470) and the procedures set forth in 36 CFR Part 800, Advisory Council on Historic Preservation Procedures for Protection of Historic Properties, insofar as they apply to the performance of this agreement. In general, this requires concurrence from the State Historic Preservation Offi cer for all rehabilitation and demolition of historic properties that are fifty years old or older or that are included on a federal, state or local historic property list. 29. The SUBRECIPIENT must certify that it will provide drug-free workplaces in accordance with the Drug-Free Workplace Act of 1988 (41 USC 701). 30. The SUBRECIPIENT agrees to comply with the following Payments to the Subrecipient are governed by the Federal grants management rules for cost allowability found at 2 CFR 200 Subpart E-Cost Principles. For the purposes of this section, Subrecipient is defined as a described in 2 CFR 200.93. Accordingly, payments will be made on a cost reimbursement basis. Each request for reimbursement shall identify the associated project and approved project task(s) listed under this Scope of Work. The Subrecipient may only incur direct costs that may be attributed specifically to the projects referenced above as defined in 2 CFR 200.413. The Subrecipient must provide adequate documentation for validating costs incurred. Payments to Subrecipient's contractors and vendors are conditioned upon compliance with the procurement requirements provided for in 2 CFR 200.318. Allowable costs incurred by the Subrecipients and Contractors shall be in compliance with 2 CFR Subpart E-Cost Principles. A Developer is not subject to 2 CFR Subpart E, however the County is Subject to 2 CFR Subpart E and may impose requirements upon the Developer in order for the County to remain compliant with its obligation to follow 2 CFR Subpar t E. The Developer will use adequate internal controls, and maintain necessary source documentation for all costs incurred and adhere to any other accounting requirements included in this agreement. 31. Audits shall be conducted annually and shall be submi tted to the COUNTY one hundred eighty (180) days after the end of the SUBRECIPIENT’s fiscal year. The SUBRECIPIENT shall comply with the requirements and standards of 2 CFR Subpart E-Cost Principles. If an Agreement is closed out prior to the receipt of an audit report, the COUNTY reserves the right to recover any disallowed costs identified in an audit after such closeout. 32. Any real property acquired by the SUBRECIPIENT for the purpose of carrying on the projects stated herein, and approved by the COUNTY in accordance with the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 and 49 CFR 24, shall be subject to the provisions of CDBG including, but not limited to, the provisions on use and disposition of property. Any real property within the SUBRECIPIENT control, which is acquired or improved in whole or part with CDBG funds in excess of $25,000, must adhere to the CDBG Regulations at 24 CFR 570.505. 33. As provided in § 287.133, Florida Statutes by entering into this Agreement or performing any work in furtherance hereof, the SUBRECIPIENT certifies that it, its affiliates, suppliers, subcontractors and consultants who will perform hereunder, have not been placed on the convicted vendor list maintained by the State of Florida Department of Management Services within the 36 months immediately preceding the date hereof. This notice is required by § 287.133 (3) (a), Florida Statutes. 34.No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, contracts under grants, loans, and cooperative agreements) and that all SUBRECIPIENTS shall certify and disclose accordingly. 35.Travel reimbursement will be based on the U.S. General Services Administration (GSA) per diem rates in effect at the time of travel. 36.Any rule or regulation determined to be applicable by HUD. 37.Florida Statutes 713.20, Part 1, Construction Liens 38.Florida Statutes 119.021 Records Retention Organization Name: ______________________________________________ Name/Signature: ______________________________________________________________ (Please Print) (Signature) Title: ________________________________________Date: ______________________________ County Manager Collier County Board of County Commissioners Leo E. Ochs Jr. CERTIFICATION OF CDBG/HOME/ESG FUNDED CONSTRUCTION/REHABILITATION PROJECTS If the applicant anticipates using CDBG/HOME/ESG for construction or rehabilitation, the following federal and county requirements must be acknowledged: 1. All construction or rehabilitation plans and permits must be approved and in place prior to funding. Copies of all permits must be attached to application. 2. The County shall not be obligated to pay any funds to the project prior to the completion of an environmental review of the project and said review is approved by any government agencies as may be required by law. 3. The Applicant will assure all wages paid to construction workers by its or its subcontractors are in compliance with federal, state and local labor requirements. The Applicant agrees to include in the construction bid specifications in connection with this agreement the applicable Federal Wage Determination assigned to this project by HUD. The applicant must also inform the contractor/subcontractors that they will be required to submit documents after a county conducted pre-construction conference and prior to construction. Weekly Davis Bacon reports must be submitted thereafter as required by the federal government. 4. The Applicant agrees to comply with and to assure that its subcontractors comply with the 2 CFR 200 for programs funded in whole or in part of CDBG/HOME funds. 5. Pursuant to Section 109 of the Act, the Applicant specifically agrees tha t no person shall be denied the benefits of the program on the grounds of race, color, sex, religion or national origin. 6. The Applicant agrees, on its own behalf and on behalf of its contractors and subcontractors, to take affirmative action in attempting to employ low income and minority persons, as mandated by law (Section 3). 7. As required by 2 CFR 200 and by Florida Statutes Section 287.055, professional services must be competitively selected. The competitive selection process must include a public advertisement, issuance of a request for application and a competitive review based on uniform criteria. Selection criteria must consider the basic qualifications, professional competence, experience and suitability of each firm. Fees for profess ional services must be requested as a fixed sum and not stated as a percentage of construction costs. 8. All documents, bid specifications, notices and construction drawings must be submitted for review and approval to Collier County Community and Human Services (CHS) prior to public advertisement. 9. Any applicable bidding process for construction contracts, based on Collier County’s Purchasing Thresholds, must include a formal advertisement, published in the Naples Daily News and the Immokalee Bulletin (where applicable). The announcement must include the following: a. Date, time and place that bid documents are available and the same information for any pre-bid conferences and receipt of bids. b.Requirement of bid surety in the amount of ten percent (10%) of the bid and a performance and payment bond equal to 100% of the award. c. Standard statement regarding the “in whole or in part” federal funding of the project and the various applicable federal regulations. 10.The County reserves the right to be present at the time of bid openings. 11.The Applicant agrees to submit to the County all documentation of the steps followed in the selection of professional services and construction contracts. 12.The Applicant agrees to specify a time of construction and include a liquidated damage clause in all construction contracts. Cost plus a percentage of cost and percentage of construction cost contracts will not be permitted. 13.The Applicant agrees that it will not start construction until an official “Notice to Proceed” has been issued. 14.Pursuant to 570.608 of the CDBG Regulations and the new provisions in the Economic and Community Development Act of 1974 as amended, the Applicant agrees to comply with the inspection, notification, testing and abatement procedures concerning lead- based paint. I, hereby acknowledge that I have read the specific requirements contained in this Certification and that eligibility of my organization’s project depends upon compliance with the requirements contained in this document. Name of Organization: ____________________________________ Name/Signature: _______________________________________________________________________ (Please Print) (Signature) Title: ____________________________________ Date: _________________________ Leo E. Ochs Jr. County Manager Collier County Board of County Commissioners CERTIFICATION FOR THE SUBRECIPIENT OR DEVELOPER OR VENDOR ENTITY CERTIFICATION FOR THE GRANTEE ENTITY Only one required per entity signed by an authorized representative REGARDING DEBARMENT or SUSPENSION, REAL OR APPARENT CONFLICT OF INTEREST, FALSIFICATION OF DOCUMENTS, SUBSTANTIAL NON-COMPLIANCE OR NON-PERFORMANCE UNDER A GRANT, INELIGIBILITY, VOLUNTARY EXCLUSION ON AGREEMENTS/SUB-AGREEMENTS This certification is required by the regulation implementing Executive Order 12549, Debarment and Suspension, signed February 18, 1986. The guidelines were published in the May 29, 1987 Federal Register (52 Fed. Reg., pages 20360-20369). The Board of County Commissioners further adopted a Resolution (2013-228) effective October 8, 2013 to establish application screening criteria for Collier County administered federal and state grants. The resolution specifies this list of interested parties refers to the following representatives of the grantee organization under any form of arrangement or agreement: Each Board of Directors member Officers of the Board Executive Director All employees and supervisors that will work on the grant Definitions: [Note: The Definitions (1) will be tailored for the applicable grant program] (1) The terms "debarred," "suspended," "ineligible," "person," "principal," and "voluntarily excluded," as used in this certification, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549 and 45 CFR (Code of Federal Regulations), Part 76. Contact Collier Community and Human Services or go to www.HUD.gov website for assistance in obtaining a copy of those regulations. (2) The term substantial non-compliance or non-conformance as used in this certification includes: Return of awarded grant funds on more than one occasion in the last three years Non-compliance with a monitoring corrective action plan Other substantial non-compliance or non-conformance of a grant The organization applying for grant funding is hereby certifying and will follow the below listed: 1. Each grantee of federal or state financial and non-financial assistance must sign this debarment certification at time of application. Independent auditors who audit federal or state programs regardless of the dollar amount are required to sign this certification form to include certification of debarment. Collier County Community and Human Services or its agreement grantee/contractors will not contract with subcontractors if they are debarred or suspended by the federal government. 2. Each entity applying for a grant from Collier County will assure all individuals and positions listed above complete and submit appropriate certifications. 3. The grantee shall provide immediate written notice to the grant coordinator at any time the grantee/contractor learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The grantee further agrees by submitting this certification that, it shall not knowingly enter into any sub-agreement with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this contract unless authorized by the Federal Government. 5. The grantee further agrees by submitting this certification that it will require each contractor/subcontractor of agreements and/or contracts referencing this contract whose payment will equal or exceed $100,000 in federal monies, to submit a signed copy of this certification with each sub-agreement. 6. The grantee may rely upon a certification by a subcontractor entity that it is not debarred, suspended, ineligible, or voluntarily excluded from contracting/subcontracting unless the grantee/contractor knows that the certification is erroneous. 7. The grantee has adopted conflict of interest policies and procedures within their organization and will provide a copy of such prior to the execution of an agreement should the grant application be funded. If the grantee does not have conflict of interest policies and procedures they must adopt policies/procedures for determining when a conflict of interest exists and disclosing it to the public as required by the applicable program requirements. The prospective grantee certifies, by signing this certification, that neither the entity nor their above noted principals and respective employees, within the last three years: (1) Has been debarred, suspended, proposed for debarment, and declared ineligible, or voluntarily excluded from participation in contracting with Collier County Community and Human Services by any federal department or agency. Where the prospective grantee is unable to certify to any of the statements in this certification, such prospective grantee shall attach an explanation to this certification. (2) Has had a real or apparent conflict of interest (3) Has falsified documents (4) Has substantial non-compliance or non-conformance with performance under a grant with Collier County or any other entity Collier County Community and Human Services will rely on the certifications of this document as true and reliable. However, the County reserves the right to request additional documentation prior to making a final determination. Collier County Community and Human Services may rely upon a certification by a nonprofit organization that it is not debarred, suspended, ineligible, or voluntarily excluded from contracting or subcontracting unless the department knows that the certification is erroneous. This certification is a material representation of fact upon which reliance is placed when this application is submitted. If it is later determined that the signed knowingly rendered an erroneous certification, the Federal Government (via Section 1001 of Title 18 USC for making false statements) and Collier County may pursue available remedies, including suspension, debarment, grant award retraction, and/or suspension from applying for awards for three years under Resolution 2013-228. Name of Organization: ________________________ Signature of Authorized Individual ___________________________________ Date______________________________________ __________________________________________ Name and Title of Authorized Individual (Print or type) CERTIFICATION FOR THE DIRECTORS OF THE BOARD, EXECUTIVE DIRECTOR, EMPLOYEE OR SUPERVISOR One EACH for every director, the executive director, and each staff member proposed to be directly working on or overseeing a staff member directly working on the grant REGARDING DEBARMENT or SUSPENSION, REAL OR APPARENT CONFLICT OF INTEREST, FALSIFICATION OF DOCUMENTS, SUBSTANTIAL NON-COMPLIANCE OR NON-PERFORMANCE UNDER A GRANT, INELIGIBILITY, VOLUNTARY EXCLUSION ON AGREEMENTS/SUB-AGREEMENTS The Board of County Commissioners adopted a Resolution (2013-228) effective October 8, 2013 to establish application screening criteria for Collier County administered federal and state grants. The resolution specifies this list of interested parties refers to the following representatives of the grantee organization under any form of arrangement or agreement: Each Board of Directors member Officers of the Board Executive Director All employees and supervisors that will work on the grant Definitions: (1) The terms "debarred," "suspended," "ineligible," "person," "principal," and "voluntarily excluded," as used in this certification, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549 and 45 CFR (Code of Federal Regulations), Part 76. Contact Collier County Community and Human Services or go to www.HUD.gov website for assistance in obtaining a copy of those regulations. (2) The term substantial non-compliance or non-conformance as used in this certification includes: Return of awarded grant funds on more than one occasion in the last three years Non-compliance with a monitoring corrective action plan Other substantial non-compliance or non-conformance of a grant The undersigned certifies, by signing this certification, that, within the last three years, they have not: 1. Been debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from participation in contracting with Collier County Community and Human Services by any federal department or agency. (Where the prospective individual is unable to certify to any of the statements in this certification, such individual shall attach an explanation to this certification.) 2. Had a real or apparent conflict of interest 3. Falsified documents 4. Had substantial non-compliance or non-conformance with performance under a grant with Collier County or any other entity The undersigned shall provide immediate written notice to the grantee at any time the undersigned learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. Collier County Community and Human Services will rely on the certification of this document as true and reliable. However, the County reserves the right to request additional documentation prior to making a final determination. This certification is a material representation of fact upon which reliance is placed when this application is submitted. If it is later determined that the signed knowingly rendered an erroneous certification, the Federal Government (via Section 1001 of Title 18 USC for making false statements) and Collier County may pursue available remedies, including suspension, debarment, grant award retraction, and/or suspension from applying for awards for three years under Resolution 2013-228. _______________________________________________ Name of Organization ________________________________________________ Role of undersigned (Director, Executive Director, Employee [specify role], Supervisor [specify role] ______________________________________________ Signature _____________________________________________Date: ________________________________ Print or type name of signatory Collier County Board of County Commissioners Leo E. Ochs Jr. County Manager 1 PURCHASING POLICY OF COLLIER COUNTY I. ESTABLISHMENT OF PURCHASING POLICY Ordinance No. 87-25 provides for the adoption of a Purchasing Policy. Collier County Resolution No. 97-435 establishes the following Purchasing Policy. II. PURCHASING DEPARTMENT RESPONSIBILITIES A. The Purchasing Department shall be responsible for: 1. Seeking Maximum Value: Act to procure for the County the highest quality commodities, and contractual services at least expense to the County. 2. Encouraging competition: Endeavor to obtain as full and open competition as possible on all purchases and sales. 3. Procedures: Establish and amend, when necessary, operational procedures for the implementation of the Purchasing Policy provided by ordinance. Said procedures shall become effective only when approved in writing by the County Manager. Copies of the procedures shall be maintained on file in the office of the Purchasing Department. 4. Purchasing Analysis: Keep informed of current developments in the field of purchasing, prices, market conditions and new products, and secure for the County the benefits of research conducted in the field of purchasing by other governmental jurisdictions, national technical societies, trade associations having national recognition, and by private business and organizations. 5. Purchasing Manual: Prescribe and maintain a standard Purchasing Manual for all using agencies. The content of said manual will be governed by this Policy. 6. Forms: Prescribe and maintain such forms as shall be found reasonably necessary to the operation of this Policy. 7. Vendor Certification: Document that vendors doing business with the County have acknowledged their understanding and acceptance of the terms and conditions of the County's Purchasing Policy and have agreed to abide by those terms. 8. Bulk Purchases: Exploit the possibilities of buying "in bulk" so as to take full advantage of discount. 9. Vendors' Catalog File: Prepare, adopt and maintain a vendor's catalog file. Said catalog shall be organized according to materials and/or services and shall contain descriptions of vendors' commodities, prices and discount. 10. Tax Exemptions: Act so as to procure for the County tax exemptions to which it is entitled. 11. Cooperation: Cooperate with using agencies so as to secure for the County the maximum efficiency in budgeting and accounting. 2 12. Suspension and Debarment of Vendors : To oversee and facilitate the suspension and/or debarment of vendors as set forth under Section XXIX of this policy. 13. Inquiry and Control: Have full authority to question the quality, quantity, and kinds of items requisitioned in order that the best interests of the County are served. The Purchasing Director shall have final approval authority for all purchases at or below the formal competitive threshold. To ensure the timely, proper and orderly acquisition of services to the various using agencies, all authority granted to the Purchasing Director in this policy may be formally delegated by the Purchasing Director in whole or in part to appropriate staff members within the County Manager’s agency. III. PURCHASES NOT EXCEEDING $3,000 Purchases that do not exceed $3,000 may be approved by the Purchasing Director without informal or formal competition by means of a purchase order, purchasing card or formal agreement (or any combination therein) as defined under this policy or deemed appropriate by the Purchasing Director. IV. INFORMAL COMPETITION (PURCHASES EXCEEDING $3,000 BUT NOT GREATER THAN $50,000) A. All purchases exceeding $3,000 but not more than $50,000 shall be awarded by the Purchasing Director to the qualified and responsive vendor submitting the lowest or best overall quote which meets all specifications, unless the requirement for competition is waived by the Purchasing Director in accordance with Section 4.B. All such purchases may be solicited and awarded without formal public announcement and without formal competition. 1. Minimum Number Quotes: Open market purchases or sales in excess of $3,000 but less than or equal to the formal competitive threshold shall be based on a good faith effort by the Purchasing Department or the using agency to obtain at least three (3) competitive quotes (including all “no quote” responses). Award shall be made to the lowest, qualified and responsive quote in accordance with the standards set forth in this Policy. 2. Solicitation of Quotes: The Director may solicit quotes orally, written, or electronically for open market pricing or sale, using available bidders' and supplier lists. The Director shall determine in which instances quotations shall be solicited in writing. Further the Director shall determine which agency (e.g.; Purchasing or the using agency) shall obtain the quotations. All quotes in excess of ten thousand dollars $10,000 shall be tendered or confirmed in writing or electronically submitted by the vendor prior to purchase. 3. Public Record: The Director shall keep a record of all open market quotes submitted and such records shall be open to public inspection after award has been made. B. The requirements for requesting quotes from three (3) or more sources are waived and do not require Board action for: 1. Purchase of library books, education and/or Personnel tests, similar audio visual materials, periodicals, printed library cards, etc. 3 2. Professional services; and, in instances when authorized by the Purchasing Director where commodities or services are purchased directly from the owner of a copyright or patent, a governmental agency, a recognized educational institution, a not-for-profit entity or when there are no other identifiable sources available. 3. Purchases that the Director has determined to be legitimate single source purchases. 4. Valid public emergencies or other instances deemed by the Director to be in the best interests of the County. 5. Purchase of services from experts or consultants by or through the Office of the County Attorney for purposes of preparing for or defending against imminent or pending civil litigation or administrative proceedings. C. All purchases greater than $1,000 but less than or equal to $3,000 will generally be processed using a regular purchase order. However, such purchases may be processed using a purchasing card in accordance with Section XXIV of this policy. V. FORMAL COMPETITIVE THRESHOLD (Purchases in excess of $50.000) A. It is the intent of the Board of County Commissioners to establish an amount of fifty thousand dollars ($50,000) as the County's formal competitive threshold for purchases. The established limit shall be applied to all methods of purchase by agencies under the purview of the Board of County Commissioners, including but not limited to competitive sealed bids, competitive proposals and competitive selection and negotiation. The requirement for formal competition may be waived by the Board of County Commissioners where permitted by law, under the following circumstances: 1. Purchase of library books, education and/or personnel tests, similar audio visual materials, periodicals, printed library cards, etc. 2. Single source purchases (pursuant to subsection C). 3. Valid public emergencies (pursuant to Section XX I). 4. Where it is determined to be in the best interests of the County to do so. B. All purchases subject to formal competition shall be awarded by the Board of County Commissioners unless otherwise delegated by the Board via formal public action. C. Exemption For Single Source Commodities: Purchases of commodities and services from a single source may be exempted from formal competition upon certification by the Purchasing Director of both of the following conditions: 1. The item(s) is the only one available that can properly perform the intended function(s); 2. The recommended vendor/contractor is the only one ready, willing and able to meet the County's requirements. All Single Source purchases in excess of the formal competitive threshold shall be exempted from formal competition by the Board. Recurring single source 4 purchases shall not require subsequent Board approval (in the same or in any subsequent fiscal year) provided that there are sufficient budget appropriations to make each purchase. Purchases less than or equal to the formal competitive threshold may be exempted from competition by the Purchasing Director, as permitted by law D. Use of Past Performance Data: In order to promote the qualitative delivery of commodities and services, County departments shall record and consider the past performance of vendors in the award of contracts exceeding the formal competitive threshold. This objective shall be accomplished as follows: 1. The Purchasing Department shall be responsible for each of the following: a. Developing, implementing and maintaining appropriate adm inistrative procedures, instructions and technologies necessary to collect and access vendor performance data. b. Ensuring that relevant past performance data is properly gathered and considered prior to award of subsequent contracts. 2. Using agencies shall be responsible for each of the following: a. Conducting periodic performance evaluations of vendors under contract with the County pursuant to the procedures established pursuant to subsection V.D.1a. b. Considering the past performance of vendors during the evaluation of formal bids and proposals for subsequent contract awards as set forth in the administrative procedures referenced under subsection V.D.1a. VI. COMPETITIVE BID PROCESS Any purchase of commodities or services costing in excess of the formal co mpetitive threshold shall be accomplished by competitive sealed bid, by competitive selection and negotiation (per section VII) or by competitive proposals (per section VIII). Award of Bid Contract shall be made by the Board to the lowest, qualified and responsive bidder except where otherwise provided for in this policy or unless an exception is granted by the Board. Bid limits for requirements utilizing federal or state funds will be those required by said agency granting the funds or the County's requir ements, whichever takes precedence. A. Notice Inviting Bids: 1. Announcement: Notice inviting bids shall be publicly posted by the Purchasing Department in a consistent public location at least ten (10) days preceding the last day established for the receipt of bid proposals. Bids may be solicited and/or received in one or more steps as permitted by law and deemed appropriate by the Purchasing Director. 2. Scope of Notice: The public notice required herein shall include a general description of the commodities/services to be purchased or sold, shall state where bid instructions and specifications may be secured and the time and place for opening bids. 3. Bidders' List: The Director shall also solicit sealed bids from qualified prospective vendors/contractors who have registered their names on the Collier County Purchasing Department vendor database, which will electronically send them a notice of the proposed purchase or sale. Notices 5 sent to the vendors/contractors on the Collier County Purchasing Department vendor database shall be limited to commodities or services that are similar in character and ordinarily handled by the trade group to which the notices are sent. Vendors/contractors are responsible for maintaining their profiles in the database to ensure proper notifications are received. Vendors/contractors may be removed from the database by the Director for continual non-response to formal solicitations and violations to the Purchasing Policy. The Director shall have the discretion to continue to issue formal solicitations and accept formal bids, proposals and other tenders using paper where appropriate. 4. Bid Deposits: When deemed necessary by the Director, bid deposits shall be prescribed in the public notices inviting bids. Said deposits shall be in the amount equal to five percent of the bid submitted. The Director shall have the authority to return the deposits of all bidders prior to award of bid contract by the Board of County Commissioners. A successful bidder shall forfeit an y deposit required by the Director upon failure on the vendor's part to enter into a contract within ten (10) working days after written notice of award. 5. Bid Addenda: An addendum to a specification shall be defined as an addition or change in the already prepared specifications for which an invitation has been issued for formal quotations or an announcement has been posted for a formal sealed bid. Any addendum to a request for formal sealed bids shall be approved by the Department Director or designee and the Purchasing Director. The addendum shall clearly point out any addition or change to the invitation for bids. The Purchasing Department shall be responsible for insuring that addenda are available on the e-procurement website and that all prospective bidders who have downloaded specifications are notified of the addendum prior to opening of bids. B. Procedure for Bids: 1. Sealed Bids: Sealed bids shall be submitted manually or electronically to the Director and if manual shall be clearly identified as bids on the outside of the sealed envelope. 2. Opening: Bids shall be opened publicly at the time and place stated in the public notices and shall be witnessed and certified by the Purchasing Department. 3. Tabulation: A tabulation of all bids received shall be made either electronically or manually by the Purchasing Department and shall be available for public inspection. C. Tie Bids: Where there are low tie bids, the award process shall first be subject to Section 287.087, F.S. In the event that all of the tied bidders comply with Section 287.087, F.S., the Purchasing Department shall determine if any of the bidders would be considered a local business as defined under Section XI of this policy. If one (and only one) of the bidders is determined to be a local business, then award of contract shall be made to that bidder. In the event that two or more local bidders are tied thereafter, award of contract shall be made in accordance with Section XI.2.(a) of this policy. 6 D. Rejection Of Bids And Negotiation: 1. The Board of County Commissioners shall have the authority to reject any and all bids. 2. Subsequent to applying the procedures set forth under Section XI (2)(a) (where applicable), if the lowest, qualified responsive bid exceeds the budgeted amount and if the purchase is not funded in whole or in part with interagency grant dollars, the Purchasing Director may negotiate changes with the apparent lowest qualified and responsive bidder that will bring prices into budgeted limits subject to the final approval and acceptance of the Board. If the budgeted amount includes grant funds, the Purchasing Director shall be authorized to conduct such negotiations provided said actions are not prohibited by law or the grant conditions. 3. If no bid is received, the Board of County Commissioners may authorize the Purchasing Director to purchase by negotiation under conditions most favorable to the public interest and when said purchase will result in the lowest ultimate cost of the commodities or services obtained. E. Waiver Of Irregularities: The Board of County Commissioners shall have the authority to waive any and all irregularities in any and all formal bids. F. Award Of Bid Contract: The Chairman, when authorized by majority vote of the Board or as otherwise provided for in this policy, shall execute formal contracts having a binding effect upon the County. Formal, bilateral contracts shall not be required where a purchase order is sufficient. A formal contract shall be awarded by the Board of County Commissioners to the lowest qualified and responsive bidder. In addition to the price shall be considered the following: 1. The ability, capacity and skill of the bidder to perform the contract. 2. The ability of the bidder to perform the contract within the time required or the least time, if appropriate, without delay or interference. 3. The experience and efficiency of the bidder. 4. The quality and performance of previous contracts awarded to the bidder. 5. The previous and existing compliance by the bidder with laws and ordinances relating to the contract. 6. The quality, availability and adaptability of the commodities or contractual services to the particular use required. 7. The ability of the bidder to provide future maintenance and service (where applicable). All recommendations for award for bid contract will be reviewed and approved by the Purchasing Director prior to presentation to the Board of County Commissioners. Bidders competing for a prospective bid award (and their agents/representatives) will not be permitted to publicly or privately address the Board regarding a prospective purchase prior to the time of award unless requested to do so by the Purchasing Director or by a majority vote of the Board. 7 VII. PROCUREMENT OF PROFESSIONAL SERVICES A. Because differences in price may only be a minor concern compared to qualitative considerations, professional services may be exempted by the Purchasing Director from the competitive bidding process. Instead, professional services will be typically acquired through one of the following methods: 1. Competitive Selection and Negotiation. 2. Competitive Proposals (pursuant to Section VIII). B. A professional service shall be defined as assistance obtained in support of County operations from an independent contractor in one or more of the following professional fields: 1. Appraisal Services - real and personal property appraisers. 2. Architecture, professional engineering, landscape architecture, or register ed land surveying services (as per Section 287.055, F.S.). 3. Audit and Accounting Services - auditors and accountants (excepting the selection of the annual auditor which shall be conducted as per Section 11.45, F.S.). 4. Consultants - planning, management, technological or scientific advisors. 5. Financial Services - bond counsel, rating and underwriting, financial advisor, and investment services. 6. Legal Services - attorneys and legal professionals. 7. Medical Services - medicine, psychiatry, dental, hospital, and other health professionals. C. Requests exclusively for services defined under VII.B.2 will be procured in a manner consistent with Section 287.055, F.S., known as "The Consultant's Competitive Negotiation Act" as required by said statute. Projects may include, but are not strictly limited to one or more of the following: 1. Fixed assignment contracts: A grouping of minor professional service (including construction inspection services) assignments. 2. Fixed term contracts: Countywide agreements for various and miscellaneous minor professional services (including construction inspection services) on an as needed basis. 3. General Professional Services: Includes administration, support and management of engineering, architectural, surveying and planning activities. Prior to issuing a work order under a contract identified under Section VII.C.1 -3, the Director shall have the discretion to solicit project or task specific proposals from one firm or from multiple firms under a fixed term contract. In such instances, each solicitation shall be issued on a "best value" basis where qualifications and price are considered. Each solicitation shall include at minimum a description of work to 8 be performed and the criteria to be used to evaluate each proposal. For all "best value" based solicitations, price shall not exceed 50 percent of the total evaluation criteria. The Director shall be authorized to approve all work orders where the maximum initial dollar amount does not exceed two hundred thousand dollars ($200,000) and where the maximum initial contract amount does not exceed seven hundred fifty thousand dollars ($750,000). Any work order and/or contract that exceeds that amount subsequent to award and prior to completion of the work shall be subject to the provisions of Section XV.C of this resolution. Projects shall not be sub -divided to circumvent the dollar thresholds established herein. All fixed term agreements issued under this section shall be eligible for extension or renewal in accordance with the provisions of Sections XV.D and E respectively. D. For all service procurements in excess of the formal competitive threshold under the Competitive Selection and Negotiation method, authority to announce and distribute Requests for Proposals or Letters of Interest and Qualifications and to appoint and empower a selection committee shall be pursuant to Section VIII.B. hereof. E. Final selection of the professional service provider (award of contract) shall be made by the Board of County Commissioners. F. Purchases for all professional services estimated to be equal to or less than the formal competitive threshold may be approved by the Purchasing Director, as permitted by law. G. Requests for outside legal services will be referred to the County Manager and the County Attorney for review and comment as to whether said services are necessary and/or appropriate. Requests for outside legal services may be exempted from formal competition by the Board of County Commissioners at the request of the County Manager or County Attorney. H. The acquisition of services from experts or consultants for purposes of preparing for or defending against imminent or pending litigation or administrative proceedings shall be exempt from all competitive requirements of this policy. Any such acquisitions that do not exceed $50,000 may be approved by the County Attorney and the Purchasing Department without further action. Acquisitions that exceed $50,000 may be authorized by the County Attorney and the Purchasing Department, but will be reported at a regular meeting of the Board for ratification. VIII. COMPETITIVE PROPOSALS A. The Competitive Proposals process is a method of contract selection that may be utilized by the Purchasing Director under circumstances where one or more of the following conditions exist: 1. Where qualitative considerations are of equal or greater concern than pricing considerations. 2. Where the conditions of the purchase do not lend themselves to the formal sealed bid process or the award of a firm, fixed fee contract. 3. Where the County is incapable of specifically defining the scope of work for which the commodity(s) or service(s) is required and where the qualified offer 9 is asked to propose a commodity(s) or service(s) to meet the needs of the County. 4. Where the County desires to enter into a single contract for the design and construction of a public construction project(s). B. For purchases in excess of the formal competitive threshold and where appropriate or required by law, the competitive proposals process will be utilized. The process will be conducted in a manner similar to the sealed bid process as set forth under Section VI except where otherwise stated in this section. The competitive proposals process shall proceed as follows: 1. A Request for Proposals (RFP) will be prepared and distributed in a manner consistent with the definition of said term found in Section 2 of Collier County Ordinance No. 87-25. Notice of said request(s) shall be publicly posted by the Purchasing Department at least 21 calendar days preceding the last day established for the receipt of proposals. 2. Each Request for Proposals shall identify the appropriate evaluation procedures and criteria to be applied to the selection of the best proposal among the respondents. Each RFP pertaining to the award of a design/build contract(s) shall be subject to the requirements of Section 287.055 F.S. 3. Prior to the announcement and distribution of the RFP, a selection committee shall be appointed by the County Manager to evaluate the proposals received. For all purchases made under the Competitive Proposals method, the County Manager may empower the selection committee to designate and rank the proposals prior to the commencement of negotiations and to negotiate a tentative agreement, subject to award by the Board. 4. Proposals may be solicited and/or received in one or more steps as permitted by law and deemed appropriate by the Purchasing Director. U nless otherwise prohibited by law, the Purchasing Director shall have the discretion to solicit and conduct simultaneous or concurrent negotiations with one or more firms. C. For purchases in excess of the formal competitive threshold, final selection of the awardee will be made by the Board of County Commissioners. D. Purchases less than or equal to the formal competitive threshold may be authorized by the Purchasing Director, as permitted by law and shall not require formal solicitation or announcement unless deemed necessary by the Purchasing Director. IX. PROCUREMENT OF DESIGN/BUILD CONTRACTS A. Procurements for the design and construction of public construction projects may be obtained through a single contract with a firm selected in a manner permitted under Section 287.055, F.S. and the procedures set forth in this section. B. Upon completion of the Design Criteria Package, procurements of Design/Build services shall be processed in a manner consistent with Section VIII hereof entitled "Competitive Proposals". C. Administrative procedures shall be established by the County Manager or his designee for utilization of the design criteria professional concerning the evaluation of the proposals submitted by the design/build firms, the supervision or the 10 approval by the County of the work drawings of the project and evaluation of the project construction with the design criteria package. D. The Board of County Commissioners may declare a public emergency, where appropriate and authorize the using agency to negotiate an agreement for Board approval with the best qualified design-build firm available at that time. X. Small and Disadvantaged Minority and Women Business Enterprises A. Policy Statement: Collier County stands committed to providing equal opportunities to small businesses and disadvantaged business enterprises (DBE), minority business enterprises (MBEs) and women enterprises (WBEs) as well as to all vendors, consultants, contractors and subcontractors who seek to do business with the County. Pursuant to this policy, Collier County will require its vendors, consultants, contractors and subcontractors to provide qualified small businesses and DBE's with an equal opportunity to participate in the formal competitive processes for the procurement of commodities and services by the County. The Policy is not intended to require or to allow partiality toward or discrimination against any small business or DBE, MBE, WBE, or any other vendor, consultant, contractor or subcontractor on the basis of gender, race or national origin, or other such factors, but rather to help ensure that small businesses and DBEs, MBEs, WBEs, and all qualified vendors, consultants, contractors and subcontractors have an equal opportunity to participate in the County's formal competitive processes. Nothing in this Policy shall be construed to provide for or require any preference or set-aside based on gender, race, national origin or any other such factor. B. Definitions: For purposes of this policy, the term "small business" shall have the same definition as set forth under Section 288.703.(1), F.S. The term "DBE" shall include any "small business" as defined pursuant to Section 288.703(1) that is at least 51 percent owned or controlled by a person or pers ons defined as "socially and economically disadvantaged" individuals pursuant to Section 14-78.602(18), F.A.C. Reference to these definitions, however, shall in no way be construed to provide that the County has adopted or is subject to the provisions o f the Statute or Code referenced herein. C. Implementing Measures: In an effort to implement this policy, the County may undertake the following measures: 1. Designate the Purchasing Director to administer this policy. 2. Utilize outreach programs to identify, register and educate small businesses and DBEs, MBEs and WBEs to participate in the procurement/contract process including, but not limited to: a. Attending trade fairs which include representatives from these enterprises. b. Attending meetings and social events wherein these enterprises. c. Utilizing publications aimed at reaching these enterprises. 11 d. Utilizing directories and other reference sources that list these enterprises. e. Publicizing this Policy to encourage these enterprises to participate in the County's procurement process. f. Other actions designed to identify these enterprises who seek to provide commodities and services to the County. 3. Maintain a list of these enterprises. 4. Disseminate information regarding competitive opportunities with the County in order to allow qualified small businesses and DBEs, MBEs and WBEs to participate in the County's procurement process. D. Conformity with Applicable Law: The provisions of this section shall be construed in conformity with applicable state and federal law. To the extent that state law conflicts with federal law, federal law shall supersede such state law. XI. Procedure to Provide Preference to Local Businesses in County Contracts . Except where otherwise provided by federal or state law or other funding source restrictions or as otherwise set forth in the purchasing policy, purchases of commodities and services shall give preference to local businesses in the following manner: (1) “Local Business” defined Local business means the vendor has a valid occupational license issued by Collier County at least one year prior to bid or proposal submission to do business within Collier County that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier County from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not by used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privile ge 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. An y bidder/proposer who fails to submit sufficient documentation with their bid/proposal offer shall not be granted local preference consideration for the purposes of that specific contract award. Except where federal or state law, or any other funding source, mandates to the contrary, Collier County and its agencies and instrumentalities, will give preference to local businesses in the following manner: (a) Competitive bid (local price match option). Each formal competitive bid solicitation shall clearly identify how the price order of the bids received will be evaluated and determined. When a qualified and responsive, non-local business submits the lowest price bid, and the bid submitted by one or more qualified and responsive local 12 businesses is within ten percent of the price submitted by the non-local business, then the local business with the apparent lowest bid offer (i.e.; the lowest local bidder) shall have the opportunity to submit, an offer to match the price(s) offered by the overall lowest, qualified and responsive bidder. In such instances, staff shall first verify if the lowest non-local bidder and the lowest local bidder are in fact qualified and responsive bidders. Next, the Purchasing Department shall determine if the lowest local bidder meets the requirements of Section 287.087, F.S. If the lowest local bidder meets the requirements of 287.087, F.S., the Purchasing Department shall invite the lowest local bidder to submit a matching offer to the Purchasing Department which shall be submitted to the Purchasing Department within five (5) business days thereafter. If the lowest local bidder submits an offer that fully matches the lowest bid from the lowest non-local bidder tendered previously, then award shall be made to the local bidder. If the lowest local bidder declines or is unable to match the lowest non-local bid price(s), then award will be made to the lowest overall qualified and responsive bidder. If the lowest local bidder does not meet the requirement of Section 287.087, F.S. and the lowest non-local bidder does, award will be made to the bidder that meets the requirements of the reference state law. (b) Request for proposals, qualifications or other submittals and competitive negotiation and selection. For all purchases of commodities and services procured through the Competitive Proposals (Section VI) or Competitive Selection and Negotiation (Section VIII) methods not otherwise exempt from this local preference section, the RFP solicitation shall include a weighted criterion f or local preference that equals 10 percent of the total points in the evaluation criteria published in the solicitation. Purchases of professional services as defined and identified under subsection VII.B.2 (which are subject to Section 287.055, F.S.) and subsection VII.B.3 (which are subject to Section 11.45, F.S.) shall not be subject to this local preference section. (3) Waiver of the application of local preference. The application of Local Preference to a particular purchase or contract for which the Board of County Commissioners is the awarding authority may be waived upon approval of the Board of County Commissioners. (4) Comparison of qualifications. The preferences established herein in no way prohibit the right of the Board of County Commissioners to compare quality of materials proposed for purchase and compare qualifications, character, responsibility and fitness of all persons, firms or corporations submitting bids or proposals. Further, the preferences established herein in no way prohibit the right of the County Commission from giving any other preference permitted by law instead of the preferences granted herein. (5) Reciprocity. In the event Lee County, or any other Florida county or municipality (“local government”) deemed appropriate by the Collier County Board of Commissioners, extends preferences to local businesses, Collier County may enter into an interlocal agreement with such local government wherein the preferences of this section may be extended and made available to vendors that have a valid occupational license issued by that specific local government to do business in that local government that authorizes the vendor to provide the commodities and services to be purchased, and a physical business address located within the limits of that local government. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of the said local government whichever is applicable, in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to that local government’s tax base, and residency of employees and principals of the business located within the limits of that local government. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for 13 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 f irms competing for its contracts. (6) Purview and administration of this policy. This policy shall apply to all departments and units under the direct purview of the Board of County Commissioners. The Purchasing Department shall be responsible for deve loping, implementing and maintaining administrative procedures in support of this policy. (7) Subsequent Review and Sunset Provision. Pursuant to the adopting resolution, this local preference section is being added to the purchasing policy in support of the local economy during difficult economic times in Collier County. On or about one year of the effective date, the Purchasing Department will provide the Board with an update of the results and impacts to date of this local preference policy. Within two years of the effective date, the Board shall receive a similar report from the Purchasing Department and shall determine whether to continue or modify this policy. Should the Board not elect to continue the local preference policy, it will expire at that time. XII. PAYMENT OF INVOICES A. It is the intent of the Board of County Commissioners that all agencies under its purview be in compliance with Section 218.70 F.S., otherwise known as the "Local Government Prompt Payment Act". Pursuant to this, the requirements of this section shall apply to the following transactions: 1. The purchase of commodities and services; 2. The purchase or lease of personal property; 3. The lease of real property. B. The Purchasing Director shall have the authority to establish and maintain a procedure that authorizes minor payment variances between the purchase order and invoice where warranted. The authority to pay such variances shall not exceed 5% of the purchase order amount or $500, whichever is less. C. Additionally, the Purchasing Director shall be permitted to establish and maintain a procedure that authorizes the payment of freight and delivery charges that are not specifically identified on the purchase order. D. It shall be the responsibility of the Purchasing Director, in consultation with the Finance Director and using agencies, to establish, distribute and administer procedures for the timely payment of all transactions as defined under XII.A hereof. Such procedures shall include, but not be limited to the following: 1. Formally defining the County's requirements for the content and submission of a proper invoice, codifying the County's payment requirements and formally notifying each vendor of their availability. 2. Steps required for the receipt of all invoices and the prompt return of improper invoices. 3. Steps required for the resolution of payment disputes between the County and a vendor. 14 E. Each December, the Finance Director and the Purchasing Director shall submit a joint report to the Board listing the number and total dollar amount of interest penalty payments made during the preceding fiscal year. XIII. PAYMENT OF DUES FOR MEMBERSHIP IN PROFESSIONAL ORGANIZATIONS County funds may be used to pay for dues for membership in a profe ssional or other organization provided that such expenditure meets the following criteria: 1. Such membership is deemed necessary to meet duties and responsibilities required by Federal, State or local mandate or to facilitate proper professional development. 2. The organization of membership is of a non-profit nature. 3. Sufficient funds are available within the proper appropriation unit/summary code. XIV. STANDARDIZATION, COOPERATIVE PURCHASING AND GOVERNMENTAL CONTRACTS A. Where standardization is determined to be desirable by the Director, the purchase of commodities may be made by negotiation with the approval of the Board of County Commissioners if more than the competitive bid limit or by the County Purchasing/General Services Director if less than or equal to the competitive bid or negotiation threshold. B. The Director shall have the authority to approve purchases under State of Florida and Federal GSA cooperative contracts. The Director shall also be authorized to join with other units of government in cooperative purchasing ventures prior or subsequent to award when in the best interests of the County. If funds have already been budgeted, no further Board action will be required. In authorizing all such purchases under pre-existing agreements, the Director shall have determined that the term and conditions of the purchase are competitive in the market and favorable to the County. XV. CONTRACT ADMINISTRATION A. Contract Document: Every procurement of contractual services or commodities shall be evidenced by a written document containing all provisions and conditions of the procurement. Said document shall include, but not be limited to: 1. A listing of the scope of services to be performed or commodities to be purchased. 2. A provision specifying the criteria and the final date by which such criteria must be met for completion of the contract. 3. A provision specifying the terms of cancellation by the County and where applicable, a provision specifying the terms of renewal. 4. Where applicable, a provision establishing the appropriate types and levels of insurance to be carried by the vendor. Said provision shall be employed in a manner consistent with minimum insurance standards approved by the Board of County Commissioners. 15 5. Where applicable, pursuant to Section 287.133 F.S., a provision requiring the contractor/vendor to inform the County if he/she has been convicted of a public entity crime subsequent to July 1, 1989. A purchase order that embodies these provisions s hall be sufficient documentation of the procurement. The Purchasing Director shall have the discretion to determine the circumstances under which a purchase order (and all documents included by reference) shall serve as the contract document. B. Contract Manager: Every procurement of services shall be administered by the using agency (requesting department). C. Contract Changes: Notices issued under a purchase or contract may be authorized and executed by the Purchasing/General Services Director, excepting notices that terminate a Board-approved purchase or contract in its entirety. Modifications to a Board approved purchase or contract, including but not limited to change orders, supplemental agreements, amendments and changes by letter may be authorized and executed by the Purchasing/General Services Director provided that the change (or the sum of the changes) amounts to not more than the greater of (i) 10 percent of the current Board approved amount. or (ii) $10,000. The proviso at the end of the previous paragraph shall not be applicable to term contracts or blanket purchase orders where the County desires to procure commodities and/or services on an as needed basis without having to obligate itself to a total contract amount. Rather, such purchases shall be based on fixed unit prices or other predetermined pricing methods and shall be limited in quantity by the amount of funds appropriated in the budget of the using agency(ies). Such purchases shall be subject to all other provisions of this polic y. Notices that terminate an entire purchase or contract that was Board approved, and contract modifications that increase the total contract amount beyond the limits set forth above as applicable, shall require the approval of the Board of County Commissioners or as otherwise provided for in this policy. The Board shall have broad authority, within the limits of the law, to evaluate and approve any recommended contract modification without requiring further competition. All deductive changes pertaining to the use of direct material purchases, including those that reduce the contract amount by more than ten percent below the current Board approved contract amount shall be reported to the Board monthly as part of the monthly contract changes report and shall not require prior Board approval. D. Contract Extension: Extension(s) of a Board-approved contract for commodities or services may be requested by the contract manager to the Purchasing/General Services Director in writing for a period not to exceed six (6) months (cumulatively) and shall be subject to the same terms and conditions set forth in the initial contract. The Purchasing/General Services Director shall have the authority to authorize and execute all such extensions. Any extension(s) that exceed six months (cumulatively) shall be approved by the Board of County Commissioners. Extensions of contracts that do not (inclusive of the extension) exceed the formal competitive threshold may be authorized and executed by the Purchasing/General Services Director without Board action. E. Contract Renewal: The Purchasing/General Services Director shall have the authority to authorize and execute renewals of contracts for commodities and/or services subject to the following conditions: 16 1. That the Contractor has performed in a satisfactory manner and that the Director has received a request to renew from the Contract Manager verifying the Contractor's satisfactory performance. 2. That the agreement is renewed subject to the terms and conditions set forth in the initial contract. Costs and terms of any contemplated renewals are included in the invitation to bid or request for proposals. 3. That the renewal is done on an annual basis, commencing at the end of the initial contract period. Any such contracts shall not be renewed for more than 3 years unless competitively procured. Proposed renewals that fail to meet one or more of the conditions set forth herein will require the approval of the Board of County Commissioners. F. Contract Approval: All formal, bilateral contracts for commodities and services in excess of the formal, competitive threshold shall be authorized by the Board of County Commissioners. Such agreements for purchases less than or equal to the formal, competitive threshold may be authorized and executed by the Purchasing Director, subject to the review and approval for legal sufficiency by the Office of the County Attorney. G. Work Orders (Not Under CCNA): The Purchasing/General Services Director may authorize and execute any work order if the work order is equal to or below such Board approval parameters for work orders as are set forth in either the Board approved term contract for services under which the work order is generated, the solicitation document (s) that resulted in the contract or the Executive Summary that pertains to the contract. Modifications to a work order may be authorized and executed by the Purchasing/General Services Director, provided that the work order, as modified, does not exceed $100,000 or if it does, the change (or sum of the changes) does not exceed 10% of the current Board approved amount. The above provisions of the Section G shall not apply to work orders, or modifications to work orders, governed by Section VII.C above. H. Consent to Assignments of Contract: For all contracts which exceed the formal competitive threshold, the Board of County Commissioners shall approve all assignments of contracts requested by the predecessor contracting party. For such requests for agreements below the formal competitive threshold, the Purchasing/General Services Director shall have the authority to approve assignments on behalf of the agency. I. Authority Limitation and Delegation; Promulgation of Procedures: The Purchasing/General Services Director may delegate to one or more other Board employees any or all aspects of the authority vested in the Purchasing/General Services Director to authorize and/or execute contracts or contract-related documents pursuant to Section VII.C above and Sections C through G of this Article XV or otherwise under law. All authority to authorize and execute documents that is vested pursuant to this Article XV in the Purchasing/General Services Director or any other person shall be subject to the limits of any applicable federal, state or other law. 17 The Purchasing Department shall be responsible for establishing and maintaining administrative procedures that set forth any delegations of authority made pursuant to the foregoing provisions of this Section I, that set forth formal processes for each of the instruments referenced in this Article XV, and that are in all respects subject to the provisions of this Article XV. These procedures shall also set forth generalized requirements for (i) such pre - execution reviews of documents by the Office of the County Attorney and (ii) pre- execution reviews of documents by such other departments, if any, as the Purchasing/General Services Director determines to be appropriate and advisable. J. Payments to Contractors, Vendors and Consultants Prior to the execution of a formal contract subject to this policy, the Purchasing Department shall have the discretion to establish a formal payment schedule and payment terms within the agreement. Such terms and conditions shall be consistent with the requirements of all applicable laws and the formal solicitation documents. In accordance with Section 218.735 (8), F.S., the Purchasing Director shall establish procedures to reduce to 5% the amount of retainage withheld from each subsequent progress payment issued to a contractor where applicable. The Purchasing Director, or his designee, shall have the discretion to establish, in writing, a schedule(s) to further reduce the percentage of cumulative retainage held throughout the course of the project schedule where warranted. The discretion of the project manager to reduce the percentage of cumulative retainage shall be subject to the following: 1. That the term "cumulative retainage" is defined to mean "the dollar total of the funds retained from all payments issued under the contract divided by the gross dollar total of all monthly pay requests (or the total of all payment amounts deemed allowable by the project manager, whichever is less)". 2. That any decision to reduce retainage shall be formally communicated in a letter to the Contractor's appropriate representative and that the letter affirmatively states that the Contractor has performed the contract work in a satisfactory manner. 3. That the cumulative retainage not be adjusted until at l east 50% of the work has been completed and payment has been issued. 4. That the Purchasing Director's letter expressly sets forth the percentage of cumulative retainage to be held for the remaining pay requests. The Purchasing Director's designee shall also be granted the discretion to authorize the partial release or payment of contract retainage to the contractor prior to final completion of all project work provided that: 1. The contractor has performed in a satisfactory manner to date. 2. The total aggregate work under the agreement is at least 50% completed and accepted (i.e.; payments equaling at least 50% of the contract amount less retainage have been issued) 18 3. The retainage dollar amount to be released is based upon and consistent with the prevailing percentage of cumulative retainage being held at the time that the retainage is released. XVI. PERFORMANCE AND PAYMENT BONDS A contractor or vendor shall provide a surety bond from a surety company to guarantee full and faithful performance of a contract obligation and the payment of labor and material expended pursuant to a contract whenever, and in such amounts, as required by statute or otherwise as deemed necessary by the Purchasing Director. An irrevocable letter of credit from a financial institution operating within the State of Florida (or other alternative forms of surety as permitted under Florida law) may be sufficient in place of the performance bond if so provided for in the bid and contract documents. All such bonds or letters of credit shall be approved as to form by the County Attorney. XVII. UNAUTHORIZED PURCHASES No County officer or employee shall intentionally order, other than by purchasing card as permitted under this policy, the purchase of any commodities or services, or make any contract within the purview of this policy other than through the Purchasing Director. Any purchase order or contract made contrary to the provisions hereof shall not necessarily be approved and the County shall not be bound thereby. All purchases mad e within the provisions of this Policy shall be made with a purchase order or purchasing card, whichever is appropriate. In the event that a purchase transaction is found to be in violation of this policy, the Purchasing Director shall determine the facts pertaining to the transaction. In consultation with the appropriate operating department director, the Purchasing Director shall determine whether it is in the best interests of the County to proceed with the purchase and if so, under what conditions. If a determination is made to proceed with the purchase, all such transactions in excess of the formal competitive threshold (or other applicable Board authorization thresholds set forth in this policy) shall require the approval of the Board. All such transactions equal to or less than the formal competitive threshold may be approved by the Purchasing Director. A. Exceptions: This section shall not apply to the payment of premiums for insurance policies that have been acquired through prior Board action. This section shall not apply to nor supersede Resolution Nos. 86-30, 86-209 and 87-16. XVIII. PROHIBITION AGAINST SUBDIVISION No contract or purchase shall be subdivided to avoid the requirements of this Policy. XIX. PROTEST OF BID OR PROPOSAL AWARD The purpose of this section is to accommodate legitimate protests concerning formal competitive invitations and recommended contract awards above the competitive bid or proposal thresholds prior to award of contract by the Board of County Commissioners . A. Any actual or prospective bidder or respondent to an Invitation for Bids or a Request for Proposals, who alleges to be aggrieved in connection with the solicitation or award of a contract, (hereafter referred to as "the protesting party") may protest to the Purchasing Director, who shall serve as the sole recipient of any and all notices of intent to protest and all formal protests. B. All formal protests with respect to an Invitation for Bids or a Request for Proposals shall be submitted to the Purchasing Director in writing not less than four hours prior to the opening of bids or the closing time for acceptance of proposals. The 19 Purchasing Director, in consultation with the contract manager (and other appropriate County staff), shall have the authority to address all such protests received under subsection B and to determine whether postponement of the bid opening or proposal closing time is appropriate. The Purchasing Director's decision shall be considered final and conclusive unless the protesti ng party files a subsequent formal protest of the recommended contract award as described under this section. C. Any actual or prospective bidder or respondent to an invitation for bids or a Request for Proposals who desires to formally protest a recom mended contract award shall submit a notice of intent to protest to the Purchasing Director within two (2) calendar days, excluding weekends and County holidays, from the date of the initial posting of the recommended award. D. All formal protests with respect to a recommended contract award shall be submitted in writing to the Purchasing Director for a decision. Said protests shall be submitted within five (5) calendar days, excluding weekends and County holidays, from the date that the notice of intent to protest is received by the Purchasing Director. The formal protest shall contain, but not be limited to the following information: 1. Name and address of County agency affected and the bid number and title. 2. The name and address of the protesting party. 3. A statement of disputed issues of material fact. If there are no disputed material facts, the written letter must so indicate. 4. A concise statement of the ultimate facts alleged and of any relevant rules, regulations, statutes, and constitutional provisions entitling the protesting party to relief. 5. A demand for the relief to which the protesting party deems himself entitled. 6. Such other information as the protesting party deems to be material to the issue. E. In the event of a timely protest of contract award consistent with the requirements of this section, the Purchasing Director shall not proceed further with the award of the contract until all appropriate administrative remedies as delineated under this section have been exhausted or until the Board of County Commissioners makes a determination on the record that the award of a contract without delay is in the best interests of the County. Neither the protesting party, their agents or their representatives shall have any private contact or discussions with individual County Commissioners or any independent hearing officer (where applicable) regarding the protest prior to the protest being heard or reviewed by either of the aforementioned unless requested to do so by the Purchasing Director. F. The Purchasing Director shall review the merits of each timely protest and in consultation with the contract manager and other appropriate County staff, issue a decision stating the reasons for the decision and the protesting party’s rights of appeal under section XIX. Said decision shall be in writing and mailed or otherwise furnished to the protesting party. The decision of the Purchasing Director shall be final and conclusive unless the protesting party delivers a subsequent written objection to the Purchasing Director within two (2) calendar days, excluding weekends and County holidays from the date of receipt of the decision. G. In the event of a subsequent objection pursuant to subsection F, the County Manager shall have the discretion to appoint an independent hearing officer to 20 review the facts relevant to the protest. The appointed officer will have a maximum of 60 days to schedule and conduct a hearing into the matter and issue a finding of fact and a opinion in writing to the County Manager for submission to the Board of County Commissioners. Prior to commencement of the hearing, the protesting party shall be required to post a cash surety in an amount equal to one (1) percent of the using agency's estimate of the contract amount or one-thousand dollars ($1,000), whichever is less. Should the Hearing Officer find in favor of the County, the protesting party shall forfeit the surety as partial payment for undue delay. Otherwise, the surety will be returned to the protesting party. H. In the event that the protest cannot be resolved by mutual consent, the matter will be referred to the Board of County Commissioners for final resolution. I. Failure to file a formal protest within the time and manner prescribed by Section XIX shall constitute a waiver of the right to protest by any protesting party as defined by subsection A of this section. XX. CONTRACT CLAIMS All actual or prospective claims arising against the County from contractors, vendors or any other party in direct privity with the County to provide commercial commodities or services shall first be directly addressed by the parties’ administrative representatives in a manner consistent with the agreement between the parties and in accordance with the County’s Procurement Administrative Procedures Manual. For any prospective or actual claims or disputes arising under any contract entered into by the County, the Purchasing Director shall have the discretion to arbitrate or mediate the claim or dispute or may appoint an independent third party to do so within the authorization threshold limits of this policy. XXI. EMERGENCY PURCHASES A. By County Manager: In case of an emergency which requires immediate purchase of commodities or services in excess of the formal competitive threshold, the County Manager shall be empowered to authorize the Director to secure by open market procedure as herein set forth, any commodities or services. The County Manager shall have the authority to act in the case of any emergency including the issuance of emergency change orders/supplemental agreements. Any emergency action shall be reported at the first available regular or special meeting of the Board of County Commissioners. The County Manager shall further be authorized to approve payment(s) to vendors at the time of or shortly after purchase should the circumstances warrant. B. By Purchasing Director: In case of any emergency which requires immediate purchase of commodities or services equal to or less than the formal competitive threshold, the Purchasing Director shall be empowered to secure such services and commodities by open market procedure as herein set forth. Such action shall be reported immediately to the County Manager when appropriate. This section in no way constrains the provisions of Collier County Ordinance No. 84-37. XXII. INSPECTION AND TESTING The Director shall inspect, or supervise the inspection of, or cause to be inspected, all deliveries of commodities or services to determine their conformance with the specifications set forth in an order or contract. 21 A. Inspection by Using Agency: The Director shall have the authority to authorize using agencies having the staff and facilities for adequate inspection to inspect all deliveries made to such using agencies under rules and regulations which the Director shall prescribe. B. Testing: The Director shall have the authority to require chemical and physical tests of samples submitted with bids and samples of deliveries which are necessary to determine their quality and conformance with specifications. In the performance of such tests, the Director shall have the authority to make use of laboratory facilities of any agency of the County or of any outside laboratory. XXIII. SURPLUS COMMODITIES AND TANGIBLE PERSONAL PROPERTY All using agencies shall submit to the Director, at such times and in such form as shall be prescribed, reports showing stocks of all tangible personal property which are no longer used or which have become obsolete, worn out or scrapped. A. Transfer: The Director shall have the authority to transfer surplus stock to other using agencies. B. Sale: The Director shall have authority to sell all commodities of a value less than the limits proscribed under Chapter 274 F.S., which have become un suitable for County use. Sales under this section shall be made to the highest responsible bid and in conformance with Section, 274, F.S. The Director shall be authorized to approve all sales where the net revenue to the County does not exceed $50,000. Al l sales exceeding $50,000 in net revenue to the County will be approved by the Board prior to completing the sale or conducting the sales event. C. Trade In: The Director shall be authorized to approve purchases that include the “trade in” of existing items (including assets) pursuant to the purchase of new, replacement or upgraded items/services. D. Donation: Operating departments under the purview of the Board of County Commissioners shall be authorized to accept items donated to the County. The receipt of all items not considered to be assets as defined under Florida law is to be documented by a letter from the operating department director to the donating entity. Items considered to be assets are to be documented using the appropriate forms and forwarded to the Fixed Assets Section of the Clerk of Courts Finance Division. Documentation is to include, but not be limited to; the date the asset(s) was received; the estimated fair market value of the asset(s); a description of the asset(s); a serial number if applicable and the fund/cost center under which the asset(s) will be assigned. E. Disposition of Assets: The Director shall have the authority to determine whether previously-acquired items (including assets) that are no longer useful to the agency have commercial value and if not, to dispose of such items in an appropriate manner with or without offering such items for sale, trade or donation to other entities. The Fixed Assets Section of the Clerk of Courts’ Finance Division will submitted a quarterly report that identifies any assets that are disposed of under the provisions of this subsection. XXIV. PURCHASING CARD PROGRAM The Director shall be responsible for the overall management and operation of the County’s purchasing card program. For the purpose of this policy, a purchasing card is a 22 credit card officially assigned to specific employees under the purview of the Board of County Commissioners’ agency for the purpose of transacting small and/or strategic purchases. The Director shall be authorized to assign cards to employees for these purchases. The Director shall have the authority to establish the following dollar limits for each assigned card: A. Single Transaction Limit: Not to exceed $1,000 per card unless otherwise authorized by the Director. B. Monthly Spending Limit: Not to exceed $10,000 per card unless otherwise authorized by the Director. C. Strategic Purchases: The Director may utilize (or delegate the authority to other Purchasing Department staff to utilize) a purchasing card to place orders that exceed the limits set forth under this section in instances where one or more of the following is true: 1. Where the purchase is to address a valid public emergency; or 2. Where the County will earn revenue through card program rebates ; or 3. Where a vendor is requiring the County to order by purchasing card. D. Sales Tax Compliance: Pursuant to Section 212.08(6), F.S., County purchases transacted with vendors within the State of Florida are exempt from the state sales and use tax. In such instances, it is the responsibility of the cardholder to provide the vendor with the appropriate tax exemption information when the card is presented to the vendor. In the event that the cardholder refuses to grant the tax exemption when the card is presented, the cardholder is authorized to allow the tax to be charged to the card. It is the position of the Board that it is not cost effective or in the public interest to require a cardholder to seek a credit for sales tax collected when the total sale does not exceed $300. In the event that the total sale exceeds $300, the cardholder’s department director (or their designee) is responsible to ensure the tax is returned to the County for the purchase. E. Rebates: All purchasing cards rebates will be credited to the general fund unless otherwise specified by the Director. In all such instances, the Director shall ensure that the purchase has been approved subject to all other provisions of this policy. All fixed assets purchased using a purchasing card shall be properly recorded and tracked through the Fixed Assets Section of the Clerk of Courts Finance Division. The language of this section is not intended to supersede the provisions of Collier County Resolution 2006-49. XXV. SEVERABILITY If any one or more of the provisions of this Policy should be held contrary to any provision of law or contrary to express law, though not expressly prohibited, or against public policy, or shall for any reason whatsoever be held invalid, then such provision(s) shall be null and void and shall be deemed severable from the remaining provisions of this Policy and in no way shall affect the validity of all other provisions of this Policy. 23 XXVI. REPEAL PRIOR AND CONFLICTING All resolutions and policies or parts of resolutions and policies, in conflict herewith, are hereby repealed. XXVII. EFFECTIVE DATE An official copy of this Policy shall be filed in the office of the Clerk to the Board of County Commissioners immediately after enactment and this Policy shall take effect at that time. XXVIII. CONFLICT OF INTEREST When procuring commodities or services using County funds, each entity and employee under the purview of the Board of County Commissioners shall comply with all applicable state and federal laws concerning conflict of interest. For state or federal Community Development Block Grant-funded projects, entities and employees shall comply with the requirements of Part 85, Section 36(b)(3) of the Housing and Urban Development Code. XXIX. DEBARMENT AND SUSPENSION The Board shall grant authority to County staff to suspend and/or debar vendors, contractors, consultants and other interested and affected persons from active participation in obtaining County contracts. The purpose of any such action shall be to protect the County's interests and the integrity of the County's contracting process. The suspension and debarment processes shall be considered to be separate from and in addition to the award evaluation and vendor performance evaluation processes authorized elsewhere in this policy. A. Definition of Terms: For the purposes of this section, the following terms have been defined as follows: 1. Affiliate refers to associated business entities or individuals that control or could control the contractor or are controlled by the contractor or could be controlled by the contractor. 2. Civil Judgment refers to a judgment or finding of a civil offense by any court of competent jurisdiction. 3. Contractor means any individual or legal entity that: a. Directly or indirectly (e.g.; through an affiliate), submits offers for or is awarded, or reasonably may be expected to submit offers for or be awarded, a County contract for construction of for procurement of commodities and services, including professional services; or b. Conducts business, or reasonably may be expected to conduct business, with the County as an agent, surety, representative or subcontractor of another contractor. c. For the purposes of this section, the terms "vendor" and "consulta nt" shall have the same meaning as "contractor" and the term "sub consultant" shall have the same meaning as the term "subcontractor". 4. Conviction means a judgment or conviction of a criminal offense, felony or misdemeanor, by any court of competent jurisdiction, whether entered upon a verdict or a plea, and includes a conviction entered upon a plea of no lo contendere. 24 5. Debarment means action taken by the County to exclude a contractor from County contracting and County-approved subcontracting for a reasonable, specified period as provided herein. 6. Preponderance of the Evidence means proof by information that, compared with that opposing it, leads to the conclusion that the fact at issue is more probably true than not. 7. Subcontractor: Any individual or legal entity that offers or agrees to provide commodities or services to a party deemed to be a contractor under this section. 8. Suspension refers to action taken by the Purchasing/General Services Director (hereinafter referred to as "the PGS Director") to temporarily disqualify a contractor from County contracting or County-approved subcontracting. B. Suspension: The Purchasing/General Services Director shall have the authority to suspend a contractor, subcontractor or person from consid eration for award of contracts if there appears to be a reasonable basis for debarment as set forth under Section XXIX. If a suspension precedes a debarment, the suspension period shall be considered in determining the debarment period. The suspension period shall not exceed three months without the approval of the County Manager. A decision to suspend by the Purchasing/General Services Director shall be considered final and conclusive with no right of appeal. C. Debarment: 1. Causes for Debarment: The prospective causes for debarment include one or more of the following: a. Conviction for commission of a criminal offense as an incident to obtaining or attempting to obtain a public or private contract or subcontract, or in the performance of such contract or subcontract. b. Conviction under state or federal law of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty which currently, seriously and directly affects responsibility as a contractor. c. Conviction under state or federal antitrust laws arising out of the submission of bids, proposals or other competitive offers. d. Violation(s) of county contract(s) provisions, which is (are) deemed to be serious and to warrant debarment, including the failure, without good cause, to perform in accordance with the terms, conditions, specifications, scope, schedule or any other provisions of the contract(s). e. Refusal to provide bonds, insurance or other required coverages and certifications thereof within a reasonable time period. f. Refusal to accept a purchase order, agreement or contract, or perform accordingly provided such order was issued timely and in conformance with the solicitation and offer received. 25 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 ye ars under the provisions of this section. h. Violation of the ethical standards set forth under applicable state or county laws. i. Debarment of the contractor by another public agency. j. Any other cause deemed to be so serious and compelling as to materially affect the qualifications or integrity of the contractor. 2. Debarment Procedure: a. The county department requesting the debarment action shall submit to the PGS Director a written complaint setting forth the reason(s) for seeking debarment and shall identify a recommended debarment period. b. The PGS Director shall review the complaint, verify whether it is compliant with the provision of this policy, direct any appropriate changes and forward the complaint to the contractor. c. The contractor shall review the complaint and shall provide a written response (with supporting documentation) to each allegation. The response shall be provided to the PGS Director within 10 (ten) business days of receipt of the allegations submittal. In the e vent that the contractor fails to respond to the complaint within the prescribed time period, the complaint, as forwarded to the contractor, shall become an effective debarment decision without further appeal. d. In the event that the contractor files a timely and complete response to the complaint and the debarment action is based upon a conviction, judgment or other event(s) where there is no significant dispute over material facts, the PGS Director shall determine the period of debarment on the basis of the undisputed material information set forth or referenced in the complaint, the contractor's reply and the parameters set forth in this section. In the event that the Contractor objects to the PGS Director's decision, the Contractor shall have a maxim um of three business days to file an appeal of the debarment decision with the PGS Director. The appeal will be forwarded to and considered by the County Manager (or his designee), who will review the debarment record compiled by the initiating department and the contractor. Should the County Manager overturn the PGS Director's decision; the County Manager shall formally cite the reasons for doing so. e. In the event that the contractor files a timely and complete reply to the complaint and where the facts are in dispute, the Purchasing Department will convene a debarment committee (hereinafter referred to as "the committee") consisting of at least three individuals who will review the complaint and the contractor's reply. The County Manager or his designee shall formally appoint the committee, which will generally consist of county employees, none of whom shall be a member of the department initiating the complaint. At the discretion of the County Manager, a member from private industry with a particular area of relevant expertise may be appointed to the committee, provided that this member is not a direct or 26 indirect competitor of the firm in question. The Office of the County Attorney shall appoint a representative to attend the hearing. The representative shall not be considered a voting member of the committee, but shall be available to provide legal counsel to the committee as necessary. All members appointed to serve on the debarment committee shall disclose, to the PGS Director, or his designee , any actual or prospective conflicts of interest at the time of appointment or at the time in which the member becomes aware of the actual or prospective conflict. f. The PGS Director, or his designee, shall chair the committee and serve as the Purchasing Department's representative to the committee. The Purchasing representative shall preside over and facilitate the deliberations of the committee as a non-voting member and serve as the County's liaison to the Contractor in the debarment process. All voting committee members are prohibited from having any communication regarding the debarment issue outside the committee deliberations with any of the parties involved in the specific debarment or their representatives until after the committee decision has been issued or, in the event of an appeal of that decision by the Contractor, until the conclusion of the appeal process. All committee deliberations are subject to Section 286.011 F.S. g. Where the material facts are in dispute, the committee shall evaluate the evidence, judge the credibility of witnesses and base its decision upon the preponderance of the evidence. Should the contractor fail to appear at the debarment hearing, the contractor shall be presumed to be unqualified and or non-responsive and shall be subject to debarment. The committee decision shall be by a majority vote of those voting members in attendance. The committee shall be the sole trier of fact. In the event that the committee decides to impose debarment, the debarment decision will formally include, but not be strictly limited to the following information: 1) The specific reasons for the debarment; 2) The scope of the debarment; and 3) The period of debarment, including the effective and expiration dates. The committee's decision shall be issued in writing within 20 business days of the conclusion of the hearing unless the committee extends this period for good cause. h. The PGS Director shall forward the committee's decision to the contractor and affiliates involved. Should the Contractor object to the committee's decision, the Contractor shall have a maximum of three business days to file an appeal of the debarment decision with the PGS Director. The appeal will be forwarded to and considered by the County Manager (or his designee), who will review the debarment record compiled by the initiating department, the contractor and the committee. Should the County Manager overturn the committee's decision; the County Manager shall formally cite the reasons for doing so. 3. Debarment Period: a. At its sole discretion, the committee shall determine the period of debarment. The debarment period shall be commensurate with the severity of the cause(s) and in no event shall be the debarment period exceed five years without the approval of the Board. 27 b. At its sole discretion, the committee (having the same or different composition) may reduce the debarment period upon a written request from the contractor to do so, based on one or more of the following reasons: 1. Newly discovered material evidence; 2. A reversal of the conviction, civil judgment or other action upon which the debarment was based; 3. Bona fide change in ownership or management; 4. Elimination of other causes for which the debarment was imposed; or 5. Other reasons that the committee might deem appropriate. The contractor's request shall be submitted to the PGS Director in writing and shall be based on one or more of the aforementioned reasons. c. The decision of the committee regarding a reduction of the debarment period is final and not subject to appeal. 4. The Effects of Debarment: a. Debarred contractors are excluded from receiving County contracts. Departments shall not solicit offers from, award contracts to, or consent to subcontractors with debarred contractors, unless the County Manager or his designee determines that emergency or single source conditions exist and grants written approval for such actions. Debarred contractors are excluded from conducting business with the County as agents, representatives, subcontractors or partners of other contractors. b. The Purchasing Department shall notify all Board departments of the final debarment decision and the effects of that decision wi th regard to conducting business with the debarred entity(ies) during the debarment period. 5. Continuation of Current Contracts: a. Departments may not renew or otherwise extend the duration of current contracts with debarred contractors in place at the time of the debarment unless the PGS Director or his designee determines that it is in the best interests of the County to allow the contractor to continue or finish the work within an additional, limited period of time. b. Debarment shall constitute grounds for terminating an open agreement with a contractor. However, the contract manager may permit completion of an open contract(s) provided that the debarred contractor has performed in a satisfactory manner to date under the open contract(s) unless otherwise directed by the PGS Director. 28 6. Restrictions on Subcontracting: a. When a debarred contractor is proposed as a subcontractor for any subcontract subject to County approval, the department shall not consent to subcontracts with such contractors unless the County Manager or his designee determines that emergency or single source conditions exist, thus justifying such consent and approves such decision. b. The County shall not be responsible for any increases in contract costs or other expenses incurred by a contractor as a result of rejection of proposed subcontractors pursuant to subsection 6.a provided that the subcontractor was debarred prior to the submission of the applicable bid or proposal offer. 7. The Scope of Debarment: Debarment applies to all officers, principals, directors, partners, qualifiers, divisions or other organizational elements of the debarred contractor, unless the debarment decision is limited by its terms to specific divisions, organizational elements or commodity/services. The committee's decision includes any existing affiliates of the contractor if they are specifically named and are given written notice of the proposed debarment and an opportunity to respond. Future affiliates of the contractor are subject to the pre-existing terms of the committee's decision. 2/10/09 Exhibit 16 Internal Revenue Service Form 990 N/A – Collier County Government Collier County, Florida Fiscal Year 2017/2018 Adopted Budget Summary Office of Management & Budget—Suite 201 W. Harmon Turner Bldg. 3299 Tamiami Tr., East Naples, FL 34112 Phone: 239-252-8973 Leo E. Ochs, Jr. County Manager Mark Isackson Director of Corporate Financial Planning & Management Services Fiscal Year 2018 1 Exhibit 17 Financial Review Operating Budget FY 17 FY 18 FY 18 FY 18 Division/Agency Adopted Current Expanded Total % Change Board of County Commissioners Operations 1,272,700 1,227,900 0 1,227,900 -3.52% Other General Administration (001)7,320,100 7,698,000 0 7,698,000 5.16% Other General Administration (111)3,333,500 3,375,800 0 3,375,800 1.27% County Attorney 2,795,900 2,956,100 0 2,956,100 5.73% Total Board of County Commissioners 14,722,200 15,257,800 0 15,257,800 3.64% County Manager's Agency: Operations (Gen Fd & MSTD Gen Fd): Management Offices Operations 5,117,400 5,258,900 0 5,258,900 2.77% Administrative Services General Fund Operations 43,219,300 42,987,400 463,800 43,451,200 0.54% Growth Management 42,102,600 43,295,200 334,400 43,629,600 3.63% Public Services Operations 53,802,900 54,982,900 1,241,900 56,224,800 4.50% Public Utilities 14,678,400 15,362,100 0 15,362,100 4.66% Operations sub-total 158,920,600 161,886,500 2,040,100 163,926,600 3.15% Revenue Centric Operations: Management Offices (TDC, Pelican Bay, CRA)42,629,000 44,820,500 0 44,820,500 5.14% Administrative Services (Internal Services - IT, Fleet, Risk Mgt.)115,464,200 123,099,300 583,200 123,682,500 7.12% Administrative Services (Fire Districts, Trust Funds) 4,217,200 3,156,800 0 3,156,800 -25.14% Growth Mgt (Com Dev, Plan Serv, Util Reg, TDC-Beach, Airport)65,528,700 69,018,300 0 69,018,300 5.33% Growth Mgt Improvement Districts (MSTU/BU; Pollution Ctr)6,488,700 7,361,900 0 7,361,900 13.46% Public Services (TDC-Mus/Pks, Conserv. Collier, Trust Fds)46,494,300 46,135,200 187,100 46,322,300 -0.37% Public Utilities 208,537,900 231,608,100 850,900 232,459,000 11.47% Revenue Centric Operations sub-total 489,360,000 525,200,100 1,621,200 526,821,300 7.66% Total County Manager Operations 648,280,600 687,086,600 3,661,300 690,747,900 6.55% Courts & Related Agencies 5,145,100 5,481,100 184,000 5,665,100 10.11% Constitutional Officers: Property Appraiser 6,896,900 7,262,500 200,000 7,462,500 8.20% Supervisor of Elections 3,620,500 3,702,100 0 3,702,100 2.25% Clerk of Courts - Fee Support Operations 2,836,400 2,948,400 0 2,948,400 3.95% Clerk of Courts - General Fund Support 6,194,900 6,352,000 471,000 6,823,000 10.14% Sheriff 170,906,300 181,248,800 137,800 181,386,600 6.13% Tax Collector 20,484,000 21,706,800 0 21,706,800 5.97% Paid by Board - Constitutional Officers 4,353,000 4,368,400 0 4,368,400 0.35% Grand Total Operating 883,439,900 935,414,500 4,654,100 940,068,600 6.41% Debt Service FY 17 FY 18 FY 18 FY 18 Total Current Expanded Total % Change General Governmental Debt Service 38,745,500 38,194,500 0 38,194,500 -1.42% Public Utilities Debt Service 35,373,600 32,054,100 0 32,054,100 -9.38% Grand Total Debt Service 74,119,100 70,248,600 0 70,248,600 -5.22% Capital Budget FY 17 FY 18 FY 18 FY 18 Total Current Expanded Total % Change County Manager's Agency: Management Offices 1,699,900 7,471,400 0 7,471,400 339.52% Administrative Services Capital Projects 4,533,700 6,168,400 0 6,168,400 36.06% Public Services Capital Projects 33,705,300 26,711,800 0 26,711,800 -20.75% Growth Management Capital 106,042,400 127,895,500 0 127,895,500 20.61% Public Utilities Capital Projects 117,856,000 157,005,200 0 157,005,200 33.22% Total County Manager Capital Projects 263,837,300 325,252,300 0 325,252,300 23.28% Courts & Related Agencies Capital Projects 5,476,400 5,428,500 0 5,428,500 -0.87% Constitutional Officers: Supervisor of Elections Capital Projects 0 0 0 0 N/A Sheriff Capital Projects 7,261,300 10,215,900 0 10,215,900 40.69% Total Constitutional Officers Capital Projects 7,261,300 10,215,900 0 10,215,900 40.69% Grand Total Capital Budgets 276,575,000 340,896,700 0 340,896,700 23.26% General Funds (001 & 111) Transfers & Reserves 325,728,500 354,348,500 0 354,348,500 8.79% Total Gross County Budget 1,559,862,500 1,700,908,300 4,654,100 1,705,562,400 9.34% Less: Interfund Transfers 488,833,600 534,437,900 2,153,300 536,591,200 9.77% Total Net County Budget 1,071,028,900 1,166,470,400 2,500,800 1,168,971,200 9.14% Collier County Government Fiscal Year 2018 Adopted Budget Collier County FY 2018 Budget Summary 10/9/2017 4:42 PM Fiscal Year 2018 2 FY 17 FY 18 FY 18 FY 18 Revenues Adopted Current Expanded Total % Change Property Taxes 324,206,300 349,866,900 0 349,866,900 7.91% Gas & Sales Tax 58,350,000 59,500,000 0 59,500,000 1.97% Permits, Fines & Assessments 60,318,900 64,081,600 0 64,081,600 6.24% Intergovernmental 15,176,000 15,397,000 0 15,397,000 1.46% Service Charges 225,787,500 240,376,700 10,000 240,386,700 6.47% Interest/Misc 6,493,300 7,068,100 0 7,068,100 8.85% Impact Fees 37,027,000 43,560,000 0 43,560,000 17.64% Loan Proceeds 0 0 0 0 N/A Carry Forward 379,499,500 425,144,300 2,490,800 427,635,100 12.68% Internals 81,287,500 86,165,300 0 86,165,300 6.00% Transfers 407,546,100 448,272,600 2,153,300 450,425,900 10.52% Less 5% Required by Law (35,829,600)(38,524,200)0 (38,524,200)7.52% Total Gross County Budget - Revenues 1,559,862,500 1,700,908,300 4,654,100 1,705,562,400 9.34% Less Interfund Transfers 488,833,600 534,437,900 2,153,300 536,591,200 9.77% Total Net County Budget 1,071,028,900 1,166,470,400 2,500,800 1,168,971,200 9.14% FY 09 FY 17 FY 17 FY 18 FY 18 FY 18 (prior to reorg)(Funded)(Funded)(Funded)(Funded)(Funded) Division Authorized Adopted Forecast Current Expanded Total % Change BCC 11.00 11.00 10.00 10.00 - 10.00 -9.09% County Attorney 34.00 18.00 18.00 18.00 - 18.00 0.00% Total BCC 45.00 29.00 28.00 28.00 - 28.00 -3.45% Management Offices 300.60 68.50 73.50 73.50 - 73.50 7.30% Administrative Services 193.25 372.00 348.00 348.00 8.00 356.00 -4.30% Public Services 470.40 388.30 389.30 389.30 17.00 406.30 4.64% Public Utilities 406.50 507.00 514.00 514.00 10.00 524.00 3.35% Growth Management 583.00 510.00 512.00 512.00 5.00 517.00 1.37% Total County Manager Agency 1,953.75 1,845.80 1,836.80 1,836.80 40.00 1,876.80 1.68% Courts & Related Agencies 38.60 32.00 32.00 32.00 1.00 33.00 3.13% Constitutional Officers: Property Appraiser 60.00 56.00 56.00 56.00 4.00 60.00 7.14% Supervisor of Elections 22.00 22.00 22.00 22.00 - 22.00 0.00% Clerk (Non-State Funded)95.23 84.26 84.76 85.61 6.50 92.11 9.32% Sheriff 1,369.25 1,389.50 1,389.50 1,387.50 3.50 1,391.00 0.11% Tax Collector 158.00 149.00 149.00 149.00 - 149.00 0.00% Total Constitutional Officers 1,704.48 1,700.76 1,701.26 1,700.11 14.00 1,714.11 0.78% Total of Permanent FTE 3,741.83 3,607.56 3,598.06 3,596.91 55.00 3,651.91 1.23% Grant Funded-MPO 5.00 5.00 5.00 5.00 - 5.00 0.00% Grant Funded Positions-Housing Grants 8.05 13.00 13.00 13.00 - 13.00 0.00% Grant Funded Positions-Human Service 2.15 12.30 12.30 12.30 - 12.30 0.00% Grant Funded Positions-Sheriff 10.00 12.00 14.00 14.00 - 14.00 16.67% Clerk (State Funded)166.77 114.34 113.84 89.99 - 89.99 -21.30% Total Grant and State Funded Positions 191.97 156.64 158.14 134.29 - 134.29 -14.27% Grand Total 3,933.80 3,764.20 3,756.20 3,731.20 55.00 3,786.20 0.58% Total excluding Clerk's State Funded Positions 3,767.03 3,649.86 3,642.36 3,641.21 55.00 3,696.21 Clerk Position Reconciliation Clerk (County Funded)95.23 84.26 84.76 85.61 6.50 92.11 9.32% Clerk (State Funded)166.77 114.34 113.84 89.99 - 89.99 -21.30% Total Clerk Positions 262.00 198.60 198.60 175.60 6.50 182.10 -8.31% Sheriff Position Reconciliation Law Enforcement 976.00 987.00 987.00 987.00 3.50 990.50 0.35% Detention/Corrections 346.25 354.00 354.00 353.00 - 353.00 -0.28% Judicial (Bailiffs)42.00 41.50 41.50 41.50 - 41.50 0.00% Sheriff Grants Fund (115)10.00 12.00 14.00 14.00 - 14.00 16.67% E-911 Wireless (611)5.00 7.00 7.00 6.00 - 6.00 -14.29% Other Funding Sources - - - - - - N/A Total Sheriff Positions 1,379.25 1,401.50 1,403.50 1,401.50 3.50 1,405.00 0.25% FY 2018 Full Time Equivalent (FTE) Count Summary Collier County Government Fiscal Year 2018 Adopted Budget Collier County FY 2018 Budget Summary 10/9/2017 5:04 PM Fiscal Year 2018 3 Collier County, Florida Fiscal Year 2017/2018 Summary of Budget by Fund FY 16/17 FY 17/18 % Fund Adopted Adopted Budget Fund Title No.Budget Budget Change General Fund General Fund (001)385,720,900 413,952,700 7.32% Utility Impact Fee Deferral Program (002)32,100 9,000 -71.96% Emergency Disaster (003)510,800 490,300 -4.01% Economic Development (007)2,053,200 2,113,000 2.91% Constitutional Officer Funds: Clerk of Circuit Court (011)9,031,300 9,771,400 8.19% Sheriff (040)163,289,900 174,720,200 7.00% Property Appraiser (060)6,896,900 7,462,500 8.20% Tax Collector (070)20,484,000 21,706,800 5.97% Supervisor of Elections (080)3,620,500 3,702,100 2.25% Supervisor of Elections Grants (081)0 0 N/A Subtotal Constitutional Officers 203,322,600 217,363,000 6.91% Special Revenue Funds Transportation (101)25,262,500 26,024,600 3.02% Right of Way Permitting (102)212,800 0 -100.00% Affordable Housing (105)132,500 134,100 1.21% Impact Fee Administration (107)1,310,600 1,263,600 -3.59% Pelican Bay MSTBU (109)4,368,900 4,933,400 12.92% Unincorporated Areas General Fund MSTU (111)53,251,800 57,371,600 7.74% Landscaping Projects (112)3,903,200 4,171,000 6.86% Community Development (113)38,985,300 41,518,800 6.50% Water Pollution Control (114)3,436,100 3,484,500 1.41% Sheriff Grants (115)357,600 269,000 -24.78% Miscellaneous Grants (116)335,700 105,800 -68.48% Natural Resources Grants (117)300 4,900 1533.33% Community Development Block Grants (121)0 0 N/A Services for Seniors (123)746,700 654,600 -12.33% Metro Planning-MPO (128)9,000 18,200 102.22% Library Grants (129)324,900 115,400 -64.48% Golden Gate Community Center (130)1,275,900 1,349,900 5.80% Planning Services (131)20,330,500 20,507,400 0.87% Pine Ridge Industrial Park Capital (132)4,400 78,800 1690.91% Victoria Park Drainage MSTU (134)30,300 31,300 3.30% Naples Production Park Capital (138)5,500 715,500 12909.09% Naples Park Drainage MSTU&BU (139)99,100 102,000 2.93% Naples Production Park MSTU&BU (141)55,500 55,600 0.18% Pine Ridge Industrial Park MSTU&BU (142)1,849,800 1,865,000 0.82% Vanderbilt Beach Beautification MSTU (143)2,095,500 2,733,300 30.44% Isle of Capri Municipal Rescue & Fire Services (144)1,338,800 295,700 -77.91% Fiddler's Creek Fire Control District (145)99,000 188,900 90.81% Ochopee Fire Control District MSTU (146)2,123,100 2,261,200 6.50% Collier County Fire Control MSTU (148)336,100 74,600 -77.80% Goodland/Horr's Isle Fire Control District (149)99,200 113,400 14.31% Collier County Government Fiscal Year 2018 Adopted Budget Fiscal Year 2018 4 Collier County, Florida Fiscal Year 2017/2018 Summary of Budget by Fund FY 16/17 FY 17/18 % Fund Adopted Adopted Budget Fund Title No.Budget Budget Change Collier County Government Fiscal Year 2018 Adopted Budget Special Revenue Funds (Cont'd) Sabal Palm Road Extension MSTU&BU (151)120,000 102,900 -14.25% Lely Golf Estates Beautification MSTU (152)485,400 563,500 16.09% Golden Gate Beautification MSTU (153)701,000 735,800 4.96% Hawksridge Stormwater System MSTU (154)55,400 29,200 -47.29% Radio Road Beautification MSTU (158)945,200 939,700 -0.58% Forest Lakes Roadway & Drainage MSTU (159)439,800 488,800 11.14% Immokalee Beautification MSTU (162)688,200 739,700 7.48% Bayshore Beautification MSTU (163)4,642,500 5,386,900 16.03% Haldeman Creek Dredging MSTU (164)348,000 409,200 17.59% Rock Road MSTU (165)120,800 60,000 -50.33% Radio Road East Beautification MSTU (166)134,000 7,500 -94.40% Platt Road MSTU (167)6,000 5,900 -1.67% Teen Court (171)91,000 92,900 2.09% Conservation Collier (172)26,600 379,800 1327.82% Driver Education (173)221,000 223,000 0.90% Conservation Collier Maintenance (174)33,016,200 32,952,800 -0.19% Court IT Fee (178)1,569,900 1,789,100 13.96% Conservation Collier Projects (179)81,800 58,800 -28.12% Domestic Animal Services Donations (180)156,600 233,400 49.04% Court Maintenance Fund (181)5,476,400 5,428,500 -0.87% Ave Maria Innovation Zone (182)31,200 115,200 269.23% TDC Beach Park Facilities (183)8,256,900 7,441,300 -9.88% Tourism Marketing (184)16,506,400 15,519,600 -5.98% TDC Engineering (185)799,100 835,000 4.49% Immokalee Redevelopment CRA (186)899,600 1,113,600 23.79% Bayshore/Gateway Triangle CRA (187)2,271,100 3,318,800 46.13% 800 MHz Fund (188)1,263,300 1,293,900 2.42% Wireless E-911 (189)0 0 N/A Miscellaneous Florida Statutes (190)23,000 67,700 194.35% Public Guardianship (192)193,000 193,000 0.00% Tourist Development (193)2,519,700 2,653,900 5.33% Tourist Development (194)2,436,900 1,852,800 -23.97% Tourist Development Beaches (195)34,934,600 39,180,600 12.15% Economic Disaster Recovery (196)776,200 1,510,800 94.64% Museum (198)2,664,500 2,512,100 -5.72% E-911 System (199)324,200 103,700 -68.01% Confiscated Property Trust.(602)195,700 101,800 -47.98% Crime Prevention (603)1,192,300 825,400 -30.77% University Extension (604)141,900 120,600 -15.01% GAC Land Trust (605)874,100 887,600 1.54% Parks and Recreation Donations (607)36,000 33,000 -8.33% Law Enforcement Trust (608)517,300 444,700 -14.03% Domestic Violence Trust (609)412,200 439,000 6.50% Animal Control Trust (610)157,700 126,500 -19.78% Combined E-911 (611)4,615,100 4,481,000 -2.91% Library Trust Fund (612)452,800 271,000 -40.15% Fiscal Year 2018 5 Collier County, Florida Fiscal Year 2017/2018 Summary of Budget by Fund FY 16/17 FY 17/18 % Fund Adopted Adopted Budget Fund Title No.Budget Budget Change Collier County Government Fiscal Year 2018 Adopted Budget Special Revenue Funds (Cont'd) Drug Abuse Trust (616)4,200 4,200 0.00% Juvenile Cyber Safety (618)2,000 1,800 -10.00% Freedom Memorial (620)79,200 20,600 -73.99% Law Library (640)79,500 82,900 4.28% Legal Aid Society (652)158,400 183,400 15.78% Office of Utility Regulation (669)1,606,800 1,727,300 7.50% Court Administration (681)2,627,700 2,783,300 5.92% Specialized Grants (701)0 0 N/A Administrative Services Grant Match (704)0 0 N/A Housing Grants (705)0 0 N/A Housing Grants Match (706)60,000 0 -100.00% Human Services Grants (707)274,200 52,200 -80.96% Human Services Grant Match (708)0 0 N/A Public Services Grants (709)0 0 N/A Public Services Grant Match (710)0 0 N/A Transportation Grants (711)0 0 N/A Transportation Grant Match (712)0 0 N/A Bureau of Emergency Services Grants (713)0 0 N/A Bureau of Emergency Services Grant Match (714)0 0 N/A Immokalee CRA Grants (715)0 0 N/A Bayshore CRA Grants (717)0 0 N/A Deepwater Horizon Oil Spill Settlement (757)1,981,700 2,020,300 1.95% TDC Capital Projects (758)0 6,332,400 N/A Collier County Lighting (760)952,600 1,000,000 4.98% Pelican Bay Lighting (778)1,630,200 1,726,600 5.91% SHIP Grants (791)0 0 N/A Subtotal Special Revenue Funds 303,657,700 322,447,100 6.19% Debt Service Funds Gas Tax Revenue Refunding Bds, 2003,2005 (212)13,888,800 13,953,000 0.46% Caribbean Gardens G.O. Bond (220)1,000 1,000 0.00% Naples Pk Drainage Assessment Bds, 1997 (226)12,000 12,400 3.33% Pine Ridge/ Naples Production Park, 1993 (232)198,100 994,000 401.77% Euclid and Lakeland (253)90,700 91,600 0.99% Forest Lakes Limited G.O. Bonds, 2007 (259)1,281,700 1,209,900 -5.60% Radio Rd E MSTU G.O. Bonds, 2012 (266)364,300 0 -100.00% Conservation Collier Limited G.O. Bds, 2005A (272)5,000 500 -90.00% Bayshore CRA Letter of Credit, Series 2009 (287)1,769,500 981,000 -44.56% Special Obligation Bonds, Series 2010,2010B (298)21,134,400 20,951,100 -0.87% Subtotal Debt Service Funds 38,745,500 38,194,500 -1.42% Fiscal Year 2018 6 Collier County, Florida Fiscal Year 2017/2018 Summary of Budget by Fund FY 16/17 FY 17/18 % Fund Adopted Adopted Budget Fund Title No.Budget Budget Change Collier County Government Fiscal Year 2018 Adopted Budget Capital Projects Funds County-Wide Capital Projects (301)13,836,900 18,728,800 35.35% Boater Improvement Capital Improvement (303)2,810,700 524,600 -81.34% ATV Settlement (305)29,300 31,200 6.48% Parks Capital Improvements (306)4,970,900 2,294,400 -53.84% Growth Management Capital (309)75,000 0 -100.00% Growth Management Transportation Capital (310)6,916,300 3,053,000 -55.86% Road Construction Operations (312)56,100 0 -100.00% Road Construction (313)30,587,400 36,020,000 17.76% Museum Capital (314)648,500 650,500 0.31% Clam Bay Restoration (320)143,100 180,500 26.14% Pelican Bay Irrigation/Landscaping (322)746,800 731,500 -2.05% Stormwater Operations (324)926,800 42,000 -95.47% Stormwater Capital Improvement Projects (325)6,952,800 6,075,300 -12.62% Road Impact District 1, N Naples (331)4,892,600 10,157,700 107.61% Road Impact District 2, E Naples & GG City (333)3,926,600 5,616,500 43.04% Road Impact District 3, City of Naples (334)1,224,500 743,600 -39.27% Road Impact District 4, S County & Marco (336)5,063,800 8,156,700 61.08% Road Impact District 6, Golden Gate Estates (338)4,190,900 9,791,400 133.63% Road Impact District 5, Immokalee Area (339)2,080,800 2,069,500 -0.54% Road Assessment Receivable (341)471,100 482,000 2.31% Regional Park Impact Fee - Incorporated Areas (345)923,500 995,900 7.84% Community & Regional Park Impact Fee (346)13,422,100 11,534,900 -14.06% EMS Impact Fee (350)797,200 2,727,200 242.10% Library Impact Fee (355)1,872,400 1,877,400 0.27% Ochopee Fire Impact Fees (372)7,800 12,200 56.41% Isle of Capri Fire Impact Fees (373)53,700 66,200 23.28% Correctional Facilities Impact Fees (381)3,417,600 3,293,900 -3.62% Law Enforcement Impact Fees (385)2,692,200 2,477,000 -7.99% General Government Building Impact Fee (390)9,112,400 9,400,000 3.16% Subtotal Capital Funds 122,849,800 137,733,900 12.12% Enterprise Funds County Water Sewer Operating (408)147,742,600 163,906,100 10.94% County Water Sewer Assessment Capital (409)4,833,200 4,107,600 -15.01% County Water Sewer Debt Service (410)35,373,600 32,054,100 -9.38% County Water Impact Fees (411)15,004,900 20,275,200 35.12% County Water Capital Projects (412)20,799,000 24,772,300 19.10% County Sewer Impact Fees (413)16,431,600 18,360,200 11.74% County Sewer Capital Projects (414)44,600,800 64,949,300 45.62% County Water Sewer Grants (416)0 0 N/A Collier Area Transit Grants (424)0 0 N/A Collier Area Transit Grant Match (425)100,000 407,800 307.80% Collier Area Transit (426)2,881,600 3,175,400 10.20% Transportation Disadvantaged (427)3,031,500 3,103,000 2.36% Transportation Disadvantaged Grant (428)1,300 0 -100.00% Transportation Disadvantaged Grant Match (429)92,600 76,100 -17.82% Fiscal Year 2018 7 Collier County, Florida Fiscal Year 2017/2018 Summary of Budget by Fund FY 16/17 FY 17/18 % Fund Adopted Adopted Budget Fund Title No.Budget Budget Change Collier County Government Fiscal Year 2018 Adopted Budget Enterprise Funds (Cont'd) Solid Waste Disposal (470)25,728,300 31,742,400 23.38% Landfill Closure (471)3,567,400 3,924,700 10.02% Solid Waste Motor Pool Capital (472)346,600 658,400 89.96% Mandatory Collection (473)30,523,300 31,909,900 4.54% Solid Waste Capital Projects (474)4,502,900 10,165,800 125.76% EMS (490)29,732,700 32,495,600 9.29% EMS Grants and Capital (491)4,779,000 4,475,200 -6.36% EMS Grant (493)0 0 N/A EMS Grant Match (494)0 0 N/A Airport Authority Operations (495)3,593,900 4,424,900 23.12% Airport Authority Capital (496)742,800 2,066,300 178.18% Immokalee Airport Capital (497)55,000 61,900 12.55% Airport Authority Grant (498)0 0 N/A Airport Authority Grant Match (499)0 0 N/A Subtotal Enterprise Funds 394,464,600 457,112,200 15.88% Internal Service Funds Information Technology (505)7,780,700 8,487,600 9.09% Information Technology Capital (506)1,336,000 2,521,900 88.76% Property & Casualty (516)15,690,100 14,069,400 -10.33% Group Health (517)62,722,900 67,229,200 7.18% Workers Compensation (518)3,202,300 3,575,500 11.65% Fleet Management (521)8,849,200 9,826,800 11.05% Motor Pool Capital Recovery (523)7,229,000 8,717,300 20.59% Subtotal Internal Service Funds 106,810,200 114,427,700 7.13% Permanent & Agency Funds Deposit Fund (670)0 0 N/A Caracara Prairie Preserve (674)1,695,100 1,719,000 1.41% Subtotal Permanent Funds 1,695,100 1,719,000 1.41% Total Budget by Fund 1,559,862,500 1,705,562,400 9.34% Less: Internal Services 81,287,500 86,165,300 6.00% Interfund Transfers 407,546,100 450,425,900 10.52% Net County Budget 1,071,028,900 1,168,971,200 9.14% Fiscal Year 2018 8 Exhibit A Prior Year Rolled Back Proposed Millage Millage Millage % Change Frm. Fund Title Fund No.Rate Rate Rate Rolled Back General Fund 001 3.5645 3.3951 3.5645 4.99% Water Pollution Control 114 0.0293 0.0279 0.0293 5.02% 3.5938 3.4230 3.5938 4.99% Unincorporated Area General Fund 111 0.8069 0.7690 0.8069 4.93% Golden Gate Community Center 130 0.1862 0.1752 0.1862 6.28% Victoria Park Drainage 134 0.0365 0.0346 0.0346 0.00% Naples Park Drainage 139 0.0066 0.0061 0.0061 0.00% Vanderbilt Beach MSTU 143 0.5000 0.4686 0.5000 6.70% Isle of Capri Fire 144 2.0000 0.0000 0.0000 #DIV/0! Fiddlers Creek Fire MSTU 145 1.5000 0.0000 0.0000 #DIV/0! Ochopee Fire Control 146 4.5000 4.6201 4.5000 -2.60% Collier County Fire 148 2.0000 0.0000 0.0000 #DIV/0! Goodland/Horr's Island Fire MSTU 149 1.2760 1.2294 1.2760 3.79% Sabal Palm Road MSTU 151 0.0912 0.0883 0.0000 -100.00% Golden Gate Parkway Beautification 153 0.3692 0.3359 0.5000 48.85% Lely Golf Estates Beautification 152 2.0000 1.8538 2.0000 7.89% Hawksridge Stormwater Pumping MSTU 154 0.0417 0.0409 0.0409 0.00% Radio Road Beautification 158 0.1000 0.0936 0.1000 6.84% Forest Lakes Roadway & Drainage MSTU 159 1.1438 1.0083 1.3431 33.20% Immokalee Beautification MSTU 162 1.0000 1.0267 1.0000 -2.60% Bayshore Avalon Beautification 163 2.3604 2.2302 2.3604 5.84% Haldeman Creek Dredging 164 0.7348 0.6885 0.7348 6.72% Rock Road 165 3.0000 2.7775 3.0000 8.01% Forest Lakes Debt Service 259 2.8562 2.5179 2.6569 5.52% Collier County Lighting 760 0.1750 0.1650 0.1640 -0.61% Pelican Bay MSTBU 778 0.0857 0.0816 0.0857 5.02% Aggregate Millage Rate 4.1968 4.0016 4.1790 4.43% Collier County, Florida Property Tax Rates FY 2018 Adopted Fiscal Year 2018 9 Exhibit A Exhibit A Prior Year Current Year Proposed Fund Adjusted Tax Rolled Back Tax % Change Fund Title No.Dollars Tax Dollars Dollars Frm. Rolled Back General Fund 001 271,016,970 283,825,236 297,986,821 4.99% Water Pollution Control 114 2,259,474 2,332,398 2,449,436 5.02% 273,276,444 286,157,634 300,436,257 4.99% Unincorporated Area General Fund 111 37,946,670 39,783,532 41,744,255 4.93% Golden Gate Community Center 130 341,768 349,364 371,298 6.28% Victoria Park Drainage 134 1,296 1,310 1,310 0.00% Naples Park Drainage 139 8,001 8,136 8,136 0.00% Vanderbilt Beach MSTU 143 1,192,789 1,199,924 1,280,329 6.70% Isle of Capri Fire 144 1,098,803 0 0 #DIV/0! Fiddlers Creek Fire MSTU 145 101,121 0 0 #DIV/0! Ochopee Fire Control 146 1,462,547 1,472,338 1,434,065 -2.60% Collier County Fire 148 320,252 0 0 #DIV/0! Goodland/Horr's Island Fire MSTU 149 100,254 100,185 103,982 3.79% Sabal Palm Road MSTU 151 2,190 2,193 0 -100.00% Lely Golf Estates Beautification 152 233,647 236,865 255,545 7.89% Golden Gate Parkway Beautification 153 248,746 253,191 376,885 48.85% Hawksridge Stormwater Pumping MSTU 154 2,736 2,806 2,806 0.00% Radio Road Beautification 158 114,570 116,407 124,367 6.84% Forest Lakes Roadway & Drainage MSTU 159 189,554 192,254 256,091 33.20% Immokalee Beautification MSTU 162 342,752 375,245 365,486 -2.60% Bayshore Avalon Beautification 163 949,563 993,124 1,051,103 5.84% Haldeman Creek Dredging 164 63,286 73,952 78,925 6.72% Rock Road 165 35,094 35,906 38,782 8.01% Forest Lakes Debt Service 259 473,337 480,092 506,595 5.52% Collier County Lighting 760 855,558 871,627 866,344 -0.61% Pelican Bay MSTBU 778 535,565 537,440 564,444 5.02% Total Taxes Levied 319,896,543 333,243,525 349,867,005 Aggregate Taxes 319,423,206 332,763,433 349,360,410 Collier County, Florida Property Tax Dollars FY 2018 Adopted Fiscal Year 2018 10 Prior Year Current Year Current Year Fund Gross Adjusted Gross % Fund Title No.Taxable Value Taxable Value Taxable Value Change County Wide Taxable Values General Fund 001 77,115,163,725 81,106,811,204 83,598,490,858 8.41% Water Pollution Control 114 77,115,163,725 81,106,811,204 83,598,490,858 8.41% Dependent Districts and MSTU's Unincorporated Area General Fund 111 47,455,161,371 49,868,144,282 51,734,112,303 9.02% Golden Gate Community Center 130 1,835,486,504 1,950,180,423 1,994,084,090 8.64% Victoria Park Drainage 134 35,495,403 37,440,298 37,864,269 6.67% Naples Park Drainage 139 1,212,239,426 1,312,489,166 1,333,792,327 10.03% Vanderbilt Beach MSTU 143 2,385,578,106 2,545,237,015 2,560,658,211 7.34% Isle of Capri Fire 144 549,401,447 0 0 -100.00% Fiddlers Creek Fire MSTU 145 67,413,780 0 0 -100.00% Ochopee Fire Control 146 325,010,449 316,559,250 318,681,012 -1.95% Collier County Fire 148 160,125,999 0 0 -100.00% Goodland/Horr's Island Fire MSTU 149 78,569,192 81,544,039 81,490,638 3.72% Sabal Palm Road MSTU 151 24,017,869 24,796,089 24,840,831 3.43% Lely Golf Estates Beautification 152 116,823,687 126,033,935 127,772,474 9.37% Golden Gate Parkway Beautification 153 673,743,701 740,602,738 753,770,378 11.88% Hawksridge Stormwater Pumping MSTU 154 65,619,741 66,842,956 68,610,822 4.56% Radio Road Beautification 158 1,145,697,249 1,223,771,718 1,243,669,542 8.55% Forest Lakes Roadway & Drainage MSTU 159 165,722,702 187,986,736 190,671,629 15.05% Immokalee Beautification MSTU 162 342,752,013 333,851,970 365,486,059 6.63% Bayshore Avalon Beautification 163 402,289,024 425,780,847 445,307,332 10.69% Haldeman Creek Dredging 164 86,126,770 91,917,628 107,410,051 24.71% Rock Road 165 11,698,089 12,635,143 12,927,415 10.51% Forest Lakes Debt Service 259 165,722,702 187,986,736 190,671,629 15.05% Collier County Lighting 760 4,888,902,774 5,184,294,256 5,282,585,459 8.05% Pelican Bay MSTBU 778 6,249,299,168 6,559,902,302 6,586,278,944 5.39% Collier County, Florida Taxable Property Values For FY 2018 Fiscal Year 2018 11 Sources: Esri, DeLorme, HERE, USGS, Intermap, increment P Corp., NRCAN, Esri Japan, METI, EsriChina (Hong Kong), Esri (Thailand), TomTom Low and Moderate Income Block Groups in Collier County, FY 2015 Legend Collier County Low and Moderate Income Block Groups 51%+ Low Mod Income Population 0 105Miles¯ Source: HUD's FY 2015 Estimates of Low and Moderate Income Individuals, retrieved from:https://www.hudexchange.info/manage-a-program/acs-low-mod-summary-data-block-groups-places/ Exhibit 18. LMA Collier County, FY 2015 Sources: Esri, DeLorme, HERE, USGS, Intermap, increment P Corp.,NRCAN, Esri Japan, METI, Esri China (Hong Kong), Esri (Thailand),TomTom Zoomed View Low and Moderate Income Block Groups in Collier County, FY 2015 0 42Miles¯ Source: HUD's FY 2015 Estimates of Low and Moderate Income Individuals, retrieved from:https://www.hudexchange.info/manage-a-program/acs-low-mod-summary-data-block-groups-places/ Legend Collier County 51%+ Low Mod Income Population Immokalee Area Census Map: Exhibit 19 – Immokalee Area Census Designation Map 6 5 1234 9 5 88 6 79 1 9 5 4 1 8 23 7 97 1 34 2 5546 8 1 4 3 3 9 2 1 4 2 256 7 7 89 3 8 6 6 7 11 33 10 35 11 36 11 34 12 11 1514 12 13 13 12 26 1416 16 18 30 24 18 21 25 27 11 22 17 31 29 28 11 12 10 212023 15 30 36 21 20 16 17 32 35 12 16 1514 27 19 34 13 17 25 2119 2122 32 28 14 23 33 27 13 10 16 34 29 10 22 22 15 13 23 12 28 21 26 17 24 17 23 15 3633 24 25 15 19 20 24 10 18 32 14 19 13 26 16 14 35 22 29 20 24 23 24 18 20 20 23 31 22 10 17 30 31 19 18 19 18 1 12 2528 24 262927 13 3025272628292730282526293025 CR 846 SR 82 IMMOKALEE RD SR 29 NSR 29CORKSCREW RDS 1ST STN 15TH STINCENTIVE PROGRAM AREASIMMOKALEE, FLORIDA .0 1 2 30.5 Miles NE W M ARKET RD GIS MAPPING: bETH YANG, AICPGROWTH MANAGEMENT DEPARTMENTDATE: NOV. 2017 IMMOKALEE, FLORIDA Comunity Redevelopment Area Rural Areas of Opportunity Boundary Immokalee Urban / Immokalee Beautification MSTU Boundary Foreign Free Trade Zone n n n n n nnn n Immokalee High ImmokaleeMiddle Pinecres Elementary Highlands Elementary Eden Park Elementary Village Oaks Elementary Lake TraffordElementary Immokalee Com munity Charter School Immokalee Technical Center CR 846 SR 29SR 29 NS 1ST STN 15TH STLA KE TR AFF ORD RD IMMOKALEE RDNE W MARKET RD W W M AIN ST E MAIN ST SR 29CR 8 4 6 LAKE TRAFFORD RD S 1ST STPEPPE R RD GOPHER RIDGE RDS 5TH STCARSON RDN 11TH STN 9TH STW EST CLOX ST IMMOKALEE RDW M AIN ST MADISON AVE W ROB ERTS AVE W DUPREE GRADEAIRPORT RDE MAIN ST S 9TH STJEFFERSON AVE W NEW MARKET RD W N 18TH STSANITATION RDLEE ST 8T H AVE 2ND AVE N 1ST STS 2ND STS 3RD STK O O W A C H O B E E T R L BO STO N AVE CURRY RD LINCOLN BLVD TRAF FO RD OAKS RD EDEN AV E AIRPARK BLVDTAYLOR TERSTO CKADE R D EUSTIS AVES 4TH STM ONROE ST S E M IN O L E C R O S S IN G T R L LIT TLE LE AG UE R D DADE STADAMS AVE W NE W MARKET RD E 6T H AVE GLADES STPALM DRCOL ORADO AVENASSAU STN 10TH ST7T H AVE 5T H AVE BUSH ST E A LA C H U A S T OTTER TRLS 7TH STPEAR STN 6TH STN 7TH STPLUM STN 29TH STN 15TH STN 3RD STN 2ND STHALL RDDILSA LNPALM AV E FABLE CHE WAYD OA K AVEPEACH STWELLS STN 17TH STTRAFFORD FARM RDAPPLE STBASS RD HOP E CIRPINE STRINGO LNALICE L N CARVER ST MIRAHAM DR 13TH ST SER OS E AVEBUSH ST WN 19TH STORANGE STSCHOOL DRCLIFTON RDB EL L C I R BETHUNE RDHAMILTON STTIP PIN S T E R COMPLEX DRHENDRY STLAKE SHORE DRBANANA LN WILLIAMS LNWARDEN LNWHITE WAYEU S TI S AV E EMIRAHAM TERLAKE LN W DE LAW ARE AV ETANGERINE STLIBERTY WAYPAL MET TO AVEBAKER STINDIAN CAMP RDGL O BA L D RLAUREL STASH LN TAYLOR STRAULERSON RDPER C H PL ARTHUR STALLEGIANCE WAYR OY W AY PEACE WAY JONES STCLIFTON STJACKSON CTEXPER IM ENTAL RD GAUNT STTARA STLEE D AVE YOUTH RANCH RDARDEN AV E PALM RIDG E DR DEER RUN RD SANTA RO SA AVE AMERICA WAY FRANKLIN CTFA R M W O R K E R W AYIMMOKALEE DRCARSON LAKES CIRC AVE E D EL AW ARE A VE CHADWICK CIRCRESTVIEW DRCALLE AMISTADTITUS LNN 8TH STS 6TH STJUSTICE CIR MAPLE DRPRICE AVE S 6TH CTG R O S S A V E NIXON DRS 8TH STEL PASO TRLBREEZ EW O O D DR MAX DR TAYLOR RD STAYLOR R D N AMIGO WAY FAHRNEY STSGT JOE JONES RDORCHID AVEEXPERIM ENTALRD C OM ME R C E AV E GARTHIE RDAPPLEMINT LNFR IE N D SH IP D RKRISTY LNTRAFFORD ISLES CIRADAMS AVE EGLADIOLA STASHLEY LNCUSTER AVEMADISON CTBIRD LNJOHN JIMMIE RDDIM AR LN BOXWOOD DRNE W HARVEST RDLINCOLN C T 11TH ST15TH ST SE16TH ST SE11TH ST SE14TH ST SEPOINSETTIA STLEM O N T REE DR VIREO LN SERENITY DR 12TH ST SEWEEKS TERALEXANDER CIRCHARLIE CTCAMP KEAIS RDDILLON LNE D E N F IE L D W A Y STO KES AVEHANCOCK STQUA IL ROO ST RD CREWS CTADAMS CTMARJORIE STGRA NT AVETHOMAS LNHERITAGE BLVD HICK OCK LN MARIANNA WAY12TH ST20TH CT NMCBLACK STE D I S O N L NBOTANICAL DRGIN G ER L N E L M H A M M O C K C I R PIPER LNGARDEN LAKE CIRN 18TH TERTYLER AV E 13TH STMIMO SA AVE 15TH ST14TH STSEACRES T AVE ANHINGA CIR ETHEL F RANK CTPATRIOT CTC AME LL IA AVE FL OW ER LN6TH AVE CIRCHRIS TIAN TER W A LIC E JI M M IE C IRFOOSHE CTLENA FRANK DRMARION LNSUMMER GLEN BLVDWALKING STICK LNESPERA NZA CT GLENWOOD STBETTY LNFAITH LNBRYANT STC ATAL IN A TE R DURANGO LN19TH ST NEGGPLANT LN CHAPMAN LNSANDERS PINE CIR DINGO LN COYOTE LNSR 29N 18TH STN 19TH STS 6TH STS 7TH STSources: Esri, HERE, DeLorme, Intermap, increment P Corp., GEBCO, USGS, FAO, NPS, NRCAN, GeoBase, IGN, Kadaster NL, Ordnance Survey, Esri Japan, METI, Esri China (Hong Kong), swiss topo, MapmyIndia, © OpenSt reetMapcontributors, and the GIS User Community IMMOKALEE AREA MAP ImmokaleeRegionalAirport LakeTrafford 0 1 20.5 Miles.GIS Mapping: Beth Yang, AICPGrowth Management Department Æ` N A ME CA TEGORY A DDRES SEden P ark El e me ntary 3650 We stcl ox Stre e tHighlandsElementary1101 Lake Traf f ord RoadImmokalee Communi ty Charte r 123 N 4th Stre e tLake Traf f ord El e me ntary 3500 Lake Traf f ord RoadVillage Oaks El e me ntary 1601 State Road 29ImmokaleeHigh701 Immokal e e Dri v eImmokaleeMiddle401 9th Stre e t NImmokalee Te chni cal Ce nte r Othe r 508 N 9th Stre e tPinecrestElementary313 9th Stre e t South IMMOKALEE AREA SCHOOLS Exhibit 21 Proposed Immokalee Sidewalk Improvements South 5th Street (from Carver Street to Delaware Avenue) Carver Street (from South 1st Street to South 5th Street) Exhibit 22 Annual Operational Plan Workshop 2016-2017 Immokalee Pedestrian Crosswalk Improvements StudyExhibit 23 Immokalee Perdestrian Crosswalk Improvements Study Immokalee Pedestrian Crosswalk Improvements StudyProject ObjectiveGoal is to Improve Pedestrian/Bicycle Safety!Slide 2 Immokalee Pedestrian Crosswalk Improvements StudyProject Location MapSlide 3 Immokalee Pedestrian Crosswalk Improvements StudyWork Completed•Crash Analyses–Summarizing 2005 to 2012•Vehicular Counts–Traffic Volume & Speed•Pedestrian/Bicycle Counts–Nine Zones at Peak Hours•Qualitative Assessment–Observations/ RecommendationsCrash AnalysesVehicular CountsPedestrian/Bicycle CountsQualitative AssessmentSlide 4 Immokalee Pedestrian Crosswalk Improvements StudyCrash Analyses•Review & Analyses of Crash Reports–Summarize 2005 to 2012Pedestrian/Bicycle Crashes–Graphically Show Places of Concern•Convenience Store on 7thStreet•Restaurant & Theater/Game Room on 3rdStreetCrash AnalysesVehicular CountsPedestrian/Bicycle CountsQualitative AssessmentSlide 5 Immokalee Pedestrian Crosswalk Improvements Study2005‐2012 Day Crashes2KEYDriver at Fault      Pedestrian/Bicycle at Fault (No Alcohol)      Pedestrian/Bicycle at Fault(Alcohol‐Related)     Fatal  IncidentNSlide 6TOTAL CRASHES = 13CRASHES INVOLVING DUI = 4FATAL = 0 Immokalee Pedestrian Crosswalk Improvements Study2005‐2012 Night Crashes2N2222Slide 7KEYDriver at Fault      Pedestrian/Bicycle at Fault (No Alcohol)      Pedestrian/Bicycle at Fault(Alcohol‐Related)     Fatal  IncidentTOTAL CRASHES = 29CRASHES INVOLVING DUI = 13FATAL = 3 Immokalee Pedestrian Crosswalk Improvements Study2005‐2012 Crash AnalysesTYPE TOTAL DUI FATALDay 13 4 0Night 29 13 3Total 42 17 3Pedestrian 27 13 3Bicyclist 15 4 0Total 42 17 3Slide 8 Immokalee Pedestrian Crosswalk Improvements StudyVehicular Counts•72 Hour Bi‐Directional Traffic Counts–Collected Between January 9thto 11th& 16th to 18th–Traffic Volumes & Vehicle SpeedsCrash AnalysesVehicular CountsPedestrian/Bicycle CountsQualitative AssessmentSlide 9FDOT TRAFFIC ENGINEERING AND OPERATIONS OFFICE “It is common traffic engineering knowledgethat about 85 percent of all drivers travel atreasonably safe speeds for the various roadway conditions they encounter, regardless of speedlimit signs. This leaves 15 percent of drivers who must be reminded of the maximum speed limit.The Departmentuses the "85th percentile" method of determining appropriate and safeposted speed limits in conjunction with the maximum statute based speeds.Thismethod isbased on extensive nationally accepted studies and observations. By measuring the speed ofhundreds of vehicles at various points along the roadway, traffic engineers are able to use data todetermine a reasonable and safe maximum speed to post for all vehicles to travel.” Immokalee Pedestrian Crosswalk Improvements StudyVehicular Speed AnalysisDIRECTIONAVERAGE DAILY TRAFFIC VOLUMEMEAN (AVERAGE) SPEED85TH PERCENTILE SPEEDMain StreetEastbound 6,350 26.05 mph 33.24 mphWestbound 5,661 26.33 mph 33.24 mph1stStreetNorthbound 7,270 33.19 mph 39.53 mphSouthbound 7,751 33.67 mph 39.22 mphSlide 10 Immokalee Pedestrian Crosswalk Improvements StudyPedestrian/Bicycle Counts•Pedestrian Counts Conducted at Nine Locations–Zones Determined by Observations–Weekday & Weekend•2 Hours AM Peak•2 Hours PM PeakCrash AnalysesVehicular CountsPedestrian/Bicycle CountsQualitative AssessmentZONE NUMBER123456789Total 161 280 487 19 1,390 343 326 90 759Slide 11 Immokalee Pedestrian Crosswalk Improvements StudyPedestrian/Bicycle Counts161280487191,39034332690759# of Pedestrian/Bicycle CountsSlide 12 Immokalee Pedestrian Crosswalk Improvements StudyQualitative Assessment•During Peak Hours During Harvest Season–January 16th& 18th•5:00 AM –8:00 AM•4:00 PM –7:00 PM•Summarize Observations & Recommendations–Improve Pedestrian & Bicyclist SafetyCrash AnalysesVehicular CountsPedestrian/Bicycle CountsQualitative AssessmentSlide 13 Immokalee Pedestrian Crosswalk Improvements StudyQualitative AssessmentOBSERVATION •Pedestrians CuttingThrough MediansSlide 14 Immokalee Pedestrian Crosswalk Improvements StudyRecommendationsRECOMMENDATION•Install Fence/Railing in Median to Direct Pedestrians to Crosswalk/Median OpeningsSlide 15 Immokalee Pedestrian Crosswalk Improvements StudyQualitative AssessmentOBSERVATION •Pedestrians Using Shortest Path of TravelSlide 16VEHICLE SPEEDESTIMATED SURVIVAL PERCENTAGE FOR PEDESTRIAN20 mph 95%30 mph 60%35 mph 40%40 mph 20%50 mph Nearly No SurvivalNATIONAL HIGHWAY TRAFFIC SAFETY ADMINISTRATION STUDY DATA Immokalee Pedestrian Crosswalk Improvements StudyRecommendationsRECOMMENDATION•Designate “Pedestrian Zone” & Lower Speed to 30 mphSlide 17 Immokalee Pedestrian Crosswalk Improvements StudyQualitative AssessmentOBSERVATION •Large Number of Signs & Flashing Beacons Distract DriversRECOMMENDATION•Remove Excessive Signing & Beacons•Install In‐Pavement Lighting at Crosswalks w/ Flashing Highlighted SignsSlide 18 Immokalee Pedestrian Crosswalk Improvements StudyQualitative AssessmentOBSERVATION •Harvester Bus Pick Up Lot & Grocery/Café  Generate High Volume of Pedestrians Crossing at/or Between 2ndStreet & 3rdStreet –Over 2,000 Pedestrians Crossing in Area for the AM & PM Studied Peak Hours–1,400 Pedestrians Using Crosswalk at 3rdStreet•Broken Fence Between 2ndStreet & 3rdStreet  Slide 19 Immokalee Pedestrian Crosswalk Improvements StudyRecommendationsRECOMMENDATION•Coordinate w/ Owner to Fix Fence•Install Fence/Railing in Median•Install New Crosswalk at 2ndStreetSlide 20 Immokalee Pedestrian Crosswalk Improvements StudyQualitative AssessmentOBSERVATION •Narrow 6‐Foot Wide Median Opening Prohibits Two‐Way Bicyclists from Crossing Simultaneously 6’Slide 21 Immokalee Pedestrian Crosswalk Improvements StudyRecommendationsRECOMMENDATION•Widen Median Opening to 10 Feet Near 5thStreet & 7thStreetSlide 22 Immokalee Pedestrian Crosswalk Improvements StudyQualitative AssessmentOBSERVATION •Many Bicyclists Do Not Have Lights or Reflectors RECOMMENDATION•Coordinate w/ FDOT Community Traffic Safety Team to Distribute Free Lights through Bike Lights ProgramSlide 23 Immokalee Pedestrian Crosswalk Improvements StudyQualitative AssessmentOBSERVATION •Large Number of School Students Crossing East of 7thStreet During the Week Between 2:15‐2:30 PM & 3:45‐4:00 PMSlide 24 Immokalee Pedestrian Crosswalk Improvements StudyRecommendationsRECOMMENDATION•Detailed Evaluation Needed to Determine if Crosswalk at 7thStreet is WarrantedSlide 25 Immokalee Pedestrian Crosswalk Improvements StudyQualitative AssessmentOBSERVATION •Vehicles Not Yielding to Pedestrians in Crosswalks During Saturday Evenings•Vehicles Typically Yielding During the Other TimesRECOMMENDATION•Increase Enforcement During Saturday Evening HoursSlide 26 Immokalee Pedestrian Crosswalk Improvements StudyQualitative AssessmentOBSERVATION •Over 750 Pedestrians Documented Crossing Near 1stStreet & Colorado Avenue During Four AM & PM Peak Hours on Weekdays & WeekendsSlide 27 Immokalee Pedestrian Crosswalk Improvements StudyRecommendationsRECOMMENDATION•Install Crosswalk on 1stStreet North of Colorado AvenueSlide 28 Immokalee Pedestrian Crosswalk Improvements StudyQualitative AssessmentOBSERVATION •Street Planters & Trees Limit Motorists Visibility of PedestriansSlide 29 Immokalee Pedestrian Crosswalk Improvements StudyRecommendationsRECOMMENDATION•Remove or Modify Landscaping to Low Profile Plants, at a Minimum 100 Feet Near CrosswalksSlide 30 Immokalee Pedestrian Crosswalk Improvements StudyQualitative AssessmentOBSERVATION •Various Street & Pedestrian Lighting is Not Currently Working on Main Street & 1stStreet RECOMMENDATION•Coordinate w/ Maintenance to Replace all Non‐Functioning LightingSlide 31 Immokalee Pedestrian Crosswalk Improvements StudyQualitative AssessmentOBSERVATION •Limited Sight Distance at Main Street/3rdStreet IntersectionRECOMMENDATION•Install High Emphasis CrosswalkSlide 32 Immokalee Pedestrian Crosswalk Improvements StudySummary (Interim Improvements)•Main Street & 1stStreet–Landscaping Grant/Contract•Install Fence/Railing/Barrier•Widen Median Openings from 6 feet to 10 feet•Modifying Landscaping in medians–Coordinate w/ Maintenance to Fix Lighting–Coordinate w/ FDOT Regarding the “Bike Lights Program”–Coordinate w/ Law Enforcement to Increase Enforcement for Motorists to Stop for Pedestrians in Crosswalks Slide 33 Immokalee Pedestrian Crosswalk Improvements StudySummary (Long‐Term Improvements)•Main Street (Coordinate w/ FDOT for Approval) –Install In‐Pavement Lights w/ Automatic Detection & Signing–Add Mid‐Block Crossing at 2ndStreet & Possibly at 7thStreet–Lower Speed Limit to 30 mph & make it a “Pedestrian Zone”–Remove Signs–Install High Emphasis Crosswalks on Side Streets•1stStreet–Install In‐Pavement Lights w/ Automatic Detection & Signing–Add Mid‐Block Crossing at Colorado AvenueSlide 34 Immokalee Pedestrian Crosswalk Improvements StudyAny Questions?Slide 35 Immokalee Pedestrian Crosswalk Improvements Study Immokalee Pedestrian Crosswalk Improvements StudyRecommendationsSlide 37 Immokalee Pedestrian Crosswalk Improvements StudyRecommendationsSlide 38 Immokalee Pedestrian Crosswalk Improvements StudyRecommendationsSlide 39 Immokalee Pedestrian Crosswalk Improvements StudyRecommendationsSlide 40 Immokalee Pedestrian Crosswalk Improvements StudyRecommendationsSlide 41 Immokalee Pedestrian Crosswalk Improvements StudyRecommendationsSlide 42 Immokalee Pedestrian Crosswalk Improvements StudyRecommendationsSlide 43 Immokalee Pedestrian Crosswalk Improvements StudyRecommendationsSlide 44 Immokalee Pedestrian Crosswalk Improvements StudyPedestrian/Bicycle CountsDAYPEAK HOURSZONE NUMBER123456789Weekday AM 4 33 10 10 318 101 89 18 86Weekday PM 85 81 145 2 380 49 65 24 235Weekend AM 9 30 71 6 244 117 92 13 98Weekend PM 63 136 261 1 448 76 80 35 340Total 161 280 487 19 1,390 343 326 90 759Slide 45 Immokalee Walkable Community Study Immokalee Walkable Community Study October 2011 Prepared for: Collier Metropolitan Planning Organization www.colliermpo.com Prepared by: RWA, Inc. The preparation of this report has been financed in part through grants from the Federal Highway Administration and Federal Transit Administration, U.S. Department of Transportation, under the Metropolitan Planning Program, Section 104(f) of title 23, U.S. Code. The contents of this report do not necessarily reflect the official views or policy of the U.S. Department of Transportation. Exhibit 24 2 Immokalee Walkable Community Study Executive Summary Introduction The following report presents the Immokalee Walkable Community Study. The intent of this study is to assess pedestrian conditions or ―walkability‖ within Immokalee, identify facility needs for public roadways, and prioritize future improvements. A walkable neighborhood is defined as a neighborhood that has compact residential development, a mix of land uses, and a well connected street network. A walkable community is a place where one can get to the store, school, park, or other destination within the neighborhood without a car. The results of the Immokalee Walkable Community Study will be incorporated into the Comprehensive Pathways Plan and will ultimately assist the Collier Metropolitan Planning Organization (MPO) and its Pathway Advisory Committee (PAC) to plan and program facility improvements in Immokalee and throughout Collier County. Background In 2008 the MPO and the PAC identified the need to explore bicycle and pedestrian mobility issues throughout Collier County and specifically assess walkability conditions in specific communities and neighborhoods. As such, they included a task in the United Planning Work Plan (UPWP) to develop walkability studies for the following areas in this order of priority: 1) Naples Manor, 2) Immokalee, 3) Naples Park, 4) Golden Gate City, 5) City of Naples, and 6) City of Marco Island. In 2009, the MPO in collaboration with the Collier County Transportation Planning (CCTP) staff, completed the Naples Manor Walkable Community Study which was adopted by the MPO Board in March of 2010. Over that same period, CCTP staff conducted extensive analysis of pedestrian conditions in Immokalee and delivered a preliminary draft of the Immokalee Walkable Community Study to the MPO. Unfortunately, the study was put on hold and was never finalized or adopted due to restructuring events within Collier County government. In September of 2011, the MPO hired RWA Inc. to refine and update the study and to present it to the Technical Advisory Committee (TAC), Citizens Advisory Committee (CAC), PAC and MPO Board for review and adoption. Study Results CCTP staff conducted extensive walking surveys of almost every single roadway in Immokalee. On- the-ground conditions were documented, Level of Services (LOS) scores were assigned, and recommended physical improvements were identified. These improvements were divided into two phases to allow flexibility for construction, and to distinguish between immediate needs and desirable enhancements. The detailed assessments can be found in Appendix A: LOS Roadway Inventory. Results from this inventory were tabulated and mapped using Geographical Information Systems 3 Immokalee Walkable Community Study (GIS) software. Utilizing GIS functions, the individual roadway needs were analyzed and ranked according to their importance. The report condenses the detailed roadway inventory information and presents the results of the analysis and prioritization process in a concise illustrative format. The report ranks each roadway (or segment) and then groups them into three tiers: Tier 1—short term priorities, Tier 2—mid-term priorities, and Tier 3—long-term/wish list priorities. The individual scores for each roadway and the resulting tiers were determined by evaluating the location of the proposed pedestrian facilities and the impact those locations would have on the neighborhood. Exhibit 1 illustrates the results of the Tier 1, Tier 2, and Tier 3 priorities. The findings presented in this study demonstrate that Immokalee has approximately 73 linear miles of public roads of which 27 miles or 37% contain sidewalks on at least one side of the road. Conversely, this means that approximately 63% of public roadways have no sidewalks. The study also assigns Immokalee an overall level of service of C. This level of service is determined by averaging all of the level of service results for each roadway. Of all roadways or segments (658) EXHIBIT 1 4 Immokalee Walkable Community Study analyzed only 16% (104 segments) obtained an overall score of A or B. These roadways contain acceptable facilities and need little improving. These improvements could typically be qualified as enhancements rather than facility needs. Enhancements can include improvements such as lighting, street furniture, and added visual interest. That being said, A and B roads do not constitute immediate priorities. Given the limited funds and the unlimited facility needs, priority rankings focused on roads with an a LOS score of C,D or F. With the understanding that LOS score is not the only determining factor in establishing funding priorities, this study filters C, D and F roadways according to the following additional criteria:  Located within high pedestrian crash corridor  Proximity to a school  Along a transit route  Proximity to points of interests (including Main Street, government offices, commercial centers and high employment areas)  Along a major road or connecting to a major road  Contains planned or programmed improvements, and  Public input As illustrated in Exhibit 1, the highest priority areas are concentrated around Main Street; the triangle formed by S.R. 29 and New Market Road where there are numerous schools, parks and public facilities; and highly traveled roadways such as Lake Trafford Road, New Market, and Immokalee Drive. Of all roadways ranked, 104 segments (approximately 9 linear miles) were assigned a Tier 1 Priority, 113 ( approximately 11 linear miles) were assigned a Tier 2 Priority and the remaining 337 segments (approximately 39 linear miles) fell into Tier 3 Priorities. The results found within this study will be integrated within the Comprehensive Pathways Plan and are meant to inform pedestrian improvement decisions, but can also be useful in assisting the Immokalee Community Redevelopment Agency (CRA), the Immokalee Municipal Service Taxing Unit/ Beautification Committee (MSTU), and various Collier County agencies in setting priorities, requesting grants, allocating funds, and building infrastructure improvements. 5 Immokalee Walkable Community Study Table of Contents Introduction Page 6 Purpose Page 7 Area Background/Community Profile Page 7 Methodology Page 8 Exhibit 2: Bicycle/Pedestrian Facilities: Overall Page 9 Exhibit 3: Bicycle/Pedestrian Facilities: Northwest Section Page 10 Exhibit 4: Bicycle/Pedestrian Facilities: Central Section Page 11 Exhibit 5: Bicycle/Pedestrian Facilities: Southeast Section Page 12 Phase 1: LOS Roadway Inventory Page 13 Phase 2: Establishing Priority Tiers Page 16 Exhibit 6: Level of Service (LOS): Overall Page 19 Exhibit 7: Level of Service (LOS): Northwest Section Page 20 Exhibit 8: Level of Service (LOS): Central Section Page 21 Exhibit 9: Level of Service (LOS): Southeast Section Page 22 Exhibit 10: High Crash Corridors Page 23 Exhibit 11: School Locations Page 24 Exhibit 12: Bus Route Locations Page 25 Exhibit 13: Points of Interest Page 26 Exhibit 14: Major Roads Page 27 Exhibit 15: Planned Improvements Page 28 Exhibit 16: Evaluation Matrix Page 29 Exhibit 17: Tier One, Two, and Three Priorities: Overall Page 40 Exhibit 18: Tier One, Two, and Three Priorities: Northwest Section Page 41 Exhibit 19: Tier One, Two, and Three Priorities: Central Section Page 42 Exhibit 20: Tier One, Two, and Three Priorities: Southeast Section Page 43 General Recommendations Page 44 6 Immokalee Walkable Community Study Introduction The Collier County Transportation Planning (CCTP) staff was assigned to complete the Collier Metropolitan Planning Organization’s (MPO) 2008/09-2009/10 walkable community studies. Unfortunately, due to reorganization within Collier County government, a draft of the Immokalee Walkable Community Study was produced but the study was never finalized and approved by the MPO Board. In September 2011, RWA inc was hired to refine, and update the study and to present it to the Technical Advisory Committee (TAC), Citizens Advisory Committee (CAC), Pathway Advisory Committee (PAC) and MPO Board for review and adoption. The following report has been developed to address the needs defined in the MPO’s 2008/09-2009/10 Unified Planning Work Program (UPWP) sub-task 4.7. The objective of the UPWP subtask is to conduct an assessment of pedestrian needs of local roads in neighborhood communities. The results of the study will ultimately be incorporated into the Comprehensive Pathways Plan. The Comprehensive Pathways Plan is a tool the MPO and the Pathways Advisory Committee (PAC) use to evaluate bicycle, pedestrian, and pathways improvements within Collier County. One of the goals of the Comprehensive Pathways Plan is to provide a safe, connected, and convenient on-road network throughout Collier County which accommodates bicyclists and pedestrians. The PAC advises the MPO Board on issues relating to bicycle and pedestrian mobility within Collier County and participates in prioritizing projects designed to further the goals of the Comprehensive Pathways Plan. Completing this walkable community study will allow the MPO, through the PAC, to begin the process of prioritizing walkable community needs with other pathways projects and improve the walkability within Collier County communities and neighborhoods. Recognizing that a walkable community assessment of all local roads in a neighborhood was a large undertaking, the PAC recommended that the MPO complete two walkable community evaluations per year. The Naples Manor Walkable Community Study was completed in 2009 and adopted in March of 2010. Over that same period, CCTP staff conducted extensive analysis of pedestrian conditions in Immokalee and delivered a preliminary draft of the Immokalee Walkable Community Study to the MPO. RWA picked off where CCTP staff left off. Utilizing the draft report and extensive data collected by the CCTP staff, RWA made some slight updates to the data, refined the report format, entered the data into a GIS database, and presented the study results in a graphical and tabular format. RWA and CCTP worked with the MPO, the PAC, the Immokalee Community Redevelopment Agency (CRA), the Immokalee Municipal Service Taxing Unit/Beautification Committee (MSTU), and local residents to explore mobility issues and overall walkability in Immokalee. This study will be used to direct pedestrian improvements in Immokalee and to enhance the MPO’s bicycle and pedestrian programs throughout Collier County. This study addresses how the layout and design of our neighborhoods is associated with the walkability of the community. A walkable neighborhood is defined as a neighborhood that has compact residential development, a mix of land uses, and a well connected street network. A walkable community is a place where one can get to the store, school, park, or other destination within the neighborhood without a car. 7 Immokalee Walkable Community Study Many people in Immokalee are too young to drive, have a disability, have no access to a car, or choose not to drive. Many others are pedestrians at some point during the day and conduct a portion of their daily travel by foot. According to the 2000 census, 25 percent of the workers in Collier County get to work via other modes of travel than driving a car alone. These include carpools, public transit, walking, and riding a bicycle. Most of these modes however require that the user become a pedestrian at some point during their trip. For example, someone who utilizes public transportation still requires a way to get to and from the bus stop. Many people who carpool must also get to their carpool location by walking or riding their bicycle. According to the 1995 National Personal Transportation Survey (NPTS) approximately 40 percent of all trips are less than two miles or a 30 minute walk. This represents a relatively easy walk or bike ride if safe pedestrian and bicycling facilities are provided. In addition to fulfilling transportation needs, walkable communities also provide numerous benefits including; reducing levels of congestion and air pollution; promoting healthy lifestyles; reducing our reliance on foreign oil; and promoting livable and desirable communities that maintain higher property values. Purpose The MPO funded the study for the primary purpose of improving the bicycle and pedestrian plans/ programs developed by the MPO, CCTP, and PAC and ultimately to benefit the residents of Collier County. The MPO understands that better pedestrian and bicycle conditions have intangible benefits to the quality of life in Collier County. The purpose of this walkable community study is to incorporate the results of the study into the Comprehensive Pathways Plan and to ultimately assist the PAC when establishing priorities for pathway funding. The outcome of this walkable community study in conjunction with other walkable community studies will help create pedestrian friendly, usable, and connected pathways throughout Collier County. Area Background /Community Profile Immokalee, a census-designated place (CDP) in Collier County, was selected for the 2009 Walkable Community Study by the Pathways Advisory Committee of the Metropolitan Planning Organization. According to the 2010 census, the population was 24,154, and there were 2,783 households with children under the age of 18 living with them. The average household size was 3.96 and the average family size was 4.14. The median income for a family was $24,315. About 34.6% of families and 39.8% of the population were below the poverty line. Immokalee has a total area of 8.1 square miles. Immokalee is home to Eden Park Elementary, Parkside Elementary, Highlands Elementary, Immokalee Middle School and Immokalee High School. 8 Immokalee Walkable Community Study The Collier MPO maintains an active database of all pathway facilities in Immokalee. The table on page 13 summarizes the existing pedestrian and bicycle facilities in Immokalee and Exhibits 2,3,4 and 5 presents maps of those facilities. Exhibit 2 illustrates all facilities on one overall map of Immokalee, whereas Exhibits 3, 4 and 5 provide close-ups of the Northwest, Central, and Southeast portions of the town respectively. Methodology The study was conducted in two phases. Phase 1 included an assessment of existing conditions and a detailed analysis of needed improvements. Results from this phase are presented in ―Appendix A: LOS Roadway Inventory‖ which provides a street-by-street inventory of pedestrian conditions for almost every roadway in Immokalee. Phase 2 includes extensive Geographical Information Systems (GIS) mapping, and the ranking of improvements utilizing an intuitive evaluation matrix. As part of Phase 2, two screens were applied to the LOS inventory to rank and organize the improvements. The first screen eliminated private roads from the inventory since these roads are not eligible for federal funding. The second screen further reduced the number of roadways to be ranked by removing roads assigned a LOS of A or B. The remaining roadways were then evaluated and ranked according to the following criteria:  Located within high pedestrian crash corridor  Proximity to School  Along a transit route  Proximity to points of interests (including Main Street, government offices, commercial centers and high employment areas)  Along a major road or connecting to a major road  Contains planned or programmed improvements, and  Public input 9 EXHIBIT 2 10 EXHIBIT 3 11 EXHIBIT 4 12 EXHIBIT 5 13 Immokalee Walkable Community Study PHASE 1: LOS Roadway Inventory Methods for determining walkability are varied. Some methods focus on safety and examine facility conditions; crossings and intersections; posted speed limits compared to actual vehicle speeds; lane widths; crosswalk conditions; pedestrian related signage and signals; intersection traffic controls; and intersection geometry. Others consider network quality and focus on pedestrian comfort and experience by evaluating issues such as lighting; maintenance of the sidewalk surface and vegetation; amenities such as the availability of benches, bike racks, transit stops and signs; and access and design of the facility such as compliance with the Americans with Disabilities Act and timing of the pedestrian phases for traffic lights. The methodology used to assess walkability in this report is a basic pedestrian level of service (LOS) measurement. LOS is a measurement used in transportation to depict how well the given transportation mode operates. Conventionally, vehicular LOS is a measurement of volume to capacity and delay ranging from A to F where A is excellent and F is failure. The five pedestrian LOS measures, as determined by evaluating various walkability guides, that are most applicable when evaluating a neighborhood are as follows: directness, continuity, street crossings, visual interests and amenities, and security. Using these five measures, CCPT evaluated roadways within Immokalee. Each evaluation includes objective as well as subjective components which are described on the following pages. Overall Score for Immokalee LOS Directness Continuity Street Crossings Visual Interest and Amenities Security C B C D C C  LOS - C - This score is a composite of all five criteria, which are weighted equally. There are substantial problems that prohibit or limit the walkability of Immokalee. Including an overall lack of a complete sidewalk network.  Directness – B – A grid on Main street allows many opportunities for different and direct routes. The other areas in Immokalee are spread out, and do not all have direct access to points of interest.  Continuity – C – There are some sidewalks in the community, but they are not in any way uniform in their design, type, or location. Sidewalks range in size from 4 feet to 8 feet. Sidewalks are made of both concrete and asphalt. Clear zones range from 0 feet to 25 feet. Most major roads have a sidewalk on at least one side.  Street Crossings – D – There is a large distance between most crossings in Immokalee. There are streets in Immokalee ranging in size from 12 feet to 30 feet. The street crossings are not uniform and are showing signs of wear.  Visual Interest and Amenities – C – There is landscape associated with the main roads in this neighborhood. There are benches, trash cans, or other pedestrian features on Main Street.  Security – C – The pedestrian does not have adequate space between the walking facility and the vehicular traffic on most streets. There are some street lights, but not enough for this area. This area has one of the highest pedestrian fatality rates in the state. Road safety audits have been performed to address the pedestrian safety issues in Immokalee. 14 Immokalee Walkable Community Study Directness – This is measured by determining how well the network provides sidewalks, bike lanes, or pathways along the shortest distances between destinations. This method is used to encourage trips on foot or bicycle along marked paths, sidewalks or bike lanes. Travelers are not as likely to travel on a pathway if it takes them far away from their desired destination or does not directly connect to the desired destination. Therefore, if the area is well linked, travelers are encouraged to and gener- ally keep on the sidewalks, bike lanes, and pathways. Continuity – Community continuity LOS is measured by determining the amount of continuous and uniform sidewalks, bike lanes, or pathways in the network. This LOS is measured according to two aspects:  First, the maintenance, quality and uniformity of the sidewalk surface. Are the sidewalks free from gaps, barriers, or obstructions? Are the sidewalks asphalt, concrete, or lime rock?  Second, are the sidewalks uninterrupted and are they continuous along the entire roadway? Tucker Avenue– Continuity LOS A Immokalee Drive– Continuity LOS F The sidewalk ends about 100 feet short of the end of the road. 15 Immokalee Walkable Community Study Street Crossings – This is measured by the amount of correctly marked crosswalks (this includes ADA compliance, curb cuts, vehicle speed, and signage). Visual Interest and Amenities – This is measured by the amount of street furniture that make the environment attractive and comfortable to walk. Well designed pedestrian space encourages more walking in the area. Generally, landscaping, garbage removal and street furniture (such as benches, signs, and various other aesthetic items) are considered part of this LOS measurement. Security – This is measured by the level of actual or perceived safety in the neighborhood, the amount of lighting, amount of clear zone (area beyond the edge of the traveled way), and a good line of sight for the pedestrian and for the vehicles to see the pedestrian. 5th Avenue Naples – Amenities LOS A Bryant Avenue—Amenities LOS F N. 9th Street– Street Crossing LOS A Jefferson Avenue—Street Crossing LOS F 16 Immokalee Walkable Community Study PHASE 2: Establishing Priority Tiers Appendix A: LOS Roadway Inventory represents an extensive amount of man hours by CCTP staff to evaluate and ground truth individual roadways or segments according to the five measures described on the previous pages. In addition, CCTP also evaluated walkability deficiencies and identified reme- dies to improve roadway LOS. CCTP staff evaluated almost every single street in Immokalee which resulted in an extensive inven- tory. The extensive data has been summarized in Exhibits 6, 7, 8, and 9 which color-code LOS results on several maps of Immokalee. In order to boil down the results, manage the data and establish a tiered priority system for the comprehensive inventory, several screens were applied to the data. 1st Screen The first screen was applied to reduce the sheer quantity of data within the LOS Inventory. Private roads were eliminated from the inventory since they are not eligible for federal funding, and that many of them only provide access to a few landowners and do not service the general public. 2nd Screen In order to further refine the list of improvement needs, roadways with LOS scores of A or B were re- moved from the second level of analysis. Roadways with an LOS score of A and B are considered to have good to excellent pedestrian conditions. While these roadways could further be enhanced to im- prove user experience, essential facilities are provided and a safe enjoyable walking environment is achieved. Given limited funds and long list of improvement needs, addressing roadways with no facili- ties or significantly deficient facilities is deemed more important. Therefore, A and B roads were re- moved from the priority analysis. Once LOS A and B roads were removed, the remaining roads were evaluated according an evaluation matrix. Evaluation Matrix The criteria identified above were incorporated into a unified evaluation matrix used to score each pro- ject individually. The scoring results are presented in Exhibit 16. It should be noted that all criteria was either assigned a score of 1 or 0, except for Planned and Programmed Improvements and Public Input. All roadways with planned or programmed improvements were given a score of 10 or 0. the score of 10 was used to ensure that these projects would rise to the top of the priorities list. While it could be argued that planned or programmed projects should not be included in overall rankings, it is important to give credit to the priority decisions made prior to this study and to ensure that these projects remain on the priority list since funding can change at a moments notice. 17 Immokalee Walkable Community Study There is often a need to modify project rankings based on changing circumstances. The evaluation matrix builds in this flexibility by adding a Public Input category which allows the MPO and PAC to increase a project’s overall score. This category is subjective and can be given any score to improve a project’s ranking. This category should be used when there is a significant public need and benefit for a given project. Evaluation Matrix Criteria: High Crash Corridors: Crash data from 2005 to 2010 was analyzed and it became evident that the majority of pedestrian and bicycle crashes and fatalities occurred along relatively few corridors. As can be seen from Exhibit 10, these high crash corridors are often the highly trav- eled major roads. These roads are also where much of the commercial activity and daily ac- tivities occur. Given the prime importance of safety and the need to address unsafe conditions this criterion was included in the evaluation. Proximity to Schools: Providing pedestrian and bicycle access to schools is a top priority. School children must be given safe, convenient, and affordable access to schools. This evaluation criterion emphasizes the need to address facility conditions around school areas and can assist the MPO with qualifying for Federal Safe Routes to School funding. Bus Routes: Roadways were evaluated to determine if they were part of an existing bus route. In order to provide mobility options, and encourage alternative modes of transportation and the use of public transit, it is important to provide pedestrian facilities to all bus stops. Bus stops also tend to follow major routes and service more activity centers and more densely populated areas making it an effective evaluation criterion. Points of Interest: Major points of interest were identified in Immokalee. These include public parks, civic building commercial activity centers, and places of high employment. All these areas generate high levels of bicycle and pedestrian traffic. Major Roads: In developing a walkable community and an efficient pedestrian system, it is important to see major roads as forming the backbone of the entire system. This backbone experiences the highest levels of travel and demands facilities that will promote efficient travel, connectivity, continuity, and user safety. As part of this evaluation major roads as well as roads connecting to major roads were given a higher priority score. Planned or Programmed improvements: The transportation planning process is complex and time-consuming. Funding comes from numerous sources and available monies often ad- dress discreet issues. Facility needs almost always exceed available funds, and as a result, projects require many years of planning and programming before they are built. This criterion is included in the evaluation methodology to acknowledge the importance of funding and allow a mechanism to rank funded projects as top priorities. Public Input: Evaluating pedestrian projects and setting priorities can be as much an art as it is a science. Numerous variables come into play so any evaluation methodology should pro- 18 Immokalee Walkable Community Study vide flexibility and allow for public input. This criterion provides the ability to ―bump up‖ a project on the priority list if there is a significant and immediate need. Priority Tiers Once all projects were scored using the evaluation matrix described above, the projects were grouped according to Priority Tiers and ordered alphabetically. Tier 1 Projects: Scores of 4-14  Represent top priority projects with the greatest need and benefit  Some of these projects are planned or programmed  Should be built in the short-term Tier 2 Projects: Scores of 3,  Secondary priorities which with significant need and benefit  Can often have a specific benefit such as providing access to schools or bus routes  Should be built in the mid-term Tier 3 Projects: Scores of 0-2,  Represent tertiary priorities that should only be built after Tier 1-2 priorities  Are often located on local street with low traffic volumes 19 EXHIBIT 6 20 EXHIBIT 7 21 EXHIBIT 8 22 EXHIBIT 9 23 EXHIBIT 10 24 EXHIBIT 11 25 EXHIBIT 12 26 EXHIBIT 13 27 EXHIBIT 14 28 EXHIBIT 15 29 Immokalee Walkable Community Study ** The & alternate shading within the table indicates grouped road segments to identifying individual projects. EXHIBIT 16 30 Immokalee Walkable Community Study 31 Immokalee Walkable Community Study 32 Immokalee Walkable Community Study 33 Immokalee Walkable Community Study 34 Immokalee Walkable Community Study 35 Immokalee Walkable Community Study 36 Immokalee Walkable Community Study 37 Immokalee Walkable Community Study 38 Immokalee Walkable Community Study 39 Immokalee Walkable Community Study 40 EXHIBIT 17 41 EXHIBIT 18 42 EXHIBIT 19 43 EXHIBIT 20 44 Immokalee Walkable Community Study General Recommendations  The Collier MPO should update and maintain the Immokalee Walkable Community Plan on an as needed basis. The MPO should coordination with the CRA and MSTU to ensure that their priorities are adequately reflected in the project rankings. As an extension of this study, the MPO, through its PAC, should establish performance measures or metrics to periodically evaluate walkability conditions in Immokalee.  As part of updating their land development code overlays, the CRA should ensure that private development provides enhanced pedestrian and bicycle facilities, parking and amenities within their projects.  The MPO should collaborate with the CRA and MSTU regarding proposed bicycle, pedestrian and landscaping improvements along Main Street.  The MPO should collaborate with the CRA and MSTU regarding the implementation of the master Drainage Plan in Immokalee.  The MPO should coordinate with the CRA, MSTU, Collier Area Transportation (CAT), Collier County Government, law enforcement and schools to establish education campaigns regarding bicycle and pedestrian safety. Which may include: a. Review, evaluate and report on bicycle and pedestrian safety statistic, conditions and policies. b. Provide recommendations to improve safety conditions, including education, signage, signalization, facility design, intersection design, maintenance, and innovative technolo- gies such as ―In Pavement Warning Lights‖ and ―HAWK‖ signals. c. Investigate the application of traffic calming measures, the reduction of speed limits, and ―road diets‖ within the county. d. Assist with Safe Routes to School programs. e. Coordinate safety education and training activities and programs. f. Investigate high crash areas and develop improvement projects aimed at improving safety conditions.  The MPO, the CRA, MSTU and CAT should work together to ensure appropriate access to transit routes, transfer stations, and individual bus stops in Immokalee. Bus stops should be encouraged to provide a pleasant environment for users including shelters, landscaping and lighting. Facilities should meet ADA requirements and should be designed to minimize conflict with bicycle and pedestrian facilities. Bike racks and/or parking should be considered at bus stops and transfer stations. K:\2018\18-0016 Immokalee Sidewalks - Phase 2\Correspondences\Proposal\Immokalee Sidewalks Phase II Proposal 2018-02-19.doc February 19, 2018 James Sainvilus Immokalee MSTU Project Manager 750 South 5th Street Immokalee, FL 34142 Re: Immokalee Sidewalk Improvements Phase II Carver Street and S. 5th Street Sidewalks Immokalee Drive and N. 19th Street Sidewalk Connection Topographic Survey for 25 Bus Stop Locations ABB PN 18-0016 Dear Mr. Sainvilus: At your request, Agnoli, Barber & Brundage, Inc. is pleased to submit this proposal under Collier County Annual Contract # 13-6164 to render professional services for design and permitting on the above referenced project. Agnoli, Barber & Brundage, Inc., hereinafter referred to as ABB, proposes to provide Collier County the professional services outlined in Exhibit A attached. We hope that this proposal satisfactorily responds to your request. Sincerely, AGNOLI, BARBER & BRUNDAGE, INC. Edward F. Tryka III, P.E. Vice President, Transportation encl. Exhibit 25 Immokalee Sidewalk Improvements Phase II K:\2018\18-0016 Immokalee Sidewalks - Phase 2\Correspondences\Proposal\Immokalee Sidewalks Phase II Proposal 2018-02-19.doc EXHIBIT A SCOPE OF SERVICES IMMOKALEE SIDEWALK IMPROVEMENTS PHASE II I. OVERVIEW The Immokalee MSTU is seeking engineering design and construction services for the construction of sidewalks along both sides of Carver Street from South 5th St. to South 1st St., along the east side of South 5th St. from Carver St. to W. Delaware Ave., and connecting the sidewalk from Immokalee Drive to the west side of N. 19th St. In addition, the survey of 25 bus stop locations throughout the area. II. TASK DESCRIPTION Carver Street and S. 5th Street Sidewalks A. Preliminary Design-60% 1. Attend project Kick-off meeting with Immokalee MSTU Staff. 2. Conduct site visit and perform engineering survey to aid in design, as follows: · Conduct site visit and perform a topographical survey along alignment of each location to aid in design. · Establish all necessary surveying controls (horizontal and vertical) and bench marks. · Establish a baseline of survey and set reference points. · Obtain full topography and develop a DTM. · Locate all drainage features (pipe sizes, inverts, manholes, inlets, etc.). · Locate existing above ground utilities within the project limits. · Locate property and section corners to establish and verify the ROW lines. 3. Prepare preliminary plans of the proposed improvements (60% submittal). Submit preliminary plans along with a preliminary cost estimate (60% submittal) to Immokalee MSTU. All utility owners within the project limits will also be copied of this submittal for their review and comments. K:\2018\18-0016 Immokalee Sidewalks - Phase 2\Correspondences\Proposal\Immokalee Sidewalks Phase II Proposal 2018-02-19.doc 4. Attend 60% meeting with Immokalee MSTU staff to review preliminary plans and comments provided by reviewers. 5. Contact Utility companies for existing utility information to be included in 60% plans. B. Detailed Design - 90% 1. Prepare plans (90%) incorporating utility information provided by the utility owners. 2. Submit plans along with cost estimate (90% submittal) to Immokalee MSTU. 3. Attend 90% meeting with Client to review complete plans and comments provided by reviewers. 4. Provide utility coordination for adjustment of utilities. C. Final Design -100% 1. Prepare complete plans (100%) incorporating utility information provided by the utility owners and comments from other County departments. 2. Submit complete plans along with cost estimate (100% submittal) to Immokalee MSTU. 3. Prepare final plans, quantity take-off, bid schedule and Construction Specifications incorporating utility information provided by the utility owners or other reviewers. 4. Provide final utility coordination to be reflected in 100% plans. 5. Coordinate and submit for right-of-way permit. D. Project Construction Assistance 1. Assist Immokalee MSTU during the bidding phase of the project, attending the pre-bid conference to respond to questions or issues raised by potential bidders. Preparation of any addenda required. Separate bid packages for the three individual projects will be developed so that they can be bid separately or together as one project. 2. Provide plan revisions due to changes required during the actual construction phase, as needed. K:\2018\18-0016 Immokalee Sidewalks - Phase 2\Correspondences\Proposal\Immokalee Sidewalks Phase II Proposal 2018-02-19.doc 3. Review shop drawings submitted by the Contractor for compliance with the Construction Documents. This item will include up to two reviews per shop drawing submittal. Maintain a shop drawing log showing submittal number, date received, status and date of last action. 4. Review pay applications submitted by the Contractor for payment. Immokalee MSTU project manager or CEI will verify quantities on each pay application. 5. Provide contract document interpretation and assistance in addressing requests for information and unforeseen conditions when requested by the Immokalee MSTU. 6. Review and assist in field changes which include minor redesign as requested by the Immokalee MSTU. 7. Provide periodic site observation visits of construction site. 8. Attend progress meetings with the Immokalee MSTU and the Contractor. 9. Attend one substantial completion walk through with punch list and a final walk through meeting in the field. 10. Review Record Drawings provided by the Contractor for final close-out. Immokalee Drive and N. 19th Street Sidewalk Connection E. Survey Services 1. Design survey existing conditions at intersection. 2. As-built survey the west half of N. 19th Street, approximately 500’ north of Immokalee Drive to locate concrete sidewalk that was installed without permit by a private landowner to verify if it meets ADA standards. 3. Set Horizontal Control (State Plan Coordinates, East Zone). 4. Set Vertical Control (NAVD 88 Datum). 5. Establish Section Corner locations and positions. 6. Research existing right-of-way and plats to determine if sidewalk gap is within County right-of-way. 7. Report findings to Immokalee MSTU to determine if sidewalk connection construction is allowable at this time or if additional easements or agreements are required. 8. Prepare sketch and description, if necessary. K:\2018\18-0016 Immokalee Sidewalks - Phase 2\Correspondences\Proposal\Immokalee Sidewalks Phase II Proposal 2018-02-19.doc F. Engineering Design Services 1. Review survey of 500’ sidewalk to determine if it is ADA compliant. 2. If the sidewalk is not ADA compliant, stop design work at notify the Immokalee MSTU. 3. If the sidewalk is ADA compliant and there is suitable right-of-way to work, design a suitable sidewalk connection. 4. Revise drainage, ADA mats and signing and marking as required. 5. Provide Engineer’s Opinion of Probable Cost for construction. Bus Stop Locations Throughout Immokalee G. Survey Services 1. Design survey 25 bus stop locations as indicted by Tindale-Oliver Bus Stop Summary provided. 2. Survey limits will be from edge of pavement to right-of-way line, approximately 50’ in length at each location. 3. Set Horizontal Control (State Plan Coordinates, East Zone). 4. Set Vertical Control (NAVD 88 Datum). 5. Prepare a single page map for each bus stop location. 6. No engineering design services are included. III. PROJECT REQUIREMENTS A Plan Preparation 1. Services to be provided will comply with procedures (Plan Preparation Manual), design standards, Florida Greenbook and construction specifications set by the Florida Department of Transportation (FDOT) and the Federal Highway Administration (FHWA) "Manual on Uniform Traffic Control Devices" (MUTCD), as updated to date. 2. Prepare plans utilizing Autodesk AutoCAD/Civil 3D, following the NCS "CAD Standards". K:\2018\18-0016 Immokalee Sidewalks - Phase 2\Correspondences\Proposal\Immokalee Sidewalks Phase II Proposal 2018-02-19.doc B. Project Deliverables 1. One overall CAD file containing all of the survey points, line work, symbols, DTM and SUE information (where applicable). This file will be an AutoCAD Civil 3D file and will be directed by the Immokalee MSTU. 2. One signed and sealed copy of the final plans by a Florida Professional Engineer. 3. Three copies of the various design stages of the project for internal review. Copies of the plans shall be submitted to the utility owners by the consultant as part of the utility coordination effort. 4. One electronic set of Construction Documents (including Plans, Specifications, Bid Schedule and other bid documents). 5. Copies of utility As-Built plans, Plats or ROW Maps obtained during the design phase of the project. IV. FEES A. Fees for Items II.A. through II.G. above will be by Time and Materials Not-To Exceed as follows: II.A. $ 46,017.00 II.B. $ 17,440.00 II.C. $ 6,428.00 II.D. $ 21,350.00 $91,235.00 Sub-Total Carver Street and S. 5th Street Sidewalks II.E. $3,598.00 II.F. $2,606.00 $6,204.00 Sub-Total Immokalee Drive and N. 19th Street Sidewalk II.G. $20,548.00 Sub-Total Bus Stop Locations $117,987.00 PROJECT GRAND TOTAL Sr ProjectCADD Survey Crew Surveyor Senior SeniorManager Engineer Designer Technician 2-Man and Mapper Inspector Technician$172.00 $123.00 $94.00 $72.00 $130.00 $120.00 $96.00 $85.00per hour per hour per hour per hour per hour per hour per hour per hour TotalTotalITEM TASKMan Hours Man Hours Man Hours Man Hours Man Hours Man Hours Man Hours Man Hours Man HoursFeeA. Carver Street and S. 5th Street SidewalksPreliminary Design - 60% 72 16 95 95 65 1665 424 $46,017.00B. Carver Street and S. 5th Street SidewalksDesign And Permitting - 90% 42 8 52 525159 $17,440.00C. Carver Street and S. 5th Street SidewalksFinal Design And Permitting -100%2018 1856 $6,428.00D. Carver Street and S. 5th Street SidewalksProject Construction Assistance10025 25150 $21,350.00E. Immokalee Drive and N. 19th Street Sidewalk ConnectionSurvey Services210 6 4 10 32 $3,598.00F. Immokalee Drive and N. 19th Street Sidewalk ConnectionEngineering Services6 2 8 824 $2,606.00G. Bus Stop Locations Throughout ImmokaleeSurvey Services482 2080 186 $20,548.00GRAND TOTAL 246 26 198 198 157 47 4 155 1031 $117,987.00ABB PROJECT NUMBER 18-001619-Feb-18EXHIBIT AIMMOKALEE SIDEWALK IMPROVEMENTS PHASE IIAGNOLI, BARBER & BRUNDAGE, INC. From: Ted Tryka [mailto:tryka@abbinc.com] Sent: Tuesday, February 20, 2018 10:22 AM To: ForesterDebrah <Debrah.Forester@colliercountyfl.gov>; BetancourtChristie <Christie.Betancourt@colliercountyfl.gov> Cc: SainvilusJames <James.Sainvilus@colliercountyfl.gov> Subject: RE: Cost Estimate Debrah: I put the ball-park estimate for the Carver/S. 5th Street sidewalk in the e-mail, not in the proposal. Carver Street is approximately 1,350 LF X 2 (If sidewalks on both sides) = 2,700 LF. S. 5th Street is approximately 1,150 LF. Based on the current construction project bid, I estimated approximately $570,000 construction cost. If you split that between Carver St. and S. 5th Street, that would equate to $400,000 and $170,000 respectively. In regards to the proposal for the engineering work, this was essentially the same template used for the current project. I can see how we describe the process of the plan development more so than what is included in the plans themselves. The construction plan and design would be very similar to the current project and include the same elements. We would essentially re-design and rework everything from the edge of pavement to the right-of-way line. This would include adding sidewalks, maintaining the existing drainage patterns by adding drainage pipe, ditch inlets and mitered end sections, along with re-building each of the driveway crossings. In addition, we would add crosswalks and other markings as required with the new sidewalk locations. Specifically, the drainage improvements are only to modify the existing drainage to add the sidewalks. We are not adding any more capacity to the system. As such, a SFWMD will not be required. We did not obtain a SFWMD permit for the current project. Hopefully that covers everything. Thanks, Ted From: ForesterDebrah [mailto:Debrah.Forester@colliercountyfl.gov] Sent: Monday, February 19, 2018 9:12 PM To: Ted Tryka <tryka@abbinc.com>; BetancourtChristie <Christie.Betancourt@colliercountyfl.gov> Cc: SainvilusJames <James.Sainvilus@colliercountyfl.gov> Subject: RE: Cost Estimate Hi Ted, can you please give us a construction estimate for the Carver and 5th Street Project, if you could please tell us the linear feet of sidewalk for each street and a ball park estimate, we would greatly appreciate it, we are submitting a grant application on Tuesday. Also, you include permitting in your spreadsheet but don’t really mention it in the narrative. Is there going to be any drainage improvements? Will you need a South Florida Water Management permit? Thanks so much. Best Regards, Debrah Forester Office: 239-331-3266 Cell:239-285-8270 From: Ted Tryka [mailto:tryka@abbinc.com] Sent: Monday, February 19, 2018 6:47 PM To: BetancourtChristie <Christie.Betancourt@colliercountyfl.gov> Cc: SainvilusJames <James.Sainvilus@colliercountyfl.gov>; ForesterDebrah <Debrah.Forester@colliercountyfl.gov> Subject: RE: Cost Estimate Christie: Attached is a proposal for the Carver and S. 5th St. Sidewalks, in addition to the work James had asked for (Immokalee Drive and Bus Stops). I’m not sure if there are different funding sources and if they need to be split apart, but for the first draft, all the fees are together and split-out by task. In regards to the extension of S. 5th Street to Delaware Drive, there are very poor existing sidewalks to tie-into. It is about 300’ west before they tie-into the existing pathway north of the detention ponds. The existing sidewalks are basically just widenings of the roadway since they have no separation. You may consider constructing a new sidewalk(s) in this area. The Carver and S. 5th St. Sidewalks are pretty similar in length to the current sidewalk project under construction. Carver Street is approximately 1,350 LF x 2. S. 5th Street is approximately 1,150 LF. This total length of sidewalk, 3,850 LF, is approximately 90% of the current project. 90% of the current construction contract is $616,000. But that includes the south side of Eustis which has a lot of driveways and the brick pavers which makes the construction price a bit higher than normal. If we looked at the cost of 9th Street construction (Which has fewer driveways) and projected that for the total distance of 3,850 LF, the construction cost would be $522,000. The mid-point of $522,000 and $616,000 is probably the best number to use at this very early stage. That would be $570,000. Let me know if you have any questions or comments. Thanks, Ted From: BetancourtChristie [mailto:Christie.Betancourt@colliercountyfl.gov] Sent: Wednesday, February 14, 2018 6:19 PM To: Ted Tryka <tryka@abbinc.com> Cc: SainvilusJames <James.Sainvilus@colliercountyfl.gov>; ForesterDebrah <Debrah.Forester@colliercountyfl.gov> Subject: Cost Estimate Ted, Per our conversation this morning. Please provide cost estimate to construct sidewalk and drainage for Carver Street (From South 5th Street to 1st Street) and South 5th Street (from Carver Street to Delaware Avenue). I would like to include in grant application due February 20th. Christie A. Betancourt, Operations Manager 750 South Fifth Street, Immokalee, FL 34142 (239) 867-0028 direct - (239) 252-6725 fax (239) 285-7647 cell ChristieBetancourt@colliergov.net (old) Christie.Betancourt@colliercountyfl.gov (new) www.immokaleetoday.com