Loading...
Agenda 03/12/2019 Item #16B103/12/2019 EXECUTIVE SUMMARY Recommendation that the Collier County Board of County Commissioners (BCC) acting as the Community Redevelopment Agency Board (CRAB) approve an After-the-Fact electronic grant application submittal in the amount of $500,000 to the Collier County Community and Human Services FY 2019/2020 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 2019/2020 grant application cycle for Housing and Urban Development (HUD) Community Development Block Grant (CDBG) funds. The application period began on Friday, January 04, 2019 and all applications were due by 12 p.m. Monday, February 11, 2019. Due to the short turnaround, staff secured the Coun ty Manager’s approval to submit the grant application as it’s 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 East 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 $860,000. Although this grant application does not require a match; the CRA is pledging a monetary match of $60,000 for CEI services for the project for FY2020. The CRA funds are budgeted within the CRA Fund 186. If awarded, grant revenue in the amount of $500,000 will be recognized through a Budget Amendment. The CRA was awarded $200,000 in FY 2018/2019 grant application cycle for Housing and Urban Development (HUD) Community Development Block Grant (CDBG) funds and committed $100,000 of match funds for FY2019. 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 11, 2019 the Immokalee CRA Advisory Board reviewed this grant applicant application on February 20, 2019 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 16.B.1 Packet Pg. 464 03/12/2019 RECOMMENDATION: Recommendation that the Collier County Board of County Commissioners (BCC) as the Community Redevelopment Agency Board (CRAB) approve an After-the-Fact electronic grant application submittal in the amount of $500,000 to the Collier County Community and Human Services FY 2019/2020 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, Immokalee CRA Operations Manager ATTACHMENT(S) 1. CMO - ATF 19-009 MEMO 2019 02-08 CDBG Immokalee Sidewalk Improvements (PDF) 2. CMO - Approved CDBG forms (PDF) 3. Application CDBG Immokalee Sidewalk Improvements (PDF) 16.B.1 Packet Pg. 465 03/12/2019 COLLIER COUNTY Board of County Commissioners Item Number: 16.B.1 Doc ID: 8152 Item Summary: Recommendation that the Collier County Board of County Commissioners (BCC) acting as the Community Redevelopment Agency Board (CRAB) approve an After -the-Fact electronic grant application submittal in the amount of $500,000 to the Collier County Community and Human Services FY 2019/2020 Housing and Urban Development (HUD) Community Development Block Grant (CDBG) for the Immokalee Sidewalk Improvement Project within the Immokalee Community Redevelopment Area. Meeting Date: 03/12/2019 Prepared by: Title: Administrative Assistant – Immokalee CRA Name: Christie Betancourt 02/25/2019 4:15 PM Submitted by: Title: – County Manager's Office Name: Debrah Forester 02/25/2019 4:15 PM Approved By: Review: County Manager's Office Debrah Forester Director - CRAs Completed 02/26/2019 10:00 AM County Manager's Office Sean Callahan Executive Director- Corp Business Ops Completed 02/28/2019 8:34 AM Grants Erica Robinson Level 2 Grants Review Completed 02/28/2019 8:46 AM County Attorney's Office Jennifer Belpedio Level 2 Attorney of Record Review Completed 02/28/2019 9:25 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 02/28/2019 9:55 AM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 02/28/2019 3:26 PM Grants Therese Stanley Additional Reviewer Completed 03/01/2019 2:41 PM Budget and Management Office Ed Finn Additional Reviewer Completed 03/04/2019 8:57 AM County Manager's Office Leo E. Ochs Level 4 County Manager Review Completed 03/04/2019 4:58 PM Board of County Commissioners MaryJo Brock Meeting Pending 03/12/2019 9:00 AM 16.B.1 Packet Pg. 466 16.B.1.a Packet Pg. 467 Attachment: CMO - ATF 19-009 MEMO 2019 02-08 CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 16.B.1.b Packet Pg. 468 Attachment: CMO - Approved CDBG forms (8152 : After The Fact CDBG Application submittal) 16.B.1.b Packet Pg. 469 Attachment: CMO - Approved CDBG forms (8152 : After The Fact CDBG Application submittal) 16.B.1.b Packet Pg. 470 Attachment: CMO - Approved CDBG forms (8152 : After The Fact CDBG Application submittal) 16.B.1.b Packet Pg. 471 Attachment: CMO - Approved CDBG forms (8152 : After The Fact CDBG Application submittal) 16.B.1.b Packet Pg. 472 Attachment: CMO - Approved CDBG forms (8152 : After The Fact CDBG Application submittal) 16.B.1.b Packet Pg. 473 Attachment: CMO - Approved CDBG forms (8152 : After The Fact CDBG Application submittal) 16.B.1.b Packet Pg. 474 Attachment: CMO - Approved CDBG forms (8152 : After The Fact CDBG Application submittal) 16.B.1.b Packet Pg. 475 Attachment: CMO - Approved CDBG forms (8152 : After The Fact CDBG Application submittal) 16.B.1.b Packet Pg. 476 Attachment: CMO - Approved CDBG forms (8152 : After The Fact CDBG Application submittal) 16.B.1.b Packet Pg. 477 Attachment: CMO - Approved CDBG forms (8152 : After The Fact CDBG Application submittal) 16.B.1.b Packet Pg. 478 Attachment: CMO - Approved CDBG forms (8152 : After The Fact CDBG Application submittal) 16.B.1.b Packet Pg. 479 Attachment: CMO - Approved CDBG forms (8152 : After The Fact CDBG Application submittal) 16.B.1.b Packet Pg. 480 Attachment: CMO - Approved CDBG forms (8152 : After The Fact CDBG Application submittal) 16.B.1.bPacket Pg. 481Attachment: CMO - Approved CDBG forms (8152 : After The Fact CDBG Application submittal) 16.B.1.bPacket Pg. 482Attachment: CMO - Approved CDBG forms (8152 : After The Fact CDBG Application submittal) 16.B.1.bPacket Pg. 483Attachment: CMO - Approved CDBG forms (8152 : After The Fact CDBG Application submittal) 16.B.1.bPacket Pg. 484Attachment: CMO - Approved CDBG forms (8152 : 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 2019 Community Development Block Grant (CDBG) 2/11/2019 deadline Immokalee CRA Immokalee Sidewalk Improvements Jump to: Agency Information Application Questions Tables Documents USD$ 500,000.00 Requested USD$ 860,000 Total Project Cost Project Contact David Berra david.berra@colliercountyfl.gov Tel: 239-867-0025 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 EIN DUNS 076997790 (N)CAGE SAM Expires 11/6/2019 Agency Information top 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) ✔✔✔✔Yes gfedc No 19 Years 19.0019.00 TOTAL gfedc Yes ✔✔✔✔No ✔✔✔✔Yes gfedc No ✔✔✔✔Yes gfedc No 16.B.1.c Packet Pg. 485 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 6. Physical Address (if different from mailing address listed in previous tab) If the mailing and physical address are the same, enter 'Same'. The CareerSource Building, 750 South Fifth Street, Immokalee, FL 34142 Application Questions top NATIONAL OBJECTIVES 1. Which one of the three National Objectives will this project target? For additional information, please see the Application Guide in the Library tab, above. 2. Provide justification for how your project targets the National Objective selected above. Refer to the Application Guide in the Library 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 Immokalee Area Census Map. 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.) PROJECT DESCRIPTION AND GOALS 4.Concise Project Description and Goals Narrative (placing emphasis on THIS project application) Refer to Applicant Guide in the Library 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 construction of the Immokalee Sidewalk Improvement Project. In 2018/2019 the CRA was awarded $200,000 to design and construct sidewalks on portions of South 5th Street and Carver Street. The CRA allocated $100,000 of ad valorem funds to this project. To complete this project, we are requesting $500,000 more for construction phase. The estimated total cost for the Project is $860,000. The project area is currently in environmental review as required for FY19 award. It is expected to be completed prior to this award. The CRA will cover the cost of CEI Services estimated at $60,000. Immokalee is a walking community where walking should be a safe and convenient mode of transportation and recreation. In order to promote greater walking and cycling activities, the CRA is requesting funds to complete the construct of sidewalks identified in FY18 CDBG award. These locations where selected due to the high concentrations of pedestrians and where the lack of a sidewalks poses the greatest threat to the pedestrian. The proposed sidewalk improvements are located on existing streets within a high concentration of older residential development. While streets built today are required to include sidewalks, many of the existing streets in Immokalee were built without sidewalks to minimal standards. Many have no sidewalks and those that do, may not meet ADA requirements. Funding of this proposal will complete the sidewalk on two streets designed in FY19: 1. Carver Street 2. South Fifth Street Most sidewalks were selected by the CRA and MSTU 2016 Goals and Action Plans of the Advisory Committees. This implementation could also include the removal and replacement of existing deteriorating and/or unsafe features from within the ✔✔✔✔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 16.B.1.c Packet Pg. 486 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) County right-of-way. The Program will be consistent with three previous related studies/reports entitled Immokalee Pedestrian Crosswalk Improvements Study, and The Walkability Study which were prepared by professional consultancy firms with the assistance of the CRA and MSTU citizen advisory committees. The proposed construction project will be designed using CRA funds and is proposed to be ready by September 30, 2019 using the awarded CDBG grant funds. The Project will improve pedestrian and vehicular safety, provide aesthetics to create a unified community character, and improve the visibility and economic viability of existing and future businesses in the downtown area and several other areas of Immokalee. Collier County Transportation Operations Department, in conjunction with a citizen’s focus group, as opposed to a single thought, was tasked to study and identify the possible underlying causes for the high accident and crime rate. The task force identified a concern with lack of sidewalks, obstructed intersection sight lines, not enough lighting 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 18): Map of Various Immokalee Designations for study area boundary (Community Redevelopment Area). IMPACT ON COLLIER COUNTY’S PRIORITY NEEDS NOTED IN THE APPLICANT GUIDE 5. Impact on Collier County's Priority Needs Noted in the Applicant Guide Narrative Refer to Applicant Guide tab for specific instructions. The 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 designated 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. One of the study areas under consideration is Main Street (SR 29), a busy arterial corridor for both vehicular and pedestrian traffic within the Central Business District. State Route 29 provides access for tourists from State Route 27 to the north in Hendry County to South of Everglades City, south of US 41 (a.k.a. Tamiami Trail East) and terminating at Everglades Airport. The section of SR 29 (Main Street) that passes through Immokalee provides the main access to the economical support of the downtown businesses and overall community. The sidewalk project will greatly improve the functionality and aesthetics of the business district while improving the quality of life in Immokalee. Both the CRA and Immokalee Lighting Beautification MSTU Advisory Committees have worked long and hard with Collier County Transportation Department and Collier Metropolitan Planning Organization (MPO) Board to ensure that these improvements are carried through to completion to serve the community interests as a whole. 16.B.1.c Packet Pg. 487 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) The design elements of the sidewalk projects in certain areas will include the removal of existing damaged and deteriorated site furnishings and replacement with new, updated furnishings to reflect the community’s culture. New litter receptacles will be located to provide convenience for litter disposal, new benches will provide enhanced seating opportunities and comfort for visitors and patrons while the conscious selection and strategic location of proposed plantings will define the limits of functional areas. The planned design, selection, and location of these elements in the streetscape will control pedestrian activities, buffer vehicular noise from sitting areas and store fronts, while enhancing views to businesses and screening undesirable views to mechanical and utilities equipment. The existing storm water system in the improvement areas will be enhanced with channel grate systems along the proposed sidewalks in order to provide ease of maintenance, eliminating the need to jet wash debris from the closed channel system, which will enhance overall visual aesthetics. This sidewalk project will reflect the Immokalee community’s desire to improve the Immokalee central business district. The community’s regional beautification plan for future improvements have been determined through a comprehensive study prepared by a team of professionals that include RWA Consulting Inc. and Land Design Innovations Incorporated, the results of the study are contained in the “Immokalee CRA Public Realm Plan/Town Design”, dated 2012, and winner of the 2010 Florida Planning and Zoning Association Award of Merit. EXPERIENCE AND CAPACITY 6. Experience and Capacity Narrative Refer to Applicant Guide in the Library tab for specific instructions. The CRA team that will be managing this program consists of Debrah Forester - CRA Director, David Berra, Project Manager, and Christie Betancourt Operations Manager. Once the contract has been approved by the BCC, David Berra 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. Berra will review contractor invoices on a monthly basis 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 initiate the beginning of a renewed community pride through the development of comprehensive sidewalks in lieu of simple sidewalks. In 2018, the Immokalee CRA completed construction of sidewalk improvements totaling $742,000 on the South Side of Immokalee. The CRA was awarded a total $600,000 of Community Development Block Grant (CDBG) funds to complete the Immokalee Sidewalk Improvement Project. Fund were awarded from two funding cycles FY2016/2017 $475,000 and FY2017/2018 $125,000. The remainder of the project funds were paid from the Immokalee CRA and Immokalee MSTU funds. The Immokalee CRA completed the construction of sidewalks and stormwater improvements along South 9th Street, West Eustis Avenue, and a portion on South 5th Street on May 2018. 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 16.B.1.c Packet Pg. 488 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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. 7. Have you received funding in the past? If so, please complete the Prior Awards table in the Tables tab. ADDITIONAL PROJECT SPECIFIC INFORMATION 8. Additional Project Specific Information Narrative (include sources of estimates) Refer to the Applicant Guide in the Library tab for specific instructions. For the Immokalee Sidewalk Improvement Project the Immokalee CRA used its own funds in order to expedite the design of the project. CRA staff used the County Purchasing department guidelines to procure the services for Professional Engineering Services. See attached construction cost estimates (Exhibit 20) for work known as Immokalee Sidewalk Improvements 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 (Exhibit 21). 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. PROJECT IMPLEMENTATION PLAN AND READINESS TO IMPLEMENT ✔✔✔✔Yes AND the Prior Awards table is complete gfedc No 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 16.B.1.c Packet Pg. 489 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 11. Project Implementation Plan and Readiness to Implement Refer to Applicant Guide in the Library tab for specific instructions. The Sidewalk Program pursues the Immokalee CRA and MSTU annual operational work 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). •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 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. FINANCIAL MANAGEMENT 13. Financial Management Refer to the Applicant Guide in the Library 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 then the general public in Immokalee will directly benefit from the sidewalk ✔✔✔✔Project Timeline is complete 16.B.1.c Packet Pg. 490 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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. OUTCOMES AND PERFORMANCE MEASURES 17. Outcomes and Performance Measures Refer to the Applicant Guide in the Library 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 including: •Provide a list of program/project outcomes •Improved aesthetic appeal of common areas in Immokalee. •Increased pedestrian safety via the installation of sidewalks, removing pedestrians from the roadways. •Explain how the program/project demonstrates “value-added” or “community value” to Collier County A portion of the tax revenue that is generated within Immokalee is channeled into the CRA and MSTU funds, which are reinvested into the community via economic, infrastructure and ascetic improvement endeavors. unfortunately, there exists a severe gap between the taxable values and real-world market values of the properties throughout the community. This gap has created a financial hindrance on overall community improvements. The commercial common area improvements proposed within this application will support an increased assessment value of the properties within the community, generating an increased tax base that will ultimately be reinvested back into the community, creating a chain reaction of positive community growth. BUDGET 18. Please complete the Budget Summary and Itemization table in the Tables tab, then check the box below to confirm. ✔✔✔✔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 ✔✔✔✔Budget Summary and Itemization table is complete 16.B.1.c Packet Pg. 491 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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 in the Library 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: LEVERAGED OR MATCH FUNDS 22. If applicable, please complete the Leveraged or Match Funds table in the Tables tab, then confirm below. HUD CENSUS TRACT IDENTIFICATION 23. If you are applying as an LMA project, please identify the target census tract for your project, quantify the number of Low-Mod residents in the tract. If not applicable please enter N/A. To identify the tract please use the HUD Census Tract system. You will find a link to the system in the Library tab above. 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 112.04 Census tract number(s) 19,150 Number of total residents 15,280 Number of Low-Mod residents 79.79 Percentage of Low-Mod residents 34,621.8334,621.83 TOTAL Tables top Prior Awards Fiscal Year Award Amount Clients Served Project Location FY 2018 $ 200,000 Immokalee Design & Constuction South 5th Street and Carver Street FY 2017 $ 125,000 Immokalee South 9th St. South Fifth St. & Eustis Ave FY 2016 $ 475,000 Immokalee South 9th St. South 5th St. & Eustis Ave FY 2013 $ 994,000 Immokalee First St. & Main Street. FY 2013 $ 517,300 Immokalee Colorado Avenue Area FY 2013 $ 2,011,955 Immokalee Immokalee Drive area FY 2010-11 $ 3,500,000 Immokalee Immokalee Downtown District FY $ FY $ FY $ FY $ Total $ 7,823,255 0 16.B.1.c Packet Pg. 492 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) Project Timeline Tasks # of Days to Complete Date Completed/Anticipated Date (Month & Year) Responsible Party Conditional Approval Letter 0 Days October 1, 2019 Grant Award to CRA 0 Days October 1, 2019 Budget Amendment approved by BCC 30 Days October 31, 2019 Revised Budget Amendment approved by BCC 30 Days November 30, 2019 Advertise for Bidding Construction 30 Days December 30, 2019 Bid Approval to BCC for Approval 14 Days January 14, 2019 Permitting by GC 30 Days February 13, 2020 Issue NTP for Construction 10 Days February 22, 2020 Construction Substantial Completion 120 Days June 21,2020 Construction Completed 30 Days July 21, 2020 Grant Audit 30 Days July 11 , 2020 Grant Closeout 10 Days July 21, 2020 Days Days Days Days Days Days Days Days Days Days Days Days Total 334 Days Budget Summary and Itemization Project Components - Detail/Itemization by Line Item CDBG Funding Other Funds Leverage/Match Total Narrative Deliverable Design of Sidewalks $ $ 100,000 $ $ 100% construction design & specifications for bidding Construction of Immokalee Sidewalks $ 600,000 $ 100,000 $ $ Final County Certificate of Compliance of newly constructed sidewalks within county right of way. $ $ 60,000 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ CEI Services of Immokalee Sidewalks 16.B.1.c Packet Pg. 493 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Total $ 600,000 $ 260,000 $ 0 $0 Leveraged or Match Funds Source of Match/Leveraged Funds Conditions/Limitations of Match/Leverage Funds Amount $ $ $ $ $ $ $ $ $ $ Total $ 0 Prior Awards Prior Awards by FY Fiscal Year Amount of Award Clients Served Project Location FY 18 200,000 Immokalee South 9th , Carver Street FY 17 125000 Immokalee South 9th st, 5th St.,Eus FY 16 475,000 Immokalee S. 9th St. ,5th St. Eusti FY 15 0 FY 14 0 Total Documents top 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 16.B.1.c Packet Pg. 494 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) Application ID: 134597 Become a fan of ZoomGrants™ on Facebook Problems? Contact us at Questions@ZoomGrants.com ©2002-2019 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. 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 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 Certficate 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 Area Maps and Photos IF APPLICABLE: Floor plans IF APPLICABLE: Relocation plan associated with Uniform Relocation regulations Grant Application Financial Analysis Template download template ✔✔✔✔Exhibit 22 FY 19-20 Application Financial Analysis Financial Review Spreadsheet download template Exhibit 17 Financial Review Miscellaneous Documents (if necessary). Please upload any additional information you feel may be relevant to your application, but is not covered elsewhere in the application packet. Exhibit 19 Immokalee CRA Work Plan Exhibit 20 Project Estimate Exhibit 21 Immokalee Sidewalk Phase II Proposal 16.B.1.c Packet Pg. 495 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) N/A Exhibit 1. 501(c)(3) IRS Tax Exemption Letter 16.B.1.c Packet Pg. 496 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) Resolution No. 2000-83 Exhibit 2 Articles of Incorporation 16.B.1.c Packet Pg. 497 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 16.B.1.c Packet Pg. 498 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) Exhibit 3 CRA Bylaws16.B.1.cPacket Pg. 499Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 16.B.1.cPacket Pg. 500Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 16.B.1.cPacket Pg. 501Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 16.B.1.cPacket Pg. 502Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 16.B.1.cPacket Pg. 503Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 16.B.1.cPacket Pg. 504Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 16.B.1.cPacket Pg. 505Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 16.B.1.cPacket Pg. 506Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 16.B.1.cPacket Pg. 507Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 16.B.1.cPacket Pg. 508Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) Immokalee Community Redevelopment Agency Organizational Chart Board of County Commissioners (Community Redevelopment Agency) County Manager CRA Director CRA Project Manager CRA Admin. Assistant CRA Operations Manager CRA Budget Analyst Executive Director of Corporate Business Operations 16.B.1.c Packet Pg. 509 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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 16.B.1.c Packet Pg. 510 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 16.B.1.c Packet Pg. 511 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) Exhibit 6 Staff Resumes & Job Description16.B.1.cPacket Pg. 512Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 16.B.1.cPacket Pg. 513Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 16.B.1.cPacket Pg. 514Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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... 16.B.1.c Packet Pg. 515 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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... 16.B.1.c Packet Pg. 516 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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... 16.B.1.c Packet Pg. 517 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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 16.B.1.c Packet Pg. 518 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 16.B.1.cPacket Pg. 519Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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... 16.B.1.c Packet Pg. 520 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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... 16.B.1.c Packet Pg. 521 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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... 16.B.1.c Packet Pg. 522 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) David S. Berra , Project Manager-CRA Core Competencies; Proven experience in Project Management with a license in Landscape Architecture for 35 years throughout the United States and internationally. Degreed in Landscape Architecture from the University of Kentucky with previous licensure in North Carolina, Florida, Texas, and South Carolina. Proven experience in engineering, construction, planning, construction document production, estimating and design. Experience with most related computer programs including project management software. Employment History: Project Manager - / Collier County Community Redevelopment Agency (CRA) January 7, 2019 to Present 750 South 5th street, Immokalee, Fl. 34142 The goals of this project management position are to manage the construction of grant financed construction and redevelopment projects to better the Immokalee CRA area. Currently I am working on public projects designed to better the safety, welfare, and quality of life for residence and visitors of Immokalee, Florida. Projects include Housing site redevelopments, transit- oriented streetscape projects, lighting and the maintenance of these facilities. Landscape Architect / Project Manager; Collier County Parks, Florida September 5, 2017 to January 7, 2019 1500 Livingston Rd, Naples, FL Most of this position required the project management of construction relating to new development of parks facilities and recreational projects. This included interviewing consultants and negotiating contracted proposals for work. I reviewed planning and development plans for adherence with zoning codes related to the Land Development Code- impact fee ordinance. The current work included new structures and buildings, planting plans, sporting venues, preserves and planting projects, as well as new beach and water recreation facilities. Park work also included playgrounds, boardwalks and artificial turf field conversion. Landscape Architect / Arborist; City of Atlanta July 16, 2015 to September 2017. 55 Trinity Street, Atlanta, GA. 30303 Most of my work was reviewing planning and development plans in the Department of Planning and Community Development for adherence with codes related to the Tree Protection and landscape ordinance. The goals of Atlanta were to preserve as much of its historical tree canopy as possible both on Public and Private property. This program also interacted with other departments to preserve and plant park land with canopy trees as part of the process. I assisted with the integration of sustainability measures through the Complete Streets Program 16.B.1.c Packet Pg. 523 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) by constructing several projects that remove street runoff from the combined sewer system and integrated that runoff into park projects and below street storage. Project Manager: Parks and Recreation City of Raleigh Suite 601, 222 Hargett Street, Raleigh NC 27601 April 19, 2008 to February 2015 I was a Park Department landscape architect, planner, administrator and project manager at the City of Raleigh for 9 years, in North Carolina. I performed design for parks, community gardens, preserves, greenhouses, historical cemetery repairs, sports field upgrades, playgrounds, greenways, and capital improvement projects. I worked with the Urban Sustainability Division on design assistance in complete streets and community gardens. We also designed and constructed projects based on an 86 million dollar bond referendum that was passed in 2007. I often made presentation to various committees and the public on policy and procedure for long range planning projects. I have contracted and managed the United States Federal process for a 600 acre park on Army Corps land which required a federal NEPA process. I supervise design consultants, and coordinate with other state local and federal agencies. I coordinate the Capital Improvement Project construction and repairs throughout the park system managing budget and replacement projects. We have two small construction crews and a horticulture department which I work with in a Design-Build role providing support for contracting maintenance and operations. I am registered as a North Carolina Licensed Landscape Architect No. 0703. Landscape Architect / Project manager: for the Florida State Park Service (DEP) 3540 Thomasville Road, Tallahassee, FL 32309 March 1, 2007 until April 2008 I managed the design and construction of over 22 million dollars’ worth of state park projects. These projects included the development of several new state parks and interpretive centers and preserves. I helped manage improvements to the MacClay Gardens Botanical garden which included a vegetable and fruit garden where our offices resided. This included managing contracts with consulting firms and construction for all aspects of building and site development. Part of this work was the development of the Suwannee River Wilderness Trail which is a series of state parks and river camps focusing on the rivers history and environmental sensitivity. This required a partnership with the Water Management Districts and other Florida organizations. Owner: Berra and Associates, Inc. 353 Flamingo Circle, Fort Myers Florida 33905 June 1, 2006-March 1, 2007 I ran a small landscape design & planning firm in southern Florida concentrating on park design, commercial centers, and high-end residential landscaping of properties. I developed a greater understanding of business skills and software used to maintain a business and 16.B.1.c Packet Pg. 524 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) client base. I concentrated on the tourism industry mostly providing urban planning, planting design, irrigation, regional planning and resort development. I worked primarily through local engineering and planning firms as well as support park enhancement projects. Park Planning Manager: Lee County Florida Parks and Recreation 3410 Palm Beach Blvd, Ft Myers, Florida 33916 ph. (239) 533-7275 May 2000- June 2006 Providing park planning, I coordinated the work with engineers, architects in the development of park plans. I developed a redevelopment plan at Lakes Park as part of the park revitalization program. I worked closely with our Conservation 2020 program which is based upon a voter referendum to buy up and preserve sensitive lands. This involved the authoring of management plans, mapping and biological resource protection. I worked on the design of many parks, the funding was often grant related, or based on impact fees collection. I managed public meetings and design charettes. I initiated a new greenways program and was instrumental in getting approved through the many committees, and public elected boards. I am very proud that several miles of the greenway system has now been built. I sat on the BPAC (Bicycle Pedestrian Advisory Committee) for two years. I won several grants- one of which was from the National Park Service to produce the Greenway Master Plan for Lee County. I managed a staff of five professionals. I worked with several other local agencies to coordinate roadway improvements including the development and approval of the contentious new bridge to Sanibel and Captiva islands from the mainland. I worked with our operations staff to maintain and replant beach parks along the Gulf of Mexico. Landscape Architect; Duke Energy, Charlotte North Carolina 410 South Tryon Street, Charlotte NC, 28201 (704) 382-2741 August 1985 - June 1998 The emphasis here was on environmental permitting, the development of new buildings and electrical facilities such as operations centers and substations. I used GIS, 3-D modeling, and photo simulation to portray projects prior to construction and landscape projects often for boards and federal regulators such as the BLM. I assisted with the development of the Carolinas’ Devils Fork State Park and performed reach out projects such as greenway development along private right of ways. We worked on wetland mitigation, and mitigation of our electrical facilities through landscaping, grading, and use of complex design. I was also lucky enough to work on the creation of the Carolina Panther Stadium in Charlotte. Many of Duke’s projects were very controversial and I assisted with the public meetings and researched the routes for large power lines and gas lines. Principle Community Planner: Greenville County Planning Commission 301-University Ridge Greenville, SC 29203 16.B.1.c Packet Pg. 525 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) October 1985-October 1987 Responsibilities in this position revolved around Community Planning and the support of the county beautification projects and urban developments. I helped in the research of demographics, recreational opportunities, greenways and urban design. I assisted with HUD housing projects and the areas Redevelopment Authority. I supervised the drafting department and assisted with the development of ordinances and landscape regulations. Licensed Landscape Architect No. 440 (expired) Landscape Architect Johnson Johnson and Roy- Smith Group 110 Miller St. , Ann Arbor, Mi 48104 ph (734)-662-4457 October 1983-October 1985 JJR is an internationally known firm which concentrates on large unique projects. I was lucky enough to work on Saudi Arabian projects, the Detroit People Mover, which required compliance with Federal regulations, four college master plans, and two zoos. I also worked on such award winning projects as Franconia Notch Parkway in New Hampshire, The Detroit People Mover, the Dexter Greenway Bicycle study, and the planting plans for the Saudi Arabian Monetary Association. Software Used: ESRI Arcmap, AutoCAD 2018, Photoshop, MS Office Suite, DCA-Roadworks, Sketch- Up and video editing software. MS Project. 16.B.1.c Packet Pg. 526 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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... 16.B.1.c Packet Pg. 527 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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... 16.B.1.c Packet Pg. 528 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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... 16.B.1.c Packet Pg. 529 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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... 16.B.1.c Packet Pg. 530 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) DONNA J. LUMBERT 9507 Blue Stone Circle, Fort Myers, FL 33913  c: (239) 410-2701  dlumb0920@gmail.com PROFESSIONAL PROFILE Detail-oriented and efficient professional with at least 12+ years of accounting experience. Possess strong analytical and problem solving skills. Excellent written and verbal communication skills. Excellent interpersonal skills in a professional environment and advanced computer skills. Resourceful in the completion of projects, and effective in multi-tasking. SKILLS SUMMARY Monthly Journal Entries General Ledger Analysis Fixed Assets Accruals Payroll Financial Analysis Account/Bank Reconciliations Accounts Payable Accounts Receivable EDUCATION St. Petersburg College, St. Petersburg, Florida Bachelor of Science in Business Administration-Finance 2014 Florida Atlantic University, Boca Raton, Florida Bachelor of Science Accounting 2017 - Present CAREER HISTORY Collier County CRA, Immokalee, FL 2018-Present Management and Budget Analyst  Compares/tracks all actual to budget expenses for Immokalee and Bayshore CRA's  Process p-card transactions  Process all procurement transactions in SAP  Create's monthly budget report for Advisory Meetings  Provides administration duties  Prepares budget amendments  Manages and maintains Division's IT systems  Quick Quotes when applicable 21st Century Oncology, Fort Myers, FL 2017-2018 Financial Analyst  Combine and Calculate Physician bonuses  Accrue Physician bonuses  Maintain reconciliation of bonuses on spreadsheet to general ledger  Prepare and process month-end journal entries  Assist in monthly bank reconciliations Louisiana Workers Compensation Corporation, Baton Rouge, LA 2014-2017 Staff Accountant  Maintain fixed-asset system and depreciation schedule  Create rent invoices – record payment and related journal entries  Process incoming and outgoing invoices with appropriate authorization and account classification  Create ACH files and send to bank daily  Process monthly employee expense reports  Track sales/use taxes – process monthly payments to State and Parish  Track and maintain check registers and spreadsheets 16.B.1.c Packet Pg. 531 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) Prepare and process monthly journal entries for month-end (fixed assets, prepaids, cost center allocations, accruals) Perform account reconciliations on a monthly/quarterly basis Heinz/Bagel Bites, Fort Myers, FL 2011 - 2013 Accounting Coordinator Payroll – Accurate bi-weekly payroll for 220+ employees, distribute and monitor all physical pays, monitor and manage vacation and sick time, complete bi-weekly and monthly payroll reconciliations, create and post monthly payroll journal entries. Accounts Payable – handle vendor Supplier Enablement Forms, administer the plant’s invoice payment and check request processes, resolve issues related to accounts payable Factory Service Duties – monitor and reconcile petty cash, provide accounting support in account analysis, create and post monthly journal entries, and manage and maintain inventory MRO cycle counts. Eye Centers of Florida, Fort Myers, FL 2008-2011 Staff Accountant/IT Helpdesk Coordinator Assist the I.T. in creating/tracking trouble tickets Maintain Inventory and order Computer Software/Equipment Assist as a front-end I.T. Technician (unlock email accounts, reset computers, etc.) Researched and processed outstanding patient balances Processed Unclaimed Wages Assisted in the month-end closing by posting journal entries Special projects assigned by CFO TECHNICAL SKILLS Microsoft Word Microsoft Excel Microsoft Point Concur FAS Solomon FRx Kronos ADP BPCS MAS/SAGE 500 Pro StoneRiver Sage Fixed Assets Power-to-Pay Blackline XiBuy SAP REFERENCES Available upon request. 16.B.1.c Packet Pg. 532 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) Management and Budget Analyst Bargaining Unit: General/Non-Union Class Code: 91003 COLLIER COUNTY Revision Date: Oct 1, 2018 SALARY RANGE $25.06 - $39.49 Hourly $2,004.77 - $3,159.31 Biweekly $52,124.00 - $82,142.00 Annually PURPOSE OF CLASSIFICATION: The purpose of this classification is to provide professional and technical support to the financial, budgeting and administration functions of assigned programs or operations. Positions in this class may specialize in budget preparation, analysis and reporting work for Countywide budgeting functions; or may support a wide range of administrative functions for an assigned division. ESSENTIAL FUNCTIONS: Positions assigned to County-wide budgeting functions: Prepares, and/or collects comprehensive information for use in the creation of the County Budget. Performs research, data collection, analysis, and synthesis of information used to develop the County budgets, including the use of historical information, capital improvement projects, pending programs, and forecasts of future expenditures and revenues. Prepares information through research and calculations, such as salary and benefit spreadsheets. Analyzes and recommends divisional funding levels. Provides training, guidance and consultation regarding budget requests and negotiates budget submissions with division and department heads. Participates in presenting budget recommendations to the County Manager and to the Board of County Commissioners; conducts additional research and/or explanations upon request; and incorporates recommendations and/or directives. Participates in public hearings related to the adoption of the budget. Participates in the administration, amendment, and execution of the adopted budget. Prepares annual budget book in accordance with applicable standards and regulations; reconciles the accounting system to the approved budget. Monitors expenditures and revenues; monitors performance measures and reviews, approves and control budget amendments to insure compliance with appropriation limits, financial policies, program goals and objectives. Approves the creation of new budgetary accounts. Performs operational research, productivity analyses and management studies: Develops recommendations for changes in County policies and procedures. Performs research on budget operations and transactions; and prepares and maintains a variety of financial and statistical reports related to the budget and the financial status and condition of the County, including quarterly financial reports, executive summaries, budget Page 1 of 3Collier County -Class Specification Bulletin 2/1/2019https://agency.governmentjobs.com/collier/default.cfm?action=specbulletin&ClassSpecID=... 16.B.1.c Packet Pg. 533 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) summaries, salary and related benefits spreadsheets, etc. Serves as advisor to managers and department heads regarding budget issues. Prepares reports, executive summaries, resolutions and presentations for the County Commissioners and Manager. Responds to questions, complaints and requests for information pertaining to the budget. Represents the division before elected officials, professional and community leaders, the media and the general public. Positions performing varied administrative functions for an assigned division: Conducts operational research and management studies; analyzes Division operations, programs and services; and makes recommendations to improve operations, provide more responsive service, optimize the use of resources etc. Develops recommendations for changes in divisional policies and procedures. Periodically conducts inventory and arranges for the replenishment of needed materials and supplies. Performs financial reviews and analyses for the division; compiles and evaluates operational data and cost histories and makes recommendations to improve cost and operational effectiveness. Reviews internal and external billing activities and financial statements; conducts monthly financial close out procedures; monitors budget and financial status; and prepares reports of analyses and recommendations. Prepares budget amendments as necessary. Performs purchasing functions for the division; prepare specifications for bids and requests for proposals; works with County attorney and central purchasing staff in the negotiation of contracts; ensures goods and services comply with contract specifications; and works with vendors to resolve issues pertaining to contracted goods and services. Manages and maintains the Division's automated information systems. Installs system hardware, software and related components. Maintains, troubleshoots and repairs hardware, software, network and peripheral equipment (i.e. printers). Provides technical guidance and troubleshoots database problems. Serves as liaison to Information Technology (IT) division; and works with IT staff to address the division's information system needs. Researches system capabilities, new products, equipment and software, and makes recommendations regarding new purchases, upgrades and/or system modifications. Provides training, technical assistance, and problem solving to system users. Operates a personal computer, telephones, copiers and other general office equipment as necessary to complete essential functions, to include the use of word processing, spreadsheet, database, or other system software. ADDITIONAL FUNCTIONS Performs other related duties as required. In the event of a declared state of emergency, employees in this classification may be called to work during days or hours other than those for which they are regularly scheduled. 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 and to provide guidance, assistance, and/or interpretation to others regarding the application of procedures and standards to specific situations. Equipment, Machinery, Tools, and Materials Utilization: Requires the ability to operate, maneuver and/or control the actions of equipment, machinery, tools, and/or materials used in performing essential functions. Verbal Aptitude: Requires the ability to utilize a wide variety of reference, descriptive, advisory and/or design data and information. Mathematical Aptitude: Requires the ability to perform addition, subtraction, multiplication and division; 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 Page 2 of 3Collier County -Class Specification Bulletin 2/1/2019https://agency.governmentjobs.com/collier/default.cfm?action=specbulletin&ClassSpecID=... 16.B.1.c Packet Pg. 534 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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 work station. Sensory Requirements: Some tasks require the ability to perceive and discriminate colors or shades of colors, sounds, depth, texture, and visual cues or signals. Some tasks require the ability to communicate orally. Environmental Factors: Essential functions are regularly performed without exposure to adverse environmental conditions. MINIMUM QUALIFICATIONS: Bachelor's degree in finance, accounting, business administration, or a closely related field; supplemented by one year of performing professional financial and administrative work; or any equivalent combination of education, training, and experience which provides the requisite knowledge, skills, and abilities for this job. Fingerprinting required. The hiring or reclassification of employees into this classification is subject to the review by the Division Director – OMB. SUPPLEMENTAL INFORMATION: BCC119 Exempt Page 3 of 3Collier County -Class Specification Bulletin 2/1/2019https://agency.governmentjobs.com/collier/default.cfm?action=specbulletin&ClassSpecID=... 16.B.1.c Packet Pg. 535 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) Exhibit 7 State of Florida Certificate of Good Standing N/A 16.B.1.c Packet Pg. 536 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) Exhibit 8 Board Resolution Authorizing Submittal of Grant Application N/A 16.B.1.c Packet Pg. 537 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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 16.B.1.c Packet Pg. 538 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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 04, 2019 Ms. Kristi Sonntag, Director Collier County Community and Human Services 3339 E. Tamiami Trail, Suite 211 Naples, FL 34112 RE: Request for Funding under the FY2019-2020 Grant Application Cycle Dear Ms. Sonntag and members of the Ranking and Review Committee: I have read the Collier County Community and Human Services (CHS) application for FY2019-2020 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 16.B.1.c Packet Pg. 539 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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 16.B.1.c Packet Pg. 540 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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. 16.B.1.c Packet Pg. 541 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : 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. 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 16.B.1.c Packet Pg. 542 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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 16.B.1.c Packet Pg. 543 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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 16.B.1.c Packet Pg. 544 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : 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 § 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. 16.B.1.c Packet Pg. 545 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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: 16.B.1.c Packet Pg. 546 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : 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 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 16.B.1.c Packet Pg. 547 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 16.B.1.cPacket Pg. 548Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) Collier County Board of County CommissionersLeo Ochs Jr. County Manager16.B.1.cPacket Pg. 549Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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. 16.B.1.c Packet Pg. 550 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : 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 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. 16.B.1.c Packet Pg. 551 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : 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 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) Collier County Board of County Commissioner Leo Ochs Jr., County Manager 16.B.1.c Packet Pg. 552 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : 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 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 16.B.1.c Packet Pg. 553 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : 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 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 16.B.1.c Packet Pg. 554 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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. 16.B.1.c Packet Pg. 555 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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. 16.B.1.c Packet Pg. 556 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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 16.B.1.c Packet Pg. 557 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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 16.B.1.c Packet Pg. 558 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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. 16.B.1.c Packet Pg. 559 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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. 16.B.1.c Packet Pg. 560 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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 16.B.1.c Packet Pg. 561 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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 16.B.1.c Packet Pg. 562 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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 16.B.1.c Packet Pg. 563 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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. 16.B.1.c Packet Pg. 564 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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 16.B.1.c Packet Pg. 565 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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 16.B.1.c Packet Pg. 566 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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. 16.B.1.c Packet Pg. 567 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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. 16.B.1.c Packet Pg. 568 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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.B.1.c Packet Pg. 569 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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. 16.B.1.c Packet Pg. 570 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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) 16.B.1.c Packet Pg. 571 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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 16.B.1.c Packet Pg. 572 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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 16.B.1.c Packet Pg. 573 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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. 16.B.1.c Packet Pg. 574 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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 16.B.1.c Packet Pg. 575 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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. 16.B.1.c Packet Pg. 576 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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. 16.B.1.c Packet Pg. 577 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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. 16.B.1.c Packet Pg. 578 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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 16.B.1.c Packet Pg. 579 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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. 16.B.1.c Packet Pg. 580 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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. 16.B.1.c Packet Pg. 581 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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 16.B.1.c Packet Pg. 582 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) Exhibit 16 Internal Revenue Service Form 990 N/A – Collier County Government 16.B.1.c Packet Pg. 583 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) Collier County, Florida Fiscal Year 2018/2019 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 Exhibit 17: Financial Review 2018-2019 16.B.1.c Packet Pg. 584 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) Operating Budget FY 18 FY 19 FY 19 FY 19 Division/Agency Adopted Current Expanded Total % Change Board of County Commissioners Operations 1,227,900 1,287,400 0 1,287,400 4.85% Other General Administration (001)7,698,000 9,687,300 0 9,687,300 25.84% Other General Administration (111)3,375,800 3,539,800 0 3,539,800 4.86% County Attorney 2,956,100 3,008,500 0 3,008,500 1.77% Total Board of County Commissioners 15,257,800 17,523,000 0 17,523,000 14.85% County Manager's Agency: Operations (Gen Fd & MSTD Gen Fd): Management Offices Operations 5,258,900 5,246,000 0 5,246,000 (0.25%) Administrative Services General Fund Operations 43,451,200 44,445,400 152,800 44,598,200 2.64% Growth Management 43,629,600 43,933,200 362,300 44,295,500 1.53% Public Services Operations 56,224,800 56,237,800 516,000 56,753,800 0.94% Public Utilities 15,362,100 16,339,900 118,100 16,458,000 7.13% Operations sub-total 163,926,600 166,202,300 1,149,200 167,351,500 2.09% Revenue Centric Operations: Management Offices (TDC, Pelican Bay, CRA)44,820,500 44,315,000 2,258,600 46,573,600 3.91% Administrative Services (Internal Services - IT, Fleet, Risk Mgt 123,682,500 147,806,100 1,483,800 149,289,900 20.70% Administrative Services (Fire Districts, Trust Funds) 3,156,800 2,690,200 0 2,690,200 (14.78%) Growth Mgt (ComDv, PlanSrv, UtiReg, TDC-Bch, Airport)69,018,300 63,494,000 138,700 63,632,700 (7.80%) Growth Mgt Improvement Districts (MSTU/BU; Pollution Ctr)7,361,900 6,638,000 0 6,638,000 (9.83%) Public Services (TDC-Mus/Pks, Conserv. Collier, Trust Fds)46,322,300 47,182,200 286,300 47,468,500 2.47% Public Utilities 232,459,000 237,564,100 578,700 238,142,800 2.45% Revenue Centric Operations sub-total 526,821,300 549,689,600 4,746,100 554,435,700 5.24% Total County Manager Operations 690,747,900 715,891,900 5,895,300 721,787,200 4.49% Courts & Related Agencies 5,665,100 5,412,100 141,900 5,554,000 (1.96%) Constitutional Officers: Property Appraiser 7,462,500 7,797,100 0 7,797,100 4.48% Supervisor of Elections 3,702,100 3,807,900 85,100 3,893,000 5.16% Clerk of Courts - Fee Support Operations 2,948,400 3,091,400 0 3,091,400 4.85% Clerk of Courts - General Fund Support 6,823,000 6,927,000 440,000 7,367,000 7.97% Sheriff 181,386,600 193,641,900 0 193,641,900 6.76% Tax Collector 21,706,800 23,465,200 146,000 23,611,200 8.77% Paid by Board - Constitutional Officers 4,368,400 4,477,700 0 4,477,700 2.50% Grand Total Operating 940,068,600 982,035,200 6,708,300 988,743,500 5.18% Debt Service FY 18 FY 19 FY 19 FY 19 Total Current Expanded Total % Change General Governmental Debt Service 38,194,500 38,310,500 0 38,310,500 0.30% Public Utilities Debt Service 32,054,100 35,645,600 0 35,645,600 11.20% Grand Total Debt Service 70,248,600 73,956,100 0 73,956,100 5.28% Capital Budget FY 18 FY 19 FY 19 FY 19 Total Current Expanded Total % Change County Manager's Agency: Management Offices 7,471,400 7,715,100 0 7,715,100 3.26% Administrative Services Capital Projects 6,168,400 1,372,000 0 1,372,000 (77.76%) Public Services Capital Projects 26,711,800 33,582,800 0 33,582,800 25.72% Growth Management Capital 127,895,500 148,388,600 0 148,388,600 16.02% Public Utilities Capital Projects 157,005,200 111,856,300 0 111,856,300 (28.76%) Total County Manager Capital Projects 325,252,300 302,914,800 0 302,914,800 (6.87%) Courts & Related Agencies Capital Projects 5,428,500 5,754,200 0 5,754,200 6.00% Constitutional Officers: Supervisor of Elections Capital Projects 345,000 350,000 0 350,000 1.45% Sheriff Capital Projects 9,870,900 6,969,200 0 6,969,200 (29.40%) Total Constitutional Officers Capital Projects 10,215,900 7,319,200 0 7,319,200 (28.35%) Grand Total Capital Budgets 340,896,700 315,988,200 0 315,988,200 (7.31%) General Funds (001 & 111) Transfers & Reserves 354,348,500 372,944,100 0 372,944,100 5.25% Total Gross County Budget 1,705,562,400 1,744,923,600 6,708,300 1,751,631,900 2.70% Less: Interfund Transfers 536,591,200 555,680,100 4,123,500 559,803,600 4.33% Total Net County Budget 1,168,971,200 1,189,243,500 2,584,800 1,191,828,300 1.96% Fiscal Year 2019 General Overview Collier County Government Fiscal Year 2019 Adopted Budget Collier County FY 2019 Budget Summary 9/26/2018 12:28 PM 16.B.1.c Packet Pg. 585 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) FY 18 FY 19 FY 19 FY 19 Revenues Adopted Current Expanded Total % Change Property Taxes 349,866,900 369,366,300 0 369,366,300 5.57% Gas & Sales Tax 59,500,000 63,175,000 0 63,175,000 6.18% Permits, Fines & Assessments 64,081,600 69,826,900 0 69,826,900 8.97% Intergovernmental 15,397,000 16,776,300 0 16,776,300 8.96% Service Charges 240,386,700 259,422,900 171,000 259,593,900 7.99% Interest/Misc 7,068,100 25,093,400 0 25,093,400 255.02% Impact Fees 43,560,000 40,535,000 0 40,535,000 (6.94%) Loan Proceeds 0 0 0 0 N/A Carry Forward 427,635,100 385,951,500 2,413,800 388,365,300 (9.18%) Internals 86,165,300 107,282,600 0 107,282,600 24.51% Transfers 450,425,900 448,397,500 4,123,500 452,521,000 0.47% Less 5% Required by Law (38,524,200)(40,903,800)0 (40,903,800)6.18% Total Gross County Budget - Revenues 1,705,562,400 1,744,923,600 6,708,300 1,751,631,900 2.70% Less Interfund Transfers 536,591,200 555,680,100 4,123,500 559,803,600 4.33% Total Net County Budget 1,168,971,200 1,189,243,500 2,584,800 1,191,828,300 1.96% FY 09 FY 18 FY 18 FY 19 FY 19 FY 19 (prior to reorg)(Funded)(Funded)(Funded)(Funded)(Funded) Division Authorized Adopted Forecast Current Expanded Total % Change BCC 11.00 10.00 10.00 10.00 - 10.00 0.00% County Attorney 34.00 18.00 18.00 18.00 - 18.00 0.00% Total BCC 45.00 28.00 28.00 28.00 - 28.00 0.00% Management Offices 300.60 73.50 73.50 76.50 7.00 83.50 13.61% Administrative Services 193.25 356.00 357.00 357.00 2.75 359.75 1.05% Public Services 470.40 406.30 406.30 407.30 7.00 414.30 1.97% Public Utilities 406.50 524.00 538.00 538.00 10.00 548.00 4.58% Growth Management 583.00 517.00 517.20 529.20 7.00 536.20 3.71% Total County Manager Agency 1,953.75 1,876.80 1,892.00 1,908.00 33.75 1,941.75 3.46% Courts & Related Agencies 38.60 33.00 33.00 33.00 1.00 34.00 3.03% Constitutional Officers: Property Appraiser 60.00 60.00 60.00 60.00 - 60.00 0.00% Supervisor of Elections 22.00 22.00 22.00 22.00 1.00 23.00 4.55% Clerk (Non-State Funded)95.23 92.11 92.00 92.00 4.00 96.00 4.22% Sheriff 1,369.25 1,391.00 1,391.00 1,394.00 - 1,394.00 0.22% Tax Collector 158.00 152.00 156.00 156.00 5.00 161.00 5.92% Total Constitutional Officers 1,704.48 1,717.11 1,721.00 1,724.00 10.00 1,734.00 0.98% Total of Permanent FTE 3,741.83 3,654.91 3,674.00 3,693.00 44.75 3,737.75 2.27% 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 1.00 14.00 7.69% Grant Funded Positions-Human Service 2.15 12.30 12.30 11.30 - 11.30 (8.13%) Grant Funded Positions-Sheriff 10.00 14.00 14.00 11.00 - 11.00 (21.43%) Clerk (State Funded)166.77 89.99 90.10 90.00 - 90.00 0.01% Total Grant and State Funded Positions 191.97 134.29 134.40 130.30 1.00 131.30 (2.23%) Grand Total 3,933.80 3,789.20 3,808.40 3,823.30 45.75 3,869.05 2.11% Total excluding Clerk's State Funded Position 3,767.03 3,699.21 3,718.30 3,733.30 45.75 3,779.05 Clerk Position Reconciliation Clerk (County Funded)95.23 92.11 92.00 92.00 4.00 96.00 4.22% Clerk (State Funded)166.77 89.99 90.10 90.00 - 90.00 0.01% Total Clerk Positions 262.00 182.10 182.10 182.00 4.00 186.00 2.14% Sheriff Position Reconciliation Law Enforcement 976.00 990.50 990.50 992.50 - 992.50 0.20% Detention/Corrections 346.25 353.00 353.00 353.00 - 353.00 0.00% Judicial (Bailiffs)42.00 41.50 41.50 41.50 - 41.50 0.00% Sheriff Grants Fund (115)10.00 14.00 14.00 11.00 - 11.00 (21.43%) E-911 Wireless (611)5.00 6.00 6.00 7.00 - 7.00 16.67% Other Funding Sources - - - - - - N/A Total Sheriff Positions 1,379.25 1,405.00 1,405.00 1,405.00 - 1,405.00 0.00% Fiscal Year 2019 General Overview FY 2019 Full Time Equivalent (FTE) Count Summary Collier County Government Fiscal Year 2019 Adopted Budget Collier County FY 2019 Budget Summary 9/26/2018 12:29 PM 16.B.1.c Packet Pg. 586 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) FY 16/17 FY 17/18 FY 17/18 FY 18/19 FY 18/19 FY 18/19 % Actual Adopted Forecast Current Expanded Total Budget Appropriation Unit Exp/Rev Budget Exp/Rev Service Service Budget Change County Commissioners 1,153,487 1,227,900 1,157,000 1,287,400 0 1,287,400 4.8% Other General Administrative 5,162,869 7,698,000 7,291,200 9,687,300 0 9,687,300 25.8% County Attorney 2,494,756 2,772,700 2,704,300 2,815,500 0 2,815,500 1.5% Sub-Total 8,811,112 11,698,600 11,152,500 13,790,200 0 13,790,200 17.9% Management Offices 4,015,398 4,901,400 4,658,400 4,883,500 0 4,883,500 -0.4% Administrative Support Services 8,482,014 7,705,300 7,412,400 7,968,400 152,800 8,121,200 5.4% Public Services 30,765,785 34,809,900 33,656,600 35,118,600 471,800 35,590,400 2.2% Growth Management 103,140 109,800 105,100 107,300 0 107,300 -2.3% Public Utilities 15,130,693 15,362,100 16,282,000 16,339,900 118,100 16,458,000 7.1% Sub-Total County Manager 58,497,030 62,888,500 62,114,500 64,417,700 742,700 65,160,400 3.6% Courts & Rel Agencies 553,481 719,700 695,700 699,900 86,400 786,300 9.3% Trans to 681 1,446,600 1,518,900 1,518,900 2,012,400 0 2,012,400 32.5% Sub-Total Courts 2,000,081 2,238,600 2,214,600 2,712,300 86,400 2,798,700 25.0% Emergency Disaster (003)0 0 50,000 0 0 0 N/A Road & Bridge (101)20,608,300 21,670,400 21,670,400 20,154,300 0 20,154,300 -7.0% Stormwater Utility (103)0 0 0 1,474,300 0 1,474,300 N/A MSTD General (111)133,400 127,400 127,400 127,400 0 127,400 0.0% Ochopee Fire District (146)565,100 565,100 565,100 565,100 0 565,100 0.0% Ave Maria Innovation Zone (182)25,400 68,400 68,400 73,200 0 73,200 7.0% Immokalee Redevelopment (186)444,100 512,700 512,700 574,900 0 574,900 12.1% Bayshore Redevelopment (187)1,054,000 1,274,200 1,274,200 1,439,900 0 1,439,900 13.0% 800 MHz (188)663,900 712,600 712,600 730,400 0 730,400 2.5% Museum (198)0 200,000 0 200,000 0 200,000 0.0% Collier Area Transit (425/426)1,377,700 1,765,000 2,253,000 1,952,900 0 1,952,900 10.6% Transportation Disadvantage (427/429)2,905,678 2,681,400 2,748,700 2,604,700 0 2,604,700 -2.9% EMS (490)15,041,600 17,579,100 17,705,900 18,018,600 0 18,018,600 2.5% EMS Helicopter/Motor Pool (491)2,000,000 1,250,000 1,250,000 0 0 0 -100.0% IT Projects (506)50,000 750,000 750,000 430,600 0 430,600 -42.6% General Gov'tal Motor Pool (523)605,000 239,900 239,900 110,000 0 110,000 -54.1% Legal Aid Society (652)109,000 147,700 147,700 147,700 0 147,700 0.0% Grant Match for Hardening (700)0 0 0 2,000,000 0 2,000,000 N/A Emergency Management Grants (703/704)0 0 0 34,500 0 34,500 N/A Housing & Human Serv Grants (706/708)118,072 0 74,700 0 0 0 N/A Deepwater Settlement (757)1,981,700 0 0 0 0 0 N/A Amateur Sports Complex Ops (759)0 0 0 1,728,600 0 1,728,600 N/A Sub-Total 47,682,950 49,543,900 50,150,700 52,367,100 0 52,367,100 5.7% Reserve for Contingencies (2.5%)0 8,472,600 0 9,019,200 0 9,019,200 6.5% Reserve for Cash Flow 0 32,500,000 0 36,000,000 0 36,000,000 10.8% Reserve for Attrition 0 (522,300) 0 (538,000) 0 (538,000) 3.0% Sub-Total Reserves 0 40,450,300 0 44,481,200 0 44,481,200 10.0% Transfers Debt/Capital Special Obligation Bond (298)3,073,000 2,855,200 2,855,200 2,775,900 0 2,775,900 -2.8% Commercial Paper Loans (299)0 0 243,000 703,500 0 703,500 N/A Hurricane Irma (301/306/474)100,472 0 14,950,000 0 0 0 N/A Co Wide Capital (301)13,174,400 17,312,800 16,826,500 15,335,700 0 15,335,700 -11.4% Parks Capital (306)2,495,700 1,100,000 1,100,000 1,100,000 0 1,100,000 0.0% Transp CIP (310)7,353,609 1,670,400 10,170,400 8,555,800 0 8,555,800 412.2% Gas Tax CIP (313)1,106,391 9,980,000 1,480,000 0 0 0 -100.0% Museum Capital (314)200,000 313,500 313,500 200,000 0 200,000 -36.2% Stormwater Mgmt (325)2,525,000 1,627,000 1,627,000 2,500,000 0 2,500,000 53.7% Amateur Sports Complex (370)0 0 436,800 0 0 0 N/A Airport Capital/Grants (496-499)300,000 1,000,000 1,000,000 445,000 0 445,000 -55.5% TDC Capital Projects Fund (758)0 0 221,800 0 0 0 N/A Sub-Total Debt/Capital 30,328,572 35,858,900 51,224,200 31,615,900 0 31,615,900 -11.8% Transfers/Constitutional Officers Clerk of Courts 6,194,900 6,823,000 6,823,000 7,367,000 0 7,367,000 8.0% Clerk of Courts - BCC Paid 401,220 489,800 422,600 502,100 0 502,100 2.5% Property Appraiser 5,875,003 6,155,500 6,356,800 6,526,600 0 6,526,600 6.0% Property Appraiser -BCC Paid 124,184 175,500 162,100 179,900 0 179,900 2.5% Sheriff 171,039,900 174,720,200 174,720,200 187,203,400 0 187,203,400 7.1% Sheriff - BCC Paid 3,141,893 3,419,400 3,693,400 3,504,900 0 3,504,900 2.5% Supervisor of Elections 3,620,500 3,702,100 3,702,100 3,807,900 0 3,807,900 2.9% Supervisor of Elections - BCC Paid 46,655 65,000 56,900 66,600 0 66,600 2.5% Tax Collector 13,650,707 15,504,700 15,303,400 16,306,600 0 16,306,600 5.2% Tax Collector - BCC Paid 169,361 218,700 199,800 224,200 0 224,200 2.5% Sub-Total/Trans Const.204,264,323 211,273,900 211,440,300 225,689,200 0 225,689,200 6.8% Total Fund Appropriations 351,584,068 413,952,700 388,296,800 435,073,600 829,100 435,902,700 5.3% Collier County Government Fiscal Year 2019 Adopted Budget General Fund (001) Fund Summary-Appropriations H:\Budget Files FY 19\Adopted Final Web Budget Summary\General fund - Final PH.xlsxGeneral Fund exp 9/27/20182:02 PM 16.B.1.c Packet Pg. 587 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) FY 16/17 FY 17/18 FY 17/18 FY 18/19 FY 18/19 FY 18/19 % Actual Adopted Forecast Current Expanded Total Budget Exp/Rev Budget Exp/Rev Service Service Budget Change Current Ad Valorem Taxes 265,025,189 297,986,800 287,303,700 314,773,600 0 314,773,600 5.6% Delinquent Ad Valorem Taxes 43,682 60,000 50,000 50,000 0 50,000 -16.7% Fish And Wildlife Refuge Rev Sharing 186,104 140,000 140,000 140,000 0 140,000 0.0% Federal Payment In Lieu Of Taxes 1,357,453 900,000 1,250,000 1,250,000 0 1,250,000 38.9% State Revenue Sharing 11,091,933 10,000,000 11,000,000 11,000,000 0 11,000,000 10.0% Insurance Agents County Licenses 71,031 75,000 75,000 75,000 0 75,000 0.0% Alcoholic Beverage Licenses 193,188 180,000 180,000 180,000 0 180,000 0.0% Local Government Half Cent Sales Tax 41,798,943 39,000,000 40,000,000 41,000,000 0 41,000,000 5.1% Oil/Gas Severance Tax 77,313 50,000 50,000 50,000 0 50,000 0.0% Enterprise Fund PILOT 6,389,200 6,803,100 6,803,100 8,106,300 0 8,106,300 19.2% Interest Tax Collector 18,139 10,000 20,000 10,000 0 10,000 0.0% Rent Golden Gate Pub Safety Complex 16,794 16,800 16,800 16,800 0 16,800 0.0% Indirect Cost Reimbursement 7,860,800 8,053,100 8,053,100 8,254,500 0 8,254,500 2.5% Miscellaneous Revenue 4,136 41,900 700 0 0 0 -100.0% Sub-Total 334,133,906 363,316,700 354,942,400 384,906,200 0 384,906,200 5.9% Department Revenues 7,486,519 7,854,900 7,486,200 7,942,300 0 7,942,300 1.1% Sub-Total General Revenues 341,620,425 371,171,600 362,428,600 392,848,500 0 392,848,500 5.8% Impact Fee Deferral Program (002)32,100 9,000 9,000 20,200 0 20,200 124.4% MSTD General Fund (111)301,800 396,400 396,400 405,700 0 405,700 2.3% Community Development (113)214,200 180,100 180,100 180,100 0 180,100 0.0% Developer Services (131)9,400 9,000 9,000 9,000 0 9,000 0.0% Ochopee Fire (146) Repayment 147,900 147,900 147,900 0 0 0 -100.0% Tourist Development - Beach (195)166,500 166,500 0 0 0 0 -100.0% Debt Service Fund (220)163 1,000 0 0 0 0 -100.0% Repay H. Irma Loan to FacMgt (301)0 0 0 2,200,000 0 2,200,000 N/A Repay H. Irma Loan to Parks (306)0 0 0 2,500,000 0 2,500,000 N/A Repay H. Irma Loan to SolidW (474)0 0 0 7,000,000 0 7,000,000 N/A Water~Sewer District (408)220,200 196,300 196,300 200,000 0 200,000 1.9% Property & Casualty (516)1,076,600 1,076,600 1,076,600 0 0 0 -100.0% Group Health & Life Ins (517)0 0 0 1,000,000 0 1,000,000 N/A Criminal Justice Trust (651)250,000 0 250,000 0 0 0 N/A Board Interest 1,013,363 750,000 750,000 750,000 0 750,000 0.0% Clerk of Circuit Court 244,707 100,000 100,000 100,000 0 100,000 0.0% Tax Collector 5,658,196 6,000,000 6,000,000 6,000,000 0 6,000,000 0.0% Sheriff 2,560,508 0 0 0 0 0 N/A Property Appraiser 792,070 500,000 500,000 500,000 0 500,000 0.0% Supervisor of Elections 184,904 0 0 0 0 0 N/A Carryforward 54,788,200 51,431,600 57,634,000 40,552,000 829,100 41,381,100 -19.5% Less 5% Required by Law 0 (18,183,300) 0 (19,191,900) 0 (19,191,900) 5.5% Total Other Sources 67,660,811 42,781,100 67,249,300 42,225,100 829,100 43,054,200 0.6% Total Fund Revenues 409,281,236 413,952,700 429,677,900 435,073,600 829,100 435,902,700 5.3% Collier County Government Fiscal Year 2019 Adopted Budget General Fund (001) Fund Summary-Revenues H:\Budget Files FY 19\Adopted Final Web Budget Summary\General fund - Final PH.xlsxGeneral Fund rev 9/27/20182:23 PM 16.B.1.c Packet Pg. 588 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) Collier County, Florida Fiscal Year 2018/2019 Summary of Budget by Fund FY 17/18 FY 18/19 % Fund Adopted Adopted Budget Fund Title No.Budget Budget Change General Fund General Fund (001)413,952,700 435,902,700 5.30% Utility Impact Fee Deferral Program (002)9,000 20,200 124.44% Emergency Relief (003)490,300 287,200 -41.42% Economic Development (007)2,113,000 1,731,800 -18.04% Constitutional Officer Funds: Clerk of Circuit Court (011)9,771,400 10,458,400 7.03% Sheriff (040)174,720,200 187,203,400 7.14% Property Appraiser (060)7,462,500 7,797,100 4.48% Tax Collector (070)21,706,800 23,611,200 8.77% Supervisor of Elections (080)3,702,100 3,893,000 5.16% Supervisor of Elections Grants (081)0 0 N/A Subtotal Constitutional Officers 217,363,000 232,963,100 7.18% Special Revenue Funds Transportation (101)26,024,600 24,348,500 -6.44% Right of Way Permitting (102)0 0 N/A Stormwater Utility (103)0 2,648,900 N/A Affordable Housing (105)134,100 135,200 0.82% Impact Fee Administration (107)1,263,600 1,597,600 26.43% Pelican Bay MSTBU (109)4,933,400 5,544,300 12.38% Unincorporated Areas General Fund MSTU (111)57,371,600 58,974,700 2.79% Landscaping Projects (112)4,171,000 2,932,200 -29.70% Community Development (113)41,518,800 44,936,700 8.23% Water Pollution Control (114)3,484,500 3,484,400 0.00% Sheriff Grants (115)269,000 197,000 -26.77% Affordable Housing (116)105,800 286,600 170.89% Natural Resources (117)4,900 0 -100.00% Parks & Rec - Sea Turtle Monitoring (119)0 296,100 N/A Community Development Block Grants (121)0 0 N/A Services for Seniors (123)654,600 850,400 29.91% Metro Planning-MPO (128)18,200 21,900 20.33% Library E-Rate Program (129)115,400 17,700 -84.66% Golden Gate Community Center (130)1,349,900 1,566,900 16.08% Planning Services (131)20,507,400 11,482,600 -44.01% Pine Ridge Industrial Park Capital (132)78,800 0 -100.00% Victoria Park Drainage MSTU (134)31,300 11,500 -63.26% Naples Production Park Capital (138)715,500 9,800 -98.63% Naples Park Drainage MSTU&BU (139)102,000 114,900 12.65% Naples Production Park MSTU&BU (141)55,600 56,400 1.44% Pine Ridge Industrial Park MSTU&BU (142)1,865,000 1,889,300 1.30% Vanderbilt Beach Beautification MSTU (143)2,733,300 3,491,300 27.73% Isle of Capri Municipal Rescue & Fire Services (144)295,700 10,000 -96.62% Fiddler's Creek Fire Control District (145)188,900 5,000 -97.35% Ochopee Fire Control District MSTU (146)2,261,200 2,292,500 1.38% Collier County Fire Control MSTU (148)74,600 3,000 -95.98% Goodland/Horr's Isle Fire Control District (149)113,400 108,800 -4.06% Collier County Government Fiscal Year 2019 Adopted Budget 16.B.1.c Packet Pg. 589 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) Collier County, Florida Fiscal Year 2018/2019 Summary of Budget by Fund FY 17/18 FY 18/19 % Fund Adopted Adopted Budget Fund Title No.Budget Budget Change Collier County Government Fiscal Year 2019 Adopted Budget Special Revenue Funds (Cont'd) Sabal Palm Road Extension MSTU&BU (151)102,900 100,900 -1.94% Lely Golf Estates Beautification MSTU (152)563,500 651,800 15.67% Golden Gate Beautification MSTU (153)735,800 838,600 13.97% Hawksridge Stormwater System MSTU (154)29,200 41,100 40.75% Radio Road Beautification MSTU (158)939,700 933,600 -0.65% Forest Lakes Roadway & Drainage MSTU (159)488,800 419,100 -14.26% Immokalee Beautification MSTU (162)739,700 1,051,300 42.13% Bayshore Beautification MSTU (163)5,386,900 6,551,300 21.62% Haldeman Creek Dredging MSTU (164)409,200 464,400 13.49% Rock Road MSTU (165)60,000 68,100 13.50% Radio Road East Beautification MSTU (166)7,500 10,100 34.67% Platt Road MSTU (167)5,900 300 -94.92% Teen Court (171)92,900 95,300 2.58% Conservation Collier (172)379,800 347,300 -8.56% Driver Education (173)223,000 236,400 6.01% Conservation Collier Maintenance (174)32,952,800 32,156,500 -2.42% Court IT Fee (178)1,789,100 1,563,800 -12.59% Conservation Collier Projects (179)58,800 60,500 2.89% Domestic Animal Services Donations (180)233,400 201,000 -13.88% Court Maintenance Fund (181)5,428,500 5,754,200 6.00% Ave Maria Innovation Zone (182)115,200 205,800 78.65% TDC Beach Park Facilities (183)7,441,300 7,682,000 3.23% Tourism Marketing (184)15,519,600 12,544,300 -19.17% TDC Engineering (185)835,000 1,022,700 22.48% Immokalee Redevelopment CRA (186)1,113,600 1,302,400 16.95% Bayshore/Gateway Triangle CRA (187)3,318,800 3,913,200 17.91% 800 MHz Fund (188)1,293,900 1,221,900 -5.56% Wireless E-911 (189)0 0 N/A Miscellaneous Florida Statutes (190)67,700 35,000 -48.30% Public Guardianship (192)193,000 193,000 0.00% Tourist Development (Non-County) Museums (193)2,653,900 1,859,900 -29.92% Tourist Development (194)1,852,800 1,961,900 5.89% Tourist Development Beaches Renourishment (195)39,180,600 45,191,100 15.34% Tourist Development Promotion Reserve (196)1,510,800 1,513,700 0.19% Museum (198)2,512,100 2,497,900 -0.57% E-911 Emergency Phone System (199)103,700 90,700 -12.54% Confiscated Property Trust.(602)101,800 102,600 0.79% Crime Prevention (603)825,400 704,700 -14.62% University Extension (604)120,600 90,300 -25.12% GAC Land Trust (605)887,600 907,900 2.29% Parks and Recreation Donations (607)33,000 51,900 57.27% Law Enforcement Trust (608)444,700 330,000 -25.79% Domestic Violence Trust (609)439,000 424,300 -3.35% Animal Control Trust (610)126,500 202,500 60.08% Combined E-911 (611)4,481,000 4,587,200 2.37% Library Trust Fund (612)271,000 274,300 1.22% 16.B.1.c Packet Pg. 590 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) Collier County, Florida Fiscal Year 2018/2019 Summary of Budget by Fund FY 17/18 FY 18/19 % Fund Adopted Adopted Budget Fund Title No.Budget Budget Change Collier County Government Fiscal Year 2019 Adopted Budget Special Revenue Funds (Cont'd) Drug Abuse Trust (616)4,200 4,300 2.38% Juvenile Cyber Safety (618)1,800 2,000 11.11% Freedom Memorial (620)20,600 15,000 -27.18% Law Library (640)82,900 88,000 6.15% Legal Aid Society (652)183,400 193,000 5.23% Office of Utility Regulation (669)1,727,300 1,570,100 -9.10% Court Administration (681)2,783,300 2,823,300 1.44% Specialized Grants (701)0 0 N/A Administrative Services Grants (703)0 34,500 N/A Housing Grants (705)0 0 N/A Housing Grants Match (706)0 76,700 N/A Human Services Grants (707)52,200 217,200 316.09% Human Services Grant Match (708)0 8,400 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 County Manager Grants (713)0 0 N/A County Manager Grant Match (714)0 0 N/A Immokalee CRA Grants (715)0 0 N/A Bayshore CRA Grants (717)0 0 N/A 0 Deepwater Horizon Oil Spill Settlement (757)2,020,300 2,036,800 0.82% Tourist Development Capital Projects (758)6,332,400 4,057,200 -35.93% Amateur Sports Complex (759)0 2,194,900 N/A Collier County Lighting (760)1,000,000 1,030,600 3.06% Pelican Bay Lighting (778)1,726,600 1,944,600 12.63% SHIP Grants (791)0 0 N/A Subtotal Special Revenue Funds 322,447,100 324,067,600 0.50% Debt Service Funds Gas Tax Revenue Refunding Bds, 2003/12 & 2005/14(212)13,953,000 14,211,600 1.85% Caribbean Gardens G.O. Bond (220)1,000 0 -100.00% Naples Pk Drainage Assessment Bds, 1997 (226)12,400 0 -100.00% Pine Ridge/ Naples Production Park, 1993 (232)994,000 995,800 0.18% Euclid and Lakeland (253)91,600 92,500 0.98% Forest Lakes Limited G.O. Bonds, 2007 (259)1,209,900 1,156,000 -4.45% Radio Rd E MSTU G.O. Bonds, 2012 (266)0 0 N/A Conservation Collier Limited G.O. Bds, 2005A (272)500 0 -100.00% Bayshore CRA Letter of Credit, Series 2017 (287)981,000 981,200 0.02% Special Obligation Bonds, 2010/17, 2010B, 2011 & 2013(298)20,951,100 20,169,900 -3.73% Commercial Paper Program (299)0 703,500 N/A Subtotal Debt Service Funds 38,194,500 38,310,500 0.30% 16.B.1.c Packet Pg. 591 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) Collier County, Florida Fiscal Year 2018/2019 Summary of Budget by Fund FY 17/18 FY 18/19 % Fund Adopted Adopted Budget Fund Title No.Budget Budget Change Collier County Government Fiscal Year 2019 Adopted Budget Capital Projects Funds County-Wide Capital Projects (301)18,728,800 11,988,500 -35.99% Boater Improvement Capital Improvement (303)524,600 859,800 63.90% ATV Settlement (305)31,200 3,039,000 9640.38% Parks Capital Improvements (306)2,294,400 5,372,000 134.14% Growth Management Capital (309)0 9,016,000 N/A Growth Management Transportation Capital (310)3,053,000 11,148,000 265.15% Road Construction Operations (312)0 0 N/A Road Construction (313)36,020,000 27,561,400 -23.48% Museum Capital (314)650,500 385,300 -40.77% Clam Bay Restoration (320)180,500 225,800 25.10% Pelican Bay Irrigation/Landscaping (322)731,500 3,205,100 338.15% Stormwater Operations (324)42,000 10,200 -75.71% Stormwater Capital Improvement Projects (325)6,075,300 5,733,000 -5.63% Road Impact District 1, N Naples (331)10,157,700 12,910,000 27.10% Road Impact District 2, E Naples & GG City (333)5,616,500 5,927,800 5.54% Road Impact District 3, City of Naples (334)743,600 342,400 -53.95% Road Impact District 4, S County & Marco (336)8,156,700 17,249,700 111.48% Road Impact District 6, Golden Gate Estates (338)9,791,400 5,812,100 -40.64% Road Impact District 5, Immokalee Area (339)2,069,500 2,950,500 42.57% Road Assessment Receivable (341)482,000 485,300 0.68% Regional Park Impact Fee - Incorporated Areas (345)995,900 1,550,000 55.64% Community & Regional Park Impact Fee (346)11,534,900 12,111,500 5.00% Emergency Medical Services (EMS) Impact Fee (350)2,727,200 919,800 -66.27% Library Impact Fee (355)1,877,400 1,499,700 -20.12% Amateur Sport Complex (370)0 0 N/A Ochopee Fire Impact Fees (372)12,200 24,200 98.36% Isle of Capri Fire Impact Fees (373)66,200 0 -100.00% Correctional Facilities Impact Fees (381)3,293,900 3,254,600 -1.19% Law Enforcement Impact Fees (385)2,477,000 2,257,100 -8.88% General Government Building Impact Fee (390)9,400,000 8,302,300 -11.68% Subtotal Capital Funds 137,733,900 154,141,100 11.91% Enterprise Funds County Water/Sewer District Operating (408)163,906,100 173,878,300 6.08% County Water/Sewer Motor Pool Capial (409)4,107,600 4,703,500 14.51% County Water/Sewer Debt Service (410)32,054,100 35,645,600 11.20% County Water Impact Fees (411)20,275,200 17,239,200 -14.97% County Water Capital Projects (412)24,772,300 16,940,400 -31.62% County Sewer Impact Fees (413)18,360,200 9,994,900 -45.56% County Sewer Capital Projects (414)64,949,300 38,131,000 -41.29% County Water/Sewer Grants (416)0 0 N/A Public Utilities Special Assessments (418)0 342,500 N/A 16.B.1.c Packet Pg. 592 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) Collier County, Florida Fiscal Year 2018/2019 Summary of Budget by Fund FY 17/18 FY 18/19 % Fund Adopted Adopted Budget Fund Title No.Budget Budget Change Collier County Government Fiscal Year 2019 Adopted Budget Enterprise Funds (Cont'd) Collier Area Transit (CAT) Grants (424)0 0 N/A Collier Area Transit (CAT) Grant Match (425)407,800 404,700 -0.76% Collier Area Transit (CAT) Enhancements (426)3,175,400 2,621,400 -17.45% Transportation Disadvantaged (427)3,103,000 3,013,300 -2.89% Transportation Disadvantaged Grant (428)0 0 N/A Transportation Disadvantaged Grant Match (429)76,100 76,100 0.00% Solid Waste Disposal (470)31,742,400 28,535,400 -10.10% Landfill Closure & Debris Mission Reserve (471)3,924,700 3,757,800 -4.25% Solid Waste Motor Pool Capital (472)658,400 871,300 32.34% Mandatory Collection (473)31,909,900 31,013,400 -2.81% Solid Waste Capital Projects (474)10,165,800 12,563,500 23.59% Emergency Medical Services (EMS)(490)32,495,600 34,467,100 6.07% EMS Motor Pool and Capital (491)4,475,200 3,849,300 -13.99% EMS Grant (493)0 0 N/A EMS Grant Match (494)0 0 N/A Airport Authority Operations (495)4,424,900 4,553,600 2.91% Airport Authority Capital (496)2,066,300 1,029,100 -50.20% Immokalee Airport Capital (497)61,900 0 -100.00% Airport Authority Grant (498)0 0 N/A Airport Authority Grant Match (499)0 0 N/A Subtotal Enterprise Funds 457,112,200 423,631,400 -7.32% Internal Service Funds Information Technology (505)8,487,600 9,453,700 11.38% Information Technology Capital (506)2,521,900 1,436,200 -43.05% Property & Casualty (516)14,069,400 25,105,500 78.44% Group Health (517)67,229,200 78,627,200 16.95% Workers Compensation (518)3,575,500 3,940,000 10.19% Fleet Management (521)9,826,800 10,005,300 1.82% Motor Pool Capital Recovery (523)8,717,300 10,255,900 17.65% Subtotal Internal Service Funds 114,427,700 138,823,800 21.32% Permanent & Agency Funds Deposit Fund (670)0 0 N/A Caracara Prairie Preserve (674)1,719,000 1,752,500 1.95% Subtotal Permanent Funds 1,719,000 1,752,500 1.95% Total Budget by Fund 1,705,562,400 1,751,631,900 2.70% Less: Internal Services 86,165,300 107,282,600 24.51% Interfund Transfers 450,425,900 452,521,000 0.47% Net County Budget 1,168,971,200 1,191,828,300 1.96% 16.B.1.c Packet Pg. 593 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) Prior Year Rolled Back Adopted Millage Millage Millage % Change Frm. Fund Title Fund No.Rate Rate Rate Rolled Back General Fund 001 3.5645 3.4622 3.5645 2.95% Water Pollution Control 114 0.0293 0.0284 0.0293 3.17% 3.5938 3.4906 3.5938 2.96% Unincorporated Area General Fund 111 0.8069 0.7860 0.8069 2.66% Golden Gate Community Center 130 0.1862 0.1787 0.1862 4.20% Victoria Park Drainage 134 0.0346 0.0323 0.0323 0.00% Naples Park Drainage 139 0.0061 0.0057 0.0057 0.00% Vanderbilt Beach MSTU 143 0.5000 0.4781 0.5000 4.58% Ochopee Fire Control 146 4.5000 4.7442 4.0000 -15.69% Goodland/Horr's Island Fire MSTU 149 1.2760 1.2541 1.2760 1.75% Sabal Palm Road MSTU 151 0.0000 0.0000 0.0000 #DIV/0! Golden Gate Parkway Beautification 153 0.5000 0.4644 0.5000 7.67% Lely Golf Estates Beautification 152 2.0000 1.8885 2.0000 5.90% Hawksridge Stormwater Pumping MSTU 154 0.0409 0.0398 0.0398 0.00% Radio Road Beautification 158 0.1000 0.0959 0.1000 4.28% Forest Lakes Roadway & Drainage MSTU 159 1.3431 1.2652 1.3793 9.02% Immokalee Beautification MSTU 162 1.0000 0.9726 1.0000 2.82% Bayshore Avalon Beautification 163 2.3604 2.2832 2.3604 3.38% Haldeman Creek Dredging 164 0.7348 0.6859 1.0000 45.79% Rock Road 165 3.0000 2.7546 3.0000 8.91% Forest Lakes Debt Service 259 2.6569 2.5027 2.6207 4.71% Collier County Lighting 760 0.1640 0.1549 0.1549 0.00% Pelican Bay MSTBU 778 0.0857 0.0828 0.0857 3.50% Aggregate Millage Rate 4.1790 4.0636 4.1767 2.78% Collier County, Florida Property Tax Rates FY 2019 Adopted 16.B.1.c Packet Pg. 594 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) Prior Year Current Year Adopted Fund Adjusted Tax Rolled Back Tax % Change Fund Title No.Dollars Tax Dollars Dollars Frm. Rolled Back General Fund 001 293,414,000 305,739,719 314,773,621 2.95% Water Pollution Control 114 2,449,410 2,507,945 2,587,422 3.17% 295,863,410 308,247,664 317,361,043 2.96% Unincorporated Area General Fund 111 41,340,412 43,063,780 44,208,860 2.66% Golden Gate Community Center 130 370,793 374,597 390,318 4.20% Victoria Park Drainage 134 1,308 1,309 1,309 0.00% Naples Park Drainage 139 8,132 8,221 8,221 0.00% Vanderbilt Beach MSTU 143 1,280,091 1,286,288 1,345,208 4.58% Ochopee Fire Control 146 1,433,133 1,426,276 1,202,543 -15.69% Goodland/Horr's Island Fire MSTU 149 104,031 106,419 108,278 1.75% Sabal Palm Road MSTU 151 0 0 0 #DIV/0! Lely Golf Estates Beautification 152 255,604 255,982 271,095 5.90% Golden Gate Parkway Beautification 153 374,670 377,439 406,373 7.67% Hawksridge Stormwater Pumping MSTU 154 2,803 2,804 2,804 0.00% Radio Road Beautification 158 124,265 125,455 130,819 4.28% Forest Lakes Roadway & Drainage MSTU 159 255,764 255,816 278,886 9.02% Immokalee Beautification MSTU 162 365,543 373,462 383,983 2.82% Bayshore Avalon Beautification 163 1,050,170 1,075,509 1,111,874 3.38% Haldeman Creek Dredging 164 78,938 85,075 124,033 45.79% Rock Road 165 38,845 40,436 44,038 8.91% Forest Lakes Debt Service 259 505,949 506,031 529,890 4.71% Collier County Lighting 760 866,040 871,787 871,787 0.00% Pelican Bay MSTBU 778 564,416 565,177 584,971 3.50% Total Taxes Levied 344,884,317 359,049,527 369,366,333 Aggregate Taxes 344,378,368 358,543,496 368,836,443 Collier County, Florida Property Tax Dollars FY 2019 Adopted 16.B.1.c Packet Pg. 595 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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 83,597,615,791 86,230,077,108 88,307,931,189 5.63% Water Pollution Control 114 83,597,615,791 86,230,077,108 88,307,931,189 5.63% Dependent Districts and MSTU's Unincorporated Area General Fund 111 51,754,136,138 53,180,887,907 54,788,524,423 5.86% Golden Gate Community Center 130 1,991,368,931 2,075,216,083 2,096,231,706 5.27% Victoria Park Drainage 134 37,806,252 40,535,311 40,537,005 7.22% Naples Park Drainage 139 1,333,165,967 1,424,482,303 1,442,260,322 8.18% Vanderbilt Beach MSTU 143 2,560,181,524 2,677,386,336 2,690,415,673 5.09% Ochopee Fire Control 146 318,474,016 302,084,235 300,635,627 -5.60% Goodland/Horr's Island Fire MSTU 149 81,528,924 82,954,817 84,857,058 4.08% Sabal Palm Road MSTU 151 24,840,831 18,618,008 21,959,396 -11.60% Lely Golf Estates Beautification 152 127,802,080 135,350,548 135,547,690 6.06% Golden Gate Parkway Beautification 153 749,340,700 806,852,996 812,746,096 8.46% Hawksridge Stormwater Pumping MSTU 154 68,539,572 70,449,192 70,447,333 2.78% Radio Road Beautification 158 1,242,647,732 1,295,920,796 1,308,187,315 5.27% Forest Lakes Roadway & Drainage MSTU 159 190,428,196 202,158,785 202,194,186 6.18% Immokalee Beautification MSTU 162 365,543,031 375,826,059 383,982,927 5.04% Bayshore Avalon Beautification 163 444,911,987 459,956,825 471,053,351 5.88% Haldeman Creek Dredging 164 107,427,329 115,093,516 124,033,485 15.46% Rock Road 165 12,948,190 14,101,589 14,679,431 13.37% Forest Lakes Debt Service 259 190,428,196 202,158,785 202,194,186 6.18% Collier County Lighting 760 5,280,728,700 5,590,762,234 5,628,065,914 6.58% Pelican Bay MSTBU 778 6,585,951,555 6,812,985,310 6,825,803,272 3.64% Collier County, Florida Taxable Property Values For FY 2019 16.B.1.c Packet Pg. 596 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) Justification for CDBG Funds Immokalee Sidewalk 2018 Project Immokalee, a Florida rural area just 35 miles east of coastal Naples, is home to thousands of working poor who provide not only agricultural produce for much of the nation, but also the vitally needed service staffing for Collier, Hendry and Lee counties. Many of Immokalee’s residents came to America from Caribbean and Latin American countries, enduring the often tedious travel and nationalization process in order to find better opportunities for their children. Hard work and optimism define the people of Immokalee. Yet according to the 2012 census, nearly 45% of this community lives below the poverty line. The construction of sidewalk segments on Carver Street and South 5th Street are within the Low Moderate Area (LMA) as identified on the attached map below in yellow. Identified in blue is the 2017 Sidewalk Improvements completed project area. Also shown are nearby schools and parks. Pinecrest Elementary Dreamland Park Bethune Education Center Phoenix Program Exhibit 18 LMA Narrative, Project Photos, and Area Maps 16.B.1.c Packet Pg. 597 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 2 The Immokalee Census tracts 112.04, 112.05, 113.01, 113.02, & 114 qualify as Low Mod Areas (LMAs). In addition, these Census Blocks show a high percentage of poverty rates, low/Moderate income population. As for Block 112.04 the main area of the project, the U.S. Housing and Urban Development Community Development Block Grant have identified this area as an LMA. The total number of persons served with the project is 19,150 of those 15,280 are low to moderate income. The percentage of low to moderate income persons served for this project area is 79.79%. Also attached are maps in a larger scale that provide justification for the LMA area, a Census map of all the Immokalee blocks and project locations. 16.B.1.c Packet Pg. 598 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 3 Immokalee is a largely residential community and not a commercial / business community. Most of the residents are already walking to commute without a designated space for walking. They risk sharing space with vehicles or navigate their way around other obstacles. Immokalee needs to be a community where walking is a safe and convenient mode of transportation and recreation. Immokalee does not have the economic capacity to construct the needed improvements to promote walking and pedestrians’ safety. This project is part of a sidewalk implementation program in Immokalee, which will provide many benefits including safety, mobility, and healthier communities where the sidewalks will make the community more attractive to potential businesses to come to the community, thus will increase job opportunities. This sidewalk will also affect the housing market in Immokalee, because creating a better place to live will in turn improve the people’s lives and they will want to move in to places where they can walk to complete regular activities that take place in everyday life, for example, walking 5-10 minutes to a restaurant for dinner with friends, to school with your children, or to the grocery store to pick up fresh produce. And it is this type of walking that can improve both individual lives and entire communities. Several of the existing streets in Immokalee were built without sidewalks. The roadways without sidewalks in Immokalee are more than twice as likely to have pedestrian crashes as sites with sidewalks at least on one side of the street. Providing these walkways or pedestrian facilities for pedestrians will dramatically increases how well pedestrians perceive their needs are being met along roadways. These facilities will be more comfortable and will increase the number of trips made by walking. As mentioned before in the previous paragraph, people will walk for recreational purposes if a facility is provided. Recreational walking is one of the easiest ways for people to get the recommended portion of physical exercise each day. People will use the sidewalks for moderate exercise, such as walking to contribute to both their physical and mental wellbeing. Also, this project will benefit Collier County as a whole as a contributing factor in increasing Safe Routes to School (SRTS), a program that FDOT has recently initiated in Collier County; and contributing to the goal of the Collier MPO 2035 Long Range Transportation Plan (LRTP) for the Growth Management department. The LRTP provides guidance for transportation planning for the next 25 years. 16.B.1.c Packet Pg. 599 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 4 South 5th Street (from Carver Street to Delaware Avenue) Carver Street (from South 1st Street to South 5th Street) Photos showing existing conditions before improvements 16.B.1.c Packet Pg. 600 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 5 Maps showing Schools and Incentive Programs 16.B.1.c Packet Pg. 601 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 6 Immokalee Area Census Map 16.B.1.c Packet Pg. 602 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 7 16.B.1.c Packet Pg. 603 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 8 This project serves the following census tracts: The total number of person served with the project is 19,150 of those 15,280 are low to moderate income. The percentage of low to moderate income persons served for this project area is 79.79%. low mod universe 112.04 gr 1 510 765 112.04 gr 2 1,020 1,160 112.04 gr 3 955 965 112.05. gr 1 280 505 112.05 gr 2 1,985 2,015 113.01 gr 1 680 905 113.01 gr 2 1,530 2,450 113.01 gr 3 805 985 113.02 gr 1 1,480 1,510 113.02 gr 2 555 670 113.02 gr 3 2,320 2,805 114 gr 1 1,910 2,415 114 gr 2 660 1,410 114 gr 3 590 590 totals 15,280 19,150 16.B.1.c Packet Pg. 604 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 2018 Work PLAN Prepared By: Christie A. Betancourt Prepared For: Immokalee Local Redevelopment Advisory Board Immokalee Beautification MSTU Advisory Committee Version # 1 Updated on 02/12/2018 Exhibit 19 Immokalee CRA & MSTU Work Plan 16.B.1.c Packet Pg. 605 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 2018 Work Plan Effective 2/12/2018 Page 2 Version 2 BACKGROUND CRA VISION STATEMENT “Those of us who live and work in Immokalee envision a future for our town. We see new business and job opportunities in international trade and distribution, retail, agri-business, ecotourism, recreation and entertainment, and the construction industry. We see Immokalee as an attractive, sustainable community with affordable workforce housing, parks and outstanding schools – a place where people safely walk and bicycle to do their errands, and where parents are returning to school to finish their education and master new job skills. Main Street will have a Latin flavor - colorful plazas, outdoor cafes, shops and entertainment – attracting both the local community and the tourists who come to explore our unique ecology or entertainment at the Casino.” A Work plan sets community priorities and establishes actions in order to achieve an organization’s goals. In Immokalee, this plan will guide staff for the coming year and ensure that the CRA continues its efforts toward achieving the vision for Immokalee. The Annual Strategic Planning Session was conducted on December 20, 2017. The participants included the Immokalee Local Redevelopment Advisory Board (ILRAB), the Immokalee Beautification MSTU Advisory Committee (IBMAC), the Immokalee CRA staff and the public. The boards meet monthly to discuss CRA & MSTU activities. On March 14, 2000, the Board of County Commissioners adopted Resolution 2000-82 and 2000-83, which established the Collier County Community Redevelopment Agency and identified two areas within unincorporated Collier County (Bayshore/Gateway Triangle and Immokalee) as areas in need of redevelopment. In addition, Resolution 2000-83 authorized the creation of Local Advisory Boards by separate resolution to assist in the implementation of the redevelopment plan. The CRA adopted Resolution 2001-98, on March 27, 2001, which adopted bylaws for the CRA and its Advisory Board. CRA Resolution Number 2001- 98, has been amended multiple times the most recent being CRA Resolution Number 2016- 198. The Immokalee Lighting and Beautification five member committee was created on October 22, 1985, amended on October 22, 2002 to assist the Board of County Commissioners in the business affairs of the Immokalee Beautification Taxing District, and prepare and recommend an itemized budget to carry out the business of the district for each fiscal year and recently October 2011 to designate the CRA as administer and manager of the Immokalee MSTU. Membership represents the population of the area within the Immokalee Beautification District. Four members shall be permanent residents within the MSTU and one member may be an owner of residential or commercial property within the MSTU or may be an individual, an officer of a corporation, or a partner of a partnership. Terms are 4 years. 16.B.1.c Packet Pg. 606 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 2018 Work Plan Effective 2/12/2018 Page 3 Version 2 WORKSHOP PARTICIPANTS A list of committee members, staff, and public who participated in the planning session is included below. CRA & MSTU Board: • Dr. Frank Nappo – CRA Chair • Ski Olesky – CRA Board Member • Andrea Halman – CRA & MSTU Board Member • William “Bill” Deyo – MSTU Vice-Chair • Cherryle Thomas – MSTU Chair • Norma Garcia – MSTU Board Member County Staff: • Michele Mosca • Anita Jenkins • Lincoln Price • Robert Wiley • Omar Deleon • Silvia Puente • Bill McDaniel • Debrah Forester • Christie Betancourt • James Sainvilus Public: • David Schieffelin • Victoria Peters • Jessica Crane • Dottie Cook • Carrie Williams • Reva Soud • Armando Yzaguirre • Chante Pemberton 16.B.1.c Packet Pg. 607 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 2018 Work Plan Effective 2/12/2018 Page 4 Version 2 2017 ACCOMPLISHMENTS As part of the planning session, the accomplishments of the CRA & MSTU from 2017 were presented. The CRA & MSTU has made significant progress in achieving many of the identified tasks outlined in the 2017 plans which is a testament to the Immokalee CRA & MSTU boards and the hard work from staff and competent management by the acting CRA Director. A summary list of 2017 accomplishment is included below to highlight major milestones. Economic development remained the top priority for the Immokalee CRA staff during 2017. To this end, a series of activities to further this priority have continued in order to enhance Immokalee’s opportunity to develop new businesses and maintain existing businesses. One of the many economic development efforts was the Spanish Small Business Forum which was held on May 25, 2017 at the Boys & Girls club in Immokalee. The partnership was between the Immokalee Chamber of Commerce, the Immokalee CRA, and the Boys and Girls Club in Immokalee. The forum was sponsored by First Florida Integrity Bank; and supported by the NAACP-Collier, The Delta Sigma Theta Sorority, and the Naples Accelerator. This collaborative effort offered information and orientation to local small business owners, and to those who are considering starting up a small business. The concerted effort was conducted to promote economic and business development in Immokalee. Experienced presenters from organizations like Prospera, SCORE, Goodwill Microenterprise, and Small Business Administration (SBA) offered their services at no cost. Most shared important information on; “How and where to access capital”, “How to turn an idea into a business” and “How to grow and expand your business”. A series of workshops will be offered in the upcoming year. Immokalee Impact Fee Installment Payment Pilot Program On July 11, 2017, the board adopted Ordinance #2017-34 which established an Impact Fee Installment Payment Pilot Program for the Immokalee Community Redevelopment Area. The ordinance provides that as an alternative to paying impact fees in full as a prerequisite the issuance of a Certificate of Occupancy, a feepayer may pay their impact fees in installments rather than a lump sum by entering into an impact fee installment payment program agreement with Collier County which provides that the installment payments shall be by special assessment levied as non-ad valorem assessment against the subject property. Program took effect on October 1, 2017. 16.B.1.c Packet Pg. 608 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 2018 Work Plan Effective 2/12/2018 Page 5 Version 2 Commercial Façade Grant Program In accordance with Objective 1.2 in the Immokalee Area Master Plan, the CRA continued to provide financial incentives to businesses in Immokalee via the Commercial Façade Improvement Grant program. The CRA implemented the Program in October of 2008. Since that time, 17 façade grants have been awarded to local businesses in Immokalee for a total of $294,621.67. On May 3, 2017, the CRA issued a check to Lozano’s Restaurant for $20,000 for Renovations of Façade and Beautification totaling $51,692.50 to property located at 405 New Market Rd, Immokalee, FL 34142. New Businesses & Business Expansion Staff and board attended ceremonies for the following businesses: Florida Culinary Accelerator @ Immokalee Airport – Groundbreaking – March 2, 2017 First Bank of Immokalee – Groundbreaking – May 10, 2017 El Noa Noa Sports Bar – Ribbon Cutting – May 22, 2017 St Matthews House Thrift Store – Groundbreaking – May 24, 2017 Immokalee Water & Sewer District – Groundbreaking – August 24, 2017 St. Matthew House Thrift Store – Grand opening – November 17, 2017 Gabriel’s House of Care – Ribbon Cutting – December 16, 2017 Southwest Florida Promise Zone Vista position for Immokalee is funded. The open position will focus on assisting with Economic Development activities. Continue to work with Southwest Florida Regional Planning Council with goals of creating jobs, enhancing economic activity, improving educational opportunities, reducing crime and improving community infrastructure. 16.B.1.c Packet Pg. 609 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 2018 Work Plan Effective 2/12/2018 Page 6 Version 2 Continue to provide Project Summaries of Collier County funding needs to the Southwest Florida Regional Planning Council Promise Zone Crime Prevention, Economic/Infrastructure Development, and the Education Task Force Committees. FHERO Florida Heartland Economic Region of Opportunity Continue coordination efforts with the FHERO board. The regional collaboration links and unites leadership networks, transportation networks and technology networks, signifying the collective economic power behind the 6 Counties of Desoto, Glades, Hardee, Hendry, Highlands, Okeechobee, the Cities of Belle Glade, and the Community of Immokalee in Collier County. Designated contact for Collier County is Christie Betancourt, Collier County CRA, Immokalee Operations Manager and the Non-Profit Organization Engaged in Economic Development is Kristi Bartlett, Naples Chamber, Vice President. Staff attends monthly FHERO board meetings and provides DEO county compliance reporting forms as requested. The reports summarized activities include: • Work with local board of realtors, Immokalee Foundation, Collier County Airport Authority and professional network to gather information on available sites and buildings for sale and lease. • Met with the following companies/organizations in Immokalee to learn more about potential needs and provide assistance for retention and expansion: Salazar Machine & Steel, Tellus, Fletcher Flying Services, Lipman Produce, Immokalee Chamber, Immokalee Foundation, ITECH, Project Roma, Taste of Immokalee, Alternative Labs, Concrete Impressions, Oakes Farms, Oxxe Oil, Exotic Car Racing Club/Facility, Aquaponic Farm, Rapid Aircraft. County hosted a focus group for the Culinary Incubator. Kristi Bartlett attends monthly CRA meetings. • Work closely with CareerSource SWFL and school district to relay training needs. On April 22, 2017, Marketing Alliance, consultant hired by the FHERO toured, videoed, and photographed the community of Immokalee. The tour efforts included the Immokalee Regional Airport, Pepper Ranch Preserve, Immokalee Pioneer Museum at Roberts Ranch, the Immokalee Produce Center and Lake Trafford. 16.B.1.c Packet Pg. 610 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 2018 Work Plan Effective 2/12/2018 Page 7 Version 2 Hurricane Irma – Immokalee Unmet Needs Coalition Due to the impact of Hurricane Irma on September 9, 2107 an Immokalee Unmet needs coalitions was formed. The association is a collaboration of non-profit, faith based, local, state or national organizations whose mission is to assist in identifying the unmet needs of those affected by disaster. Working together sharing information and recourses to address the needs of individuals, businesses and families. Committees formed to meet the needs are: • Needs Assessment: Work with designated agencies to conduct Post Hurricane assessment and prioritize needs. • Case Management: Coordinate and manage requests for support unmet needs in the community. • Resource Directory/Communication: Provide information, update and list of resources to members and community • GIK/Distribution Center: Coordinate in-kind donations and distribution to community. • Volunteer Management: Coordinate volunteer groups coming to community to match with the needs in the community. • Housing Task Force: Address immediate and long-term housing needs. • Spiritual & Emotional Care: Coordinate services to reach those in the community. 16.B.1.c Packet Pg. 611 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 2018 Work Plan Effective 2/12/2018 Page 8 Version 2 Transportation Investment Generation Economic Recovery (TIGER) Grant – Immokalee Complete Street - Growing Connections to Create Mobility Opportunities Both the CRA and the MSTU offered letters of support for the Transportation Investment Generating Economic Recovery (TIGER) application submitted to U.S. Department of Transportation (DOT) by Collier County Board of County Com missioners. The Growing Connections to Create Mobility Opportunities in Immokalee will further implement our vision to redevelop Immokalee into a safe pedestrian/multi-modal community. This project will target specific high-traffic pedestrian areas identified on in the Immokalee Walkability Community Study adopted in 2011. Safe Route to School: Eden Park Elementary School Sidewalks Florida Department of Transportation, District One Safety Office awarded Collier County Design funds in the amount of $54,738.33for FY2019 and $662,333.00 for Construction/CEI for FY 2022. This project is to be designed and constructed by the County under the requirements of the Local Agency Program (LAP). Pedestrian Safety Improvements on SR29 (Main Street from N.9th Street to North 1st Street Continued coordination with FDOT for constructing new signal at 3rd Street and 7th Street, consolidating the midblock crossing and signage to reflect the new changes in their standards. This project is currently in design phase and is expecting to be constructed in FY 2019. 16.B.1.c Packet Pg. 612 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 2018 Work Plan Effective 2/12/2018 Page 9 Version 2 Monument Conceptual Design The MSTU board approved a conceptual design for the replacement of the (3) three sign locations - north and south along Main Street and at the west entry of 1st Street. The MSTU hired Q. Grady Minor & Associates, P.A. (GradyMinor) to do the design. Immokalee Sidewalk Improvement Project Immokalee CRA was awarded an additional $125, 000 of CDBG (Community Development Block Grant) funds to complete the Immokalee Sidewalk Improvement Project. On September 26, 2017 (agenda item 16.B.2), the BCC approved an amendment to the previously approved HUD grant agreement between the BCC and the CRA for additional funding in the amount of $125,000 and a time extension for the Immokalee Sidewalk Improvement Program. The overall grant budget agreement is now $600,000.00. Construction is currently underway project is expected to be completed in March 2018. Blue Zone Project Southwest Florida – Built Environment In May 17, 2017, built environment consultant, Dan Burden and Samantha Thomas, presented to members of the Immokalee CRA and held a public workshop with community leaders and the commissioner for District 5 and other residents. The goal of the workshop was to be gin the process of identifying a marquee project. During the workshop, the members identified their top three priorities for a potential marquee which included: Lake Trafford Road, Main Street and Westlcox Road. 16.B.1.c Packet Pg. 613 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 2018 Work Plan Effective 2/12/2018 Page 10 Version 2 County Departments coordination: Continue to coordinate with Collier County Communications & Customer Relations, Collier County Office of Management & Budget, Collier County Office of Business & Economic Development, Collier County Airport Authority, Collier County Parks & Recreation, Collier County Stormwater Department, Collier County Transportation Department, Collier County Community & Health Services (CHS), Collier County Public Transit & Neighborhood Enhancement (PTNE), Collier Area Transit, Collier County Operations & Regulatory Management, Collier County Code Enforcement, Collier County Library, Collier County Museum, Collier County Bureau of Emergency Services, and Collier County Project Planning, Impact Fees and Program Management. CRA Board Joint Workshop: On April 4, 2017, a Joint workshop was held between the Community Redevelopment Agency and the local CRA and MSTU advisory boards. During this workshop board discussed CRA Overview, CRA Legislation, and the CRA Structure. Boards also reviewed the 2016 Annual report which included recent projects, projects in progress, and the Immokalee CRA 2017 Project Focus. CRA hosted the 4th Annual Christmas Tree Lighting Event The CRA hosted the Annual Tree Lighting at the Immokalee Zocalo Plaza with the help of the MSTU, the Seminole Casino Hotel, Collier County Parks & Recreation, the Immokalee Chamber of Commerce, the Sheriff’s Department and the Immokalee Fire Department. 16.B.1.c Packet Pg. 614 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 2018 Work Plan Effective 2/12/2018 Page 11 Version 2 Community Events: Staff and board members attended and participated in community events. • Lipman Backpack Giveaway • Lipman 5K Run • Earth Day • Ciclovia events • Celebrate Immokalee events • Christmas Around the World • Interagency meetings • One By One Leadership events • Immokalee Unmet Needs Coalition • Sports Activity Day at Boys & Girls Club • Blue Zone Project committee • Schultze Foundation committee • Naples Accelerator workshops & training classes • Immokalee Chamber of Commerce Meetings • Boys & Girls Club of Collier County events • Taste of Immokalee events • Chamber of Commerce Business After hours • Highlands Elementary Career Day 16.B.1.c Packet Pg. 615 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 2018 Work Plan Effective 2/12/2018 Page 12 Version 2 WORK PLAN RESULT The Strategic Planning Session held December 20, 2017 presented a great opportunity to take the existing 2017 CRA Action Plan and the 2017 MSTU Operational Plan and revise it to simplify, condense and re-arrange some of the tasks. Through group discussion, the CRA developed consensus regarding the top priorities for 2018. These priorities are projects or initiatives that are deemed most significant by the boards and provided clear direction to the staff. These proprieties will help define how staff allocates their time and effort as well as the funds. 2018 Priorities: I. Land Use Planning a. Adopt Immokalee Area Master Plan i. Future Land Use Map (FLUM) II. Economic Development a. Marketing & Branding i. Marketing Analysis ii. Economic Profile 1. Incentives 2. Revise Commercial Façade Improvement Grant Program 3. Web Page updates III. Infrastructure a. Identify short-term and long-term priority improvements for all infrastructure needs. b. Identify other grant resources. i. Stormwater & Drainage 1. Implement Immokalee Stormwater Master Plan ii. Transportation. iii. Lighting/Safety IV. Improve Immokalee Campaign a. Develop and implement community education programs i. Implement Keep Immokalee Beautiful campaign 16.B.1.c Packet Pg. 616 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) Estimate 2020 CDBG sidewalk construction 2019-2020 Item unit unit cost quantity subtotal Mobilization LS $30,000.00 1.00 $30,000.00 permitting LS $65,000.00 1.00 $65,000.00 Demolition tree removal ea $300.00 26.00 $7,800.00 clearing sy $4.00 1,111.00 $4,444.00 Asphalt removal sf $2.00 3,720.00 $7,440.00 Mitigation- Environmental ls $30,000.00 1.00 $30,000.00 Safety railings lf $36.00 60.00 $2,160.00 Erosion Control ls $4.00 6,800.00 $27,200.00 Thermoplasty crosswalks ea $600.00 8.00 $4,800.00 Traffic Control ls $50,000.00 1.00 $50,000.00 ADA Ramps ea $500.00 20.00 $10,000.00 Concrete Sidewalk/ wwm sf $7.00 20,580.00 $144,060.00 Concrete Driveway Apron ea $1,000.00 15.00 $15,000.00 fill dirt yd $30.00 2,000.00 $60,000.00 structural base gravel cf $40.00 390.00 $15,600.00 Catch Basin retrofit ea $1,000.00 12.00 $12,000.00 Subtotal $485,504.00 Contingency $0.15 $72,826.00 $558,330.00 Profit and Administrative $0.10 $55,833.00 Total $614,163.00 Exhibit 20 Construction Cost Estimates 16.B.1.c Packet Pg. 617 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 16.B.1.c Packet Pg. 618 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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 21 Immokalee Sidewalk Improvements Phase II 16.B.1.c Packet Pg. 619 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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. 16.B.1.c Packet Pg. 620 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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. 16.B.1.c Packet Pg. 621 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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. 16.B.1.c Packet Pg. 622 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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". 16.B.1.c Packet Pg. 623 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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 16.B.1.c Packet Pg. 624 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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.16.B.1.cPacket Pg. 625Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG 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 16.B.1.c Packet Pg. 626 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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. 16.B.1.c Packet Pg. 627 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) 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 16.B.1.c Packet Pg. 628 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal) Fiscal Year Fiscal Year BALANCE SHEET Ended in 20xx Ended in 20xx 1 Unrestricted liquid assets (cash and cash investments) 2 Operating Expenses, excluding depreciation 3 Monthly Operating Expenses, excluding depreciation (line 2/12)0.00 0.00 4 Months of liquid cash available for operations (line 1/3)#DIV/0!#DIV/0! 5 Notes and Mortgages Payable, including lines of credit 6 Temporarily Restricted Assets 7 Endowment Assets Fiscal Year Fiscal Year Budget Year INCOME STATEMENT Ended in 20xx Ended in 20xx Ending 2018 8 Revenue: up to three primary sources* a. b. c. d. all others Total 0.00 0.00 9 Expenses a. Program b. Fundraising c. Administrative Total 0.00 0.00 10 Full-Time Equivalent employees - FTE's 11 Compensation Expense (Salaries and Wages) 12 Benefits Expenses (Payroll taxes, health, dental, etc.) 13 Compensation and Benefits as % of Expenses (line11+12/line9)#DIV/0!#DIV/0! 14 Compensation/FTE (line11/line10)#DIV/0!#DIV/0! 15 Compensation and Benefits/FTE (line 11+12/line10)#DIV/0!#DIV/0! 16 Purchases of Property Plant & Equipment FY 2019-20 Grant Application - Financial Review Spreadsheet Exhibit 22 - Financial Review Spreadsheet - Refer to Financial backup Exhibit 17 16.B.1.c Packet Pg. 629 Attachment: Application CDBG Immokalee Sidewalk Improvements (8152 : After The Fact CDBG Application submittal)