SNEADS' TOWN COUNCIL REGULAR MEETING MARCH 12,2024 The Town Council ofthe Town of Sneads, Florida, met in a regular session at the Log Cabin on Tuesday, March 12, 2024, at 6:00 p.m. Mike Weeks called the meeting to order with the following present: Mike Weeks, Tony Money, Daniel Cox, Attorney Tyler Weeks, Police Chief Sherri Griffin, City Clerk Danielle Guy, Deputy Clerk And the following were absent: George Alexander, Councilman Vacant, Town Manager All stood for the Pledge of Allegiance. Angela Locke and Donovan Weeks, Council Members Donovan Weeks made a motion to approve the Consent Agenda as presented. Tony Money seconded. All voted aye. 1. Minutes for February 2024 3. Pay Approved Bills 2. Financial Statements and Budget Review Summary Agenda #4, Change Meeting Date in April. The town election will be held on the regular meeting date in April; therefore, it will need to be changed. Tony Money made a motion to change the April Council meeting to Wednesday, April 10th at 5pm. Donovan Weeks seconded. All voted aye. Agenda #5, Federal Purchasing Policy for Grants. Attorney Cox presented the updated Federal Purchasing Policy for Grants. (See attached) Tony Money approved the policy as presented. Donovan Agenda #6, Sunrise Consulting Agreement. Andrew Kalel Consultant presented the renewal agreement. (See attached) Angie Locke made ai motion to approve the renewal agreement as presented. Donovan Weeks seconded. All voted aye. Mr Kalel stated that after this Legislative Session the State would be signing over the title to the Sneads Ball Park to the Town. Also, ift the Governor signs off on the current budget the Town will be receiving $50,000 for the Log Cabin and $650,000 for a Fire Truck. Agenda #7, CDBG Accounts. City Clerk, Sherri Griffin asked for approval to open accounts for CDBG Grants. (See attached). Angie Locke made ai motion to approve the opening oft the accounts as Weeks seconded. All voted aye. presented. Tony Money seconded.. All voted aye. Regular Meeting March 12, 2024 Page 2 Agenda # 8, Surplus Property. Deputy Clerk, Danielle Guy presented the Council with a Surplus Property list to be bid off and opened at the next Council meeting. (See attached) Tony Money made a motion to declare the items as Surplus as presented. Donovan Weeks seconded. All voted aye. Agenda #9, Melvin Engineering Update. Hunter Potts informed Council that the grants are moving along as projected and are in design. As for the HR Grant (Gloster. Ave) they have found more damage to the sidewalk than was expected. He stated they may have to put in a change order, he would know Agenda #10, Time Extension. The property owner at 8175 Pope St had received a code violation that was up this week. He was asking for a time extension. Council asked ift there had been any improvement made to the property. Chief stated that there had not. After discussion, Tony Money made Agenda #11, Town Manager Applications. Attorney Cox stated that the top two applicants turned in by Council were. Bill Rentz and Susan Durden. However, others were picked as well. Donovan weeks stated it didn't matter if we interviewed two or all. After discussion, all agreed to interview all applicants. Interviews will take place on Thursday, March 21stat 4pm. They all agreed tol havea meeting on Tuesday, March 19th at 5:30pm at the Log Cabin to discuss possible interview questions. Agenda #12, Blue Line Solutions. Chief Weeks and Brett with Blue Line Solutions (BLS) presented a report conducted on the school zone speed studies on Hwy 90. (See attached) BLS installs Light Detection Laser Enforcement Systems. They oversee the violations and billing and send the town their proceeds. Also, a portion of the proceeds would go to the school system. The Town would need to approve an Ordinance and BLS would install and provide all the information to the public. After discussion, Tony Money made ai motion to approve the starting of BLS. Donovan Weeks seconded. All more soon. an motion to deny the extension. Donovan Weeks seconded. All voted aye. voted aye. ChiefV Weeks presented the Police Departments monthly report. (See attached) Agenda #13, Resolution #24-03. A Resolution oft the Town of Sneads, Florida, Town Council approving submittal ofapplication to the Florida Department ofTransportation, Municipal Small County Outreach Program (MSCOP) was presented by Travis Howell, Alday-Howell Engineering. (See attached) This would be to pave Pope St from River Rd to Cemetery Ave. Angie Locke made ai motion to approve Resolution #24-03 as presented and apply for MSCOP funding. Tony Money seconded. All Agenda #14, Sneads Recreation Board. Angie Locke stated that we. had 230+ sign-ups for Spring ball. Agenda #15, Attorney Cox. He stated that it was getting time for ethics training. He would be looking voted aye. She asked that we get the names oft the fields put back up on the fence. at dates, April, or May. Regular Meeting March 12, 2024 Page3 Agenda #16. Police/Fire Dept. Russell McAlpin stated that they would like to apply for a Federal Government Risk Grant to get a Skid Unit. It would be zero cost to the Town. Tony Money made the motion to approve for the Fire Department to apply for the grant. Angie Locke seconded.. All voted aye. ChiefWeeks reminded Council that April 1st the County would be taking over dispatch. Agenda #17, Council Members. Donovan Weeks stated that the Town has started Mosquito spraying. He asked Chief Weeks to get with the Recreation Department and send out a warning and then to start Tony Money stated that he had ideas, but wanted other members to start thinking about what we come enforcing the handicap parking at the ballpark. bring into the elementary school should or when we lose it. Agenda #14, Public Comments: Mary Baker came before the Council to ask about having a National Night Out at Sneads Park on August 6th. She stated the. American Hero's Motorcycle Club would sponsor it along with the Town and would like to honor our first responders. All agreed. Jason Johnson Brian Tait Donovan Weeks made a motion to adjourn at 7:15 pm. Respectfully Submitted, Januou Guy Danielle Guy, Deputy Clerk APPROVED: MIKE WEEKS, COUNCIL PRESIDENT Regular Meeting MARCH: 12, 2024 Budget Summary GENERAL FUND FEBRUARY- Revenues are 22.95% above budgeted amount. A large deposit was made from CDBG Grant funds for expenditures. Expenditures are 4.95% above budgeted amount. GASTAX FEBRUARY- Gas Tax County is 18.35% above budgeted amount. Local Option Gas Taxi is 6.75% above budgeted amount. Expenditures are 9.35% below budgeted amount. SOLID WASTE budgeted amount. WATER AND SEWER budgeted amount. RECREATION FUND FEBRUARY-G Garbage revenues are slightly above budgeted amount. Expenditures are 9.45% below FEBRUARY- - ACI sewer is 1.15% below budgeted amount. Water sales are 2.05% below budged amount. Sewer sales are 10.35% below budgeted amount. Expenditures are less than 3.15% above FEBRUARY-: Signup fees are above budgeted amount. Expenditures are below budgeted amount. TOWN OF SNEADS FEDERAL PROGRAM AND GRANTS PURCHASING POLICY I. PURPOSE This Policy is adopted to assure that commodities and services for Federal Grant Funding Programs are obtained efficiently and effectively in free and open competition and through the use ofs sound procurement practices in ai manner that promotes full and open competition. All Town staff and other persons (subgrantees or contractors) with designated responsibility for the administration of] Federal award contracts are responsible for ensuring compliance with all applicable federal and state laws and regulations. These include but are not limited to OMB Circular A-102;2 CFR 200.317-326; s.287.055 and 255.0525, Florida Statutes; and Rule 73C-23, Florida Administrative Code. II. APPLICATION OF POLICY after the effective date of this Policy. III. PURCHASING DIRECTOR This Policy shall apply to contracts or agreements for the procurement of all materials, supplies, services, construction, and equipment for any Federal Grant Funding Programs solicited or entered into The Town of Sneads will designate a PURCHASING OFFICER who shall serve as the central purchasing officer (the Purchasing Officer") ofthe Town of Sneads for all contracts or agreements described in Section II and shall maintain oversight to ensure contractors perform according to the terms, conditions and specifications of their contracts or purchase orders. IV. PURCHASING AND CONTRACT AWARD PROCEDURES A. Purchasing Categories; Threshold Amounts Inc order to conduct this policy effectively and efficiently, and promote competition, the following levels of authority will satisfy the requirement for prior approval, depending upon the nature oft the purchase agreement. When seeking to use a specific purchasing category, the Town shall avoid splitting or disaggregating purchases or transactions in any way that would avoid the application ofa dollar threshold limitation. All purchases and contract awards are to be made subject to the provisions oft the appropriate Section(s) according to the following threshold amounts: 1. 2. 3. 4. Micro Purchases (Section IV,B) $1 to$ 10,000 Small Purchases (Section IV,C) $10,001 to$20,000 Purchasing Quotes (Section IV,D) $20,001 to$65,000 Competitive Sealed Bids/Proposals (Section IV,D &IV, E)$65,001 and above B. Micro Purchases This method is for purchases in which the aggregate dollar amount does not exceed the micro purchase cehold-cumemiys00o, adjusted periodically for inflation. Purchases may be made without cost or price analysis or soliciting any quotes or bids, but it is strongly encouraged that quotes be used to equitably distribute purchases among qualified suppliers. Thej purchase of commodities, equipment and services shall be authorized as follows: 1. Department heads are authorized to make purchases for their departments up to the amount budgeted for the year. 2. 3. Department heads must obtain an approval for those items not budgeted from the All other personnel authorized to make purchases must obtain approval for every ChiefFinance Officer or the Town Manager. purchase of an item or service costing over$100.00, except for repairs to vehicles and equipment, which has a $500.00 limit. Small Purchases C. This method is for purchases above the micro purchase threshold but below the Simplified Acquisition $250,000, adjusted periodically for inflation. Price or rate quotations must be obtained from more than one qualified source. This does not mean formal bids and solicitations for quotes must be made-these procedures are meant to be simple and informal. Quotes may be obtained from a variety ofs simple sources, e.g., internet search, vendor price listing, verbal quotes, etc. Similar to the micro purchase method, no cost or price analysis is required but is strongly encouraged. The purchase of commodities, equipment and services shall follow the small purchase requirements as outlined in 2 CFR 200 and Threshold (SAT) as defined by the Federal Acquisition Regulation-currenty should promote spreading purchases among diverse eligible vendors. D. Purchasing Quotes The purchase of goods and services which cost within the range authorized for purchasing quotes in Section IV, A2 shall require competitive quotations from three or more vendors. The quotations shall be obtained by the Purchasing Division and shall be reviewed and awarded by the Purchasing Officer after considering the goals stated herein. Competitive Sealed Bidding E. 1. Conditions for Use. All contracts for purchases of a single item, services individually or in the aggregate in excess of the established base amount for Competitive Sealed Bids/Proposals in Section IV.A. 4 where price, not qualifications, is the basis for contract award, shall be awarded by competitive sealed bidding. 2. Invitation to Bid. Under Section 255.0525(2), F.S. and Rule 73C-25.0051(2)8), F.A.C., an invitation to bid for construction projects that are projected to cost more than $200,000 shall be published in at least one daily newspaper of general circulation in Jackson County as well as a nearby federal Office ofl Management and Budget (OMB) designated metropolitan statistical area (MSA) at least 21 days prior to the established bid opening and at least 5 days prior to any scheduled pre-bid conference. "An invitation to bid for construction projects that are projected to cost more than $200,000 shall be publicly advertised once in the Florida Administrative Register at least 21 days prior to the established bid opening." 3. The bids or proposals shall be received and opened publicly at the location, date, and time established ini the bid or proposal advertisement. In cases of emergency, the Secretary of Management Services may alter the procedures required in this section in any manner that is reasonable under the bid documents. Additionally, notice shall be sent to those vendors and contractors on the Town's MBE/WBE solicitation list. 2 4. An Invitation to Bid shall be issued and shall include specifications, all contractual terms and conditions, and the place, date, and time for submittal and opening. No later than five working days prior to the date for receipts ofbids, a vendor shall make a written request to the Town for interpretations or corrections ofa any ambiguity, inconsistency, or error which the vendor may discover. All interpretations or corrections will be issued as addenda in writing. The Town will not be responsible for oral clarifications. No negotiations, decisions, or actions shall be initiated or executed by the proposer as a result ofa any discussions with any Town employee prior to the opening of proposals. Only those communications which are in writing from the Town may be considered as a duly authorized expression on behalfoft the Town Council. Also, only communications from firms or individuals which are in writing and signed will be recognized by the Town Council as duly authorized expressions on behalfofp proposers. 5. 6. Alternate(s). Alternate bids will not be considered unless authorized by and defined in Approved Equivalents: The Town reserves the right to determine acceptance ofitem(s) the Special Conditions of the bid specifications. as an approved equivalent. Bids which do not comply with stated requirements for equivalents in the bid conditions are subject to rejection. The procedure for acceptance of equivalents shall be included in the general conditions ofthe bid. 7. Public Notice. Public Notice shall be by publication in a newspaper of general circulation at least twelve (12) working days prior to bid opening ori in accordance with the requirements above in E.2., as appropriate. Notice oft the Invitation to Bid shall give date, time, and place set forth for the submittal of proposals and opening bids. 8. Bid Opening. Bids shall be opened publicly on the date and at the time ini the solicitation for bids as it may be amended. The Purchasing Officer orl his/her designee shall open bids in the presence of one or more witnesses at the time and place designated in the Invitation to Bid and open to the public. The amount of each bid, and other such relevant information as may be deemed appropriate by the Purchasing Officer together with the name of each bidder, and all witnesses shall be recorded. The record (Bid Report) and each bid shall be open to public inspection. 9. Bid Acceptance and Evaluation. Bids shall be unconditionally accepted without alteration or correction, except as authorized in this Policy. Bids shall be evaluated based on the requirements set forth in the Invitation to Bid, which may include, but not be limited to criteria to determine acceptability such as inspection, testing quality, recycled or degradable material content, workmanship, delivery, and suitability for a particular purpose. Those criteria that will affect the bid price and be considered in evaluation for award shall be objectively measured, such as discounts, transportation costs, and total or life cycle costs. No criteria may be used in bid evaluation that is not set forth in the Invitation to Bid, ini regulations, or in this Policy. 10. Bid Agenda Item. After evaluation, the Purchasing Officer will prepare a recommendation and shall place the item on the agenda of the Town Council. 11. Correction or Withdrawal of Bids. Cancellation of Awards. Correction or withdrawal of inadvertently erroneous bids before or after award, or cancellation of awards or contracts based on mistakes in the bid, shall be permitted where appropriate. Mistakes discovered before bid opening may be modified or withdrawn by written notice, delivered physically or by electronic medium with 3 verified receipt in the office designated ini the Invitation to Bid prior to the time set for bid opening. After bid opening, corrections in bids shall be permitted only to the extent that the bidder can show by clear and convincing evidence that ai mistake, of non-judgmental character was made, the nature oft the mistake, and the bid price actually intended. After bid opening, no changes in the bid price or other provisions of bids prejudicial to the interest oft the Town or fair competition shall be permitted. Inl lieu ofbid correction, a low bidder alleging ai material mistake of fact may be permitted to withdraw his bid ifthe mistake is clearly evident on the face of the bid document, but the intended correct bid is not similarly evident; or the bidder submits evidence which clearly and convincingly demonstrates that a mistake was made. All decisions to permit the correction or withdrawal of bids or to cancel awards or contracts based on bid mistakes shall be supported by a written determination made by the Purchasing Officer. 12. Multi-Step Sealed Bidding. When it is considered impractical to initially prepare a purchase description to support an award based on price, an Invitation for bids may be issued requesting the submission of unpriced offers to be followed by an: invitation for bids limited to those bidders whose offers have been determined to be technically acceptable under the criteria set forth in the first solicitation. 13. Award. The contract shall be awarded with reasonable promptness to the lowest responsible and responsive bidder whose bid meets the requirements and criteria set forth in the Invitation to Bid. The Town reserves the right to waive any informality in bids and to make an award in whole ori in part when one or both conditions are in the best interest ofthe Town of Sneads. Any requirement which is waived must be documented and kept in the file. 14. Notice of Intended Award. The contract shall be awarded by written notice. Every procurement of contractual services shall be evidenced by a written agreement. Notice ofintended award, including rejection of some or all ofb bids received, may be given by posting the bid tabulations where the bids were opened, by telephone, by first class mail, or by certified United States mail, return receipt requested, whichever is specified in bid solicitation. A vendor may request, in their bid submittal, a copy oft the tabulation sheet to be mailed in a vendor provided, self-addressed envelope for their records or to their electronic mail address ofi record. 15. Notice of Right to Protest. All notices of decision or intended decisions shall contain the statement: "Failure to file a protest within the time prescribed in Section IV, of the Federal Grant Funding Purchasing Policy oft the Town of Sneads shall constitute a waiver ofj proceedings under that section oft this Policy". 16. Cancellation of Invitations for Bids. An Invitation for bids or other solicitation may be canceled, or any or all bids may be rejected in whole ori in part when it is ini the best interests of the Town, as determined by the Town Council. Notice ofcancellation shall be sent to all businesses solicited. The notice shall identify the solicitation, explain the reason for cancellation and, where appropriate, explain that an opportunity will be given to compete on any re- solicitation or any future procurement of similar items. 17. Disqualification of Vendors. For any specific bid, vendors may be disqualified by the Purchasing Director, Purchasing Officer, for the following reasons: a. Failure to respond to bid invitation three consecutive times within the last eighteen (18) month period. 4 b. business description. C. d. conduct of business. e. f. Failure to update the information on file including address, project or service, or Failure to perform according to contract provisions. Conviction in a court of] law of any criminal offense in connection with the Clear and convincing evidence of a violation ofa any federal or state anti-trust Clear and convincing evidence that the vendor has attempted to give any Town law based on the submission ofbids or proposals, or the awarding ofo contracts. employee (as defined ini the Ethics in Contracting Section below) a gratuity ofa any kind for the purpose ofinfluencing ai recommendation or decision in connection with any part ofthe Town's purchasing activity. g. h. Failure to execute al Public Entity Crimes Statement as required by Florida Any other reasons deemed appropriate by the Town and documented in writing. Statutes Chapter 287.133 (3)(a). F. Competitive Sealed Proposals 1. All contracts for purchases ofa single item or services or aggregate in excess oft the established base amount for Competitive Sealed Bids/Proposals in Section IV where qualifications, not price, is the basis for contract award shall be awarded by competitive sealed proposals. All contracts for the procurement of professional architectural, engineering, landscape architectural, and land surveying services will be awarded according to the provisions of Section IV-E-1. All other contracts required tol be awarded by competitive sealed proposals will be awarded according to the provisions of Section IV. E. Professional Architectural. Engineering, Landscape Architectural, and Land Surveying Services. 2. Public Announcement. It is the policy of the Town to publicly announce all requirements for professional architectural, engineering, landscape architectural, and land surveying services and to negotiate such contracts on the basis of demonstrated competence and qualifications at fair and reasonable prices. In the procurement of such services, the Town may require firms to submit a statement of qualifications, performance data and other related information for the performance of professional services. Additionally, the Town will solicit proposals from an adequate number ofknown qualified suppliers and provide them with sufficient time to respond to the solicitation. The definitions ofadequate number of"known qualified suppliers" and "sufficient time toi respond" are dependent on the circumstances. 3. Scope of Project Requirements. Prior to submission of the request for proposals for professional services as an agenda item for approval by the Council, the Purchasing Officer shall submit to the Town written project requirements indicating the nature and scope oft the professional services needed, including but not limited to the following; the general purpose oft the services or study; the objectives oft the study or services; estimated period of time needed for the services or the study; the estimated cost oft the service or study; whether the proposed study or service would or 5 would not duplicate any prior or existing study or services; list of current contracts or prior services or studies which are related to the proposed study or service; and the desired qualifications, listed in order ofimportance; oft the person or firm applicable to the scope and nature of the services requested. written project requirements as approved by the Town Council to all persons on the mailing list who have indicated an interest in being considered for the performance of such professional services and to any additional persons as the Purchasing Officer or Town deems desirable. The written project requirements shall include a statement oft the relative importance ofe each oft the requirements. The project requirements shall be accompanied by an invitation to such persons to submit an indication of interest in performing the required services, and by notification of the date and time when such indications ofinterest are due. This date shall not be less than twelve (12) calendar days from the date of public notice which the Purchasing Officer shall publish in at least one daily newspaper of general circulation where the project is located and in ai nearby federal Office of Management and Budget (OMB) designated metropolitan statistical area (MSA). Alternatively, the Town may substitute the above notice with any solicitation procedure which generates at least three responsible and responsive bids or proposals which can be considered. However, ift three responsible and responsive bids or 4. Distribution of Project Requirements. The Purchasing Officer shall distribute the proposals are not received, the procurement will be invalid. 5. Modification Prohibition. After the publicized submission time and date, indications of interest shall not be modified or allowed to be modified in any manner except for correction of clerical errors or other similar minor irregularities as may be allowed by the Selection Committee prior to making its selection oft those best qualified to be formally interviewed. 6. Reuse ofExisting Plans. There shall be no public notice requirements or utilization of the selection process as provided ini this section for projects in which the Town is able to reuse existing plans from a prior project. However, public notice of any plans which are intended to be reused at some future time shall contain a statement which provides that the plans are subject to reuse. complexity and expense oft the professional services to be contracted, the Town may determine whether a three-member or five-member selection committee will best serve the needs ofthe Town 7. Selection Committee Membership and Evaluation. Depending on the expected Council. a. b. Three Member Committee Composition. Membership ofa a three-member Five Member Committee Composition. Membership of a five-member selection selection committee shall be appointed by the Council President or its designee. committee shall be appointed by the Council President or its designee. 8. Selection Committee Evaluation. Only written responses of statements of qualifications, performance data, and other data received in the purchasing office by the publicized submission time and date shall be evaluated. Only those respondents who are determined to be best qualified based upon the evaluation of written responses and selected for formal interview may submit additional data. From among those persons evidencing, by timely submission of written responses, an interest in performing the services the Selection Committee shall: prepare an alphabetical list oft those persons determined by the Selection Committee to be qualified, interested and available; and designate no less than three persons on the alphabetical list considered by the Selection Committee to be best qualified to perform the work required. 6 9. Shortlisting. If determined by the Selection Committee, the best qualified respondents shall be based upon the Selection Committee's ability to differentiate qualifications applicable to the scope and nature oft the services to be performed. The Selection Committee shall determine qualifications, interest, and availability by reviewing the written responses that express an interest in performing the services, and by conducting formal interviews ofr no less than three selected respondents that are determined tol be best qualified based upon the evaluation of written responses. The determination may be based upon, but not limited to, the following considerations: a. b. C. competence, including technical educational and training, experience in the kind availability of adequate personnel, equipment and facilities, the extent of repeat where applicable: (i) the relationship of construction costs estimates by the ofproject tol be undertaken, business of the persons, and person to actual cost on previous projects; (ii) current workload and financial responsibilities; (iri) ability to observe and advise whether plans and specifications are complied with; (iv) record of professional accomplishments,) proximity to the project involved; and (vi) ability to 10. Interview and Town Council Approval. After conducting the: formal interviews, the Selection Committee shall list the respondents interviewed in order of preference based upon the considerations listed in subsection (3 and 9) above. The respondents SO listed shall be considered tol be the most qualified and shall be listed in order of preference starting at the top of the list. The list oft best qualified persons shall be forwarded to the Town Council for approval prior to beginning contract design an approach and work plan to meet the project requirements. negotiations. Negotiation sequence shall be based on the order of preference. 11. Shortlisting and interviews may be deferred ift the selection committee deems that a respondent meets all criteria for negotiation and is in the best interest oft the Town and its project due tot time considerations. 12. Negotiation Staff. Contract negotiations shall be conducted by the Purchasing Officer unless the Council President directs that negotiations be conducted by a Negotiation Committee. G. Negotiation. 1. The Purchasing Officer or the Negotiation Committee shall negotiate a contract with the firm considered to bei the most qualified to provide the services at compensation and upon terms which the Purchasing Officer or the Negotiation Committee determines tol be fair and reasonable to the Town. Ini making this decision, the Purchasing Officer or the Negotiation/ Committee shall take into account the estimated value, the scope, the complexity, and the professional nature oft the services to be rendered. 2. As a part oft the negotiation, the Purchasing Officer or the Negotiation Committee shall conduct a cost analysis, including evaluation of profit, based on a cost breakout by the firm ofits proposed price. Should the Purchasing Officer or the Negotiations Committee be unable to negotiate a satisfactory contract with the firm considered to be the most qualified, negotiations with that firm will be formally terminated. The Purchasing Officer or the Negotiation Committee shall then undertake 7 negotiations with the second most qualified firm. Failing accord with the second most qualified firm, the Purchasing Officer or the Negotiation Committee shall formally terminate negotiations, and then shall undertake negotiations with the third most qualified firm. Should the Purchasing Officer or the Negotiation Committee be unable to negotiate a satisfactory contract with any of the selected firms, the Selection Committee shall select additional firms in order oftheir competence and qualifications, and the Purchasing Officer or Negotiation Committee shall continue negotiations in accordance with this section until an agreement is reached or until a determination has been made not to contract for H. Other Competitive Sealed Proposals (Purchase of Goods and Services, Construction Services, and any other purchase other than the engagement of consultants covered under Section 287.055, services. Florida Statutes). 1. Conditions for Use. All contracts required by Section IV-E to be awarded by competitive sealed proposals that are: not for the procurement of professional architectural, engineering, landscape architectural, and land surveying services, will be awarded according to the provisions of this section. 2. Consultant's Competitive Negotiation Act. Professional services within the scope of the practice ofa architecture, professional engineering, landscape architecture, or registered land surveying, as defined under the Consultant's Competitive Negotiation Act (Section 287.055, Florida Statutes), shall be secured under the provisions of Section IV-E. 3. solicitation. 4. Town Council on Approval. Proposals anticipated to exceed the threshold established in Section IV-A-3 for Competitive sealed Proposals shall be approved by the Town of Sneads prior to Public Notice. Adequate public notice oft the Request for Proposal shall be given in the same manner as provided in subsection IV-D-3 of this Policy for competitive sealed bidding. Notice shall also be sent to those vendors and contractors on the Town's MBE/WBE solicitation list. The Town shall solicit proposals from an adequate number of qualified sources as the facts and circumstances permit. 5. 6. 7. Evaluation Factors. The Request for Proposals shall state the relative importance of Proposal Cancellation or Postponement. The Purchasing Officer may, prior toa Revisions and Discussions with Responsible Offerors. As provided in the Request for criteria outlined in the scope ofs services, fee proposal, and other evaluation. proposal opening, elect to cancel or postpone the date and/or time for proposal opening or submission. Proposals, and under regulations promulgated by the Town of Sneads Town Council, discussions may be conducted with responsible offerors who submit proposals determined to be qualified of being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to, the solicitation requirements. Offerors shall be accorded fair and equal treatment with respect to any opportunity for discussion and revision of proposals, and such revisions may be permitted after submission and prior to award for the purpose ofobtaining the best and final offers. In conducting discussions, there shall be no disclosure of any information derived from proposals submitted by competing offers. The Purchasing Officer shall prepare a written summary of the proposals and make written recommendation ofaward to the Town Council. As a part oft the recommendation, the 8 Purchasing Officer shall conduct a cost analysis, including evaluation ofprofit, based on a cost breakout by the firm ofi its proposed price. 8. Award. Award shall be made by the Town Council to the lowest responsive and responsible offeror whose proposal is determined in writing to be the most advantageous to Town of Sneads, taking into consideration the evaluation factors set forth in the Request for Proposals. I. Sole Source Purchases 1. Sole Source Certification. A contract may be awarded for a supply, service material, equipment, or construction item(s) without competition when the Purchasing Officer, with the concurrence of the Municipal Clerk, certifies in writing, after conducting a good faith review of available sources, that there is only one available source for the required material, supply, service equipment, or construction item(s). Such awards will be made within the authorized procurement levels and be placed on the agenda for Town Council approval with clarification that the vendor has been determined to be a sole source. When a purchase exceeds ($25,000) it will require prior approval of the Town Council. 2. Conditions for Use. All contraçts required by Section IV-E to be awarded by competitive sealed proposals that are. not for the procurement of professional architectural, engineering, landscape architectural, and land surveying services, will be awarded according to the provisions of this section when only one: source. has responded to the solicitation for goods or services, after solicitation of several sources competition is determined to be inadequate and the use of Soule Source Purchase has been approved by the pass through Non-Federal Entity. This procurement method shall never be used to circumvent open and fair competition. 3. Consultant's Competitive Negotiation Act. Professional services within the scope of the practice ofarchitecture, professional engineering, landscape architecture, or registered land surveying, as defined under the Consultant's Competitive Negotiation Act (Section 287.055, Florida Statutes), shall be secured under the provisions of Section IV-E. 4. solicitation. 5. Town Council on Approval. Proposals anticipated to exceed the threshold established in Section IV-A-3 for Competitive sealed Proposals shall be approved by the Town of Sneads prior to Public Notice. Adequate public notice of the Request for Proposal shall be given in the same manner as provided in subsection IV-D-3 ofthis Policy for competitive sealed bidding. Notice shall also be sent to those vendors and contractors on the Town's MBE/WBE solicitation list. 6. 7. 8. Evaluation Factors. The Request for Proposals shall state the relative importance of Proposal Cancellation or Postponement. The Purchasing Officer may, prior to a Revisions and Discussions with Responsible Offerors. As provided in the Request for criteria outlined in the scope ofs services, fee proposal, and other evaluation. proposal opening, elect to cancel or postpone the date and/or time forj proposal opening or submission. Proposals, and under regulations promulgated by the Town of Sneads Town Council, discussions may be conducted with responsible offerors who submit proposals determined to be qualified ofbeing selected for award for the purpose ofclarification to assure full understanding of, and responsiveness 9 to, the solicitation requirements. Offerors shall be accorded fair and equal treatment with respect to any opportunity for discussion and revision of proposals, and such revisions may be permitted after submission and prior to award for the purpose of obtaining the best and final offers. In conducting discussions, there shall be no disclosure of any information derived from proposals submitted by competing offers. The Purchasing Officer shall prepare a written summary oft the proposals and make written recommendation of award to the Town Council. As aj part oft the recommendation, the Purchasing Officer shall conduct a cost analysis, including evaluation of profit, based on a cost breakout by the firm ofi its proposed price. 9. Award. Award shall be made by the Town Council to the lowest responsive and responsible offeror whose proposal is determined in writing to be the most advantageous to Town of Sneads, taking into consideration the evaluation factors set forth in the Request for Proposals J. Cooperative Purchasing 1. State Contracts. The Purchasing Officer is authorized toj purchase goods or services for any dollar amount from authorized vendors listed on the respective state contracts oft the Department of General Services, subject otherwise to the: requirements of this Policy. 2. Other Governmental Units. The Purchasing Officer shall have the authority to. join other units of government in cooperative purchasing ventures when the best interest oft the Town would be served thereby, and the same is in accordance with this Policy and with the Town, Federal and State Law. K. Bid Protest 1. Right to Protest. Any actual prospective bidder, offeror, or contractor who is aggrieved in connection with the solicitation or award of contract may protest to the Town Council. Protestors shall seek resolution of their complaints initially with the Purchasing Officer and secondly with the Clerk ofCourts prior to protesting to the Town Council. 2. Filing a Protest. Any person who is affected adversely by the decision or intended decision of the Town shall file with the Purchasing Officer ai notice of protest in writing within 72 hours after the posting ofbid tabulation or after receipt of the notice ofintended decision and file a formal written protest within 10 calendar days after he/she filed the notice of protest, Failure to filea a notice of protest or failure to file a formal written protest shall constitute a waiver of proceedings under this section. A written protest is filed with the Town when it is delivered to and received in the office ofthe Purchasing Officer. 3. The notice of protest shall contain at a minimum: the name of the bidder; the bidders address and phone number; the name oft the bidder's representative to whom notices may be sent; the name and bid number of the solicitation; and al brief factual summary ofthe basis oft the protest. 4. The formal written protest shall identify the protestant and the solicitation involved; include aj plain, clear, statement ofthe grounds on which the protest is based; refer to the statutes, laws, ordinances, or other legal authorities which the protestant deems applicable to such grounds; and specifically request the relief to which the protestant deems himselfentitled by application of such authorities to such grounds. 10 5. The protestant shall mail a copy oft the notice of protest and the formal written protest to any person with whom he/she isi in dispute. 6. Settlement and Resolution. The Purchasing Officer shall, within 14 days of the formal written protest, attempt to resolve the protest prior to any proceedings arising from the position. Provided, however, ifsuch settlement will have the effect of determining a substantial interest of another party or business, such settlement must be reached in the course of the proceedings provided herein. 7. Protest Proceedings. Ifthe protest cannot be resolved by mutual agreement, the Purchasing Officer shall conduct or designate another to conduct a protest proceeding pursuant to the following procedures: 8. Protest Proceeding Procedures a. received. b. The presiding officer shall give reasonable notice to all substantially affected persons or businesses. Otherwise petitions to intervene will be considered on their merits as At or prior to the protest proceeding, the protestant may submit any written or physical materials, objects, statements, or affidavits, and arguments which he/she deems relevant to the issues raised. C. In the proceeding, the protestant, orl his/her representative or counsel, may also make an oral presentation ofh his evidence and arguments. However, neither direct nor cross examination ofwitnesses shall be permitted, although the presiding officer may make whatever inquiries he/she deems pertinent to a determination of the protest. d. Thej judicial rules of evidence shall not apply, and the presiding officer shall base his/her decision on such information given in the course of the proceeding upon which reasonable prudent persons rely in the conduct oftheir affairs. e. Within seven (7) working days of the conclusion oft the proceeding, thè presiding officer shall render a decision which sets forth the terms and conditions ofany settlement reached. Such decision of the presiding officer shall be conclusive as to the recommendation to the Town Council. shall bear the expense of such recording. f. g. h. i. Any party may arrange for the proceedings to be steno graphically recorded and Intervener. The participation ofinterveners shall be governed by the terms of the Time Limits. The time limits in which protests must be filed as provided herein Entitlement to Costs. In no case will the protesting bidder or offeror be entitled order issued ini response to a petition to intervene. may be altered by specific provisions in invitation for bids or request for proposal. toa any costs incurred with the solicitation, including bid preparation costs and attorney's fees. 11 9. Stay of Procurement During Protests. In the event ofa a timely protest under Subsection A ofthis section, the Purchasing Officer shall not proceed further with the solicitation or award ofthe contract until all administrative remedies have been exhausted or unless the Town Council makesa determination that the award ofa contract without delay is necessary to protect the substantial interest oft the Town. L. Contract Claims 1. Authority oft the Purchasing Officer to Settle Bid Protests and Contract Claims. The Purchasing Officer is authorized to settle any protest regarding the solicitation or award ofan Town contract, or any claim arising out ofthe performance of an' Town contract, prior to an appeal to the Town Council or the commencement of an action in a court of competent jurisdiction, but may not settle any such protest or claim for consideration of $1,000.00 or greater in value without prior approval of the Town Council. 2. Decision of the Purchasing Officer. All claims by a contractor against the Town relating to a contract, except bid protests, shall be submitted in writing to the Purchasing Officer for a decision. The contractor may request a conference with the Purchasing Officer on the claim. Claims include, without limitation, disputes arising under a contract, and those based upon breach of contract, mistake, misrepresentation, or other cause for contract modification or resclss10n. 3. Notice to the Contractor ofthe Purchasing Officers Decision. The decision ofthe Purchasing Officer shall be promptly issued in writing and shall be immediately mailed or otherwise furnished to the contractor. The decision shall state the reasons for the decision reached and shall inform the contractor ofhis appeal rights under Subsection D oft this section. 4. Finality of the Purchasing Officer Decision: Contractor's Right to Appeal. The Purchasing Officers decision shall be final and conclusive unless, within 10 calendar days from the date ofreceipt oft the decision, the contractor files a notice of appeal with the Town Council. decision regarding any contract controversy within fourteen calendar days after receipt of a written request for a final decision, or within such longer period as may be agreed upon between the parties, 5. Failure to Render Timely Decision. Ift the Purchasing Officer does not issue a written then the aggrieved party may proceed as ifal)/ adverse decision had been issued. M. Remedies For Solicitation Or Awards In Violation OfLaw 1. Prior to Bid Opening or Closing Date for Receipt ofl Proposals. Ifp prior to the bid opening or the closing date for receipt of proposals, the Purchasing Officer after consultation with the Town Attorney, determines that solicitation is in violation of federal, state, or local law or ordinance, then the solicitation shall be canceled or revised to comply with applicable law. 2. Prior to Award. Ifafter bid opening or the closing date for receipt of proposals, but prior to the award contract, the Purchasing Officer after consultation with the Town Attorney, determines that as solicitation or aj proposed award ofa contract isi in violation of federal, state, or municipal law or ordinance, then the solicitation or proposed award shall be canceled. 3. After Award. If, after award, the Purchasing Officer after consultation with and approval ofthe Town Attorney, determine that a solicitation or award of a contract was in violation of 12 applicable law or ordinance, then: ifthe person awarded the contract has not acted fraudulently or in bad faith: the contract may be ratified and affirmed, provided it is determined that doing so isi in the best interest of the Town; or, the contract may be terminated, and the person awarded the contract shall be compensated for actual costs reasonably incurred under the contract plus a reasonable profit, but excluding attorney's fees, prior to termination; ori ift the person awarded the contract has acted fraudulently or in bad faith: the contract may be declared null and void or voidable, ifs such action is in the best interest ofthe Town, or the vendor's potential violation oflaw will be referred to the local, state or federal authority for prosecution. V. CONTRACT ADMINISTRATION A. Contract Provisions 1. Standard Contract Clauses and Their Modification. The Town after consultation with the Town Attorney, may establish standard contract clauses for use in Town contracts. However, the Purchasing Officer may, upon consultation with the Town Attorney, vary any such standard contract clauses for any particular contract. 2. In addition to other provisions required by a federal agency or the non-federal entity, all contracts made by the non-federal entity under ai federal award must contain certain provisions, as applicable. Those provisions are hereby incorporated as Attachment A to this Policy. 3. Contract Clauses. All Town contracts for supplies, services, and construction shall include provisions necessary to define the responsibilities and rights of the parties to the contract. The Purchasing Officer after consultation with the Town Attorney, may propose provisions appropriate for supply, service, or construction contracts, addressing among others the following subjects: (i) the unilateral right oft the Town to order, in writing, changes in the work within the scope oft the contract; (i) the unilateral right of the Town to order in writing temporary stopping the work or delaying performance that does not alter the scope of the contract due to variations occurring between estimated quantities of work in contract and actual quantities; defective pricing, time of performance and liquidated damages or specified excuses for delay or nonperformance; (iii) termination of the contract for default; (iv) termination oft the contract in whole or inj part for the convenience ofthe Town; (v)suspension of work on a construction project ordered by the Town; (vi) site conditions differing from those indicated in the contract, or ordinarily encountered, except that a differing site conditions clause need not included in a contract when the contract is negotiated, when the contractor provides the site or design; or when the parties have otherwise agreed with respect to the risk of differing site conditions; (vii) value engineering proposals; (viii) remedies; (ix) access to records/retention records; (x) environmental compliance; (xi) prohibition against contingency fees; (xii) insurance to bej provided by contractor covering employee property damage, liability and other claims, with requirements of certificates ofinsurance any cancellation clauses; (xiii) bonding requirements as set by the Town Council; and (xiv) causes of and authorization for suspension of contract for improper contractor activity. B. Price Adjustments Method of Price Adjustment. Adjustments in price during the term ofa contract shall be computed in one or more of the following ways upon approval by the Town: 13 1. by agreement on a fixed price adjustment before adjustment before commencement of the pertinent performance or as soon thereafter as practicable. 2. 3. 4. by unit prices specified in the contract or subsequently agreed upon amount. by costs attributable to the events or situations under such clauses with adjustment of in such other manner as the contracting parties may mutually agree; or in the absence of profit or fee, all as specified in the contract or subsequently agreed upon by the Town; agreement by the parties, by a unilateral determination by the Town oft the costs attributable to the events or situations under such clauses with adjustment of profit or fee as computed by the Town, subject to provisions oft this section. 5. Costs or Pricing Data Required. A contractor shall be required to submit cost or pricing data ifany adjustment in contract price is subject to the provisions of this section. C. Change Orders/Contract Amendments 1. Change orders and contract amendments, which provide for the alteration of the provisions of a contract may be approved by an appropriate person based upon the dollar value ofthe change or amendment. 2. appropriate level of approval. The purchasing categories thresholds designated in Section IV-A shall govern the D. Assignments Of Contracts No agreement made pursuant to any section of this Policy shall be assigned or sublet as a whole or in part without the written consent ofthe Town nor shall the contractor assign any monies due or to become due to the contractor hereunder without the previous written consent oft the Town. VI. RIGHT7 TO INSPECT PLANT The Town may, at its discretion, inspect the part of the plant or place of business ofa contractor or any subcontractor which is related to the performances of any contract awarded, or to be awarded, by the Town. The right expressed herein shall be included in all contracts or subcontracts that involve the performance of any work or service involving the Town. VII. RIGHTS OF THE TOWN COUNCIL Nothing in this Policy shall be deemed to abrogate, annual, or limit the right oft the Town Council, in the best interests oft the Town, toi reject all bids received in response to a request, to determine in its sole discretion the responsiveness and responsibility of any bidder, to approve and authorize or to enter into any contract it deems necessary and desirable for the public welfare, or to vary the requirements of the Policy in any instance when desirable for the public good. Any actions taken by the Town Council will not violate federal code, state statutes or program requirements. 14 VIII. TOWN PROCUREMENT RECORDS A. Contract File. All determinations and other written records pertaining to the solicitation, award, or performance ofa contract shall be maintained for the Town in a contract file. B. Retention of Procurement Records. All procurement records shall be retained and disposed of by the Town in accordance with records retention guidelines and schedules established by the State of Florida and Federal Guidelines. For Federal Grant Funded related activities that retention period is at a minimum, six years. This retention will follow the individual grant guidance. IX. SPECIFICATIONS A. Maximum Practicable Competition 1. 2. All specifications shall be drafted toj promote overall economy and encourage competition in satisfying the Town needs and shall not be unduly restrictive. This Policy applies to all specifications including, but not limited to, those purchases for the Town by architects, engineers, designers, and draftsmen. Use of Brand Name or Equivalent Specifications B. 1. Use. Brand name or equivalent specifications may be used when (i) the Town determines that no other design, performance, or qualified product list is available; (ii) time does not permit the preparation ofa another form of purchase description, not including a brand name specification; (iri) the nature oft the product or the nature oft the Town requirements makes use ofa brand name equivalent specifications suitable for the procurement; or (iv) use of brand name or equivalent specification is in the Town's best interest. 2. Designation of Several Brand Names. Brand name or equivalent specifications shall seek to designate three or as many different brands as are practicable, as alternative products to those designated which may be considered for award. 3. 4. Required Characteristics. The brand name or equivalent specifications shall includea a Nonrestrictive Use of] Brand Name or Equivalent Specifications. Where a brand name description of the particular design, functional, or performance characteristics required. or equivalent specification is used in a solicitation, the solicitation shall contain explanatory language that the use ofal brand name is for the purpose of describing the standard of quality, performance, and characteristics desired and is not intended to limit or restrict competition. 5. Determination of Equivalents. Any prospective bidder may apply, in writing, for aj pre- bid determination of equivalence by the Purchasing Director. Ifsufficient information is provided by the prospective bidder, the Purchasing Director may determine, in writing and prior to the bid opening time, that the proposed product would be equivalent to the brand name used in the solicitation. equivalent products must include in their bid submittal the manufacturer's specifications for those products. Brand names and model numbers are used for identification and reference purposes only. 6. Specifications of Equivalents Required for Bid Submittal. Vendors proposing 15 C. Brand Name Specifications 1. Use of Brand Name Specifications. Since the use ofa brand name specification is restrictive of product competition, it may be used only when the Purchasing Director makesa determination that only the identified brand name item will satisfy the Town needs. 2. Competition. The Purchasing Director shall seek to identify sources from which be designated brand name item or items can be obtained and shall solicit such. Sources to achieve whatever degree of price competition is practicable. Ifonly sole source can supply the requirement, the procurement shall be made under section IV-F, Sole Source Purchases. X. ETHICS IN PUBLIC CONTRACTING A. Criminal Penalties. To the extent that violations oft the ethical standards of conduct set forth in this section constitute violations oft the State Criminal Code they shall be punishable as provided therein. Such penalties shall be in addition to civil sanctions set forth in this part. B. Employee Conflict of] Interest. 1. Participation. It shall be unethical for any Town employee, officer, or agent to participate directly or indirectly in a procurement or administration of a contract. A conflict ofi interest would arise when any condition defined in Section 2CFR 200.318(i) occurs, including but not limited to: a. b. C. d. the Town employee, officer, or agent; any member ofi its immediate family; their partner; or an organization which employs, or is about to employ, any of the above, has a financial or other interest in the firm selected for the award. C. The officers, employees or agents will neither solicit nor accept gratuities, favors or anything of D. The Town shall maintain these written standards of conduct covering conflicts ofinterest and governing the actions ofi its employees engaged in the selection, award, and administration of contracts. No employee, officer, or agent may participate in the selection, award, or administration ofa contract supported by a federal award ifhe or she has ai real or apparent conflict ofinterest. Such a conflict ofinterest would arise when the employee, officer, or agent, any member ofi its immediate family, its partner, or an organization which employs ori is about to employ any ofthe parties indicated herein, has a financial or other interest in or a tangible personal benefit from a firm considered for a monetary value from contractors, potential contractors, or parties to the agreements. contract. E. Section 2 CFR 200.318(c)(2) is not applicable to the Town. 16 F. Blind Trust. Any Town employee, officer or agent or any member ofh his family who holdsa financial interest in a disclosed blind trust shall not be deemed to have a conflict ofinterest with regard to matters pertaining to that financial interest. G. Contemporaneous Employment Prohibited. Itshall be unethical for any Town employee who is participating directly or indirectly in the procurement process to become or to be, while a' Town employee, the employee ofany person contracting with Town of Sneads. H. Use ofConfidential Information. Its shall be unethical for any employee knowingly to use confidential information for actual or anticipated personal gain, or for the actual or anticipated personal gain of any other person Gratuities and Kickbacks. Gratuities. I. It shall be unethical for any person to offer, give, or agree to give any Town employee, officer, or agent to solicit, demand, accept, or agree to accept from another person, a gratuity or an offer of employment in connection with the decision, approval, disapproval, recommendation, or preparation of any part ofa! program requirement or aj purchase request, influencing the content of any specification or procurement standard rendering ofa advice, investigation, auditing, or performing in any other advisory capacity in any proceeding or application request for ruling, determination, claim or controversy, or other particular subcontract, or to any solicitation or proposal therefore. J. Kickbacks. Its shall be unethical for any payment, gratuity, or offer of employment to be made by or on behalfofa subcontractor under a contract to the prime contractor or higher tier subcontractor or any person associated therewith, as an inducement for the award of a subcontract or order. K. Contract Clause. The prohibition against gratuities and kickbacks prescribed in this Section shall be conspicuously set forth in every contract and solicitation. L. Sanctions. 1. Employee Sanctions. Upon violation of the ethical standards by an employee, officer or agent oft the Town, or other appropriate authority may impose one or more appropriate disciplinary actions as defined in the Town Personnel Rules and Regulations, up to and including termination of employment; and may request investigations and prosecution. 2. Non-employee Sanctions. The Town Council may impose any one or more oft the following sanctions on ai non-employee for violation of the ethical standards: (i) written warnings; (ii) termination of contracts; or (ini) debarment or suspension from the Bid List as provided in Section XV. 17 M. Recovery of Value Transferred or Received in Breach of Ethical Standards. The value of anything being transferred or received in breach of the ethical standards ofthis Policy by any Town employee or non-employee may be recovered from both the Town employee and non- employee. N. Recovery of Kickbacks by Town of Sneads. Upon a showing that a subcontractor made al kickback to aj prime contractor or a higher tier subcontractor in connection with the award of a subcontract or order thereunder, it shall be presumed that the amount thereof was included in the price oft the subcontract or order and ultimately borne by the Town and will be recoverable thereunder from the recipient. In addition, that amount may also be recovered from the subcontractor making such al kickback. Recovery from one offending party shall not preclude recovery from other offending parties. XI. FEDERAL POLICY NOTICE A. Patents. Ifa contract involving research and development, . experimental, or demonstration work is being funded in whole or in part by assistance from a federal agency, then the contract shall include the following provisions: 1. Notice To Contractor. The contract shall give notice to the contractor ofthe applicable Town requirements and regulations concerning reporting, and rights to, any discovery or inventions arising out oft the contract. 2. work. B. Notice By Contractor. The contract shall require the contractor to include a similar provision in all subcontracts involving research and development, experimental, or demonstration Notice ofFederal Public Policy Requirements. 1. a. b. C. d. e. f. Applicability. Ifthe contract is being funded in whole or in part by assistance from any federal agency, the contract is subject to one or more federal public policy requirements such as: equal employment opportunity; affirmative action; fair labor standards; energy conservation; environmental protection; or other similar socio-economic programs. 18 2. Notice. The Purchasing Director shall include ini the contract all appropriate provisions giving the contractor notice of these requirements. Where applicable the Purchasing Director shall include in the contract provisions the requirement that the contractor gives similar notice to all ofits subcontractors. XII. PAYMENT: TO VENDORS 89-297, Florida Statutes. All payment to vendors shall also be in accordance with the amended "Prompt Payment Act", Chapter XIII. MINORITY BUSINESS ENTERPRISE PARTICIPATION PROGRAM 1. Purpose and Scope. The purpose oft the Minority Business Enterprise Program is to enhance the participation of qualified minority and women-owned businesses inj providing goods and services and construction contracts required by the Town Council. This program describes procedures to accomplish this purpose and to monitor and evaluate progress. All Department and Divisions under the jurisdiction ofthe Town Council are responsible fori implementing this program. 2. Policy Statement. It is the policy goal oft the Town that two percent (2%) of the Town Council approved procurement as contained with both operating and capital improvement budgets (exclusive ofin- house services and construction) shall be identified and let through the competitive bid process to minority and women businesses and persons. 3. The program is based on an in-depth evaluation of all actual as well as projected procurement (CIPs, equipment, commodities, and services) and on the marketplace. Procurement identified to establish a base for this program is not limited to those items only. This evaluation is the main factor in building a realistic program with attainable targets. 4. All department and divisions under the jurisdiction oft the Town Council are responsible fori implementing this program and for making every reasonable effort to utilize MBE's and WBE's when opportunities are available. The Purchasing Officer will take the lead role in this process by Regarding the implementation ofthis Policy, it is the Town Council's intent to foster economic development in the Town's area by establishing its MBE goals based on availability ofminority and women-owned businesses located within the Town. This is in no way intended to limit or restrict competition. Rather, availability ofarea companies will be used to guide MBE goals. Such geographical preferences may be adjusted, amended, or repealed by the Town Council, with or without taking active steps to encourage minority or women-owned businesses. aj public hearing, as deemed necessary. 5. Definition. Minority Business Enterprise (MBE) as used herein, means a business that is owned and controlled at least 51% by one or more minority persons (MBE) or by one or more women (WBE) and whose management and daily operations are controlled by one or more such persons. 6. 7. Administrative Responsibilities. The Purchasing Officer is responsible for the coordination oft the Minority Business Enterprise Program and registration. Capital Improvement Projects. The Purchasing Officer and an appropriate department representative shall review each proposed project or bid to determine potential for utilization of MBE/WBEs and report their finds to the Town Council. This review is based on known availability of 19 capable MBE/WBES ini the area in relation to the scope of the bid package and considers how a project might be broken down into sub-bids. 8. Pre-Bid Activity. Language regarding the Minority Business Enterprise Program will be inserted into bid specifications to assure that prospective bidders are aware ofai requirement to make good faith efforts to utilize MBE/WBE's, specifically: (i) dividing total requirements, when economically feasible, into smaller tasks or quantities toj permit maximum participation by small and establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; (iii) using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency oft the Department of Commerce; and (iv) requiring the prime contractor, ifs subcontracts are to be let, to take the affirmative steps listed inj paragraphs in this section. for minority and women owned businesses will be notified in writing regarding pre-bid conferences where information on project scope and specifications will be presented, along with other types of minority businesses, and women's business enterprises; (ii) 9. Registered MBE/WBEs, the Minority Contractors Association and other organizations technical assistance. 10. Upon request available plans and specification will be provided tol MBE/WBE 11. Majority (prime) contractors on a bid list will be sent a letter outlining the Minority Business Enterprise Program procedures, the supportive documentation required for submittal with associations along with any special instructions on how to pursue bids. their bid, and a list of MBE/WBE contractors on the bid list. 12. Prior to award the Prime Contractor must provide documentation on attempts to solicit 13. The Prime Contractor attempts to utilize MBE/WBE firms during the project must be documented as part ofthe Prime's contract award responsibilities under this program. Documentation toi include but not limited to requests for bids, bids received and justification for not utilizing MBE/WBE firms when bid amounts received are comparable. Failure tol keep these commitments will be deemed noncompliance with the contract and may result in al breach of contract. participation from MBE/WBE firms. 14. Contractor Responsibilities. a. Contractors must indicate all MBE/WBES contacted for quotes regarding a particular scope of work and submit a completed "Intent to Perform" sheet containing information and documentation obtained from each MBE/WBES. b. Acontractor who determines that an. MBE/WBES, named in the bid submittal is unavailable or cannot perform, will request approval from the Purchasing Officer to name an acceptable alternate. Such requests will be approved when adequate documentation ofo cause for the change is presented by the contractor. C. A contractor's MBE/WBE plan will utilize MBE/WBES to perform commercially useful functions in the work bid. A MBE/WBE is performing a commercially 20 useful function when it is responsible for the management and performance ofa distinct element of the total work. d. Contractors are required to make good faith efforts to obtain MBE/WBE participation when SO stipulated by bid specifications and/or contracts. Ifthese efforts are unsuccessful, the contractor will submit ai non-availability or refusal to participate and will request waiver of MBE/WBE participation. e. The contractor who is the successful bidder will attend pre-construction conferences with appropriate Town representatives to review the project scope and the MBE/WBE utilization plan. f. The contractor who is the successful bidder must request a change order for any modification to the MBE/WBE plan. Change orders require Town Council approval and are contingent on contractor documentation ofMBE/WBE involvement ini the change requested and documentation of cause for these changes. 15. MBE/WBE Contractor Responsibilities. the Minority Business Enterprise Program. a. b. submitted bids. MBE/WBES must register with the Purchasing Officer in order to participate in MBE/WBEs should attend pre-construction conferences to obtain information and technical assistance on project end bid procedures in which they (MBE/WBES) have 16. Joint Venture Responsibilities. a. b. All joint ventures between minority and non-minority contractors must meet the The use by MBE/WBES or prime contractors of"minority fronts" or other "joint venture" definition included in the policy. fraudulent practices which subvert the true: meaning and spirit ofthe Minority Business Enterprise Program will not be tolerated and may result in termination of participation. C. Ajoint venture consisting ofminority and non-minority business enterprise will be credited with MBE/WBE participation on the basis of the percentage of the dollar amount of 17. Contracts subject to this Policy shall contain provisions stating that liquidated damages may be assessed against the general contractor and/or the MBE/WBE firm for violations ofthis Policy on. MBE/WBE specifications in the contract(s). Such liquidated damage provisions shall be in a form the work to be performed by the MBE/WBEs. approved by the Town Council. 18. Fulfilling MBE/WBE Participation Requirements. For the purpose of this Policy, a general contractor may utilize the services ofa an MBE/WBE subcontractor, manufacturer, and/or supplier in estimating and satisfying the scope of work, provided that written contractagreement is executed between the general contractor and the subcontractor, manufacturer, and/or the supplier. 21 XIV. PAYMENT A. Payment will be expedited by the Town Council within thirty (30) days upon completion and acceptance oft the project. Special consideration may be given to hardship cases upon notification by B. The Town will provide work progress payments to all businesses at the completion and subsequent acceptance by Town Council representative within various stages of aj particular project. MBE/WBEs. XV. WAIVER OF BID BOND REQUIREMENTS determined to be in the best interest oft the Town. The Town Council may ati its discretion waive any oft the requirements of this Section when iti is XVI. BIDLIST 1. 2. A bid list for the purpose oft bid solicitations shall be maintained by the Town. The list The Town staffr may remove firms from the bid list for any ofthe following reasons: (i) shall consist of firms that apply. consistent failure to respond to bidi invitations (three (3) consecutive instances) within the last eighteen-month period; or (ii) failure to update the information on file including address product or service description or business description. 3. The Town Council may remove firms from the bid list for the following reasons: (i) failure to perform according to contract provisions; (ii) conviction in a court ofl law of any criminal offense in connection with the conduct of business; (ii) clear and convincing evidence ofa violation of any federal or state anti-trust law based on the submission of bids or proposals or the awarding of contracts;(iv) clear and convincing evidence that a vendor has attempted to give a Town Council employee, officer, or agent a gratuity of any kind for the purpose ofinfluencing ai recommendation or decision in connection with any part oft the Town Council's purchasing activity; (v) violation or circumvention oft the Minority Business Enterprise Program; or (vi)other reasons deemed appropriate by the Town Council. XVII. REPORTING Records will be maintained reflecting participation ofl local minority and women owned businesses and the Purchasing Officer or appropriate person will report, at least annually, to the Town Council on the status oft the Minority Business Enterprise Program. XVIIL.BONDING REQUIREMENIS A. For construction or: facility improvement contracts or subcontracts exceeding the Simplified Acquisition Threshold, the Federal awarding agency or pass-through entity may accept the bonding policy and requirements of the non-Federal entity provided that the Federal awarding agency or pass- through entity has determined that the Federal interest is adequately protected. Ifs such a determination has not been made, the minimum requirements must be as follows: 22 1. A bid guarantee from each bidder equivalent to five percent oft the bid price. The "bid guarantee" must consist of a firm commitment such as a bid bond, certified check, or other negotiable instrument accompanying al bid as assurance that the bidder will, upon acceptance oft the bid, execute such contractual documents as may be required within the time specified. 2. A performance bond on the part oft the contractor for 100 percent ofthe contract price. A' "performance bond" is one executed in connection with a contract to secure fulfillment ofall the contractor's requirements under such contract. 3. Aj payment bond on the part oft the contractor for 100 percent oft the contract price. A "payment bond" is one executed in connection with a contract to assure payment as required by law of all persons supplying labor and material in the execution of the work provided fori in the contract. XIX. TIME AND MATERIAL CONTRACT NOT TO EXCEED Use of time and materials contracts will only occur when no other method of contracting is suitable, and the contract includes a ceiling price that the contractor exceeds at their own risk. XX. PERSONALLYIDENTIFIABLE INFORMATION, PROPRIETARY AND COPYWRITED MATERIALS All Personally Identifiable Information, bids that include proprietary and copyrighted materials, and any financial statements submitted by bidders will be kept secure and private. XXI. SEVERABILITY CLAUSE Each separate provision of this program is deemed independent of all other provisions herein sO that if any provision or provisions be declared invalid, all other provisions hereof shall remain valid and full force and effect. XXII. ACCESSIBILITY When applicable, procurement documents will be made available in compliance with Section 508. PASSED, APPROVED, AND ADOPTED by the Town Council oft the Town of Sneads, Florida on this the la'lay ofl March 2024. ATTEST: Sherri Griffin, TOWN OF SNEADS, FLORIDA Meule Mike Weeks, Council President Pha 23 ATTACHMENT A Appendix II tol Part 200 Contract Provisions for Non-Federal Entity Contracts Under Federal Awards: In addition to other provisions required by the Federal agency or non-Federal entity, all contracts made by the non-Federal entity under the Federal award must contain provisions covering the following, as 1. Contracts for more than the simplified acquisition threshold must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms 2. All contracts in excess of $10,000 must address termination for cause and for convenience by the non-Federal entity including the manner by which it will be effected and the basis for 3. Equal Employment Opportunity all contracts that meet the definition of' "federally assisted construction contract" in 41 CFR Part 60-1.3 must include the equal opportunity clause 4. Davis-Bacon Act - when required by Federal program legislation, all prime construction contracts in excess of$2,000 awarded by non-Federal entities must include aj provision for 5. Contract Work Hours and Safety Standards Act - where applicable, all contracts awarded by the non-Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include aj provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department ofLabor regulations (29 CFR Part 5). applicable: and provide for such sanctions and penalties as appropriate. settlement. provided under 41 CFR 60-1.4(b). compliance with the Davis-Bacon Act. 6. Rights to Inventions Made Under a Contract or Agreement where applicable, the recipient or subrecipient must comply with the requirements of37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, 7. Clean Air Act and the Federal Water Pollution Control Act contracts and subcontracts of amounts in excess of $150,000 must contain aj provision that requires the non-Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the 8. Debarment and Suspension - a contract award must not be made toj parties listed on the governmentwide exclusions in the System for Award Management (SAM). 9. Byrd Anti-Lobbying Amendment contractors that apply or bid for an award exceeding 10. Procurement of recovered materials - a non-Federal entity that is a state agency or agency ofa political subdivision and its contracts must comply with section 6002 ofthe Solid Waste Contracts and Cooperative Agreements." Clean Air Act and the Federal Water Pollution Contract Act. $100,000 must file the required certification. Disposal Act. 11.1 Prohibition of certain elecommunications and video surveillance services or equipment in 12. Domestic preferences for procurements requirements of2 CFR 200.322 must be included in all subawards including all contracts and purchase orders for work or products. 13. Prohibition on contracting for covered Telecommunications Equipment or Services. accordance with 2 CFR 200.216. Remainder of page intentionally left blank. 25 SERVICES AND PERFORMANCE AGREEMENT THIS Services and Performance Agreement ("Agreement") is entered into March 16th, 2024, between Sunrise Consulting Group ("SCG"), of 5957 Riviera Lane, New Port Richey Florida, 34655 and the Town of Sneads, aj political subdivision of the State of Florida ("Town"), of2028 3rd Ave, Sneads, FL. 32460. ACCORDINGLY, the parties agree: 1. Engagement Period. The Town shall engage SCG as a "consultant" for a period of 12 months (the "Engagement Period"). This Agreement will commence on March 16H,2024 Performance of Duties. SCG's duties will include, but are not limited to, the following: a) Disaster Rehabilitation Representation for City Facilities: SCG shall represent the Town before thel Florida Legislature, Executive Branch, Departments, and: stafftoa assist the Town in receiving the support and resources needed for post disaster recovery to b) Updates and Reporting: SCG will provide updates concerning meetings, C) Communication: SCG will be available to meet with the administrative team and staff. SCG may use email, telephone or in person meetings to communicate with the Town. SCG may ask to schedule a conference call as information becomes available, or issues develop that impact the priorities ofThe Town. SCG shall communicate immediately d) Required Registration: The Town shall complete all forms necessary to comply with Executive and Legislative Representation Registrations requirements under Florida Law that may arise because orsCosrepresentation during the term ofthis Agreement or after its Termination should reporting periods overlap. SCG shall register all meetings and legislation lobbied in accordance with Florida House of Representatives Compensation. SCG shall receive the following during the Engagement Period: a) Retainer: SCG will be paid $30,000.00 for the duration of this contract, to be paid in b) Payment: SCG shall send an invoice on the first business day ofe each month. Payment shall be made by Town no later than forty-five (45) days upon receipt. All payments shall be remitted to Sunrise Consulting Group Town 5957 Riviera Lane, New Port Richey, Florida 34655. All invoicing and payment terms will be governed by the and expire on March 15th, 2025. 2. municipal facilities. communications, or actions taken on behalfofThe' Town. when important information becomes available. Rule 17. 3. 121 monthly installments of $2,500.00 USD. applicable provisions of Part VII of Chapter 218, Florida Statutes, (the "Local c) Monthly Costs: Additional Costs directly attributable to the performance oft this work may be billed in addition to the retainer. These costs may include required registration fees, and other expenses incurred on! behalfofthe Town. Noi monthly costs in aggregate exceeding $100.001 may be incurred or deemed tol be due and owing without the Town's d) Either party may terminate this contract, the party seeking to terminate this contract must give written notice to the other party 14 days prior to the day of cancellation. Florida Government Agency Requirements. the Town is a "public agency" pursuant to Section 119.0701(1)(b), Florida Statutes, and Chapter 119, Florida Statutes, provides for certain contract requirements related to public records in each public agency contract for services. To be in compliance with the laws that govern public records in the State of a) SCG agrees to comply with Florida's public records law by keeping and maintaining public records that ordinarily and necessarily would be required by the TOWN: in order to perform the services under the Agreement by doing the following: upon the request oft the TOWN's Custodian of Public Records, providing the TOWN with copies ofo or access to public records on the same terms and conditions that the TOWN would provide the records and at a cost that does not exceed the cost provided by Florida law; by ensuring that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the term of this Agreement and following completion of the Agreement if SCG does not transfer the records to the TOWN; and upon completion of the Agreement by transferring, at no cost, to the TOWN all public records inj possession of SCG or by keeping and maintaining all public records required by the TOWN to perform the services. IfSCG transfers all public records toi the TOWN upon completion ofthe. Agreement, SCG shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. IfSCG keeps and maintains public records upon completion of the Agreement, SCG shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the TOWN, upon request from the TOWN's Custodian of Public Records, in a format that is compatible with the information technology systems ofthe b) Commencing January 1, 2021, the Contractor and each sub-contractor will verify the eligibility ofeach new employee to work by using the e-verify system. Government Prompt Payment Act"). prior approval. 4. Florida, the parties to this agreement hereby agree as follows: TOWN. 5. Representations and Warranties. SCG represents and warrants the following: a) Conflict with Other Clients.: SCG shall not retain a client during our engagement period when that client will create a conflict with The Town. At the execution of this Agreement, SCG Warrants that it does not have any clients that conflict with the b) Compliance with Law: SCGshall: always comply with applicable laws and regulations, including, but not limited to, laws related to required registration and disclosure and Confidentiality. During and after the Engagement Period, (i) SCG may not divulge, directly or indirectly, any secret or confidential information orl knowledge pertaining to the business ofThe Town, or its subsidiaries, obtained by SCG while engaged by The Town and (ii) shall use: such information or knowledge solely for the representation ofThe Town Modification. No provision of this Agreement may be modified, amended, waived, or discharged unless such amendment or waiver, modification, or discharge is agreed to in Parties may renegotiate the terms of SCG's engagement at any time, but changes must be Assignment. Either party may assign its rights with the written consent of the other party, provided that Town may assign this Agreement to any successor of the Town's business, ora assets. The non-assigning party will not unreasonably withhold consent. Delegation. No party may delegate its performance without the written consent of the interests ofThe Town. anti-corruption. 6. in SCG's performance ofs services under this Agreement. 7. writing by both parties. in writing, attached to the Agreement, and signed by both parties. 8. 9. other party. 10. Venue and Jurisdiction. This Agreement shalll bei interpreted and construed in accordance with and governed by the laws of the state of Florida. Jurisdiction over and venue for any controversies or legal issues arising out ofthis Agreement shall be exclusively in the State ofFlorida. By entering into this Agreement, The Town and SCG hereby expressly waive any rights either party may have to a trial by jury of any civil litigation related to this Agreement, and, unless otherwise expressly provided herein, each agrees to bear its own costs and attorney's fees relating to any dispute arising under this Agreement. In the event oflitigation arising out ofeither party's obligations under this Contract, sole and exclusive venue shall lie in. Jackson County, Florida. 11. Severability. Ifa term or provision within this agreement is determined invalid, illegal, or unenforceable, then all other provisions to the Agreement shall remain in full force and effect. 12. Entire Agreement. This Agreement reflects the entire understanding between the parties. Any written, printed, or other materials which The Town provides to SCG that are not included in this Agreement are provided on an "as is" basis, without warranty, and solely IN WITNESS THEREOF, the parties hereto have executed this Agreement of as the date as an accommodation to SCG. written above. SLE By: Name: Mike Weeks Title: Council President 312/24 DATE SHAWNFOSTER PRESIDENT Sunrise Consulting Group 8N March 2024 DATE milwl CDBG ACCOUNTS THE BELOWY WILL BE ONE ACCOUNIFORCDBG Dept. of Economic Opportunity Federally Funded Community Development Block Grant CDBG-DR Hometown Revitalization Program, I/A/O $951,762.00 (Downtown Revitalization) THE THREE ACCOUNTS BELOW WILLI BEACOMBINED ACCOUNTFORCDBG CBDG-DR GRANT-STATE OF FLORIDA, DEPARTMENT OF ECONOMIC OPPORTUNITYDEO AGREEMENTI NO. MO0IOUA/4345.145.64 DATED 02/18/22 STORMWATER GRANT) CDBG-DR GRANT-STATE OF FLORIDA, DEPT. OF ECONOMIC OPPORTUNITY DEO AGREEMENT NO. M0110 IA/O $3,629,750.00 DATED 05/23/22, WASTEWATERI INFRASTRUCTURE RESTORATION, AND IMPROVEMENTS CDBG-DR GRANT, STATE OF FLORIDA, DEPT. OF ECONOMIC OPPORTUNITY DEO AGREEMENT NO. M013VA05190/92500 DATED 04/12/22, ROADS AND DRAINAGE TOTAL OF TWO NEW GRANTS ACCOUNTS Town of Sneads PO Drawer 159 Sneads, Florida 32460 PH (850) 593-6636 Fax (850)593-5079 Website: sneadsfl.com Facebook: Town of Sneads- City Hall SURPLUS PROPERTY BID LIST CONDITIONS All Bids are to be submitted by 12:00 noon, Friday, April 5, 2024, to the Town Clerk's Office at Sneads City Hall, 2028 Third. Ave. Sneads, Florida 32460. All Bids are to be sealed. Bids will not be opened until Wednesday, April 10, 2024, at 5:00 pm at a Town Scheduled Council Items are available for inspection during business hours 7:00am - 2:00pm, Monday - Friday. The Town is not responsible as to the property condition that is made or implied by the description, or by any verbal or written information supplied by any Town Employee or any Elected Official oft the Bidder is responsible for making their own judgment as to the property condition before submitting a Meeting. Town of Sneads. Bid. All items are to be sold as is. Vehicles are stripped ofall valuable materials; such as batteries and other equipment. All sales are final. The Town Council reserves the right to reject any or all Bids. full the Bid amount and Five (5) days to remove the property. Successful Bidders have Twenty-Four (24) hours after receipt of the winning Bid notification to remit in All payments must be paid will cash or cashier's check, no personal checks will be accepted. Bidders Certificate: I hereby certify that I have read and understand the above conditions and Ihave submitted by Bid in accordance with them. Print Name: Sign Name: Address: Phone Number: Date: Town of Sneads PO Drawer 159 Sneads, Florida 32460 Website: sneadsfl.com PH (850) 593-6636 Fax 850)593-5079 Facebook: Town of Sneads- City Hall SURPLUS PROPERTY SALE- BID SHEET Date Bidder(s) Name Company Name if applicable Phone# ITEM Condition Fair Parts Parts Fair/Runs Fair/Runs Fair/Runs Fair/Runs Fair/Runs Fair/Runs Amount of] Bid 1. Dump Truck Bed- 8foot, 11foot, 4inches 2. Scag Lawn Mower- 52 inches 3. Byson Mosquito Sprayer 4. Guardian 190E Mosquito Sprayer 5. 1990 Ford 1500-gallon Pump Truck- 1396 6. 2001 Ford Crown Victoria- 3133 7. 2004 Ford Crown Victoria- 9762 8. 2007 Ford Expedition- 1186 9. 2010 Chevy Impala- 3177 (needs carburetor & battery) Minimum Bid $400 Minimum Bid $1000 Minimum Bid $700 Minimum Bid $700 Minimum Bid $700 Minimum Bid $700 GRANDTOTAL: OfBIDAMOUNT $ NOTE: No vehicleslequipment have batteries in them. 2024 Town Manager Applicants- Thursday, March 21, 2024 Interviews 1. Hector Libs 2. William Nelson. Jr 3. Susan Durden 4. Brian Tait 5. William Rentz (Bill) 6. Shellie Owens 4:00 pm 4:30 5:00 5:30 6:00 pulled herself Bhue Line amnon Blue Line Solutions, LLC 3903 Volunteer Dr. - Suite 400, Chattanooga, TN 37416 Tel: (855)252-0086 Fax: (423)803-1500 wwabluclineolulonsorg Sneads High School Sneads, FL: Hwy. 90 at Gloster Ave. Times: (7:15 AM - 8:15 AM), (8:15 AM-2:15 PM), (2:15 PM-3:15PM) Blue Line Solutions, LLC (BLS) conducted speed studies at Sneads High School on Hwy. 90 at Gloster Ave. during the periods and times listed below. Regular Speed Limit: 45 MPH Dates of Study: Wednesday 2/28/2024 : Thursday Friday Monday Tuesday This report was completed given the speed and time limit parameters of: School Zone Speed Limit: 20 MPH (7:15 AM 8:15. AM), (8:15 AM 2:15 PM), (2:15 PM- -3 3:15 PM) (7:15 AM 8:15 AM), (8:15 AM 2:15 PM), (2:15 PM -3:15 PM) (7:15 AM 8 8:15 AM), (8:15 AM 2:15 PM), (2:15 PM-3:15PM) (7:15 AM- - 8:15. AM), (8:15 AM 2:15 PM), (2:15 PM -3:15P PM) (7:15 AM -8 8:15 AM), (8:15 AM - 2:15 PM), (2:15 PM - 3:15 PM) 2/29/2024 : 3/1/2024 : 3/4/2024 : 3/5/2024 : The following report only reflects dates and times listed in the dates above. During the specified dates and time periods, the traffic counts were as follows: Date 2/28/2024 2/29/2024 3/1/2024 3/4/2024 3/5/2024 Totals: (7:15 AM-8:15/ AM) Vehicle Speeders % Count 552 581 615 541 542 2,831 (8:15 AM-2:15PM) Vehicle Speeders 2,811 2,977 2,915 2,833 2,626 14,162 (2:15 PM-3:15PM) % Vehicle Speeders Speeding Count 6 0.2% 3 0.1% 7 0.2% 8 0.3% 5 0.2% 29 0.2% % Speeding 329 45.4% 376 47.7% 392 48.0% 323 46.0% 350 47.2% 1,770 46.9% 3,098 3,069 Speeding Count 258 46.7% 280 48.2% 272 44.2% 258 47.7% 231 42.6% 1,299 45.9% 20,766 6,604 724 789 816 702 742 3,773 5 Day" Total Vehicle Count: 5Day Total Speeding Violations Recorded: Flasher Times 51 Day Total Vehicle Count: Flasher Times 5 Day Total Speeding' Violations Recorded: Note: Speeding is defined as any recorded speed more than 10MPH over the designated speed limit. Blue Line nonmoan Blue Line Solutions, LLC 3903 Volunteer Dr. - Suite 400, Chattanooga, TN 37416 Tel: (855)252-0086 Fax: (423)803-1500 wwwabluelneolutlonsarg Sneads High School Sneads, FL: Hwy. 90 at Gloster Ave. Times: (7:15 AM- -8:15 AM), (8:15 AM-2:15 PM), (2:15 PM-3:15 PM) The below graphi indicates the number of vehicles speeding through the zone at: 11 MPH+ during the times of (7:15 AM -8:15 AM), (8:15AM-2:15 PM), (2:15 PM-3:15 PM). #Vehicles Speeding Through School Zone 376 280 392 400 350 300 250 200 150 100 50 350 329 258 323 272. 231 I 2/28/2024 258 6 329 2/29/2024 280 3 376 3/1/2024 272 7 392 3/4/2024 258 8 323 3/5/2024 231 5 350 715AM-815AM) (:15AM-2:15PM) 215PM-3:15PM) The following graph depicts the speed range breakdown of violators. Violators by Speed Range 658 1167 11-14MPH 15-20MPH 21+MPH Blue Line onn Blue Line Solutions, LLC 3903 Volunteer Dr. - Suite 400, Chattanooga, TN 37416 Tel: (855)252-0086 Fax: 423)803-1500 w2buelneolutoniorg Sneads High School Sneads, FL: Hwy. 90 at Gloster Ave. Times: (7:15 AM- -8 8:15 AM), (8:15 AM-2:15 PM), (2:15 PM-3:15PM) The total traffic count during the hours (7:15 AM- - 3:15 PM) was 20,766. Oft those, 3,098 (14.92%) were speeding at 11 MPH+ above the speed limit. Traffic Count VS. Speeders 25,000 20,000 15,000 10,000 5,000 20,766 3,098 #Spdng Traffic Cnt Data indicates a percentage range of 14.45%- 15.44% of vehicles traveling through the zone during the hours of (7:15 AM-3:15 PM) weres speeding in excess of 11 MPH+ throughout the week. % Speeding of Total Traffic Count By Day 15.44% 15.16% 15.50% 15.00% 14.50% 14.00% 13.50% 14.99% allal 2/28/2024 2/29/2024 3/1/2024 3/4/2024 3/5/2024 "IMPORTANT NOTE* 2/28/2024-3/5/2024 This report is based off the raw data of time and speeds captured from: *All data recorded with Houston Radar Armadillo Tracker may differ) from future results due to public education and information efforts, deployment of radar speed signs upon entrance to the. speed. zone, and use of L.I.D.A.R( (Light Detection and Ranging) Laser enforcement systems. February 2024 Arrests -7 Trafficstops-75 Suspicious incidents- -5 Suspicious Persons -5 Vehicle burglaries - 3 vehicles @ Adam Tucker Wilson Park Animal complaints-6 Traffic Crash -5 Juvenile -3 Baker Act-0 Assist other Agency-22 Trespass issued -9 RESOLUTION NO. 24-03 ARESOLUTION OF THE TOWN OF SNEADS, FLORIDA TOWN COUNCIL APPROVING SUBMITTAL OF APPLICATION TO THE FLORIDA DEPARTMENT OF TRANSPORTATION, MUNICIPALSMALL WHEREAS, The Town of Sneads owns and maintains roads and associated rights-of-way within its WHEREAS, The Town of Sneads is designated as a 'Rural Area of Opportunity under Section 288.0656(7)(a), Florida Statues. As a small, disadvantaged Town, adequately addressing the significant, existing unimproved and deteriorated road conditions places a financial hardship on the Town and its' WHEREAS, this funding shortfall creates a negative impact on both public and private development, creates a potential threat to public safety and threatens to negatively affect the economic sustainability WHEREAS, Florida Statutes provides for funding to assist small town governments in resurfacing or NOW, THEREFORE BE IT RESOLVED by the Sneads Town Council that the proposed candidate project to improve Pope Street from River Road to Cemetery Avenue (approximately 0.5 miles) has been presented to the publica and the Town Council and iti is hereby endorsed as al high priorityi infrastructure project which the Town will continue to maintain, once developed. The Town appreciates the opportunity and hereby approves submitting an application for state funding on the above referenced project. COUNTY OUTREACH PROGRAM (MSCOP). jurisdiction; and citizens; and of the Town of Sneads; and reconstructing municipal roads. PASSED AND ADOPTED this 12"h day of March, 2024. ATTEST: TOWN OF SNEADS TOWN COWNCIL ohisn - Sherri Griffin, Town Clerk ew.le Mike Weeks, Council President