HomeMy WebLinkAbout17-068RESOLUTION NO. 17-068
A RESOLUTION AMENDING THE ST. LUCIE COUNTY MANUAL OF
PURCHASING REGULATIONS; AMENDING SECTION 13.5, COMMUNITY
DEVELOPMENT BLOCK GRANT ("CDBG") PROFESSIONAL SERVICES
PROCUREMENT PROCEDURES AND ATTACHMENT "A", "ST. LUCIE
COUNTY COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM
PURCHASING POLICY", TO INCORPORATE AMENDMENTS TO
FEDERAL CDBG REQUIREMENTS; PROVIDING AN EFFECTIVE DATE.
WHEREAS, the Board of County Commissioners of St. Lucie County, Florida has made the
following determinations:
1. On September 24, 1985, the Board of County Commissioners for St. Lucie County,
(the "Board") adopted Ordinance No. 85-06 which created a purchasing department.
2. On October 7, 1985, the Board adopted Resolution No. 85-212 which established the
purchasing regulations and procedures for St. Lucie County, Florida, as set forth in the St. Lucie
County Manual of Purchasing Regulations and Procedures (the "Purchasing Manual"); and since
that date the Purchasing Manual has been amended from time to time.
3. On January 20, 2016, the Board adopted Resolution No. 15-008 which amended
Resolution 85-212, as previously amended, to include procurement policies and procedures for
Community Development Block Grant ("CDBG') funded projects per the St. Lucie County
Community Development Block Grant Program Purchasing Policy attached thereto as
Attachment "A°.
4. It is necessary to further amend Resolution 85-212, as previously amended, by
amending the Purchasing Manual to incorporate amendments to federal CDBG procurement
requirements.
NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of St. Lucie
County, Florida:
1. The St. Lucie County Manual of Purchasing Regulations is hereby amended as set
forth in Exhibit "A" attached.
2. This resolution shall become effective upon adoption.
After motion and second the vote on this Resolution was as follows:
Chairman Commissioner Chris Dzadovsky AYE
Vice Chair Commissioner Tod Mowery AYE
Commissioner Linda Bartz AYE
Commissioner Frannie Hutchinson AYE
Commissioner Cathy Townsend AYE
PASSED AND DULY ADOPTED this 18 day of April, 2017.
ATTEST:
Deputy Clerk
BOARD OF COUNTY COMMISSIONERS
ST LUCIE COUNTY, FLORIDA
1 •. f i i, f
APPROVED AS TO FORM AND
CORRECiNESS
County A
EXHIBIT "A"
1. Section 13.5, Community Development Block Grant ("CDBG") Professional Services
Procurement Procedure, is hereby amended to read as follows"
13.5 COMMUNITY DEVELOPMENT BLOCK GRANT ("CDBG") PROFESSIONAL
SERVICES PROCUREMENT PROCEDURE
The County shall adhere to federal regulations governing Community Development
Block Grant ("CDBG") fps Program Purchasing Policy when obtaining
professional services for CDBG.
2. Attachment A, St. Lucie County Community Development Block Grant Program Purchasing
Policy, is hereby amended and restated in its entirety as hereto attached and herein incorporated.
3
ATTACHMENT A
ST. LUCIE COUNTY
COMMUNITY DEVELOPMENT BLOCK GRANT ("CDBG") PROGRAM
PURCHASING POLICY
TABLE OF CONTENTS
Purpose
II. Application of Policy
III. Purchasing Officer
IV. Purchasing Procedures
A. Purchasing Categories
B. General Standards
C. Definitions
D. Public Notice or Advertising Requirements
E. Small Purchases
F. Purchasing by Securing Quotes
G. Competitive Sealed Bidding
H. Competitive Sealed Proposals
I. Professional Architectural, Engineering. Landscape Architectural, and Land
Surveying Services.
J. Other Competitive Sealed Proposals (non -287.055 services)
K. Sole Source Purchases
L. Single Source Procurement
M. Cooperative Purchasing
N. Bid Protest
O. Contract Claims
P. Remedies for Solicitations or Awards in Violation of Law
V. Contract Administration
A. Contract Provisions
B. Price Adjustments
C. Change Orders/Contract Amendments
D. Assignment of Contracts
E. Right to Inspect Plant
VI. Rights of St. Lucie County Board of County Commissioners
Ell
VII. County Procurement Records
VIII. Specifications
A. Maximum Practicable Competition
B. Use of Brand Name or Equivalent Specifications
C. Brand Name Specifications
IX. Ethics in Public Contracting
A. Criminal Penalties
B. Employee Conflict of Interest
C. Contemporaneous Employment Prohibited
D. Use of Confidential Information
E. Gratuities and Kickbacks
F. Sanctions
G. Recovery of Value Transferred or Received in Breach of Ethical Standards
X. Federal Policy Notice
A. Patents
B. Notice of Federal Public Policy Requirements
XI. Payment to Vendors
XII. Affirmative Action Program
XIII, Affirmative Action/Equal Opportunity Policy
5
ST. LUCIE COUNTY
COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM
PURCHASING POLICY
PURPOSE
This policy is adopted to assure that commodities and services for the Community Development
Block Grant Programs are obtained efficiently and effectively in free and open competition and
through the use of sound procurement practices. All County staff and other persons
(subgrantees or contractors) with designated responsibility for the administration of CDBG
contracts are responsible for ensuring compliance with all applicable federal and state laws and
regulations including Chapter 73C-23.0051(1), Florida Administrative Code, 2 Code of Federal
Regulations 200.317-.326 (2CFR200.317 — 2CFR200.326), sections 255.0525 (Advertising for
Bids or Proposals) and 287.055, Florida Statutes (Consultants Competitive Negotiation Act).
APPLICATION OF POLICY
This policy shall apply only to solicitations and contracts or agreements for the procurement of
all materials, supplies, services, construction and equipment for any Community Development
Block Grant Program funded solicitation or contract after the effective date of this policy. By
Resolution, the St. Lucie County Board of County Commissioners may from time to time make
this policy applicable for solicitations and contracts funded by other state or federal grant or loan
programs.
III. PURCHASING OFFICER
The Purchasing Manager shall serve as the central purchasing officer (the "Purchasing Officer")
of the County for all contracts or agreements described in Section II.
IV. PURCHASING PROCEDURES
A. PURCHASING CATEGORIES; THRESHOLD AMOUNTS
Except as to Sole Source Purchases, Section IV (K) and Cooperative Purchasing, Section IV
(M), all purchases and contract awards are to be made subject to the provisions of the
appropriate Section according to the following threshold amounts:
1. Small Purchases (Section IV (J)) .......................................................$ 1 to $ 500.00
2. Purchasing Quotes (Section IV(K))...........................................$ 501.00 to $ 10,000
3. Competitive Sealed Bids/Proposals (Section IV (L)(M)).............$ 10,001 and above
B. GENERAL STANDARDS
1. Except as otherwise provided by law, procurement awards shall be made only on
the basis of requirements and evaluation factors that are directly related to the
price, quantity, or quality of the commodities or services solicited or the ability of the
prospective supplier or contractor to perform under the contract.
2. Procurement procedures prohibit the dividing of the procurement of a good or
service into a number of smaller groups in order to avoid the more stringent
6
requirements of a higher dollar category (refer to Chapter 287.057(4), Fla. Statutes).
However, this provision is not to conflict with the provision of 200 CFR 321 that the
subgrantee take all necessary affirmative steps to assure that minority firms,
women's business enterprises and labor surplus area firms are offered the opportunity
to participate to the maximum practicable extent.
C. DEFINITIONS
1. "Solicitation" shall mean any Invitation to Bid, Invitation to Negotiate, Request for
Qualifications, Request for Proposals, or any other form used in securing goods and
services for a CDBG funded project.
2. "Responder" shall mean any person, firm, corporation, or any other entity which
responds to a solicitation.
3. "Response" shall mean the documentation provided by a responder to a solicitation.
D. PUBLIC NOTICE OR ADVERTISING REQUIREMENTS
1. Public Notice or Advertising. Public notice shall be made in compliance with section
255.0525 Florida Statutes, 200 CFR 317-326, 73C-23 Florida Administrative Code.
2. Publication. The County shall advertise by publication in two issues of a newspaper
of general circulation in the County. Publication dates shall not be less than seven
days apart and the last publication date shall not be less than seven days before the
deadline for submission of responses. Publication in an online website such as
Onviva Demand Star is encouraged.
3. Deadline. Notice of the solicitation shall provide the deadline for submission (date,
time, and place) as set forth in the written solicitation form.
4, Public Opening. Responses shall be received and opened at the location, date, and
time established in the advertisement.
E. SMALL PURCHASES
The purchase of commodities, equipment and services which cost less than the threshold
authorized in Section IV (A) does not require solicitation of quotes or bids. Small purchases
shall be authorized by the Purchasing Officer or his/her designees.
F. PURCHASING BY SECURING QUOTES
The purchase of goods and services which cost within the range authorized for purchasing
quotes in Section IV (A) shall require competitive quotations from three or more vendors
where feasible. The quotations shall be obtained by the Purchasing Officer and shall be
reviewed and awarded by the Mayor. A procurement based on less than three quotes shall
document the attempts made to obtain quotes and the reason for selection of a
vendor/contractor when there were less than three quotes received.
G. COMPETITIVE SEALED BIDDING
Conditions for Use. All contracts for purchases of a single item, services or aggregate
in excess of the established base amount for Competitive Sealed Bids/Proposals in
Section IV, where price, not qualifications, is the basis for contract award, shall be
awarded by competitive sealed bidding.
7
2. Invitation to Bid. A solicitation shall be issued and shall include specifications, all
contractual terms and conditions, and the deadline (place date, and time) for opening
and/or submittal. No later than five working days prior to the date for receipt of bids,
a vendor shall make any written request to the Purchasing Officer for interpretations
or corrections of any ambiguity, inconsistency or error which the vendor may discover.
All interpretations or corrections will be issued as addenda. The County will not be
responsible for oral clarifications. No negotiations, decisions or actions shall be
initiated or executed by the proposer as a result of any oral discussions with any
County employee prior to the opening of bids. Only those communications which are
in writing from the Purchasing Officer or his designee may be considered as a duly
authorized expression on the behalf of the St. Lucie County Board of County
Commissioners. Also, only communications from firms or individuals which are in
writing and signed will be recognized by the Purchasing Officer as duly authorized
expressions on behalf of proposers.
a) Alternate(s). Add alternates or deduct alternates will not be considered unless
authorized by and defined in the Special Conditions of the solicitation
specifications.
b) Approved Equivalents. The County reserves the right to determine
acceptance of item(s) as an approved equivalent. Responses which do not
comply with stated requirements for equivalents in the solicitation conditions
are subject to rejection. The procedure for acceptance of equivalents shall be
included in the general conditions of the solicitation.
I Response Opening. Timely responses shall be opened publicly. The Purchasing
Officer or his/her designee shall open the responses in the presence of one or more
witnesses at the time and place designated in the solicitation. The dollar amount of
each response, and other such relevant information as may be deemed appropriate
by the Purchasing Officer together with the name of each responder, and all witnesses
shall be recorded. The record of the solicitation opening shall be open to public
inspection.
4. Response Acceptance and Evaluation. Responses shall be unconditionally accepted
without alteration or correction, except as authorized in this policy. Responses shall
be evaluated based on the requirements set forth in the solicitation, which may
include, but not be limited to criteria to determine acceptability such as: inspection,
testing, quality, recycled or degradable materials content, workmanship, delivery, and
suitability for a particular purpose. Those criteria that will affect the response 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 response evaluation that are not set forth in the solicitation, in regulations, or in this
policy.
5. Response Agenda Item. After evaluation, the Community Services Department will
prepare a recommendation and shall place the item on the agenda of the St. Lucie
County Board of County Commissioners.
6. Correction or Withdrawal of Responses; Cancellation of Awards. Correction or
withdrawal of inadvertently erroneous responses before or after award, or
cancellation of awards or contracts based on such mistakes, shall be permitted where
8
appropriate. Mistakes discovered before response opening may be modified or
withdrawn by written or electronic notice received by the Purchasing Office prior to
the time set for bid opening. After response opening, no changes in the response
price or other provisions of response prejudicial to the interest of the County or fair
competition shall be permitted. In lieu of response correction, a low bidder alleging a
material mistake of fact may be permitted to withdraw his response if:
a. The mistake is clearly evident on the face of the response but the intended
correct response is not similarly evident; or
b. The responder submits evidence which clearly and convincingly demonstrates
that a mistake was made. All decisions to permit the correction or withdrawal
of responses or to cancel awards or contracts based on mistakes in a
response shall be supported by a written determination made by the
Purchasing Officer.
c. Responders will be made aware of any errors discovered by the person
completing a "bid tabulation" which may impact their decision to withdraw their
response.
7. Multi -Step Proposals. When it is considered impractical to initially prepare a purchase
description to support an award based on price, a solicitation may be issued
requesting the submission of unpriced offers to be followed by a solicitation limiting
responders to those whose offers have been determined to be technically acceptable
under the criteria set forth in the first solicitation.
8. Award. The contract shall be awarded with reasonable promptness to the lowest
responsible and responsive responder whose response meets the requirements and
criteria set forth in the solicitation. The County reserves the right to waive any
informality in responses and to make an award in whole or in part when either or both
conditions are in the best interest of the County providing that such waiver does not
violate federal or state CDBG requirements. Any requirement which is waived must
be documented and kept in the file.
a. Notice of Intended Award. The contract shall be awarded by written notice.
Every procurement of contractual services shall be evidenced by a written
contract. Notice of the intended award, including rejection of some or all of
responses received, may be given by email, telephone, first class mail, or
certified United States mail, return receipt requested, whichever is specified in
solicitation. A responder may request, in their response, a copy of the
tabulation sheet to be mailed in a vendor provided, stamped, self-addressed
envelope for their record.
b. 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 (B) of this CDBG Purchasing Policy shall constitute a waiver of
proceedings under that section of this Policy.
9. Cancellation of Solicitations. A solicitation may be canceled, or any or all responses
may be rejected in whole or in part when it is in the best interests of the County as
determined by the St. Lucie County Board of County Commissioners. Notice of
cancellation shall be sent to all responders. The notice shall identify the solicitation,
explain the reason for cancellation and, where appropriate, explain that an opportunity
9
will be given to compete on any re -solicitation or any future procurement of similar
items.
10. Disqualification of Vendors. For any specific bid, vendors may be disqualified by the
Purchasing Officer, for the following reasons:
a. Failure to respond to a solicitation three consecutive times within the last
eighteen (18) months period.
b. Failure to update the information on file including address, project or service,
or business description or any licensing information.
c. Failure to perform according to contract provisions on prior awards.
d. Conviction in a court of law for any criminal offense in connection with the
conducting of business.
e. Clear and convincing evidence of a violation of any federal or state anti-trust
law based on the submission of responses, or the awarding of contracts.
f. Clear and convincing evidence that the vendor has attempted to give a County
employee a gratuity of any kind for the purpose of influencing a
recommendation or decision in connection with any part of the County's
purchasing activity.
g. Failure to execute a Public Entity Crimes Statement as required by Section
287.133(3)(a), Florida Statutes.
h. Failure to execute a County Conflict of Interest Disclosure Form.
i. Other reasons deemed appropriate by the County.
H. COMPETITIVE SEALED PROPOSALS
All contracts for purchases of a single item or services or aggregate in excess of the
established base amount for Competitive Sealed Bids/Proposals in Section IV (A), 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 (1). All other contracts required to be awarded by competitive
sealed proposals will be awarded according to the provisions of Section IV (J).
1. PROFESSIONAL ARCHITECTURAL, ENGINEERING, LANDSCAPE, ARCHITECTURAL,
AND LAND SURVEYING SERVICES
Public Announcement. For goods or services to be paid for with CDBG funds, it is the
policy of the County 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 County may require firms to
submit a statement of qualifications, performance data, and other related information for
the performance of professional services.
a. Distribution of Prosect Requirements. All persons or firms on the County's vendor
list who have indicated an interest in being considered for the performance of such
professional services and any other additional parties deemed desirable by the
Purchasing Officer shall be notified of the project requirements including a
statement of relative importance of each of the requirements. The project
10
requirements shall be accompanied by a solicitation to such persons or firms
requesting a response to provide the required services, and by notification of the
date and time when such responses are due. Public notice shall be provided in
the manner required in Section IV (D).
b. Modification Prohibition. After the publicized deadline (time, date, and location),
responses shall not be modified or allowed to be modified in any manner except
for correcting of clerical errors or other similar minor irregularities as may be
allowed by the Selection Committee (defined in Section IV(1)4) prior to making its
selection of those best qualified.
c. Reuse of Existing Plans. There shall be no public notice requirements or
utilization of the selection process as provided in this section for projects in which
the County is able to reuse existing plans from a prior project.
2. Proposal Cancellation or Postponement. The Purchasing Officer may, prior to a proposal
opening, elect to cancel or postpone the date and/or time for proposal opening or
submission.
3. Selection Committee Membership and Evaluation. Depending on the expected
complexity and expense of the professional services to be contracted, the County may
determine whether a three member or five member selection committee will best serve
the needs of the St. Lucie County Board of County Commissioners.
11
a. Three to Five Member Committee Composition. Membership of a selection
committee shall consist of persons appointed by the County Administrator.
b. Selection Committee Evaluation. Only written responses of statements of
qualifications, performance data, and other data received in the office of
Purchasing Officer by the publicized submission time and date shall be evaluated.
Only those responders from who additional data is requested and those selected
for formal interview may submit additional data. From among those responders,
as evidenced by timely submission of written responses, the Selection Committee
shall select a group of responders to recommend to the St. Lucie County Board
of County Commissioners.
c. Ranking and Shortlistin . The best qualified respondents shall be based upon the
Selection Committee's ability to differentiate qualifications applicable to the scope
and nature of 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. If desired, the
selection committee may conduct formal interviews of no less than three selected
respondents that are determined to be best qualified based upon the evaluation
of written responses. The determinations may be based upon, but not limited to,
some or all the following considerations: (a) competence, including technical
education and training, experience in the kind of project to be undertaken,
availability of adequate personnel, equipment and facilities, the extent of repeat
business of the responder, and person or persons to be assigned by the
responder to the project should that responder be awarded the contract; (b)
current work load; (c) financial responsibility; (d) ability to observe and advise
whether plans and specifications are being complied with, where applicable; (e)
record of professional accomplishments; (f) proximity to the project involved, if
applicable; (g) record of performance; and (h) ability to design an approach and
work plan to meet the project requirements, where applicable. The solicitation
may contain additional evaluation factors where appropriate.
d. Interview and St. Lucie County Board of County Commissioners Approval. After
conducting the formal interviews, if needed, and completing the ranking based
upon the criteria in the solicitation, the Selection Committee shall list those
respondents ranked in order of preference based upon the considerations listed
in subsection (3) above and in the solicitation. The respondents so ranked shall
be considered to be qualified and shall be listed in rank order. The ranked list of
qualified persons or firms shall be forwarded to the St. Lucie County Board of
County Commissioners for approval prior to beginning contract negotiations.
Negotiation sequence shall be based on the order of ranking.
4. Negotiation Staff. Contract negotiations shall be conducted by the Community Services
Department Staff unless the County Administrator directs that negotiations be conducted
by a Negotiation Committee.
Negotiation. The Community Services Department Staff or the Negotiation Committee
shall negotiate a contract with the responder considered to be the most qualified to
provide the services at compensation and upon terms which the Community Services
Department Staff or the Negotiation Committee determines to be fair and reasonable to
the County. In making this decision, the Community Services Department Staff or the
Negotiation Committee shall take into account the estimated value, the scope, the
complexity, and the professional nature of the services to be rendered. As a part of the
negotiation, the Community Services Department Staff or the Negotiating Committee
shall conduct a cost analysis, including evaluation of profit, based on a cost breakout by
the firm of its proposed price. Should the Community Services Department Staff or the
Negotiation Committee be unable to negotiate a satisfactory contract and price with the
highest ranked responder, negotiations with that responder shall be formally terminated.
The Community Services Department Staff or the Negotiation Committee shall then
undertake negotiations with the second ranked responder. Failing accord with the second
ranked responder, the Community Services Department Staff or the Negotiation
Committee shall formally terminate negotiations, and shall then undertake negotiations
with the third ranked responder. Should the Community Services Department Staff or the
Negotiation Committee be unable to negotiate a satisfactory contract with any of the three
top ranked responder, the Community Services Department Staff or Negotiation
Committee shall select additional responder in order of their ranking, and the Community
Services Department Staff or the Negotiation Committee shall continue negotiations in
accordance with this selection until an contract is reached or until a determination has
been made not to contract for services from among this group of responders and to re -
advertise.
6. Award. Award shall be made by the St. Lucie County Board of County Commissioners
following successful negotiations with one of the responders. No other factors or criteria
shall be used in the evaluation criteria that is not included in the solicitation. The St. Lucie
County Board of County Commissioners may reject the responder proposed for award,
but may not re -rank responders or enter into negotiations with any responder.
J. OTHER COMPETITIVE SEALED PROPOSALS (non -287.055 services)
1. Conditions for use. All contracts required 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. Public Notice. Adequate public notice of the solicitation shall be given in the same
manner as provided in subsection IV (D) of this policy.
3. Evaluation Factors. The solicitation shall state the relative importance of criteria outlined
in the scope of services. Cost shall be one of the evaluation factors.
4. Ranking and Selection. Ranking and selection shall follow the process specified in
Section IV (I) (2)-(6).
5. Proposal Cancellation or Postponement. The Purchasing Officer may, prior responses
being opening, elect to cancel or postpone the date and/or time for proposal opening or
submission.
6. Revisions and Discussions with Responsible Offerors. As provided in the solicitation, and
under regulations promulgated by the St. Lucie County Board of County Commissioners,
discussions may be conducted with proposers who submit proposals determined to be
qualified to be selected for award for the purpose of clarification and to assure full
understanding of, and responsiveness to, the solicitation requirements. Proposers 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 submissions 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 other
proposers and the Purchasing Officer shall make a written recommendation of award to
the St. Lucie County Board of County Commissioners. As a part of the recommendation,
the Purchasing Officer shall conduct a cost analysis, including evaluation of profit, based
on a cost breakout by the firm of its proposed price.
7. Award. Award shall be made by the St. Lucie County Board of County Commissioners
to the most responsive, responsible responder whose response is determined in writing
by the Purchasing Officer to be the most advantageous to the County, taking into
consideration the evaluation factors set forth in the solicitation. No factors or criteria shall
be used in the evaluation criteria that are not included in the solicitation.
K. 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 Management and Budget
Director with the concurrence of the County Administrator, 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 limits. When a purchase
exceeds ten thousand dollars ($10,000), the item will be placed on the agenda for St.
Lucie County Board of County Commissioner's approval and clarification that the vendor
has been determined to be a sole source. When a purchase exceeds ($25,000) it will
require DEQ approval prior to award.
2. Additional Purchases from Certified Sole Source. The Purchasing Officer may be
authorized, after initial sole source certification, to make additional purchases from a sole
source vendor during the term of the CDBG funded contract for which the procurement
was initiated or until such time as contrary evidence is presented regarding sole source
eligibility, whichever period is less.
L. SINGLE SOURCE PROCUREMENT
A. Single Source Procurement. A contract may be awarded for a supply, service, material,
equipment, or construction item(s) without competition when the Management and
Budget Director with the concurrence of the County Administrator, determines that the
requirements of Section IV (D) have been met and there was only one response to a
solicitation. Awarding a contract based on a single source procurement must meet the
following requirements:
a. At least one advertisement was placed in a newspaper of general circulation in
the closest Metropolitan Statistical Area.
b. The single response is responsible and responsive.
c. The proposed contract cost is reasonable based on pre -advertising cost estimates
for the project.
d. If the cost is greater than the County is willing to pay, the County may attempt to
negotiate a lower cost with the single responder or choose to re -advertise.
e. If the County desires to contract with the single responder, the County must
document its procurement efforts. Such awards will be made within the authorized
procurement limits. When a purchase exceeds ten thousand dollars ($10,000),
the item will be placed on the agenda for St. Lucie County Board of County
Commissioner's approval and clarification that the vendor has been determined
to be a single source. When a purchase exceeds ($25,000) it will require DEO
approval prior to award.
B. Additional Purchases from or Change Orders to a Single Source Contract. The County
may be authorized, after the initial single source determination, to make additional
purchases from or execute change orders with a single source vendor or contractor for
the remaining term of the CDBG funded project for which the procurement was initiated.
M. COOPERATIVE PURCHASING
State Contracts. The Purchasing Officer is authorized to purchase goods or services for
any dollar amount from authorized vendors listed on the respective state contracts of 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 with
other units of government in cooperative purchasing ventures when the best interest of
the County would be served thereby, and the same is in accordance with this policy and
with County and State law.
3. Use of cooperative purchasing shall be approved by DEO prior to the execution of the
contract.
N. BID PROTEST
1. Right to Protest. Any actual proposer who is aggrieved in connection with the solicitation
or award or contract may protest to the St. Lucie County Board of County Commissioners.
Protestors shall seek resolution of their complaints initially with the Purchasing Officer
and secondly with the County Administrator prior to protesting to the St. Lucie County
Board of County Commissioners.
2. Filing a Protest. Any person who is affected adversely by the decision or intended
decision of the County shall file with the Purchasing Officer a notice of protest in writing
within 72 hours after the posting of the bid tabulation or after receipt of the notice of
intended decision and file a formal written protest within 10 calendar days after the date
he/she filed the notice of protest. Failure to file 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 County when it is delivered to and received in the office of the
Purchasing Officer.
a. The notice of protest shall contain at a minimum: the name of the bidder; the
bidder's address and phone number; the name of the bidder's representative to
whom notices may be sent; the name and bid number of the solicitation; and a
brief factual summary of the basis of the protest.
b. The formal written protest shall: identify the protestant and the solicitation
involved; include a plain, clear statement of the 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 himself entitled by application of such authorities
to such grounds.
3. 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, if such settlement will have the effect of damaging a
substantial interest of another proposer, such settlement must be reached in the course
of the proceedings provided herein.
4. Protest Proceedings. If the 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.
a. Protest Procedures
i. The presiding officer shall give reasonable notice to all substantially affected
proposers. Otherwise petitions to intervene will be considered on their merits
as received.
ii. At or prior to the protest proceeding, the protestant may submit any arguments
which he/she deems relevant to the issues raised.
iii. In the proceeding, the protestant, or his representative or counsel, may also
make an oral presentation of his evidence and arguments. However, neither
direct nor cross examination of witness shall be permitted, although the
presiding officer may make whatever inquiries he/she deems pertinent to a
determination of the protest.
iv. The 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 of their
affairs.
v. Within seven (7) working days of the conclusion of the proceeding, the
presiding officer shall render a decision which sets forth the terms and
conditions of any settlement reached. Such decision of the presiding officer
shall be conclusive as to the recommendation to the St. Lucie County Board
of County Commissioners.
vi. Any party may arrange for the proceedings to be steno -graphically or digitally
recorded and shall bear the expense of such recording.
b. Intervener. The participation of interveners shall be governed by the terms of the
order issued in response to a petition to intervene.
c. Time Limits. The time limits in which protests must be filed as provided herein
may be altered by specific provisions in the solicitation documents.
d. Entitlement to Costs. In no case will the protesting bidder or offeror be entitled to
any costs incurred with the solicitation, including response preparation costs and
attorney's fees.
5. Stay of Procurement during Protests. In the event of a timely protest under Subsection
A of this Section, the Purchasing Officer shall not proceed further with the solicitation or
award of the contract until all administrative remedies have been exhausted or unless the
St. Lucie County Board of County Commissioners makes a determination that the award
of a contract without delay is necessary to protect the substantial interests of the County.
O. CONTRACT CLAIMS
Authority of the Purchasing Officer to Settle Bid Protests and Contract Claims, The
County Administrator is authorized to settle any protest regarding the solicitation or award
of a County contract, or any claim arising out of the performance of a County, prior to an
appeal to the St. Lucie County Board of County Commissioners or the commencement
of an action in a court of competent jurisdiction of $1,000.00 or greater in value without
the prior approval of the Board.
Z Decision of the Purchasing Officer. All claims by a contractor against the County relating
to a contract, except bid protest, shall be submitted in writing to the Purchasing Officer
for a consideration. 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 rescission.
3. Notice to the Contractor of the County Administrator's Decision. The decision of the
County Administrator 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 of his appeal rights under Subsection 4
of this Section.
4. Finality of the County Administrator Decision Contractor's Right to Appeal. The County
Administrator's decision shall be final and conclusive unless, within ten calendar days
from the date of receipt of the decision, the contractor file a notice of appeal with the St.
U
Lucie County Board of County Commissioners.
5. Failure to Render Timely Decision. If the County Administrator does not issue a written
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, then the aggrieved party may proceed as if an adverse decision had
been issued.
P. REMEDIES FOR SOLICITATIONS OR AWARDS IN VIOLATION OF LAW
1. Prior to Deadline for Receipt of Submissions. If prior to the deadline for receipt of
submissions, the Purchasing Officer after consultation with the County Attorney,
determines that a 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. If after bid opening or the closing date for receipt of proposals, but prior
to the award contract, the Purchasing Officer after consultation with the County Attorney,
determines that a solicitation or a proposed award of a contract is in violation of federal,
state, or municipal law or ordinance, then the solicitation or proposed award shall be
canceled.
3. After Award. If, following award, the Purchasing Officer after consultation with the County
Attorney, determines that a solicitation or award of a contract was in violation of applicable
law or ordinance, then:
a. If the person awarded the contract has not acted fraudulently or in bad faith:
i. The contract may be ratified and affirmed, provided it is determined that
doing so is in the best interest of the County; or
ii. The contract may be terminated and the responder awarded the contract
shall be compensated for the actual costs reasonably incurred under the
contract plus a reasonable profit, but excluding attorney's fees, prior to
termination; or
b. If the responder awarded the contract has acted fraudulently or in bad faith the
contract may be declared null and void or voidable, if such action is in the best
interest of the County.
CONTRACT ADMINISTRATION
A. CONTRACT PROVISIONS
Standard Contract Clauses and Their Modification. The County after consultation with
the County Attorney, may establish standard contract clauses for use in County
contracts. However, the Purchasing Officer may, upon consultation with the County
Attorney, vary any such standard contract clauses for any particular contract. Any
contract clauses or Special Conditions required by the County's funding contract with
the Department of Economic Opportunity shall be included in the County's contract with
the successful responder.
2. Contract Clauses. All County 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 County Attorney, may
propose provisions appropriate for supply, service, or construction contracts, addressing
among others the following subjects:
a. The unilateral right of the County to order, in writing, changes in the work within
the scope of the contract;
b. The unilateral right of the County to order in writing temporary stopping of the work
or delaying performance that does not alter the scope of the contract;
c. Variations occurring between estimated quantities or working contract and actual
quantities;
d. Defective pricing;
e. Time of performance and liquidated damages;
f. specified excuses for delay or nonperformance;
g. Termination of the contract for default;
h. Termination of the contract in whole or in part for the convenience of the County;
i. Suspension of work on a construction project ordered by the County;
j. Site conditions differing from those indicated in the contract, or ordinarily
encountered except that a differing site conditions clause need not be included in
a contract;
i. When the contract is negotiated;
ii. When the contractor provides the site or design; or
iii. When the parties have otherwise agreed with respect to the risk of differing
site conditions;
k. Value engineering proposals;
I. Remedies;
m. Access to records/retention records;
n. Environmental compliance; and
o. Prohibition against contingent fees;
p. Insurance to be provided by contractor covering employee, property damage,
liability and other claims, with requirements of certificates of insurance and
cancellation clauses;
q. Bonding requirements as set by the federal or state government or the St. Lucie
County Board of County Commissioners;
r. Causes of and authorization for suspension of contract for improper contractor
activity.
s. The required contract clauses, as modified, under 2 CFR 200.326 and 2 CFR Part
200, Appendix II
3. DEO APPROVAL. All contracts and agreements, and any and all amendments,
extensions, modifications, and material changes thereto, being reimbursed with
Community Development Block Grant (CDBG) funds, shall be submitted to the
Department of Economic Opportunity (DEO) for prior, written approval by DEO.
B. PRICE ADJUSTMENTS
1. Methods of Price Adjustment. Adjustments in price during the term of a contract shall be
computed in one or more of the following ways upon approval by the County:
a. By agreement on a fixed price adjustment before commencement of the pertinent
performance or as soon thereafter as practicable;
b. By unit prices specified in the contract or subsequently agreed upon;
c. By the costs attributable to the events or situations under such clauses with
adjustment of profit or fee, all as specified in the contract or subsequently agreed
upon by the County;
d. In such other manner as the contracting parties may mutually agree;
e. In the absence of agreement by the parties, by a unilateral determination by the
County of the costs attributable to the events or situations under such clauses
with adjustment of profit or fee as computed by the County, subject to the
provisions of this section.
2. Cost or Pricing Data Required. A contractor shall be required to submit cost or pricing
data if any adjustment in contract price is subject to the provisions of this Section.
C. CHANGE ORDERS/CONTRACT AMENDMENTS
Change orders and contract amendments, which provide for the alteration of the provisions
of a contract may be approved by Mayor based upon the dollar value of the change or
amendment. The purchasing categories thresholds designated in Sections 4 shall govern
the appropriate level of approval.
D. ASSIGNMENT OF CONTRACTS
No contract made pursuant to any section of this policy shall be assigned or sublet as a whole
or in part without the written consent of the County nor shall the contractor assign any monies
due or to become due to the contractor hereunder without the previous written consent of the
County.
E. RIGHT TO INSPECT PLANT
The County may, at its discretion, inspect the park of the plant or place of business of a
contractor or any subcontractor which is related to the performance of any contract awarded,
or to be awarded, by the County. The right expressed herein shall be included in all contracts
or subcontracts that involve the performance of any work or service involving the County.
VI. RIGHTS OF ST. LUCIE COUNTY BOARD OF COUNTY COMMISSIONERS
Nothing in this Policy shall be deemed to abrogate, annul, or limit the right of the St. Lucie
County Board of County Commissioners, to act in the best interests of the County, to reject
all bids received in response to a solicitation, to determine in its sole discretion the
responsiveness and responsibility of any responder, 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 provided that
such waiver doesn't violate Federal or State CDBG program requirements.
VII. COUNTY PROCUREMENT RECORDS
A. Contract File. All determinations and other written records pertaining to the solicitation,
award, or performance of a contract shall be maintained for the County in a contract file.
B. Retention of Procurement Records. All procurement records shall be retained and disposed
of by the County in accordance with records retention guidelines and schedules established
by the State of Florida or the federal government.
VIII. SPECIFICATIONS
A. MAXIMUM PRACTICABLE COMPETITION
1. All specifications shall be drafted to promote overall economy and encourage competition
in satisfying the County needs and shall not unduly restrict competition. This policy
applies to all specifications including, but not limited to, those prepared for the County by
architects, engineers, designers, and draftsmen. Some of the situations considered to
be restrictive of competition include but are not limited to:
a. Placing unreasonable requirements on potential responders in order for them to
qualify should they be a successful responder.
b. Requiring unnecessary experience and excessive bonding.
c. Noncompetitive pricing practices between firms or between affiliated companies.
d. Noncompetitive awards to consultants that are on retainer contracts.
e. Organizational conflicts of interest.
f. Specifying only a "brand name" product instead of allowing "an equal" product to
be offered.
g. Any arbitrary action in the procurement process, the effect of which is
to limit competition.
2. The inability to obtain more than one bid, price quote or proposal shall not prohibit the
approval of a purchase if other prospective vendors or contractors have been given
adequate notice of the procurement and an opportunity to participate, and have declined
to submit bids, proposals or price quotes. The declination to submit need not be in writing.
However, a cost analysis will need to be conducted for all noncompetitive procurements,
including when only one bid or proposal is received, and award is made to that one firm.
B. USE OF BRAND NAME OR EQUIVALENT SPECIFICATIONS
1. Use. Brand name or equivalent specifications may be used when the County determines
that:
a. No other design, performance, or qualified product list is available;
b. Time does not permit the preparation of another form of purchase description, not
including a brand name specification;
c. The nature of the product or the nature of the County requirements makes use of
a brand name of equivalent specification suitable for the procurement; or
d, Use of a brand name or equivalent specification is in the County'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 "or equivalent"
references and shall further state the substantially equivalent products to those
designated may be considered for award.
3. Required Characteristics. The brand name or equivalent specifications shall include a
description of the particular design, functional, or performance characteristics required.
4. Nonrestrictive Use of Brand Name or Equivalent Specifications. Where a brand name or
equivalent specification is used in a solicitation, the solicitation shall contain explanatory
language that the use of a 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 responder may apply, in writing, for a pre -
deadline determination of equivalence by the Purchasing Officer. If sufficient information
is provided by the prospective responder, the Purchasing Officer may determine, in
writing and prior to the deadline, that the proposed product would be equivalent to the
brand name used in the solicitation.
6. Specifications of Equivalents Required for Response Submittal. Vendors proposing
equivalent products must include in their response submittal the manufacturer's
specifications for those products. Brand names and model numbers are used for
identification and reference purpose only.
IX
C. BRAND NAME SPECIFICATIONS
1. Use of Brand Name Specifications. Since use of a brand name specification is restrictive
of product competition, it may be used only when the Purchasing Officer makes a
determination that only the identified brand name item or items will satisfy the County's
needs.
2. Competition. The Purchasing Officer shall seek to identify sources from which the
designated brand name item or items can be obtained and shall solicit such sources to
achieve whatever degree of price competition is practicable. If only one source can
supply the requirement, the procurement shall be made under Section 4.06, Sole Source
Purchases.
ETHICS IN PUBLIC CONTRACTING
A. CRIMINAL PENALTIES
To the extent that violations of the ethical standards of conduct set forth in this section
constitute violations of 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. Partici ation. It shall be unethical for any County employee, officer or agent to participate
directly or indirectly in a procurement or administration of a contract when such action
would create a conflict of interest under local, state, or federal laws or regulations. A
conflict of interest would arise when any of the following have a financial, familial, or other
interest in the firm selected for award
a. The County employee, officer or agent;
b. Any member of his immediate family;
c. His or her partner; or
d. An organization which employs, or is about to employ, any of the above.
e. The officers, employees or agents of the County will neither solicit nor accept
gratuities, favors or anything of monetary value from contractors, potential
contractors, or parties to sub contracts.
2. Blind Trust. A County employee, officer or agent or any member of their family who holds
a financial interest in a disclosed blind trust shall not be deemed to have a conflict of
interest with regard to matters pertaining to that financial interest.
C. CONTEMPORANEOUS EMPLOYMENT PROHIBITED
It shall be unethical for any County employee who is participating directly or indirectly in the
procurement process to become or to be, while such a County employee, the employee of
any person contracting with the County.
D. USE OF CONFIDENTIAL INFORMATION
It 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
1. Gratuities. It shall be unethical for any person to offer, give, or agree to give any County
employee, officer or agent or for any County employee, officer or agent to solicit, demand,
accept, or agree to accept from another, a gratuity, favor, or gift valued above $25.00, or
an offer of employment in connection with any decision, approval, disapproval,
recommendation, or preparation of any part of a program requirement or a solicitation,
influencing the content of any specification or procurement standard rendering of 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
matter, subcontract, or to any solicitation.
2. Kickbacks. It shall be unethical for any payment, gratuity, or offer of employment to be
made by or on behalf of a 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.
3. Contract Clause. The prohibition against gratuities and kickbacks prescribed in this
section shall be conspicuously set forth in every contract and solicitation therefore.
E. SANCTIONS
1. Employee Sanctions. Upon violation of the ethical standards by an employee, officer, or
agent, the County or other appropriate authority may:
a. Impose one or more appropriate disciplinary actions as defined in the County
Personnel rules and Regulations, up to and including termination of
employment; and
b. May request investigation and prosecution.
2. Non-employee Sanctions. St. Lucie County Board of County Commissioners impose
any one or more of the following sanctions on a non-employee for violation of the ethical
standards:
a. Written warnings;
b. Termination of contracts; or
C. Debarment or suspension in accordance with applicable state and federal
laws.
F. RECOVERY OF VALUE TRANSFERRED OR RECEIVED IN BREACH OF ETHICAL
STANDARDS
1. General Provisions. The value of anything being transferred or received in breach of the
ethical standards of this policy by a County employee or non-employee may be recovered
from both County employee and non-employee.
2. Recovery of Kickbacks by the County. Upon showing that a subcontractor made a
kickback to a prime contractor or a higher tier subcontractor in connection with the award
of a subcontract or order thereunder, it shall be conclusively presumed that the amount
thereof was included in the price of the subcontract or order and ultimately borne by the
County and will be recoverable hereunder from the recipient. In addition, that amount
may also be recovered from the subcontractor making such kickback. Recovery from
one offending party shall not preclude recovery from other offending parties.
X. FEDERAL POLICY NOTICE
A. PATENTS
If a contract involving research and development, experimental, or demonstration work is
being funded in whole or in part by assistance from a federal agency, than the contract shall
include the following provisions.
1. Notice to Contractor. The contract shall give notice to the contractor of the applicable
grantor agency requirements and regulations concerning reporting of, and rights to, any
discovery or invention arising out of the contract.
2. Notice by Contractor. The contract shall require the contractor to include a similar
provision in all subcontracts involving research and development, experimental, or
demonstration work.
B. NOTICE OF FEDERAL PUBLIC POLICY REQUIREMENTS
1. Applicability. If the 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:
a) Equal employment opportunity;
b) Affirmative action;
c) Fair labor standards;
d) Energy conservation;
e) Environmental protection; or
f) Other similar socio-economic programs
2. Notice. The Purchasing Officer shall include in the contract all appropriate provisions
giving the contractor notice of these requirements. Where applicable, the Purchasing
Officer shall include in the contract provisions the requirement that the contractor give
similar notice to all of its subcontractors.
XI. PAYMENT TO VENDORS
All payment to vendors shall also be made in accordance with the amended "Prompt Payment
Act", Chapter 218.70-218.80 Florida Statutes.
XII. AFFIRMATIVE ACTION PROGRAM
Purpose and Scope. The purpose of the Affirmative Action Program is to enhance the
participation of qualified minority and women -owned businesses in providing goods and
services and construction contracts funded by Community Development Block Grants
(CDBG). This program describes procedures to accomplish this purpose and to monitor and
evaluate progress. All Departments and Divisions under the jurisdiction of the St. Lucie
County Board of County Commissioners are responsible for implementing this program when
a contract is funded by CDBG.
2. Policy Statement.
a. It is the policy goal of the County that all of the St. Lucie County Board of County
Commissioners approved procurement subject to this procurement policy shall be:
i. Made available to all qualified applicants for equal consideration
regardless of race, color, religion, sex, national origin, disability, age,
or genetics; and
ii. Solicited through a race neutral, competitive solicitation process that
encourages the participation of minority and women businesses or
persons.
b. All departments and divisions under the jurisdiction of the St. Lucie County Board of
County Commissioners are responsible for implementing this program and for making
every reasonable effort to utilize MBEs when a contract is funded by CDBG. The
Purchasing Officer will take the lead role in this process by taking active steps to
encourage minority or women owned -businesses.
c. Regarding the implementation of this policy, it is the St. Lucie County Board of County
Commissioners' intent to foster economic development in the County by establishing
its MBE goals based on availability of minority and women -owned businesses located
within the County. This is no way intended to limit or restrict competition. Rather,
availability of area companies will be used to guide MBE goals. Such geographical
preference may be adjusted, amended or repealed by the St. Lucie County Board of
County Commissioners, with or without a public hearing, as deemed necessary
provided such decision does not violate state or federal CDBG program requirements.
3. 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.
4. Administrative Responsibilities, The Purchasing Officer is responsible for the coordination of
the Affirmative Action Program and registration when a contract is funded by CDBG.
a. Capital Improvement Projects
i. Review. The Purchasing Officer and an appropriate department
representative shall review each proposed project or bid to determine potential
for utilization of MBEIWBEs availability of capable MBE/WBE in the area in
relation to the scope of the bid package and considers how a project might be
broken down into sub -bids.
ii. Pre -Bid Activity
1. Language regarding the Minority Business Enterprise Program will be
inserted into solicitations to assure that prospective responders are
aware of a requirement to make good faith efforts to utilize
MBENWBEs.
2. Registered MBENWBEs will be notified in writing regarding pre -
solicitation conferences where information on project scope and
specifications will be presented, along with other types of technical
assistance.
a. Available plans and specifications will be made available to
MBEIWBE associations along with any special instructions on
how to pursue solicitations.
b. Majority (prime) contractors on a solicitation list at the pre -
response meeting will reminded of the Affirmative Action
Program procedures, the supportive documentation required
for submittal with their response, and a list of MBEMIBE
contractors on the solicitation list.
c. No contractor will be awarded a bid until the contractor has
provided specific detailed documentation on how MBE/WBEs
will be utilized, and such a plan is approved by the Purchasing
Officer.
d. The MBENWBE participation plan for a specific project and the
contractor commitment to carry out the program will become a
part of the contract awarded by the County. Failure to keep
these commitments will be deemed noncompliance with the
contract and may result in a breach of contract.
b. _Contractor Responsibilities
i. Contractors must indicate all MBEIWBEs contracted for quotes regarding a
particular scope of work and submit a completed "Intent to Perform" sheet
containing information and documentation obtained from each MBEIWBEs.
ii. A contractor's MBEA1VBE plan will utilize MBEIWBEs to perform commercially
useful functions in the contract. A MBE/WBE is performing a commercially
useful function when it is responsible for the management and performance
of a distinct element of the contract.
iii. Contractors are required to make good faith efforts to obtain MBEIWBE
participation when so stipulated by solicitations and/or contracts. If these
efforts are unsuccessful, the contractor will submit a non-availability or refusal
to participate and will request waiver of MBEIWBE participation.
iv. The contractor who is the successful responder will attend pre -construction
conferences with appropriate County representatives to review the project
scope and the MBEIWBE utilization plan.
c. WBE/MBE Contractor's Responsibilities
i. MBEsNVBEs must register with the Purchasing Officer in order to participate in
the Affirmative Action Program.
ii. MBEsIWBEs should attend pre -construction conferences to obtain information
and technical assistance on projects and solicitation procedures in which they
(MBENVBEs) have submitted responses.
d. Joint Venture Responsibilities
i. The use by MBENVBEs or prime contractors of "minority fronts" or other
fraudulent practices which subvert the true meaning and spirit of the Minority
Business Enterprise Program, will not be tolerated and may result in termination
of participation.
ii. A joint venture consisting of minority and non -minority business enterprises will
be credited with MBE/WBE participation on the basis of the percentages of the
dollar amount of the work to be performed by the MBE/WBEs.
iii. Contracts subject to this policy shall contain provisions stating that liquidated
damages may be assessed against the general contractor and/or the MBEIWBE
firm for violations of this policy and MBENVBE specifications in the contract(s).
Such liquidated damage provisions shall be in a form approved by the St. Lucie
County Board of County Commissioners.
e. Fulfilling MBE/WBE Participation Requirements
For the purpose of this policy, a general contractor may utilize the services of a
MBEIWBE subcontractor, manufacturer, and/or supplier in estimating and satisfying
the scope of work, provided that written contract/agreement is executed between the
general contractor and the subcontractor, manufacturer, and/or the supplier.
Payment
i. Payment will be rendered by the County within thirty (30) days upon
completion and acceptance of the project. Special consideration may be given
to hardship cases upon notification by MBENVBEs.
ii. The County will provide work progress payments to all contractors at the
completion and subsequent acceptance of milestones contained within the
contract.
g. Waiver of Solicitation Bond Requirements
The St. Lucie County Board of County Commissioners may, at its discretion, waive
any of the requirements of this Section when it is determined to be in the best interest
of the County "provided that such waiver does not violate state or federal
requirements."
h. Solicitation List
A solicitation list for the purpose of solicitations shall be maintained by the County.
The list shall consist of firms that apply to be on the list and are otherwise qualified to
undertake various types of work.
i. The County may suspend firms from the bid list for any of the following
reasons:
1. Consistent failure to respond to bid invitations (three (3)
consecutive instances) within the last eighteen month period; or
2. Failure to update the information on file including address, product
or service description or business description.
The County may remove firms from the bid list for the following reasons:
1. Failure to perform according to contract provisions;
2. Conviction in a court of law of any criminal offense in connection
with the conduct of business;
3. Clear and convincing evidence of a violation of any federal or state
anti-trust law based on the submission of responses or awarding
of contracts;
4. Clear and convincing evidence that the vendor has attempted to
give a St. Lucie County Board of County Commissioners,
employee, officer or agent a gratuity of any kind for the purpose of
influencing a recommendation or decision in connection with any
part of the purchasing activity;
5. Violation or circumvention of the Minority Business Enterprise
Program; or
6. Other reasons deemed appropriate by the St. Lucie County Board
of County Commissioners.
iii. This policy is consistent with and subordinate to the County Purchasing Policy.
Wherever conflicts may exist, the provision in the Purchasing Policy will
prevail.
i. 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.
XIII. AFFIRMATIVE ACTION/EQUAL OPPORTUNITY POLICY
A. Policy Statement: St. Lucie County is committed to eliminating discrimination based upon
race, color, religion, sex or gender, sexual orientation, gender identity or expression,
National origin, disability, age, genetics, marital or familial status, amnesty, citizenship,
status as a covered veteran or any other status protected by law regarding employment
or contracting opportunities offered through the County for projects funded wholly or in
part by the CDBG Program.
B. Administrative Responsibilities: The Human Resources Director shall serve as the Equal
Opportunity Officer.