Loading...
HomeMy WebLinkAboutResolution 2023-20 Adopting Purchasing Policy, City-Issued Credit Card Policy RESOLUTION 2023-20 EXHIBIT A City of Winter Springs Purchasing Policy & Procedures Originating Department/Division: Finance/Procurement Effective Date:\[\], 2023 Table of Contents 1. Overview and Procurement Authority .............................................................................................. 1 2. Mission .............................................................................................................................................. 1 3. Policy ................................................................................................................................................ 1 4. Exceptions to Competitive Procurement Procedures ........................................................................ 1 Emergency Purchases ........................................................................................................................... 3 Sole Source Purchases .......................................................................................................................... 3 Piggybacking ......................................................................................................................................... 4 Waiver in the Best Interest of the City .................................................................................................. 5 5. Competitive Procurement Procedures ............................................................................................... 5 Sealed, Competitive Bidding Process ................................................................................................... 6 Invitation to Bid (ITB) .......................................................................................................................... 6 Request for Proposal (RFP) .................................................................................................................. 6 Request for Qualifications (RFQ) ......................................................................................................... 7 Lobbying Cone of Silence/Black-out Period ........................................................................................ 7 Bid Opening .......................................................................................................................................... 7 Bid Award ............................................................................................................................................. 7 Bid Protest ............................................................................................................................................. 8 6. Purchase Orders .................................................................................................................................... 8 7. Delivery and Acceptance of Goods ...................................................................................................... 9 8. City Manager Spending Authority ........................................................................................................ 9 9. City Issued Credit Card ....................................................................................................................... 10 10. Conflict of Interest; Reporting and Prohibited Gifts ....................................................................... 11 11. Optional Local Preference Policy ................................................................................................... 12 12. Record Retention ............................................................................................................................ 13 13. Vendor Management ....................................................................................................................... 14 14. Suspension or Debarment of Vendors ............................................................................................ 14 15. Federal and State Funding............................................................................................................... 15 16. Operational Procedures and Procurement Forms ............................................................................ 15 Policy Appendices ...................................................................................................................................... 16 Appendix A: Consultants Competitive Negotiation Act (CCNA) procedures ....................................... 16 I. Purpose:....................................................................................................................................... 16 II.Procedures: .................................................................................................................................. 16 III. Release of CCNA Requests for Qualifications (RFQ): ........................................................ 16 IV.Evaluation of Consultants and Ranking: Competitive Selection ............................................ 17 V. Guidelines for Committee’s Evaluation and Ranking of Firms .................................................. 18 VI.Competitive Negotiation Procedures ...................................................................................... 19 Additional Requirements for CCNA-Related Procurement/PSA Requirements ................................ 19 VII. Design-Build Projects ............................................................................................................. 19 Appendix B: Formal Competitive Bid Protest Procedures ..................................................................... 21 PURPOSE: .......................................................................................................................................... 21 SECTION I – RIGHT TO FILE BID PROTEST ............................................................................... 21 SECTION II – BURDEN AND PARTICIPATION IN THE PROCESS ........................................... 21 SECTION III – WRITTEN PROTEST REQUIRED ......................................................................... 21 SECTION IV – TIME PERIODS FOR FILING PROTESTS ............................................................ 22 SECTION V – TIME PERIOD FOR FILING SUPPLEMENTAL MATERIALS RELATED TO THE PROTEST NOTICE ................................................................................................................... 22 SECTION VI – DECISION-MAKING PROCESS ............................................................................ 22 SECTION VII – APPEAL OF FINAL DECISION ............................................................................ 23 SECTION VIII – STAY OF SOLICITATION PROCESS PENDING PROTEST ............................ 23 SECTION IX – ASSESSMENT OF COSTS BY THE CITY ............................................................ 23 SECTION X – PROTESTANT COST ............................................................................................... 23 SECTION XI – MISCELLANEOUS RELATED COMMUNICATIONS BY THE CITY .............. 24 1.Overview and Procurement Authority This purchasing policy and procedures are governed by Chapter 2, Article VI, Division 2 of the City of Winter Springs Code of Ordinances. The City Commission of the City of Winter Springs has approved this Policy and amendements thereto by resolution. The City Manager has delegated the responsibility to maintain compliance with this Policy to the Finance Director and the Procurement Manager. The purpose of this policy is to establish and describe the basic procurement policies and procedures under which the City of Winter Springs operates. 2.Mission The City will follow sound and prudent business practices, promote full and equitable economic participation of all segments of the business community, and follow the strictest ethical standards when procuring commodities and contractual services. The Procurement Manager is committed to fostering and supporting a culture of excellence throughout the City by facilitating the purchasing of superior goods and services through effective, innovative, and strategic procurement and contract management. The Procurement Manager is committed to exemplary customer service, professionalism, impartiality, transparency, and achieving the best value for the City within the parameters of the law. The Procurement Manager will endeavor to: Provide fair and equitable treatment of all persons interested in the City’s procurement practices. Maximize the procurement value of public funds. Assure adherence to all applicable Federal laws, State statutes, City ordinances, regulations, policies, and procedures through various methods of procurement. Partner with departments/divisions to increase the efficiency of City operations by facilitating the procurement of supplies, goods, equipment, contractual services, professional and consultant services, capital improvements and construction, and/or any combination of goods and services required, in a timely manner, meeting the department needs while acting in the best interest of the City and its residents. Seek win/win solutions that benefit the City and the business community. 3.Policy This Procurement Policy, in conjunction with applicable Federal laws, State statutes, and City ordinances govern the procurement of supplies, goods, equipment, contractual services, professional and consultant services, capital improvements, construction, and/or any combination of goods and services. In the event of a contradiction between this Policy and applicable state or federal law, such state or federal law shall prevail over this Policy. The funding sources available for a particular procurement action may trigger the application of certain state or federal laws. This Policy is effective immediately upon issuance, and supersedes all previous purchasing policies instructions, and directives. This Policy may only be amended in writing by resolution of the City Commission. 4.Exceptions to Competitive Procurement Procedures Certain purchases made by the City are exempt from the competitive processes outlined in this Policy. The current list of purchases exempt from the competitive process is as follows. Nothing in this Section is intended to exempt a purchase of supplies, goods, equipment or services from competitive solicitation 1 requirements arising from state or federal law. Applicable state or federal law must also be consulted and adhered to, even if an exemption exists under this Section. Non-Construction Services/Goods/Equipment Sole source purchases Emergency purchases Piggyback purchases Legal services, including attorney, paralegal, expert witness, appraisal, or mediator services Recreational programs provided by independent contractors Other professional services, such as executive recruiting, lobbyists and medical professionals, excluding professions covered by the CCNA Art, music, and other artistic services Employee training and continuing education Food and beverages for city events If, after attempts to competitively procure the purchase, the City receives no responsive bids or proposals If the funding source of the project will be diminished or lost because the time required to competitively award the purchase exceeds the time within which the funding source must be applied for or spent If the City competitively awarded a purchase to a vendor and such vendor abandoned the project before completion or the City terminated the contract Cooperation with other governmental entities in soliciting competitive bids, quotes or proposals Use of competitive bids, quotes or proposals received by other governmental agencies, provided they were made within one year of the date the city proposes to use them Waiver in the best interest of the City Any other purchase expressly exempt as provided by the City Code or by Section 287.057, Florida Statutes Construction Services For construction projects specifically, the following projects shall be exempt from the competitive processes outlined in this Policy: Emergency purchases, as defined in Section 255.20, Florida Statutes Sole source purchases Piggyback purchases if work is based on unit prices and without reference to specific construction plans and drawings (such as installation of asphalt or pipe by square foot) Waiver in the best interest of the City If, after attempts to competitively procure the purchase, the City receives no responsive bids or proposals If the project is undertaken as repair or maintenance of an existing public facility, as such terms are defined in Section 255.20, Florida Statutes If the funding source of the project will be diminished or lost because the time required to competitively award the project after the funds become available exceeds the time within which the funding source must be spent 2 If the City competitively awarded a purchase to a contractor and such contractor abandoned the project before completion or the City terminated the contract If the City Commission finds by a majority vote that it is in the public’s best interest to perform the project using its own services, employees, and equipment in accordance with the procedures of Section 255.20, Florida Statutes Any other exemption provided by Section 255.20, Florida Statutes, as may be amended from time to time, or other applicable state law. If less than two responsive bids, proposals, or replies for commodity or contractual services purchases are received, the department may negotiate on the best terms and conditions. The department shall document the reasons that such action is in the best interest of the state in lieu of resoliciting competitive sealed bids, proposals, or replies. Emergency Purchases An Emergency Purchase is made to prevent immediate danger to the public health or safety, loss of public or private property or an interruption in the delivery of an essential governmental service. For Emergency Purchases, all formal bidding requirements shall be suspended. However, this type of procurement will be made with as much competition as is practicable under the circumstances. Poor planning does not constitute grounds for an emergency purchase. Communication with the Procurement Manager is important to ensure proper procedures are followed with emergency purchases. Procedure: -Notify the Procurement Manager of the emergency or, if not during normal operating hours, notify the City Manager. -Secure a firm price from a qualified vendor that can perform the service/provide equipment immediately. -Fill out the Emergency Purchase Justification form and attach it to the purchase order request. -The City Manager may authorize emergency expenditures which do not exceed $200,000.00, or as otherwise provided by City Code -If possible, a purchase order should be issued. If a non-business day, a purchase order must be issued on the next business day following the emergency. Sole Source Purchases A sole source purchase is one in which only one vendor is capable of supplying the commodity or service. This may occur when the goods or services are specialized or unique in character. Criteria for Sole Source include: Licensed or PatentedThe supplier has a license or patent that makes them the sole provider The commodity or service has no competitive alternatives available on the One-of-a-kind market and is available from only one supplier. The commodity or service must match the existing brand or configuration of Compatibility equipment for compatibility and is available from only one supplier Replacement Part For a specific brand or existing equipment 3 Warranty The sole provider of a factory-authorized warranty service The commodity or service must meet physical design or quality standards and is Unique Design available from only one supplier Contractor has expertise linked to a current project (e.g., knowledge of project Contractor Expertise management, unique expertise in field, or prior work on earlier phases of a project) Procurements that generally DO NOT meet the justification for a sole source include: Proprietary products or services that are provided by more than one potential supplier Preference for a brand name product where other brands qualify as equal Highly restrictive specifications written to exclude competition Every purchase request that is using Sole Source as justification, should be accompanied by a Sole Source Justification Form. Piggybacking Piggybacking is the utilization of an executed, current (unexpired) contract completed by another local or state government that was procured through a competitive, sealed bidding method, most often an Invitation to Bid. The Piggyback must be for a current or active contract for the identical or substantially similar item being purchased and must provide pricing equal to or less than the original government contract. Piggybacking is not authorized when the action would call for the substitution of goods, materials, equipment, and services that were not originally proposed or bid on and not originally evaluated as part of the contract award. City staff should use caution in utilizing contracts procured by another local or state government through a Request for Proposal because price is only one factor utilized in awarding the contract. The original local or state government may have had different priorities and objectives in awarding the contract than would be most beneficial to the City of Winter Springs. The Request for Proposal award criteria should be analyzed to determine if the procurement was conducted in a manner that best fits the objectives and goals of the City of Winter Springs. If the purchase is equal to or greater than $50,000, the City Commission must approve the purchase. The following documentation is required when submitting a Piggyback purchase: Copy of original bid document that was issued (ITB or RFP) Proof of agency’s legal advertisement (i.e. Newspaper, Website Posting) Copy of the awarded firm’s bid submittal Bid tabulation sheet Agency’s board approval document (Agenda Item) Copy of the fully executed (Signed) contract (If Applicable) Contract Extensions (If necessary) Vendor’s Quote to the City of Winter Springs, utilizing pricing contained in the original government contract (or lower) 4 If it is determined that Piggybacking is the best procurement method then the Project Manager must compile the required documentation, and send that documentation to the City’s Procurement Manager. The Procurement Manager along with the City Attorney will determine if the City can piggyback off the requested contract. A Piggyback Rider shall be prepared for all Piggyback Contracts, creating a contractual relationship between the vendor and the City of Winter Springs, substantially based on the original government contract’s terms and making any necessary minor modifications applicable to the City of Winter Springs. Upon execution of the Piggyback Rider, the Procurement Manager shall be responsible for obtaining all applicable insurance certificates, performance/payment/security bonds, warranties, and other documents required by the Piggyback Rider and Piggyback Contracts to be issued in the name of the City of Winter Springs. Some more commonly used contracts and national cooperatives are; the Florida Sheriffs Association, Florida Department of Management Services, National Association of State Procurement Officers (NASPO), National Joint Powers Alliance (NJPA), and US Communities. Waiver in the Best Interest of the City When competitive procurement requirements of this Policy are neither practical nor advantageous to the City, the City Commission or City Manager (for contracts within the City Manager’s spending authority), may in the City best interest waive such competitive procurement requirements contained in this Policy. City staff requesting a waiver should prepare a written justification for the City Commission or City Manager’s consideration, identifying the reasons why competitive procurement requirements are neither practical nor advantageous to the City. 5.Competitive Procurement Procedures Unless otherwise exempt from the competitive procurement procedures in this Policy, the following shall apply to the purchase of goods, equipment, and services for the City of Winter Springs: 1.Purchases Under $5,000: Quotes need not be obtained but are encouraged to be obtained. A purchase order can be approved by the Department Director. 2.Purchases $5,000 - $10,000: A minimum of two quotes, but preferably three quotes, must be obtained. Written quotations are required. City staff should prepare detailed specifications to the extent necessary, including description, quantity, delivery requirements, special conditions, drawings, and specifications, etc. The lowest and best quotation is selected and an award made. A purchase requisition is prepared and issued in the form of a purchase order. 3.Purchases $10,001 - $49,999:A minimum of three quotes must be obtained. Written quotations are required. City staff should prepare detailed specifications to the extent necessary, including description, quantity, delivery requirements, special conditions, drawings, and specifications, etc. The lowest and best quotation is selected and an award made. A purchase requisition is prepared and issued in the form of a purchase order. 4.Purchases Equal to or Greater Than $50,000: Must be procured through a sealed, competitive bid, approved by the City Commission, and processed on a purchase order. Sealed, competitive bidding methods shall include Invitations to Bid, Requests for Proposal, and Requests for Qualifications, as described in further detail herein. 5 Sealed, Competitive Bidding Process The sealed, competitive procurement process starts by the requesting department/Project Manager developing a purpose, scope of work, and specifications for the commodity or service being requested and forwarding to the Purchasing Manager, along with a list of any vendors the department wishes to invite in the process. All competitive procurements are different and modifications to the process may have to be made to support the requesting department’s needs, meet legal requirements, provide transparency, and/or deliver the most competitive submittals. Project Managers should meet with the Procurement Manager as early in the process as possible to determine the best method of procurement, and to fine-tune the purpose, scope of work, specifications, and timelines. Upon receipt of the request, the Purchasing Manager shall prepare all required forms and documents to complete the bid package. A public notice or invitation to bid is prepared which shall be published in DemandStar or another similar purchasing forum or in a newspaper of general circulation if required by law. The City shall observe the following advertising requirements for construction projects as provided in Section 255.0525, Florida Statutes, or as may be amended from time to time: Construction project expected to exceed $200,000 in cost shall be publicly advertised at least once in a newspaper of general circulation in Seminole County at least 21 days prior to the established bid opening and at least 5 days prior to any scheduled prebid conference Construction project expected to exceed $500,000 in cost shall be publicly advertised at least once in a newspaper of general circulation in Seminole County at least 30 days prior to the established bid opening and at least 5 days prior to any scheduled prebid conference Invitation to Bid (ITB) An Invitation to Bid (ITB) will be used when there is a well-defined scope of work and specifications and the only selection criteria is price. An ITB is awarded to the lowest bidder who is both responsive and responsible (qualified) in accordance with the applicable ITB solicitation documents. Request for Proposal (RFP) A Request for Proposal (RFP) will be used when the price is not the only factor in selection. Other factors include, but are not limited to, references, approach to completing the scope of work, or designs. The City shall select the Proposer and proposal that is most qualified, responsive and most advantageous to the City’s interests, as determined in the sole and absolute discretion of the City Commission or City Manager. The RFP selection will not result in the formation of a contract, but will allow the City and selected Proposer to negotiate a contract including, but not limited to, the scope of work, work and delivery schedule, term and pricing. No contract shall be formed until final approval and execution of a written contract by the City Commission or City Manager occurs, containing such terms as the City Commission and City Manager determine are in the best interest of the City. Negotiations may be terminated at any time by the City Manager if, in his or her sole discretion, the City Manager determines that the negotiation of terms acceptable to the City will not be successful. If the City chooses to appoint a selection committee, following the proposal opening, the Procurement Manager shall issue the submittals to the committee members. The Procurement Manager will schedule a publicly-noticed selection committee meeting. At the meeting, the Procurement Manager will provide the selection committee with relevant guidance on reviewing proposals and answer any questions. The selection committee members are not to discuss the RFP or their evaluations or rankings outside of the publicly-noticed selection committee meetings. During a selection committee ranking meeting, the 6 Procurement Manager will tally the selection committee scores, and the committee will select a proposal to recommend to the City Commission or City Manager for selection and further negotiation of an agreement. Request for Qualifications (RFQ) Request for Qualifications (RFQ) are issued to obtain statements of qualifications of potential responders to gauge competition and/or to develop a list of pre-approved organizations. If the City chooses to appoint a selection committee, following the proposal opening, the Procurement Manager shall issue the submittals to the committee members. The Procurement Manager will schedule a publicly-noticed evaluation committee meeting. At the meeting, the Procurement Manager will provide the evaluation committee with relevant guidance on reviewing proposals and answer any questions. The evaluation committee members are not to discuss the RFQ or their evaluations or rankings outside of the publicly-noticed evaluation committee meetings. During an evaluation committee meeting, the Procurement Manager will tally the evaluation committee scores, and the committee will recommend a ranking of the responsive proposers to the City Commission or City Manager for further negotiation of an agreement. If the RFQ is to comply with CCNA, refer to Appendix A: Consultants Competitive Negotiation Act (CCNA) procedures. Lobbying Cone of Silence/Black-out Period Lobbying is defined as any action taken by an individual, firm, association, joint venture, partnership, syndicate, corporation, and/or all other groups who seek to influence the governmental decision of a City Commission Member, the City Manager, any requesting or evaluating Department/Division/Office personnel and/or any member of the Evaluation Committee concerning an active solicitation during the black-out period. A lobbying black-out period commences upon the issuance of a solicitation document. Bid/proposers, respondents, potential vendors, service providers, lobbyists, consultants, or vendor representatives shall not contact any City Commission member, the City Manager, any requesting or evaluating Division/Department/Office personnel, and/or any member of the Evaluation Committee concerning an active solicitation during the Cone of Silence/Lobbying Black-out Period. If an award item is presented to City Commission for approval or for a request to provide authorization to negotiate a Contract(s) and the City Commission refers the item back to the City Manager, Procurement Division and/or requesting Department/Division/Office for further review or otherwise does not act on the item, the Cone of Silence/Lobbying Black-out Period will be reinstated until such time as the City Commission meets to consider the item for action. Bid Opening During the bid or proposal opening, the Procurement Manager and Project Manager will open and log all submitted and accepted proposals. The City shall adhere to the requirements of section 255.0518, Florida Statutes, as may be amended from time to time, regarding bid openings for construction or repairs on a public building or public work. Bid Award Contracts will be awarded or negotiated as provided in this Policy and the bid or proposal documents. The City reserves the right to accept or reject any or all bids or parts of bids, to waive minor irregularities, cancel a bid solicitation, issue addendums to modify bid solicitations, and to request re-bid on work or 7 material described in any competitive solicitation. The City further reserves the right to award any contract on a split order, lump sum, or individual item basis or such combination as shall best serve the interst of the City unless otherwise specified. The bidder warrants prices, terms and conditions quoted in its bid will be firm for acceptance for a period of not less than ninety (90) days from the bid opening date unless otherwise specified in the solicitation documents. Such prices will remain firm during performance of resulting purchase orders or contracts. Whenever a bid requests prices to be firm for the period of performance, the quantities or usages shown are estimations with no guarantee made by the City that these quantities shall be purchased. The quantities shown are for the bidder’s information only and the City shall be bound only for the actual quantities ordered. Bid Protest A bid protest occurs when a vendor or vendors express, in writing, to the City their concerns regarding another vendor’s bid, proposal submittal, or any part of the procurement process. During the protest process, the burden shall be on the vendor (“Protestant”) to demonstrate by clear and convincing evidence that the solicitation was procedurally or substantially flawed, arbitrary, fraudulent, unreasonable, capricious, dishonest, corrupt, or illegal. For more information see Appendix B: Formal Competitive Bid Protest Procedures 6.Purchase Orders The City Manager or his/her designee has the responsibility and authority to purchase supplies and services as needed to support the operation of the City through the use of authorized purchase orders, including the issuance of purchase orders in furtherance of contracts approved by the City Commission. A purchase order is a legal document used to authorize the delivery of supplies and services in accordance with specific terms and conditions. It also acknowledges the obligation that payment will be made upon receipt of the required supplies or service. When a purchase order is written as an acceptance of a bid or quotation, a contractual relationship is established upon the issuance and its acceptance by the vendor. Purchase order changes (Change Orders) are made by the purchase order originator to revise or cancel a purchase order. Once a purchase order change has been processed and approved, it becomes part of the original purchase order. A change order is used to: Increase or decrease the quantity, scope of work, material and/or unit cost which impact the total value of the purchase order Revise or add shipping costs or other terms and conditions accepted by the City Cancel or terminate a purchase order Adjust for time delays in delivery of goods and services Change Orders increase or decrease the value of the original purchase order. The total purchase order is defined as the original purchase order plus all change orders. The City Manager is authorized to approve any change order which does not cause the total purchase order to exceed the City Manager’s purchasing authority. However, if any change order causes the total purchase order to exceed the City Manager’s authorized purchasing authority, the change order must have City Commission approval. 8 For construction and other specialized project contracts, the City Commission may authorize the City Manager to approve change orders in excess of the City Manager’s spending authority limits, provided the amount is within the unexpended construction or project budget approved by the City Commission for the contract. The City Manager shall provide notice of any such approved change orders to the City Commission in the form of an informational agenda item at the next scheduled City Commission meeting or as soon as practicable thereafter. 7.Delivery and Acceptance of Goods Unless otherwise specified by agreement of the City, all prices quoted by a bidder must be F.O.B. Winter Springs, Florida, with all delivery costs and charges included in the bid price. Failure to do so may be cause for rejection of bid. The material delivered under any proposal shall remain the property of the seller until a physical inspection of the material is made and accepted to the satisfaction of the City. The material must fully comply with the stated terms, specifications and wuality. In the event the material supplied to the City is found defective or does not meet specifications, the City reserves the right to cancel the order upon written notice to the supplier and return the project to the supplier at the supplier’s expense. Time will be of the essence for any order placed by the City. The City reserves the right to cancel an order, or any part thereof, without obligation if delivery is not made within the time(s) specified on an order or proposal form. 8.City Manager Spending Authority As provided by the City Code, as may be amended from time to time, the City Manager is authorized to purchase or contract for all commodities and services required by the city which do not exceed fifty thousand dollars ($50,000.00). The City Manager is therefore authorized to settle lawsuits and claims threatened and to execute all settlement agreements related thereto without further approval of the City Commission where such settlement agreement does not require the payment of City funds exceeding fifty thousand dollars ($50,000.00). For any lawsuit or claim for which the City is covered by insurance, the City Manager shall cooperate with the City’s insurance carrier as required by the City’s insurance contract, and in furthereance thereof, the City Manager has the authority to execute settlement agreements for which the City’s payment of a deductible does not exceed fifty-thousand dollars ($50,000.00), even if the total payments including insurance proceeds to the claimant exceed fifty-thousand dollars ($50,000.00). Contracts with a multi-year term obligating the City to expend a total amount of funds in excess of fifty thousand dollars ($50,000.00) for the entire contractual term shall require City Commission approval and the City Manager shall authorize payments and issuance of annual purchase orders in accordance with the terms of the contract and budget appropriations approved by the City Commission. Optional renewal terms of a contract shall not be included in the total amount of funds obligated for purposes of determining whether City Commission approval is required. All purchases or contracts for all commodities and services required by the City which exceed fifty thousand dollars ($50,000.00) shall be approved by the City Commission. Notwithstanding, the City Manager shall have the authority to purchase or contract for all commodities and services by the city which do not exceed two hundred thousand dollars ($200,000.00) in cases of a bona fide emergency such as an immediate danger to the public health or safety, loss of public or private property or an interruption in the delivery of an essential governmental service. In addition, the City Manager shall have the authority without further approval of the City Commission to issue purchase orders and pay invoices related to utility services required by the City for normal routine operations up to the amount budgeted and appropriated by the City Commission in the City’s annual budget including, but not limited to, electric, 9 gas, fuel, solid waste, telephone, water, sewer and stormwater services. This section shall not be construed or interpreted as limiting the purchasing and contracting authority granted to the City Manager pursuant to a declaration of a state of emergency proclaimed by the city in accordance with the emergency management regulations set forth in chapter 2, article VII of the City Code. 9.City Issued Credit Card The City issued credit card is intended for use by an employee that has a frequent and/or recurring need to purchase small dollar supplies and services. Department Directors shall have a $2,500.00 monthly limit on the City-issued credit card, and all other employees shall have a $1,000.00 monthly limit. Additional authority not exceeding a $5,000.00 monthly limit may be authorized in writing by the City Manager for specific purposes, such as summer camp expenses, City special events, and other emergencies. The City issued credit card program is designed to improve efficiency in processing purchases from any supplier that accepts credit cards. Employees who have been issued a credit card ultimately bear responsibility for the card and are to only use it for official business on behalf of the City. Employees must ensure that the applicable budget is available and that the expense is pre-approved through their manager or supervisor. Pre-approval for individual credit card purchases exceeding $250.00 shall be obtained from the manager or supervisor in writing (e-mail is sufficient) and shall be submitted no later than five (5) working days following the date of receipt of the monthly credit card statement with the receipts. Authorized Purchases: 1.All city-issued credit card purchases must comply with the City’s existing purchasing policies and be covered by the existing budget. 2.City-issued credit cards are to be used only for purchases authorized by the city 3.If a purchase is found by the City Finance Department to be unauthorized, the cardholder must immediately reimburse the City in full for the purchase Authorized Card Holder: Only the person whose name appears on the city-issued credit card is authorized to use the credit card. Card Holder Responsibilities: 1.The cardholder shall keep the credit card in a secure location. 2.If at any time, the credit card is lost or stolen, the cardholder shall report such immediately to the financial institution providing the credit card and to the City’s Finance Department. 3.The cardholder shall review each credit card statement for the accuracy of the purchases. 4.If the cardholder disputes any purchases indicated on the credit card statement, the cardholder shall immediately notify the City Finance Department of the dispute. 5.The cardholder shall collect and save all receipts and written authorizations from the manager or supervisor, if applicable, of purchases made with the credit card and turn them into the City Finance Department no later than five (5) working days following the date of receipt of the monthly credit card statement. 6.The cardholder shall upload the receipts to the City’s credit card portal and will assign applicable account codes in the portal. 7.The cardholder shall return the credit card to the City Finance Department at the end of their term unless re-elected or at the termination of their employment with the City. 10 City Finance Department Responsibilities: 1.The City Finance Department shall pay the credit card bills on a timely basis. 2.The City Finance Department shall resolve any issues with the financial institution providing the credit card regarding disputed purchases. 3.The City Finance Department shall review credit card bills, written authorizations, and receipts to the extent reasonable and necessary to ensure compliance with this Policy. Sales Tax Exemption: Sales tax should not be added to purchases made with city-issued credit cards. Cardholders shall provide vendors with a copy of the city’s sales tax exemption certificate to ensure the City’s sales tax exempt status. If sales tax is inadvertently or mistakenly charged, the cardholder shall notify the Finance Department as soon as possible. The Finance Department shall deduct the inadvertent or mistaken sales tax charges against the City’s sales tax liability. Abuse of Credit Card Policy: Any abuse of the City’s credit card policy may result in the cancellation of the credit card and possible disciplinary action authorized by City policy or law. 10.Conflict of Interest; Reporting and Prohibited Gifts The City is committed to a procurement process governed by the highest ethical standards and integrity to inspire the confidence of the organization and the public being served. To achieve this, the City subscribes to the following code of ethics. 1.The City will avoid unfair practices by granting all competitive respondents equal consideration as required by State, Federal, and City regulations. 2.The City will conduct business in good faith demanding honesty and ethical practices from all individuals participating in the procurement process. 3.The City will promote positive vendor relationships by affording courteous, fair, and ethical treatment. 4.The City will avoid involvement in any transactions or activities that could be considered a conflict between personal interest and the interest of the city. City employees and officials shall be subject to the requirements of Chapter 112, Florida Statutes, Code of Ethics for Public Officers and Employees. Contractors who develop or draft specifications or Statement of Work for Bids/RFPs are prohibited from competing for that work. “Reporting individuals” and “procurement employees” of the City shall be responsible for complying with Section 112.3148, Florida Statutes related to reporting and prohibited gifts. In general, reporting individuals and procurement employees shall be prohibited from soliciting any gift from a vendor doing business with the City, a political committee as defined in s. 106.011, or a lobbyist who lobbies the City, or the partner, firm, employer, or principal of such lobbyist, where such gift is for the personal benefit of the reporting individual or procurement employee, another reporting individual or procurement employee, or any member of the immediate family of a reporting individual or procurement employee. In addition, a reporting individual or procurement employee or any other person on his or her behalf is prohibited from knowingly accepting, directly or indirectly, a gift from a vendor doing business with the City, a political committee as defined in s. 106.011, or a lobbyist who lobbies the City, or directly or indirectly 11 on behalf of the partner, firm, employer, or principal of a lobbyist, if he or she knows or reasonably believes that the gift has a value in excess of $100; however, such a gift may be accepted by such person on behalf of the City or a charitable organization. If the gift is accepted on behalf of the City or charitable organization, the person receiving the gift shall not maintain custody of the gift for any period of time beyond that reasonably necessary to arrange for the transfer of custody and ownership of the gift to the City or charitable organization. 11.Optional Local Preference Policy In letting of contracts for procurement of materials, supplies, equipment, or services, the City may determine, in its discretion, that it is in the City’s best interests for a specific procurement to give a preference to local businesses. This policy shall not apply to all procurements. However, if the City chooses, in its discretion, to afford a local preference for a specific procurement of materials, supplies, equipment, or services, the following requirements shall apply:: The preference given by the City to local businesses will not exceed 5% of the total bid price submitted by the local business. If the lowest bidder is not a Seminole County-based business and a local business has submitted a bid within 5% of the lowest bid, the local business bidder with the lowest bid within 5% shall be deemed the lowest bid upon written notice by the City, provided the local business responds in writing to the written notice by affirmatively agreeing to match the bid of the lowest bidder. Said written response agreeing to match the lowest bid must be delivered to the City no later than two (2) business days from the date that the City delivered the written notice. If the local business refuses to match the lowest bid or fails to timely respond to the City’s written notice, the local business’s bid shall not be adjusted. A business is considered a local business for purposes of this section if it has a permanent, physical business address located within the City of Winter Springs or Seminole County limits, and such location is evidenced by a local business tax receipt that has been issued at least six (6) months prior to the date tha the bid was submitted to the City. A post office box shall not be considered a physical business address. Local businesses must provide documentation of their local status at the time of bid submittal. This Local Preference policy shall not be applied to the following circumstances: 1.Contracts or purchases in excess of one million dollars ($1,000,000.00) 2.Purchases of Professional Services, including those awarded under the Consultant’s Competitive Negotiation Act (Section 287.055, F.S.) 3.The work is funded in whole or in part by a governmental entity where the laws, rules, regulations, or policies prohibit the use of local preferences or where prohibited by state or federal law 4.The local business is determined to be unqualified to perform work as determined by the city 5.Purchases exempt from the provisions of the City of Winter Springs Procurement Policy 6.Purchases made utilizing cooperative procurement agreements with other governmental or public entities 7.Purchases from Local, State, and/or Federal contracts and public entities 8.Emergency purchases 9.Purchases made for items that have been deemed a sole source 10.Purchases or contracts let under a bid or request for proposal which the City has expressly waived, in the invitation to bid or request for proposal, the requirements of this local preference policy. 12 11.The City rejects all bids or proposals or cancel the bid. The local preference requirements of this section do not prohibit the City from comparing the quality of materials proposed for purchase or prohibit the City from comparing qualifications, character, responsibility, and fitness of all persons, firms, or corporations submitting bids or proposals. The City reserves the right to award contracts to the lowest and best bidder regardless of the application of any local preference. 12.Record Retention The State of Florida issues General Record Schedules which establish minimum retention requirements for record series common to all agencies or specified types of agencies based on the legal, fiscal, administrative, and historical value of those record series to the agencies and the State of Florida. Listed below are current retention schedules for items related to procurement, which may be amended from time to time. This is not meant to be a complete list. Contact the City Clerk’s Office if you have questions related to the retention of documents. Item #42: PURCHASING RECORDS This record series consists of copies of purchase orders which are retained by the originating office while another is sent to the Purchasing/Business Office and the appropriate vendor for action. The series may include, but is not limited to, copies of requisitions sent by the originating office to supply, purchasing, graphics, duplicating, or other sections for action; copies of receiving reports; and a log of outstanding and paid requisitions and purchase orders used for cross-referencing purposes. See also “DISBURSEMENT RECORDS: DETAIL.” RETENTION LENGTH: 5 fiscal years. Item #64: CONTRACTS/LEASES/AGREEMENTS: CAPITAL IMPROVEMENT/REAL PROPERTY This record series consists of legal documents, correspondence, reports, etc., relating to the negotiation, fulfillment, and termination of capital improvement or real property contracts, leases, or agreements to which the agency is a party, General Records Schedule GS1-SL for State and Local Government Agencies including contracts, leases, or agreements with architects, engineers, builders, and construction companies. "Capital Improvements" shall mean improvements to real property (land, buildings, including appurtenances, fixtures and fixed equipment, structures, etc.), that add to the value and extend the useful life of the property, including the construction of new structures, replacement or rehabilitation of existing structures (e.g., major repairs such as roof replacement), or removal of closed structures. "Real Property" means land, buildings, and fixtures. The terms "land," "real estate," "realty," and "real property" may be used interchangeably. See also "CONTRACTS/LEASES/AGREEMENTS: NON-CAPITAL IMPROVEMENT." RETENTION LENGTH: 10 fiscal years after completion or termination of contract/lease/agreement. Item #65: CONTRACTS/LEASES/AGREEMENTS: NON-CAPITAL IMPROVEMENT This record series consists of legal documents, correspondence, reports, etc., relating to the negotiation, fulfillment, and termination of non-capital improvement contracts, leases, or agreements to which the agency is a party. In addition, it includes the various contracts, leases, or agreements entered into for the purchase of goods and services, such as the purchase of gas, fuel oil, and annual purchases of inventory-maintained items. See also “CONTRACTS/LEASES/ AGREEMENTS: CAPITAL IMPROVEMENT/REAL PROPERTY" and “BARGAINING RECORDS.” RETENTION LENGTH: 5 fiscal years after completion or termination of contract/lease/agreement. 13 Item #72: BID RECORDS: NON-CAPITAL IMPROVEMENT This record series consists of information relative to the processing and letting of successful, unsuccessful, and canceled non-capital improvement bids including, but not limited to, legal advertisements, "Requests for Proposals," “Requests for Qualifications,” “Letters of Interest,” "Invitations to Bid," “Invitations to Negotiate,” technical specifications, correspondence, bid tabulations, and bid responses. See also "BID RECORDS: CAPITAL IMPROVEMENT SUCCESSFUL BIDS" and "BID RECORDS: CAPITAL IMPROVEMENT UNSUCCESSFUL BIDS.” RETENTION LENGTH: 5 fiscal years after awarded. Item #97: VENDOR FILES This record series consists of records documenting services offered and/or provided by individual vendors. The series may include, but is not limited to, vendor background information; product/service and price lists; purchase/lease and payment histories; copies of invoices, purchase orders and receiving reports; payment credit documentation; and other related records. RETENTION LENGTH: 3 fiscal years. 13.Vendor Management The City of Winter Springs seeks to maintain a list of qualified, responsive, and responsible vendors. The Procurement Manager will be responsible for creating, maintaining, and auditing all vendor information within the City’s financial management system. In order to do business with the City of Winter Springs, a vendor must submit a Vendor Information Form, Internal Revenue Service (IRS) Form W-9, and Verification of Employment Status Using an E- Verify form. Every five (5) years, vendor information will be audited. All active vendors will be contacted to complete an updated Vendor Information Form and updated IRS Form W-9 and E-Verify form. 14. Suspension or Debarment of Vendors The City expects and requires that all vendors or contractors who seek to do business with the City comply with terms of its agreements and with applicable industry ethical and professional standards. The City reserves the right to suspend or debar any vendor or contractor doing business with the City, who violates the terms of its agreement or applicable ethical and professional standards. The City also reserves the right to suspend or debar any vendor due to violations committed by that vendor at other public entities. The vendor shall be entitled to a meeting or hearing prior to being suspended or debarred by the City. In general, suspension or debarment of vendors shall follow the below procedures. However, the City may waive these procedures, at its own discretion, if it believes that the actions of the vendor are so egregious as to merit immediate suspension or debarment. a. The City serves the vendor written notice of the issue that may result in the vendor being debarred or suspended. b. The notice requests a written response from the vendor on the issues that gave rise to the possible suspension or debarment. c. The City reviews the response from the vendor and schedules a suspension or debarment hearing. The suspension or debarment hearing shall be chaired by the City Manager or designee, 14 and shall include the Purchasing Manager, the Department Head, the contracts administrator or project manager, and any other person the City believes is necessary for the proceedings. The City Attorney will provide legal counsel to the City at the proceeding. d. The City will make a record of the suspension or debarment hearing, and upon conclusion of the proceedings, the City Manager shall provide a written determination to all participants of his decision. The City Manager’s decision shall state, i. Whether the vendor is suspended or debarred. ii. The effective date and length of time of the suspension or debarment. If the City Manager determines that the vendor should not be suspended or debarred, the City Manager shall have the right to require certain corrective actions by the vendor by a prescribed date and time. The decision of the City Manager in these proceedings shall be final and not open to appeal by the vendor or the vendor’s legal representative. The City will reject any offer to do business from a vendor who is suspended or debarred under these procedures for the entire term of the suspension or debarment. 15. Federal and State Funding. Whenever supplies, goods, equipment or services are procured by the City utilizing state and/or federal grant funds, the Purchasing Manager and Finance Department shall consult to determine whether such supplies, goods, equipment or services are also required to be procured using state and/or federal guidelines such as 2 CFR §200.318 through §200.326. 16. Operational Procedures and Procurement Forms The City Manager is authorized to approve written operational procedures and procurement forms which are required or deemed necessary by the City Manager to implement this Policy. 15 Policy Appendices Appendix A: Consultants Competitive Negotiation Act (CCNA) procedures I.Purpose: The purpose of the procedures outlined herein is to guide staff through the procurement of professional individuals/firms for architectural, engineering, landscape architecture, land survey, and mapping services. This is also intended to ensure the City operates in compliance with Section 287.055, Florida Statutes, commonly known as the “Competitive Consultant’s Negotiation Act” (CCNA). Before the procurement of any of these services, it is highly recommended that the Procurement Manager have a kick-off meeting with the Project Manager and/or requesting department and representatives from Finance, the City Clerk’s Office, and the City Attorney’s Office. This meeting will confirm the necessary procedures and requirements regarding the City’s procurement policy, the CCNA, and public records law. When in doubt regarding any procedure or policy, call the Procurement Manager first and they will direct you to the appropriate member of staff or administration to address your needs or concerns. II.Procedures: The table below is intended to provide general information regarding when the CCNA applies based on the type of project or service to be procured, estimated project cost, and whether the procuring department desires a continuing Professional Services Contract Agreement with the selected firm. A more detailed procedural description is provided in the below table. This table is subject to change based on legislative amendments to the CCNA. CCNA PROCUREMENT – GENERAL GUIDELINES Applicable Procedure(s) Type of Project/Service Estimated Cost Without CSA With CSA Planning: Activity or CCNA does CCNA does Under $35,000 Study: Consultant Fee not apply; not apply; Follow the City Direct Scenario A Arch./Eng./Landscaping: procurement Selection Under $325,000 Construction Cost policy permissible Planning Activity or Direct $35,000 to $500,000 Study: Consultant Fee Selection CCNA Applies Scenario B permissible Arch./Eng./Landscaping: $325,000 to $4,000,000 through CSA Construction Cost Planning Activity or CCNA More than $500,000 Study: Consultant Fee Selection applies CCNA Applies Scenario C (Cannot use Arch./Eng./Landscaping: More than $4,000,000 Direct CSA Construction Cost selection) *Continuing Services Agreement (CSA) III. Release of CCNA Requests for Qualifications (RFQ): The City is required to publicly notice, in a uniform and consistent manner, each instance in which professional services will be procured in accordance with the CCNA. The notice must include a general 16 description of the project and indicate how interested consultants may apply for consideration. Finance or the department procuring the professional services as applicable will develop a Request for Qualification (RFQ) document based on the needs of the department. When doing so, staff must provide a good faith estimate in determining whether the proposed services can be procured, or the project to be constructed meets the threshold amounts identified in the CCNA General Guidelines (see table above). The RFQ document will be advertised and released in accordance with the City’s procurement procedures and identified herein. The RFQ document must, at the very least, contain a general description of the project or scope of work and indicate the method and time within which the interested professional firm can provide their written responses. In addition, the RFQ shall describe the contract term and any potential contract extensions, and require the responding individual or firm to indicate whether they are a minority-owned business as certified by the State of Florida, Office of Supplier Diversity. The RFQ shall require that all responding parties supply, at minimum, information regarding the individual’s/firm minimum qualifications as outlined below under the subheading “Minimum Qualifications for Consideration in Evaluations and Ranking.” THE RFQ CANNOT REQUEST RESPONDING PARTIES TO SUPPLY COST/PRICE FOR SERVICES BENG PROPOSED. IV.Evaluation of Consultants and Ranking: Competitive Selection For each project, an evaluation committee should be created to evaluate the qualifications of each individual/firm responding to the Request for Qualification (RFQ). The evaluation committee must consist of at least one person from the department procuring the professional service and be comprised of an odd number of individuals. This committee will review statements of qualifications and performance data submitted in response to the released RFQ. The evaluation committee shall select in order of preference no less than three (3) firms deemed to be the most qualified (if at least 3 firms responded to the RFQ) but no more than seven (7) firms unless City Administration approves additional rankings. If there are less than 3 individuals/firms responding to the RFQ, and after reviewing the RFQ process it is decided every effort was made to meet the requirements of Section 287.055, Florida Statutes, the evaluation committee may proceed with the evaluation of those responses received. For each proposed project, the evaluation committee shall evaluate current statements of qualifications and performance data on file with the City, together with those that may be submitted by other firms regarding the proposed project, and shall conduct discussions with, and may require public presentations by, no fewer than three firms regarding their qualifications, approach to the project, and ability to furnish the required services.In determining whether a firm is qualified, the evaluation committee shall consider such factors as the ability of professional personnel; whether a firm is a certified minority business enterprise; past performance; willingness to meet time and budget requirements; location; recent, current, and projected workloads of the firms; and the volume of work previously awarded to each firm by the agency, with the object of effecting an equitable distribution of contracts among qualified firms, provided such distribution does not violate the principle of selection of the most highly qualified firms. Except as provided in Section 286.0113, F.S., all evaluation meetings are public meetings. While the evaluation committee may meet at any time to address pertinent issues pertaining to the procurement process, any discussion regarding the actual evaluation and/or risk-ranking proposals must be advertised as a public meeting and must be held at a location accessible by the public. The date time and location of all public evaluation committee meetings should be advertised no less than seven (7) days prior to the meeting. Minutes must be taken at all public meetings and should, at a minimum include the names of the evaluation committee members and any official action taken by the committee. The Purchasing Manager 17 should contact the City Clerks office to coordinate the preparation and posting of all public notices to ensure this process is consistent with City Procedures, the CCNA, and the Sunshine Law. Pursuant to Section 286.0113(2), Florida Statutes, any portion of a meeting at which a negotiation with a vendor is conducted pursuant to a competitive solicitation, at which a vendor makes an oral presentation as part of a competitive solicitation, or at which a vendor answers questions as part of a competitive solicitation is exempt from s. 286.011 and s. 24(b), Art. I of the State Constitution. If formal oral presentations are requested, the evaluation committee will determine the allotted time for presentations (on a project-by-project basis), the mode and manner of the presentations, and any other administrative matters related to presentations. Oral presentations should include, at a minimum, those items identified below, in addition to any other information the evaluation committee requires to complete its evaluation and ranking of qualified firms. Based on the minimum criteria provided below, each evaluation committee member shall rank each individual/firm in order of personal preference and the committee will subsequently decide the overall ranking of all presenting firms. The criteria established below constitute the minimum criteria to be considered for compliance with CCNA. V.Guidelines for Committee’s Evaluation and Ranking of Firms Minimum Criteria for Consideration in Evaluation and Ranking 1.Individual’s/firm’s capabilities, including the adequacy and ability of personnel and the individual/firm’s willingness and ability to meet the project schedule and budget. 2.Individual’s/Firm’s experience with projects of similar size and scope, including past performance and experience with the City. 3.The volume of work previously awarded by the City. 4.Individual’s/Firm’s minority business status. a.RFQ responses should indicate whether the individual/firm is a minority-owned business as certified by the State of Florida, Office of Supplier Diversity. b.If the evaluation committee determines all factors are equal between two or more individuals or firms, the individual/firm that is certified as a minority-owned business will be ranked higher. 5.Individual’s/Firm’s location 6.The individual’s/firm’s recent, current, and project workloads 7.Any additional (project-specific) criteria are requested in the RFQ packet. ** COST MAY NOT BE A FACTOR CONSIDERED IN THE EVALUATION AND RANKING OF INDIVIDUALS/FIRMS UNDER CCNA. COMPENSATION INFORMATION MAY ONLY BE UTILIZED DURING THE NEGOTIATION PHASE OF THIS PROCESS. ** Suggested Minimum Criteria for Oral Presentations 1.Evaluate the individual’s/firm’s qualifications and understanding of the project. 2.Evaluate the individual’s/firm’s ability to provide the required services within budget and on schedule. 3.Evaluate the managerial methods used to plan, design, and administer the project. 4.Evaluate the individual/firm based on additional criteria supplied in the RFQ packet. The rankings shall be presented to the City Commission or City Manager for contracts within his or her spending authority for approval before the initiation of negotiations. 18 VI.Competitive Negotiation Procedures After completion of ranking, the evaluation committee or an appointed representative of that committee may then commence negotiations with the top-ranked (#1) individual/firm. As part of the negotiations, the evaluation committee or appointed representative must consider the cost of the professional services to be procured, in addition to considering their scope and complexity, when determining a fair, competitive, and reasonable price. The final terms and associated scope of work will be memorialized in a Professional Services Agreement (PSA) between the City and the selected individual/firm, and the PSA shall be approved by the City Commission if the cost exceeds $50,000. In the event negotiations with the #1 individual/firm are unsuccessful, the next step would be to proceed with negotiations with the #2 ranked individual/firm. Prior to commencing negotiations with a subsequently ranked firm, the City must formally terminate negotiations with the individual/firm it has currently engaged in negotiations. This must be done in the form of a letter addressed to the individual or the firm’s principal. If negotiations with the top 3 ranked firms are all ultimately unsuccessful, the evaluation committee, if it has not already done so, would go back to complete a ranking of additional individuals/firms that were responsive to the RFQ. If the committee determines the remainder of the proposers are not sufficiently qualified to be ranked, the City may then begin the procurement process again. If the committee determines the remaining proposers are sufficiently qualified to be ranked after completion of a subsequent ranking staff must then go back to the City Commission to see approval of this new ranking for projects with an estimated cost of $50,000 or more. The City may then commence negotiations with subsequently ranked firms in order of ranking. If negotiations fail with all ranked firms, the City must begin the procurement process again by releasing a new RFQ. Additional Requirements for CCNA-Related Procurement/PSA Requirements For any lump-sum or cost-plus-a-fixed-fee project over $195,000: The City will require the firm receiving the award to execute a truth-in-negotiation certificate stating that wage rates and other factual unit costs supporting the compensation are accurate, complete, and current at the time of the contract award. Any Professional Services Agreement (PSA) under which such a certificate is required must contain a provision that the original contract price and any additions will be adjusted to exclude any significant sums which determines increased the contract price due to inaccurate, incomplete, or non-current wage rates and other factual unit costs. All such contract adjustments must be made within one (1) year following the end of the contract term. For ALL Professional Service Agreements (PSA): All PSAs, must contain a prohibition against contingent fees as follows (provided in Subsection 287.055(6)(a), Florida Statutes: “The architect (or registered) surveyor and mapper or professional engineer, as applicable) warrants that he or she has not employed or retained any company or person, other than a bona fide employee working solely for the architect (or registered surveyor and mapper, or professional engineer, as applicable) to solicit or secure this agreement and that he or she has not paid or agreed to pay any person, company, corporation, individual, or firm other than bona fide employee working solely for the architect (or registered surveyor and mapper or professional engineer, as applicable) any fee, commission, percentage, gift or other consideration contingent upon or resulting from the award or making of this agreement.” VII.Design-Build Projects The CCNA generally does not apply to design-build projects with a few limited exceptions. Before the City begins the process to engage an individual or firm for a design-build project, they must first contact 19 the Procurement Manager to discuss the application of the CCNA procedures in the procurement of these services. 20 Appendix B: Formal Competitive Bid Protest Procedures PURPOSE: The purpose of this administrative policy is to establish a mandatory procedure whereby a bidder or prospective bidder may file a written protest challenging the City’s solicitation process or award of a bid. SECTION I – RIGHT TO FILE BID PROTEST Any actual or prospective bidder aggrieved in connection with the City sealed bid, RFP, RFQ or other solicitation (hereinafter collectively referred to as “Bid”) may file a written protest in accordance with the following mandatory procedure. A protest that does not comply with the following procedure shall be deemed invalid. In addition, a subcontractor does not qualify as an actual or prospective bidder and does not have standing to file a protest under this policy. SECTION II – BURDEN AND PARTICIPATION IN THE PROCESS During the protest, the burden shall be on the party filing the protest, hereinafter “Objector” to demonstrate by clear and convincing evidence that the solicitation was procedurally or substantially flawed, arbitrary, fraudulent, unreasonable and capricious, dishonest, corrupt, or illegal. Once the objector has filed the formal written protest, the objector may request an opportunity to address the Protest Review Committee comprised of City employees involved in the project being bid. At this meeting, the Protest Review Committee and the objector shall review the basis of the protest, evaluate its facts and merits, and, if possible reach a resolution that is acceptable to both parties or afford the objector an opportunity to withdraw the protest. If the dispute cannot be resolved by mutual agreement, the Protest Review Committee will forward the protest to the City Manager with the Committee’s recommendation for final resolution. The Protest Review Committee may allow bidders or prospective bidders, as appropriate and necessary, to address the Committee regarding the merits or impact of the protest on the solicitation process. SECTION III – WRITTEN PROTEST REQUIRED All protests must be initiated by filing a written or electronic Notice of Intent to Protest (”Protest Notice”) to the Procurement Manager, at the City of Winter Springs, 1126 E. State Road 434, Winter Springs, Florida 32708, or via email. The Protest Notice must be on company letterhead and contain the following information: A.The name and address of the objector; B.Identification of the bid solicitation number and title; C.The name, title, and signature of the person submitting the protest on behalf of the objector (this person must have contract signing authority on behalf of the protestor); D.A general statement of the nature defining the basis for the protest; and E.Unless otherwise expressly stated in the applicable bid solicitation, the Protest Notice shall be accompanied by a cash deposit, letter of credit, or bond in favor of the City Winter Springs equaling one percent (1%) of the bid/quote/proposal amount or $5,000.00, whichever is greater. Said cash deposit or bond shall be maintained or deposited with the City under the condition that should the City deny the protest, the City shall have the right to assess cost against the objector according to Section IX below. Bids that do not require any bid/quote/proposal amounts as part of the submittal are exempt from the cash deposit, letter of credit, or bond requirement. 21 SECTION IV – TIME PERIODS FOR FILING PROTESTS Any protest that is filed outside of the following periods shall be deemed invalid and the person or entity filing an untimely protest shall have been deemed to have waived their right to protest the subject solicitation: A.Pre-Award Protests: Must be initiated by filing a Protest Notice within three (3) days after receipt of the Bid or addenda or from the time the facts supporting the protest become known, but in no case shall a pre-award protest be filed later than three (3) days prior to the solicitation closing date. B.Post-Award Protests: Must be initiated by filing a Protest Notice by 5:00 P.M. of the second business day after the decision of the City Manager or City Commission, as appropriate, in awarding the Bid. C.Time Periods: The periods stated above are business days and do not include Saturday, Sunday, and legal holidays. SECTION V – TIME PERIOD FOR FILING SUPPLEMENTAL MATERIALS RELATED TO THE PROTEST NOTICE Within three (3) City business days after filing the Protest Notice, the objector shall file with the Procurement Manager any and all exhibits, evidence, or documents substantiating the protest. In addition, the objector shall, to the extent necessary, supplement the general statement of the nature of the protest stated in the Protest Notice with additional details outlining the specific reasons for the protest and the relief of remedy being sought should the City uphold the protest. This three (3) City business day period shall begin on the date of receipt of the Protest Notice by the Procurement Manager and will not include Saturday, Sunday, and legal holidays. SECTION VI – DECISION-MAKING PROCESS Once a timely formal written protest is received, it will be reviewed by the Procurement Manager. The Procurement Manager will then form a Protest Review Committee, consisting of the Director of the department initiating the bid, the Finance Director, or designees by those individuals, and one other managerial level City employee. This Committee will formulate an administrative recommendation and provide it to the City Manager along with all background information related to the procurement and the protest. The City Manager shall review the Committee’s recommendation and prepare a written decision related to all Pre-Award Protests or Post-Award Protests involving contracts awarded by the City Manager. Consistent with the intent and purpose of the competitive bid process and law, such a decision may include, but is not limited to: A.Denial of the protest; B.Modification of the solicitation document and extension of the solicitation period; C.Disqualification of a bidder(s); D.Waiver of irregularities in the solicitation; E.Cancellation of the solicitation and rejection of all bids; and F.Cancellation of the selection or award of the contract. The City Manager’s final written decision shall be delivered to the Objector within ten (10) days from the date that supplemental materials are due to be filed with the City Manager according to Section V of this Policy unless additional time is deemed reasonably necessary to adequately evaluate the 22 protest and prepare a response. The City Manager’s written decision shall represent the final decision of the City concerning the issue raised in the Pre-Award Protest. With respect to Post-Award Protests involving contracts awarded by the City Commission, the City Manager shall review the Committee’s recommendation and prepare a written recommendation (in the form of an Agenda Item) to the City Commission. Consistent with the intent and purpose of the competitive bid process and law, such recommendation may include, but is not limited to: A.Denial of the protest; B.Modification of the solicitation document and extension of the solicitation period; C.Disqualification of a bidder(s); D.Wavier of irregularities in the solicitation; E.Cancellation of the solicitation and rejection of all bids; and F.Cancellation of the selection or award of the contract. The City Manager shall deliver such recommendation to the objector within ten (10) days from the date that supplemental materials are due to be filed with the City Manager pursuant to Section V of this Policy unless additional time is deemed reasonably necessary to adequately evaluate the protest and prepare a response. The decision of the City Commission shall be based on the recommendation of the City Manager or some other reason deemed appropriate and lawful by the City Commission. The City Commission’s decision shall be deemed a final decision concerning the issue raised in the aforementioned Post-Award Protest. SECTION VII – APPEAL OF FINAL DECISION Any final decision rendered by the City Manager or City Commission under this Policy may be appealed by filing an original action in the Circuit Court of the Eighteenth Judicial Circuit in and for Seminole County, Florida in accordance with applicable court rules. SECTION VIII – STAY OF SOLICITATION PROCESS PENDING PROTEST In the event of a timely and properly filed protest, the Procurement Manager will stay the related solicitation process and not proceed further with the solicitation or award until all administrative remedies have been exhausted, or until the City Manager or City Commission, as appropriate, makes a final decision on the record that a delay would be adverse to the City’s interests and the public health, safety or welfare. SECTION IX – ASSESSMENT OF COSTS BY THE CITY If the protest is upheld by the City Manager or City Commission, the cash deposit, letter of credit, or bond will be returned to the protestant. If, however, the protest is denied and the City Manager or City Commission, as appropriate, further finds that the protest lacked merit, the City Manager or City Commission as appropriate, may assess against the cash deposit, letter of credit, or bond any costs, charges or damages associated with any delay of award, or any costs incurred by the City associated with the protests including, but not limited to, any administrative or legal expenses (including reasonable attorney’s fees) SECTION X – PROTESTANT COST In no event shall a Objector be entitled to recover any costs incurred in connection with the protest of a solicitation, including, but not limited to, bid or proposal costs, protests presentation costs, or attorney’s fees. 23 SECTION XI – MISCELLANEOUS RELATED COMMUNICATIONS BY THE CITY The City shall publish notice of specification and criteria, including addenda, intended agency decisions, or other matters pertinent to solicitations on the City of Winter Springs Official Website or other third- party sites. The information posted online shall be deemed received by respondents at 8:00 A.M. on the next business day following the posting. Notice of City Commission award shall be deemed received by respondents at 8:00 A.M. on the next business day following the City Commission meeting at which the bid was awarded. City Commission meetings are publicly noticed and open to the general public. Therefore, it shall be the sole responsibility of each bidder to be informed of the City Commission’s decision regarding a solicitation of Bid. Notice of City Manager award shall be deemed received by respondents at 8:00 A.M. on the next business day following posting on the City’s website or at such time written notice of award is delivered to the respondents, whichever date first occurs. 24