Loading...
4/26/1983 - Regular 4-26-83 ()13 .. ._,,>,.....~. . " .- " .. . . <". _. . " '.'. I I I " .. ... '. d . . .. . . .. . ... ...,. Roanoke County Board of Supervisors Roanoke County Administration Center 3738 Brambleton, Ave., S.W. Roanoke, Virginia 24015 April 26, 1983 The Board of Supervisors of Roanoke County, Virginia, met this day in open session at the Roanoke County Administration Center, Roanoke, Virginia, this being the fourth Tuesday and the second regular meeting of the month of April, 1983. IN RE: CALL TO ORDER At 3:17 p.m. Vice Chairman Nickens called the meeting to order. The roll call was taken. MEMBERS PRESENT: Vice Chairman Harry C. Nickens, Supervisors Athena E. Burton, Gary J. .Minter, Robert E. Myers MEMBERS ABSENT: Chairman May W. Johnson IN RE: EXECUTIVE SESSION County Administrator, Donald R. Flanders, requested an Executive Session to discuss personnel, real estate, and legal matters. Supervisor Burton moved to go into Executive Session pursuant to the Code of Virginia, Section 2.1-344(a), (1), and (6). The motion carried by a unanimous voice vote. IN RE: WORK SESSION At 4:55 p.m. Supervisor Minter moved to return to Open Session, and the motion carried by a unanimous voice vote. Work Session - Change in Calculating Leave, Sherrif's Department Vice Chairman Nickens stated that this work session was to be held over. Work Session - Grievance Procedure Personnel Officer, Keith Cook, and County Attorney James E. Buchholtz have completely reviewed the Grievance Procedure and redrafted the working in order that it will be easily understood. The old procedure was approved by the State, and it was suggested that some of the t) 1. 4 1 4-26-83 wording be clarified. All the changes discussed will be incorporated by the Personnel Officer. Work Session - Funding Priorities, Secondary Roads, Six-Year Plan Superintendent of the Department of Public Facilities, John Hubbard, stated that approximately $650,000 has been allocated for the 1983-1984 projects for the six- year plan for secondary road construction. A May 10, 1983, public hearing has been scheduled for these funding priorities. After the public hearing, the Board will determine and adopt these priorities. I Work Session - Street Light Contract with APCO Supervisor Minter moved to authorize the County Administrator to execute the agreement with APCO which reflects APCO's new rates for electrical service to street lights. The motion carried by the following roll call vote: AYES: Supervisor Myers, Minter, Nickens NAYS: None ABSENT: Supervisor Johnson I ABST AIN: Supervisor Burton IN RE: RECESS At 5:50 p.m. Supervisor Myers moved for a recess, and the motion carried by a unanimous voice vote. IN RE: CALL TO ORDER - REGULAR SESSION At 7:10 p.m. Vice Chairman Nickens called the meeting to order. The roll call was taken. MEMBERS PRESENT: Vice Chairman Harry C. Nickens; Supervisors Athena E. Burton, Gary J. Minter, Robert E. Myers MEMBERS ABSENT: Chairman May W. Johnson I 4-26-83 615 . . . . . .. ,., . ...._. ....... .. c. , .. ... .. . .. IN RE: .. ...... .. .. >. . ... ... ..... .. CONSENT AGENDA Resolution: I as follows: Supervisor Minter moved for the following prepared Consent Agenda RESOLUTION NO. 83-72 APPROVING AND CONCURRING IN CERTAIN ITEMS SET FORTH ON THE BOARD OF SUPERVffiORS AGENDA FOR THffi DATE DEffiGNATED AS ITEM B - CONSENT AGENDA BE IT RESOLVED by the Board of Supervisors of Roanoke County, Virginia, 1. That that certain section of the agenda of the Board of Supervisors for April 26, 1983, designated as Item B - Consent Agenda be, and hereby is, approved and concurred in as to each item separately set forth in said section designated as Items 1 through 24, inclusive, as follows: 1. 2. 3. I 4. 5. 6. 7. 8. 9. I Letter dated April 7, 1983, from Roanoke Valley Cablevision, Inc. regarding Franchise Tax error. Letter dated March 31, 1983, regarding Highway Allocations Workshops. Letter dated March 31, 1983, from State Department of Highways and Transportation regarding approved projects Routes 11 & 115. Letter dated March 31, 1983, from Governor's Employment and Training Division regarding Final Designation of Service Delivery Areas. Letter dated March 29, 1983, from Salem Cable TV regarding construction in Roanoke County. Raffle Permit - LaBelle vue Garden Club - Request waiver of fee. Report - Wellhouse lots - The Pines and Dwight Hills. Letter dated April 8, 1983, from Roanoke Valley Cablevision, Inc. report covering survey and inventory of activities. Letter dated April 13, 1983, from the Virginia Municipal League requesting an inventory of the telephone equipment and services used in governmental operations. 10. Letter dated April 13, 1983, C. Richard Cranwell regarding "Superfund" Program. 11. Letter dated April 11, 1983, from Roanoke City Manager Bern Ewert acknowledging surplus bulk water sale to Roanoke County. 12. Report and Resolution - Bid - Refinish Surface and Paint 14 Refuse Trucks. 13. Report and Resolution - Bid - Portable Toilets 14. Report and Resolution - Bid - Fencing Penn Forest Park 15. Report and Resolution - Bid - Purchase of 16 Police Vehicles 616 4-26-83 16. Report and Resolution - Bid - Modular Ambulance for Hollins Rescue Squad #5 17. Report and Resolution - Bid - Protective Clothing for the Fire Department 18. Appropriation Resolution - Planning Commission 19. Report and Resolution - Westward Lake Dam I 20. Report and Resolution - Bid - Upgrade Hurst Rescue Tool - Vinton Rescue Squad Adopted by the following roll call vote: A YES: Supervisors Myers, Minter, Burton and Nickens NA YS: None ABSENT: Supervisor Johnson RESOLUTION NO. 83-72.a ACCEPTING A BID MADE TO THE COUNTY OF ROANOKE FOR A CONTRACTURAL AGREEMENT TO REFINISH SURFACE AND PAINT FOURTEEN COUNTY REFUSE TRUCKS BE IT RESOLVED by the Board of Supervisors of Roanoke County, Virginia, as follows: 1. That that certain bid of D. E. Hammond & Company in the amount of I $32,900.00, being the best bid to refinish and paint with acrylic enamel fourteen County refuse trucks, upon all and singular the terms and conditions of the invitation to bid, the specifications of the County of Roanoke, the bidders proposals, and the provisions of this resolution, be, and the same hereby is ACCEPTED; and 2. That the County Administrator is hereby authorized and directed to enter into a contract upon a form approved by the County Attorney for this service; and 3. That all other bids for this service are hereby rejected and the County Clerk is directed to so notify such bidders and express the County's appreciation for the submission of their bids. Adopted by the following roll call vote: AYES: Supervisors Myers, Minter, Burton and Nickens NA YS: None ABSENT: Supervisor Johnson I 4-26-83 617 RESOLUTION NO. 83-72.b ACCEPTING A BID MADE TO THE COUNTY OF ROANOKE FOR PORTABLE TOILET SERVICES TO THE COUNTY PARKS AND RECREATION BALL PARKS BE IT RESOLVED by the Board of Supervisors of Roanoke County, Virginia, I as follows: 1. That that certain bid of Bent Mountain Backhouses, Inc. of Fincastle, Virginia, in an amount not to exceed $3,400.00, to provide portable toilet services to the County Parks and Recreation ball parks for the months of May and June, 1983, upon all and singular the terms and conditions of the invitation to bid, the specifications of the County of Roanoke, the bidders proposals, and the provisions of this resolution, be, and the same hereby is ACCEPTED; and 2. That the County Administrator is hereby authorized and directed to enter into a contract upon a form approved by the County Attorney for this service; and 3. That all other bids for this service are hereby rejected and the County Clerk is directed to so notify such bidders and express the County's appreciation for the submission of their bids. I Adopted by the following roll call vote: AYES: Supervisors Myers, Minter, Burton and Nickens NA YS: None ABSENT: Supervisor Johnson RESOLUTION NUMBER 83-72.b (1) On motion made by Supervisor Minter, the General Appropriation Resolution of Roanoke County, Virginia, adopted June 22, 1982, be, and is the same hereby amended as follows to become effective April 26, 1983: DESCRIPTIONS ACCOUNT NUMBER INCREASE (DECREASE) I Class: Expendi tures Fund: General Dept.: Parks and Recreation Object: Rent of Equipment 03-6-07100-80010 $3,400 Dept. : Unappropriated Balance 03-6-99999-99999 ($3,400) nlH 4-26-83 Adopted by the following roll call vote: AYES: Supervisors Myers, Minter, Burton and Nickens NAYS: None ABSENT: Supervisor Johnson I RESOLUTION NO. 83-72.c ACCEPTING A BID MADE TO THE COUNTY OF ROANOKE FOR THE ERECTION OF FENCING AROUND THE PENN FOREST ELEMENTARY SCHOOL BASEBALL FIELDS BE IT RESOLVED by the Board of Supervisors of Roanoke County, Virginia, as follows: 1. That that certain bid of Hartwell Fence Company in an amount not to exceed $13,340.00, being the best bid for the erection of fencing around Penn Forest Elementary School baseball fields, upon all and singular the terms and conditions of the invitation to bid, the specifications of the County of Roanoke, the bidders proposals, and the provisions of this resolution, be, and the same hereby is ACCEPTED: 2. That the County Administrator is hereby authorized and directed to enter I and into a contract upon a form approved by the County Attorney for this service; and 3. That all other bids for this service are hereby rejected and the County Clerk is directed to so notify such bidders and express the County's appreciation for the submission of their bids. Adopted by the following roll call vote: A YES: Supervisors Myers, Minter, Burton and Nickens NA YS: None ABSENT: Supervisor Johnson RESOLUTION NO. 83-72.d ACCEPTING A BID MADE TO THE COUNTY OF ROANOKE FOR THE PURCHASE OF I SIXTEEN POLICE SERVICE VEHICLES FOR THE ROANOKE COUNTY SHERIFF'S DEP AR TMENT BE IT RESOLVED by the Board of Supervisors of Roanoke County, Virginia, as follows: .. -- . 4-26-83 619 .. .. .... ..... . . o .'" "0' o .. .__. ..0 0.0.... ............. .. ,"... ... _"" .. . 0 ____0.... 00' ....... 00 - __ . __"_" 0 .._._,-.._.. __ --"_0 o. I I I 1. That that certain bid of Radley Chevrolet, being the best bid for eight (8) 4-door Chevrolet Impala sedans (two-tone brown) at $7,753.00 each and eight (8) 4- door Chevrolet Impala sedans (various solid colors) at $7,653.00 each, for a total bid in an amount not to exceed $123,248.00, upon all and singular the terms and conditions of the invitation to bid, the specifications of the County of Roanoke, the bidders proposals, and the provisions of this resolution, be, and the same hereby is ACCEPTED; and 2. That the County Administrator is hereby authorized and directed to enter into a contract upon a form approved by the County Attorney for this purchase; and 3. That all other bids for this purchase are hereby rejected and the County Clerk is directed to so notify such bidders and express the County's appreciation for the submission of their bids. Adopted by the following roll call vote: A YES: Supervisors Myers, Minter, Burton and Nickens NAYS: None ABSENT: Supervisor Johnson RESOLUTION NO. 83-72.e ACCEPTING A BID MADE TO THE COUNTY OF ROANOKE FOR A MODULAR AMBULANCE TO BE PLACED IN SERVICE BY ROANOKE COUNTY RESCUE SQUAD #5 - HOLLINS BE IS RESOLVED by the Board of Supervisors of Roanoke County, Virginia, as follows: 1. That that certain bid of An-E-Body Fabricators in the amount of $45,500.00, being the best bid received for a modular ambulance to be placed in service by Roanoke County Rescue Squad #5 - Hollins, upon all and singular the terms and conditions of the invitation to bid, the specifications of the County of Roanoke, the bidders proposals, and the provisions of this resolution, be, and the same hereby is ACCEPTED; and 2. That the County Administrator is hereby authorized and directed to enter into a contract upon a form approved by the County Attorney for this purchase; and t :,z. 0 5 I 4-26-83 3. That all other bids for this purchase are hereby rejected and the County Clerk is directed to so notify such bidders and express the County's appreciation for the submission of their bids. Adopted by the following roll call vote: AYES: Supervisors Myers, Minter, Burton and Nickens I NA YS: None ABSENT: Supervisor Johnson RESOLUTION NO. 83-72.f ACCEPTING BIDS MADE TO THE COUNTY OF ROANOKE TO FURNISH PROTECTIVE CLOTHING FOR THE FIRE AND EMERGENCY SERVICES DIVISION OF THE DEPARTMENT OF PUBLIC SAFETY BE IT RESOLVED by the Board of Supervisors of Roanoke County, Virginia, as follows: 1. That bids to furnish protective clothing for the Fire and Emergency Services Division of the Department of Public Safety, total purchases not to exceed $44,486.00 on all contracts, upon all and singular the terms and conditions of the I invitation to bid, the specifications of the County of Roanoke, the bidders proposals, and the provisions of this resolution, be, and the same hereby is ACCEPTED as follows: From Zimmerman-Evans Inc. Helmets Boots, hip Boots, short $6,464.00 59.35 pair 50.39 pair From A-1 Fire and Equipment Co. Bunker coats, 35-inch Bunker coats, 40-inch Bunker pants Suspenders $ 141.70 each 148.20 each 97.22 pair 6.25 pair From Kay Uniforms Gloves $ 25.40 pair 2. That the County Administrator is hereby authorized and directed to enter 3. That all other bids for these purchases are hereby rejected and the County I into a contract upon a form approved by the County Attorney for these purchases; and Clerk is directed to so notify such bidders and express the County's appreciation for the submission of their bids. I I I AYES: NAYS: 4-26-83 621 Adopted by the following roll call vote: Supervisors Myers, Minter, Burton and Nickens None ABSENT: Supervisor Johnson RESOLUTION NUMBER 83-72.g On motion made by Supervisors Burton, the General Appropriation Resolution of Roanoke County, Virginia, adopted June 22, 1982 be, and is the same hereby amended as follows to become effective April 26, 1983: DESCRIPTION ACCOUNT NUMBER INCREASE (DECREASE) Class: Fund: Dept: Object: Dept: AYES: NAYS: Expenditures General Planning Commission Salaries 03-6-08101-10010 $600 ($600) Unappropriated Balance 03-6-99999-99999 Adopted by the following roll call vote: Supervisors Myers, Minter, Burton and Nickens None ABSENT: Supervisor Johnson RESOLUTION NUMBER 83-72.h On motion made by Supervisor Burton, the General Appropriation Resolution of Roanoke County, Virginia, adopted June 22, 1982 be, and is the same hereby amended as follows to become effective April 26, 1983: DESCRIPTION ACCOUNT NUMBER INCREASE (DECREASE) Class: Fund: Dept: Object: Dept: Expenditures General Miscellaneous Professional Services 03-6-09105-30020 $19,866 ($19,866) Unappropriated Balance 03-6-99999-99999 A YES: Supervisors Myers, Minter, Burton and Nickens Adopted by the following roll call vote: NA YS: None ABSENT: Supervisor Johnson 622 4-26-83 RESOLUTION NO. 83-72.i AWARDING A SOLE-SO URCE CONTRACT TO VIRGINIA - MARYLAND RESCUE SYSTEM OF NORFOLK FOR UPGRADING THE HURST RESCUE TOOL - "JAWS OF LIFE" BE IT RESOLVED by the Board of Supervisors of Roanoke County, Virginia, 1. That a sole-source contract to upgrade the Hurst Rescue Tool - "Jaws I as follows: of Life" be, and hereby is, awarded to Virginia - Maryland Rescue Systems of Norfolk, Virginia, for an amount not to exceed $3,250.00; and 2. That the County Administrator is hereby authorized and directed to enter i into a contract upon a form approved by the County Attorney for this service. Adopted by the following roll call vote: A YES: Supervisors Myers, Minter, Burton and Nickens NAYS: None ABSENT: Supervisor Johnson RESOLUTION NUMBER 83-72.j I On motion made by Supervisor Nickens, the General Appropriation Resolution of Roanoke County, Virginia, adopted June 22, 1982 be, and is the same hereby amended as follows to become effective April 26, 1983: DESCRIPTION ACCOUNT NUMBER INCREASE (DECREASE) Class: Fund: Dept: Object: Dept: Expenditures General County Administrator Professional Services 03-6-01201-30020 $75 ($75) Unappropriated Balance 03-6-99999-99999 Adopted by the following roll call vote: AYES: Supervisors Myers, Minter, Burton and Nickens NAYS: None ABSENT: Supervisor Johnson I 4-26-83 6 ') '-) .- t.) ... ... '. . "...... . ... . . .... ..... ._, ..... ...,. . '" . .'. .... ..... .... . ..." .." .".... . ,. . ..... . ...... . .... . . . ... ... '''''. .~ ~ ....."... .....-.- .... ...... ... .. ... . . RESOLUTION NUMBER 83-72.k On motion made by Supervisor Burton, the General Appropriation Resolution of Roanoke County, Virginia, adopted June 22, 1982 be, and is the same hereby amended as follows to become effective April 26, 1983: I ACCOUNT NUMBER INCREASE (DECREASE) DESCRIPTION Class: Fund: Dept.: Object: Dept: Expenditures General Contributions to Service Organizations National Association of County Recorders and Clerks 03-6-09104-56067 $1,000 (1,000) Unappropriated Balance 03-6-99999-99999 Adopted by the following roll call vote: A YES: Supervisors Myers, Minter, Burton and Nickens NA YS: None ABSENT: Supervisor Johnson I RESOLUTION NUMBER 83-72.1 On motion made by Supervisor Minter, the General Appropriation Resolution of Roanoke County, Virginia, adopted June 22, 1982 be, and is the same hereby amended as follows to become effective April 26, 1983: ACCOUNT NUMBER INCREASE (DECREASE) DESCRIPTION Class: Fund: Dept.: Object: Dept.: AYES: NAYS: ABSENT: I as follows: Expenditures General Planning and Zoning Part-time Salaries 03-6-08100-10030 $870 (870) Unappropriated Balance 03-6-99999-99999 Adopted by the following roll call vote: Supervisors Myers, Minter, Burton and Nickens None Supervisor Johnson RESOLUTION NO. 83-72.m AUTHORIZING AND DIRECTING THE CONVEYANCE OF A CERTAIN TRIANGULAR STRIP OF LAND TO THE ROANOKE COUNTY SCHOOL EMPLOYEES FEDERAL CREDIT UNION BE IT RESOLVED by the Board of Supervisors of Roanoke County, Virginia, 6 2 4 4-26-83 1. That the County Administrator be; and is hereby, authorized and directed to execute a deed of conveyance from the Board of Supervisors conveying a small triangular strip of land, containing 312 square feet more or less, situate, lying and being in the City of Salem, Virginia to the Roanoke County School Employees Federal Credit Union; and I 2. That such deed of conveyance shall contain special warranty of title and shall otherwise be on such form as approved by the County Attorney. Adopted by the following roll call vote: A YES: Supervisors Myers, Minter, Burton and Nickens NA YS: None ABSENT: Supervisor Johnson IN RE: CITIZENS COMMENTS AND COMMUNICATIONS Mrs. Gladys Bradley was present to accept the resolution which recognized the years of service of W. Carter Bradley. Supervisor Minter moved for the following prepared resolution: I RESOLUTION NO. 83-73 EXPRESSING THE BOARD OF SUPERVISORS' SYMPATHY TO THE FAMILY AND FRIENDS OF W. CARTER BRADLEY AND FURTHER, EXPRESSING THE BOARD'S APPRECIATION FOR THE LONG AND DEDICATED SERVICE OF MR. BRADLEY WHEREAS, W. Carter Bradley was appointed to serve as a member of the Health Department serving Roanoke County on March 1, 1955; and WHEREAS, W. Carter Bradley, at all times, performed and discharged his duties and responsibilities in a most dedicated and professional manner and rose to the position of Senior Sanitarian with the Air Pollution Control section of the State Department of Health; and WHEREAS, through the efforts of Mr. Bradley, the environment of the entire Roanoke Valley was substantially improved to the benefit of the citizens thereof; and WHEREAS, W. Carter Bradley departed this life on March 11, 1983, leaving I this Valley a legacy of a more healthy environment in which to work and play; . . 'P.' . , q. , . , 691": t:;., ;J . "'>' , 4-26-83 ", "".d._",_'_ ...__..... u.. , ... ...... . . _~p .. ,. .. _ ., '.u.' .. ." .-."".., ._~ -C---" .~-.. ... .,... q,n ,. NOW, THEREFORE, BE IT RESOLVED by the Board as follows: (1) That the Board, on behalf of itself and all citizens of Roanoke County, does express its deepset and most heart-felt sympathy to the family and friends on I the passing of W. Carter Bradley, and (2) The Board does express its most sincere appreciation for the dedication and professionalism exhibited by the life of W. Carter Bradley in the service of all the citizens of Roanoke County and the Roanoke Valley, and (3) That a duly displayed and attested copy of this Resolution be forthwith forwarded to the family of W. Carter Bradley. Adopted by the following roll call vote: A YES: Supervisors Myers, Minter, Burton and Nickens NA YS: None ABSENT: Supervisor Johnson IN RE: PROCLAMATION - NATIONAL CONSUMERS' WEEK I Mrs. Mary Frances Stephanz. Executive Director of the Belter Business Bureau of Western Virginia, Inc., and Ms. Charlotte Kidd, VPI & SU Extension Agent Consumer Affairs Specialist, were present to receive the following proclamation designating the week of April 24, 1983, as National Consumers' Week. PROCLAMATION WHEREAS, a major function of our competitive free enterprise economy is to satisfy consumer demand. The effective demand of consumers is what keeps producers in the business of supplying goods and services and is vital to keeping the wheels of industry turning. Therefore, it is most important that we fully recognize the crucial role consumers play in our economy; and WHEREAS, consumers should have access to a wide assortment of competitively I priced goods and services produced here and abroad; accurate information on product content and care, on contractual agreements, on the cost of credit - essentially whatever facts are needed to make an informed choice. But of greatest importance to consumers and private enterprise is protection against the marketing of goods - d 26 \ 4-26-83 that are hazardous to health or life, a fair hearing of complaints with appropriate remedies where justified, and dutiful consideration of consumer concerns at all levels of government; and WHEREAS, an effective and efficient system of commerce depends on an informed and educated public; and while, the major responsibility for consumer education rests primarily with the individual, the communications media and other interested organizations and institutions play an instrumental part in furthering the understanding of American consumers. NOW, THEREFORE, I, Harry C. Nickens, Vice-Chairman of the Roanoke County Board of Supervisors, do hereby designate the week beginning April 24, 1983, as NATIONAL CONSUMER'S WEEK IN ROANOKE COUNTY IN WITNESS WHEREOF, I have hereunto set my hand this 26th day of April,1983. I IN RE: NOISE STUDY Mr. Sonny Ward, 6620 Pendleton Avenue, Roanoke, representing the property owners of Plymouth Drive and Pendleton Avenue requested that a sound I study be conducted in that area to see whether the noise from the airport is in violation of the Roanoke County Noise Ordinance. The residents are bothered by low-flying planes, excessive noise, blasts from the development of the airport, jet engines and pollution from jet engines. The citizens requested a revision or update and enforcement of the Noise Ordinance. Supervisor Minter made a motion for the County Administrator to look into the feasibility and cost of a noise study, and the motion carried by a unanimous voice vote. The memorandum from George R. Long, Executive Director of Virginia Association of Counties, dated March 29, 1983, regarding the salaries of County Supervisors was received and filed on motion by Supervisor Burton. Concerning the communications regarding the drainage problems at Brambleton and Fleetwood Avenues, County Administrator Flanders asked Superintendent of the Department of Public Facilities, John Hubbard, to report on I 4-26-83 697 ~ - " . p ...... .. ..' ~ . - '", .. -" -. "' .. . ---:;- ~._"' .. ... "' . his meeting with legislators and citizens on April 25. Mr. Hubbard informed the Board that he met with Mr. Greer, who initiated the petition, Steve Agee, Chip Woodrum, and members of the State Department of Highways and Transportation and I the District Engineer. The Highway Department has agreed to investigate the possibilities of cleaning the existing sewers; and if they are collapsed, they will be replaced. This is an interim solution using the existing system until alternatives can be investigated. No citizens were present to speak on this issue. IN RE: PUBLIC HEARINGS ADOPTING TWO NEW SECTIONS TO THE COUNTY CODE PROVIDING A PROCUREMENT PROCEDURE FOR THE COUNTY OF ROANOKE AND PROVIDING FOR A CODE OF ETHICS RELATING TO PROCUREMENT. APPROVED Vice Chairman Nickens stated that this was adopted as an emergency at the December 14, 1982, meeting; and the County Attorney, James E. Buchholtz, said that no changes had been made and recommended readoption of the Procurement I Procedure. On motion by Supervisor Burton the following Procurement Procedure was adopted: I r~ ') Q b".."o ~, 1-\ T:.LC Le IT - 1,),..... ~~--,-;;;;.^,;. Sec. 2-7. Purpose. I The purpose of this article is to provide for the fair and equitable treatment of all persons involved in public purchasing by this County, to maximize the purchasing value of public funds in procurement, and to provide safeguards for maintaining a procurement system of quality and integrity. Sec. 2-8. Definitions. (a) Bid Committee. A committee appointed by the Chief Administrator, as defined herein, to be comprised of a member of the Governing Body, the Chief Administrator, and the Superintendent of the using department or his designee. (b) Brand name or equal specificatiDn. A specification limited to one or more items by manufacturers' names or catalogue numbers to describe the standard of quality, performance, and other salient characteristics needed to meet County requirements and which provides for the submission of equivalent products. (c) Business. Any corporation, partnership, individual, sole proprietorship, joint stock company, joint venture or any other private legal entity. If:i ; . (d) Change order. A written order signed and unilaterally issued on behalf of the County directing the contractor to make changes which the "changes" clauses of the contract authorizes the Purchasing Agent to order without the consent of the contractor. (e) Chief Administrator. The County Administrator. (f) Competitive neqotiation. A method of source selection which involves individual discussions between the County's designated representative and the offeror on the basis of responses to the County's request for proposals. (g) Competetive sealed bidding. A method of source selection which includes the following elements: 1. Issuance of a written invitation to containing or incorporating by reference specifications and contractural terms conditions applicable to the procurement. bid the and 2. Public notice of the invitation to bid. 3. Public opening and announcement of all bids received. I 4. Evaluation of bids based upon the requirements set forth in the invitation. 5. Award to the lowest responsive and responsible bidder. (h) Confidential information. Any information which is available to an employee only because of the employee's status as an employee of this County and is not a matter of public knowledge or available to the public on request. 029 \ c.. I c improving highway, grading or - Ul;;CI...l.UU. c .......c.~~1' .l.U'::f'l . 'J:"' "::1' or demolishing any structure, building or and any draining, dredging, excavation, similar work upon real property. (j) Construction management contract. A contract in which a person is retained by the County to coordinate and administer contracts for construction services for the benefit of the County and may also include, if provided in the contract, the furnishing of construction services to the County. (k) Contract. All types of agreements, regardless of what they may be called, for the procurement of goods, services, insurance or construction. (1) Contract modification. Any alteration in specifications, delivery point, rate of delivery, period of performance, price, quantity, or other provision of any contract accomplished by mutual action of the parties to the contract. (m) Contractor. Any person having a contract with the County as defined herein. (n) Cost data. Factual cost of labor, material, elements which are expected have been actually incurred performing the contract. information concerning the overhead, and other cost to be incurred or which by the contractor in (0) Cost-reimbursement contract. A contract under which a contractor is reimbursed for costs which are allowable and allocable in accordance with the contract terms and the provision of this article and a fee or profit, if any. (p) County. The County any agency, department, entity thereof. of Roanoke, Virginia, and/or board, commission, or like (q) Direct or indirect participation. Involvement through decision, approval, disapproval, recommendation, preparation of any part of a purchase request, influencing the content of any specification or procurement standard, rendering of advice, investigation, auditing, or in any other advisory capacity. (r) Disadvantaged business. A small business which is owned or controlled by a majority of persons, not limited to members of minority groups, who have been deprived of the opportunity to develop and maintain a competitive position in the economy because of social disadvantages. (s) Employee. An individual drawing a salary or wages from the County, whether elected or not; any noncompensated individual performing personal services for the County, and any noncompensated individual serving as an elected official of the County. ( t ) Good s . printing and software. All material, equipment, supplies, automated data processing hardware and (u) Governing Body. Roanoke County. The Board of Supervisors of - (v) Informality. A minor defect or variation of a bid or proposal or the receipt thereof from the exact requirements of the invitation to bid, or the Request ~. ,'''.'':'>.,''... It'i,lhl''' t.~;,t;,' :ii"";,,~'~~;." .. . I I I .,'. .. b~:S~OV' , ._._-----------_._....._.,_._._'~--------_._._-----~~------.--.....-.---------- . ~. , Fn.,. _ , .,.h ; ~ h -"_ _ _ _ ... '" L . -.C ~... ~....... ..........= ........... i:n..L....O::::, quality, quant~ty or delivery schedule for the goods, services or construction being procured and which does not place any bidder, offeror, etc., at either a competitive advantage or disadvantage as the case may be. I (w) Insurance. A contract whereby, for a stipulated consideration, one person undertakes to compensate the other for loss on a specified subject for specified perils. (x) Invitation for bids. All documents, whether attached or incorporated by reference, utilized for soliciting sealed bids. No confidential or proprietary data shall be solicited in any Invitation for Bids. (y) Nominal value. So small, slight, or the like, in comparison to what might properly be expected, as scarcely to be entitled to the name but in no case to be more than $5.00. (z) Nonprofessional services. specifically identified herein services. Any as services not professional (aa) Person. committee, club, individuals. Any business, individual, other organization, or union, group of I (bb) Pricing data. Factual information concerning prices for items substantially similar to those being procured. Prices in this definition refer to offer or proposed selling prices, historical selling prices and current selling prices. The definition refers to data relevant to both prime and subcontract prices. (cc) Professional services. Work performed by an independent contractor within the scope of the practice of accounting, architecture, land surveying, landscape architecture, law, medicine, optometry or professional engineering. (dd) Public body. Any legislative, executive or judicial body, agency, office, department, authority, post, commission, committee, institution, board, or political subdivision created by law to exercise some sovereign power or to perform some governmental duty, and empowered by law to undertake the activities described in this policy. (ee) Purchasing Aqent. The purchasing official for the County of Roanoke. I (ff) Qualified products list. An approved list of goods, services, or construction items described by model or catalogue number, which prior to competitive solicitation, the County has determined will meet the applicable specification requirements. (gg) Request for proposals. attached or incorporated by soliciting proposals. All documents, whether reference, utilized for (hh) Responsible bidder or offeror. A person who has the capability, in all respects, to perform fully the contract requirements and the moral and business integrity and reliability which will assure good faith performance, and who has been prequalified, if required. I I~ -,.", ,. " - . ... .,}~'~"F'" il 631 ~- ....,..~-~._.."._. - - .- --_.__.~._._.'- ---_..- --".-- ._- .,--.~. - , , " ' ' ., ' " ^' ,.,", " ," , ,- ' ,,' (ii) Responsive bidder. A person who has submitted a bid which conforms in all substantive respects to the Invitation to Bid. work performed by an independent the service rendered does not of acquisition of equipment or rental of equipment, materials and (jj) Services. Any contractor wherein consist primarily materials, or the supplies. (kk) Sheltered workshop. A work-oriented rehabilative facility with a controlled working environment and individual goals which utilizes work experience and related sevices for assisting the handicapped person to progress toward normal living and a productive vocational status. (11) Specification. Any description of the physical or functional characteristics, or of the nature of a good, service or construction item. It may include a description of any requirement for inspecting, testing, or preparing a good, service or construction item for delivery. Sec. 2-9. Application. (a) This article applies to contracts for the procurement of goods, services, insurance and construction entered into by this County involving every expenditure for public purchasing irrespective of its source. (b) Where any procurement transaction involves the expenditure of federal assistance or contract funds, the receipt of which is conditioned upon compliance with mandatory requirements in federal laws or regulations not in conformance with the provisions of this chapter, the County may comply with such federal requirements, notwithstanding the provisions of this article only upon the written determination of the Governing Body that acceptance of the grant or contract funds under the applicable conditions is in the public interest. Such determination shall state the specific provision of this policy in conflict with the conditions of the grant or contract. Sec. 2-10. Severability. If any provision of to any person or invalidity shall applications of this without the invalid end the provisions severable. this article or any application thereof circumstances is held invalid, such not affect other provisions or article which can be given effect provision or application, and to this of this article are declared to be Sec. 2-11. Establishment, Appointment, Purchasing Agent. and Bond of (a) For the County there is hereby created a purchasing system to operate under the direction and supervision of the Superintendent of Fiscal Management. (b) The Purchasing Agent for the County of Roanoke shall be the Superintendent of Fiscal Management. The Purchasing Agent may delegate the administrative purchasing responsibility to a responsible subordinate upon recommendation of the Chief Administrator and approval of the Governing Body. ,- . I I I 6;32 --, - , ..---.::;- _-:--:-.-~-'- -------- ------.-----.-.------.---.---..---- ~-cT Toe.. '81n9 Agent: and/or such deslgnated subordinate shall be bonded. The form and amount of the bond shall be determined by the Governing Body. Sec. 2-12. Authority and Duties I (a) The Purchasing Agent shall serve as the principal public purchasing official for the County and shall be responsible for the procurement of goods, services, insurance and construction in accordance with this article, as well as the management and disposal of supplies. (b) In accordance with this article, the Purchasing Agent shall: (1) purchase or supervise the purchasing of all goods, services, insurance and construction needed by the County. ; (2) exercise direct County's central stores over all other inventories the County; supervision over the and general supervision of goods belonging to (3) sell, trade or otherwise dispose of surplus goods belonging to the County; and I (4) establish and maintain programs for specifications development, contract administration and inspection and acceptance, in cooperation with the public agencies using the goods, services, and construction. (c) The Purchasing Agent shall have the power and duty to: (1) Purchase or contract for all goods, services, insurance and construction required by using department, except as provided herein; (2) Ensure preparation and standard specifications; enforcement of (3) Ensure the inspection of all deliveries of goods, services, or construction purchased through him to determine their conformance with the order or contract; (4) Act to procure for the County the highest quality in goods, services, insurance and construction at the least expense to the County; (5) Endeavor competition as sales; to obtain as possible on all full and open purchases and I (6) Keep informed of current developments in the field of purchasing, prices, market conditions, and new products; (7) Secure for the research done in the other governmental societies, national private business and County the benefits of fields of purchasing by jurisdictions, national trade associations, and by organizations; I ( 8 ) Prepare standard purchase nomenclature for I I goods for the using departments; , I -- ( 9 ) Prepare and maintain a vendor's file containing catalogues, descriptions of ,~ (.. '"s- ua - COromOdl tIes, prlcesanQ=dlscountS"i (10) Declare vendors who default on their quotations as irresponsible bidders and disqualify them from receiving business from the County for a stated period of time, subject to approval by the Governing Body; (11) Develop and maintain a current file sources of goods, services, insurance construction to be known as a "bidder list" which vendors can request to be added; of and to (12) Refuse to issue any purchase order until there has been certification that there is to the credit of the requesting department a sufficient unencumbered appropriated balance, in excess of all unpaid obligations, to defray the amount of such order; (13) Maintain an accurate listing and status of all outstanding contracts including expiration dates, establish a list of the needs assessment of the several departments, develop a process for renewal of expiring contracts, and develop a check-list to evaluate the quality of completion of all contracts. (14) Perform all other functions and duties, including administrative service to the Bid Committee, in keeping with sound purchasing practices and such other duties as may be assigned. Sec. 2-13. Procurement Procedure. After receiving a request for goods, services, etc., from a using department or agency, the Purchasing Agent shall promptly procede to satisfy the requirements in the most efficient manner. Where practical, standardized inventories, standardized specifications, existing contracts and the use of free and open competition should be used to satisfy these needs. This process will require proper planning by the using departments to prevent unreasonabe delays or the use of unsound purchasing practices which may not be in the best interest of the County. The purchase requisition shall include specific detail, brand name, or adequate specifications to ensure the pocurement of the item needed. Sec. 2-14. Unauthorized Purchases. Except as herein provided no official elected or appointed, or any employee shall purchase or contract for any goods, services, insurance, or construction within the purview of this article other than by and through the purchasing system, and any purchase order or contract made contrary to the provisions hereof is void and the County shall not be bound thereby. Sec. 2-15. Small Purchases. - Any contract not exceeding $2,500.00 may be made in accordance with small purchase procedures; (see Sec. 2-57- Small Purchase Procedures) provided, however, that contract requirements shall not be artificially divided so as to constitute a small purchase under this section; and provided further that all procurements exceeding $2,500.00 shall require specific award by the Governing Body as made and provided by law. I I I I ,<'.~ ...., tJ 1') 4 .. -. ..... . .. .. ~ ....,- .~---. ~ .......... .I...LVJ;;: r.LU\';UL~UI~"UI... I The County may participate in, sponsor, conduct or administer a cooperative procurement agreement with one or more other public bodies for the purpose of combining requirements to increase efficiency or reduce administrative expenses. Any public body which enters into a cooperative procurement agreement with the County shall agree to comply with the provisions and procedures adopted by this article. Sec. 2-17. Competitive Sealed Bidding - Conditions for Use. (a) All public contracts with non-governmental contractors for the purchase or lease of goods, or for the purchase of services, insurance, or construction shall be awarded after competitive sealed bidding, or competitive negotiation as provided in this article unless otherwise authorized by law. I, . -, " (b) No contract for the construction of any building or for an addition to or improvement of an existing building for which state funds of $100,000 or more, either by appropriation, grant-in-aid or loan, are used or are to be used for all or part of the cost of construction shall be let except after competitive bidding. The procedure for the advertising for bids and letting of the contract shall conform, mutatis mutandis, to this article. No person or firm shall be eligible to bid on any such contract nor to have the same awarded to him or it who has been engaged as architect or engineer for the same project. Sec. 2-18. Procurement Information. I Except as provided herein, all proceedings, records, contracts and other public records relating to procurement transactions shall be open to the inspection of any citizen, or any interested person, firm or corporation, in accordance with the Virginia Freedom of Information Act. Cost estimates relating to a proposed transaction prepared by or for the County shall not be open to public inspection. Any bidder or offeror, upon request, shall be afforded the opportunity to inspect bid and proposal records within a reasonable time after the opening of all bids but prior to award, except in the event that the County decides not to accept any of the bids. Otherwise, bid and proposal records shall be open to public inspection only after award of the contract. Any inspection of procurement transaction records under this section shall be subject to reasonable restrictions to ensure the security and integrity of the records. Trade secrets or proprietary information submitted by a bidder, offeror or contractor in connection with a procurement transaction shall not be subject to public disclosure under the Virginia Freedom of Information Act; however, the bidder, offeror or contractor must invoke the protections of this section prior to or upon submission of the data or other materials, and must identify the data or other materials to be protected and state the reasons why protection is necessary. Sec. 2-19. Employment Discrimination Prohibited. Every contract of over $10,000 shall include the provisions in (a) and (b) below: (a) During the performance of this contract, the contractor agrees as follows: l-- (1) The contractor will not discriminate against any employee or applicant for employment because . Q r:' o t:J t) V~. G':!C::;, Tac:e:-,.. s.=~s.'3s.~n, ,t:t~^ VL or1g1n, except where religion, sex or national origin is a bona fide occupational qualification reasonably necessary to the normal operation of the contractor. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. (2) The contractor, in all solicitations or advertisements for employees placed by or on behalf of the contractor, will state that such contractor is an equal opportunity employer. (3) Notices, advertisements and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting the requirements of this section. (b) The contractor will include the provisions of the foregoing paragraphs (1), (2), and (3) in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor or vendor. Sec. 2-20. Prequalification of Bidders. (a) The Purchasing Agent is authorized to prequalify bidders prior to any solicitation of bids, whether for goods, services, insurance or construction, by requiring prospective bidders to submit such information as the Purchasing Agent shall deem appropriate, including samples, financial reports, and references; provided, however, that opportunity to prequalify shall be given to any prospective bidder who has not been suspended or debarred under this article. (b) The Purchasing Agent may refuse to prequalify any prospective contractor, provided that written reasons for refusing to prequalify are made a part of the record in each case. The decision of the Purchasing Agent shall be final. (c) In considering any request for prequalification, the Purchasing Agent shall determine whether there is reason to believe that the bidder possesses the management, financial soundness, and history of performance which indicate apparent ability to successfully complete the plans and specifications of the invitations for bid. The Purchasing Agent may employ standard forms designed to elicit necessary information, or may design other forms for that purpose. (d) Prequalification of a bidder shall not constitute a conclusive determination that the bidder is responsible, and such bidder may be rejected as nonresponsible on the basis of subsequently discovered information. (e) Failure of a bidder to prequalify with respect to a given procurement shall not bar the bidder from seeking prequalification as to future procurements, or from bidding on procurements which do not require prequalification. Sec. 2-21. Notice of Invitation to Bid. - (a) Notice inviting sealed bids shall be published once in at least one official newspaper of general I I I ~- ti;\,(ll ...J . . . '-'.4. ~ ....v.. .Llt l:ne LOUnl:Y 01: rtoanoKeac l.east-I days preceding the last day set for the receipt of bids. (b) The newspaper notice required herein shall include a general description of the articles to be purchased or sold, shall state where bid blanks and specifications may be secured, and the time and place for opening bids. I (c) The Purchasing Agent shall also solicit sealed bids from all responsible prospective suppliers who have requested their names to be added to a "bidders' list" which the Agent shall maintain, by sending other notice as will acquaint them with the proposed purchase or sale. In any case, invitations sent to the vendors on the bidders' list shall be limited to commodities that are similar in character and ordinarily handled by the trade group to which the invitations are sent. (c) The Purchasing Agent shall also advertise all pending purchases or sales by notice posted on the appropriate public bulletin board. Sec. 2-22. Use of Brand Names. I Unless otherwise provided in the invitation to bid, the name of a certain brand, make or manufacturer does not restrict bidders to the specific brand, make or manufacturer names; it conveys the general style, type, character, and quality of the article desired, and any article which the Governing Body in its sole discretion determines to be the equal of that specified, considering quality, workmanship, economy of operation, and suitability for the purpose intended, shall be accepted. Sec. 2-23. Conference. Comments on Specifications Pre-Bid For complex equipment, supplies, construction, or repair, pre-bid conferences with prospective bidders are desirable after draft specifications have been prepared. Such conferences help to detect unclear provisions and tend to widen competition by removing unnecessarily restrictive language. Conferences on purchasing bids will be called by the Purchasing Agent and attended by the appropriate departmental representative. Sec. 2-24. Bid Bonds on Construction Contracts. I (a) Except in cases of emergency, all bids or proposals for construction contracts in excess of $25,000 shall be accompanied by a bid bond with corporate surety selected by the bidder which surety is legally authorized to do business in Virginia, as a guarantee that if the contract is awarded to such bidder, that bidder will enter into the contract for the work mentioned in the bid. The amount of the bid bond shall not exceed five percent of the amount bid. (b) No forfeiture under a lesser of (i) the difference the bond was written and the face amount of the bid bond. bid bond shall exceed the between the bid for which next low bid, or (ii) the Sec. 2-25. Bonds for Other Than Construction Contracts. (a) At the discretion of the Purchasing Agent, after consultation with the Chief Administrator, bidders may be required to submit with their bid a bid bond, or a certified check, in an amount to be determined by the Purchasing Agent and specified in the invitation to >--- II ti 3 7 · _...._.--~~._-,--~_._,--_...-.__._.__.~- .."......_-_._~.__.. ,..-- - _.._--_._-_._._-"--_._--_._._-~--_..,-"_.~..---.__..._--.-.-----.---.----. 1...~-:i" .\..'_1... _1..._'" ,. c.' ,. ~ - .W'- ... ...""....a.. -_. - U>:1 -.z ~... liquidated damages upon the bidder's failure to execute a contract awarded to him or upon the bidder's failure to furnish any required performance or payment bonds in connection with a contract awarded to him. . (b) The Purchasing Agent, after consultation with the Chief Administrator, may require successful bidders to furnish a performance bond and/or a payment bond at the expense of the successful bidder, in amounts to be determined by the Purchasing Agent and specified in the invitation to bid, to ensure the satisfactory completion of the work for which a contract or purchase order is awarded. I Sec. 2-26. Rejection of Bids. An Invitation for Bids, a Request for Proposals, or other solicitation may be cancelled, or any or all bids or proposals may be rejected in whole or in part when the Governing Body determines that it is in its best interest to do so. The reasons therefore shall be made a part of the record in the matter. Sec. 2-27. Competitive Sealed Bidding - Bid Opening. Bids shall be opened publicly in the presence of one or more witnesses at the time and place designated in the Invitation for Bids. The amount of each bid, and such other relevant information as the Purchasing Agent deems appropriate, together with the name of each bidder shall be tabulated and recorded. A tabulation of all bids received shall be posted for public inspection. After award of contract, all bids and bidding records shall be open to public inspection. I Sec. 2-28. Withdrawal of Bid Due to Error. (a) A bidder for a public construction contract, other than a contract for construction or maintenance of public highways, may withdraw his bid from consideration if the price bid was substantially lower than the other bids due solely to a mistake therein, provided the bid was submitted in good faith, and the mistake was a clerical mistake as opposed to a judgment mistake, and was actually due to an unintentional arithmetic error or an unintentional omission of a quantity of work, labor or material made directly in the compilation of a bid, which unintentional arithmetic error or unintentional omission can be clearly shown by objective evidence drawn from inspection of original work papers, documents and materials used in the preparation of the bid sought to be withdrawn. (b) The procedure in the advertisement withdrawal of bids is: for bid withdrawal must be stated for bids. The procedure for Any bidder claiming the right to withdraw shall give notice in writing of his right to withdraw his bid within two days after the conclusion of the bid procedure. his bid claim of business opening I (c) Procedures for the withdrawal of bids for other than construction contracts may be established by the Purchasing Agent. - (d) No bid may be withdrawn under this section when the result would be the awarding of the contract or another bid of the same bidder or of another bidder in tia8 .f. . ," ..... . .' . ..-'. .. -=~- - '.' --wrrrcn tne ownerSlllp or 1:lfe WI thdrawIng bIdder is more than five percent. (e) If a bid is withdrawn under the authority of this section, the lowest remaining responsible bid shall be deemed to be the low bid. r' ~ I (f) No bidder who is permitted to withdraw a bid shall, for compensation, supply any material or labor to or perform any subcontract or other work agreement for the person or firm to whom the contract is awarded or otherwise benefit, directly or indirectly, from the performance of the project for which the withdrawn bid was submitted. (g) If the Governing Body denies the withdrawal of a bid under the provisions of this section, it shall notify the bidder in writing stating the reasons for its decisions. Sec. 2-29. ,Competitive Sealed Bidding - Bid Evaluation. (a) In determining the "lowest responsible bidder," in addition to the price, the Purchasing Agent and/or Bid Committee shall consider: (1) The ability, bidder to perform service required; capacity and the contract skill of the or provide the .~. . (2) Whether the bidder can perform the contract or provide the service promptly, or within the time specified, without delay or interference; ( 3 ) The judgment, bidder; character, experience, integrity, reputation, and efficiency of the (4) The quality of performance of previous contracts or services; (5) The previous and bidder with laws and contract or service; existing compliance by policies relating to the the (6) The sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service; (7) The quality, availability and adaptability of the goods, or services to the particular use required; (8) The ability of the bidder to maintenance and service for the subject of the contract; provide future use of the I (9) The number and scope of conditions attached to the bid. (10) If any bidder is a resident of any other state and such state under its laws allows a resident contractor of that state preference, a like preference may be allowed to the lowest responsible bidder who is a resident of Virginia. Sec. 2-30. Competitive Sealed Bidding - Bid Award. The contract shall be awarded written notice to the lowest meets the requirements and Invitation for Bids. In with reasonable promptness by responsible bidder whose bid criteria set forth in the the event all bids for a 039 f ,....r\nc:,j- '-- ........r\..;o,....4- -" ~n~~1~1-.1 ~~ ~~~ 1-._ 1 ,.. ".-~ c... ..~ .",,,,,. -.c..... ..= "...~ ~_ responsive and responsible bid does not exceed such funds by more than 10%, the Governing Body may authorize, when time or economic considerations preclude resolicitation of work of a reduced scope, negotiate an adjustment of the bid price with the lowest responsive and responsible bidder in order to bring the bid within the amount of available funds. .. ... ....- . Sec. 2-31. Tie Bids. I In the case of a tie bid, preference shall be given to goods, services and construction produced in Roanoke County or provided by Roanoke County persons, firms or corporations, and thereafter to goods, services, and construction produced in Virginia or provided by Virginia persons, firms or corporations if any of such choices are available; otherwise the tie shall be decided by lot. I I ---'= d4 U , '" , > ' ~ec. 2-j2. Contract PrIcIng Arrangement~ (a) Except as prohibited herein, public contracts may be awarded on a fixed price or cost reimbursement basis, or on any other basis that is not prohibited. ~ (b) Subject to the limitations of this section, any type of contract which is appropriate to the procurement and which will promote the best interests of the County may be used; provided that the use of a cost-plus-a-percentage-of-cost contract or a cost-plus-a-percentage-of-construction-cost contract are prohibited. A cost reimbursement contract may be used only when a determination is made in writing that such contract is likely to be less costly to the County than any other type or that it is impracticable to obtain the supply, service, or construction item required except under such a contract. (c) Specified period. Unless otherwise provided by law, a contract for goods, services or insurance may be entered into for any period of time deemed to be in the best interests of the County provided the term of the contract and conditions of renewal or extension, if any, are included in the solicitation and funds are available for the first fiscal period at the time of contracting. Payment and performance obligations for succeeding fiscal periods shall be subject to the availability and appropriation of funds therefor. " " (d) Cancellation due to unavailability of funds in succeeding fiscal periods. When funds are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal period, the contract shall be cancelled without liability to the County. ... Sec. 2-33. Contract Modification. A public contract may include provisions for modification of the contract during performance, but no fixed-price contract may be increased by more than ten percent of the amount of the contract or $2,000, whichever is smaller, without the advance written approval of the Governing Body. Sec. 2-34. Retainage on Construction Contracts. (a) In any public contract for construction which provides for progress payments in installments based upon an estimated percentage of completion, the contractor shall be paid at least ninety-five percent of the earned sum when payment is due, with not more than five percent being retained to assure faithful performance of the contract. All amounts withheld may be included in the final payment. (b) Any subcontract for a public project which provides for similar progress payments shall be subject to the same limitations. . Sec. 2-35. Performance and Payment Bonds. (a) Upon the award of any public construction contract exceeding $25,000 awarded to any prime contractor, such contractor shall furnish to the Governing Body the following bonds: (1) A performance bond in the sum of the contract amount conditioned upon the faithful performance of the contract in strict conformity I--- 041. . .,-. ~.." .,,~~h ~h..... .....,......~ ~s:~__~:__~ __...;I _....._...;I~~:....._~ .....s: "''' "'''',. ,,,," ,~,__~_~__ _~_O ~_7 =_" _" ' ~u_ .,.,,__ the contract. - - - , (2) A payment bond in the sum of the contract amount. Such bond shall be for the protection of claimants who have and fulfill contracts to supply labor or materials to the prime contractor to whom the contract was awarded, or to any subcontractors, in the prosecution of the work provided for in such contract, and shall be conditioned upon the prompt payment for all such material furnished or labor supplied or performed in the prosecution of the work. "Labor or materials" shall include public utility services and reasonable rentals of equipment, but only for periods when the equipment rented is actually used at the site. (b) Each of such bonds shall be executed by one or more surety companies selected by the contractor which surety or sureties are legally authorized to do business in Virginia. (c) Bonds shall be made payable to the Governing Body. (d) Each Governing thereof. of Body the or bonds shall a designated be filed office or with the official (e) Nothing in this section shall preclude the Purchasing Agent, after consultation with the Chief Administrator, from requiring payment or performance bonds for contracts below $25,000. (f) Nothing in this section shall preclude such contractor from requiring each subcontractor to furnish a payment bond with surety thereon in the sum of the full amount of the contract with such subcontractor conditioned upon the payment to all persons who have and fulfill contracts which are directly with the subcontractor for performing labor and furnishing materials in the prosecution of the work provided for in the subcontract. Sec. 2-36. Action on Performance Bond. No action against the surety on a performance bond shall be brought unless within one year after (i) completion of the contract, including the expiration of all warranties and guarantees; or (ii) discovery of the defect or breach of warranty, if the action be for such. Sec. 2-37. Actions on Payment Bonds. (a) Subject to the provisions of subsection b hereof, any claimant who has performed labor or furnished materials in accordance with the contract for which a payment bond has been given, and who has not been paid in full therefor before the expiration of ninety days after the day on which such claimant performed the last of such labor or furnished the last of such materials for which he claims payment, may bring an action on such payment bond to recover any amount due him for such labor or material, and may prosecute such action to final judgment and have execution on the judgment. The obligee named in the bond need not be named a party to such action. - - 6'12J '.. . it--..' 7\_~9 ~,...~ .L L ~. . '.' .. ... .' ..__....~""............"'. ,1....udJ... relationship with any subcontractor from whom the contractor has not required a subcontractor payment bond but who has no contractual relationship, express or implied, with such contractor, may bring an action on the contractor's payment bond only if he has given written notice to such contractor within 180 days from the day on which the claimant performed the last of the labor or furnished the last of the materials for which he claims payment stating with substantial accuracy the amount claimed and the name of the person for whom the work was performed or to whom the material was furnished. Any claimant who has a direct contractual relationship with a subcontractor from whom the contractor has required a subcontractor payment bond, but who has no contractual relationship, express or implied, with such contractor, may bring an action on the subcontractor's payment bond. Notice to the contractor shall be served . by registered or certified mail, postage prepaid, in an envelope addressed to such contractor at any place where his office is regularly maintained for the transaction of business. Claims for sums withheld as retainages with respect to labor performance or materials furnished, shall not be subject to the time limitations stated in this subsection. ", (c) Any action on a payment bond must be brought within one year after the day on which the person bringing such action last performed labor or last furnished or supplied materials. ~ Sec. 2-38. Alternative Forms of Security. (a) In lieu of a bid, payment or performance bond, a bidder may furnish a certified check or cash escrow in the face amount required for the bond. (b) If approved by the County Attorney, a bidder may furnish a personal bond, property bond, or bank or savings and loan association's letter of credit on certain designated funds in ,the face amount required for the bid bond. Approval shall be granted only upon a determination that the alternative form of security proffered affords protection to the Governing Body equivalent to the corporate surety's bond. Sec. 2-39. Competitive Negotiation. (a) The negotiation 2-23, 2-26, outlined in source selection method of competitive incorporates Secs. 2-18, 2-19, 2-20, 2-22, 2-32, 2-33, in addition to the provisions this seeton and Sec. 2-40. (b) When the Purchasing Agent, after consultation with the Chief Administrator, determines in writing that the use of competitive sealed bidding is either not practicable or not advantageous to the County, a contract may be entered into by use of the competitive sealed proposal method. Cc) Proposals shall be solicited through a request for proposals. Cd) Adequate public notice of the request for proposals shall be given in the same manner as provided for competitive sealed bids provided the minimum time shall be seven (7) calendar days. 643 t ,~_",_,,,,,,,,,,,,,,,,y,~".~"_d.~,,.,,, '_"_';_ "_~">"'_~~""_'. ., , '> I'., .... .. , ., ",., ".,-,#, .," '..~.... - -, '.......' disclosure of the identity contents of any proposal to the process of negotiation. .... ., , . ",~" .. of any offeror or the competing offerors during ,<, '",., u " , > (f) The relative factors. request for importance of proposals price and shall other state the evaluation (g) As provided in the request for proposals, discussion may be conducted with responsible offerors who submit proposals determined to be reasonably susceptible of being selected for award for the purpose of clarification to assure full understanding of, and conformance to, the solicitation requirements. Offerors shall be accorded fair and equal treatment with respect to any opportunity for discussion and revision of proposals and such revisions may be permitted after submissions and prior to award for the purpose of obtaining best and final offers. In conducting discussions, there shall be no disclosure of the identity of competing offerors or of any information derived from proposals submitted by competing offerors. (h) Award shall be made to the responsible offeror whose proposal is determined in writing to be the most advantageous to the County taking into consideration price and the evaluation factors set forth in the request for proposals. No other factors or criteria shall be used in the evaluation. The contract file shall contain the basis on which the award is made. Sec. 2-40. Contracting gompetitive Negotiation~ (a) Professional services competitive negotiation. The 2-18, 2-19, 2-20, 2-22, 2-23, 2-39(c) and (d). for Professional Services by may be procured by process includes Secs. 2-26, 2-32, 2-33, and - (b) The Purchasing Agent shall engage in individual discussions with all offerors deemed fully qualified, responsible and suitable on the basis of initial responses and with emphasis on professional competence, to provide the required services. Repetitive informal interviews shall be permissible. Such offerors shall be encouraged to elaborate on their qualifications and performance data or staff expertise pertinent to the proposed project as well as alternative concepts. These discussions may encompass nonbinding estimates of total project costs, including where appropriate, design, construction and life cycle costs. Methods to be utilized in arriving at price for services may also be discussed. Proprietary information from competing offerors shall not be disclosed to the public or to competitors. At the conclusion of discussion, outlined herein, on the basis of evaluation factors published in the request for proposal and all information developed in the selection process to this point, the Purchasing Agent shall select in the order of preference two or more offerors whose professional qualifications and proposed services are deemed most meritorious. Negotiations shall then be conducted, beginning with the offeror ranked first. If a contract satisfactory and advantageous to the County can be negotiated at a price considered fair and reasonable, the award shall be made to that offeror. Otherwise, negotiations with the offeror ranked first shall be formally terminated , --- " . { , f!Il (i44C .n'''', "".',,-,.C'>, "'0_ ""_.. '."",' _.,__".",.,._'M".__~__"~'.'_H"_"._'-" ..,'~' .",", .J........~- "'"."eefl6t.iee~-W:ltn,,.tne otteror ranked. second, and so on until such a contract can be negotiated at a fair and reasonable price. Should the Purchasing Agent determine in writing and in his sole discretion that only one offeror is fully qualified, or that one offeror is clearly more highly qualified and suitable than the others under consideration, a contract may be negotiated and awarded to that offeror. d.. Sec. 2-41. Sole Source Procurement. A contract may be awarded without competition when the Purchasing Agent determines in writing, after conducting a good faith review of available sources, that there is only one source for the required good, service, insurance or construction item. The Purchasing Agent shall conduct negotiations, as appropriate, as to price, delivery, and terms. A record of sole source procurements shall be maintained that lists each contractor's name, the amount and type of each contract, a listing of the item(s) procured under each contract, and the identification number of each contract file. Sec. 2-42. Emergency Purchases. (a) An emergency shall be deemed to exist when a breakdown in machinery or equipment and/or a threatened termination of essential services or a dangerous condition develops, or when any unforeseen circumstances arise causing curtailment or diminution of an essential service or where materials or services are needed to prevent loss of life or property. (b) If an emergency occurs during regular business hours, the using department shall immediately notify the Purchasing Agent who, after consultation with the Chief Administrator, shall either purchase the required supplies or contractual services or authorize the department to do so. (c) If an emergency occurs at times other than regular business hours, the using department may purchase directly the required goods or contractual services. The department, shall, however, whenever practicable, secure competitive telephone bids and order delivery to be made by the lowest responsible bidder. The department shall also, not later than the next regular business day thereafter, submit to the Purchasing Agent a requisition, a tabulation of bids received, if any, a copy of the delivery record and a brief written explanation of the circumstances of the emergency or follow other procedures as may be set forth by the Purchasing Agent. Sec. 2-43. Exempt Transactions. (a) The following transactions are hereby exempt from the provisions of this article: (1) Purchases from the state contracts from department warehouse. state penitentiary or the state purchasing (2) Legal services associated with actual or potential litigation. Sec. 2-44. Disposal of Surplus Property. =- II -j e.; Li: 1/.) t .- ~. ~ ----. - -_._-_.._.~ - . --.,---_..__... ..... - ~,._...,._.. - ,.-.....~ . ___._ . ___ - .__n _... .....__..h '___0 _.._,___......, .__._+. -' (a) All using departments shall "subml td 'to the Purchasing Agent at such time and in such form as he shall prescribe, reports showing stocks of all supplies which are no longer used or which have become obsolete, worn out or scrapped. .' (b) The Purchasing Agent shall have the authority to transfer surplus stock to other using agencies. - (c) The Purchasing Agent sell all supplies which public use, or to exchange the same on, new supplies. shall have the authority to have been unsuitable for the same for, or trade in (d) All sales of property pursuant to this section shall be sold on the basis of competitive bids wherever feasible to obtain the highest price. (e) The Purchasing Agent may require sealed bids in his discretion. Sec. 2-45. Debarment or Suspension. (a) After reasonable notice to the person involved and reasonable opportunity for that person to be heard, the Governing Body after consulting with the County Attorney, is authorized to debar a person for cause from consideration for award of contracts. The debarment shall not be for a period of more than three years. After consultation with the County Attorney, the Governing Body is authorized to suspend a person from consideration for award of contracts if there is probable cause to believe that the person has engaged in any activity which might lead to debarment. The suspension shall not be for a period exceeding three months. The causes for debarment or suspension include: - (1) Conviction for commission of a criminal offense as an incident to obtaining or attempting to obtain a public or private contract or subcontract, or in the performance of such contract or subcontract; (2) Conviction under state and federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty which currently, seriously, and directly affects responsibility as a County contractor; (3) Conviction under state statutes arising out of the proposals; or federal antitrust submission of bids or (4) violation of contract forth below, of a character the Governing Body to be so debarment action; provisions, as set which is regarded by serious as to justify . <i) deliberate failure without to perform in accordance specifications or within the provided in the contract; or good with time cause the limit <ii) a recent record of or of unsatisfactory accordance with the terms failure to perform performance in of one or more 6 4 HI . .".. . ......, . . . ...;0, f:-'LVV"''''"",''' ....."'1.. .L(1.L.LUL~ CU Pl::!LLVLlll or unsatisfactory performance caused by acts beyond the control of the contractor shall not be considered to be a basis for debarment; I (5) Any other cause the Governing Body determines to be so serious and compelling as to affect responsibility as a County contractor including debarment by another governmental entity for any cause in this article; and for violation of the ethical standards set forth in this article. S ec. 2 - 46 . Decision to Debar or Suspend. The Governing or suspend. action taken involved of administrative Body shall issue a written decision to debar The decision shall state the reasons for the and inform the debarred or suspended person his rights concerning judicial or review. Sec. 2-47. Notice of Decision. A copy of the decision to debar or suspend shall be mailed or otherwise furnished immediately to the debarred or suspended person. Sec. 2-48. Finality of Decision. f I A decision to debar or suspend shall be final and conclusive, unless the debarred or suspended person, within 10 days after receipt of the decision, takes an appeal to the Governing Body or commences a timely action in court in accordance with applicable law. Sec. 2-49. Ineligibility of Bidder, Offeror, or Contractor - Remedies. (a) Any bidder, offeror, or contractor refused permission to or disqualified from, participating in public contracts shall be notified in writing. Such notice shall state the reasons for the action taken. This decision shall be final unless the bidder, offeror, or contractor institutes legal action as provided in (Sec. 2-56) of this article. (b) If it is determined that the action taken was arbitrary or capricious, or not in accordance with the Constitution of Virginia, statutes or regulations, the sole relief shall be restoration of eligibility. Sec. 2-50. Appeal of Denial of Withdrawal of Bid. I (a) A decision denying withdrawal of bid under the provisions of (Sec. 2-28) shall be final and conclusive unless the bidder institutes legal action as provided in (Sec. 2-56) of this article. (b) If no bid bond was posted, a bidder refused withdrawal of a bid under the provisions of Sec. 2-28, prior to appealing, shall deliver to the Purchasing Agent a certified check or cash bond in the amount of the difference between the bid sought to be withdrawn and the next lowest bid. Such security shall be released only upon a final determination that the bidder was entitled to withdraw the bid. (c) If it is determined withdrawal of the bid was that the decision refusing arbitrary or capricious, the ~ d II 7 t - .SO.Le re.L~et Sha:i:i be wlthdrawal. ot the bld. -,- Sec. 2-51. Determination of Nonresponsibility. (a) Any bidder who, despite being the apparent low bidder, is determined not to be a responsible bidder for a particular contract shall be notified in writing. Such notice shall state the basis for the determination, which shall be final unless the bidder institutes legal action as provided in Sec. 2-56 of this article. I (b) If it is determined that the decision of Nonresponsibility was arbitrary or capricious, and the award of the contract in question has not been made, the sole relief shall be a finding that the bidder is a responsible bidder for the contract in question. If it is determined that the decision of Nonresponsibility was arbitrary or capricious, and an award has been made, the relief shall be as set forth in ( S ec . 2 - 5 2 ( b) . (c) A bidder contesting a determination that he is not a responsible bidder for a particular contract shall proceed under this section, and may not protest the award or proposed award under (Sec. 2-52) of this article. (d) Nothing contained in this section shall be construed to require the Governing Body when procuring by competitive negotiation, to furnish a statement of the reasons why a particular proposal was not deemed to be the most advantageous. I Sec. 2-52. Protest of Award or Decision to Award. (a) Any bidder or offeror may protest the award or decision to award a contract by submitting such protest in writing to the Purchasing Agent no later than ten days after the award or the announcement of the decision to award, whichever occurs first. No protest shall lie for a claim that the selected bidder or offeror is not a responsible bidder or offeror. The written protest shall include the basis for the protest and the relief sought. The Governing Body shall issue a decision in writing within ten days stating the reasons for the action taken. This decision shall be final unless the bidder or offeror institutes legal action as provided in (Sec. 2-56) of this article. -= (b) If prior to an award it is determined, by the Governing Body, that the decision to award is arbitrary or capricious, then the sole relief shall be a finding to that effect. The Purchasing Agent shall cancel the proposed award or revise it to comply with the law. If, after an award, it is determined that an award of a contract was arbitrary or capricious, then the sole relief shall be as hereinafter provided. Where the award has been made but performance has not begun, the performance of the contract may be terminated. Where the award has been made and the performance has begun, the Governing Body may declare the contract void upon a finding that this a.ction is in the best interest of the public. Where a contract is declared void, the performing contractor shall be compensated for the cost of performance up to the time of such declaration. In no event shall the performing contractor be entitled to lost profits. I ,l d .. I:: t.' U..' ....u...:l 0 I I I . .... . p. , " ,-, .............. \..1"::: \3VV Duuyu~l.ermines, . atter a hearing held following reasonable notice to all bidders, that there is probable cause to believe that a decision to award was based on fraud or corruption or on an act in violation of the Code of Ethics in Public Contracting, the Governing Body may revoke and avoid the award of the contract to a particular bidder. Sec. 2-53. Effect of Appeal Upon Contract. Pending final determination of a protest or appeal, the validity of a contract awarded and accepted in good faith in accordance with this chapter shall not be affected by the fact that a protest or appeal has been filed. Sec. 2-54. Stay of Award During Protest. An award need not be delayed for the period allowed a bidder or offeror to protest, but in the event of a timely protest, no further action to award the contract will be taken unless there is a written determination that proceeding without delay is necessary to protect the public interest or unless the bid or offer would expire. Sec. 2-55. Contractual Disputes. (a) Contractual claims, whether for money or other relief, shall be submitted in writing no later than twenty (20) days after occurance of the event giving rise to the claim. Nothing herein shall preclude a contract from requiring submission of an invoice for final payment within a certain time after completion and acceptance of the work or acceptance of the goods. Pendency of claims shall not delay payment of amounts agreed due in the final payment. (b) A procedure for consideration of contractual claims shall be included in each contract. Such procedure, which may be incorporated into the contract by reference, shall establish a time limit for final decision in writing by the Governing Body. (c) A contractor may not institute legal action as provided in (Sec. 2-56) of this article prior to receipt of the decision on the claim, unless the Governing Body fails to render such decision within the time specified in the contract. (d) The decision of the Governing Body shall be final and conclusive unless the contractor within six months of the date of the final decision on the claim by the Governing Body institutes legal action as provided in Sec. 2-56 of this article. Sec. 2-56. Legal Actions. (a) A bidder or offeror, actual or prospective, who is refused permission or disqualified from participating in bidding or competitive negotiation, or who is determined not to be a responsible bidder or offeror for a particular contract, may bring an action in the appropriate circuit court challenging that decision, which shall be reversed only if the petitioner establishes that the decision was arbitrary or capricious. (b) A bidder denied withdrawal of a bid under (Sec. 2-50) of this article may bring an action in the appropriate circuit court challenging that decision, I II 64: 9 ' which shall be reversed only ifthebTdCler establishes that the decision of the Governing Body was clearly erroneous. . (c) A bidder, offeror or contractor may bring an action in the appropriate circuit court challenging a proposed award or the award of a contract, which shall be reversed only if the petitioner establishes that the proposed award or the award is arbitrary or capricious or not in accordance with the Constitution of Virginia, statutes, regulations or the terms and conditions of the Invitation to Bid or Request for Proposal. I (d) If injunctive relief is granted, the request of the Governing Body shall posting of reasonable security to Governing Body. court, upon require the protect the (e) A contractor may bring an action involving a contract dispute with the Governing Body only in the appropriate circuit court. (f) A bidder, offeror or contractor shall exhaust the administrative procedures of this article prior to instituting legal action concerning the said procurement transaction unless the Governing Body agrees otherwise. (g) Any legal action pursuant to this section shall be instituted no later than six (6) months following the decision of the Governing Body or such action shall be forever barred. I (h) Nothing herein shall be construed to prevent the Governing Body from instituting legal action against a contractor. I 1--= 650 ~ . bee. L.- I ~ma I Vn (a) Definitions. I (1) Small purchases shall be defined as those goods, services, equipment, insurance, construction or other items needed in the day to day operations of the County whose monetary value does not exceed $2,500. Sec. 2-58. Small Purchase Procedure. The Purchasing Agent is authorized to develop, implement, and revise as needed a "Small Purchase Procedure" which will insure that the principle of competitive pricing is established and maintained and which shall also contain provision for maintaining the confidentiality of legitimate trade secrets. Said procedure to be reviewed and approved by Governing Body at any time but, at least on an annual basis. Until a bid or quotation is opened, the names of bidders whether by phone, letter or sealed bid, are confidential as are the prices quoted. Once an award is made, the information is open to public inspection. Sec. 2-59. Types of Purchases. (a) All purchases made by the County under the "Small Purchases Section", unless exempted by Sec. 2-60, shall fall into one of the following categories: I (1) Purchases under $500 in value. After receipt of a purchase requisition from the using department or agency, at least three telephone quotations shall be obtained, whenever possible, for the purchase. A telephone quotation form shall be completed listing: date, item description, quantity, name of company, individual giving quote, pricing, terms, and delivery schedule. The total of all items purchased from this requisition should not exceed $500. Where practical, standardized inventories and existing contracts should be used to satisfy these requests. I (2) Purchases between $500 and $2,500 in value. Purchases in this group shall be accomplished through the use of at least three letter quotations whenever possible. A letter quotation is a written request sent to at least three vendors with a specified reply date and time. This is the most desirable method of acquiring necessary items and should be used when proper planning allows sufficient time. The use of letter quotations requires adequate time for preparation, mailing, receipt and award, generally two or three weeks from receipt of requisition. All quotations received after the reply date and time are non-responsive and cannot be considered. Requests for letter quotations are issued by the Purchasing Agent. To initiate the letter quotation, the user department should submit a completed requisition to the Purchasing Agent, including a list of possible vendors, if available. (3) Emergency Purchases. An emergency purchase is one which is necessitated by uncontrollable circumstances during a time when normal purchasing procedures are not available or when circumstances are such that delay in procurement --- may vitally affect the life, health or d51 ~ convenIence of the -C-cItizens of the COtit'it:y. Any department which purchases a service or commodity under this section must inform the Purchasing Agent in writing of the circumstances surrounding the emergency purchase within one work day of the occurrence. Abuse of the provision of this section will be reported by the Purchasing Agent to the Chief Administrator. Sec. 2-60. Exempt Transactions. I (a) The following items and services are exempted from the small purchases provision of the purchasing procedure: (1) Professional Services (2) Building Contracts (3) Purchase of Real Property (4) Dues, Subscriptions and Memberships (5) Travel and Training Expenses (6) utility Charges and Services (7) Books, Magazines and Periodicals (8) Insurance (9) Personnel Services (Anyone to whom a salary or fee is paid) (10) Postage or other mailing fees (11) Fringe Benefits (12) Petroleum Products Sec. 2-61. Waiver from Purchasing Procedures. When in the judgment of the Purchasing Agent it is in the best interest of the County to use purchasing procedures other than those specified in Sec. 2-59 he may prescribe, after consultation with the Chief Administrator, suitable purchasing procedures. Rationale for such decisions shall be documented and put on file in the Purchasing Agent's office. I Sec. 2-62. Specifications. It shall be the Purchasing Agent's responsibility to formulate, in conjunction with the user department, non-restrictive specifications to insure quality levels equal to the intended use of an item. Sec. 2-63. Waiver from Competition. Where proprietory or patent rights exist and only one source is available for a required item or service, the requirement for competitive bidding may be waived. Documentation of the sole source procurement shall be maintained in accordance with Sec. 2-41 of this article. Sec. 2-64. Resolution of Disagreements. Where disagreements exist between the Purchasing Agent and the vendor, the dispute shall be referred to the Chief Administrator. In cases where resolution is not achieved at this level, they shall be forwarded to the Governing Body whose decision will be final. I Sec. 2-65. Local Vendor Preference. - ~ No special consideration should be shown to local vendors. However, in determining the "lowest responsible bidder," consideration should be given to purchase price, availability and cost of parts and service, transportation costs, availability of technical assistance and any other potential costs which may be associated with the purchase. I II.... .~ I , . --- t:: q ti Il) ~ ...... ~I=' .::It"lnn!':h n . .. ""~l. L-bb. vpn 'or - T (a) The relationship between the purchaser and the seller is one of mutuality. It is the responsibility of the Purchasing Agent to establish a relationship of mutual confidence and satisfaction between the County and its suppliers. It is, therefore, necessary that the Purchasing Agent be aware of all transactions that are conducted between the County and its suppliers. Departments should not be burdened with visits from suppliers. The County's time and that of suppliers will be saved if the following procedures are observed: (1) All vendors' representatives shall procedures established by the Purchasing when it is necessary to contact departments. follow Agent other (2) When necessary for the departments to correspond with the vendors on some technical matter, copies of that correspondence should be sent to the Purchasing Agent. Sec. 2-67. Availability of Funds. Before any purchase is made, determine the availability of this purchase. If funds are Head shall be responsible for funds. the Purchasing Agent shall sufficient funds to cover unavailable, the Department initiating the request for ~ " ~)' '3 ~) - 7\DmTI"'T'" TT I"'I"'\T"\'" 1"'\10> 1O>mUTI"'C' T..' ....."....-...-;;,- - - f . ~ ,," .... Sec. 2-69. Purpose. The provisions of this article supplement, but do not supersede, other provisions of law including, but not limited to, the Virginia Conflict of Interests Act (S2.1-348 et seq.), the Virginia Governmental Frauds Act (S18.2-498.1 et seq.) and Articles 2 and 3 of Chapter 10 of Title 18.2. The provisions of this article apply notwithstanding the fact that the conduct described may not constitute a violation of the Virginia Conflict of Interests Act. I Sec. 2-70. Definitions. (a) The words defined in this section shall have the meanings set forth below throughout this article. (1) "Immediate family" shall children, parents, brothers and other person living in the same employee. mean a spouse, sisters, and any household as the ( 2) "Off icial administrative immediate or disapprove or transaction, or responsibility" shall mean or operating authority, whether final, to initiate, approve, otherwise affect a procurement any claim resulting therefrom. (3) "Pecuniary procurement" shall interest as defined Interests Act. interest arising from the mean a material financial in the Virginia Conflict of I (4) "Procurement transaction" shall mean all functions that pertain to the obtaining of any goods, services or construction, including description of requirements, selection and solicitation of sources, preparation and award of contract, and all phases of contract administration. (5) "Public employed by a officials or bodies. employee" governing appointed shall mean any body, including members of person elected governing Sec. 2-71. Proscribed Participation by Public Employees in Procurement Transactions. (a) No public employee having official responsibility for a procurement transaction shall participate in that transaction on behalf of the Governing Body when the employee knows that: (1) The employee is contemporaneously employed by a bidder, offeror or contractor involved in the procurement transaction; or I (2) The employee, the employee's partner, or any member of the employee's immediate family holds a position with a bidder, offeror or contractor such as an officer, director, trustee, partner or the like, or is employed in a capacity involving personal and substantial participation in the procurement transaction, or owns or controls an interest of more than five percent; or - ~ I I I 654 (3) The employee, the employee's partner, or any member of the employee's immediate family has a pecuniary interest arising from the procurement transaction; or (4) The employee, the employee's partner, or any member of the employee's immediate family is negotiating, or has an arrangement concerning, prospective employment with a bidder, offeror or contractor. S ec . 2 - 7 2 . Solicitation or Acceptance of Gifts. No public employee having official responsibility for a procurement transaction shall solicit, demand, accept, or agree to accept from a bidder, offeror, contractor or subcontractor any payment, loan, subscription, advance, deposit or money, services or anything of more than nominal or minimal value, present or promised, unless consideration . of substantially equal or greater value is exchanged. The Governing Body may recover the value of anything conveyed in violation of this section. Sec. 2-73. Disclosure of Subsequent Employment. No public employee or former public employee having official responsibility for procurement transactions shall accept employment with any bidder, offeror or contractor with whom the employee or former employee dealt in an official capacity concerning procurement transactions for a period of one year from the cessation of employment by the County unless the employee, or former employee, provides written notification to the Chief Administrator prior to commencement of employment by the bidder, offeror or contractor. Sec. 2-74. Gifts by Bidders, Offerors, Contractors or Subcontractors. . No bidder, offeror, contractor or subcontractor shall confer upon any public employee having official responsibility for a procurement transaction any payment, loan, subscription, advance, deposit of money, services or anything of more than nominal value, present or promised, unless consideration of substantially equal or greater value is exchanged. Sec. 2-75. Kickbacks. (a) No contractor or subcontractor shall demand or receive from any of his suppliers or his subcontractors, as an inducement for the award of a subcontract or order, any payment, loan, subscription, advance, deposit of money, services or anything, present or promised, unless consideration of substantially equal or greater value is exchanged. (b) No subcontractor or supplier shall make, or offer to make, kickbacks as described in this section. (c) No person shall demand or receive any payment, loan, subscription, advance, deposit of money, services or anything of value in return for any agreement not to compete on a public contract. I 655 (d> If a subcontractor or supplier makes a kickback or other prohibited payment as described in this section, the amount thereof shall be conclusively presumed to have been included in the price of the subcontract or order and ultimately borne by the County and will be recoverable from both the maker and recipient. Recovery from one offending party shall not preclude recovery from other offending parties. I Sec. 2-76. Purchase of Building Materials, etc., from Architect or Engineer Prohibited. Except in cases of emergency, no building materials, supplies or equipment for any building or structure constructed by or for the County shall be sold by or purchased from any person employed as an independent contractor by the County to furnish architectural or engineering services, but not construction, for such building or structure, or from any partnership, association, or corporation in which such architect or engineer has a pecuniary interest. Sec. 2-77. Penalty for Violation. Willful violation of any provision of this article shall constitute a Class I misdemeanor. Upon conviction, any public employee, in addition to any other fine or penalty provided by law, shall forfeit his employment. I I - I I I r I I I , ,--,,,, 4-26-83 tiS () ,t , . ., ' ,... .~~~..." .. ..... -,'.. ........... "-" .,~.. ".... .. . "', Adopted by the following roll call vote: AYES: Supervisors Myers, Minter, Burton and Nickens NAYS: None ABSENT: Supervisor Johnson IN RE: SETTING REAL ESTATE TAX RATE APPROVED Donald R. Flanders, County Administrator proposed a $.02 increase in the real estate tax rate from $1.08 to $1.10 per $100 of assessed valuation to fund his net County budget of $39,149,954. He also proposed the net County share of the school budget be $20,530,332. Mr. Guy L. Ferguson, Route 7, Box 265, Roanoke, then voiced his opposition to the real estate tax increase. Mr. Burton L. Albert, 3432 Londonderry County, S. W ., Roanoke, also spoke against the real estate tax increase and highlighted the fact that the $250,000 projected cost for renovating the Pinkard Court School for the Health Department was a waste of taxpayers' money because the Health Department did not want to occupy these facilities. Mrs. Pat Widener, 804 Mason Road, Vinton, spoke as President of the Council for Gifted Education, as a parent, and as a taxpayer. She requested the Board's commitment to the schools and funding of the school budget. Supervisor Myers felt that setting the tax rate would be premature at the present time and moved that the matter be held over until the next meeting. The motion was defeated on the following roll call vote: AYES: Supervisor Myers NAYS: Supervisors Minter, Burton and Nickens ABSENT: Supervisor Johnson 657 1 4-26-83 . Supervisor Minter then requested Donald R. Flanders to briefly clarify amounts in the Economic Development Section. Vice Chairman Nickens declared the question out of order since many hours had already been spent on budget study and informed Supervisor Minter that his question should have been addressed in the I budget work sessions. Supervisor Minter appealed the ruling of the Chair. Supervisor Burton requested that a five-minute time limit be set for discussion if the motion passed. The motion was approved by the following roll call vote: A YES: Supervisors Myers, Minter and Burton NA YS: Supervisor Nickens ABSENT: Supervisor Johnson Donald R. Flanders quoted from his budget message an amount of $14,000 to be included for economic development. Supervisor Minter then asked what the contingency amount would be for County Health Insurance. Mr. Flanders told him that this amount was $150,000 and that this was in line with good budgeting practices to be prepared for any potential up front costs of added increases in hospital and Doctors' costs as the County's I health insurance premiums had not been adjusted for 3 years. Supervisor Myers moved that the tax rate for Roanoke County be set at the present rate of $1.08 per $100 assessed valuation. The motion was defeated by the following roll call vote: A YES: Supervisor Myers NAYS: Supervisors Minter, Burton and Nickens ABSENT: Supervisor Johnson Supervisor Burton moved for the following prepared resolution setting the 1983 real estate tax rate at $1.10 per $100 of assessed valuation: RESOLUTION NO. 83-74 ESTATE SITUATE IN CALENDAR YEAR 1983 SETTING THE TAX LEVY ON REAL ROANOKE COUNTY FOR THE I BE IT RESOLVED by the Board of Supervisors of Roanoke County, Virginia, that the levy for the twelve-month period beginning January 1, 1983 and ending December 31, 1983, be, and it hereby is set for a tax rate of $1.10 per ONE 4-26-83 658 ..... .. ..' ,. ,. , . , ." ..' .. , " "" .- ,,' .,,,. ,. ...... ",,,,,. "" . .. '..... ...... .. ...., ."."._...'d I HUNDRED DOLLARS of assessed valuation on all classes of taxable real estate and mobile homes as classified in Section 58-829.3 of the 1950 Code of Virginia, as amended, situate in Roanoke County. Adopted by the following roll call vote: AYES: Supervisors Minter, Burton and Nickens NA YS: Supervisor Myers ABSENT: Supervisor Johnson IN RE: REPORTS AND INQUIRIES OF BOARD MEMBERS Supervisor Burton - presented an application from the Green Valley PT A for a Bingo/Raffle Permit that should have been included in the Consent Agenda. Since the PT A was unaware of the procedure and the carnival is scheduled for May 7, Supervisor Burton moved for approval of the permit with waiver of fee since proceeds would go toward the benefit of the school. The motion carried by a unanimous voice vote. I Supervisor Minter - no report. Supervisor Myers - no report. Supervisor Nickens - no report. IN RE: REPORTS OF OFFICERS, DEPARTMENTS AND COMMITTEES I County Attorney - no report. County Administrator - Reported that April 26, 1983, is Student Government Day and recognized the students who were in attendance at the meeting. He also introduced and thanked Dr. Norma Jean Peters, Supervisor of Secondary Social Studies and Foreign Languages for the County Schools, who developed and organized this program. The insurance study being conducted by Industrial Insurance Management will be completed within a week. Their representatives will be meeting with the County Staff and the report will be compiled. The SPCA building cost was originally reported in error. The total projected construction cost is $12,950 with the County's share being approximately 659 ~ 4-26-83 $6,500. The previous contract stated the County's share at $4,000. Supervisor Minter moved to amend the contract to read the County's share to be $6,500, and the motion was approved by the following roll call vote: AYES: Supervisors Myers, Minter, Burton and Nickens I NAYS: None ABSENT: Supervisor Johnson IN RE: ADOPTION OF 1983-1984 SCHOOL BUDGET Regarding the resolution for adoption of the 1983-1984 School Budget, Mr. Flanders requested that an amount of $48,710,720 be inserted. Supervisors Minter moved for the prepared resolution inserting the figure $48,710,720. Supervisors Burton offered an amended motion decreasing this amount one-half of one percent, which would represent a reduction in all costs that are not fixed or personnel related. Supervisor Burton moved for the following prepared resolution: RESOLUTION NO. 83-75 APPROVING A BUDGET FOR THE ROANOKE COUNTY SCHOOL BOARD FOR FISCAL YEAR 1983-84 I BE IT RESOLVED by the Board of Supervisors of Roanoke County, Virginia, as follows: 1. That a certain budget adopted and submitted by the Roanoke County School Board for fiscal year 1983-84 to the Board of Supervisors in the total amount of $39,356,136 be; and same is hereby approved as made and provided by Section 22.1-93 of the 1950 Code of Virginia, as amended; and 2. That an attested copy of this resolution be forthwith forwarded to the Clerk of the Roanoke County School Board. On motion by Supervisor Burton and adopted by the following recorded vote: AYES: Supervisors Myers, Minter, Burton and Nickens NAYS: None ABSENT: Supervisor Johnson I . . .c. . . . . 4-26-83 -"if boO . , ' . ,,,,_,___ "'"'" "n"'_,,_"'" ,"_'h"'-'" ., - ,,'_',~". , . ., ". , "-:'. ," h .' .....' . h'" ." ~'_','H'__'_"'~" ,. "'''h .,.." . '"h''' , ,,,.... ", .~.,.. '" I I I ,,,' Superintendent of Schools - Bayse Wilson, requested approval of a literary application for a proposed addition to Cave Spring High School. He explained that literary funds are presently frozen, and this request would be put on the list so that when funds are available in July 1985 the County's request would be considered. Supervisor Minter moved for the following prepared resolution: RESOLUTION NO. 83-76 AUTHORIZING THE ROANOKE COUNTY SCHOOL BOARD TO SUBMIT A CERTAIN LITERARY FUND LOAN APPLICATION RELATING TO FUNDS FOR IMPROVEMENT AT CAVE SPRING HIGH SCHOOL. BE IT RESOLVED by the Board of Supervisors of Roanoke County, Virginia, as follows: 1. That the Roanoke County School Board through its appropriate officials be; and it is hereby, authorized to submit a certain Literary Fund Loan application in the amount of $500,000 for funds to provide certain improvements, to-wit; enlargement of the physical education area and construction of four classrooms and an industrial arts laboratory, at Cave Spring High School; and 2. That attested copies of this resolution be forthwith transmitted to the Clerk of the Roanoke County School Board for inclusion in the loan application submittal. Adopted by the following roll call vote: A YES: Supervisors Myers, Minter, Burton and Nickens NA YS: None ABSENT: Supervisors Johnson Sheriff's Department - Sheriff O. S. Foster reuqested approval to obtain a grant for the Virginia Family Violence Prevention Program. Approximately $200,000 is available for programs aimed at preventing abuse of children. Roanoke County is requesting approval of application for a $7,000 grant ($1,000 for equipment, $3,000 for films, and $3,000 for brochures). This amount will be reimbursed 100% when receipts are submitted. Supervisor Myers moved for the following prepared resolution: RESOLUTION NO. 83-80 AUTHORIZING THE SHERIFF OF ROANOKE COUNTY TO SUBMIT APPLICATION TO THE COMMONWEALTH OF VIRGINIA, DEPARTMENT OF SOCIAL SERVICES FOR A VIRGINIA F AMIL Y VIOLENCE PREVENTION PROGRAM GRANT 661. 4-26-83 BE IT RESOLVED by the Board of Supervisors of Roanoke County, Virginia, as follows: 1. That the Sheriff of Roanoke County be, and hereby is, authorized to prepared and submit application with the Commonwealth of Virginia, Department of I Social Services for a 100% reimbursable grant in the amount of $7,000.00 for a Virginia Family Violence Prevention Program; and 2. That the application for grant shall be upon form approved by the County Attorney; and 3. That an attested copy of this resolution shall be forthwith forwarded to the Sheriff of Roanoke County for inclusion in the grant application submittal. Adopted by the following roll call vote: A YES: Supervisors Myers, Minter, Burton and Nickens NAYS: None ABSENT: Supervisor Johnson Department of Public Facilities - Superintendent John Hubbard stated that the contract for the Glade Creek Sanitary Sewer Interceptor has been awarded to I Dixon Contracting. Supervisor Burton moved for the following prepared resolution: RESOLUTION NO. 83-77 ACCEPTING A CERTAIN BID AND AWARDING A CONTRACT TO PERFORM CERTAIN WORK RELATING TO CONSTRUCTION OF A CERTAIN SEWER INTERCEPTOR PROJECT. BE IT RESOLVED by the Board of Supervisors of Roanoke County, Virginia, as follows: 1. That that certain bid of Dixon Contracting, Inc., in the amount of $739,928.00 for construction of Glade Creek Sanitary Sewer Interceptor, Project 81- 1-S in accordance with the plans and specifications of the County, the bid documents including the invitation to bid and the terms and provisions of this resolution be; and said bid is hereby, ACCEPTED; and 2. That the County Administrator be; and is hereby, authorized and directed I to execute a contract on behalf of Roanoke County for the performance of said sewer interceptor project all of which shall be on form approved by the County A ttorney; and I I I 4-26-83 If'/, 6 {) 2 3. All other bids received by the County are hereby REJECTED, the County Clerk to so notify each unsuccessful bidder and to express the County's appreciation for such bids. Adopted by the following roll call vote: AYES: Supervisors Myers, Minter, Burton and Nickens NAYS: None ABSENT: Supervisor Johnson Supervisor Myers moved for the following prepared resolution authorizing the Clean Valley Committee to apply for Anti-Litter Program Grants for Roanoke County: RESOLUTION NO. 83-78 RECOGNIZING THE CLEAN V ALLEY COMMITTEE, INC. AND AUTHORIZING SAME TO APPLY FOR ANTI-LITTER PROGRAM GRANTS FOR ROANOKE COUNTY BE IT RESOLVED by the Board of Supervisors of Roanoke County, Virginia, that said Board: 1. Hereby endorses and supports an anti-litter program for the Roanoke Valley; and 2. Hereby expresses the intent to combine with the City of Roanoke, Town of Vinton, and City of Salem in a mutually agreed upon and cooperative program, contingent on approval of the application by the Department of Conservation and Economic Development, Division of Litter Control, and contingent on receipt of funds; and 3. Hereby authorizes Clean Valley Committee, Inc. to plan and budget for a cooperative anti-litter program which shall represent said program for all localities named in this resolution; and 4. Further authorizes Clean Valley Committee, Inc. to apply on behalf of Roanoke County for a grant, and to be responsible for the administration, implementation and completion of the program; and 5. Further accepts responsibility jointly with the Clean Valley Committee, Inc. and the City of Roanoke, Town of Vinton and City of Salem for all phases of the program; and 663~ 4-26-83 6. Further accepts liability for its pro rata share of any funds not properly used or accounted for pursuant to the regulations and the application; and 7. That said funds, when received, will be transferred immediately to Clean Valley Committee, Inc. All funds will be used in the cooperative program to which we give our endorsement and support; and I 8. Further provide that the financial records of Clean Valley Committee, Inc. shall be subject to inspection and review by the County Finance Director and such data shall be presented to allow proper reporting on a timely basis by the County; and 9. Hereby requests the Department of Conservation and Economic Development, Division of Litter Control to consider and approve the application and program, said program being in accord with regulations governing use and expenditure of said funds. Adopted by the following roll call vote: AYES: Supervisors Myers, Minter, Burton and Nickens NAYS: None ABSENT: Supervisor Johnson I The consulting firm T. P. Parker & Son has completed testing at Westward Lake Dam and will be forwarding the results in a report in a few weeks. Water and sewer adjustments are necessary for the construction of Brambleton Road. After contacting the Department of Highways and Transportation, it was determined that the best way to handle this was to allow the Highway Department's contractor to do the work, and the County pay for its share. The Highway Department contractor's cost will be approximately $5,000, and an additional $3,000 in improvements will be the responsibility of the County. Supervisor Burton moved for the following prepared resolutions: RESOLUTION NO. 83-79 AUTHORIZING AND DIRECTING THE COUNTY ADMINISTRATOR TO EXECUTE A CERTAIN UTILITY RELOCATION AGREEMENT WITH THE VIRGINIA DEPARTMENT OF HIGHWAYS AND TRANSPORTATION RELATING TO PROJECT 0221-080-103 I e "e. ., 4-26-83 6~4 <T" ,_" ..... ,,-~_~~,,_,,"_... ."'c";-"~,-'~"_<<=.'_=''-","~",_".,,.,.=-,,..- .-,..~=....-.""",.,...."..'.,..""'.,"',..."'-.., _., '."',,, ",'J'O\J"",.__-.u. '.. ." ee'H e , "e,e'e .'e." .." '.e~e' . C _.;e __ , ., <. "~"..._' _ "".'_', '^ ., d ".. 'd .. . e'< , ... ....._.. ",_'e ...e . .... __", ,.... BE IT RESOLVED by the Board of Supervisors of Roanoke County, Virginia, I I I as follows: 1. That the County Administrator be; and he is hereby, authorized and directed to execute a certain agreement between the County of Roanoke and the Virginia Department of Highways and Transportation providing for the relocation and for adjustment of water and sewer utilities within the right-of-way of the Department's Project 0221-080-103 at a cost to the County of a sum not to exceed $5,000.00 without additional authorization of the Board, which said contractual agreement shall be upon form approved by the County Attorney; and 2. That an attested copy of this resolution be forthwith forwarded to the Virginia Department of Highways and Transportation. Adopted by the following roll call vote: A YES: Supervisors Myers, Minter, Burton and Nickens NA YS: None ABSENT: Supervisor Johnson RESOLUTION NUMBER 83-79.a On motion by Supervisors Burton, the General Appropriation Resolution of Roanoke County, Virginia, adopted June 22, 1982 be, and is the same hereby amended as follows to become effective April 26, 1983: DESCRIPTION ACCOUNT NUMBER INCREASE (DECREASE) Class: Expendi t ures Fund: Utility Object: Contract ural Maintenance 92-6-04302-30040 $8,000 Unappropriated Balance Sewer 92-6-09106-99999 (4,000) Unappropriated Balance Water 92-6-09106-99999 (4,000) Adopted by the following roll call vote: AYES: Supervisors Myers, Minter, Burton, and Nickens NA YS: None ABSENT: Supervisor Johnson 665 4-26-83 Mr. Hubbard also informed the Board that on April 25, 1983, the Highway Department will be having a public hearing regarding twin trailer tractor traffic on 1-81, 581, and Routes 460 and 220 in Roanoke County. The County will go on record as opposing this type of traffic since there are extreme curves and hills on these roads. I IN RE: APPOINTMENTS On motion by Supervisor Burton, Mrs. Jane Renick, Route 2, Box 22, Salem, Virginia was appointed to the Court Service Unit Advisory Council/Youth and Family Services Advisory Board from the Windsor Hills Magisterial District for a two-year term effective March 22, 1983. The motion carried by a unanimous voice vote. On the recommendation of Supervisor Johnson, Supervisor Minter moved to appoint Reverend H. Fleet Powell, 3622 Cedar Lane, S. W., Roanoke, Virginia to the Court Service Unit Advisory Council/Youth and Family Services Advisory Board from the Cave Spring Magisterial District for a two-year term effective March 22, 1983. I Supervisor Nickens read a memorandum sent to him from Chairman Johnson, which stated that she supports the real estate tax rate of $1.10 as proposed by the County Administrator. The next Budget Work Session is scheduled for Monday, May 16, 1983, at 12:30 p.m. IN RE: ADJOURNMENT At 9:00 p.m. Supervisor Burton moved to adjourn the meeting and the motion carried by a unanimous voice vote. I Vice-Chairman