Roswell Purchasing Policy
Roswell Purchasing Policy
TABLE OF CONTENTS
I. Introduction
Purpose
Mission
Scope
Exceptions
Ethics in Purchasing
Freedom of Information
Definitions
II. Responsibilities
V. Competitive Procurements
Invitation to Bid
Request for Informal Quote
Request for Proposals
Quality Based Selections
Request for Qualifications
Multi-step Solicitations
Online Reverse Auction
2
City of Roswell Purchasing Policy
VI. Protests
Policy
Requirements and Preferences
3
City of Roswell Purchasing Policy
I. INTRODUCTION
PURPOSE
This Policy is intended to establish the methods by which the City procures goods and
services and enters into contracts. This document will clarify purchasing functions and
outline purchasing policies, as well as describe departmental relationships,
responsibilities and participation in the procurement cycle.
MISSION
SCOPE
The scope of this purchasing policy covers the procurement of most Goods and Services
without regard to the past method by which goods or service have been customarily
procured. The policy covers contractual and purchase agreements between the City of
Roswell and other legal entities. The procurement function includes the initial
agreement/purchase, changes and/or re-negotiations. This policy establishes the
specific responsibility and authority of the procurement of goods and services.
EXCEPTIONS
In accordance with the Purchasing Ordinance Article 2.7, the provisions of this policy do
not apply in the following instances or procurements:
A. A good is available from only one (1) source or supply, or when standardization
or compatibility is the overriding consideration.
B. The purchase is pursuant to a contract with (1) the United States of America or
an agency thereof or (2) any government unit or agency thereof within the
United States for the purchase, lease, or other acquisition of goods.
C. The purchase is regulated by other Federal and State laws, i.e., O.C.G.A §36-91-
1;
D. A special emergency exists involving the health and safety of the people or their
4
City of Roswell Purchasing Policy
property; or
1. Land, artistic work, or other goods whose inherent nature is unique and
cannot be competitively compared to other goods within its class.
3. Real property, real estate brokerage and appraising, abstract of titles for
real property, title insurance for real property and other related costs of
acquisition of real property.
5
City of Roswell Purchasing Policy
ETHICS IN PURCHASING
In accordance with the Code of Ethics Article 2.5, each person involved in the
procurement process must adhere to a high standard of ethics and is bound by the
City’s Code of Ethics as adopted in the City of Roswell’s Code of Ordinances.
It shall be unethical for any City of Roswell employee, official, or agent to transact any
business or participate directly or indirectly in a procurement contract when the
employee or official knows that:
All vendors doing business with the City are expected to disclose any
connection to
or with a City of Roswell employee or elected official when participating in the
solicitation for a procurement contract.
Gratuities. It shall be unethical for any person to offer, give, or agree to give any
City of Roswell Employee, Official, or Agent, or for any City of Roswell Employee,
Official, or Agent to solicit, demand, accept, or agree to accept from another
person, a gratuity, rebate or an offer of employment in connection with any
decision, approval, disapproval, recommendation or preparation of any part of a
program requirement or a purchase request, influencing the content of any
specification or procurement standard, rendering of advice, investigation,
auditing or in any other advisory capacity in any proceeding or application,
request for ruling, determination, claim or controversy, or other particular
matter, pertaining to any program requirement or a Contract or subcontract, or
to any solicitation or proposal therefore in any manner inconsistent with the
State of Georgia’s Department of Administrative Services Gratuity Policy.
6
City of Roswell Purchasing Policy
Rebates It shall be unethical for any rebate to be offered for the sole purpose of
inducement. Rebates normally or routinely offered to all customers for the
purchase of their Goods and Services are acceptable and are the property of the
City of Roswell.
Courtesies. Employees may accept for themselves and members of their families
common courtesies usually associated with customary business practices so long
as a strict standard is enforced with respect to gifts, services, discounts,
entertainment or consideration of any kind from suppliers of merchandise,
services, supplies, etc. to the City of Roswell. An example of a common courtesy
is free pens or notepads with the Vendor's name on them.
It shall be unethical for any City of Roswell Employee, Official or Agent knowingly to use
confidential information for actual or anticipated personal gain, or for the actual or
anticipated personal gain of any other person.
E. Unauthorized Purchases
No purchases of Goods and Services shall be made in the name of the City of Roswell,
except such as is required for official use by the City of Roswell. Purchases in the name
of the City of Roswell for personal use by an individual or for other than official use are
prohibited, and no City of Roswell funds will be expended or advanced therefore.
City employees shall follow these standards in all procurement and contracting activities.
Sanctions and penalties for violating these requirements shall be as cited in the City of
Roswell’s Human Resources Policies and Procedures, as amended, which governs
disciplinary actions for violations of City ordinances, policies and regulations.
The City may disclaim responsibility and liability for any purchase, expenditure, or
agreement for expenditure arising from a purchase made in its name, or in the name of
any governmental body under its authority, by an unauthorized person or any person
acting outside this policy or the authorization or delegation as provided in this policy.
The expense of any such disclaimed transaction will become the personal liability of the
individual who acted improperly.
Persons seeking an award of a City of Roswell contract may not initiate or continue any
verbal or written communications regarding a solicitation with any Official, Employee or
8
City of Roswell Purchasing Policy
other City representative other than the Purchasing Agent named in the solicitation
between the date of the issuance of the solicitation and the date of the final contract
award. The City Administrator or designee will review violations. If determined that
such communication has compromised the competitive process, the offer submitted by
the individual, firm or business may be disqualified from consideration for award.
FREEDOM OF INFORMATION
Interested persons shall have access to information regarding procurement transactions
of the City of Roswell in accordance with City policy and the Georgia Open Records Act,
O.C.G.A.§50-18-70 et seq.
All meetings of the City's Council are duly noticed public meetings and all documents
submitted to the City as a part of or in connection with a Proposal may constitute public
records under Georgia law regardless of any person's claim that proprietary or trade
secret information is contained therein. By submission to the City, Proposers waive any
declaration the entire response to any solicitation to be proprietary information. The
Proposer shall designate in the smallest increments possible, that part of the
qualifications which is deemed to be proprietary. Proposals and all related
correspondence are governed by the Georgia Open Records Act and shall be provided to
anyone properly requesting same, after contract award. The City cannot protect
proprietary data submitted in vendor proposals unless provided for under the open
records law and clearly marked as proprietary by the proposer. In the event the
Proposer deems certain information to be exempt from the disclosure requirements,
the Proposal must specify what content is considered exempt and cite the applicable
provision of the law to support that assessment. In the event such information is
requested under the open records law, the Proposer's assessment will be examined by
the City Attorney who will make a determination. The decision to withhold or release
the information will be at the City's sole discretion.
DEFINITIONS
For purposes of this manual, the following terms, phrases, words, and their derivations
shall have the meanings given herein.
9
City of Roswell Purchasing Policy
5. Apparent Low Bidder: Vendor that submits the lowest monetary bid.
7. Bid Bond: A bond that legally binds the bidder to execute a contract and to provide
required post award documents, such as a certificate of insurance and/or
performance and payment bonds, or forfeit the amount of the bond.
9. Bid Opening: The act of publicly opening the bid envelopes and making the bids
available for public inspection.
10
City of Roswell Purchasing Policy
15. Centralized Purchasing: The system under which the Finance Department,
Purchasing Division, is authorized to enter into contracts for goods and services on
behalf of the City.
16. Change Order/Amendment: An agreed upon addition to, deletion from, correction
or modification of a Contract.
18. City Administrator: The chief administrative officer and Purchasing Agent of the
City, appointed by the City Council as outlined is Section 2.3 of the Roswell Code of
Ordinances.
19. City Council: The legislative and governing body of the City.
20. City Finance Director: The Finance Director of the City as outlined in Section 2.4.4
of the Roswell Code of Ordinances.
22. Competitive Award: A procurement based upon the outcome of one of the
competitive processes set forth in this Policy, where award is made based on the
lowest quotation or Bid submitted by a responsible and responsive Bidder or to the
most qualified or advantageous Proposer based on the qualitative and/or
quantitative factors identified for the procurement. A Competitive Award can be
made even if only a single bid or proposal has been received from a Bidder or
Proposer who is determined to be responsible and responsive.
24. Contract: A legally binding mutual agreement between two parties. Any City
agreement, regardless of form or title, for the procurement or disposition of
goods or services. Contracts also include change orders, modifications,
amendments, supplemental agreements with respect to any of the foregoing.
Every Contract must be duly authorized and approved prior to execution.
26. Contract Renewal: An exercise of an approved, existing option to increase the term
of a Contract. Options to renew a Contract are often done in annual increments.
27. Contractor: Any person or business having a contract with the City.
29. Division: An organizational unit within a City Department that is responsible to the
head of a department, or designee.
30. Emergency Purchase: The purchase of supplies and/or services whose immediate
procurement is essential to protect life or property.
32. Goods: Supplies, apparatus, materials, equipment, and other forms of tangible
personal property used by a City department in the accomplishment of its
responsibilities.
35. Local Vendor: A vendor which operates and maintains a brick and mortar
business within the corporate limits of the City of Roswell; has a current
Occupation Tax Certificate; has paid in full all real and personal taxes owed the
City.
36. Local Vendor Preference: Applies to all informal and formal procurements
excluding construction projects; professional and consulting services; federally
funded projects; and online/electronic sealed bid/reverse auctions. A local
vendor’s bid will be awarded if the bid is within two percent (2%) of the non-
local vendor’s bid who otherwise would have received the award of the contract.
12
City of Roswell Purchasing Policy
40. Payment Bond: A bond which assures payments, as required by law, to all
persons supplying labor or material for the completion of work under the
contract.
43. Price Preference: A percentage of increase in price an entity will pay to obtain a
designated product. No price preferences are recognized by the City.
46. Project Manager: The Department Head appointed full-time employee assigned
the duties and responsibility for all aspects of a project, such as a consulting, design
and engineering or capital project involving new construction and/or maintenance
or repairs.
48. Protestor: An actual bidder who is aggrieved in connection with the bid process,
including contract award, and who files a protest in writing in accordance with
this section.
13
City of Roswell Purchasing Policy
50. Purchasing Agent: The principal purchasing official of the City of Rowell pursuant
to Section 2.7.3 of the Roswell Code of Ordinances. The Purchasing Agent for the
City of Roswell is defined as the City Administrator.
51. Purchasing Manager: The designee of the Purchasing Agent to manage the day
to day operation of the purchasing division. The Purchasing Manager for the City
of Roswell is assigned by the City Administrator
52. Purchasing Division: The division responsible for procurement for the City.
53. Registered Business: A business that has a valid Occupation Tax Certificate.
54. Reasonable Cost: Cost that by its nature or amount does not exceed what would
normally be incurred by an ordinarily prudent person in the conduct of
competitive business.
55. Request for Informal Quote (RFIQ): A document used in an informal solicitation
for an offer to be submitted in writing that will result in a purchase Contract.
57. Request for Proposal (RFP): A document used in purchasing complex services
when the competitive sealed bid is neither practical nor advantageous, the RFP
process considers both quality of the solution offered and price to obtain the
best overall value.
14
City of Roswell Purchasing Policy
60. Responsible Bidder: A vendor who has the capability in all respects to perform
fully the contract requirements; and the experience, integrity, perseverance,
reliability, capacity, facilities, equipment and credit which will assure good faith
performance.
61. Responsive Bidder: A vendor who has submitted a bid that conforms in all
administrative and material respects to the requirements stated in the Invitation
to Bid.
64. Services: Any performance of effort or labor, for which the City has contracted
other than Professional Services or services classified as construction.
66. Sole Source / Single Source: That only one vendor possesses the unique and
singularly available capability to meet the requirement of the solicitation, such as
technical qualifications, ability to deliver at a particular time, or services from a
public utility.
67. Specification or Scope of Work: Specifications are the detailed and exact
description of the requested materials and/or services. They should accurately
describe the physical, functional, and/or performance requirements of the items
and/or services requested.
70. Sustainability: Reducing the amount of resources used as well as reducing the
amount of waste and emissions produced in order to limit the environmental
impact or ecological footprint. The City will improve our sustainability efforts
through an environmentally preferred purchasing program that provides for the
15
City of Roswell Purchasing Policy
present generation and needs of the organization while honoring our past and
allowing for the needs of future generations.
71. User Department/Division: The organizational unit which has the authority and
responsibility for determining the need for an item or service, its related
specifications, and need date. The User is responsible for funding the need and
advising Purchasing of the approved funding and the specific budget account
number. The User is responsible for authorizing the purchases of all materials,
services, repairs, leases and rentals in which the negotiated price exceeds the
approved funding.
The City Administrator and Finance Director are responsible for establishing overall
policies and procedures to ensure the integrity of the Purchasing Program throughout
the City. Primary Roles and Responsibilities Include:
1. Responsible for overseeing the day to day purchasing activity and ensuring the
City of Roswell Purchasing Policies, Procedures and Ordinance are followed.
2. Reviewing Purchasing Policy violations and determining disciplinary action based
upon the Purchasing Policies, Procedures, and Ordinance
3. Review and approve all requisitions above $25,000. (City Administrator)
4. Review and approve proposed formal solicitations prior to issuance.
5. Review and approve all city contracts
6. Review and approve all change orders. (City Administrator)
1. Conduct business in compliance with the City’s ordinances and in accordance with
the principles contained in this Purchasing Policy.
2. Serve as a resource for departments in issues of policy and in the day to day
processing of requisitions.
16
City of Roswell Purchasing Policy
3. Provide information and procure goods and/or services which meet the user
department’s requirements, ensuring consideration of life cycle costs and
sustainable goods and services.
4. Provide assistance in the preparation of specifications.
5. Process the auditing and review of requisitions to ensure that the Purchasing
Policies, Procedures and Ordinance are being followed.
6. Provide user training on City Purchasing Policies, Procedures and Ordinance.
7. Ensure that contract awards are made to responsible contractors possessing the
ability to perform successfully under the terms and conditions of the proposed
procurement.
8. Utilize approved third party software and train department’s liaisons and agents to
use the software as appropriate.
9. Formally and informally procure goods and services as designated in Section 2.7.11
through 2.7.17 of the Purchasing Ordinance
Department Heads are responsible for ensuring the integrity of purchasing within their
Department by upholding City policies, procedures, and ordinance. All Department
Heads are responsible for overseeing purchasing activity and must have an
understanding of the rules and regulations as contained in the City of Roswell
Purchasing Ordinance and the Purchasing Manual. While the Department Head holds
the responsibility of oversight, administration of the day-to-day activity of the
purchasing process will be reviewed through designation of one or more Department
Liaisons.
17
City of Roswell Purchasing Policy
One or more Department Liaisons are assigned the responsibility of reviewing and
coordinating the day-to-day purchasing activities of the employees in their department.
Secondary Department Liaisons should also be designated by each Department Head.
The secondary Department Liaisons are designated as back up to the Department
Liaison and have the same responsibility to review the day-to-day purchasing activities
of the employees in their department in the Department Liaison’s absence.
2. Keep the Purchasing Division informed when staff changes are made that will require
training in regard to purchasing Policies and Procedures.
All agents who enter requisitions are essentially purchasing agents for the City of
Roswell should have an understanding of the City Purchasing Policies, Procedures and
Ordinance to effectively enter requisitions for their department.
18
City of Roswell Purchasing Policy
5. Strive to provide full and accurate descriptions of needed supplies and/or services
to avoid misunderstandings.
6. Inform the Purchasing Division in writing when there are problems or changes to
purchase orders or contracts.
7. Obtain at least three (3) quotes for goods or services above $2,500 and below
$25,000 in accordance with the threshold established in the policy.
8. It shall be the responsibility of the User to ensure that purchased Goods are
received, inspected and verified as to condition. Initiate returns as necessary.
For goods and services between $2,500 and $25,000, the agent shall obtain, where
possible, at least three written quotes.
For professional services between $2,500 and $25,000, a Quality Based Selection
process will be used. The department head must justify the choice in writing to be
attached to the requisition.
For goods and services between $25,000 and $75,000, the purchasing agent shall
obtain, where possible, at least three written quotes.
For goods and services above $75,000, the purchasing agent will use a formal
procurement process.
For all professional services above $25,000, a Quality Based Selection Process will be
used. The purchasing agent will manage the process.
19
City of Roswell Purchasing Policy
Professional Services
The provisions of this policy section shall apply to the procurement of goods and
services, when determined to be in the best interest of the City and not in conflict with
the requirements of state law.
The City may acquire goods, services, or professional services pursuant to a Sole
Source/Single Source Procurement. Sole Source/Single Source Procurement is
allowable when goods, services, or professional services are limited to one
source, or when they must be obtained from a specific manufacturers' dealer
and valid competition among dealers does not exist. A Sole Source/Single Source
procurement may also be made from one person among others in a competitive
market place, which, for justifiable reasons, is found to be most advantageous
for the purpose of fulfilling the given purchasing need. The purchasing agent may
elect to purchase particular brand name goods or services when the goods or
services comprise a major brand system, program or service previously selected
by the City for standardization due to operational effectiveness, future
enhancements or additions, or maintenance or storage of spare parts precludes
the mixing of brands, manufacture, etc. The User must submit the justification
for the Sole Source/Single source procurement for approval to the Finance
Director or Purchasing Agent.
20
City of Roswell Purchasing Policy
B. Direct Negotiation
C. Emergency Procurement
A written determination by the department head of the basis for the Emergency
Situation and for the selection of the particular vendor shall be included in the
purchase file. As soon as practicable, a record of each emergency procurement
shall be made and shall set forth the contractor's name, the amount and type of
the Contract, a listing of the item procured under the Contract, and the
identification number of the contract file.
convenient to reach the Purchasing Agent, any purchase necessary shall be made
by the official in charge of such agency, and such purchase reported to the
Purchasing Agent within 24 hours.
The User Department may acquire Goods, Services and Professional Services by
Direct Negotiation or by some other non-competitive method, when the dollar
value of the purchase does not exceed $2,500 and a properly executed and
authorized requisition is received. Under this non-competitive method, the User
Department shall attempt to obtain the Goods, Services or Professional Services
most advantageous to the City, price and other factors considered.
The City may acquire Goods, Services, and Professional Services by Direct
Negotiation or other method involving limited or no competition from a Supplier
having a requirements Contract/Annual Agreement with any public entity (e.g.,
federal, state, county, city, authority, school board, Buying Cooperative, etc.) for
Goods, Services, or Professional Services described in such contract and at prices
or discounts no less favorable than any set forth in such Contracts. Use of
State/Co-Op Contracts: The Purchasing Agent may, independent of the
requirements of bid process of this article, procure supplies, services or
construction items through a Contract established through competitive means
by the purchasing division of the State of Georgia, national Co-Ops (i.e.-U.S.
Communities), and collaborative purchasing agreements with other local
governments when deemed to be in the best interest of the City.
V. COMPETITVE PROCUREMENTS
The purchasing division will determine the procurement method to be used
based on the type and estimated price of the purchase.
The City reserves the right to reject any or all bids if it determines such rejection
to be in the best interest of the City.
Periodically, the City may be given private/public grants and donations from
sources such as the State and Federal Government and private corporations.
These types of solicitations may be more restrictive and may dictate the
procurement process and methodology that the City is to follow for an award.
Both federal and state procurement policy supersedes City of Roswell's
purchasing requirements when buying goods and services using federal or state
grant monies. Departments should consult the accounting department regarding
the use of federal and state funds.
A. Invitation to Bids
Invitation to Bids (ITB) are prepared and issued to prospective Bidders, with the
goal of obtaining competitive responses for items costing more than $75,000.
Bids shall be opened publicly by the Purchasing Agent, or their designee, in the
presence of one or more witnesses at the time and place designated in the
Invitation to Bids. All relevant information, including each Bid amount and
Bidder's name, will be recorded on a summary sheet and signed by the opener
and witness.
A split or partial bid may be awarded, if an ITB is for multiple Goods or Services,
more than one Vendor provides a bid that meets the specifications for the items,
and a price comparison can be made between the items quoted. The award may
be split between more than one Vendor by awarding to the lowest cost provider
of each item or reasonable grouping of items if acquisition, delivery, and other
requirements can be reasonably administered. A Split or Partial Bid Award shall
not be used under the following conditions:
23
City of Roswell Purchasing Policy
a) When the solicitation is for an integrated system and the split of the
award between components or parts of that system would jeopardize
performance; or
b) If the item is part of a system and the performance of that system would
be jeopardized if another brand was substituted.
Tie Bids: In the event two or more identical bids are received, the following
procedure will be used when the basis of award is low bid:
b) If the procedures in (a) do not result in an award, then, the tie Bidders
will be contacted and advised of the tie bid. Bidders will be given the
opportunity to provide a best and final offer in writing submitted in a
sealed envelope to be opened at the time and place stated by City staff. If
one or more of the tied Bidders agrees to participate, award will be made
to the new low bid. If none of the tied Bidders agree to participate or if
the new bids are tied, then City staff shall break the tie by following the
procedures described below, as necessary.
c) If the procedures in (a) and (b) do not result in an award, then, to the
extent permitted by law, a tie Bidder deemed in the City's sole discretion
to provide the most environmentally preferable Goods would be
recommended to the appropriate approving authority for an award over
one deemed environmentally inferior.
d) In the event the above does not result in an award, the City reserves the
right to award to both tie vendors when it is feasible and in the best
interest of the City to do so.
24
City of Roswell Purchasing Policy
hundred twenty (120) days after the time scheduled for bid opening or as
permissible by State law.
Any bid received after the time and date set for receipt of bids is late. Any
withdrawal or modification of a bid received after the time and date set for
opening of bids, at the place designated for opening, is considered late. Late
bids will be rejected and remain unopened.
Bids will be evaluated based on the evaluation factors set forth in the ITB, which
may include criteria to determine acceptability of Goods (for example,
inspection, testing, quality, workmanship, delivery, and suitability for a particular
purpose). Criteria for the acceptability of Goods shall be used to determine
whether particular Goods are responsive to the Invitation to Bids, and not to
determine the relative desirability between acceptable Goods. The City
reserves the right to waive any informalities or irregularities of bids, to request
clarification of information submitted in any bid, to further negotiate with the
Responsive and Responsible Bidder selected for Contract award, or to reject any
or all bids for any reason whatsoever.
If no Responsive and Responsible Bids are received or all bids are rejected, the
City may procure such Goods and Services by direct negotiation as indicated
below in Non-Competitive Procurement of Goods and Services.
The Bid will be awarded, if an award is made, to the Responsible and Responsive
Bidder offering the lowest price whose bid meets the requirements and criteria
set forth in the ITB. The Bid may require a Contract.
Request for Informal Quotes are prepared and issued to prospective Bidders by
the Purchasing Division, with the goal of obtaining competitive responses for
items costing between $25,000 and $75,000 or where below $25,000 the
establishment of a contract is needed for the purchase of a good or service. The
RFIQ clearly defines the scope of the work and contains contractual terms and
conditions. In most cases, the bid award will be made on best price, but the
award may be made in what is determined to be in the best interest of the City.
The RFQ may require the submission of bid samples, descriptive literature, and
technical data and may require inspection or testing of a product before a final
award.
25
City of Roswell Purchasing Policy
When the Purchasing Agent determines the use of an ITB is not practical or not
advantageous because of existing market conditions or the type of items
required, the City may procure Goods, Services, or Professional Services through
receipt of competitive sealed proposals. Competitive sealed proposals are
solicited using an RFP, with the goal of obtaining competitive responses for items
costing more than $75,000.
Public notice of the RFP shall be given in the same manner as the procurement
described in section IV, sub-section A of this policy.
The RFP will identify the criteria to be considered and evaluated as the basis of
award.
The Contract award will be awarded, if award is made, by the City to the
Responsive and Responsible Proposer whose proposal is determined, in the
26
City of Roswell Purchasing Policy
City's exclusive discretion, to be the most advantageous to the City, taking into
consideration price, qualifications, and other factors as indicated in the RFP. The
RFP will contain the basis on which the award is to be made.
The City reserves the right to utilize this procurement method when it is
advantageous to the City. The process will be specified in the Solicitation
Documents.
The RFQ process will be the method of procurement when the professional
services exceed $25,000 and/or the project costs exceed $1,000,000 for the
procurement of services within the scope of architecture, registered interior
design, professional engineering, land surveying, and landscape architecture as
specified in Section 2.7.17 of the Purchasing Ordinance.
27
City of Roswell Purchasing Policy
F. Multi-step Solicitation
The City may initiate one of the multi-step solicitation processes described below
when: (a) in the City's discretion, it is impractical to prepare an adequate or
complete description of the Goods or Services desired (due to insufficient data,
uncertain requirements, unfamiliar market options, etc.), (b) the City desires to
identify a field of qualified Bidders, Proposers, Goods or Services, out of a
broader field of Bidders, Proposers, Goods or Services, or (c) the City believes a
multi-step process would best serve its purposes.
28
City of Roswell Purchasing Policy
b) Contract award - The multi-step solicitation shall specify the general types of
Services required, the selection process to be used, and the selection criteria
for award of the Stand by Contract.
d) Except when the stand by contract is for the procurement of services within
the scope of architecture, registered interior design, professional
engineering, land surveying or landscape architecture as referenced in
Section 2.7.17 of the Purchasing Ordinance and when there is more than
one Stand By Contractor available to perform the specific scope of work
defined, the process for award of the work is set forth below:
i) Work may be rotated during the Contract period between the Stand By
Contractor(s) that were selected to perform the general type of Services
required; or,
City Departments shall use the list of approved Stand By Contractors. A user
department may choose to either use a rotation or informal bid process as referenced
above when using a Standby Contract. The choice of the department will remain in
effect for the term of the contract. This procurement strategy should allow vendors fair
and consistent access to projects, improve quality of service delivery and generally
increase the efficiency and cost-effectiveness of the procurement process. The vendor
rotation process shall include the list of the qualified vendors selected through
procurement process to perform the work. The department will maintain a list of the
qualified vendors and rotate through each vendor on an established basis.
29
City of Roswell Purchasing Policy
The informal bid process shall include the list of the qualified vendors selected through
the procurement process to perform the work. This procurement strategy will require
the departments to obtain at least three quotes for work above $2,500 and below the
formal bid threshold.
All qualified vendors should be given equal access to projects, and through transparent
monthly reporting a list of projects, vendor(s), awards, and purchase amount shall be
maintained. If a vendor declines the project a written record shall be maintained, and
the vendor shall be invited the next time the vendor’s name is in the rotation.
For the professional stand by contracts, the department head will be responsible for
providing the determination of the professional selection.
VI. PROTESTS
A. Submission of Protest
Subject of Protest and Time for Filing a Protest - If a vendor or Bidder is aggrieved by
any aspect of a solicitation, the vendor or Bidder can choose to protest in
accordance with this section.
Bidders may protest the contract award in connection with the bid/RFP on which the
Bidder has submitted a bid/proposal. Any such protest by a Bidder must be filed no
later than ten (10) calendar days following the date of the notice to award in order
to have the protest considered.
B. Format of Protest
30
City of Roswell Purchasing Policy
When a Protest pertaining to events or facts arising during the solicitation process,
(example: protests concerning specifications and evaluation criteria), has been filed
no later than the three (3) business days prior to the bid opening or proposal
deadline date, the Purchasing Division shall suspend the award of a contract until a
final decision has been issued, unless the Purchasing Division makes a written
determination, after consulting with the issuing department, that awarding the
contract without delay is necessary to protect the best interests of the City.
When a Protest has been filed in a timely fashion within ten (10) calendar days
following the issuance of a contract notice of award, the Purchasing Division shall
consult with the department to determine if performance of the contract without
delay is necessary to protect the best interests of the City. If it is determined that it
is necessary to proceed with a contract without delay, the Bidder/Offeror that
31
City of Roswell Purchasing Policy
receives the contingent contract may proceed with performance and receive
payment for work performed in strict accordance with the terms of the contract;
however, such Bidder/Offeror shall not be entitled to reimbursement for any capital
outlay costs, or other up front expenditures incurred in performing the contract.
a. Subject of Request for Formal Review and Time for Filing If a protestor
b. Final Decision The decision of the Protest Review Committee will stand as
the City’s final decision.
PURCHASING PROCESS
The City is a significant consumer of goods and services. The City desires to encourage
the procurement of sustainable and environmentally preferred products and services.
The City of Roswell Mayor and Council have resolved that the city will take an active role
to promote the analysis of life cycle costs for products and services to encourage
protection of the environment by showing preference for the procurement of
sustainable products and services for the use in city operations.
C. Reports will be provided to City Council on an annual basis to track the success of
the environmentally preferable purchasing program that accounts for life cycle
costs and gives preference to products that are recycled, recyclable and
otherwise more environmentally friendly than traditional products; purchase
Energy Star rated equipment and appliances when possible to do so and,
purchase recycled copy, computer, and fax paper with at least thirty (30) percent
recycled content whenever the use of the paper makes it possible to do so.
34