CAR 7-1 PURCHASING REGULATION CAR 7-1 OPR: Finance 4/90 (Revised 2/10)

Similar documents
WHITFIELD COUNTY, GEORGIA PURCHASING POLICY AND MANUAL January 14, 2014

SECTION II: PURCHASING POLICY & CONTRACTS

Purchasing Policy Resolution # Passed January 21, 2016

520 - Purchasing Policy

Florida Courts E-Filing Authority PURCHASING POLICY

RESOLUTION NO. WHEREAS, questions have surfaced related to purchasing limits of the Waitsburg City

DIVISION 2. - PURCHASES [11]

LAFOURCHE PARISH GOVERNMENT PURCHASING POLICIES AND PROCEDURES

INSTRUCTIONS TO BIDDERS

Quote A written or verbal price a supplier can provide for material or services for a specified period of time.

MOJAVE WATER AGENCY PURCHASING POLICY

SUMNER COUNTY GOVERNMENT S PURCHASING. Updated as of 12/16/2013 POLICY

OKEECHOBEE COUNTY PROCUREMENT POLICY

CITY OF CARLIN EXPENSE AND PURCHASING MANAGEMENT CONTROL POLICY

B. The Bid is made in compliance with the Bidding Documents.

PURCHASING POLICY AND PROCEDURES MANUAL CITY OF AUDUBON, IOWA AUGUST 2015

CHAPTER 31 PURCHASING CODE ARTICLE I - GENERALLY

Renville County Purchasing Procedures (Procurement Policy)

A competitive bidding process shall be utilized to the greatest extent possible for all construction contracts.

Non-Professional Services

PURCHASING, LEASING & CONTRACTING POLICY

A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CASTLE PINES, COLORADO APPROVING A PURCHASING POLICY

Invitation to Bid BOE. Diesel Exhaust Fluid

A. All purchases require that the appropriate funds are budgeted and sufficient funds are available at the time of purchase.

INSTRUCTIONS TO BIDDERS

Purchasing Policy. The Mayor & Council of Middletown 19 West Green Street Middletown, DE 19709

1/1/2016. Chatham County Purchasing Ordinance

a B Competitive Sealed Proposals b C.1 Procurement not exceeding one hundred thousand dollars ($100,000)

AIA Document A701 TM 1997

REQUEST FOR PROPOSALS RFP # ELECTRIC SUPPLY & SERVICES FROM RETAIL ELECTRIC PROVIDERS

POLICY TITLE: Purchasing District Purchasing POLICY NO: 850 PAGE 1 of 11 PURCHASING POLICY 1 - DISTRICT PURCHASING

IDAHO STATE UNIVERSITY POLICIES AND PROCEDURES (ISUPP) Purchasing Policy ISUPP 2560

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

COUNTY OF SONOMA. CAL-Card USER MANUAL

TABLE OF CONTENTS CHAPTER 1 PROCUREMENT THRESHOLDS AND PROCEDURES...

IV. Orders, Quotations, Bids and Request for Proposal (RFP) Requirements

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

CALIFORNIA AREA SCHOOL DISTRICT

KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS

NIAGARA FALLS WATER BOARD PROCUREMENT POLICY AND PROCEDURES

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

CITY OF ROMULUS CHAPTER 39: PURCHASING

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

CITY OF GAINESVILLE INVITATION TO BID

Administrative Rule MARLBORO COUNTY SCHOOL DISTRICT PROCUREMENT CODE POLICY. Adopted 7/3/98; Revised 8/9/07 TABLE OF CONTENTS

Boise State University BSU Policy #6130 Effective Date: March 1998 Revised: July 1, 2010 PURCHASING

FEDERAL GRANT ADMINISTRATION PROCUREMENT PROCEDURES Regulation Code: 8305

Purchasing Policy. Public work contracts over $100,000 must require contractors to provide a performance bond and a payment bond.

City of Mountlake Terrace. Purchasing Policies and Procedures

Document A701 TM. Instructions to Bidders

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax #

REQUEST FOR SEALED BID PROPOSAL

SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

REQUEST FOR SEALED BID PROPOSAL

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES

CROW WING COUNTY BRAINERD, MINNESOTA

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

PURCHASING MANUAL DECEMBER 2000

REQUEST FOR SEALED BID PROPOSAL

PURCHASING POLICY. Amended May 24, 2011

INSTRUCTIONS TO BIDDERS

1 CCR PROCUREMENT RULES

April 15, 2013 PEST CONTROL BID Page 1 of 13

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Claims Auditing Process Policy

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

SPARTANBURG REGIONAL HEALTHCARE SYSTEM POLICY STATEMENT. Procurement of Construction Services, Design Services, Goods, and other Capital Expenditures

CLINTON COUNTY PURCHASING POLICY MAY 2002

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

REQUEST FOR SEALED BID PROPOSAL

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID

COUNTY OF COLE JEFFERSON CITY, MISSOURI

PROCUREMENT RULES Effective July 1, 2005 Amended April 1, 2009 Amended July 1, 2014

INSTRUCTIONS TO BIDDERS

OFFICE OF THE SUMMIT COUNTY SHERIFF

Board of Directors Governance & Policies

Directive #: CW Effective: July 1, 2016

UNIVERSITY OF OREGON PURCHASING AND CONTRACTING PROCEDURES

COMMISSION ADOPTED POLICY Procurement Policy

SECTION D FISCAL MANAGEMENT FISCAL MANAGEMENT GOALS BUDGET DEADLINES AND SCHEDULES BUDGET ADOPTION PROCEDURES BUDGET TRANSFER AUTHORITY

CITY OF GAINESVILLE INVITATION TO BID

COUNTY OF MONTEREY PROCUREMENT CARD PROGRAM

Document A133 TM. AGREEMENT made as of the day of in the year 20 (In words, indicate day, month and year.)

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH

City of Mukilteo Cyrus Way, Mukilteo, WA Procurement Policies & Procedures

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building

Albany Parking Authority 25 Orange Street Albany, NY

ARLINGTON COUNTY PURCHASING RESOLUTION

Transcription:

CAR 7-1 PURCHASING REGULATION CAR 7-1 OPR: Finance 4/90 (Revised 2/10) Purpose Section I Scope II Definitions III Responsibility IV Using Department IV A Purchasing Function IV B Property Disposal V I. Purpose City Store Payment Request Collaborative Purchasing State/Federal Contract Use Reverse Auctions VI VII VIII IX X The purpose of this CAR is to state the City's policy regarding the purchasing responsibility and authority. This document will clarify purchasing functions and outline purchasing procedures, as well as describe departmental relationships, responsibilities and participation in the procurement cycle. In addition, this policy will provide control functions, assure proper record keeping and confirm purchases in writing. The philosophy behind this policy is one of separating the need for a product or service from the function of negotiation and executing the necessary contractual or purchase agreement. The determination of the need for a product or service is clearly the responsibility of the department which will ultimately use the product or service. This regulation will clarify the City Ordinance Section 9-13 and will in no way be contrary to this ordinance. II. Scope The scope of this purchasing policy covers the procurement of ALL PRODUCTS AND SERVICES without regard to the past method by which the product or service has been or is customarily procured. The policy covers all contractual and purchase agreements between the City of Peachtree City and another company or person. The procurement function includes the initial agreement/purchase, renewals, changes and/or re-negotiations. This policy establishes the specific responsibility and authority of the procurement of products and services. III. Definitions A. PURCHASING is the process of securing products, services, repairs, leases, and rentals necessary for the operation and support of the City. The renewal, renegotiations, and changes to contracts, leases and agreements, are functions of purchasing. B. The USING DEPARTMENT/DIVISION (USER) is defined as the department which has the authority and responsibility for determining the need for a product 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. IV. Responsibility A. Using Department/Division (USER) 1. Determine Need: The USER is responsible for determining the need for a product or service and providing appropriate documentation, including a purchase requisition through the on-line requisitioning system associated with the City s governmental software.

2. Determine Funding: The USER is responsible for providing proper funding. Specific budget account numbers must be on the purchase requisition. 3. Determine Specifications: The USER is responsible for determining the quantity, quality, dimensions, duration and all other necessary specifications essential to the determination of what is to be procured. The specifications must, where applicable, conform to the approved City standards for identity and continuity. 4. Transmit Information: It is imperative that the USER transmits its need to the Purchasing Department. The Purchasing Department can only purchase supplies and services on the basis of an approved and complete purchase requisition. A properly approved purchase requisition entered into the City s governmental software system contains, at a minimum, the following information: a. Complete description and specifications; b. Quantity; c. Estimated cost; d. Freight; e. Complete budget account number; including project code and designation, if applicable f. Suggested vendor; g. Authorized approval of Division Director/Chief or designee; 5. Acceptance of Procured Item or Service: The USER is responsible for advising the Purchasing Department within 24 hours after receipt if the products or services are found to be unsatisfactory. B. Purchasing Functions 1. Source Selection: For purchases $500 or under, all vendor selections shall be made by the individual departments based on the requirements in 2. below. When making the vendor selection the departments will choose the lowest, best, responsible or responsive vendor. In determining where to purchase products and services based on competitive prices and costs incurred in obtaining the purchase, the City shall purchase locally when all of these requirements are equal. The City shall not make purchases of products or services from City employees or Council members or from businesses owned by members of these two groups. The City shall not contract with vendors performing service functions that cannot produce proof of workers compensation or compliance with the State of Georgia Homeland Security requirements. 2. Quotation/Bidding: With the exception of expenditures involving contracts for performances of concerts and events at the Frederick Brown Jr. Amphitheater, the following requirements shall be applied in determining the process to be used in obtaining quotes and bids for the purchase of products and services: a. Requisitions for products or services $500 or under require that the departments choose the lowest, best, responsible, or responsive vendor. These requisition, approved electronically by a Division Director/Chief, require no further approval and will immediately be converted to a purchase order by the Purchasing Department and faxed or emailed to the vendor as either an original or confirming purchase order (determination of this is to be clearly noted in the internal

notes of the requisition by individual departments). These requisitions will be audited by the Finance and Purchasing Departments on a regular basis to ensure proper account codes are used; purchase orders are not split to circumvent the dollar limits; and actual costs do not exceed $500. An exception to splitting purchase requisitions will be made for the purchase of Police, Fire, and EMS uniforms that may be processed by individual employee purchases. b. Requisitions for products or services over $500 but less than $1,000 require that the departments choose the lowest, best, responsible, or responsive vendor. These requisitions must be approved electronically by Division/Director Chief, Purchasing Agent, Financial Services Director, and City Manager. Upon City Manager s approval, the requisitions will be converted to a purchase order in the Purchasing Department and faxed or emailed to the vendor as either an original or confirming purchase order (determination of this to be clearly noted in the internal notes by individual departments). c. Requisitions for products or services $1,000 and over but less than $5,000 require at least three (3) verbal quotes before processing and that the departments choose the lowest, best, responsible, or responsive vendor. These quotes must be clearly stated by vendor and amount in the internal notes of the requisition that is submitted to the Purchasing Department. These requisitions must be approved electronically by Division Director/Chief, Purchasing Agent, Financial Services Director, and City Manager. Upon City Manager s approval, the requisition will be converted to a purchase order in the Purchasing Department and faxed or emailed to the vendor as either an original or confirming purchase order (determination of this to be clearly noted in the internal notes by individual departments). d. Requisitions for products or services $5,000 and over but less than $10,000 require at least three (3) written quotes., which must be documented in the Internal Notes section of the purchase requisition. The written quotes must then be forwarded to the Purchasing department to be kept on file. Copies of the quotes may also be retained by the department if desired. Requisitions in this category require the approval of the Division Director/Chief, Purchasing Agent, Financial Services Director, and City Manager. Upon City Manager s approval, the requisition will be converted to a purchase order in the Purchasing Department and faxed or emailed to the vendor as either an original or confirming purchase order (this is to be noted in the requisition s internal notes by the Purchasing Agent). e. Purchases for products and services $10,000 or more normally require sealed bids. One major exception is gasoline and diesel fuel purchases that are handled via phone and email as in d. above. Sealed bids will be required when the goods and services being requested meet the following criteria: The products and services are valued at $10,000 or more. Clear and adequate specifications are available. Two or more responsible offerors are willing to participate in the process. These requests are always made in writing. The standard bid letter will be mailed to each vendor. In some instances to expedite the process, the bid letters can be sent by facsimile, but primarily by email. The vendor list is made up of companies from the bid list and recommendations from the USER. The Bid List is a current file of requests from companies for this purpose. Bids are also placed in a notebook in the lobby of City Hall and on the City s web site. Public Works Projects over $100,000.00 are required by Georgia State Law to have Payment Bonds and Performance Bonds for 110% and 100%, respectively, of the contract amount. The City will also require that a 5% Bid Bond be submitted with the bid. These projects will be advertised in the legal organ for the City under Georgia HB 1079 requirements..

(1) Sealed Bidding Process and Award (a) Receipt of Bids: No bid shall be eligible for consideration by the City unless it is placed in a sealed envelope or package and actually received by the Purchasing Department by the date and time specified in the bid request. The Purchasing Agent shall cause all bids to be stamped with the date and time of receipt and secured until the designated opening time. A bid delivered late shall under no circumstances be eligible for consideration by the City, and shall be returned unopened to the bidder or stored unopened with accepted bid documents (b) Bid Openings: Bids shall be opened publicly in the presence of one or more witnesses on the date and at the time and place designated in the Bid Letter. The name of each Offerer, the purchase price contained in each bid, and such other information as the Purchasing Agent deems appropriate shall be announced as the bids are opened. A record of bid information shall be recorded and available for public inspection. (c) Modification of Bids: Any clerical mistake which is patently obvious on the face of the bid, subject to the limitations described below, may be corrected upon written request and verification submitted by the Offerer. A non-material omission in a bid may be corrected if the Purchasing Agent determines the correction to be in the City s best interests. Omissions affecting or relating to price or insurance shall be deemed material and shall not be corrected after the bid opening: (d) Withdrawal of Bids: Bids may be withdrawn at any time prior to the bid opening. After bids have been publicly opened, the bidder shall give notice in writing of his/her claim of right to withdraw his bid within two business days after the conclusion of the bid opening procedure. If a bid is withdrawn under the authority of this provision, the lowest remaining responsive bid shall be deemed to be the low bid. If a bid requiring a bid bond is withdrawn after the bid opening, the bid bond is forfeited. (e) Bid Evaluation: Bids shall be evaluated based on the requirements set forth in the Bid Letter and Specifications, and normally should consist of pricing only. No criteria may be used in bid evaluation that is not specifically set forth in the solicitation. (f) Bid Cancellation: A Bid Letter may be cancelled prior to opening date or any or all bids may be rejected in whole or in part as may be specified in the solicitation, where it is in the best interest of the City in accordance with regulations promulgated by the Purchasing Department or, as a result of improper conduct on the part of the a City employee. The reasons for any cancellation shall be made part of the bid file. (g) Modification of Specifications after Bid Opening: The City reserves the right to negotiate with the lowest, responsive, and responsible bidder after the bids have been opened and before an award is made in an effort to make sure that the specifications and budget have been met. This will allow staff to add or delete parts for equipment or value engineer a project in the City s best interest. On construction projects the negotiations will be conducted with the design firm and City Staff before a recommendation is made for the award of the bid. (h) Negotiation with Lowest Responsive and Responsible Bidder: Once a bid has been opened and accepted, the City reserves the right to negotiate with the lowest responsive and responsible bidder in an effort to ensure that the bid meets the approved budget and specification. (i) Bid Award:

Responsive and Responsible Bidder(s): Subject to approval by the City Manager or City Council, bids shall be awarded to the lowest, responsive and responsible bidder(s). Approval of Bids: All bid awards for amounts of $40,000 or greater shall be approved or rejected by the City Council. Rejections of Bids: 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. Disqualification of Bids: The following types of bids shall be disqualified for consideration for a bid award: A bid arrives after the set time for submittal A bid that is incomplete in any material aspect A bid submitted without required bonds or insurance A bid submitted by a company on the ineligible source list. A bid submitted by a company or its subcontractor that has an outstanding debt to the City, including but not limited to property taxes paid through Fayette County. f. Request for Proposals: Purchasing will be responsible for sending Requests for Proposals (RFP) when use of the sealed bid process is either not practicable or not advantageous to the City. The following criteria will be used when determining when to use the RFP process: When the quality, availability or capability is overriding in relation to price in procurement of technical supplies or services. When the initial installation needs to be evaluated together with subsequent maintenance and service capabilities and what priorities should be given these requirements in the City s best interest. When the market place will respond better to a solicitation permitting not only a range of alternate proposals, but evaluation and discussion of them before making the award. RFP s will generally be solicited on a project-by-project basis with the exception of the following; City Attorney, Judge, Auditor, Engineering Testing Services, Medical Services and Banking Services, which will be solicited every three (3) years. The other services will include, but are not limited to, architects, engineers, and other professionals. The USER will submit the Scope of Services to Purchasing, who will then determine which of the following processes to use: Purchasing will request Letters of Interest and Statements of Qualifications from qualified firms. The responses will be reviewed by the USERS and the Purchasing Agent and interviews will be conducted with the firms selected by them. The Price Proposals will be requested from the most qualified firms. Purchasing will request Letters of Interest, Statement of Qualifications and Price Proposals from qualified firms and if necessary, schedule a meeting with all the firms to discuss the project and answer all questions. The USERS and the Purchasing Agent will review the information submitted and make a selection from this information. This process should be used when the City is familiar with the firms. Purchasing will request Letters of Interest and Statement of Qualifications from qualified firms and schedule a meeting with all the firms to discuss the project and answer questions. Firms who have attended the meeting will submit Price Proposals. The USERS and the Purchasing Agent will review all the information and make a selection.

(1) Request for Proposal Receipt, Evaluation and Award (a) Dissemination of Proposals: Proposals shall be disseminated through a Request for Proposal. (b) Receipt of Proposals: No proposal shall be eligible for consideration by the City unless it is placed in a sealed envelope or package and actually received by the Purchasing Agent by the date and time specified in the RFP. The Purchasing Agent shall cause all proposals to be stamped with the date and time of receipt and secured until the designated opening time. A proposal delivered late shall under no circumstances be eligible for consideration by the City and shall be returned unopened to the proposer or stored unopened with acceptable submitted proposals. (c) Proposal Opening: Proposals shall be opened publicly in the presence of one or more witnesses on the date and at the time and place designated in the RFP. The name of each Proposer shall be announced. (d) Proposal Cancellation: An RFP may be cancelled prior to opening date or any or all proposals may be rejected in whole or in part as may be specified in the solicitation, where it is in the best interest of the City in accordance with regulations promulgated by the Purchasing Department or, as a result of improper conduct on the part of a City employee. The reasons for any cancellation shall be made part of the proposal file. (e) Evaluation of Proposals Initial Evaluation: Each proposal shall be evaluated to determine whether it is responsive to the scope of services and other terms and conditions contained in the RFP. In evaluating the proposals, the evaluating team may communicate with each Proposer to clarify and amplify each Proposer s proposal. No information concerning any other Proposer s proposal shall be communicated in any way to the Proposer or any outside firm. Request of Supplemental Information: Additional information may be requested of Proposers. (f) Award of Proposal Responsive and Responsible Proposal: Award shall be made to the responsible Offeror whose proposal is determined to be the most advantageous to the City based upon but, not limited exclusively to, price and the evaluation factors set forth in the RFP. Approval of Proposals: All proposals where cost is $40,000 or more shall be approved or rejected by the City Council. Rejection of Proposals: The City reserves the right to reject any or all proposals if it determines such rejection to be in the best interest of the City. Disqualification of Proposals: The following types of proposals shall be disqualified for consideration for award: A proposal arrives after the set time for submittal. A proposal that is incomplete in any material aspect. A proposal submitted without required bonds or insurance. A proposal submitted by a company on the Ineligible Source List. A proposal submitted by a company that has an outstanding debt to the City, including, but not limited to property taxes paid through Fayette County. g. Emergency Purchasing: It is understood that, from time to time, occasions arise at departments, which dictate immediate action to purchase items in order to prevent disruption of operations. The Purchasing Agent, with approval by the City Manager, shall have the

authority to purchase commodities and services where there exists an emergency constituting a threat to public health, safety or welfare or to the soundness and integrity of public property or to the delivery of essential services and where the adverse effect of such emergency may worsen materially with the passage of time. If the emergency occurs after normal business hours and the Purchasing Agent and/or City Manager is unavailable, the Division Directors/Chiefs will be given the same authority as the Purchasing Agent. The documentation and purchase requisitions are to be submitted to the Purchasing Department within 48 hours following the emergency. Division Directors/Chiefs may also authorize the use of their petty cash fund or credit card, if available, for purchases during after-work hours or on weekends. A copy of the Petty Cash Reconciliation should be sent to Finance on the first of each month for monthly reimbursement. Adherence to these regulations and procedures concerning dollar amounts and bidding will be followed as closely as circumstances will allow. All emergencies will be documented and reports given to the City Manager and Mayor and Council. h. Brand Name Purchases: The City Manager and/or Purchasing Agent may authorize, in writing, the purchase of brand name products or services when the goods comprise a major brand system, program or service previously selected by the City and due to operational effectiveness, future enhancements or additions, or maintenance or storage of spare parts precludes the mixing of brands, manufacture, etc. i. Sole Source Purchases: A contract may be awarded or a purchase made without competition when the City determines that there is only one source for the required products, supply services, or construction items. The Purchasing Agent, with written approval of the City Manager, shall conduct negotiations as appropriate, as to the price, delivery, and terms. A separate file of solesource procurements shall be maintained as a public record and shall list each contractor s name. Detailed information as to amount and items purchased will be maintained with the Finance Department s accounts payable files. 3. Responsible for Prices: The final determination of the price and terms of any goods, materials or services shall rest with the Purchasing Department. 4. Records: It shall be the responsibility of the Purchasing Department to document all contracts, purchases, agreements for services, and leases and to maintain copies of said documents for a period based on the State of Georgia retention schedules. All agreements or contracts binding the City must be in writing. There will be no exceptions. Original contracts are to be maintained by the City Clerk, with the exception of signed purchase orders. 5. Negotiations of Agreements: All negotiations of agreements for supplies, materials, or services, shall be conducted in conjunction with the Purchasing Department. It is recognized that special situations may exist where there is a special need for the USER to be involved in the negotiation process. This must be in conjunction with the Purchasing Department at all times. The Purchasing Department will make final agreements. 6. Approvals: a. It is the responsibility of the Purchasing Department to secure all necessary approvals of the Mayor and/or the City Manager, or legal authority, in writing, when necessary to protect the City and its legal liability prior to execution of a contract or purchase agreement. b. The Purchasing Department may make any authorized purchase for which payment will be made in a current, routine manner following receipt of the goods or services. Procurement by leasing, long-term financing, advance payments or deposits or any other special non-routine method must be approved in advance by the City Manager and Financial Services Director and be included in the annual budget.

The City Manager is authorized to approve budgeted capital purchases or contracts up to $40,000 without obtaining Council approval. A summary of these transactions that exceed $10,000 will be made each month in the Finance Division report to City Council. The USER is responsible for making the recommendation for the award. Council must approve any purchase or contract over $40,000. The USER is responsible for submitting the recommendation for this award, with further recommendation from the Purchasing Agent, Financial Services Director, and City Manager. c. In the case of contracts (other than routine purchase orders), leases or service agreements (either new or renewals), the approval process is necessary. All such documents will be forwarded to the Purchasing Department if not originated in said department. The Purchasing Department will acquire the necessary approvals prior to execution of any agreement, contract or lease. When said contracts, leases or service agreements are up for renewal or expiration the Purchasing Department will notify the USER for approval to either maintain the contract or bid a new contract. The Purchasing Department will be responsible for maintaining a file of all current contracts, leases or service agreements. (1) The Purchasing Agent, in conjunction with the City Attorney, will review the contract for form, completeness, insurance considerations, legal implications, and any other items dictated by each situation. The contract will then be sent to the USER and be reviewed by the Director/Chief and returned to Purchasing. The Purchasing Department will be responsible for having the contract signed by the Mayor or City Manager before it is signed by the vendor. Division Directors/Chiefs may not sign any contracts with vendors. (2) The Purchasing Department will forward three copies of the contract for signature to the vendor, with them returning two copies. (3) The original of the contract will be filed in the City Clerk s Department. The other copy will be attached to the purchase order and/or placed in the bid files. (4) A copy of the completed contract will be forwarded to the USER. (5) Once a contract is awarded by the City the contract may be amended without the necessity of rebidding such contract, provided that such amendment shall not result in a variance in price exceeding ten percent (10%) of the original contract amount and providing that funds are budgeted to cover these additional costs. 7. Delivery, Quality, and Payment: It shall be the responsibility of the Purchasing Department to insure the quality, delivery, and payment of required goods and services. 8. Disputes: Final adjudication of any dispute between the vendor and USER shall be made by the Purchasing Department with appropriate input from the USER. 9. Vendor: In most cases, contact with vendors will be by the Purchasing Department and in conjunction with the USER as necessary. All vendors must coordinate with the Purchasing Department before visiting any other department. All visits must be made with the knowledge of the Purchasing Department and the Purchasing Agent has the option of accompanying the visitor. It is recognized that this restriction on visitation will not necessarily apply to those vendors with ongoing relationships such as auditors, engineering firms, computer technicians, and copy machine service technicians. 10. Return of Goods and/or Cancellation of Agreements: All return of goods must be initiated by the USER through the Purchasing Department. Additionally, all cancellations of, or modifications to, any agreements must be made by the Purchasing Department.

11. Receiving of Goods: It shall be the responsibility of the USER to ensure that purchased goods and equipment are received, inspected and verified as to condition. This will be accomplished by the use of a Receiving Report. Since the Division Director/Chief approves the purchase requisition, he/she cannot be the receiver of the goods and/or services and must appoint an individual within the department to be the receiver of the goods and services. V. Property Disposal A. Excess, Surplus, and Obsolete Materials: It shall be the duty of the USER to report all excess, surplus or obsolete materials to the Purchasing Agent. At this point, the Purchasing Agent will examine alternatives as to the most advantageous disposition of the items. Items could be refurbished or reconditioned, transferred, traded in on new equipment, sold by auction or sealed bid or simply thrown out, if their value is so minimal that the cost of disposal exceeds and revenue that may be generated by other means. Obsolete computer equipment with minimal value may be sold to a vendor determined by the Systems Administrator. 1. Transfer: The most gainful method for handling an item no longer needed by a department is to transfer it to another department that has a use for the item. 2. Trade-In: In replacing obsolete equipment, it is sometimes advantageous to trade-in the old equipment. The invitation for bids on the replacement item should call for bid prices with or without trade-in and provided that award may be made either way. 3. Sale: Excess, surplus and obsolete items not transferred, traded, or thrown out will be consolidated and offered for sale by auction, including on-line auctions, or by sealed bid method. The consolidated list of individual items with a value greater than $500 will be submitted to Council for approval before an auction or sealed bid is organized. The property offered for sale will be on an AS IS/WHERE IS basis. The sale will be given public notice, in the City s legal organ and on the City s web site. Sealed bids will be opened at the time and place announced with the City retaining the right to reject any and all bids. On-line auction bids will be handled by the auction house and closed at the time announced. B. Sale to Employees: To reduce opportunities for deception and to help avoid any appearances of impropriety in the disposition program, it will be the policy to prohibit the direct sale of surplus property to any City employee. This policy does not prohibit City employees from extending an offer at a public auction, online auction, or in the form of a sealed bid. C. Allocation of Proceeds: Proceeds from the sale of excess or surplus property will go into the General Fund, with the exception of any assets owned by a City Enterprise Fund such as the Stormwater Utility Fund or Amphitheater Fund. VI. City Store The Purchasing Department will establish a City Store for selected items such as office supplies and janitorial supplies. Due to the ease of purchase and delivery, most office supplies, including copy paper, and janitorial supplies will be requisitioned by vendor or through the Fayette County Board of Education Central Stores A. Catalog: Each department will be supplied on a regular basis with a catalog of the City stock and the Fayette County Board of Education stock. B. Requisition of City Store Items: City Store requisitions (PUR Form 7-5) are due in the Purchasing Department on the 15th of each month. The requisitions will be filled and delivered to each department as soon after the 15th as possible. C. Emergency Service: With the exception of stationery supplies, there are no emergency services of City store items acquired through the Fayette County Board of Education..

D. Method of Operation: USERS will submit the City Store Requisition on-line to Purchasing. Prices will be filled in by the Purchasing. A copy will be returned to the USER with the order. A copy will be forward to Finance for distributing the cost of purchases to the departments. VII. Payment Requests Payment Request Forms are designed to streamline procedures for initiating routine payments of the types outlined below: A. Utility Bills. B. Insurance Premiums and Bond Payments. C. Postage Expenses. D. Conferences, Training and Meeting Pre-paid Expenses. E. Reimbursements as shown on a valid, approved Travel Expense Report. F. Professional Services. G. Court Fees and Reimbursements. H. Instructors or Speakers for Recreation Programs. The above list is not all-inclusive; questions should be directed to the Assistant Finance Director or the Purchasing Agent. The use of the Payment Request Forms in no way implies that proper procedures outlined in paragraph IV, B, 2 need not be adhered to. The Payment Request procedures are merely a means of expediting payment. VIII. Collaborative Purchasing The Purchasing Agent, with written approval from the City Manager, may elect to purchase products or services through the collaborative purchasing process authorized by the March 1, 1998 Fayette County Intergovernmental Agreement. IX. State and Federal Contract Use The Purchasing Agent, with written approval from the City Manager, may use State or Federal contracts for purchasing products and services available to local government, thus eliminating the necessity of bidding items over $10,000, with the exception of Public Works projects over $100,000. X. Reverse Auctions The Purchasing Agent, with written approval from the City Manager, may elect to use reverse auctions for the purchase of products or services in lieu of sealed bids. APPROVED: City Manager Financial Services Director Assistant Finance Director Purchasing Agent