HomeMy WebLinkAbout04/15/2003, BUS 6B - PURCHASING GUIDELINES UPDATE council D� 4-15-03
arenas uEpout ".tea lI
CITY OF SAN LUIS OBISPO
FROM: Bill Statler, Director of Finance
SUBJECT: PURCHASING GUIDELINES UPDATE
CAO RECOMMENDATION
Adopt a resolution updating the City's purchasing guidelines.
DISCUSSION
Background
The City's core purchasing policies are set forth in two key documents approved by the Council:
1. Purchasing Ordinance. Chapter 3.24 of the Municipal Code establishes the City's basic
purchasing policies and procedures. While this chapter creates the framework for purchasing
authorization levels, it does not set the specific dollar amounts: these are established by
resolution. This approach recognizes that while our basic purchasing framework should
remain relatively constant, the dollar amounts are more likely to change over time.
2. Purchasing Resolution. This resolution sets the dollar limits for the authorization levels
established under the Purchasing Ordinance for various purchase types and categories.
While some changes were made ten years ago in October 1993, the City's purchasing polices
remain largely unchanged since 1983. While they have held the City in good stead for the past
twenty years, it is timely to revisit and update them for two reasons:
1. Account for the Passage of Time. The consumer price index (CPI) has risen by 81% since
1983, when the basic system was put into place. For example, the CAO's current level of
authority to approve the issuance of formal bid and request for proposal (RFP) documents for
supplies and equipment, and award contracts was set at $50,000 in 1983. This means that to
maintain the same level of authority approved by the Council in 1983, the authorization limit
should be updated to$91,500 simply to account for the passage of time since then.
2. Integrate the Proposed Changes for "Job Order Contracts" and 'Alternative Bidding
Procedures" into the City's Overall Purchasing System. Within a centralized framework
and review process, the City's purchasing system is largely decentralized. Except for those
cases where the same services and supplies are used organization-wide (such as office
supplies, contract printing services, computers, telephones and copiers), departments are
responsible for their own purchasing needs, with oversight by Finance and Administration.
We believe that this is the most cost-effective approach for the City for department-specific
needs in avoiding the "red-tape" and bureaucracy often associated with centralized
purchasing functions. However, in ensuring that we also meet our stewardship obligations
Purchasing Guidelines Update Page 2
and comply with the adopted guidelines, this only works because the system is internally
consistent for all departments, and for all types of purchases. In short,.while rigorous and
subject to centralized oversight, our system is straightforward, which makes it easy to
communicate, understand and administer throughout the organization. Because of this, it is
regarded as a `-`best practice" by many other cities throughout the State.
Accordingly, to keep our system internally consistent in light of proposed changes for
construction projects (discussed in the companion agenda report of"Job Order Contracts and
Alternative Bidding Procedures"), we recommend updating the City's overall guidelines.
Due to the structure of the City's purchasing system, and because we are not recommending any
changes in the core policies and procedures, all of the proposed changes can be made via the
Purchasing Resolution.
Proposed Guideline Changes
Provided in Attachment 1 is an overview of the City's current purchasing system and the
proposed changes (the Guidelines themselves are provided in Exhibit A of the proposed
resolution). As reflected in this chart, very few changes are proposed, summarized as follows:
General Purchases
These include all purchase types except for consultant services and real property: materials,
supplies, equipment, maintenance and operation services, and construction projects.
1. Over-the-counter. We do not recommend any changes in this category ($5,000 or less).
2. Open market. We recommend amending the upper range for this category from $15,000 to
$25,000 to reflect changes in the CPI as well as consistency with the proposed alternative
bidding procedures for construction projects (which, based on State law, sets a limit for this
type of purchase at$25,000).
3. Formal. We recommend amending the upper range for this category under which the CAO
is authorized to solicit proposals and award contracts from $50,000 to $100,000. Again, this
reflects changes in the CPI (as noted above, a direct application of the CPI would result in a
limit of$91,500) as well as consistency with the proposed alternative bidding procedures for
construction projects (which, based on State law, sets a limit for this type of purchase at
$100,000).
It should be noted that as a practical matter, this change will have a very small impact. As
summarized in Attachment 2, only thirteen bid or RFP documents went to the Council for
approval during the last fiscal year (with the CAO authorized to award the contract if within
budget) that would have been approved by the CAO, if the authority to do so had been
extended from $50,000 to $100,000. As reflected in this attachment, virtually all these were
contracts for ongoing operations for existing programs and services, or were for routine
infrastructure maintenance. Further, all of the contracts were within the budgets previously
approved by the Council.
b-A
Purchasing Guidelines Update Page 3
On the other hand, even though the change appears to be immaterial, we believe it is
important to make it in the interest of ensuring an internally consistent purchasing system.
Consultant Services
We do not recommend any changes in Department Head approval authority ($5,000 or less).
However, we recommend amending the upper range of the CAO's approval from $15,000 to
$25,000. Again, this reflects changes in the CPI as well as consistency with the other proposed
changes.
Related Change in the Construction Change Order Policy
In August 1993, the Council approved the construction change order policy as set forth in
Section 225 of the City's Financial Manual Management. Again, as shown in Exhibit B of the
proposed resolution (Attachment 3), we are recommending modest changes in approval authority
for consistency with the proposed changes in the purchasing guidelines.
FISCAL IMPACT
There are no direct fiscal impacts in adopting the proposed update to the City's purchasing
guidelines. However, there will be indirect cost savings through improved organizational
effectiveness and productivity by ensuring that the City's purchasing system is up-to-date and
internally consistent.
ATTACHMENTS
1. Summary of Proposed Update to the City's Purchasing Guidelines
2. Summary of General Purchases between $50,000 to$100,000 During 2001-02
3. Resolution Updating the City's Purchasing Guidelines
Exhibit A: Purchasing Guidelines
Exhibit B: Construction Change Orders
Note: In all of the documents with changes (Attachment 1 and Attachment 3, Exhibits A and B),
all of the changes are highlighted: the new text is `shaded, and the deleted text is struek through.
Except for the highlighted text, there are no other changes in current policies.
G:Manuals/Financial Management ManualISection200-Purchasing/Proposed Update/Council Agenda Report
- Attachment 1
Type _Cate o ._ -- Features-
Over-the-Counter ■ No specific requirements;competitive
bidding to be used whenever practical..
Less Than ■ Bid award by Department via Voucher or
$5,000 Purchase Order.
■ Job Order Contract(LOC)Task.Orders l
by the_0ty_Engineer!
Open Market
■ Department solicits at.least 3 proposals;
$5,000 to (may be verbal with written quotes).
$25,000$15000 ■ Bid award by Finance via Purchase Order or
Contract(or JQC Task Order bythe_City Engineer)!
GENERAL
PURCHASES
Formal ■ Formal Bid.or RFP documents.
■ Advertising for sealed bids or proposals.
Includes supplies, Greater Than (Mailed notice in the case of construction projects.)
equipment,operating or $25,000$#6,999 ■ CAO approves soliciting for bids or
maintenance services proposals-and awards the contract
and construction projects. (or_approves_JOC Task Order)
■ Same as above except the Council
approves Bid/RFP documents and soliciting
Greater Than for proposals;contract award generally
$100,000$59;909 delegated by Council to the CAO.
-------- -------
■ GA-0's_authorizedto approve all_JOC Task Orders;
noYto
exceed_Council-approved-annual limits.
■ No specific requirements;
Less Than proposals to be solicited whenever practical.
$5;000 ■ Proposal award by Department via voucher
or purchase order.
■ Proposals solicited whenever practical.
CONSULTANT $5,000 to ■ Contract negotiated by Department.
SERVICES $25,000$15.099 ■ Contract award by CAO via purchase order
or contract.
Includes advisory Formal
services from professionals ■ Formal RFP document..
such as engineers, Greater Than ■ Council authorizes staff to request
architects,attorneys and $25;000$4 5,000 proposals and generally delegates contract
other specialized award to the CAO.
consultants. Note: These are general guidelines;the evaluation and
selection process for consultant services may vary on a
case-by-case basis.
0 Proposed Changes
� - J
Attachment 2
of - from 1 111 to $100,000
During 2001-02, thirteen bid or RFP documents went to the Council for approval (with the CAO
authorized to award the contract if within budget) that would have been approved by the CAO if
the authority to do so had been extended from $50,000 to $100,000.
As reflected below, most of these were contracts for ongoing operations for existing programs
and services, or were for routine infrastructure maintenance. And all amounts were budgeted for
and approved by the Council before issuance of the bid or RFP documents.
Contract
Purpose Amount
Operating Programs
Landscape and Park Maintenance Services $53,136
Janitorial Services: Various Locations 69,500
Utilities Conservation Public Information and Education Program 65,000
Street Light Maintenance 51,500
Janitorial Services: Parking Facilities 99,000
CIP Projects
Relocation and Undergrounding of Utilities.Along Railroad Right-of-Way: Phase H 67,300
Bicycle Path Project(See Note 1)
New Sidewalk Installation: Various Locations 92,047
Utility Trench Repair: Various Locations 65,125
Water Storage Tank No. 2 Cleaning and Repair 71,445
Rodriguez Adobe Park Landscape Improvements 63,295
Fire Station 3 Remodel 89,564
Traffic Signal Interconnect Installation: Various Locations 73,800
Backhoe-Loader(See Note 2) 68,127
Note: All contracts were awarded via a competitive bid or RFP process except in the following
two circumstances:
1. Railroad ROW Utility Relocation. This was a sole source contract awarded by the Council
to Union Pacific Railroad, as they were the only vendor allowed to work in the railroad right-
of-way.
2. Backhoe-Loader. This contract was awarded to Quinn Company via cooperative
purchasing.
Lo� ^�
C
Attachment 3
RESOLUTION NO. (2003 Series)
A RESOLUTION OF THE COUNCIL OF THE CITY OF SAN LUIS OBISPO
UPDATING PURCHASING GUIDELINES
WHEREAS, in the course of conducting City operations it is necessary to purchase a broad
range of goods and services; and
WHEREAS, the Council has adopted purchasing policies and procedures as set forth in Chapter
3.24 of the Municipal Code that require the Council to specify by resolution the dollar amount of
purchases and contracts requiring the use of either open market or formal bidding procedures, and the
level of authority required to authorize invitations for bids (or requests for proposals), award contracts or
approve Job Order Contract Task Orders; and
WHEREAS, the Council desires to update existing guidelines to reflect current conditions and
implement improved procedures, including electing to become subject to the uniform construction cost
accounting procedures set forth in the Public Contract Code, commencing with Section 22010, as
required by the State_ in order to use the alternative bidding procedures for construction projects set forth
in Section 22032 of the Public Contract Code.
NOW,THEREFORE,BE IT RESOLVED by the Council of the City of San Luis Obispo that:
SECTION 1. Resolution No. 8239 (1993 Series) is hereby rescinded and the updated
purchasing guidelines set forth in Exhibit A are hereby adopted.
SECTION 2. The construction change order policy set-forth in Exhibit B is hereby amended.
SECTION 3. The City hereby elects to become subject to the uniform construction cost
accounting procedures set forth in the.Public Contract Code.
On motion of seconded by
and on the following roll call vote:
AYES:
NOES:
ABSENT:
the foregoing resolution was adopted on April 15,2003.
David F. Romero,Mayor
ATTEST:
Lee Price,City Clerk
APPROVED AS TO FORM:
ilbertA. Trujillo, terim City Attorney
i
Attachment 3: Exhibit A
PURCHASING
GUIDELINES
In accordance with the policy framework set forth in Chapter 3.24 of the municipal code, City
purchases and contracts (including those for rentals and leases, but excluding those for real
property) will be made pursuant to these guidelines. Applicable competitive bidding categories,
authorization limits or contract award procedures will be based on unit.cost, total purchase cost
for consolidated bid items or fiscal year aggregates in the case of blanket purchase orders or
similar ongoing purchasing arrangements. Staging of purchases in order to avoid these
competitive bidding procedures or authorization limits is prohibited.
GENERAL PURCHASES
Purchases and contracts for supplies, equipment, operating and maintenance services, and
construction projects will be made pursuant to the following guidelines.
A. Over-the-Counter. Purchases of less than $5,000 may be authorized by the Department
Head. Although no specific purchasing requirements are established for this level of
purchase, competitive bidding should be used whenever practical.
B. Open Market. Purchases between $5,000 and $25,000 $ 5;999 may be authorized by the
Director of Finance (or designee) pursuant to the open market bidding procedures established
in Chapter 3.24 (Article II) of the municipal code.
C. Formal Bids or Proposals. Purchases in excess of$25,00_0$15,000 will be made pursuant
to the formal bidding requirements established in Chapter 3.24 (Article III) of the municipal
code. Authority to approve specifications, invite bids or request proposals and award
contracts will be as follows:
1. For purchases with an approved budget and a cost estimate of$100,000$50,009 or less,
the City Administrative Officer is authorized to invite bids or request proposals, approve
specifications and award the contract.
2. For purchases in excess of$100,000$50,099, Council approval of the specifications and
authorization to invite bids or request proposals is required. The Council may authorize
the City Administrative Officer to award the contract if the selected bid or proposal is
less than or equal to the Council-approved cost estimate and there are no substantive
changes to the specifications. Otherwise, Council award of the contract is required.
D. Job Order Contracts: Construction Projects. Under the Job Order Contact provisions of
Chapter 3.24 (Article III) of the municipal code for maintenance-related construction
projects, individual Task Orders up to $25,000 may be approved by the City Engineer,'
Individual Task Orders in excess of $25,000__require approval by_the City Administrative
Officeri ---- --�—� �___ _ _ — _—
CONSULTANT SERVICES
Contracts for consultant services will be awarded pursuant to the following guidelines.
- I -
Attachment 3: Exhibit A
PURCHASING GUIDELINES
A. Contracts for consultant services estimated to cost less than $5,000 may be awarded by the
Department Head. Although no specific purchasing requirements are established for this
level of contract, proposals should be solicited whenever practical.
B. Contracts for consulting services estimated to cost between $5,000 and $25;000$15,000 may
be awarded by the City Administrative Officer. Proposals from at least three firms should be
solicited whenever practical.
C. Contracts for consultant services estimated to cost more than $25;000 $15,000 will generally
be awarded pursuant to the following guidelines; however, it is recognized that the City's
need for consultant services will vary from situation to situation, and accordingly, flexibility
will be provided in determining the appropriate evaluation and selection process to be used in
each specific circumstance.
I. The Council should generally approve request for proposal (RFP) documents before they
are issued. The Council may authorize the City Administrative Officer to award the
contract if it is less than or equal to the Council-approved cost estimate and there are no
substantive changes to the approved workscope. Otherwise, Council award of the
contract is required.
2. In the event that the timely evaluation and selection of a consultant precludes Council
approval of the RFP before it is issued, the RFP may be approved and distributed by the
City Administrative Officer; however, award of the contract will be made by the Council.
3. Cost will not be the sole criterion in selecting the successful bidder. Consultant
proposals will be evaluated based on a combination of factors that result in the best value
to the City, including but not limited to:
a. Understanding of the work required by the City
b. Quality and responsiveness of the proposal
C. Demonstrated competence and professional qualifications necessary for satisfactory
performance of the work required by the City
d. Recent experience in successfully performing similar services
e. Proposed methodology for completing the work
f. References
g. Background and related experience of the specific individuals to be assigned to the
project
h. Proposed compensation
4. If it is determined that it is in the best interest of the City for services to be provided by a
specific consultant—with contract terms, workscope and compensation to be determined
based on direct negotiations—contract award will be made by the Council.
-2-
�P��g
Attachment 3: Exhibit B
OVERVIEW
When the City awards a construction contract, the need for contract change orders (CCO's) is
not unusual. CCO's are required whenever the scope of work changes from that in the original
contract or an unknown condition of the site requires a change in the scope of work. Usually a
contingency amount is established when the project budget is finalized upon contract award to
accommodate limited CCO's. The purpose of this policy is to establish limits of authority for
approving construction project CCO's.
GOALS
1. Ensure appropriate authority and accountability in the approval of change orders.
2. Minimize the time needed to approve a CCO in order to avoid project delays.
3. Establish a system under which the organizational level at which approval is given is
commensurate with the size of CCO and size of project.
4. Eliminate the potential for approval of a CCO when contingency funds are insufficient.
POLICIES
Conditions for Approval of CCO's by Staff
1. Sufficient contingency funds are budgeted and available in order for the Public Works
Director or City Administrative Officer(or CAO-approved designees) to approve a CCO.
2. The nature of work in the CCO is not significantly different from that in the contract.
3. Authorization limits are based on an individual CCO amount, not the aggregate amount of all
CCO's.
4. Authorization limits apply to CCO's for increases in contract amounts only.
5. When the aggregate amount of CCO's reaches 75% of the contingency, the awarding
authority shall be informed of the status of the project and the sufficiency of funding to
complete the project.
6. Work will not be broken up into multiple CCO's in order to circumvent this policy.
7. All CCO's must be in writing and approved by the appropriate contract parties consistent
with the authorized limits established in this policy.
- 1 -
Attachment 3 Exhibit B
CONSYR-OCTION CONTRACT CHANGE ORDERS
8. A copy of each approved CCO will be transmitted promptly to the Finance Department.
9. The CAO may grant approval of CCO's in excess of;$100,000 $50,000 under the following
circumstances (all three factors must be present):
a. Immediate approval of the CCO is necessary to avoid delay.
b. The CCO is an integral and mandatory component of the project.
c. The costs associated with delay of the project would be excessive.
The Project Manager is responsible for carrying out this policy.
10. The CAO is also authorized to approve CCO's in excess of $100,000 related to Job Order
Contract Task Orders:
Authorization.Limits
1. Public Works Director/Approved Designee Not to exceed$25,000
2. City Administrative Officer Not to exceed $100,000$39;008
3. City Council Greater than contract or$100,000* $50;880
*See circumstances above where the CAO may approve CCO's in excess of$100,000.
Originally Approved by the Council on August 3, 1993,Revised by the Council on April 15,2003
2- p^ Q