Loading...
HomeMy WebLinkAbout06/19/2007, C10 - ASPHALT PURCHASING PROCEDURES - n council Mwtln,Mm 6-19-07 j Agenba Report 1w.N.mb,, Bio CITY OF SAN LUIS OBISPO FROM: Jay Walter, Public Works Director Prepared By: Dave Smith, Public Works Administrative Services Manager SUBJECT: ASPHALT PURCHASING PROCEDURES CAO RECOMMENDATION Adopt a Resolution authorizing Public Works to buy asphalt in volumes valued up to $25,000 per job using "over-the-counter" purchasing procedures and in volumes valued between $25,000 and $100,000 using "open-market" purchasing procedures as described in Section 295 of the City's Financial Management Manual. DISCUSSION Background Since adoption of the 1998 Pavement Management Plan, the scope and scale of paving work performed by City crews has grown significantly. The paving crew now spends about 70 percent of its time performing street reconstruction and resurfacing. This work ranges from "grind-and-pave" activity (grinding out damaged areas of the street surface and then patching it back with asphalt) all the way up to full reconstruction (removing the entire street structure down to native soil and then installing new base and surface material). One measure of the productivity growth for the paving crew is annual tons of asphalt placed, which have increased from about 1,500 tons to about 6,200 tons. With this increased paving, the frequency and scope of asphalt purchases have grown substantially. Overall, Public Works now purchases $250,000 to $325,000 worth of asphalt each year. Local Vendors—Job Proximity Results in Better Value There are two firms that operate local asphalt batch plants in the county: Hanson Aggregates with a plant in Santa Margarita and Union Asphalt with a plant in Paso Robles. Because the cost of asphalt is so closely tied to the cost of petroleum, the difference in price-per-ton between these two vendors is usually less than one percent on any given day. But when the cost of transportation is factored in, the overall price from Union Asphalt becomes three to seven percent higher, for the simple reason that the round-trip distance from San Luis Obispo to Paso Robles is 26 miles farther than the distance from San Luis Obispo to Santa Margarita. For this reason, the Public Works buys virtually all its asphalt from Hanson, with overall savings ranging from $8,000 to $23,000 each year. Council Authorization to Modify Purchasing Requirements for Asphalt in Specific Instances On about 15 jobs per year, the cost of asphalt exceeds $5,000. In these instances the City's purchasing ordinance would require open market purchasing procedures:. soliciting three written quotations and then awarding a purchase order to the vendor with the lowest price. These Cio Asphalt Purchasing.Procedures Page 2 procedures, because of the reasons stated above, are unnecessary because there is really only one preferred vendor. It also makes asphalt purchases unusually cumbersome because the quantities needed are often difficult to estimate accurately and prices fluctuate from day-to-day. For these reasons, Public Works is requesting authorization to buy asphalt up to a value of$25,000 per job using "over-the-counter" purchasing procedures. Such procedures will allow Public Works to purchase asphalt by payment voucher (rather than purchase order after three bids) from the vendor with the best overall price on the day the material is needed. Most of the time that vendor will be Hanson Aggregates, unless for some reason the Santa Margarita plant is closed or Union Asphalt offers an extraordinarily low price-per-ton on the date needed. For purchases in the range of$25,000 to $100,000 staff is seeking Council authorization to allow "open market" purchases by soliciting three quotes (which may be written or verbal) as described in Section 295 of the City's Financial Management Manual. The asphalt will be purchased via a Finance Department issued purchase order. This type of purchase is presently not anticipated to occur with any frequency because at the current market price, the quantity would be unusually large for the City's purposes... FISCAL IMPACT There is no fiscal impact associated with the proposed policy modification. ATTACHMENTS 1. Resolution 2. Section 295 of the Financial Management Manual G:\Staff-Reports-Agendas-Minutes\-CAR\2007\Street Maintenance\CAR Over-the-Counter Asphalt Purchasing.doc Cid -z ATTACHMENT 1 RESOLUTION NO. (2007 Series) A RESOLUTION OF THE COUNCIL OF THE CITY OF SAN LUIS OBISPO MODIFYING PURCHASING PROCEDURES FOR PROCUREMENT OF ASPHALT WHEREAS, the City purchases over $250,000 for asphalt annually through the Street Maintenance operating program; and WHEREAS, the cost per job for asphalt regularly exceeds.$5,000;and WHEREAS, there are currently only two companies — Union Asphalt and Hanson Aggregates — operating asphalt batch plants in the county within 30 miles of San Luis Obispo; and WHEREAS, the Union Asphalt batch plant in Paso Robles is about 13 miles farther away from San Luis Obispo than the Hanson Aggregates batch plant in Santa Margarita; and WHEREAS, the cost of delivery makes the cost of asphalt from Union Asphalt invariably more expensive than the cost of asphalt from Hanson Aggregates; and WHEREAS, open market purchasing procedures requiring written price quotations and purchase orders — as described in Section 295 of the City's Financial Management Manual — serve no useful purpose when there is only one feasible vendor: NOW, THEREFORE, BE IT RESOLVED by the Council of the City of San Luis Obispo that Public Works Department be authorized to buy asphalt in volumes valued up to $25,000 per job using over-the-counter purchasing procedures and in volumes valued between $25,000 and $100,000 using open market purchasing procedures as described in Section 295 of the City' Financial Management Manual. Upon motion of seconded by , and on the following vote: AYES: NOES: ABSENT: The foregoing resolution was adopted this day of 2007. Mayor David F. Romero ATTEST: APPROVED AS TO FORM: Audrey Hooper J ath . Lowell City Clerk City Attorney R J ,1. ATTACHMENT 2 Section 295 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 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 $25,000 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 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, 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 Officer. CONSULTANT SERVICES Contracts for consultantservices will be awarded pursuant to the following guidelines. 295-1 /!A:� ...1171 ATTACHMENT 2 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 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 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. 1. 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. Approved by the Council on April 15, 2003, Resolution No. 9444(2003 Series) 295-2