HomeMy WebLinkAbout09/04/2007, C5 - PURCHASING GUIDELINES UPDATE council 9-04-07
j acEnaa nEpom
CITY OF SAN LUIS OBISPO
FROM: Bill Statler, Director of Finance & Information Technology
Carolyn Dominguez, Finance Manager
Debbie Malicoat,Accounting Supervisor
SUBJECT: PURCHASING GUIDELINES UPDATE
CAO RECOMMENDATION
Adopt a resolution updating the City's purchasing guidelines by approving an increase in
Department Head purchasing authority from$5,000 to $7,500.
DISCUSSION
Background
Since 1983, the City's purchasing policies have authorized Department Heads to approve "over-
the-counter" purchases of less than $5,000. As described below, purchases of$5,000 or more are
approved by the Council, City Administrative Officer (CAO) or Director of Finance &
Information Technology depending on the amount and type of purchase. While we have made
changes in other levels of purchasing authority since 1983 (most recently in 2003), we have not
changed the level of Department Head authority in almost twenty-five years.
Due to inflationary increases in the cost of goods and services, Department Head purchasing
authority has diminished significantly since it was last revised in 1983. Adjusted for inflation
based on increases in the consumer price index (CPI) since 1983, the comparable limit today
would be $10,700 — more than double. We do not recommend increasing Department Head
purchasing authority to this level;but rather, a modest increase to $7,500.
Current and Proposed Purchasing Procedures
As set forth in Municipal Code Section 3.24 and the City's Purchasing Guidelines (most recently
updated via Resolution No. 9444 in 2003), there are three basic purchasing procedures for
supplies, equipment, operation and maintenance services and construction projects (General
Purchases), with similar guidelines for consultant services:
1. Formal Bidding Procedures. Purchases greater than $25,000 require the use of formal bids
or requests for proposals (RFP). The CAO can award contracts up to $100,000. Council
approval of bid and RFP documents and authorization to invite bids or proposals is required
for purchases greater than $100,000, with contract award authority typically delegated by the
Council to the CAO. For consultant services, the CAO's authority is limited to $25,000. No
changes in this category are recommended.
- n
Purchasing Guidelines Update Page 2
2. Open Market Procedures. Purchases between $5,000 and $25,000 require soliciting at least
three bids or proposals, with contract award (typically via purchase order) by the Director of
Finance & Information Technology. For consultant services, purchases in this range require
CAO approval. We recommend that this level be changed to between$7,500 and $25,000.
3. Over-the-Counter. Purchases of less than $5,000 (including consultant services) may be
approved by the Department Head, While there are no specific purchasing requirements are
established for this level of purchase, competitive bidding should be used whenever practical.
We recommend that this category be changed to $7,500.
Provided in Attachment 1 is an overview of the City's purchasing system showing current
authorization levels and proposed changes. As reflected in this overview, only the Department
Head level of purchasing authority is recommended for change.
FISCAL IMPACT
There are no significant fiscal impacts associated with this update. Purchases in excess of the
proposed "over-the-counter" limit of $7,500 will still subject to approval by Council, CAO or
Director of Finance & Information Technology, as appropriate. The modest increase in the
"over-the-counter" limit will allow operating departments with a little more purchasing
flexibility, consistent with changes in the CPI since this limit was last updated almost twenty-five
years ago.
ALTERNATIVE
Do not update Department Head purchasing authority. Given changes in relative purchasing
authority since this limit was last updated almost twenty-five years ago, we do not recommend
this alternative.
ATTACHMENTS
1. Overview of the City's Purchasing System: Current and Proposed
2. Resolution Updating Purchasing Guidelines
T 4 'v,
77
G:ManualstFinancial Management ManuaVPurchasing/Updates/2007/Purchasing Guidelines Update,CAR,94-07
city of san tins osis o Attachment 1
PURCHASING SYSTEM OVERVIEW
T-- Cat o -. Features
Over-the-Counter ® No specific requirements;competitive
bidding to be used whenever practical.
Less Than ■ Bid award by Department via Voucher or
$7.50 $5,006 Purchase Order.
■ Job Order Contract(JOC)Task Orders
by the City Engineer.
Open Market
in Department solicits at least 3 proposals;
$7,500$5,000 to (may be verbal with written quotes).
$25,000 ■ Bid award by Finance via Purchase Order or
Contract(or JOC Task Order bv the 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 ■ 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 delegated by Council to the CAO.
■ CAO authorized to approve all JOC Task Orders,
not to exceed Council-approved annual limits.
■ No specific requirements;
Less Than proposals to be solicited whenever practical.
JZ&N$5,000 ■ Proposal award by Department via voucher
or purchase order.
■ Proposals solicited whenever practical.
CONSULTANT $7,500$5,009 to ■ Contract negotiated by Department.
SERVICES $25,000 ■ 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 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.
Formal Bid or Proposal Process
& Attachment 2
RESOLUTION NO. (2007 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 for Department Head
purchasing authority to reflect current conditions.
NOW, THEREFORE, BE IT RESOLVED by the Council of the City of San Luis Obispo
that Resolution No. 9444 (2003 Series) is hereby rescinded and the updated purchasing
guidelines set forth in Exhibit A are hereby adopted.
On motion of seconded by ,
and on the following roll call vote:
AYES:
NOES:
ABSENT:
the foregoing resolution was adopted on September 4,2007.
David F. Romero, Mayor
ATTEST:
Audrey Hooper, City Clerk
APPROVED AS TO FORM:
'01-
Jon than . well, City Attorney
city of san luis osis o 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 $7,500 $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 wheneverpractical.
B. Open Market. Purchases between $7,500 $5,009 and $25,000 may be authorized by the
Director of Finance & Information Technology (or designee) pursuant to the open market
bidding procedures established in Chapter 3.24 (Article II) of the municipal code.
C. Foramal 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 consultant services will be awarded pursuant to the following guidelines..
(7,1
Purchasing Guidelines ✓✓✓ Exhibit A
A. Contracts for consultant services estimated to cost less than $7,5001 5,009 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 JLLOQ $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
It. 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.
C' ''-�