Loading...
HomeMy WebLinkAbout05-01-2018 Item 14 Proposed Purchasing Policy Changes Related to the Motion Project Meeting Date: 5/1/2018 FROM: Derek Johnson, City Manager/ Acting Finance Director Prepared By: Kristin Eriksson, Purchasing Analyst SUBJECT: CHANGES TO PURCHASING POLICIES FOR ERP IMPLEMENTATION RECOMMENDATION Adopt a resolution to amend purchasing guidelines related to the implementation of the City’s new Enterprise Resource Planning (ERP) financial system and to revise purchasing authority thresholds. REPORT-IN-BRIEF Several purchasing policy updates are recommended as part of the Motion project and the design of the Enterprise Resource Planning (ERP) system being implemented by the City. The changes, discussed below, must be approved by the Council by resolution (Attachment A). DISCUSSION Background In 2015, the City contracted with the Government Financial Officers Association (GFOA) to conduct an assessment of the Finance Department. In their key recommendations, GFOA identified “ripple effects” often with negative impacts on other parts of the organization due to outdated systems and business process. The “ripple” effect created redundant process and additional work required in other departments. It identified the use of inadequate systems driving an over-reliance on manual or “side” systems, complicated business processes, and confusion around assignment of duties, as responsibilities and expectations expanded, without additional staff (e.g. new or additional work is given to a person because of availability not skill set or work flow) and a lack of processes and tools to effectively communicate with the public. The following recommendations were made by GFOA: 1) Immediately address the lack of a complete financial system 2) Align a chart of accounts with business requirements and system capabilities 3) Streamline ineffective business policy and process 4) Clarify roles and responsibilities and implement service level agreements for all central functions. Packet Page 157 Item 14 GFOA concluded that these core issues represent the most significant problems faced by the City’s Finance function and cause ripple effects throughout all City departments. In other words, over time, the Finance Department has blurred lines of responsibility as staffing levels have decreased and responsibilities have increased. This combined with an outdated financial system inhibits the department’s ability to improve efficiency and effectiveness even with temporary resources. The GFOA report was presented to Council on April 19, 2016 with the above four recommendations and the Council approved the implementation of an Enterprise Resource Planning (ERP) software system in th e 2016-17 Supplemental Budget as part of the Organizational Effectiveness and Efficiency Initiative. The Motion project team selected Oracle Cloud as the new ERP software which will, in addition to facilitating integration of processes in the Finance and Human Resources, will provide a workflow mechanism that will enable the creation of functional role and responsibility tiers with approval limits. As part of the Motion project discussed above, the Purchasing Division (Purchasing) developed a high-level purchasing policy and procedure plan. The plan was designed with input from GFOA, the City’s Motion Project Core Team, the City Fiscal Officers and other City department staff to provide for a purchasing system that is in line with best practices for municipalities, legal requirements and Generally Accepted Accounting Principles (“GAAP”) compliance. The plan was also designed to work in the context of the City’s new financial system, which is planned to “go-live” in October of 2018. The following proposed policy changes are in line with that plan and recommendations from the City’s consultants from Sierra-Cedar who are implementing the new ERP system. Purchasing Requisition Process (New Section 202 of the Financial Manual) Prior to the creation of the City’s new Purchasing Division, departments managed all purchasing activity and created their own Purchase Orders (POs). Since the development of the Purchasing Division, departments submit POs in an interim approval workflow, in which budget and purchasing approvals are applied. While this development has created greater oversight for City purchasing and more consistent enforcement of City purchasing rules, including solicitation requirements and approval requirements, current policy does not include a requisition process and allows for all purchases of $7,500 or less to be made without any Purchasing involvement. This means that smaller purchases, under the $7,500 threshold, are made by departments without prior approval from Finance and that there is no allocation of funds in the City’s existing financial system until invoices are received for payment. Therefore, commitments to vendors are made without ensuring that funds exist to support those commitments Packet Page 158 Item 14 Under the proposed updates to the City’s purchasing guidelines (Attachment B, Recommended Purchasing Guidelines Update, Sections 202 and 204), City staff will only be authorized to make purchases by submitting a Purchase Requisition (PR) into the City’s financial system; by using a City Purchasing Card for low value, permitted purchase types; or by making an emergency purchase, as defined by Section 3.24.060(B) of the Municipal Code. This process is a best practice for public purchasing and is recommended by GFOA and other national public purchasing organizations. This process is also utilized by federal and state entities, most of the City’s benchmark cities and is in compliance with the CA Public Contracting Code. PRs will be approved within the system, according to defined tiers (Attachment B, Recommended Purchasing Guidelines Update, Exhibit 202-A). This will ensure that funding is allocated or pre-encumbered in the system for accurate and transparent accounting. Additionally, by making sure that most purchases are recorded in the financial system, City staff will be able to timely and accurately report on purchasing volume by purchase type, in order to achieve cost savings through blanket agreements for commonly purchased items. An approved PR will then be converted into a PO by the Purchasing Di vision after all required competitive bidding and contracting processes are completed. The issuance of the PO will create a final encumbrance of the funds underlying the purchase. POs will also serve as the contract with vendors if no formal agreement is required, insuring that most City transactions are governed by the City’s general terms and conditions. Purchasing Approval Structure and Thresholds 1. New Purchasing Types (Amended Section 201 of the Financial Manual) The City currently has three categories of purchases which determine the approval limits and purchasing processes that must be followed: General Purchases, Public Projects and Consultant Services. Staff is recommending that the City expand these categories to allow for greater flexibility in setting certain approval thresholds. The proposed categories are General Goods, General Services, Public Projects, Consultant Services and IT Systems purchases. (Attachment B, Recommended Purchasing Guidelines Update, Section 201). Staff is recommending the addition of a general goods category with more lenient approval thresholds. General goods purchases are lower risk than other purchases and, therefore, require less oversight. The selection and evaluation of tangible goods is generally rather simple. Unlike services, which involve possible risk factors related to risk management and intangible activities, goods purchases are a basic delivery of a tangible product. Staff is also recommending the addition of an IT systems category with more stringent approval thresholds than general services. An IT system is a combination of hardware, software, infrastructure and, in some cases, implementation services. Purchases of such systems require greater oversight than general services because selection of an IT system may have city-wide effects (such as the selection of the City’s new ERP system) and often have long term implications. Packet Page 159 Item 14 2. New Purchasing Approval Process (New Section 202 of the Financial Manual) Currently, the City has several mechanisms for approvals of purchases, including Council Agenda Reports, City Manager Reports, and the interim SharePoint PO workflow. Because approvals are made through various processes in multiple locations (i.e.: Accela, network drives, SharePoint), the audit trail of the process can be difficult to track. Additionally, staff time is often ineffectively used in authoring lengthy memoranda in order to obtain authorization for relatively routine purchases. The City’s new ERP system is designed to process all purchasing approval workflows through the system. This will provide greater efficiency in seeking approvals and will ensure all necessary documentation and approval actions will be maintained in one place and will be easily accessible. City staff is proposing that all approvals, other than Council approvals, be administered in the ERP system, following a workflow that is determined by purchase type and the level of required approvals or tiers. (Attachment B, Recommended Purchasing Guidelines Update, Exhibit 202-A). The tier structure will govern PR approvals, which will include approval of RFPs, specifications, budget and appropriateness of the purchase and PO approvals, which will include approval of the purchasing process and contract awards. 3. New Purchasing Approval Thresholds (New Exhibit 201-A of the Financial Manual) The Council established the existing purchasing approval structure in 2015. (Attachment C). Several factors have changed since that time including basic inflation of the cost of goods and services; the development of a City Purchasing Division, which provides additional oversight of and assistance with purchasing processes; the development of new purchasing policies which increase transparency and accountability in city purchases; and the implementation of the City’s new ERP financial system, which will provide systemic controls of purchasing activity (e.g. budget controls will not allow unfunded purchase requests to process). These factors support adjusting existing approval thresholds to allow for greater flexibility and efficiency in purchasing while still maintaining appropriate controls. The City uses a set of benchmark cities when comparing municipal operations: Monterey, Santa Cruz, Palm Springs, Napa, Santa Maria, Davis, Paso Robles and Santa Barbara. Research was conducted to compare purchasing policies and procedures. (Attachment D). City staff determined that three of these cities; Santa Barbara, Santa Maria and Santa Cruz, are the most similar to the City’s proposed purchasing structure. The thresholds for these cities are very close to those City staff is recommending to the Council. (Attachment B). The new thresholds will have some effect on competitive bidding requirements, allowing for an informal quotation process for higher value purchases for general goods and public projects. (Attachment E). However, these procedures are in line with those of the benchmark cities discussed above (Attachment D). Packet Page 160 Item 14 Solicitation Guidelines (New Section 203 of the Financial Manual) The City’s competitive bidding requirements are set forth in Section 3.240.060 and Articles II and III of Chapter 3.24 of the Municipal Code. City staff recommends adding Section 203 to the City’s purchasing guidelines to provide staff with guidance in conducting solicitations for goods or services purchases. (Attachment B). No Bid Purchasing (New Section 204 of the Financial Manual) Emergency and sole source purchases, as well as utilization of cooperative purchase agreements are permitted under Section 3.24.060 of the Municipal Code. City staff recommends adding Section 204 to the City’s purchasing guidelines to set forth the procedure staff should follow in making these types of purchases. (Attachment B). Updates to the City’s Business License Requirement for Transacting with the City (New Section 215 of the Financial Manual) 1. Setting Forth the Requirement The City requires most entities who transact with the City to obtain a Business License, pursuant to Chapter 5.01 of the Municipal Code. However, many staff members were not aware of this requirement and/or did not inform vendors of the requirement before entering into a contract or transacting with the vendor. City staff recommends adding Section 215 to the Financial Manual to to provide clear guidelines for the business license requirement and consistency for vendors transacting with the City. 2. Waiver for Specified Purchases Under Chapter 5.01, there are three exceptions to the business license requirement for businesses that are owned and operated solely by minors under the age of 18; charitable, religious and nonprofit organizations; and any businesses for which requiring a business license would violate Federal or State laws or contractual agreements. Under Section 5.01.501, the Finance Director is granted adjustment powers to reduce or waive the business license requirement. Organization-wide feedback has indicated that the business license requirement can lead to problems in making purchases in some cases and cause a great deal of delay and staff t ime when vendors refuse to comply with the requirement. That feedback has also indicated that three purchase types are the most problematic in complying with the business license requirement: purchases with out-of-state vendors; online purchases; and low value purchases. Several out-of- state companies were concerned about the state and local tax implications of obtaining a business license when they otherwise do not do business within City limits. Some of those companies, including sole source providers, refused to do business with the City if the requirement was not waived. Further, the cost of obtaining a business license often exceeded any possible financial benefit for vendors entering into low cost, one-time transactions with the City, resulting in vendors increasing their fees to cover the cost, thus negating the benefit of obtaining the fee. Finally, when making online purchasing with businesses outside of the City, it is nearly Packet Page 161 Item 14 impossible for City staff to enforce the business license requirement. Attempting to do so would require significant staff time and could greatly reduce online purchasing opportunities. Based on this feedback, City staff recommended that the Interim Finance Director waive the business license requirement for out-of-state and online purchases and to allow for the Purchasing Division to allow case-by-case waivers for low value (less than $5,000) purchases with entities that have a limited nexus with the City. The vast majority of City purchases and all purchases with vendors within the City will continue to be subject to the City’s business license requirement. City staff recommends adding New Section 215 to memorialize these waivers. (Attachment B). Updated Purchasing Guidelines Summary (Amended Section 295 or the Financial Manual) City staff recommends amending Section 295 of the Financial Manual, which summarizes purchasing approvals and solicitation requirements to be consistent with other policy changes made by the proposed resolution. (Attachment B). CONCURRENCES Staff conducted several brainstorming and process mapping sessions throughout the past year with GFOA, Fiscal Officers, Motion Project leads, and subject matter experts in various City departments which focused on examining existing processes and designing the City’s future purchasing policies and procedures after the implementation of the ERP system and with a focus on process improvement. Staff has also worked with consultants from Sierra-Cedar, the implementer of the ERP system, to design the recommended policies in line with the best practices for that system. FISCAL IMPACT There is no direct fiscal impact to this policy change, however, t he policy changes being recommended streamline purchasing procedures, saving staff time. The policies also allow for greater transparency and control in purchasing activities, allowing for cost savings associated with setting up blanket purchasing contracts when appropriate. ALTERNATIVES 1. Do not change City Purchasing Guidelines. This is not recommended because t he updated policies are necessary for effective use of the City’s new ERP system. Further, the City’s goal to enhance productivity and efficiency through purchasing process improvement will not be met. 2. Recommend different policy updates and approval thresholds. This is not recommended because City staff has spent the past year designing these policy changes and recommended thresholds are justified by benchmark analysis and the implementation of the new ERP system. Packet Page 162 Item 14 Attachments: a - Draft Resolution b - Recommended Purchasing Guidelines Update c- Resolution 10621 (2015 Series) d - Benchmark Cities Comparison e - SLO Threshold Comparison Packet Page 163 Item 14 R ______ RESOLUTION NO. _____ (2018 SERIES) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN LUIS OBISPO, CALIFORNIA, UPDATING THE CITY’S PURCHASING POLICY GUIDELINES WHEREAS, in the course of conducting City operations it is necessary to purchase a broad range of goods and services; and WHEREAS, in addition to the requirements of the City’s Charter, the Council has adopted 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 solicitations, award contracts or approve Job Order Contract Task Orders; and WHEREAS, the Council adopted Resolution No. 16021 (2015 Series) which set forth existing purchasing guidelines and authority levels; and WHEREAS, on December 16, 2014, the City Council amended the Productivity section of the City budget policies to include, “Maintaining City purchasing policies and procedures that are as efficient and effective as possible;” and WHEREAS, the City has contracted to implement a new Oracle Cloud Enterprise Resource Planning (ERP) financial system by October of 2018, which will greatly increase transparency and accountability in City purchasing activities; and WHEREAS, the subject changes to the Purchasing Guidelines will streamline purchasing processes, while maintaining appropriate checks and balances; and WHEREAS, Council desires to update existing guidelines to reflect current conditions and implement improved procedures, including implementing a purchase requisition process, adjusting approvals procedures and thresholds and adding guidance on procedures for solicitations, sole source purchasing, emergency purchasing and business license compliance related to purchases. NOW, THEREFORE, BE IT RESOLVED by the Council of the City of San Luis Obispo that: SECTION 1. The City’s Financial Manual purchasing guidelines are hereby amended as set forth in Exhibit A which shall be implemented upon the official go-live date for the Oracle ERP System in October of 2018. Packet Page 164 Item 14 Resolution No. _____ (2018 Series) Page 2 R ______ SECTION 2. Resolution Number 10621 (2015 Series) is hereby amended and superseded to the extent inconsistent herewith. Upon motion of _______________________, seconded by _______________________, and on the following roll call vote: AYES: NOES: ABSENT: The foregoing resolution was adopted this _____ day of _____________________ 2018. ____________________________________ Mayor Heidi Harmon ATTEST: ____________________________________ Teresa Purrington City Clerk APPROVED AS TO FORM: _____________________________________ J. Christine Dietrick City Attorney IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the City of San Luis Obispo, California, this ______ day of ______________, _________. ____________________________________ Teresa Purrington Interim City Clerk Packet Page 165 Item 14 Financial Management Manual Purchasing Policy Update – October 2018 Packet Page 166 Item 14 201-1 Section 201 OVERVIEW The purpose of this chapter is to guide staff members in purchasing goods and services on behalf of the City by establishing responsibilities and authorization levels, outlining statutory requirements, and setting forth the policies and procedures that govern purchasing activities. These guidelines are not intended to address every issue, exception or contingency that may arise in the course of purchasing activities. Accordingly, the basic standard that should always prevail is to exercise good judgment in the use and stewardship of City resources. Any questions about purchasing activities or proper purchasing process should be referred to the City’s Purchasing Division. PURCHASING SYSTEM OBJECTIVES Along with three other key policy documents— the City Charter, purchasing ordinance (Chapter 3.24 of the Municipal Code) and purchasing resolution—the policies and procedures set forth in this chapter form the City's purchasing system. This system has been developed in order to achieve the following objectives: ■ Secure goods and services at the lowest cost possible commensurate with quality requirements and the City’s needs. ■ Establish authority, responsibility and accountability for purchasing activities conducted on behalf of the City. ■ Ensure appropriate levels of competition and provide an equal opportunity for all qualified vendors to do business with the City. ■ Ensure compliance with purchasing policies and procedures. ■ Standardize procedures where appropriate to ensure that organization-wide policies and goals are achieved. ■ Implement simple yet effective internal control procedures that appropriately support planning, maximize productive use of public funds and protect City assets from unauthorized use. ■ Coordinate organization-wide purchasing activities for commonly used items. INTRODUCTION Packet Page 167 Item 14 Introduction PURCHASING AUTHORITY The City's purchasing ordinance delegates purchasing authority to the City Manager as well as any other representatives designated by her or him: ■ Developing and prescribing such administrative policies, forms and files as may be reasonably necessary for the internal management and operation of City purchasing policies and procedures. ■ Purchasing or contracting for supplies, equipment, services and construction projects as required by the operating departments in accordance with City purchasing policies and procedures. ■ Negotiating and recommending execution of contracts. ■ Ensuring appropriate levels of competitive bidding for all purchases. ■ Ensuring compliance with purchasing policies and procedures. PURCHASING FUNCTION The City’s purchasing functions is centralized within the Finance Department, Purchasing Division, that coordinates purchasing processes and monitors compliance with the policies contained in this manual. The Purchasing Division is managed by the City’s Purchasing Analyst under direction of Finance Director. The Purchasing Division shall be independent from other departments and the independent exercise of procurement authority is an important piece of the City’s overall system of internal controls. To provide effective purchasing services throughout the City, the Purchasing Analyst shall be tasked with: • Be aware of the needs of City departments and acquainted with sources and availability of supplies, equipment, and certain services which will best fulfill these needs. This requires an ongoing dialog with City departments in which their needs are discussed and during which Purchasing indicates information required and lead-times necessary to complete procurement transactions. • Arrange interviews between suppliers and representatives of the various City divisions to discuss specific needs. • Coordinate bidding processes in compliance with these Policies. • Purchase all items at pricing and terms most advantageous to satisfy the normal needs of the City for a reasonable length of time. • Process purchasing requests as expeditiously as possible, in a manner consistent with these Policies. General responsibilities for setting and implementing purchasing system policies and procedures 201-2 Packet Page 168 Item 14 are summarized in Exhibit 201-A. PURCHASING SYSTEM OVERVIEW Regardless of the type of item or service being acquired, virtually every purchase transaction goes through seven distinct stages in varying degrees: ■ Assessing and determining resource needs. ■ Developing specifications. ■ Soliciting and evaluating quotations, bids or proposals. ■ Selecting the best proposal. ■ Awarding the contract or purchase order and authorizing work to proceed. ■ Receiving and inspecting goods or services to ensure they conform with specifications. ■ Paying the vendor when contract terms have been met. The type of purchase as well as its estimated cost determine the formality with which each stage is completed and documented. For this purpose, the City has identified five basic types of purchases: ■ General Goods Purchases. Contracts and purchases for supplies and equipment, including basic IT equipment. ■ General Services Purchases. Contracts and purchases for operating and maintenance services, including basic IT maintenance services. ■ IT Systems Purchases. Contracts and purchases of large-scale IT systems. ■ Public Projects. Construction, reconstruction, erection, alteration, renovation, improvement, demolition, painting, repainting, and repair work involving any publicly owned, leased, or operated facility (Public Contract Code 22002c). ■ Consultant Services. Professional work provided to the City by specially trained and experienced individuals or firms regarding economic, financial, engineering, planning, architectural, environmental, legal or administrative matters. Procedural categories, purchasing authority levels and features for each of these purchase types are summarized in Exhibit 202-A. 201-3 Packet Page 169 Item 14 Purchasing System Responsibilities Exhibit 201-A ■ Approve City Charter ■ Adopt purchasing ordinance. ■ Adopt resolution setting purchasing guidelines. ■ Approve Requests for Bids (IFBs) and Requests for Proposals (RFPs) documents for purchases specified in Section 202. ■ Delegate authority to award contracts if they are within budget to the City Manager. ■ Award contracts if they exceed the approved budget from the RFB/RFP. ■ Implement purchasing policies. ■ Delegate purchasing authority. ■ Approve RFB’s/RFP’s for purchases specified in Section 202. ■ Award contracts as specified in Section 202. ■ Develop and implement purchasing guidelines. ■ Monitor and evaluate system performance. ■ Set payment schedule. ■ Approve Purchase Requests as specified in Section 202. ■ Develop and implement city-wide purchasing procedures ■ Review and approve purchase orders and contracts for proper authority and terms. ■ Route contracts for signature and maintain complete database for all goods and services contracts. ■ Assist departments in development of solicitations (RFB, RFP, RFQ, Quick Quote, etc.). ■ Create and manage master agreements and Blanket Purchase Orders for centralized and aggregate purchasing (e.g. office supplies; off-site copying, scanning and document destruction). ■ Approve RFB Specifications for public projects. ■ Approve Job Order Contract (JOC) task orders for public projects as specified in Section 202. Voters City Council Purchasing Authority (City Manager/Designee) Finance Director/Budget Manager Purchasing Analyst City Engineer 201-4 Packet Page 170 Item 14 ■ Develop and implement departmental purchasing procedures. ■ Delegate departmental purchasing authority. ■ Approve departmental Purchase Requests and award departmental contracts as specified in Section 202. ■ Purchase, receive and pay for goods and services in accordance with City and departmental guidelines. ■ Approve invoices or payment requests for departmental purchases. ■ Notify potential vendors/contractors of City Business License requirement ■ Maintain required purchasing records. ■ Manage departmental inventories. Department Heads Authorized Employees 201-5 Packet Page 171 Item 14 Section 202 PERMITTED PURCHASING METHODS There are three methods for departments to use to acquire goods and services: 1) Purchase Requisition/Purchase Order 2) City Credit Card (Purchasing or P-Card) 3) Emergency Purchases For small or recurring purchases, the City encourages authorized employees the use of the City P- Card (See Section 275). Exceptions to this rule may be set forth by Accounting Procedures Section of the Financial Manual allowing the City Finance Department and/or Fiscal Officers payment with credit card for specific purchases. For all other purchases, departments must use the requisition process defined below: Purchase Type Dollar Threshold Requirements Purchase Requisition $0 – Unlimited Must obtain all approvals required in this Section below P-Card $0 – $5,000* Not Permitted for large purchases, purchases for services, Capital Items Emergency Purchase NA ONLY if there is an immediate and serious need for equipment, supplies, or services that cannot be met through normal purchasing procedures and where the lack of such equipment, supplies or services would seriously threaten the functioning of City government, the preservation of property, or the health or safety of any person; * Limit can be raised with Department Head approval. PURCHASE REQUISITIONS AND PURCHASE ORDERS Purchase Requisitions All Purchase Requisitions, with the exception of purchases with a P-Card or Emergency Purchases, must be done through a Purchase Requisition. A Purchase Requisition is an internal document PURCHASING PROCESSPURCHASING PROCESS Packet Page 172 Item 14 (electronic form) created in the City’s financial system that: • Initiates an order by one or more departments; • Identifies the equipment, materials, supplies, goods or services required • Identifies the specific funds (account codes) that will be used to pay for the order • If known, identifies recommended or potential vendors, or leaves vendor selection up to Purchasing • Is approved by appropriate City representatives to grant budget authority to make the purchase • Upon approval, allocates or pre-encumbers funds to support the purchase. All purchase requisitions will be entered into the financial system by the purchase requestor. The requestor will be responsible for entering and validating the accuracy of the following: 1) Item/services description 2) Quantity 3) Price, or if price is not known, budgeted or estimated amount* 4) Commodity Code 5) Account code 6) Vendor (if known) 7) List all other required information 8) Attached Supporting Documents (attach all applicable): a. Quotes/Proposals b. Quote Summaries/Comparisons c. Agreement (Standard Agreement, On-Call Agreement, Cooperative Agreement) d. JOC Task Order e. RFP/RFB package f. Sole Source Approvals g. Council Action Report for Council approval Purchase Requisition Process Departments must submit requisitions in the ERP system. Purchase Request approval levels are determined by which tier a specific purchase falls into, which is determined by the purchase type and value. See Exhibit 202-A for purchase tier thresholds. 202-2 Packet Page 173 Item 14 Purchase Requisition Approvals & Solicitation Requirements Tier Solicitation Required Level 1 Approver Level 2 Approver Level 3 Approver Level 4 Approver Purchasing Involvement 1 None Fiscal Officer None None None None 2 Informal Quotes* Fiscal Officer Department Head None None Assist with Quotes when requested 3 Formal Bidding* Fiscal Officer Department Head None None Assist with RFP/RFB package when requested 4 Formal Bidding* Fiscal Officer Department Head Budget Manager City Manager Assist with RFP/RFB package when requested 5 Formal Bidding* Fiscal Officer** None None None Assist with RFP/RFB package when requested * Note: Quotes and bidding processes are not required for purchases made pursuant to Sections X of this Manual. ** All other approvals will be applied in the external Council Agenda Report process. Purchase Orders A purchase order is a document used to encumber funds and formalize a purchase transaction with a vendor. It sets forth the vendor’s obligations as well as the City’s responsibilities and requirements. Purchase Orders allow the City to clearly and explicitly communicate their intentions to vendors. Purchase orders may include: 1) Price 2) Description of the requested item(s) or services 3) Delivery terms and transportation mode 4) Terms and conditions, and all other agreements pertinent to the purchase and its execution by the vendor 5) Attached Supporting Documents a. Incorporated Agreements (City Agreements, Cooperative Agreements) b. Incorporated Quotes/Proposals c. Council Action Report (if Council approval is required for award of a contract/purchase order) A vendor’s acceptance of a Purchase Order constitutes a contract. Purchase Orders shall be issued by the Purchasing Division after all required procedures for selection are met. There are three types of Purchase Orders: 202-3 Packet Page 174 Item 14 1) Regular Purchase Order - a nonrecurring order, written to a specific vendor for a definite quantity of identified item(s). It is the most appropriate method used for purchase of supplies and services. 2) Blanket Purchase Order – a Purchase order which authorizes repetitive purchases of goods and services from a specific vendor up to a maximum, not-to-exceed dollar amount. It is valid from date of issuance until the end of a fiscal year or specific date (unless funds are depleted sooner). 3) Contract Purchase Order – a Purchase order with an underlying Agreement that is set up for encumbrance purposes only. This is used when all work descriptions, costs and terms are incorporated in a City Agreement and the Contract PO is not distributed to the contractor. 202-4 Packet Page 175 Item 14 Purchase Order Process Upon approval of a PR and after any competitive bidding is completed, the Purchasing Division will create a Purchase Order. Purchase Order approval levels are determined by which tier a specific purchase falls into, which is determined by the purchase type and value. See Exhibit 2 02-A for purchase tier thresholds. Purchase Order Approvals Tier Level 1 Approver Level 2 Approver Level 3 Approver Purchasing Involvement 1 Purchasing Assistant None None Create PO and issue 2 Purchasing Assistant Purchasing Analyst None Assist with obtaining quotes when requested; Review quote summary; Create PO and issue 3 Purchasing Assistant City Attorney (for contract review only) Purchasing Analyst None Coordinate RFP/RFB process; Coordinate contract routing and execution; Create PO and issue 4 Purchasing Assistant City Attorney (for contract review only) City Manager Purchasing Analyst Coordinate RFP/RFB process; Coordinate contract routing and execution; Create PO and issue 5 Purchasing Assistant City Attorney (for contract review only) City Manager* Purchasing Analyst Coordinate RFP/RFB process; Coordinate contract routing and execution; Create PO and issue * City Manager approval is only required if the contract/PO award was delegated by Council. If a Council Action Report approving the contract/PO is attached, City Manager approval is not required PURCHASE CARD/CITY CREDIT CARD PURCHASES Credit Card purchases are discussed in Section 275 of this manual. EMERGENCY PURCHASES Emergency Purchases are discussed in Section 220 of this manual. 202-5 Packet Page 176 Item 14 Purchasing Thresholds Exhibit 202-A Packet Page 177 Item 14 Purchasing Thresholds Exhibit 202-A Packet Page 178 Item 14 Section 203 For purchases exceeding the City’s thresholds listed in Exhibit 202-A which do not fall within the exceptions listed in Section 220 of this Manual, City staff must engage in competitive bidding in some form, as required by the Municipal Code. Departments should work with the Purchasing Division for competitive bidding processes. TYPES OF SOLICITATIONS Requests for Bids (RFB) An RFB is a request to vendors to submit an offer or quote for specific, defined goods or products. An RFB should be used when seeking a fixed price for goods with known specifications (e.g. Dell XPS 13 laptops). RFBs are used for Construction of Public Project and when setting up a Job Order Contract (discussed in Section 250 of this Manual). RFBs must be posted on the City’s designated solicitation site. Requests for Proposals (RFP) An RFP is a request to vendors to submit a proposal for goods or services for which the exact specifications or methodology of providing the desired goods or services is not defined. An RFP is generally used for more complex goods or services purchases. RFPs allow for consideration of factors other than price, including the qualifications of the vendor and the vendor’s ability to perform. RFPs must be posted on the City’s designated solicitation site. Requests for Qualifications (RFQ) An RFQ is a request for a statement of qualifications for a certain class of vendors or consultants. RFQs are used to develop On-call or Master Agreements. RFQs must be posted on the City’s designated solicitation site. Informal Quotes/Quick Quotes When formal bidding is not required by the City’s purchasing policy (see Section 202 of this Manual), staff may seek informal quotes either by posting a Quick Quote request on the City’s online solicitation program or by seeking quotes by verbal or written request. An informal or quick quote is a simple request for pricing on simple, low-cost goods or services. If quotes are sought by verbal or written request, staff must create a quote summary to record the quotations received. BIDDING PROCESS Packet Page 179 Item 14 BIDDING CRITERIA RFB RFPs RFQ Quick Quotes Formal Solicitation Yes Yes Yes No Goal Lowest Price Lowest Responsible Bidder Most Qualified Bidder Lowest Price Public Opening Requirements Opened publicly and read aloud Opened publicly and pricing read aloud Not opened publicly - List of vendors who submit Qualifications made publicly available Not opened publicly Response Evaluated By Department with Purchasing assistance Department project team Formal Evaluation Committee with numerous participants Department with Purchasing assistance Specific Evaluation Process Determine whether Bid is responsive, then select lowest responsive Bid. No scoring of specification response is involved. Responses reviewed to determine responsibility of proposals. Responsible proposals are reviewed for factors listed in Section 3.24.210 of the Municipal Code Statement of qualifications evaluated and a score assigned. Some specification responses can be pass/fail only with no associated score. Determine whether Quote is responsive, then select lowest responsive Quote. No scoring of specification response is involved. Cost Evaluation Process Costs for responsive bids are compared to each other to identify lowest cost Cost for responsible bids are compared to each other to identify lowest cost If applicable, costs of labor or services are scored Costs for responsive quotes are compared to each other to identify lowest cost Negotiation Allowed after Selection No, unless all bidders are asked for a Best and Final Offer (BAFO) Yes Yes No, unless all bidders are asked for a Best and Final Offer (BAFO) Award Basis Lowest responsible bidder wins Lowest responsible proposal wins Evaluation Committee Recommendation Lowest responsive quote wins 203-2 Packet Page 180 Item 14 BIDDING PROCESSES RFB Process The following process shall be employed when releasing an RFB: RFB Package The City’s template “RFB Package” must be used to create the RFB document provided to prospective vendors (See Section 250 of this Manual). When posting the RFB, the following should also be included: 1) A precise description of the desired goods; 2) The time and place of public opening of sealed Bids; 3) The location and deadline for submission of Bids; 4) The deadline for submission of questions (if applicable). RFB Submission and Opening All RFB submissions (bids) must be sealed (whether in a sealed, unopened envelope for paper bids or with electronic encryption for electronic bids) and must be opened publicly at a designated location, date and time. Bids or proposals which are received after the date and time specified or in a different format than that requested in the solicitation may not be considered. RFB Evaluation/Bid Tabulation Departments, in cooperation with Purchasing, must determine if the submitted bids are responsive (i.e.: did the bid provide quotes for the specified goods, as requested). Then, the lowest responsive bid must be selected for award. 203-3 Packet Page 181 Item 14 RFB Award Bidders should be notified when a bid has been selected for award and that award has been approved (see procedure for approval of contracts/Purchase Orders in Section 202 of this Manual). If the City is unable to agree to contract terms with the selected vendor after a good faith effort, the award may be given to the next lowest, responsive bid. Non-Construction RFP Process The following process shall be employed when releasing an RFP: Non-Construction RFP Package The City’s template “Regular RFP Package” must be used to create the RFP document provided to prospective vendors (See Section X of this Manual). When posting the RFP, the following should also be included: 1) A general description of the desired goods or services to be purchased; 2) The desired qualifications of proposers; 3) The information or documentation required for submission of proposals; 4) The date, time and location of public opening of sealed Proposals; 5) The location and deadline for submission of Proposals; 6) The deadline for submission of questions (if applicable); 7) The date, time and location of the pre-bid conference (if applicable). Non-Construction RFP Submission and Opening All RFP submissions (proposals) must be sealed (whether in a sealed, unopened envelope for paper bids or with electronic encryption for electronic bids) and must be opened publicly at a designated location, date and time. Proposals which are received after the date and time specified or in a different format than that 203-4 Packet Page 182 Item 14 requested in the solicitation may not be considered. Non-Construction RFP Evaluation/Bid Tabulation The department in cooperation with Purchasing will first determine whether proposals are responsive to the RFP. Then, a designated evaluation team (subject matter experts, department stakeholders) will review responsive proposals using the criteria listed in Section 3.24.210 of the Municipal Code. The lowest responsible proposal will then be recommended for award. For professional services related to project management, construction management, design, engineering, surveying, mapping, landscape architecture, or architectural related services are to be evaluated based on demonstrated competence and qualifications for the type of professional services desired. As such, price shall not be used as a criterion in the evaluation and ranking/selection of the most highly qualified firm. Non-Construction RFP Award Proposers should be notified when a proposal has been selected for award and that award has been approved (see procedure for approval of contracts/Purchase Orders in Section 202 of this Manual). If the City is unable to agree to contract terms with the selected vendor after a good faith effort, the award may be given to the next highest scored, responsive bid. Construction/Public Project RFB The following process should be employed when releasing an RFP related to construction or public projects: Public Project RFB Package The City’s template “Public Project RFB Package” must be used to create the RFB document provided to prospective bidders (See Section X of this Manual). When posting the RFB, the following should also be included: Packet Page 183 Item 14 1) A general description of the desired work, goods, or services to be purchased; 2) The desired qualifications of proposers, including licensing requirements; 3) The information or documentation required for submission of proposals, including bid bonds requirements; 4) Information regarding applicable prevailing wage laws; 5) The date, time and location of public opening of sealed Proposals; 6) The location and deadline for submission of Proposals; 7) The deadline for submission of questions (if applicable); 8) The date, time and location of the pre-bid conference (if applicable). Public Project RFB Submission and Opening All RFB submissions (bids) must be sealed (whether in a sealed, unopened envelope for paper bids or with electronic encryption for electronic bids) and must be opened publicly at a designated location, date and time. Bidders which are received after the date and time specified or in a different format than that requested in the solicitation may not be considered. Public Project RFB Evaluation/Bid Tabulation The department will first determine whether proposals are responsive to the RFB. All responsive bids will be tabulate and bid pricing compared. The lowest cost responsive bid will then be recommended for award. Public Project RFB Award Bidders should be notified when a bid is recommended for award and that award has been approved (see procedure for approval of contracts/Purchase Orders in Section 202 of this Manual). RFQ Process The following process shall be employed when releasing an RFQ for On-Call or Master Agreements: 203-5 Packet Page 184 Item 14 203-6 Packet Page 185 Item 14 RFQ Package The City’s template “RFQ Package” must be used to create the RFQ document provided to prospective vendors (See Section 250 of this Manual). When posting the RFQ, the following should also be included: 1) A general description of the type of services to be included in the On-Call Contract or Master Agreement; 2) The desired qualifications of proposers; 3) The information or documentation required for submission of qualifications; 4) The date, time and location of public opening of sealed Qualifications; 5) The location and deadline for submission of Qualifications; 6) The deadline for submission of questions (if applicable). RFQ Submission and Opening RFQ submissions (qualifications) do not need to be before opening. City Staff shall make the list of vendors who submit Qualifications in response to an RFQ available to the public upon request. Qualifications which are received after the date and time specified or in a different format than that requested in the solicitation may not be considered. RFQ Evaluation The department will score the Qualifications submitted in response to the RFQ. The vendor(s) deemed most qualified will then be recommended for award. RFP Award Vendors who submit Qualifications should be notified when an award has been approved (see procedure for approval of contracts/Purchase Orders in Section 202 of this Manual). Resulting On - Call Contracts and Master Agreements must be re-bid every 5 years. Quick Quote (Informal Quote) Process Tier 2 purchases may be made utilizing an informal quotation process. Staff should seek at least three quotes either in writing, by phone or utilizing the City’s electronic solicitation system. Staff must then select the lowest responsive quote. 203-7 Packet Page 186 Item 14 204-1 Section 204 LOW COST PURCHASING Tier 1 purchases do not require a competitive bidding process (see Section X for amount thresholds for Tier 1 purchases). However, City staff should seek cost comparisons whenever practical. SOLE SOURCE PURCHASING General Rules Generally, it is the policy of the City to solicit quotations or bids for purchases of commodities or services for specified dollar amounts and to select vendors on a competitive basis. However, pursuant to San Luis Obispo Municipal Code Chapter 3.24.060 (C), certain acquisitions in which the products or services may only be obtained from a single source may be purchased without engaging in bidding procedures. A “sole source” purchase may be entered into without a competitive process because only one known source for the desired goods or services exists, only a single provider can fulfill the requiremen ts to meet the City’s needs, or the purchase constitutes an upgrade to an existing system adopted by the City. In such circumstances, competition is not feasible and, therefore, the competitive process is waived. Some examples of legitimate sole source purchases include the following:  Purchases in which only one known source exists for the goods or services as determined by documented research  Purchases in which there is no reasonable alternative source that meets the City’s needs  Purchases in which only one source meets the City’s business needs (e.g., compatibility with existing systems, unique features that serve the desired goals of the City, etc.).  Purchases of proprietary items which only the manufacturer, owner, or designated re-seller is permitted sell (this includes purchases in which purchasing from a non-designated seller would result in nullification of manufacturer warranties)  Upgrades to existing systems where purchasing a different solution or product would result in significant additional costs (e.g., data conversion, re-training of staff, new system implementation costs)  Purchases of services from a contractor with specific and unique knowledge of existing City systems, procedures or historical data that is critical to the project or city goals where use of another contractor would result in significant costs or project delays due to lack of such knowledge. Some examples of non-legitimate sole source purchases include the following:  Purchases of proprietary goods or services that may be sold by more than one source (i.e., multiple resellers may sell one proprietary piece of software)  Brand name preferences o Exception: If a specific line of products was previously chosen through a proper process and has been adopted citywide (e.g.: Dell computer products)  Preferred vendors (i.e., vendors with whom the purchaser has a prior relationship) NO-BID PURCHASING Packet Page 187 Item 14 204-2 Procedure Sole Source purchases must be justified in sufficient detail to explain the basis for suspending the usual competitive procurement process and approved by the approving authority before such a purchase is made. The City’s Sole Source Justification form (located in the Purchasing SharePoint page) must be submitted to and approved by the Purchasing Analyst prior to any sole source purchase. Approved Sole Source Justifications should be attached to Purchase Orders when submitted for a sole source purchase. Once approved, a sole source is effective for one-year (so, multiple purchases may be made under one sole source approval if a department makes multiple purchases of the same products or services throughout the year). The Purchasing Analyst shall maintain copies of approved sole sources. EMERGENCY PURCHASING General Rules Generally, it is the policy of the City to solicit quotations or bids for purchases of commodities or services for specified dollar amounts and to select vendors on a competitive basis. However, pursuant to San Luis Obispo Municipal Code Chapter 3.24.060 (B), purchases that address an immediate and serious need for equipment, supplies or services may be purchased without engaging in bidding procedures, if: 1) The City’s need for the equipment, goods or services cannot be met through the time constraints of the normal purchasing procedures; and 2) The lack of the equipment, goods or services would seriously threaten the functioning of City government, the preservation of property, or the health or safety of any person. City staff must not use the emergency purchase process to circumvent general purchasing policy or vendor licensing requirements. City staff should seek quotes and determine reasonableness of pricing when making an emergency purchase whenever possible. Contracts for frequent as -needed emergency services should be established with competitive bidding procedures. Procedure Emergency purchases must be justified in sufficient detail to explain the basis for suspending the usual competitive procurement process. Whenever possible, City staff in need of an emergency purchase should receive prior approval from the Purchasin g Division by submitting the City’s Emergency Purchase Justification Form (located in the Purchasing SharePoint page). If prior approval is not feasible, City staff should submit the Emergency Purchase Justification Form to the Purchasing Analyst as soon as possible and at least within 24 hours after the purchase has been made. Unless a City credit card is used for the purchase, City staff must enter a Purchasing Requisition for the emergency purchase as soon as possible and should attach the Emergency Purchase Justification Form to the requisition. Packet Page 188 Item 14 204-3 COOPERATIVE AGREEMENT PURCHASING City staff may use established cooperative agreements for purchases without a competitive bidding process, if those cooperative agreements were competitively bid. City staff is responsible for researching cooperative agreements to insure the bidding process complies with City competitive bidding rules. City staff should research the pricing for the goods or services being sought and compare the pricing set forth in the cooperative agreement is reasonable. If the pricing set forth in a cooperative agreement is not reasonable, City staff should initiate a competitive bidding process rather than leveraging the cooperative agreement. Local Dealers If a local dealer within City limits can provide the same brand, model and configuration of any item in a cooperative purchase agreement at or below the cooperative agreement vendor’s cost with the same terms and conditions, City staff may use the local dealer without initiating a separate competitive bidding process. Packet Page 189 Item 14 215-1 561 Section 215 BUSINESS LICENSES The City requires most entities doing business within or transacting with the City to obtain a business license, pursuant to Chapter 5.01 of the Municipal Code. Therefore, for most purchases, City staff must notify the vendor of the requirement and/or ensure that the vendor has a business license before making the purchase. No purchases may be made from any vendor that does not have a valid business license, unless specifically exempted from that requirement, as specified below. Businesses that have a place of business within City limits must have a business license. City staff may not transact with such businesses who have failed to maintain a business license. Whenever possible, City staff should direct purchases to vendors who already have a valid business license. A current listing of businesses who have valid business licenses is located in the Purchasing SharePoint page. EXCEPTIONS The following types of vendors are exempt from the business license requirement: • Business that are owned and operated solely by minors under the age of 18; • Charitable, religious and nonprofit organizations; • Any business for which requiring a business license would violated Federal or State laws or contractual agreements; • Out-of-state businesses (exempted by the Finance Director, pursuant to the adjustment powers set forth in Section 5.01.501); • Businesses which are not located in the City and for which the only transaction or business with the City is an online purchase initiated by the City (exempted by the Finance Director, pursuant to the adjustment powers set forth in Section 5.01.501). POSSIBLE EXEMPTIONS (CASE-BY-CASE DETERMINATION) Businesses who do not have a place of business within the City and do limited, low -cost (less than $5,000) and/or one-time transactions with the City may not be subject to the business license requirement. This is determined on a case-by-case basis by the Purchasing Analyst, as the Finance Director’s designee, after a determination of whether the business has a sufficient nexus with the City. City staff should contact Purchasing prior to making a purchase if there is any uncertainty as to whether a business license is required. BUSINESS LICENSE REQUIREMENT Packet Page 190 Item 14 Section 295 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. Purchases and contracts for supplies, equipment, operating or maintenance services will be made pursuant to the following guidelines (see Tier Structure in Section 202 of this Manual and Approval Dollar Thresholds in Exhibit 202-A of this Manual): A. Over-the-Counter. Purchase Requisition with cumulative costs which fall into the Tier 1 approval structure may be authorized by the Fiscal Officer. Purchase Orders for these purchases may be authorized by the Purchasing Assistant. Although no specific solicitation requirements are established for this level of purchase, competitive bidding should be used whenever practical and City staff should ensure that pricing is reasonable. B. Open Market. Purchase Requisitions with cumulative costs which fall into the Tier 2 approval structure must be approved by the Fiscal Officer and Department Head. Purchase Orders for these purchases must be approved by the Purchasing Assistant and Purchasing Analyst. C. Formal Bids or Proposals. Purchases which fall into the Tier 3, Tier 4 or Tier 5 approval structure 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. Purchase Requisitions with cumulative costs which fall within the Tier 3 approval structure must be approved by the Fiscal Officer and Department Head. Purchase Orders for these purchases must be approved by the Purchasing Assistant and Purchasing Analyst. 2. Purchase Requisitions with cumulative costs which fall within the Tier 4 approval structure must be approved by the Fiscal Officer, the Department Head, the Budget Manager and the City Manager. Purchase Orders for these purchases must be approved by the Purchasing Assistant, the Purchasing Analyst and the City Manager. Th e City Attorney will also review specified Purchase Orders by request of the Purchasing Analyst when contract review is required. 3. Purchases with cumulative costs which fall within the Tier 5 approval structure must have prior approval of the City Council attached (the Council Agenda Report process will be used to obtain Council approval). Purchase Requisitions for these purchases must be approved by the Fiscal Officer. Purchase Orders for these purchases must be approved by the Purchasing Assistant and the Purchasing Analyst. Purchase Orders for which the award was delegated to the City Manager by Council will additionally be approved by the City Manager. The City Attorney will also review specified Purchase Orders by request of the Purchasing Analyst when contract review is required. PURCHASING GUIDELINES 295-1 Packet Page 191 Item 14 PUBLIC PROJECTS Contracts for public projects are governed by the Public Contract Code including the Uniform Public Construction Cost Accounting Act (Section 22000), which allows alternative bidding procedures and job order contracting (Council Ord. 1435, 2003). Job Order Contracts. Under the Job Order Contact provisions of Chapter 3.24.145 of the municipal code for maintenance-related construction projects, individual Task Orders may be approved as follows: 1. Purchase Requisitions for Job Order Contract Task Orders under $45,000 must be approved by the City Engineer. Purchase Orders for these Task Orders must be approved by the Purchasing Assistant and Purchasing Analyst. 2. Purchase Requisitions for Job Order Contract Task Orders between $45,000 and $174,999 must be approved by the City Engineer and the Budget Manager. Purchase Orders for these Task Orders must be approved by the Purchasing Assistant. 3. Purchase Requisitions for Job Order Contract Task Orders with a cost of $175,000 or more must be approved by the City Engineer, the Budget Manager and the City Manager if the purchase is within the annual limit. Purchase Orders for these Task Orders must be approved by the Purchasing Assistant and Purchasing Analyst. 4. If the Task Order cost is $175,00 or more and in excess of the annual limit must have prior approval of the City Council attached (the Council Agenda Report process will be used to obtain Council approval). Purchase Requisitions for these purchases must be approved by the City Engineer. Purchase Orders for these purchases must be approved by the Purchasing Assistant and the Purchasing Analyst. Adopted by the Council on September 4, 2007, Resolution No. 9926, and amended by Council on May 1, 2018, Resolution No. X. 295-2 Packet Page 192 Item 14 RESOLUTION NO. 10621 (2015 Series) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN LUIS OBISPO, CALIFORNIA, 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 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 (requests for proposals), award contracts or approve Job Order Contract Task Orders; and WHEREAS, the Council adopted Resolution No. 9444 (2003 Series) and Ordinance No. 1435 (2003 Series) electing to become subject to the Public Contract Code and Uniform Public Construction Cost Accounting Act, which allows alternative bidding procedures and job order contracting; and WHEREAS, adopted budget policies in the Productivity section call for analyzing system and procedures to identify and remove unnecessary review requirements; and WHEREAS, on December 16, 2014 Council amended the Productivity section of the City budget policies to include "Maintaining City purchasing policies and procedures that are as efficient and effective as possible "; and WHEREAS, the subject changes to the Purchasing Guidelines will streamline the purchasing process for public projects and consultant services — while maintaining appropriate checks and balances — thereby making delivery of services to the community more expedient and efficient; and WHEREAS, the City analyzed several benchmark cities' purchasing procedures, and the subject changes are consistent and keep pace with the current market. NOW, THEREFORE, BE IT RESOLVED by the San Luis Obispo City Council that: 1. Resolution No. 9444 (2003) is hereby rescinded and the updated purchasing guidelines set forth in Exhibit A are hereby adopted. 2. The updated Construction Change Order policy set forth in Exhibit B is hereby adopted. R 10621 Packet Page 193 Item 14 Resolution No. 10621 (2015 Series) Page 2 Upon motion of Vice Mayor Ashbaugh, seconded by Council Member Christianson, and on the following roll call vote: AYES: Council Members Carpenter, Christianson and Rivoire, Vice Mayor Ashbaugh and Mayor Marx NOES: None ABSENT: None The foregoing resolution was adopted this 2" d day of June 2015. a o Jan Marx ATTEST: APPROVED AS TO FORM: J. Christine Dietrick City Attorney IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the City of San Luis Obispo, California, this 16-1 " - day of thony J. City Clerk Packet Page 194 Item 14 Resolution No. 10621 (2015 Series) Page 3 Section 295 Exhibit A 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 or maintenance services will be made pursuant to the following guidelines: A. Over - the - Counter. Purchases with cumulative costs of less than $7,500 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 with cumulative costs between $7,500 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. A bid summary shall be submitted to the Finance Department. C. Formal Bids or Proposals. Purchases with cumulative costs 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 cumulative cost estimate of $100,000 or less, the Purchasing Authority (City Manager /Designee) is authorized to invite bids or request proposals, approve specifications and award the contract. 2. For purchases with cumulative costs 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 Purchasing Authority 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. PUBLIC PROJECTS Contracts for public projects are governed by the Public Contract Code including the Uniform Public Construction Cost Accounting Act (Section 22000), which allows alternative bidding procedures and job order contracting (Council Ord. 1435, 2003). A. Over - the - Counter. Public projects with cumulative costs of less than $7,500 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. 295 -1 Packet Page 195 Item 14 Resolution No. 10621 (2015 Series) Page 4 Exhibit A Purchasing Guidelines B. Open Market. Public projects with cumulative costs of $45,000 or less 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 11) of the municipal code. A bid summary shall be submitted to the Finance Department. C. Informal Bidding. .Public projects with cumulative costs of $100,000 or less may be let to contract by the Purchasing Authority pursuant to informal bidding procedures as set forth in the Public Contract Code and Chapter 3.24.150.132 of the municipal code. D. Formal Bids or Proposals. Public projects with cumulative costs of more than $100,000 shall be let to contract by the Council pursuant to formal bidding procedure as set forth in the Public Contract Code and Chapter 3.24.150.B3 of the municipal code. Job Order Contracts. Under the Job Order Contact provisions of Chapter 3.24.145 of the municipal code for maintenance- related construction projects, individual Task Orders with cumulative costs up to $45,000 may be approved by the City Engineer. Individual Task Orders with cumulative costs in excess of $45,000 require approval by the Purchasing Authority. CONSULTANT SERVICES Contracts for consultant services will be awarded pursuant to the following guidelines. A. Contracts for consultant services estimated to cost less than $7,500 cumulatively 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 $7,500 and $50,000 cumulatively may be awarded by the Purchasing Authority. Proposals from at least three consultants shall be solicited and a summary submitted. C. Contracts for consultant services estimated to cost more than $50,000 cumulatively 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. The Council should generally approve request for proposal (RFP) documents before they are issued. The Council may authorize the Purchasing Authority 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 Purchasing Authority; 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: 295 -2 Packet Page 196 Item 14 Resolution No. 10621 (2015 Series) Page 5 Purchasing Guidelines Exhibit A 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 detennined based on direct negotiations— contract award will be made by the Council. Adopted by the Council on September 4, 2007, Resolution No. 9926, and untended by Council on June 2, 2015, Resolution No. 10621. 295 -3 Packet Page 197 Item 14 Resolution No. 10621 (2015 Series) Page 6 Exhibit B Section 225 CONSTRUCTION CONTRACT ORDERS 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 Manager (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. 225 -1 Packet Page 198 Item 14 Resolution No. 10621 (2015 Series) Page 7 Exhibit B Construction Change Orders 8. A copy of each approved CCO will be transmitted promptly to the Finance Division. 9. The Purchasing Authority may grant approval of CCO's in excess of $100,000 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 Purchasing Authority 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/ Designee Not to exceed $45,000 2. Purchasing Authority (City Manager /Designee) Not to exceed $100,000 3. City Council* Greater than contract or $100,000 See circumstances above where the City Manager may approve CCO's in excess gf'$100,000, Originally Approved by the Council on August 3, 1993; Revised by the Council on April 15, 2003 and June 2, 2015 225 -2 Packet Page 199 Item 14 Purchase TypeLimitApproverSolicitation RequirementSanta BarbaraMaterials and General ServicesUp to $7,500 Department StaffInformal QuotesMaterials and General Services$7,500‐75,000 Department StaffInformal QuotesMaterials and General Services$75,000+ Department StaffFormal RFPProfessional ServicesUp to $10,000 Department HeadNot Required Professional Services$10,000‐35,000 City ManagerNot Required Professional Services$35,000+ CouncilNot Required Public Works All Council (by Charter)Sole Source/Emergency Contracts$35,000+ CouncilPacket Page 200Item 14 Purchase TypeLimitApproverSolicitation RequirementSanta MariaAll Up to $1,000 None NoneGeneral (Supplies, Equipment, non‐Public Works Construction) $1,000‐10,000 Department DesignatesNoneGeneral (Supplies, Equipment, non‐Public Works Construction) $10,001‐74,999 Department HeadInformal QuotesGeneral (Supplies, Equipment, non‐Public Works Construction) $75,000+RFP ‐ City Manager ‐ delegated to Department HeadsAward ‐ Department Formal RFPMaintenance Repair & Services$1,000‐10,000 Department DesignatesNoneMaintenance Repair & Services$10,001‐74,999 Department HeadInformal QuotesMaintenance Repair & Services$75,000+RFP ‐ City Manager ‐ delegated to Department HeadsAward ‐ CouncilFormal RFPProfessional Services$1,000‐$10,000 Department DesignatesNoneProfessional Services$10,001‐74,999 Department DesignatesInformal QuotesProfessional Services$75,000+If not in specified account in the budget:RFP ‐ City Manager ‐ delegated to Department HeadsAward ‐ CouncilFormal RFPPublic Projects Up to $30,000Department staff within appropriations approved by CouncilNonePublic Projects $30,001‐175,000City Engineer, Director of Public Works or City ManagerInformal QuotesPublic Projects $175,000+ Council Formal RFPPacket Page 201Item 14 Purchase TypeLimitApproverSolicitation RequirementSanta CruzGeneral Goods/ServicesUp to $6,500 DepartmentInformal QuotesGeneral Goods/Services$6,501‐35,000 PurchasingInformal QuotesGeneral Goods/Services$35,000+ BoardFormal RFPPublic Projects Up to $4,000 PurchasingInformal QuotesPublic Projects  $4,001‐9,999Unclear ‐ Purchasing?Informal QuotesPublic Projects $10,000+ Board approves SpecsIFBProfessional ServicesUp to $35,000 DepartmentInformal QuotesProfessional Services$35,000+BoardBoard also approves RFP if over $70,000+Informal Proposals if under $70,000Formal RFP if over $70,000Sole Source ContractsMore than $35,000 BoardFixed Asset Equipment$5,000 or moreBoard at budget process; Chief Administrative OfficeMontereyAllUnder $4,000 (increase by $500 every 5 years starting 2020) DepartmentNoneGeneral Goods/Services $4,000‐39,999City Manager or designeeInformal QuotesGeneral Goods/Services$40,000+ (increase low limit by $500 and upper limit by $5,000 every five years) CouncilFormal RFPVehicles$5,500‐60,000 (increase low limit by $500 and upper limit by $5,000 every five years) ‐ all other limits follow General Goods City Manager or designeeInformal QuotesPublic Projects $4,000‐100,000 (upper limit increased by $5,000 every 5 years) City Manager or designeeInformal QuotesPublic Projects $100,000+ (upper limit increased by $5,000 every 5 years)er limit increased by $5,000 every 5 years)City Manager or designee up to 10% over budgeted amount; Council if moreFormal BiddingDesign‐Build ProjectsUp to $1 million Council approves RFP/SpecsRFPJob Order ContractsUp to $1 millionCouncil may approve up to 4 Design‐build contractsRFPProfessional Services$4,000‐40,000 (increase by $500 every 5 years) City Manager or designeeInformal QuotesProfessional Services$40,000+ (increase upper limit by $5,000 every 5 years) CouncilFormal RFPPacket Page 202Item 14 Purchase TypeLimitApproverSolicitation RequirementPaso RoblesGeneral Goods/ServicesUp to $5,000 Department ManagerNone (also no PO)General Goods/Services$5,001‐20,000 City Manager or designeeInformal QuotesGeneral Goods/Services$20,000+ CouncilUp to $10,000 ‐ Informal Quotes$10,000+ ‐ Formal BidsPublic Projects Up to $5,000 Department ManagerNonePublic Projects $5,001‐20,000 City Manager of designeeNonePublic Projects $20,000+ Council$25,000‐75,000 0 Informal Bids$75,000+ ‐ Formal BidsProfessional ServicesUp to $20,000 City Manager or designeeInformal ProposalsProfessional Services$20,000+ CouncilFormal RFPPalm SpringsAll Goods/Services Up to $5,000Department Head ‐ some delegate up to $2,500 to Program ManagersInformal QuotesAll Goods/Services $5,000‐35,000 City Manager Informal QuotesAll Goods/Services $35,000+ Council Formal RFQ or RFPPacket Page 203Item 14 Purchase Type Prior Threshold Prior Approver Prior Solicitation Required Proposed Threshold Proposed Approver Proposed Solicitation Required Comparisons General Goods Less than $7,500 Department None Less than $10,000 TIER 1 PR - Fiscal Officer PO - Purchasing Assistant None * Santa Barbara - Departments and Purchasing unlimited approval * Santa Maria - Department designee up to $10k; Department Head up to $75k; No Council approval * Santa Cruz - Department and Purchasing up to $35k, then Board $7,500-25,000 Quotes - Department Award - Finance Director Informal Quotes $10,000-39,999 TIER 2 PR - Fiscal Officer; Department Head PO - Purchasing Assistant; Purchasing Analyst Informal Quotes $25,000-$100,000 RFP - City Manager Award - City Manager RFP/RFB $40,000-69,999 TIER 3 PR - Fiscal Officer; Department Head PO - Purchasing Assistant; Purchasing Analyst RFP/RFB $100,000+ RFP - Council Award - City Manager or Council (depends on delegation)RFP/RFB $70,000-$199,999 TIER 4 PR - Fiscal Officer; DH; Budget Manager; City Manager PO - City Attorney (if applicable); City Manager; Purchasing Analyst RFP/RFB $200,000+ TIER 5 PR - Council; Fiscal Officer PO - Council or City Manager; Purchasing Analyst RFP/RFB Approvals by Department Heads, City Attorney, Finance/Budget Manager applied in external CAR process Packet Page 204 Item 14 Purchase Type Prior Threshold Prior Approver Prior Solicitation Required Proposed Threshold Proposed Approver Proposed Solicitation Required Comparisons General Services Less than $7,500 Department None Less than $7,500 TIER 1 PR - Fiscal Officer PO - Purchasing Assistant None * Santa Barbara - Departments and Purchasing unlimited approval * Santa Maria - Department designee up to $10k; Department Head up to $75k; RFP - City Manager & Award Council if Maintenance & Repair $75k+ * Santa Cruz - Department and Purchasing up to $35k, then Board $7,500-25,000 Quotes - Department Award - Finance Director Informal Quotes $7,500-$24,999 TIER 2 PR - Fiscal Officer; Department Head PO - Purchasing Assistant; Purchasing Analyst Informal Quotes $25,000-$100,000 RFP - City Manager Award - City Manager RFP/RFB $25,000-$49,999 TIER 3 PR - Fiscal Officer; Department Head PO - Purchasing Assistant; Purchasing Analyst RFP/RFB $100,000+ RFP - Council Award - City Manager or Council (depends on delegation)RFP/RFB $50,000-$149,000 TIER 4 PR - Fiscal Officer; DH; Budget Manager; City Manager PO - City Attorney (if applicable); City Manager; Purchasing Analyst RFP/RFB $150,000+ TIER 5 PR - Council; Fiscal Officer PO - Council or City Manager; Purchasing Analyst RFP/RFB Approvals by Department Heads, City Attorney, Finance/Budget Manager applied in external CAR process Packet Page 205 Item 14 Purchase Type Prior Threshold Prior Approver Prior Solicitation Required Proposed Threshold Proposed Approver Proposed Solicitation Required Comparisons Public Projects Less than $7,500 Department None Less than $7,500 TIER 1 PR - Fiscal Officer PO - Purchasing Assistant None * Santa Barbara - all by Council * Santa Maria - Departments up to $30k; City Engineer, Public Works Director or City Manager $30-175k; Council $100k+ * Santa Cruz - Departments up to $10k; Board approves Specs for $10k+ NOTE: Public Projects designation was part of the last update - in line with Public Contracting Code. $7,500-45,000 Quotes - Department Award - Finance Director Informal Quotes $7,500-$74,999 TIER 3 PR - Fiscal Officer; Department Head PO - Purchasing Assistant; Purchasing Analyst RFP/RFB $45,000-$100,000 RFP - Department Award - City Manager RFP/RFB $75,000-$149,999 TIER 4 PR - Fiscal Officer; DH; Budget Manager; City Manager PO - City Attorney (if applicable); City Manager; Purchasing Analyst RFP/RFB $100,000+ RFP - Council Award - City Manager or Council (depends on delegation)RFP/RFB $150,000+ TIER 5 PR - Council; Fiscal Officer PO - Council or City Manager; Purchasing Analyst RFP/RFB Approvals by Department Heads, City Attorney, Finance/Budget Manager applied in external CAR process Packet Page 206 Item 14 Purchase Type Prior Threshold Prior Approver Prior Solicitation Required Proposed Threshold Proposed Approver Proposed Solicitation Required Comparisons Consulting Services Less than $7,500 Department None Less than $7,500 TIER 1 PR - Fiscal Officer PO - Purchasing Assistant None Professional Services * Santa Barbara - DH up to $10k; CM up to $35k; Council $35k+ * Santa Maria - Departments up to $75k; RFP - CM; Award - Council $75k+ * Santa Cruz - Departments up to $35k; Board award $35k+; Board approve RFP $70k+ NOTE: Last SLO purchasing update raised consulting services threshold for CM 100% ($25k-$50k) in line with general increases in consulting services $7,500-$50,000 Written Proposals - Department Award - City Manager Informal Quotes $7,500-14,999 TIER 2 PR - Fiscal Officer; Department Head PO - Purchasing Assistant; Purchasing Analyst Informal Quotes $50,000+ RFP - Council Award - City Manager or Council (depends on delegation)RFP/RFB $15,000-39,999 TIER 3 PR - Fiscal Officer; Department Head PO - Purchasing Assistant; Purchasing Analyst RFP/RFB $40,000-99,999 TIER 4 PR - Fiscal Officer; DH; Budget Manager; City Manager PO - City Attorney (if applicable); City Manager; Purchasing Analyst RFP/RFB $100,000+ TIER 5 PR - Council; Fiscal Officer PO - Council or City Manager; Purchasing Analyst RFP/RFB Approvals by Department Heads, City Attorney, Finance/Budget Manager applied in external CAR process Packet Page 207 Item 14 Purchase Type Prior Threshold Prior Approver Prior Solicitation Required Proposed Threshold Proposed Approver Proposed Solicitation Required Comparisons IT Systems Less than $7,500 Department None Less than $7,500 TIER 1 PR - Fiscal Officer PO - Purchasing Assistant None Other cities don't separate, however it is common for State entities - makes it easier to increase thresholds for General Goods without fear of large systems purchases not having oversight $7,500-25,000 Quotes - Department Award - Finance Director Informal Quotes $7,500-24,999 TIER 2 PR - Fiscal Officer; Department Head PO - Purchasing Assistant; Purchasing Analyst Informal Quotes $25,000-$100,000 RFP - City Manager Award - City Manager RFP/RFB $25,000-44,999 TIER 3 PR - Fiscal Officer; Department Head PO - Purchasing Assistant; Purchasing Analyst RFP/RFB $100,000+ RFP - Council Award - City Manager or Council (depends on delegation)RFP/RFB $50,000-99,999 TIER 4 PR - Fiscal Officer; DH; Budget Manager; City Manager PO - City Attorney (if applicable); City Manager; Purchasing Analyst RFP/RFB $100,000+ TIER 5 PR - Council; Fiscal Officer PO - Council or City Manager; Purchasing Analyst RFP/RFB Approvals by Department Heads, City Attorney, Finance/Budget Manager applied in external CAR process Job Order Contract Task Orders Less than $45,000 City Engineer NA Less than $50,000 PR - Fiscal Officer; City Engineer PO - Purchasing Assistant NA Not often separated from Public Projects. Threshold nearly the same as existing. These approval levels are similar to existing, except that approvals for TOs between $45,000 and $100,000 rests with the Budget Manager. * Monterey - always Council approval - up to 4 contracts up to $1 million each $45,000-100,000 City Manager NA $50,000-$100,000 PR - Fiscal Officer; City Engineer; Budget Manager PO - Purchasing Analyst NA $100,000+ within JOC annual limits City Manger NA $100,000+ within JOC annual limits PR - Fiscal Officer; City Engineer; City Manager PO - Purchasing Analyst NA $100,000+ over JOC annual limits Council NA $100,000+ over JOC annual limits PR - Fiscal Officer PO - Purchasing Analyst NA Approvals by Department Heads, City Attorney, Finance/Budget Manager applied in external CAR process Packet Page 208 Item 14 5/1/2018 1 1 Purchasing Policy Updates Developing policies in line with the City’s new Enterprise Resource Planning (ERP) system and goals Recommendation Adopt a resolution to amend purchasing guidelines related to the implementation of the City’s new Enterprise Resource Planning (ERP) financial system and to revise purchasing authority thresholds, effective upon the go-live date of the ERP system in October of 2018. Staff Presentation - Item #14 5/1/2018 2 Purchasing Policy Through the Motion Project April 19, 2016 – Government Financial Officers Association (GFOA) recommendation to implement an updated Enterprise Resource Planning system and to create a centralized Purchasing Division in the Finance Department presented to Council January 26, 2017 - Purchasing Analyst onboarded and Purchasing Division created April – July 2017 - Representatives from all departments engage in business process review and develop a plan for purchasing policy updates July 2017 - Purchasing policy updates reviewed by GFOA for best practices for ERP systems December 11, 2017 - Oracle Cloud ERP system selected as new ERP March 2017 - Design of Purchasing module in Oracle Cloud begins with consultation from Sierra-Cedar consultants for best practices in Oracle ERP Goals for ERP System Efficiency – streamline processes Effectiveness – create a system that provides controls, clear approval processes, more accurate information, enhanced reporting capabilities Transparency – provide greater insight and visibility into financial activity at the City Staff Presentation - Item #14 5/1/2018 3 New Section 202: 3 Permitted Purchasing Mechanisms All purchases must be made in one of 3 ways: 1) Purchase Requisition 2) Credit Card 3) Emergency Purchase New Section 202: Purchasing Requisition Process Purchase Requisitions (PRs) required for ALL purchases that are not made via credit card Allows for allocation of funds prior to making commitment to vendors Allows for budgetary control by the ERP system (no need for manual tracking or budget checks) Approvals of RFPs and contract awards streamlined in ERP workflow through Purchase Requisition Items requiring Council approval will follow the current process Staff Presentation - Item #14 5/1/2018 4 New Section 202: Purchasing Approvals Different $ Thresholds for Different Purchase Types: 1)General Goods (equipment, supplies) – Low-risk and simple 2)General Services (maintenance, operating services) – variable risk and complexity 3)IT Systems (includes software, hardware and applications)– greater risk, often city-wide effect; requires continued maintenance and support; need for oversight/input at higher levels 4)Consultant Services – variable risk and complexity, specialized services/needs, greater need for oversight/input at higher levels 5)Public Projects – higher risk, generally higher costs, often wide-ranging effects, must follow UPCC 8 Staff Presentation - Item #14 5/1/2018 5 9 10 Staff Presentation - Item #14 5/1/2018 6 11 12 Staff Presentation - Item #14 5/1/2018 7 Additional Updates: New Section 203: Provide guidance in conducting solicitations in compliance with the City’s competitive bidding requirements set forth in Articles II and III of Chapter 3.24 of the Municipal Code. New Section 204: provide guidance in making Emergency and Sole Source purchases, as well as purchases utilizing a cooperative purchasing agreement, in compliance with Section 3.24.060 of the Municipal Code. New Section 215: provide guidance in applying the City’s business license requirement for purchases/transactions with the City in compliance with Section 5.01 of the Municipal Code. Formally set up Finance Director waivers pursuant to Section 5.01.501 for 1) out-of-state entities with no presence in the City; 2) online purchases with entity outside of the City; and 3) one-time, low cost purchases Recommendation Adopt a resolution to amend purchasing guidelines related to the implementation of the City’s new Enterprise Resource Planning (ERP) financial system and to revise purchasing authority thresholds, effective upon the go-live date of the ERP system in October of 2018. Staff Presentation - Item #14 5/1/2018 8 Current Purchasing Process No Requisitions or pre-encumbrance/allocation of funds for purchase Purchases under $7,500 completed without Purchase Order/Encumbrance (not marked in financial system until invoice is entered) For purchases over $7,500, many forms of approvals are required to serve as purchasing controls Staff Presentation - Item #14