Loading...
HomeMy WebLinkAbout5/1/2018 Item 14, Eriksson City of San Luis Obispo, Council Memorandum April 30, 2018 TO: City Council FROM: Kristin Eriksson, Purchasing Analyst VIA: Derek Johnson, City Manager DJ SUBJECT: Item #14: Purchasing Policy Update A Council Member has asked several questions regarding the recommended updates to the City’s purchasing policy and guidelines. The questions and responses follow, with staff answers in italics. 1. Will this new policy result in longer processes and more delay in making purchases? Answer: There will potentially be some minor delay in making smaller purchases, which previously did not require any process or entry into the financial system. However, significant overall staff time is expected to be saved as the minor data entry required at the outset of a purchase will be offset by the elimination of current, manual processes to track and report on available funds as well as processing of budget adjustments required when accounts are overspent. It is expected that staff will experience greater efficiency throughout the process for medium and larger purchases, as approvals will be conducted at lower levels, resulting in a shorter approval process. 2. Will this new policy result in increased costs for purchases? Answer: It is anticipated that the new procedures will decrease costs. By increasing visibility into purchases of less than $7,500, purchasing staff will be able to identify opportunities for bulk purchasing and utilization of national cooperative agreements, which often provide significant price discounts and rebates. Further, as mentioned above, while there will be some additional staff time involved in making the purchase request, this will be offset, and significant overall staff time will be saved by eliminating several manual processes required by the current procedures. 3. Will there be an unfair advantage of out-of-town business due to the business license requirement being waived? Answer: The out-of-state exemption applies only to business license certification for entities which have no other connection with the City other than that we ordered something from them (no locations in the City/State and no performance in the city). In discussions with the City Attorney’s office, it was determined that the City likely does not have a Responses to Purchasing Policy Update Questions Page 2 sufficient nexus with such entities to have authority to levy a local tax under current law, regardless of whether the policy change is adopted. Therefore, the certification does not serve a purpose with regard to the tax. The business license is also used as a zoning clearance for businesses. This does not apply for businesses with no presence in the City. 4. Will more employees be required to administer these policy changes? Are the “Purchasing Assistant” and “Purchasing Analyst” positions different people? How will these functions be allocated? Answer: The positions of “Purchasing Analyst” and “Purchasing Assistant” are already filled by existing city staff. The Purchasing Analyst position was added in January of 2017 when the Purchasing Division was created per the recommendations of the Government Finance Officers Association (GFOA). An Accounting Assistant was assigned to act as a Purchasing Assistant in that Division at the same time. There is no hiring planned for the Purchasing Division at this time. 5. On packet page 169 it is noted that there are different processes for basic IT vs large scale IT, i.e. systems IT. How common are these systems purchases? Can you give me several examples? Do we really need to create an entire category for them? Answer: It is recommended that IT systems purchases be treated differently from General Goods purchases, as these systems often have city-wide implications and require ongoing maintenance and support in future years, unlike purchases of basic IT such as new monitors. An example of such a purchase is the purchase of the new ERP system for the City. This system will drastically change the way the City does business, will affect every employee on some level and will require maintenance and support throughout the life of the system. It is recommended that such purchases be given a higher level of scrutiny due to the wide-ranging effect and ongoing costs associated with them. 6. On packet page 180, what is the difference between the terms “responsible bid” and “responsive bids”. The workflow chart on the page, 181, uses “responsive” and other charts use “responsible”. Answer: Under the Municipal Code, the lowest “responsible bid” must be selected when the formal contract procedure is required (Chapter 3.24, Article III). The lowest responsible bid is determined by considering the bid price and several other criteria, including the reputation of the bidder, the ability of the bidder to perform and provide future maintenance and the results of any evaluation relating to performance and price. (Section 3.24.210). However, for the informal quotation or quick quote process, only Responses to Purchasing Policy Update Questions Page 3 pricing is requested. Therefore, the quotes must only be “responsive” in the sense that they provide pricing for the items or basic service requested. The flow chart describing the RFB workflow on page 181 of the Council packet uses the term “responsive bidder”. This was a typographical error and has been replaced with “responsible bidder” pursuant to the Municipal Code in Attachment A. \\chstore7\Team\COUNCIL AGENDA REPORTS\2018\2018-05-01\Purchasing Policy\PurchasingPolicyUpdate_Council Memorandum.docx 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 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 203-4 Attachment A