Loading...
HomeMy WebLinkAbout2012-006RESOLUTION NO. 2012-006 WHEREAS, adopted Resolution 2010-015 which approved a set of , a procedures and commitment authority on _ • • WHEREAS, the City desires to update its purchasing procedures to be consistent with the requirements of the Washington State Auditor's Office; and WHEREAS,desires to update•Authorization Summary to be requirementsconsistent with the of -Auditor's Office. ContractSection 1. Purchasing Procedures & Contract Authorization Summary Approved. The City Council hereby approves the Procedures (Exhibit A), and , • :revised_ AP OV1','D by the Mayor Pro Tem and City Council of the City of Arlington this — day of , I , . a .2012. CITY OF ARLINGTON r � ,�- Barbara Tolbert Mayor yST: Banfielct°I St r ell .1. t: C'1 C � , t 4 Aw,1.11 Exhibit A CITY OF ARLINGTON PURCHASING PROCEDLYCLE Sections: I. Purpose. 11. Policy statement. III. Definitions. IV. General provisions. V. Purchase of materials, supplies or equipment. VI. Public works projects. VIL Services. VIII, Interlocal joint purchasing agreements. IX. Real property acquisition. 1. Purpose. This policy is intended to direct the purchase of goods and services at a reasonable cost, using an oVa-fair documented and com(ietitive Corocess whenever reasonable and (i,,ossible. The integrit�v efficiency, and effectiveness • Arlington's procurement functions are critical elements of sound •• 11. '• statement. A. The city desires a fair and •f" process :• procurement •: goods and services that is free from the potential for bias and conflict • interest. In addition, the city • consistent and appropriate practices • solicitations and contracting. ♦ procurements • goods and services shall provide the city with the best quality and best value. All purchases are to be made within budgetary limitations and for the purpose of the goals and objectives approved in the city's budget. Any purchase made that is not within budgetary limits and the City's commitment authority shall be pre -approved through a budget amendment process. All purchases made by the city shall ultimately be approved by the city council through the voucher approval process. B. All City • Arlington departments shall make a good faith effort to purchase ••1 within the city when they are available and suitable to city needs at a price that is competitive. Departments are expected to procure goods and services that are of high quality and that perform for their intended purpose, and to use good •• during the procurement process. Items will be purchased locally if they are less than $2,500 and within 10% of the lowest price available at the time quotes are received. Items that are valued over $2,500 will • purchased • a competitive basis. C. The finance department is charged with developing administrative procedures to implement this •• Procedures should ensure the fiscal responsibility of the city in expending resources for goods and services for city operations. The procurement procedures of the city shall be based on guidelines provided in the Revised Code of Washington, by the State Auditor's Office, and by Municipal Research Services Center, D. The purchasing procedures of this policy govern the purchase of supplies, materials and equipment, nonprofessional and professional services, and public works contracts. These policies .i . small works•- process toaward public •contracts. The small works rosterprocedures established • . by the city, pursuant • ' 3 5A.40.2 10 and Chapter 3 9.04 RCW. Leases of equipment or other personal property shall follow procedures for purchase of goods, with the aggregate of lease payments used in lieu of purchase price. Purchase • lease of real estate, franchise agreements, a intergovernmental or interlocalagreements will be entered into in accordance E. Each City Department purchases specialtyand items that are purchased just in time to make necessary repair or to keep equipment and amenities in safe a •••• working order. All department directors will make ••ta faith effort• utilize a central purchasing for purchases of consumable good and reoccurring purchases. This will enable by combining orders and purchasing in bulk on in larger quantities when possible. A. "Architectural and engineering services" means professional services rendered by any person, other than a city employee, to perform activities within the scope of the professional practice of • - 'c is ' professional practice • engineering and land(Chapter'CW), and/or professional practice o landscape architecture (Chapter 18.96 RCW). B. • Authorization outlines the levels at which managers,directors, 1 Mayorthe ay commit the City to . contract. Attached as ExhibitB. C. "Formal competitive bid" is the process of advertising and receiving sealed written bids from perspective vendors. The selection of the vendor is primarily based on the lowest cost from a responsible vendor. D. "Informal competitive quotes" are price quotes from vendors that are obtained using a variety of mediums• • or writing. Results must be f• The selection of the vendor is primarily based on the lowest cost from a responsible vendor. E. "Interlocal agreements" are the exercise of governmental powers in a joint or cooperative undertaking with another public agency. F. "Life cycle cost" means the total cost of an item to the city over its estimated useful life, including costs of selection, acquisition, operation, maintenance, and where applicable, disposal, as far as these costs can reasonably be determined, minus the salvage value at the end of its estimated useful life. G. "Nonprofessional services" are services that are purchased by the city for which the contractor receives specific instructions and guidance from the city and does not meet the definition of professional services, architectural and engineering services, or public works projects. Examples include machine repair, debt collection services, temporary service agencies, credit card services, equipment service agreements, auctioning services, delivery services, inspections, advertising, etc. Purchasing Policy 2 Revised 6-18-12 Purchasing Policy 3 Revised 6-18-12 ii. Where the size of the contract makes it probable that administrative change order authority will be quickly exhausted, the city council may, upon recommendation • the mayor, extend the aggregate limits of subsection (D)(a)(iii) of this section upon award of the particular contract. E. Signature Authority. The Mayor may delegate his/her signature authority to • city employees (City Administrator, Department Director, Division Manager) as deemed appropriate. Purchasing Policy 4 Revised 6-18-12 ' • • • `• `•: •` 1 f • :1 f `f • .1 ►` 1! 1 ' 1 1 . i • f ti f • i •1 • ••• •• f •.•. • • • � 1 � • i 1� ' . • • • - • . i " is • •> • . . • • 4 i . f. • :` • • . • �.. • -• •- •r . -c • r- - • • 1 ` � • . . r •• �' • • . • • i • • - •;f � 1 1 • • i•' 1 11 ., �.•. f lI •. • f . • • • • • � i - ! . - . • f • . i • • - - • t. -1 i- -. # • i i 1 1� . •' � . .i • • • • • '• . is `1 . i i • i : . `, • • • ` f • • ` " • f ` • �• • • requested or if there are fewer than three replies, an explanation shall be placed in the procurement file. b. Whenever possible, quotes will be solicited on a lump sum or fixed unit price basis. c. At the time quotes are solicited, the city representative shall not inform a vendor of any other vendor's quote. d. A written record shall be made by the city representative of each vendor's quote on the materials, supplies, or equipment, and of any conditions imposed on the quote by such vendor. e. All of the quotes shall be collected and presented at the same time to the appropriate designee as appropriate for consideration, determination of the lowest responsible vendor and award of purchase. f. Whenever there is a reason to believe that the lowest acceptable quote is not the best price obtainable, all quotes may be rejected and the city may obtain new quotes or enter into direct negotiations to achieve the best possible price. In this case, the department shall document, in writing, the basis upon which the determination was made for the award. g. All purchases of over $2,500 will have a completed and approved Capital Outlay Form submitted to the finance department prior to the purchase of materials, supplies, or equipment is executed. Formal Competitive Bid — Materials, Supplies, or Equipment over $7,500 a. General. Unless otherwise specifically approved by the city council, all contracts relating to the purchase of materials, equipment, or supplies shall be in accordance with the Commitment Authority. b. Invitation for Bids. An invitation for bids shall be issued which shall include the specifications and the contractual terms and conditions applicable to the procurement. c. Public Notice. Public notice of the invitation for bids shall be published at least once in a newspaper of general circulation within the city, not less than 13 calendar days prior to the date set forth therein for the opening of bids, unless for good cause shown, the city council authorizes a different period of time. The public notice shall state the date and time of bid opening. Bids not received by the date and time stated for bid opening will not be accepted or considered. d. Bid Opening. Bids shall be opened publicly and recorded at the time and place designated in the invitation for bids. e. Withdrawal of Bids - Cancellation of Awards. Bids may be modified or the bid may be withdrawn by written notice received in the office designated in the invitation for bids prior to the time set for opening. After bid opening, withdrawal of bids shall be permitted only to the extent that the bidder can show by clear and convincing evidence presented in a sworn affidavit or declaration submitted no later than 5:00 p.m. on the first business day after bid opening, that a clerical mistake was made and not a mistake in judgment, and the bid price actually intended. All decisions to permit the withdrawal of bids after bid opening, or to cancel awards or contracts based on bid mistakes, shall be made by the mayor after consulting with legal counsel. WHH11TR9r--1= 719R.M.-M f. Award. The City Council shall award purchases for amounts greater than or equal to the limits as identified in the Commitment Authority. The award of bid shall be made to the lowest responsible bidder whose bid meets the specifications and evaluation criteria set forth in the invitation for bids. The city may reject all bids at its discretion. g. All purchases of over $2,500 will have a completed and approved Capital Outlay Form submitted to the finance department prior to the purchase of materials, supplies, or equipment. E. Lowest Responsible Vendor. The following factors, in addition to price, may be taken into account by the city in determining the lowest responsible vendor; these criteria shall also apply in selecting products or services either offered with, or associated indirectly with, City programs or facilities: a. Any preferences provided by law to local products and vendors; b. The ability, capacity, and skill of the vendor to perform the contract; c. The character, integrity, reputation, judgment, experience, and efficiency of the vendor; d. Whether the vendor can perform the contract within the time specified; e. The quality of performance of previous contracts or services; f. The previous and existing compliance by the vendor with laws relating to the contract; g. Such other information as may be secured having a bearing on the decision to award the contract. F. Life Cycle Costing. In considering the purchase of materials, equipment, supplies, whenever there is a reason to believe that applying the "life cycle costing" method quote evaluation would result in the lowest total cost to the city, first consideration shall be given to purchases with the lowest life cycle cost which complies with the specifications. & Recycled Products. The city shall also seek to maximize purchase of products usin recycled materials and products suitable for recycling, unless the purchase will res in an unreasonable increase in price or degradation of quality or performance over comparable products. I VI. Public works projects. A. Purchasing Procedures. Procedures for any public work or improvement shall be governed by RCW 35.23.352. At such time as the City's population exceeds twenty thousand, purchases shall be governed by RCW 35.22.620.(RCW 35A.40.210) Cost for a public works project includes all amounts paid for materials, supplies, equipment, and labor on the construction of that project which is inclusive of sales tax, unless exempted by law. B. Purchasing Limitations. The mayor may authorize the purchase and execution of public works projects equal to or less than the dollar threshold for small works projects as provided under RCW 39.04.155 as amended. C. Competitive Bids. "Craft" or "trade" means a recognized construction trade or occupation for which minimum wage categories are established by the Department• Labor and Industries of the State of Washington in the locality of the city's projects• purchases. ZMMM�� a. Projects for • craft • multiple crafts with a reasonably anticipated price equal to or less than the dollar thresholds as provided under RCW 35.23.352, as amended, do not require the use of competitive quotes or bids.. All purchases require an executed • b. Projects for single craft or multiple crafts with a reasonably anticipated price • than the r• thresholds as provided under RCW 35.23.352, as amended, up to the limits set forth by RCW 39.04.155 as amended shall either use the small • • or a formal competitive bid procurement process. All purchases zm�f MRIT-riff-M small works roster to assure that a competitive price is established and to award contracts to the lowest responsible bidder as follows: i. A contract awarded from a small works roster need not be advertised. Invitations for quotations shall include an estimate of the scope and nature of the work to be performed as well as materials and equipment to be furnished. However, detailed plans and specifications need not be includet in the invitation. This paragraph does not eliminate other requirements for architectural or engineering approvals as to quality and compliance with building codes. ii. Quotations may be invited from all appropriate contractors on the appropriate small works roster. As an alternative, quotations may be invited from at least five contractors on the appropriate small works roster who have indicated the capability of performing the kind of work being contracted, in a manner that will equitably distribute the opportunity among the contractors on the appropriate roster. If the estimated cost of the work is $200,000 or more but less than or equal to the dollar threshold for small works projects as provided under RCW 39.04.155, as amended, the city may choose to solicit bids from less than all the appropriate contractors on the appropriate small works roster but must also notify the remaining contractors on the appropriate small works roster that quotations on the work are being sought. The city has the sole option of determining whether this notice to the remaining contractors is made by: 1. Publishing notice in a legal newspaper in general circulation in the area where the work is to be done; 2. Mailing a notice to these contractors; or 3. Sending a notice to these contractors by facsimile or other electronic means. *ii. For purposes of this policy, "equitably distribute" means that the city may not favor certain contractors on the appropriate small works roster over other contractors on the appropriate small works roster who perform similar services. At the time bids are solicited, the city representative shall not inform a contractor of the terms or amount of any other contractor's bid for the same project. iv. A written record shall be made by the project manager of each contractor's bid on the project and of any conditions imposed on the bid. Immediately after an award is made, the bid quotations obtained shall be recorded, open to public inspection, and available by telephone inquiry. v. At least once every year a list of the contracts awarded under this process are to be furnished to the city council and made available to the general public. The list shall contain the name of the contractor or vendor awarded the contract, the amount of the contract, a brief description of the type of work performed or items purchased under the contract, and the date it was awarded. The list shall also state the location where the bid quotations for these contracts are available for public inspection. EDetermining Lowest Responsible Bidder. Where bidders have not been prequalified, the city shall award the contract for the public works project to the lowest responsible bidder; provided, all bids may be rejected and the city may call for new bids. F. Cancellation of Invitations for Quotations or Bids. An invitation for quotations or bids may be canceled at the discretion of the department director. The reasons shall be made part of the contract file. Each invitation for quotations or bids issued by the city shall state that the invitation may be canceled. Notice of cancellation shall be sent to all parties that have been provided with a copy of the invitation. The notice shall identify the invitation for quotations or bids and state briefly the reasons for cancellation. G Limited Public Works Process. The city may use the limited public works process to award public works proj ects as provided under RCW 3 9.04.15 5, as amended. H Formal Competitive Bid. For public works not using a small works roster, the formal competitive bid process, as defined by RCW, shall be used. 1. Bid Deposit, Performance Bond and Noncollusion Affdavit for Public Works Improvement Projects. Whenever competitive quotes or bids are required, a bidder may be required make a deposit in the form of a certified check or bid bond in an amount equal to not less than five percent of the total bid, which percentage shall be specified in the call for bids. As part of any bid submitted, the bidder shall be require4 to warrant that the bid is a genuine bid, and that he/she has not entered into collusion with any other bidder or any other person. All public works contractors shall furnish a performance bond in an amount equal to the total amount of the contract and an executed and notarized noncollusion affdavit on a form approved by the city attorney. In lieu of a performance bond on contracts of $35,000 or less, per RCW 39.08.010, a contractor may choose to have 50 percent of the contract retained for a period of 30 days after the date of final acceptance. VM Contracts and Agreements for Services. A. Purchasing Limitations. Purchase limitations apply to the cost related to the acquisition of services to fill a specific business need. Cost is inclusive of any required sales tax and related expenses. i. All initial agreements with governmental agencies require council approval; annual renewal or extension of existing contracts and agreements require the mayor's approval. Contracts and Agreements under $20,000 can be executed by department directors or designee; and contracts/agreements above $20,000 can be executed by the Mayor or designee. It. On -Call Service Contracts. On -call service contracts will be procured with the processes identified in subsection C below. Individual task orders of on -call servic* contracts shall not exceed $50,000. 51 �_§ f_ i. Architectural, Landscape Architectural, and Engineering Services Contracts. Procedures set forth in Chapter 39.80 RCW shall be followed for contracts for architectural and engineering services, as defined in RCW 39.80.020. 1. Roster. Annually the city will publish in advance the anticipated city's requirements for architectural, landscape architectural, and engineering Purchasing Policy 10 Revised 6-18-12 services and its acceptance of statements of qualifications for contractors interested in providing these services. 2. Contracts Less Than $ 100,000. Contracts that have an estimated cost of less than $100,000 can be procured using an informal request for qualification process. This process requires the city representative to develop a written scope of the project and any criteria used to select the service provider and then select a qualified contractor from the city's architectural, landscape architectural, and engineering service roster. If the city representative does not choose to use the appropriate roster, then a formal request for qualification process must be followed. 3. Contracts Greater Than $ 100,000. Contracts that have an estimated cost in excess of $100,000 must use a formal request for qualification (RFQ) process. The development of an RFQ along with the proper public notification shall be made in accordance with procedures adopted by the finance department in the it interest of the city; provided, however, that the mayor may in the following circumstances waive the RFQ process for contracts greater than $100,000, and allow the acquisition of services from the city's architectural, landscape architectural and engineering services roster: a. It is deemed in the best interest of the city to expedite the acquisition of services; or b. It can be demonstrated that there are sufficient consultants on the roster that possess the required qualifications to perform the scope of work; or c. A consultant on the city's roster has previously provided satisfactory service to the city, has previously provided services related to the specific project, and has the qualifications to perform the scope of work. 4. Contract Required. A contract is required to purchase architectural, landscape architectural, and engineering services. Professional and Nonprofessional Services (Services which are not Architectural, Landscape Architectural, and Engineering Services). I . Contracts Less Than $100,000. Contracts that have an estimated cost of less than $ 100,000 can be procured using an informal request for proposal process. This process requires the city representative to develop a written scope of the project and any criteria used to select the service provider. The city representative will use this information when selecting the contractor to provide the services. Multiple proposals are optional and at the discretion of the department director. If multiple proposals are used to make a selection, a standard process must be used for obtaining all proposals. 2. Contracts in Excess of $100,000. Contracts that have an estimated cost in excess of $100,000 shall be procured using a formal request for proposal (R-FP) process. The development of an RFP along with the Purchasing Policy 11 Revised 6-18-12 proper public notification shall be made in accordance with procedures adopted by the finance department in the best interest of the city. 3. Contract Required. A contract is required to purchase professional and nonprofessional services. D. Sole Source Procurement. A contract for the provision of services may be awarded without complying with the bidding requirements • this r• when the department director determines in writing, subject to the approval of the mayor, after conducting a good faith review of available resources, that there is only one source of the required materials, supplies, or equipment. The department director or his/her designee shall conduct negotiations, as appropriate, as to price, terms, and delivery time. To comply with RCW 39.04.020, a record of sole source procurement shall be recorded with the County Auditor that lists each contractor's name, the amount and type of each • and a listing of the itern(s) procured under each contract. VIII. • • purchasing .:• A. Cooperative Purchasing. The city may enter into interlocal governmental cooperative purchasing arrangements with other public agencies similarly authorized •- RCW 39.34.030 when the best interests of the city of Arlington would be served thereby. Any cooperative purchasing agreement shall set forth fully the purposes, powers, rights, objectives and responsibilities of the contracting parties and shall be governed • the requirements • state law in regard to competitive bidding, when applicable. The competitive bid process of the original jurisdiction shall substitute for Arlington's. ♦ • • purchasing agreements shall be presented to the city • for prior approval. IX. Real property acquisition. A. Real Property - Mayor's Acquisition Authority. The mayor or designee is authorized, in the following instances, to accept by gift or acquire dedications, easements, rights - of -way, fee estates or other interests in real property for use by or on behalf of the city or any department of the city: i. Minor Acquisitions. Any such acquisition where the estimated value is less than $ 10,000. ii. All other real property acquisitions will be submitted to the council for approval. B. Real Property Mayor's Leasing Authority. i. The mayor or designee is authorized to execute leases of real property on behalf of the city where the to of the lease does not exceed one year and the consideration does not exceed $ 10,000 per year as budgeted by the council. ii. A lease that exceeds the limits stated in subsection (B)(i) of this section, shall be submitted to the council for approval. Purchasing Policy 12 Revised 6-18-12 EXHIBIT B CITY OF ARLINGTON CONTRACT AUTHORIZATION SUMMARY Assumes all expenditures are included in adopted operating and capital improvement budgets. If the expenditure is not adopted in operating and capital improvement budgets, Council authorization of budget amendment is required pn'or to contract. ICONTRACT DOLLR BID PROCESS SIGNATURE COUNCIL TYPE I LIMIAT I AUTHORITY APPROVAL 1Wn11ff9ky= "Public Works -- single trade or craft Department Director Tublic Works --_sing�le ir—ade o_r craft ver $20,000 !Yes ,Public Works -- multi trade or craft under $30,000 iNo C irector Tublic Works -- multi trade or craft ver $30,000 -Small Works Roster Small Works Roster up to $30,000 under $30,000 No Departhnent Director No Small Works Roster from $30,000 up to $300,000 over $30,000 No IMayor Yes Materials. SUDDlieS. eouinment �'Materials, supplies, equipment d between $3,000 and $7,500 o; Requires a W, ;Department Director i�Materials, supplies, equipment ��=Mayor* with vendor list I with government bid -- ---- - ----- M ayor* Maintenance & non-professional services I No; anything over $3,000 requires a Maintenance & non-professional services under $30,000 minimum of 3 quotes Department Director No Maintenance & non-professional services over $30,000 Yes Mayor Yes * All capital purchases over $500 require approval of Capital Outlay Request form by Finance Director Executive Department 2 EXHIBIT B CITY OF ARLINGTON CONTRACT AUTHORIZATION SUMMARY CONTRACT TYPE =am DOLLIMIT I LAR BID PROAHOUREY I CESS I SIGNATI COUNCIL UTRITAPPROVAL Consulting / professional on -call services Legal, human (legal, human resources, design, resources - ongoing development review services) contracts; not to exceed $50,000 Development review, design services - from consultant roster Mayor Yes up to $20,000 per instance No Department Director No over $20,000 per instance No I Mayor Yes Consulting professional services (comprehensive planning, feasibility under $20,000 Chosen from studies, preliminary design) consultant roster De2artment Director No Chosen from over $20,000 consultant roster Mayor Yes Consulting / professional services Chosen from (construction projects) under $20,000 consultant roster Department Director No Chosen from over $20,000 consultant roster Mayor Yes * All capital purchases over S500 require approval of Capital Outlay Request form EXHIBIT B CITY OF ARLINGTON CONTRACT AUTHORIZATION SUMMARY Assumes all expenditures are included in adopted operating and capital improvernent budgets. If the expenditure is not adopted in operating and capital improvement budgets-, Council authorization of budget amendment is required p I -jior to contract. CONTRACT TYPE WfffflliN� DOLLAR BID PROCESS SIGNATURE COUNCIL LIMIT I AUTHORITY APPROVAL Less than 5% of the contract AND less Department Director & Change Orders than $20,000 I N o City Administrator No - More than 5% of the contract OR more Change Orders than $20,000 No IMayor Yes Cumulative Chamse Orders shall not exceed 10% of the total cost of a project without Council approval. lChanue Orders will be reported to the City Administrator and (-'itN Council montlih on all projects with value over S20.000 Mitigation Funds by Council if not included in an on funds lall funds Isee bid limits Isee bid limits No; unless specified in grant Approval to apply for grant all grants No Mayor requirements Approval to accept grant all grants NT AD Mayor Yes * All capital purchases over $500 require approval of Capital Outlay Request form by Finance Director Executive Department