Loading...
HomeMy WebLinkAbout1997-09-16 City CouncilCity of Palo Alto City Manager’s Report TO:HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT: ADMINISTRATIVE SERVICES ATTENTION: FINANCE COMMITTEE AGENDA DATE: SEPTEMBER 16, 1997 CMR:379:97 SUBJECT:APPROVAL OF AMENDMENTS TO THE PALO ALTO MUNICIPAL CODE RELATED TO CONTRACTS AND PURCHASING PROCEDURES This report requests that Council approve revisions to Palo Alto Municipal Code (PANIC) Chapter 2.30 related to contracts and purchasing procedures, and Chapter 2.31 pertaining to property control, and approve revisions to the City consultant selection process. RECOMMENDATION Staff recommends that Council: 1)Approve the proposed amendments to Palo Alto Municipal Code Chapter 2.30~ Contracts and Purchasing Procedures, and Chapter 2.31, Property Control; and 2)Waive the requirement for Council standing committee particiPation in the consultant seleetion process for the Utilities Department; increase the level requiring standing committee review to $65,000 for other departments; and direct staffto modify the City’s Policy and Procedures, Section 1-10 (Selection Procedures for Professional Consultants) to reflect these changes. CMR:379:97 Page I of 8 POLICY IMPLICATIONS This report recommends policy changes related to purchasing policies and procedures as specified in the PAMC. The most significant change proposed is increasing the contract approval authority of the City Manager and her staff. Other changes include extending the term of sottware maintenance contracts, eliminating bid bond requirements for suppliers of standard commercial products, and allowing the delegation of the Administrative Services Department Director’s approval authority for disposal of surplus properties (other than real estate)..Other modifications to the PAMC reflect changes in the City’s organizational structure (job titles). The report also recommends excluding the Utilities Department from the requirement of a Council standing committee review of consultant contracts, and increasing the level requiring standing committee review to $65,000 for other departments. BACKGROUND In March 1996, the Administrative Services Department initiated a project for redesigning the City’s Purchasing processes. The redesign effort was initiated for several reasons: an audit conducted by the City Auditor, which identified process problems and internal control weaknesses; Council concerns with the competitive bid process; and perceptions of City departments that the purchasing process was complex and slow. An interdepartmental steering committee was formed, comprised of high-level managers in key customer groups: Public Works, Administrative Services, Human Resources, Community Services, Police, and Utilities Departments, and the Attorney’s Office. Other department staffpartieipated in developing recommendations on specific issues. An initial effort developed a customer service survey, directed to the customers of the Purchasing organization: user departments, and companies providing goods and services to the City. The survey of City departments focused on experiences that departments had with Purchasing and Contract Administration, and their satisfaction level or concerns related to those experiences. An informal survey of suppliers centered on the City’s current bid and proposal processes, and identified barriers suppliers noted regarding doing business with the City. Based on the survey results, a department staffcfitique of the purchasing processes, and the Purchasing Section’s own assessment of problem areas, the Steering Committee identified a number of issues for further study. The issues ranged from procedural changes for improving efficiency and simplifying the purchasing processes for departments, to proposed policy changes and modifications to the PAMC. Simple procedural issues were implemented immediately, while more complex issues and policy changes warranted further study and Council approval. CM~:379:97 Page 2 of 8 Process changes which have been implemented to improve customer service to user departments include: expanding hours of service at the City’s Stores warehouse; simplifying the blanketpurchase order process, which is used to obtain services or materials from the same vendor on a routine basis over a specified period of time; implementing a procurement card pilot program which allows the Purchasing staff to purchase small dollar items using a credit card; and establishing a single point of contact in Purchasing for .each departm.ent. Process changes that are underway include: improving the process for vendor payments; simplifying the purchase request input and tracking system; revising contract forms; publishing a revised, expanded purchasing manual for departments; improving communication channels and eliminating duplicate efforts between Purchasing and departments; establishing contracts/purchasing training classes for City staff; establishing a centralized petty cash fund for small dollar purchases; and reducing the number of.signatures required on contracts to simplify contract execution. DISCUSSION: Thereare several areas of proposed process changes that require modification of the PAMC and approval by the City Council. These proposals include: O O an increase in the threshold level at which the City Manager may approve contracts for services (or a combination of services and supplies); an increase in the threshold level at which the Manager of Purchasing and- Contract Administration may approve contracts; ..,, o lengthening the duration of contracts for computer sottware maintenance; o elimination of the bid bond requirement for standard commercial products; and o allowing the Director of Administiative Services to designate authority for the sale of surplus City properties. A further process change, not covered by the PAMC, is increasing from $25,000 to $65,000 the level at which departments must present to Council consultant contracts for consideration of Council standing ¢ornmittee participation in the consultant selection process. Staff also recommends waiving this requirement for the Utilities Department. CMR:379:97 Page 3 oi~ 8 City Manager Contract Approval Levels: The City Manager has the authority to contract for the purchase of any level of Supplies not made in combination with the provision of services. The Purchasing Steering Committee recommends increasing the City Manager’s approval level authority for contracts for services (or a combination of services and supplies) from $25,000 to $65,000. Service contracts in excess of $65,000 would continue to require Court.oil approval. Tables showing current and proposed contract approval levels for services and/or supplies are included as Attachment 1 to this report. The contract approval level authority of the City Manager was last increased in 1989. Since that time, the purchasing power of the dollar has decreased by 26 percent, and the number of contracts presented to Council has doubled. The City has embraced Mission Driven Budgeting and its premise of instilling responsibility and accountability at the department level. The Purchasing Section has been reorganized to add contract administrators and provide additional oversight to City contracts. The Utilities Department has been impacted by deregulation and the necessity to respond quickly to a changing competitive environment. These factors, combined with the effort, time and project delays associated with obtaining Council approval for lower dollar-value contracts, indicated that the time was appropriate for re-evaluating which contracts should be brought to Council. Staff surveyed other California municipalities to determine their requirements for council approval of contracts. An attempt was made to fred cities with at least one utility and with a budget level comparable to that of Palo Alto. The survey included: Alameda, Mountain View, Pasadena, Riverside, Roseville, Sunnyvale and Santa Clara. (The survey results are in Attachment 2.) The council approval levels ranged from a low of $14,000 to a high of $100,000, with an average of $51,000. The average is closer t0560,000 if staffwere to eliminate Roseville from the survey, as its level of $14,000 is significantly lower than that of other cities surveyed. Five of the seven cities have a threshold higher than Palo Alto’s $25,000 level, and .three of them are contemplating further increases in the near future. Mountain View’s level is indexed to the Consumer Price Index (CPI) and increases annually as CPI .goes up. Staff concluded that the survey supported the need for Palo Alto to reconsider its current practice of requiring Council approval for contracts in the $25,000 range. The number of contracts submitted to Council has steadily increased over time. Factors such as program growth within the City, an increased use of consultants, the transition from in- house to contract services, and an increased amount of capital improvement activity contributed to .this administrative workload increase. Using the proposed threshold of $65,000, staff found that the number of contracts presented to Council would be reduced by CMR:379:97 Page 4 o~’ 8 approximately 60 percent, or to fewer than 100 per year. This level is consistent with the number of annual contracts that Council was reviewing in 1989, prior to its earlier increase in contract approval authority. The entire Council review process adds at least 4 to 6 weeks to the normal procurement timeline, thereby delaying the initiation of City programs and projects. Furthermore, staff estimates that at least 10 hours of additional stafftime (equivalent to about $500) is spent to bring a contract to Council. This time includes preparation of the City Manager’s Report (CMR), City Attorney review, Department head review, City Manager review, and printing of reports. The time required is relatively fixed, regardless of the contract amount, and does not include Council time spent on this administrative activity. Through implementation of the proposed approval structure, with only contracts greater than $65,000 being presented to Council, the total number of contract CMR’s prepared would decrease by about 105, thereby saving the City over 1000 hours in stafftime (valued at approximately $50,000) during the year. This time could be redirected to higher value-added activities, such as managing contracts and programs, while Council is allowed to focus on policy issues associated with higher dollar value transactions. During the past year, the Purchasing Section has gone through an organizational restmctuxing to increase Purchasing’s involvement in contracts administration and to ensure that the bid process is effective and competitive, consistent with City.policy. Two additional contract administrators have recently been added to the Purchasing Section to provide improved objectivity and oversight during the vendor selection and contract preparation processes. The contract administrators are responsible for negotiating advantageous prices for the City and ensuring that all contract conditions are met. Improved purchasing procedures are in place, and additional internal controls have been implemented. If Council approves staffs recommendation, staff would continue to provide Council with information (e.g., number of bids sent, bidding ped0d, number of responses, etc.) regarding the competitive bid process for contracts from $25,000 to $65,000. This information would be provided quarterly, showing details onthe bid process for all contracts awarded for services (or a combination of services and supplies) in an amount greater than $25,000, and for all supplies contracts exceeding $65,000 (revised PANIC Section 2.30.130 c). All purchases in excess of $25,000 would continue to conform to the City’s formal bidding process. A summary of the benefits of adopting higher contract approval levels includes: allowing Council to focus on .high dollar-value purchasing transactions; elimination of administrative delays during the inception phase of City projects; reduced administrative workload for Council and staff; and the increased ability to respond promptly to Utility deregulation requirements. CMR:379:97 Page ~ or" 8 Purchasing Staff C ntr t A r I Lev Is: In conjunction with increasing the City Manager’s contract approval level, staffrecommends increasing the contract authority of the Manager of Purchasing and Contract Administration from $5,000 to $25,000. This authority would cover all contracts for supplies and/or services. In addition, staffproposes modifying PAMC Section 2.30.80 to allow the Manager of Purchasing and Contract Administration to de, legate approval authority of up to $10,000 to the contract administrators and buyers on his staff. The current and proposed approval levels are outlined in Attaehrnent I to this report. The Purchasing Section processes more than 7,000 purchase orders and contracts annually. Under the City’s current procedures, each of the purchases must be signed directly by the Purchasing Manager. Delegation of a large portion of this review responsibility would improve his ability to provide oversight, direction, technical consultation and customer service, without exposing the City to higher risk or reduced savings. The Manager of Purchasing and Contract Administration would continue to personally review and approve all higher-dollar documents. Continuing Contracts for Software Maintenance PAMC Section 2.30.100 defines "continuing contracts" for the purchase of supplies or services to be rendered over a period of time, with a limit of 3 years. Staff proposes eliminating the 3-year limit for contracts covering software maintenance to allow the continued maintenance and update of software the City utilizes for an extended period of time. When the City purchases proprietary sottware, it typically contrae~ with the software vendor for maintenance and system upgrades. This maintenance usually cannot be provided by the City or an alternative vendor because of the proprietary nature of the sottware code and potential violation of warranties. In earlier years, alternative vendors could modify and maintain each other’s software; present-day programming codes ~d technologies no longer allow this. Staffalso recommends modifying PANIC Section 2.30.140 to specify information technology consultants on the list of professional consultants, along with attorneys, accountants, auditors and engineers. Such specialized or professional consultants are exempt from the restrictions and provisions of competitive bidding. PAMC Section 2.30.130 (b) currently requires bid bonds in the amount of 5 percent of the bid value for any bids in excess of $25,000. This requirement was instituted to cover the City’s administrative costs in the event a vendor failed to accept a contract award. The City Manager is authorized to waive the bid bond requirement in eases where it is determined that it will not be detdrnental to the interests of the City, and for many years has waived the bid CMR:379:97 Page bond when purchasing standard commercial products ("off-the-shelf’ items). Staff recommends modifying the PAMC to remove the bid bond requirement for such standard commercial products. The City’s exposure to loss is negligible when purchasing standard commercial products. If a bidder were to fail to consummate a contract, the City would simply contract with the next lowest bidder for the same product. Requiring bid bonds for standard commercial products places an unreasonable administrative burden on both the City and product suppliers. Prospective bidders have expressed a concern with such a requirement. Modification of the PAMC would ensure that the City’s standard practice conforms with the Code; .bid bonds would continue to be required for transactions including real estate, construction, and any materials custom-designed to City specifications. Surplus Properties PANIC Section 2.31.010 provides the Director of Administrative Services (previously called the Director of Finance) authority to sell all property (excluding real estate) no longer used by the City. Property is sold by public auction, negotiated sale, sealed bid, or trade-in. The proposed modification to this section allows the Director of Administrative Services to delegate this authority for any items valued at less than $5,000, thereby allowing the sale of surplus property to be managed by Purchasing staff. The abandonment, destruction or donation of surplus City property would remain under the authority of the City Manager. Council Committee Review of Consultant Contracts In 1994, Council directed staffto establish a policy that Council standing committees should have the opportunity to review the proposed scope of services for consultant projects before a Request for Proposals (RFP) is issued, if the consultant contract is anticipated to exceed $25,000. This requirement is outlined in the City’s Policy and Procedures Manual, Section 1-10. Each year, after adoption of the budget, staff provides the Council with a list of approved projects and programs from the Capital Improvement Program and the Operating Budget, for which consultant services are expected to exceed $25,000. Council identifies any projects of special interest; the draft RFP’s for these projects are then referred to the appropriate Council standing committee for approval before being finalized and issued. Staff recommends that this limit be increased to $65,000 to remain consistent with the proposed approval authority level of the City Manager. Given the new deregulated utilities environment, staff also recommends that Council waive the requirement for Standing committee RFP review for Utilities consultant projects. The Utilities Department now finds itself in a more competitive environment requiring quick response to customer needs and new services to attract and retain customers. Required CMR:379:97 P~ge 7 ot" 8 standing committee review of the consultant scope of services can add several months to the consultant selection process. Utilities staffwould continue to bring consultant contracts over $65,000 to Council for final review and approval. I PA There are no direct fiscal impacts of the recommendations contained in this report. Staff estimates that over $50,000 worth of administrative time (more than 1,000 hours) could be redirected to other aspects of contract and project management if the recommendations are adopted. NVIR NME AL This does not constitute a project under the California Therefore, no environmental assessment is needed. Environmental Quality Act. 1) 2) 3) Current and Proposed City Contract Approval Levels Survey of Contract Approval Levels of Califomia Municipalities Ordinance of the City of Palo Alto amending Palo Alto Municipal Code Chapter 2.30, Contracts and Purchasing Procedures, and Chapter 2.31, property Control PREPARED BY: Libby Dame, Sr. Financial Analyst DEPARTMENT HEAD APPROVAL: "xk~--~.,_t.~... ~ ~~ ) Melissa Cavallo Acting Director Administrative Services CITY MANAGER APPROVAL: CC:n/a Flelhing ity Manage1 CMR:379:97 Page 8 of 8 ATTACHMENT 1 CONTRACT APPROVAL LEVELS FOR SERVICES AND SERVICES/SUPPLIES COMBINATIONS AUTHORITY CURRENT APPROVAL PROPOSED APPROVAL LEVELS LEVELS City Council greater than $25,000 greater than $65,000 City Manager $5,001 - $25,000 $25,001 - $65,000 Mgr. of Purchasing $0 - $5,000 $10,001 - $25,000 Contract none up to $10,000 Administrators/Buyers APPROVAL LEVELS FOR THE PURCHASE OF S ~UPPLIES AND MATERIALS AUTHORITY CURRENT APPROVAL PROPOSED APPROVAL LEVELS ’ :’LEVELS City Manager greater than $5,000 greater than $25,000 Mgr. of Purchasing up to $5,000 $10,00i - $25,000 Contract none up to $10,000 Administrators/Buyers ATTACHMENT 2 ATTACHMENT 3 ORDINANCE NO. ORDINANCE OF THE COUNCIL OF THE CITY OF PALO ALTO AMENDING CHAPTER 2.30 AND SECTIONS 2.31.010 and 2.31.090 OF THE PALO ALTO MUNICIPAL CODE RELATING TO PURCHASING PROCEDURES AND DISPOSITION OF SURPLUS PROPERTY The Council of the City, of Palo Alto does ORDAIN as follows: SECTION i. Chapter 2.30 of Title 2 (Administrative Code) of the Palo Alto Municipal Code is hereby amended to read as follows: CHAPTER 2.30 CONTRACTS AND PURCHASING PROCEDURES 2.30.01 Validity of contracts and purchase orders. The city shall not be and is not bound by any contract, purchase order or any other document unless the same shall be made in-writing by order of the city council and signed by a duly authorized officer in behalf of the city, except as hereinafter provided. 2.30.020 Unauthorized purchases - ExceptiOns. It shall be unlawful f~r any officer or employee to purchase or contract for supplies or services for the city other than through the manager of purchasing and contract administration (hereinafter manager of purchasing), except: ~’ (b) Emergency purchases made in conformance with control procedures established by the city manager; or (c) Contracts for legal services as authorized by this Chapter 2.30. Any purchases, contracts or obligations to pay made contrary to the provisions of this chapter shall be null and void. 2.30.030 Definitions. (a) The following words and phrases whenever used in this chapter shall be construed as defined in this section: (I) "Emergency" means an unforeseen situation which threatens life or property. 9709101~ 0031847 (2) "Public works project" means: (A) Construction, alteration, demolition or repair work done for the city under contract with the city and paid for in whole or in part out of public funds; (B) Street, sewer or other improvement work done under the direction and supervision or by, the authority of any officer of the. city; (C) The laying of carpet in a city building and paid for in whole or in part out of public funds. (3) ..s~lies,. means and includes all supplies, materials (4) "Services" means and includes labor, professional services- and consulting services and includes public works projects. Services shall not include labor incidental to the purchase of supplies such as set-up, installation, testing, and maintenance of supplies where the primary purpose is to purchase (5) "Recycled product," "post-consumer waste" and "secondary waste" shall have the meanings set forth in Section 12200 of the California Public Contract Code, as it .may be amended. (6) "Recyclable" means oa product that is able to be recycled through one of the city of PaloAlto’s recycling programs, or another readily available local recycling program b~ving no cost to the city. 2.30.040 Real property contracts -Leases, rentals orpurchases of real property. The city manager is authorized to lease or rent city property to third parties for terms not in excess of one year provided, however, that city property at the Cubberley site may be leased or rented by the city manager to third parties for terms not in excess of five years, and to lease, rent, acquire or purchase real property from others .where the lease, rental or ~urchase price does not exceed.~.~~iIIi~~ dollars in one transactlon unless otherwlse A written report of all such transactions shall be made annually by the city manager to the city council. All other real property 970910 I~ 0031847 transactions or contracts must be approved by the city council and signed by the mayor. 2.30.050 Subdivision and demolition agreements. The city manager is further authorized to negotiate the terms and conditions of and sign on behalf of the city all contracts with subdividers for the installation of improvements and all agreements for the demolition of buildings made pursuant to this code. 2.30.060 Supplies. (a) Purchase. The city manager is authorized to bind the city in written contract, without previous action by the cit~ council, for the purchase of any ~~!iii~~!ii .not ~de in ...... 10.:~:~.~:~:~::N~N~:~:~ ~ ~ supply purchases in excess of twenty- fi@~"~~:~~~~: d~:~:":::~:iars ~ii comply with the bid procedure specified in Section 2.30.130, unless they are excepted ~y Section 2.30.~40. (b) Rental. The city manager may rent supplies from others for the city-for a term not to exceed one .year where the total of all rent payable within any twelve-month ~eriod for those supplies does not exceed ......................... ~. ,~ ............... ~.e...,..:.:.~...s~..... . .................... .................. ...................... .............~ml ~m~’mZ:.::{.’:’~ ~-- ~%-~ ~--^~ --,..~--1.~,~ .-,,~ --~^--4 4=4 ^~ 4 "4&’"’"’6"A"~4"~-"I’~’~’"’"’~’""~"~%’""W’~"6 .... ~~iiiili~ii~..’~ ~ the te= of the rental exceeds one y~ar~’@ ~’H~’"’~5~’~£ of @~~~ ......for those supplies exceeds twenty-fxve thousand dollars in any twelve-month period’, the competitive bidding process in Section 2.30.130 shall be followed. (c) The authorization to the city managercontained in subsections (a) and (b) does not include installment purchases which involve the payment of interest or leases with an option to purchase, which shall be subject to approval by the city council. 2.30. 070 Services or co~blna~ion of services and supplies. ~. :::.’.:.: .’..:~:: :~ ::: ::::::",,,¯, ,¯il~iii!iliiiiiiiii!I!::~Theclty manager is authorized to blnd the clty by written ......~6~~~act for services involving an expenditure not one nransaction,exclusive oz sal~~’~~~5~~W~~hout ~ council in the value of the supplies )e inc.purposes of calculating servlces. 3 970910 !~ 0031847 ~~:’°~~dH~d to bind the city by written contract for legal services to be provided to the city, involving an expenditure not dollars anyexceeding ~=~y--~k~hg~4 ~~~ in onetransaction, without adve~~~~:~:::~6:~::~:::~:~lo~ action by the city council, for the payment of such services. The city attorney is authorized to bind the city by written contract for legal services to be provided to the city, involving an expenditure of any amount, provided the city council has first approved the use of .such services. .i~i~i~ii~i~iWit~ the exception of contracts for legal services, as prov~’’~"~ie~section libel!, the award of all contracts forservices or a comb~tion of::::::~rvices and supplies ~~ involving an expenditure exceeding t~=nty ~~~~ dollars, exclusive of sales or use tax, shall ~"~~"’~’’~’"~~’"council and the contract shall be signed by the mayor or, in the ~yor’s absence, by the vice-~ayor. 2.30.075 .Contracts for special studies applications for private development projects. relating to The city manager is authorized to bind the city by written contract, without advertising or previous action by the city council, and without following the provisions of Sections 2.30.130 and 2.30.150, for all services involving the preparation of environmental assessments and other studies deemed necessary by the director of planning and community environment for the processing of applications for private development projects. The city manager’s authority under this section shall not be limited by the amount of the expenditure authorized by each contract. This section does not authorize the city manager to bind the city to a contract, unless the applicant for the private development project agrees, to bear responsibility for the entire cost of such contract, and such contract will not require the expenditure of ’city funds in any amount. 2.30.080 Approval of city manager or ~ 970910 laz 0031847 2.30.090 Emergencies. In emergency situations, the city manager is authorized to expend city funds without limitation by way of amount and without the requirement for either formal bids or informal quotations. The city manager is authorized to conclude that an emergency exists without further declaration by the city council. Expenditures made during an emergency must be reported to the city council at the next regular meeting if such expenditure would otherwise have been made by the city council. 2.30.100 Continuing contracts; cooperative purchases; mutual aid and Joint underground installations. or ~re amount due over the term of the contract, or the contract is made subject to appropriation by the city council of amounts to become due in fiscal years subsequent to the contract’s execution, said appropriation occurring at a time when said funds are needed for expenditure for the current services or ~red or 970910 i~ 0031847 5 ~i~ii~i~!!~i!~iCooperative Purchases. The manager of purchasingis author1£~ ......... ~ participate with other public agencies in purchasing supplies, services, or a combination thereof, including contracting therefor, provided at least one participant therein substantially follows the bid and award requirements in this chapter, and the contract is executed on behalf of the city by the appropriate official. ~e~i~iilli iili!i!!iiiI~.:M, u ~ u a I Aid. The manager of purchasing isauthorized ’~~::"~~iclpate with other public agencies in an "open stores" mutual aid policy, provided that the disbursement of any city supplies to other agencies shall not affect city services. Supplies may be disbursed to any other agency on a loan basis or sold to the agency at the current replacement cost to the city at the time of replacement° 44~.i~i~ii~i~!~i~iJomnt Installatmon of Underground Facilities System. The"~"~~’’’manager is authorized to participate with the local telephone utility and/or any cable television operator in the joint purchase and installation of underground utility and communication ~facilities pursuant to a master agreement for installation of underground facility systems which has been approved by the city council; provided, that the city’s estimated share of such ~ystem does not exceed the sum of ~ 2.3 0. ii0 Open market purchases o Except as otherwise directed by the city manager, or by the city attorney solely with respech to legal services, supplies or services, or any combination of supplies and services involving a total expenditure of city funds in an amount of $25,000.00 or less, exclusive of sales or use tax, shall be purchased, when feasible and when in the best interest of the city, in the open market by written quotation or telephone solicitation, without posting at civic center or newspaper advertisement and without observing the procedure prescribed for the award of formal bid purchases. Open market purchases, whenever possible and practicable, shall be based on at least three competitive quotations and shall be awarded by the manager of purchasing to the person, firm or corporation submitting the lowest responsible quotation. In determining the lowest responsible quotation, the city shall do so based on the factors set forth in Section 2.30.150 for determining the lowest responsible bidder used in formal bid purchases. The manager of purchasing shall keep a record of all open market orders and the quotations submitted in competition thereon. Such records shall be open to public inspection during business hours. Records of such open market orders or purchases may be disposed of by the manager of purchasing in the manner provided by law. 9709101~: 0031847 2.30.120 Open purchase contracts. An open purchase contract is a written agreement with a vendor that establishes a quoted or maximumprice on "any quantity" or an "annual requirements" basis for parts, commodities, or services or combinations thereof. Separate open purchase contracts shall be used for the grouping of parts or commodities of a like kind, or annual maintenance, based on predetermined cumulative quantities to be used or consumed by the city within a set period of time. Open purchase contracts for services, supplies or combination thereof may be entered into for a period of up to thirty-six months!i~iii provided the term of the agreement and conditions of renewal or extension, if any, are included in the solicitation document and funds are available for the first fiscal year at the time the open purchase contract is issued. Pa~ent and performance for succeeding fiscal periods (h~p~-e twenty-four months) shall be subject Lto the appropriation of funds by the city council. Open purchase contracts with a value exceeding twenty-five thousand dollars for services, supplies or any combination thereof shall conform tothe bidding requirements of Section 2.30.130. Open purchase contracts valued at less than twenty-five thousand dollars for services, supplies or any combination thereof shall conform to the open market purchase requirements of Section 2.30.110. 2.30.130 Bid procedure. (a) When Advertising Required. Where the cost of services or supplies exceeds the amounts set forth in Sections 2.30.060, 2.30.070 and 2.30.120 for open market purchases, the manager of purchasing shall call for bids by posting at civic.center or by advertising "at least once in a daily newspaper of general circulation in the city not less than five days prior to the date set for receiving bids. (b) Bid Bond or Deposit. Unless waived .by the city manager, in cases where it is determined that such waiver will not be detrimental to the interests ~f city, all ~y casH, a certificate of deposit or certified check or draft, or a cashier’s check or draft of or on some responsible bank in the United States, in favor of and payable at sight to the city, in an amount not less than five percent of the aggregate amount of the bid. If the bidder to whom the contract is awarded, for fifteen days after the posting of such contract, or within any other time frame specified in the notice inviting bids, fails or neglects to enter into the contract and to file the required bonds, the director of ~ ~~i~~iii~~ shall draw the money due on such cert~f~c~:~:::~~-~6<~~~:~~ or draft and pay the same or any cash deposited into the treasury, and under no circumstances shall it be returned to the defaulting bidder. In lieu of the foregoing, any bid may be accompanied by a surety bond in said amount furnished by a surety authorized to do surety business in the state of California, guaranteeing that said bidder will enter into the contract and file the required bonds within 9709101~ 0031847 said period or said amount shall be forfeited. With the approval of the city manager, prospective bidders may file annual or continuous surety bonds covering all bids to be made during the period that the surety bond is in effect. Upon failure of the bidder to whom the contract is awarded to execute the contract and file the required bonds, the city council or the city manager as the case may be, may, in its discretion, award the contract to the next lowest responsible bidder, or upon failure of such bidder to execute the contract and return the appropriate bonds within the designated time, to the third lowest responsible bidder, if any there be. (c) Opening of Bids and Awards. All bids shall be sealed, identified as bids on the envelope and shall be submitted to the manager of purchasing at the place and time specified in the public notice inviting bids. Bids shall be opened ~by the manager of¯"~ A ~ ~ ~ ~ ~ ~ ~ ~ .....~ ~ ~ ~ 4 ~ r~i:~:!:~:’~i:::::~i:~ :::::::::::::::::::::::::::::::’urchas~n or h~s ........................~s~ ~,~n atPg~~ ......................!i.::i.~ .............public, the :time and place designated in the noti~-i~ing bids. Bids received after the specified time shall not be accepted and shall be returned to the bidder unopened. The contract shall be let to the lowest responsible bidder, as defined in this chapter, either by the city council, if the is for services in excess of ...... ~ ..............dollars, or a combination of services and in excess of t-we~ fiv~~.are, :exclusive of sales or use tax, or in any cases by the city manager. ~ ...... 4_ ~,_~dc ~.. ~_ The contract shall be let by the city council or the city manager on the basis described in the notice inviting sealed bids to the lowest responsible bidder, as defined in this chapter or in the city charter for those contracts governed by the city charter. At the time of award, the city council may authorize the city manager, or in contracts awarded by th~ city manager, the city manager may authorize ~i~ ....~’: des~gneei~!~ito negotiate and executeone or more amendments or chang~ orders t~ the contract, the scope of which amendment or change order shall be within or incidental to the scope of the.contract awarded, and the value of which shall be within the amount appropriated for the contract. The city council or the city manager, as the case may be, may reject any and all bids and waive any informalities or minor irregularities in the bids. (d) Disposition of Bid Bond or Deposit. All deposits and bonds shall be returned after execution of the contract by the successful bidder and deposit of the necessary bonds. (e) Approval of Faithful Performance and Labor and Materials Bonds Waiver. Faithful performance or labor and material bonds required by city specifications or contract shall be approved as to form by the city attorney. The city manager may waive the furnishin~ of a faithful performance bond ~iiiii~~ii!~ such waiver will not be detrlmental to 8 970910 !~ 0031847 "~, (f) No Bids. If no bids are received or if no bids meeting the specifications are received, the city manager may proceed to have the services performed or the supplies purchased without further competitive bidding. 2.30.140 Exceptions to competitive bidding. (a) The restrictions and provisions of Section 2.30.130 requiring competitive bidding shall not apply to the following contracts, purchases or transactions: (i) To contracts involving the obtaining of professional or specialized services such as, but not limited to, services rendered by architects, attorne[s, accountants, auditors, engineers, ~~~i i!!i!~~~iiii~!iiii!!ili~i~~ii~!ii and other (2) Where calling for bids on a competitive basis is, in ~the opinion of the city manager, impracticable, unavailing or impossible; (3) Where the city’s requirements can be met solely by a single patented article or process; (4)Placement of insurance coverage; (5) When the public work is performed by the city with its own employees; (6) Purchase of utility commodities for resale. 2.30.150 Lowest responsible bidder. (a) In addition to price, in determining the lowest responsible bidder, consideration will be given to quality and performance of the supplies to be purchased or services, provided by the seller. Criteria for determining low bid shall include, but not be limited to the following: (I) The ability, capacity and skill of the bidder, to perform the contract or provide the supplies or services required; (2) The ability of the bidder to provide the supplies or services promptly, or within the time specified, without delay or interference; (3) The character, integrity, experience and efficiency of the bidder; reputation,judgment’, 9 9709101~ 0031847 (4) The quality of bidder’s performance on previous purchases or contracts with the city; (5) The ability of the bidder to provide future maintenance, repair parts and services for the use of the supplies purchase; (6) Current compliance by the bidder with federal acts and executive orders and state of California statutes governing the subject~of nondiscrimination in employment, provided that the city manager shall recognize as proof of noncompliance only the final decisions and orders of those federal and state agencies empowered under the law to make such findings; (7) Certification by.the successful bidder that ~e ~ ~~will pursue an affirmatlve course of action as required:’:~ ~~~;~:tive action guidelines provided hereinafter reasonably pertainin~ to the work of the contract and to the nature and size of ~ie ~~~~ii~i work force, to ensure that applicants are sought ~ .............. ~:~:~, and that employees are treated during employment, without regard to their race, color, national origin or ancestry, or religion; (8) Compliance by the bidder with the city’s policy for PUrchasing recycled products as specified below: (A) In deter~n, ining the lowest responsible bidder, a five percent price preference shall be given to recycled products, and to reusable products offered as alternatives to disposable (nonreusable). products. If no recycled product is available, a five percent price preference shall be given to recyclable products when they are offered as alternatives to nonrecyclable products. The price preference shall be determined based upon the lowest responsible bid or price quoted by suppliers offering nonrecycled products. The maximum amount of price preference shall not exceed ten thousand dollars per purchase. (B) Persons bidding to provide products or services to the city shall be notified of the city’s preference for the use of recycled products, including price preference~ Bidders shall be asked to provide information on recycled products that would be used on the project. (C) - No price preference shall be given for bids which include subcontractors, but the use of recycled products shall be considered when determining the lowest responsible bidder, if all other factors,~including price, are equal. (D). Persons bidding to provide a recycled product shall certify in writing to the city the percentage and contents of post-consumer and secondary recycled material in the product. (b) Under this section, specific guidelines will b~ adopted by council resolution from time to time, identifying the nature and scope of "affirmative action" desired by the city. 970910 lao 0031847 (C) Such guidelines shall be made available to all persons desiring to bid on city business. (d) Such certification shall be provided only by that bidder who is determined to be the successful bidder pursuant to all other criteria. The provisions of this subsection must be met and the information provided shall be evaluated prior to a final determination that such bidder is .in fact the lowest responsible bidder for purposes of an award of the contract. 2.30.160 Certificate of nondiscrimination. The bidder to whom the contract is to be awarded, shall provide a certificate stating!:i!I nondiscrimination in ~lo~ent, and that ~ ~~@~}}will pursue an affi~tive course of action as re~ired’~""~’~fi~tive action ~idelines as set forth in Section 2.30.150 and resolutions adopted pursuant theret ~ not disc~:~~e in the employment of any person because of race, color, national origin or ancestry, or religion, of such person~il and ~~i! ~e ~iiii~~ wlll partlclpate, pre-award’"9~:~:~w of hi~:~~itions under the provisions of this section. The requirement of this section shall apply only to contracts in excess of $5~000.00. Notwithstanding the fact that an award is to +be made by the city council or the city manager, a failure to meet the requirements of this section shall disqualify the bidder from further consideration. 2.30.170, Penalties for discrimination in employment. Any contractor who is found in violation of the nondiscrimination provisions Of the State of California Fair Employment Practices Act or similar provisions of federal law or executive order in the performance of any contract with the city, thereby shall be found in material breach of such contract and thereupon the city shall have the power to cancel or suspend the contract, in whole or in part, or to deduct from the amount payable to such contractor the sum of $25.00 dollars for each person for each calendar day during which such person was discriminated against, as damages for said breach of contract, or both. Only a finding of the State of California Fair Employment Practices Commission or the equivalent federal agency or officer shall constitute evidence of a violation of contract under this section. 970910 [~ 003 [847 11 2.30.180 Penalties for violation of affirmative action provisions. Any contractor who is found by the city manager to be in violation ?f ~i~~iii!Bgreement to pursue an affirmative course of action or in viol~~~n of any provision of the affirmative action guidelines pertaining to his contract shall be found in material breach of such contract and thereupon the city shall have the power to cancel or suspend the contract, in whole or in part, or to deduct from the amount payable to such contractor the sum of $250.00 for each calendar day during which the contractor is found to have been in noncompliance, as damages for said breach of contract, or both. 2.30.190 Control procedures. The type of written contracts to be used for all purchases shall be in conformance with control procedures established by the city.manager, city attorney, and finance director, provided that all contracts for services or a combination of services and supplies ~~~!iiii~~ when the total cost exceeds ee~ thousand ~~i~i~i~!~~~’"dollars, exclusive of sales or use tax, shal~’"5~"’~~~"::~::::~£oved by the city attorney. The city attorney shall approve the form of all contracts and agreements. 2.30.200 Avoidance of losses or liability. Any contract, purchase order or .other document c~erin~~ the procurement or use of services, supplles, ~~~~~i~or property for the city or the providing of ~~!i~~i~i or property for the city shall remove ~~~:::::~r~=~6~::~::~-hity insofar as practicable,.all risk of loss, liability and cost of defense. The city ’may purchase, at contractor’s expense, insurance covering the course of construction of public works where superior coverage, lower premium, consent of the contractor, or other factors justify such purchase. 2.30.210 Inspection and testing. The city department receiving or utilizing services or supplies shall inspect supplies delivered and Services performed to determine their conformity with the specifications applicable thereto or set forth in the contract and shall report any deficiencies to the manager of purchasing. The city may require chemical and physical tests of supply samples submitted with bids and samples of supply deliveries which are necessary to determine their quality and conformance with specifications. 2.30.220 Contract splitting prohibited. It is unlawful to split or separate into smaller portions, work orders, projects, purchases, contracts or any public work project for the purpose of evading the provisions of this chapter., including the splitting of work or services between or among departments or divisions or other organizational units of the city. 12 970910 lao 0031847 2.30.250 Purchasing manual. The manager of purchasing shall prepare a purchasing manual which will clearly define and describe the aims and purposes of this chapter. The purchasing manual shall describe and explain in detail the procedures that the using departments must follow in the procurement of supplies and services, and shall include, among other things, control procedures established under authority of this chapter. ’ SECTION 2. Section 2.31.010 of Chapter 2.31 (Property Control) of Title 2 of the Palo Alto Municipal Code is hereby amended to read as follows: 2.31.010 Surplus property and equipment - Disposal or destruction. (a)Authority of director of ~ ~~.All )artments shall of .........at such times and in such form as ~e p~cribe, reports showing all property ~s no .onger used or which has been obsolete or have authority to sell all propertg-WHi~-"~H6£"-5~-~~d-Sy any department or which has become unsuitable for city use, by negotiated sales, through the acceptance of sealed bids, by public auction, or e or ~-in for new (b) Authority of city manager. The clhy manager may authorize the abandonment, destruction or donation to public bodies, charitable, civic or nonprofit organizations, of city property which has no commercial value or of which the estimated cost of continued care, handling, maintenance or storage would exceed the estimated proceeds of sale. Such determination shall be made in writin~ and countersigned by the director of ~ ~~~ii~~~. The city manager may delegate any ~ECTION ~. Section 2.31.090 of Chapter 2.31 of Title 2 -of the Palo Alto Municipal Code is hereby amended to read as follows: 2.31.090 Sale to vest title. On payment of the price bid for the property sold, delivery of the property sold with a bill of s~le signed by the manager of purchasing ~ii~iiii~!~iiii~~i~~ shall vest title in the purchaser:~’ ............................................................................................................................................................................ 9709101~ 0031847 13 SECTION 4o The Council finds that this is not a project pursuant to the California Environmental Quality Act ("CEQA") and that no environmental assessment is necessary. SECTION 5. This ordinance shall be effective on the thirty-first day after the date of its adoption. INTRODUCED : PASSED: AYES : NOES : ABSENT: ABSTENTIONS : ATTEST:APPROVED: City Clerk APPROVED AS TO FORM: Senior Asst. City Attorney Mayor City Manager Acting Director of Administrative Services 14 9709101~ 0031847