Loading...
HomeMy WebLinkAbout2004-03-16 City CouncilCity of Palo Alto City Manager’s Report TO: ATTN: HONORABLE CITY COUNCIL FINANCE COMMITTEE FROM:CITY MANAGER DEPARTMENT: ADMINISTRATIVE SERVICES DATE: SUBJECT: MARCH 16, 2004 APPROVAL OF ORDINANCE CMR: 179:04 NEW CONTRACTING AND PURCHASING RECOMMENDATION Staff recommends that Council: Approve an ordinance amending and replacing Chapter 2.30 of the Palo Alto Municipal Code in its entirety to establish new contracting and purchasing procedures. Repeal City Policy and Procedure 1-10 covering Selection Procedures for Professional Consultants, incorporating relevant elements into the Purchasing Manual. Approve an increase in the contract approval authority of the Purchasing Manager and City Manager, from $65,000 to $85,000, to reflect increases in the Consumer Price Index (CPI). BACKGROUND Infrastructure has been one of the Council’s Top 5 priorities for several years. The 2001- 02 work plan for this priority included streamlining the construction and professional services contracting processes in order to expedite the completion of critical infrastructure projects. A Contract Streamlining Subcommittee (CSS), comprised of staff from the Public Works, Utilities, Community Services, Planning, and Administrative Services departments, the City Attorney and the City Auditor’s offices, was formed to develop a plan to streamline key contracting processes. In February 2003, the CSS presented its recommendations to the Finance Committee (CMR:124:03). Many of the CMR: 179:04 Page 1 of 8 CSS recommendations have been implemented or are in the process of being implemented. The process changes which have been implemented include: the utilization of step-by-step checklists for the Request for Quote, Invitation for Bid, and Request for Proposal processes; standardization of the format for routing contracts for internal signatures; and updating the contract CMR template with a new standardized table containing project information. The recommendations in the process of being implemented include: standardizing forms and templates; pre-qualifying professional service providers; an electronic tracking system for contracts; developing training and certification programs; and streamlining the contract signature process. A few of the CSS recommendations require Council approval and modification of the Municipal Code. These include: 1)An increase in the Purchasing Manager’s contract approval authority from $25,000 to $65,000; and an increase in the Purchasing Manager’s authority to delegate to the Contract Managers and Buyers from $10,000 to $25,000 and $5,000 to $10,000, respectively. 2)An increase in the City Manager’s contract approval authorization for public works construction contracts from $65,000 to $250,000. In February 2003, the Finance Committee approved these recommendations and directed the City Attorney to return to the Council with the associated Municipal Code amendments for its approval. However, after evaluation of the City’s existing Contracts and Purchasing Ordinance, the City Attorney’s Office in conjunction with the Administrative Services Department identified the need to rewrite this section of the Municipal Code in its entirety to improve its organization, clarity and content. This report presents the new Contracting and Purchasing Ordinance (Ordinance) to the Council for its review and approval. DISCUSSION The proposed Municipal Code rewrite implements the contract streamlining recommendations approved by the Finance Committee and makes the Ordinance significantly easier to use and understand. The Ordinance changes fall into three primary categories: 1) incorporation of contract streamlining measures; 2) clarifications; and 3) new provisions. A discussion of each of these categories is provided below. Contract Streamlining Measures The changes that were necessary to implement the contract streamlining measures are as follows: A.A new section giving the City Attorney the authority to approve as to form all contracts, purchase orders, documents and other agreements on a general or an CMR: 179:04 Page 2 of 8 individual basis. This section supports the implementation of standard contract forms and agreements developed by the CSS by providing a control system for their creation and use. B.An increase in the Purchasing Manager’s contract award authority from $25,000 to $65,000 per year for contracts up to three years. An increase in the Purchasing Manager’s delegation of authority to Contract Managers from $10,000 to $25,000 per year for contracts up to three years and to Buyers from $5,000 to $10,000 per year for contracts up to three years. An increase in the City Manager’s contract award authority for public works projects from $65,000 to $250,000. In addition, for consistency purposes, the City Manager’s overall authority to contract for goods was capped at $250,000 per year for contracts up to three years (amount currently unlimited) and the limit on the purchase of capital equipment of $65,000 was eliminated Along with the proposed increase in the City Manager’s contract award authority for public works projects, staff is proposing increasing the formal bid amount for public works projects from $25,000 to $65,000. This increase is. consistent with the increase in contract award authority and reflects the escalation in construction costs since this amount was first established in the 1970s. (From mid-1970 through 2003, the construction cost index has increased by over 300 percent.) It is important to note that the City’s charter only requires formal bidding for public works projects funded by bonds or property assessments. Staff believes the formal bid process adds value for higher dollar value construction work regardless of the funding source. Public works projects under $65,000 would adhere to an abbreviated bid process, requiring at least three bids. The abbreviated process provides for bid solicitation by mail, fax, e-mail, phone, and posting on the City’s web site and eases the advertising and bid opening requirements. Staff estimates that less than 10 public works projects would be impacted each year by the formal bid amount increase from $25,000 to $65,000. Although it impacts a limited number of projects, this change would save the City over 100 hours in staff time (valued at about $10,000) during the year. It would also shave approximately four to six weeks from the bid processing timeline. This staff time could be redirected to the timely completion of infrastructure projects. A provision providing for a decentralized purchasing process (purchases made by qualified departmental staff instead of the Purchasing Division) for smaller dollar items under $5,000. This provision is consistent with the City Auditor’s Office recommendation provided to the Council in her Audit Status Report dated October 9, 2003. The decentralization of lower dollar value purchases is known CMR: 179:04 Page 3 of 8 to reduce procurement cycle times and would free up Purchasing staff to focus on higher dollar value purchases. Prior to decentralizing the City’s smaller dollar purchases, staff will work with the City Auditor’s Office to develop procedures to properly monitor and control these purchases. G.A provision giving the Purchasing Manager the ability to create and maintain a list of qualified professionals to satisfy recurring professional service requirements. Clarifications The new ordinance has been reorganized, detailed explanations have been provided, and ambiguous language has been eliminated. As a result, users are provided with a better "roadmap" to the City’s contracting and purchasing procedures. More specifically, the key changes in this category include: A. A definition of each type of contract that the City solicits. Enhancement of the definition of professional service contracts. In addition, the professional services exemption from competitive solicitation has been capped at $25,000. With this change, professional services from $25,000 to $65,000 would adhere to an abbreviated proposal process, requiring at least three proposals. Professional services of $65,000 and above would follow the City’s formal request for proposal process. At the present time, there is a conflict between the Municipal Code which provides an unlimited exemption from competitive solicitation requirements for professional services and Policy and Procedure 1-10 (Selection Procedures for Professional Consultants) which requires competitive solicitation for certain professional consultants over $25,000. In addition to proposing a cap on the professional services exemption at $25,000, staff recommends that the Council repeal City Policy and Procedure 1-10. The portion of this Policy dealing with the Council Committee review of proposed scopes of service has already been incorporated into the annual budget process and the portion dealing with the competitive solicitation process is being rewritten to include the CSS contract streamlining recommendations and added to the Purchasing Manual. The addition of detailed descriptions of the competitive solicitation requirements for each contract type and the addition of the factors that should be considered in making contract award decisions. The definition of both responsive and responsible bidder has been improved. CMR: 179:04 Page 4 of 8 Do Each level of contract award authority (City Council, City Manager, Purchasing Manager, and City Attorney) has been clarified by both dollar amount and contract duration. E.The City Manager’s authority to rent, lease, acquire or purchase interests in real property has been limited to 7 years (currently unlimited term). Fo The authority to modify contracts, including those awarded by Council, has been better defined. The City Manager may only authorize minor modifications to contracts awarded by Council. These modifications include extending the contract term up to six months, and making minor scope, schedule, or clerical corrections. Go The section on exemptions from competitive bidding has been expanded to provide more specificity and examples. The City Manager is the decision maker as to whether an exemption applies. At the present time, this responsibility is shared between the City Manager and the Purchasing Manager. H°An improved definition of the bid security, bond, insurance and certification of nondiscrimination requirements and when they must be included in a contract. In addition, the bid security requirement for formal public works project bids has been increased from 5 to 10 percent of the bid to be consistent with State Public Contract Code. The reporting requirements related to public works contracts awarded by the Purchasing Manager or City Manager have been changed to make them consistent with the changes in approval levels for public works contracts (reporting would be required when a public works contract exceeds $65,000 instead of $25,000). In addition, the regular reports would be delivered on a biannual instead of a quarterly basis. New Concepts Several new sections have been added to the ordinance. These new provisions include: No A section permitting the Council to adopt by resolution policies that relate to contracting procedures and requirements (e.g., local preference policy, local boycotts, price preferences for use of recycled products, etc.). This will allow the City to approve and implement these policies on a more efficient and flexible basis. Staff is currently working through the legal steps required to justify the establishment of a local preference policy. As part of both the "Enhancing the City’s Economic Base" and the Council Sustainability Policy, staff plans to return to Council with a local preference policy recommendation that can be easily implemented by Council resolution as a result of this section. CMR: 179:04 Page 5 of 8 No A provision permitting the Council to determine by resolution that a particular public works project should be solicited and contracted for using an altemative project delivery method (e.g., competitive negotiation, design build, construction manager at risk, etc.). A provision giving the City Manager the authority to execute contracts to provide municipal services to other public agencies in any amount for terms not exceeding three years. Authority to add permanent employee positions is specifically excluded. Staff is currently developing policies and procedures covering these contracts for Council approval. This provision will be carried out in accordance with the Council-approved policies and procedures. Do A number of provisions covering contract approval and competitive solicitation requirements for wholesale utility commodities. These provisions give the City Manager the authority to approve these contracts where the contract price does not exceed $250,000 and the term does not exceed three years. These purchases would be subject to an abbreviated solicitation process from $25,000 to $65,000 and a formal solicitation process over $65,000. The provisions also provide CPAU with the ability to transact business utilizing electricity and gas master agreements in compliance with the City’s Energy Risk Management Policies and Procedures. Distinct requirements are provided for contracts with public (i.e. governmental) counterparties and for contracts with private sector counterparties. Overall these new provisions provide CPAU with both the flexibility and the oversight necessary to effectively carry out these purchases. Added ethics in contracting provisions, including the prohibition against the acceptance of gratuities and the withdrawal from participation in the procurement process when there is a conflict of interest. F.A section that precludes parties that assist the City in preparation of bid or proposal documents from submitting a bid or proposal. G.A section to address the correction or withdrawal of bids, the handling of tie bids, the cancellation of solicitations, and the rejection of bids. No A provision allowing the City Manager to determine that standardization of equipment, materials and supplies is necessary so that the City does not need to allow vendors to submit "or equal alternatives." The factors used by the City Manager in making a standardization determination are included. CMR: 179:04 Page 6 of 8 Additional Change In addition to the proposed ordinance changes, staff is recommending a one-time 30 percent increase in the contract approval levels of Purchasing Manager and the City Manager, from $65,000 to $85,000, to recognize actual and anticipated increases in CPI. The San Francisco Bay Area CPI has increased by an average of 3.4 percent each year (with an overall increase of approximately 23 percent) since late 1997, the year the City’s contract approval levels were last adjusted. Using this 3.4 percent annual average, CPI would increase another 6.8 percent over the next two years. This brings the total of the actual CPI increases since 1997 and the anticipated increase over the next two years to about 30 percent. With these year-to-year inflationary increases, the purchasing power of the dollar declines and the number of contracts presented to Council steadily increases. As a result, staff proposes a one-time $20,000, or 30 percent, adjustment to contract approval levels. Staff plans to return to Council periodically (approximately every 5 years) to propose similar approval level increases to account for CPI. Following Finance Committee approval of this proposed recommendation, staff will incorporate this increase into the pertinent sections of the new Contracting and Purchasing Ordinance (Section 2.30.200 Purchasing Manager Contract Award Authority and Section 2.30.210 City Manager Contract Award Authority) prior to returning to Council for approval. The proposed changes in contract approval levels and solicitation requirements are detailed in Attachments B and C. RESOURCE IMPACT There is no expense impact to department budgets or the Budget Stabilization Reserve as a result of adopting these changes. POLICY IMPLICATIONS These recommendations are consistent with existing City policies. TIMELINE Following the approval of the proposed Ordinance by Council, staff will implement the necessary changes to the City’s Purchasing Manual, internal policies and procedures, finalize contract training and certification progams, and establish accountability guidelines for all staff involved in the contracting process. ATTACHMENTS Attachment A: Proposed Contracting and Purchasing Ordinance Attachment B: Proposed Contract Approval Levels Attachment C: Proposed Solicitation Requirements Attachment D: Contract Streamlining Staff Report (CMR: 124:03) Attachment E: Existing Contracting and Purchasing Ordinance (available online) CMR: 179:04 Page 7 of 8 PREPARED BY: LALO PEREZ Chair, Contract Streamlining SubCommittee NELLIE ANCEL Senior Assistant City Attorney APPROVED BY: CITY MANAGER APPROVAL: Assistant City Manager CMR: 179:04 Page 8 of 8 NOT YET APPROVED ORDINANCE NO ORDINANCE OF .THE COUNCIL OF THE CITY OF PALO ALTO AMENDING AND RESTATING CHAPTER 2.30 OF THE PALO ALTO MUNICIPAL CODE IN ITS ENTIRETY [ CONTRACTS AND PURCHASING PROCEDURES ]TO ESTABLISH NEW CONTRACTING AND PURCHASING PROCEDURES AND TO DEFINE THE CONTRACT AUTHORITY OF CITY OFFICERS AND EMPLOYEES ATTACHMENT The Council of the City of Palo Alto does ORDAIN as follows: SECTION i. Chapter 2.30 of the Palo Alto Municipal Code is hereby amended in its entirety to read as follows: PART 1 GENERAL 2.30.010 Purposes. This chapter defines the contract procurement procedures and requirements for public works construction, general services, professional services, wholesale utility commodities and goods. This chapter establishes the contracting authority of the manager of purchasing and contract administration ("purchasing manager"), designated employees, the city manager, the city attorney and the council. The purpose of this chapter is to foster and encourage the use of best management practices in contracting, to ensure quality and efficiency while obtaining goods, services, equipment, materials and supplies at the lowest cost commensurate with the quality needed; to provide for a fair and equitable procurement process utilizing standardized solicitation procedures; and to maintain honesty and integrity within the procurement process. 2.30.020 Scope. (a) Contracting Authority.Part three of this chapter establishes the authority of certain officers and employees of the city to award and sign contracts. (I) The city manager, purchasing manager, and their authorized delegates and certain designated employees may award and sign contracts within the limits of their authority for: public works construction, general services, professional services, wholesale utility commodities and other energy and energy-related contracts, and contracts or purchase orders for goods, materials, equipment and supplies. 040309 nm 0100164 NOT YET APPROVED (2) The city attorney and authorized delegates may enter into and sign contracts with the limits of their authority for legal services. (3) The city manager may also award or approve, and sign, contracts within the limits of his or her authority to: rent, lease, license, acquire or purchase interests in real property from other parties; rent, lease or license city property; provide municipal services to other public entities; provide for indemnity or risk of loss; and any other contract involving city expenditure of an amount of $65,000 or less. (b) Solicitation and Award Procedures and Requirements. Contracts for public works construction, general services and professional services, wholesale utility commodities and other energy and energy-related contracts, and contracts or purchase orders for goods, materials, equipment and supplies shall be awarded pursuant to the procedures contained in this chapter. The solicitation and award procedures and requirements contained in this chapter shall not apply to the following: (i) Subdivision agreements, improvement agreements, deferred parking agreements, development agreements and other land use contracts entered into between the city and property owners or developers pursuant to other parts of this code; (2) Franchises and franchise agreements; (3) Contracts between the city and other public entities for city provision of services to the other entities; (4) Transactions involving the acquisition and disposal of real property; and (5) Agreements to provide funds pursuant to the human services resource allocation process or community development block grant program. 2.30.030 Council contract policies adopted by resolution. The council may from time to time adopt by resolution policies related to contract solicitation and award procedures and requirements. The policies may include, but shall not be limited to, policies addressing local boycotts, protest procedures, and price preferences for use of recycled or sustainable goods and for local businesses. The policies shall 040309 nra 0100164 2 NOT YET APPROVED not conflict with, but may be in addition to, any provisions of this chapter. All council policies shall be considered and implemented in the solicitation and award of contracts. 2.30.040 Centralized purchasing. Purchasing to be centralized. All purchases shall be made through the purchasing manager, except: (a) Purchases made from petty cash funds pursuant to control procedures approved by the city manager and contained in the administrative policies and procedures manual maintained by the city manager; (b) Emergency purchases made in conformance with control procedures approved by the city manager and contained in the purchasing manual; (c)Contracts for legal services; (d) Purchases by city credit card, made in conformance with control procedures approved by the city manager and contained in the purchasing manual; (e) Purchases, where the total expenditure by the ci~ty does not exceed $5,000, made in conformance with control procedures approved by the city manager and contained in the purchasing manual; and (f) Transactions under master contracts for wholesale utility commodities as defined in section 2.30.140 made in conformance with section 2.30.340. 2.30.050 Purchasing manual. The purchasing manager shall prepare a written purchasing manual that implements the requirements of this chapter. The purchasing manual shall establish and describe in detail the contract solicitation and award procedures and requirements that must be followed in making purchases on behalf of the city. The purchasing manual shall include, among other things, control procedures established under the authority of this chapter. The city manager shall approve the purchasing manualand any modifications made to the manual from time to time. 2.30.060 Validity of contracts and purchase orders. The city shall not be and is not bound by any contract, purchase order, document, or any other agreement unless it is in a writing which is.both: 040309 nm 0100164 3 NOT YET APPROVED (a) Approved by the council and signed by the mayor, vice mayor or other duly authorized officer or employee on behalf of the city as provided in this chapter; and (b) Approved as to form by the city attorney as provided in section 2.30.070. The foregoing requirements shall purchases with a city credit card. not apply to authorized 2.30.070 Approval as to form by the city attorney. The city attorney shall approve as to form all contracts, purchase orders, documents and other agreements. The city attorney approval as to form may be performed on a general basis (standardized form contract) or on an individual basis. No city office or department other than the city attorney is authorized to create, modify or approve for use standardized form contracts. Each contract, purchase order, document or other agreement that is subject to individual review and approval shall be signed by the city attorney to signify that it is approved as to form. A standardized form contract that has been approved by the city attorney for general use may be used without further approval or signature by the city attorney so long as the form is not modified. The purchasing manager in consultation with the city attorney and the city auditor shall be responsible for creating a control system for the creation and use of standard form contracts, purchase orders, documents and other agreements to be included in the purchasing manual. 2.30.080 Interpretive authority. The city attorney shall have the sole authority to interpret the provisions of this chapter and to issue rulings or opinions concerning the meaning and application of the provisions of this chapter. 2.30.90 No conflicting policies or procedures. NO city department, commission or other division or body may adopt or create an internal policy or procedure that conflicts with or is not consistent with any provision of this chapter. // 040309 nra 0100164 4 NOT YET APPROVED PART 2 CONTRACT TYPES 2.30.100 Public works contract. A public works contract is a contract for the construction, alteration, repair, improvement, reconstruction or demolition of any public building, street, sidewalk, utility, park or open space improvement, or other public improvement. 2.30.110 Contract for goods. A contract for goods is a contract for the purchase of supplies, materials or equipment including, but not limited to, office supplies,janitorial supplies, furnishings, machinery, tools, vehicles,computer hardware and other personal property, materials or goods. A contract for goods includes blanket purchase order contracts where no particular quantity of units to be purchased is established at the time the contract is executed. A blanket purchase order contract must establish a maximum dollar amount for the contract and set forth pricing terms for the items to be purchased. A contract for goods may include labor incidental to the purchase of goods, such as set- up, installation, and testing. 2.30.120 General services contract. A general services contract is a contract, with or without the furnishing of supplies or equipment, for work, labor or services including, but not limited to: (a) Maintenance of public buildings, playgrounds and other public improvements; streets, parks and (b)Repair, modification and maintenance of equipment; (c) Licensing, installation and maintenance of computer software; (d) Janitorial services, uniform cleaning, tree trimming, street sweeping, power washing and landscape maintenance; and (e)Leasing of personal property for use by the city. 2.30.130 Professional services contract. A professional services contract is a contract for services which involve the exercise of professional discretion and independent judgment based on specialized knowledge, expertise or training. These services may include, but are not limited to, those provided by accountants, auditors, appraisers, 040309 nra 0100164 5 NOT YET APPROVED architects, attorneys, engineers, financial advisors, information technology experts, instructors, and planners. 2.30.140 Contracts for wholesale utility commodities. A contract for wholesale utility commodities is a contract with a private or public supplier or counterparty (in the case of gas or electricity) for the purchase or sale-incidental-to-purchase of water,gas or electricity and all related supplemental or ancillary services and any other energy or energy-related contract.A contract for wholesale utility commodities includes,but is not limited to, a master agreement containing general terms and conditions that provide for the execution of one or more purchase or sale-incidental-to-purchase transactions under the terms of a standard form contract and any exhibit or addendum thereto. 2.30.150 Contracts for dark fiber optics licensing services. A contract for dark fiber optics licensing services is a contract with a telecommunications or non-telecommunications carrier for the licensing of city-owned, city-installed and city-maintained dark fiber optics and related facilities, if any, located in the public right-of-way and public utility easements. A telecommunications carrier includes any person subject to the Telecommunications Act of 1996, as amended. A non-telecommunications carrier includes any person that is not a telecommunications carrier. PART 3 CONTRACTING AUTHORITY 2.30.200 Purchasing manager contract award authority. The purchasing manager may award and sign the contracts: following (a) Public works contracts. Public works contracts where the contract price, plus any contingency established for change orders, does not exceed $65,000. (b) Contracts for goods. Contracts to purchase goods where the term does not exceed three years, and the contract price, plus any contingency established for change orders or additional services, but excluding sales or use tax, does not exceed $65,000 in the first year, and does not exceed $65,000, plus any unexpended monies carried forward from a prior fiscal year, in any subsequent contract year. (c) General services contracts. General services contracts where the term does not exceed three years, and the contract price, 040309 nra 0100164 6 NOT YET APPROVED plus any contingency established for change orders or additional services, but excluding sales or use tax, does not exceed $65,000 in the first year, and does not exceed $65,000 plus any unexpended monies carried forward from a prior year, in any subsequent contract year. (d) Professional services contracts. Professional services contracts where the term does not exceed three years, and the contract price, plus any contingency established for change orders or additional services, but excluding sales or use tax, does not exceed $65,000 in the first year, and does not exceed $65,000, plus any unexpended monies carried forward from a prior year, in any subsequent contract year. (e) Software maintenance contracts. Notwithstanding subsection 2.30.200(c), the purchasing manager may award and sign contracts for maintenance of licensed computer software for any period of time during which the city maintains licenses for the software, where the contract price, excluding sales or use tax, does not exceed $65,000 per year in the first year and does not exceed $65,000, plus any unexpended monies carried forward from a prior year, in any subsequent contract year. 2.30.210 City manager contract award authority. The city manager may award and sign the fo!lowing contracts: (a) Public works contracts. Public works contracts where the contract price, plus any contingency established for change orders, is greater than $65,000, but does not exceed $250,000. (b) Contracts for goods. Contracts to purchase goods where the term does not exceed three years and the contract price, plus any contingency established for change orders or additional services, but excluding sales or use tax, is greater than $65,000 but does not exceed $250,000 in the first year, and does not exceed $250,000 plus any unexpended monies carried forward from a prior year, in any subsequent contract year. (c) General services contracts. Contracts to lease personal property where the term is greater than three years but not more than seven years, and the contract price does not exceed $65,000 in the first year, and does not exceed $65,000 plus any unexpended monies carried forward from a prior year, in any subsequent contract year. (d) Contracts for studies and services related to private development. Professional services contracts for: (i) the 040309 nra 0100164 7 NOT YET APPROVED preparation of environmental assessments or other studies deemed necessary by the director of planning and community environment for the processing of applications for private development projects, or (2) inspection and plan review services deemed necessary by the director of planning and community environment to evaluate conformity of private development projects with applicable building codes, regardless of the cost or term thereof, provided the applicant for the private development project agrees to bear responsibility for the entire contract cost, and the contract does not require the expenditure of city funds in any amount. (e) Rewards. The city manager may offer and pay rewards where the amount of the reward does not exceed $25,000, in accordance with the procedures of section 2.30.800. (f) Emergency contracts. An emergency is an urgent unforeseen situation that threatens life, property, or the general public health, safety and welfare. In emergency situations the city manager is authorized to expend city funds without limitation on amount and without following the contract solicitation and award procedures otherwise required by this chapter. The city manager is authorized to conclude that an emergency exists without further declaration by the council. Expenditures made during an emergency must be reported to the council at the next regular meeting if approval for such expenditures would otherwise have been made by the council. (g) Contracts to rent, lease, license, acquire or purchase interests in real property from other parties. Contracts to rent, lease, license, or purchase by installment interests in real property from other parties for a term of seven years or less, where the contract price does not exceed $65,000 per year. The city manager may enter into and sign contracts to acquire or purchases interests in real property where the contract price does not exceed $65,000. (h) Contracts to rent, lease, or license city property to other parties. The authority granted under this section is distinct from the authority of the director of community services to grant individuals and groups permits for the exclusive use of buildings, facilities and areas of city parks and open spaces described in Chapter 22 of this code. The city manager may award and sign contracts to rent, lease or license city property to other parties regardless of the price for a term not exceeding three years. Notwithstanding the preceding sentence, the city manager may enter into and sign contracts to rent, lease or 040309 nra 0100164 8 NOT YET APPROVED license property at the Cubberley site for terms up to five years. (i) Contracts to provide municipal services to other public entities. Contracts to provide municipal services and functions to any other local public agency in any amount for a term not exceeding three years; provided the contract is in compliance with the city council adopted policy covering such contracts. The authority granted herein does not include the authority to add permanent employee positions. (j) Contracts providing for indemnity or risk of loss. The city manager, with the concurrence and approval of the city attorney and the risk manager, may enter into and sign contracts, otherwise within the limits of his or her authority, that provide for the city or its officers or employees to defend, indemnify, or assume the risk of loss or liability for, any other contracting party respecting claims, demands, actions, losses or liabilities arising from the city’s performance under the contract. (k) Other contracts. All other types of contracts for which the contract term does not exceed three years and the total expenditure by the city does not exceed $65,000 in the first year, and does not exceed $65,000, plus any unexpended monies carried forward from a prior year, in any subsequent contract year. (i) Wholesale utility commodity contracts. Wholesale utility commodity contracts where the term does not exceed three years and the contract price does not exceed $250,000 in any year, including but not limited to gas transportation contracts and power transmission contracts with Pacific Gas and Electric Company and any public agency contract as defined in section 2.30.340(d). 2.30.220 City attorney contract award authority. The city attorney may award and sign contracts for legal services, including outside counsel and experts for litigation or other administrative and legal proceedings, to be provided to the city for any time period, where the contract price, plus any contingency established for change orders or additional services, but excluding sales or use tax, does not exceed $65,000 in the first year,and does not exceed $65,000, plus any unexpended monies carried forward from a prior year, in any subsequent contract year.The city attorney may sign contracts where the contract price exceeds the amounts set forth above, 040309 nm 0100164 9 NOT YET APPROVED provided the council has first approved the use of such services. 2.30.225 Wholesale utility commodity transactions. The city manager, director of utilities and designated employees may enter into and execute transactions for wholesale utilities commodities in accordance with the authority, limits and procedures set forth in the Energy Risk Management Policies Guidelines and Procedures Manual. 2.30.230 Designated employee purchases of $5,000 or less. Employees authorized in writing by their department head may award and sign contracts for goods and contracts for general services where the contract price does not exceed $5,000 and the term is one year or less. All such purchases shall be in accordance with the contract procedures and requirements contained in the purchasing manual. All department head written authorizations shall be kept on file in the office of the purchasing manager. 2.30.240 Designated employees use of petty cash and city credit card. Employees authorized in writing by their department head may make purchases using petty cash or a city credit card. All such purchases shall be in accordance with the contract procedures and requirements contained in the purchasing manual. All department head written authorizations shall be kept on file in the office of the purchasing manager. 2.30.250 Council approval/award of contracts. The council shall approve and/or award and the mayor or vice- mayor shall sign all contracts for which no contracting or signature authority has been established under this chapter, except to the extent the council has previously authorized a city officer or employee to negotiate and execute a contract on the city’s behalf without the further approval of the council. 2.30.260 Contracts with terms exceeding one year - appropriation. Contracts with a term exceeding one year shall not be approved by any person with contracting authority under this chapter or the council, unless the total amount due and payable by the city over the life of the contract is appropriated at the time the city assumes the obligation to pay, or the total amount due and payable during the first full or partial fiscal year of a multi- fiscal year contract is appropriated and the contract is subject to appropriation by the council of amounts to become due and 040309 nra 0100164 1 0 NOT YET APPROVED payable in subsequent fiscal years. The requirements of this section do not apply to contracts not subject to the debt limit re~airements of Article XVI, section 18 of the California Constitution as determined by the city attorney. 2.30.270 Delegations of authority to contract. This section establishes the exclusive source of authority to delegate any authority to contract granted by this chapter. The authority to delegate contracting authority shall not be implied from any other provision in this code. (a) Purchasing Manager delegations. The purchasing manager may delegate the authority granted under section 2.30.200 as follows: Persons holding the position of contract manager may be authorized to award and sign contracts in an amount of $25,000 or less per year with a term not to exceed three years; persons holding the position of buyer may be authorized to award and sign contracts in an amount 6f $i0,000 or less per year with a term not to exceed three years. (b) City Manager delegations. The city manager may delegate any authority to contract granted to the city manager by this chapter to the assistant city manager and to the director of administrative services, and, as to wholesale utility commodities contracts and transactions issued thereto and other utility related transaction, to the director of utilities. If the assistant city manager, the director of administrative services, or the director of utilities is unable to exercise the authority delegated to him or her due to legal or physical incapacity, constraint or unavailability, the city manager may, with the prior concurrence of the city attorney, delegate authority to another person. (c) City Attorney delegations. The city attorney may delegate any authority to contract granted to the city attorney by this chapter to a person holding the position of senior assistant city attorney. (d) Delegations to be written. All delegations of authority shall be in writing, dated and describe the limits of the authority delegated, including but not limited to the type, dollar amount, quantity of goods or services, and duration of the contracts that may be executed under the delegation. All delegations of authority shall be kept on file in the office of the purchasing manager. 040309 nra 0100164 1 1 NOT YET APPROVED 2.30.280 Authority to modify and terminate contracts not approved or awarded by the council. Each person with contracting authority under this chapter may authorize and sign amendments or change orders to contracts they have awarded under the authority granted in this chapter subject to the following: (a) All modifications to contracts, including, but not limited to, changes to the scope of work, quantity of goods, price or term shall be made in writing, and accomplished in accordance with the terms of the original contract; and (b) The amendment or change orders to a contract shall not cause the contract as modified to exceed the monetary or term limits of that person’s authority as defined in this chapter. Each person with authority granted under this chapter to award and sign a contract also has the authority to terminate the contract in accordance with the contract terms and conditions. 2.30.290 Authority to modify contracts awarded by the council. (a) The council, at the time it awards a contract or authorizes a city official or employee to award a contract, may also authorize the city official or employee to execute an amendment or change order to a contract in an amount exceeding the monetary and/or term limits of the official’s or employee’s contract authority set forth in this chapter. Amendments or change orders made under authority granted by the council shall be in writing, accomplished in accordance with the terms of the original contract and shall not cause the contract as modified to exceed the limits of the authority granted by the council (b) The city manager is authorized to enter into and execute for and on behalf of the city, without the prior approval of the council, any amendment or change order to a contract previously approved by the counci! that does not increase the compensation for the contract to accomplish the following: (i) To extend the term of the contract for a period not to exceed six consecutive months from the last council-approved expiration date; or (2) To make minor revisions to the scope of services or schedule; or (3) To make clerical corrections. 040309 nra 0100164 12 NOT YET APPROVED In addition, the city manager may approve and sign assignments of contracts previously approved by the council when he or she has determined that the proposed assignee has the ability, capacity, experience and skill and is otherwise qualified to perform the contract. 2.30.295 Limitations on contract authority; authority o~herwise conferred. (a) This chapter does not authorize a city officer or employee to award or sign any contract which such officer or employee is otherwise prohibited from awarding or signing under the provisions of the city charter, this municipal code, or any other applicable law, or by any ordinance, resolution, minute order or other official action of the council. (b) Nothing is this chapter shall limit any authority conferred by the city council through a resolution delegating authority to a city officer or employee to negotiate and execute contracts on the city council’s behalf without the further approval of the city council. PART 4 COMPETITIVE SOLICITATION REQUIREMENTS 2.30.300 Public works contracts. Public Works Contracts not exempt from these competitive solicitation requirements under section 2.30.360 or by resolution of the City Council shall be solicited as follows: (a) Public works contracts providing for an estimated expenditure of $65,000 or less, and not otherwise required to be formally bid by the charter, shall be solicited by informal bid in accordance with the provisions of section 2.30.400. (b) Public works contracts providing for an estimated expenditure exceeding $65,000 shall be solicited by formal bid in accordance with the provisions of section 2.30.420. (c Article VII, Sec. 6 of the city charter requires formal bidding only for public works contracts funded by bonded indebtedness of the city or by assessment against particular property in the city. However, the intent of this section 2.30.300 is to require formal bidding for all public works contracts exceeding $65,000, unless exempt as provided in section 2.30.360 or by resolution of the council as provided in this section 2.30.300. The council may determine by resolution that a particular public works project may be solicited and contracted for. using alternate project delivery methods, 040309 nm 0100164 13 NOT YET APPROVED including but not limited to design build, construction manager at risk, or competitive negotiation. Any such resolution shall set forth the reasons supporting the use of the alternate project delivery method for the project and describe the solicitation method to be used and the criteria for determining the party to whom the contract should be awarded. 2.30.310 Contracts for goods. Contracts for goods not exempt from competitive solicitation requirements under section 2.30.360 shall be solicited as follows: (a) Contracts for goods providing for an estimated expenditure by the city of $25,000 or less shall be solicited by informal bid in accordance with the provisions of section 2.30.400; and (b) Contracts for goods providing for an estimated expenditure by the city exceeding $25,000 shall be solicited by formal bid in accordance with the provision of section 2.30.420. 2.30.320 General services contracts. General services contracts not solicitation requirements under solicited as follows: exempt from competitive section 2.30.360 shall be (a) General services contracts providing for an estimated expenditure by the city of $25,000 or less shall be solicited by informal bid or informal proposal in accordance with the provisions of section 2.30.400. (b) General services contracts providing for an estimated expenditure by the city exceeding $25,000 shall be solicited by formal bid in accordance with the provisions of section 2.30.420 or by formal request for proposal in accordance with the provisions of section 2.30.410. (c) It is expected that most general services contracts will be solicited using the informal or formal bid procedures. However, where the city has defined a situation for which it seeks a solution, or the circumstances require that a contract award be based on significant factors in addition to price, the purchasing manager may determine that a request for formal or informal proposals shall be used to solicit the contract. // // NOT YET APPROVED 2.30.330 Professional services contracts. Professional services contracts not exempt from competitive solicitation requirements under section 2.30.360 shall be solicited as follows: (a) Professional services contracts providing for an estimated expenditure by the city greater than $25,000 and up to and including $65,000 shal! be solicited by informal request for proposal in accordance with section 2.30.400. (b) Professional services contracts providing for an estimated expenditure by the city exceeding $65,000 shall be solicited by formal request for proposal in accordance with the provisions of section 2.30.410. (c) In lieu of the solicitation requirements set forth in subsections (a) and (b), professional services contracts in any amount may be awarded from a list of qualified professionals to be created and maintained by the Purchasing Manager, so long as the list is created and the award of contract to an entity on the list is in compliance with procedures contained in the purchasing manual. 2.30.340 Contracts for wholesale utility commodities. (a) Solicitation of Contracts (i) Contracts for purchase or sale-incidental-to-purchase of wholesale utility commodities providing for an estimated expenditure of $65,000 or less shall be solicited by informal bid or informal request for proposal in accordance with the provisions of section 2.30.400. Contracts for a purchase or sale-incidental-to-purchase of wholesale utility commodities providing for an estimated expenditure of $65,000 or more shall be solicited by formal bid, formal request for proposal or combination thereof, in accordance with the provisions of sections 2.30.410,2.30.420 or 2.30.430. (2) Master contracts containing general terms and conditions for wholesale utility commoditiesthat provide for the execution of one or more individual water, gas or electricity purchase and sale-incidental-to-purchase transactions under the terms of the master contract, shall be solicited by formal bid, formal request for proposals, or combination thereof, in accordance with the provisions of sections 2.30.420, 2.30.430 or 2.30.440. NOT YET APPROVED It is expected that the city will enter into several master contracts with different counterparties for the purchase and sale-incidental-to-purchase of gas and electricity utility commodities at wholesale. Whenever the city desires to execute an individual purchase or sale incidental to purchase transaction for gas or electricity commodities at wholesale, any counter party who executes a master contract with the city and who is otherwise eligible to bid for or propose in regard to the particular transaction in accordance with the city’s Energy Risk Management Policies Guidelines and Procedures Manual shall be solicited, in writing (by mail, facsimile or electronic mail), and shall be eligible to tender a bid or proposal on the transaction. The counterparty offering the price for wholesale utility commodities deemed to be the most advantageous to the city shall be eligible for award of a contract for the transaction. (b) Basic terms and conditions. For contracts not otherwise within the city manager’s authority to award, the council may by resolution authorize the city manager to award and sign a contract with a qualified, eligible counter party for the purchase and incidental sale of wholesale utility commodities. The resolution shall specify the limits of the authority delegated, including the maximum dollar amount of the authority and the duration of the contracts and/or transactions that may be executed under the delegation of authority. Any resolution delegating authority to the city manager to contract for electricity shall specify generally at least the following terms and conditions: quantity and the description of energy and energy services to be procured, including, but not limited to, on-peak and off-peak energy and ancillary services; term, specifying a not-to-exceed period of time; period of delivery denoted in years or months or years and months; and point of delivery or the locus on the interstate transmission system at which transfer of title is made. Any resolution delegating authority to contract for gas shall specify generally at least the following terms and conditions: quantity and the description of gas services to be procured, including, but not limited to, scheduled gas and gas transportation services; term, specifying a not-to-exceed period of time); period of delivery denoted in years or months or years and months; and point of delivery of the locus on the interstate transmission system at which transfer of title is made. 040309 nra 0100164 16 NOT YET APPROVED (c) Required contract terms for gas and electric procurement contracts. The city shall use standardized form contracts for the procurement of gas and electricity, as practicable, including, but not limited to, form contracts created and copyrighted by the Edison Electric Institute, the Western States Power Pool, and the North American Energy Standards Board, Inc. Unless waived by resolution of the city council, a contract for procurement of gas or electricity and any amendment to the contract shal! not be awarded by the city and executed by the duly authorized representatives of the city, unless the following terms and conditions are required: (i) governing law shall be the laws of the state of California; (2) choice of venue shall be the county of Santa Clara; and (3) a counterparty shall obtain and maintain during the term of the contract the minimum credit rating established as of the date of award of contract of not less than a BBB- credit rating established by Standard & Poors and a Baa3 credit rating established by Moody’s Investors Services. (d) Public agency contracts. The City may procure and make sales-incidental-to-purchase of wholesale utility commodities from energy counter parties through public agencies, including but not limited to the Northern California Power Agency and the federal Western Area Power Administration. The City may engage the public agency to act as the agent of the City to procure wholesale utility commodities, provided that the public agency conducts a competitive selection process and awards one or more contracts in substantial compliance with the contract procurement procedures and requirements of this chapter. The city attorney shall determine whether the contract procurement process substantially complies with the provisions of this chapter. For the purposes of this Section 2.30.340, the public agency process shall be deemed to substantially comply if the public agency (i) conducts a formal or an informal bidding or proposal process to solicit bids or proposals for the provision of wholesale utility commodities, (2) executes a standardized form contract, including a form contract created and copyrighted by the Edison Electric Institute and the Western States Power Poo!, or equivalent, as determined by the city attorney, and (3) unless waived by resolution of the city council,the standardized form contract requires or specifies (a)the governing law shall be the laws of the state of California,(b) the choice of venue shall be identified according to eitherthe county in which such public agency does business orthe preference for federal or sate court jurisdiction overthe public agency and the energy counter party and the contract,and (c) the energy counter party shall obtain a~d maintain during 040309 nra 0100164 17 NOT YET APPROVED the term of the contract the minimum credit rating established as of the date of award of contract of not less than a BBB- credit rating established by Standard & Poors and a Baa3 credit rating established by Moody’s Investors Services. (e) Risk Management Policies, Guidelines and Procedures Manual. All procurement of gas and electricity by contract for wholesale utility commodities, shall conform to the requirements of the Energy Risk Management Policies, Guidelines and Procedures Manual. 2.30.350 Contract splitting prohibited. It is unlawful to split or separate into smaller portions, work orders, projects, purchases, contracts, or public works projects for the purpose of evading the competitive solicitation requirements or contract authority limitations of this chapter, including the splitting of work or services between or among departments or divisions or other organizational units of the city. 2.30.360 Exemptions from competitive solicitation requirements. The following are exemptions from the informal and formal competitive solicitation requirements of this chapter. It is expected that the exemptions will be narrowly applied. The department requesting an exemption shall provide all relevant information supporting the application of the exemption to the purchasing manager. Based on this information, the purchasing manager shall make a recommendation to the city manager and the city manager shall determine whether an exemption from competitive solicitation requirements applies. Nothing herein is intended to preclude use of competitive solicitations where possible. (a) Emergency Contracts as defined in section 2.30.210(f). (b) Situations where solicitations of bids or proposals would for any reason be impractical, unavailing or impossible prowided that in the case of a public works project, the project is not otherwise required by the charter to be formally bid. These situations are those where solicitations of bids or proposals would not be useful or produce any advantage for the city. Situations where solicitations of bids or proposals would be impractical, unavailing or impossible, include, but are not limited to, the following: (i) Specifications cannot be drawn in a way that would enable more than one vendor or contractor to meet them; 040309 nra 0100164 18 NOT YET APPROVED (2) Due to circumstances beyond the control of the city, the time necessary to use the competitive solicitation process procedures and requirements would result in a substantial economic loss to the city, or the substantial interference with a required city operation; and (3)Special conditions attached to a grant, donation or gift requires the use of particular goods and/or services. All requests for exemptions under this subsection shall be supported by written documentation (facsimile or electronic mail may be used), approved by the department head and forwarded to purchasing. (c) Where competitive bids or requests for proposals have been solicited and no bid or proposal has been received or no bid or proposal meeting the requirements of the invitation to bid or request for proposal has been received, provided that, in the case of a public works project, the project is not otherwise required by the charter to be formally bid. (d) Contracts for goods, wholesale commodities and related services, general services or professional services available from only one source where there is no adequate substitute or equivalent provider. Examples of acceptable sole source purchases are: equipment for which there is no comparable competitive product, proprietary products sold directly from the manufacturer, a component or replacement part for which there is no commercially available substitute and which can be obtained only from the manufacturer, items where there is only one authorized distributor in the area, and items where compatibility with items in use by the city is an overriding consideration. All requests for sole source purchases shall be supported by written documentation (facsimile or electronic mail may be used), approved by the office or department head and forwarded to purchasing. (e)Contracts for goods where, pursuant to section 2.30.900, the city manager has determined that standardization of the supplies, materials or equipment is permissible. (f)Placement of insurance coverage and bonds. (g) Legal services contracts, including outside counsel and experts for litigation or other legal proceedings. o4o3o9 ~a o~oo~64 19 NOT YET APPROVED (h) Professional services contracts for private development related studies and services when funded wholly by private developers. (i) Professional services contracts where the estimated total expenditure by the city, regardless of term, does not exceed $25,O0O. (j) Contracts with any public agency or governmental body to obtain goods and/or services that meet either of the following criteria: (i) Cooperative purchases where the city participates with one or more other governmental or public agencies in a cooperative agreement, provided at least one of the agencies has used solicitation process methods substantially similar to those required by this chapter; or (2) The use of another governmental or public agency’s contract provided the original parties to the contract agree, the contract was awarded within twelve months of the date the city contracts for the goods and/or services, and the contract resulted from solicitation methods similar to those required by this chapter. (k) Contracts with Northern California Power Agency, Transmission Agency of Northern California, and Western Area Power Administration to procure wholesale utility commodities and related services that meet the requirements of section 2.30.340(d). (i) Contracts with Pacific Gas and Electric Company and the California Independent Service Operator Corporation for energy transmission services to the extent necessary and expedient to provide for the general health, safety and welfare of its citizens. (m) Contracts with any public agency or governmental body to construct a public work where the public agency or governmental body has used methods similar to those required by this chapter to contract for the work. (n) Contracts with any public utility holding a certificate of public convenience and necessity or any entity holding a cable communications system franchise pursuant to chapter 2.10 to construct a public work where such work involves property of such public utility or cable communications system franchisee 040309 nm 0100164 2 0 NOT YET APPROVED and is otherwise of direct concern to both the city and such public utility or cable communications system franchisee, provided that the project is not otherwise required by the charter to be formally bid. (o) Contracts with private developers to construct public improvements in connection with their development project even if the city contributes funds to the improvement project, provided that the project is not otherwise required by the charter to be formally bid. (p)Projects where the public work is performed by the city with its own employees. (q) Contracts where the estimated total expenditure by the City does not exceed $5,000. PART 5 COMPETITIVE SOLICITATION PROCEDURES 2.30.400 Informal bids or proposals. (a) Informal bids or proposals may be solicited by any reasonable means including, but not limited to, mail, telephone, fax, e-mail or posting to the city’s web site. Where practicable, quotations shall be solicited from a minimum of three bidders or proposers. The purchasing manager shall maintain a record of all informal bids and informal proposals received by the city for a period of time in compliance with state law and the city’s records retention schedule. (b) Informal bids shall be awarded to the lowest responsive and responsible bidder as defined in section 2.30.440. (c) Informal proposals shall be awarded on the basis of proposal deemed most advantageous to the city. The proposal deemed most advantageous to the city shall be determined based on the factors set forth in section 2.30.410(e). (d) If a contract or purchase order is made or awarded to other than the contractor submitting the lowest price in its quotation or proposal, written reasons for the award decision shall be prepared and shall be kept as part of the record of the transaction. 2.30.410 Formal request for proposals. (a) Advertising. Contracts, that may be solicited by formal request for proposals shall be solicited by posting at the civic center or by advertising at least once in a daily newspaper of 040309 nra 0100164 2 1 NOT YET APPROVED general circulation in the city, not less than five days prior to the date set for receiving proposals. In addition to posting or advertising, contracts may be solicited by posting on the city web site. Where practicable, proposals shall be solicited from a minimum of three proposers. (b) The request for proposals shall specify the date, time and place for submitting proposals and describe the scope and time frame for the delivery of what is requested, the information to be submitted by the proposer, and the criteria for evaluating the proposal. (c) Proposals received after the specified date and time shall not be accepted and shall be returned unopened unless opening is necessary for identification purposes. (d) The contract shall be made or awarded on the basis of the proposal deemed most advantageous to the city. (e) The following factors shall be considered in determining the proposal deemed most advantageous to the city: (i) Quality of the proposal; (2) Quality, performance and effectiveness of the solution, goods and/or services to be provided by the contractor; (3) Contractor’s experience, including the experience of staff to be assigned to the project, with engagements of similar scope and complexity; (4) Cost to the city; (5) Contractor’s financial stability; (6) Contractor’s ability to perform the contract within the time specified; (7) Contractor’s prior record of performance with city or others; (8) Contractor’s ability to provide future maintenance, repairs parts and/or services; (9) Contractor’s compliance with applicable laws, regulations, policies (including city council policies), 040309 nra 0100164 2 2 NOT YET APPROVED guidelines and orders governing prior or existing contracts performed by the contractor; and (i0) Any other factor the city deems relevant as specified in the request for proposals. 2.30.420 Formal bids - notice, submittal, opening. (a) Advertisement. Contracts required to be solicited by forma! bid shall be solicited by posting notices inviting bids at the civic center or by advertising notices inviting bids 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. In addition to posting or advertising, contracts may be solicited by posting on the city web site. Where practicable, bids shall be solicited from a minimum of three bidders. (b) Notice. The notices inviting bids shall generally describe the things or services to be purchased or the public work to be constructed, identify the place where the bid proposal .form, specifications and other contract documents may be obtained and specify the date and time when and place where bids will be opened. (c) Bid submittal. All bids shall be sealed. All bids shall be submitted at the place and at or before the date and time specified in the notice inviting bids. Bids received after the specified date and time shall not be accepted and shall be returned to the bidder unopened unless opening is necessary for identification purposes. (d) Bid opening. Bids timely received shall be opened in public, at the time and place specified in the notice inviting bids, and the aggregate bid of each bidder declared. 2.30.430 Combined proposals and bids. (a) Nothing in Part five of this chapter shall prohibit the city from conducting a competitive solicitation process which combines the elements of the request for proposals and invitation for bids processes in a single process in order to award a contract for wholesale utility commodities purchases and sales. 2.30.440 Determination of lowest responsive/responsible bidder. The awarding authority shall award contracts required to be formally bid to the lowest responsive and responsible bidder. As used in this chapter ~awarding authority" means the city officer NOT YET APPROVED or employee with authority to award and sign the particular contract, as provided in part three of this chapter, or the council. (a) Low bid. The low bid shall be the bid offering the lowest total cost to the city. (i) The determination of lowest total cost shall be made after applying relevant policies adopted by resolution of the council that may provide for a price preference. (2) Where add alternates or deduct alternate items are included in the specifications the determination of lowest total cost shall be made in accordance with the procedure for considering the add alternate and deduct alternate items as set forth in the bid specifications. (3) The determination of lowest total cost may include the effect of factors such as trade discounts, delivery costs and life cycle costs when included in the specifications. (b) Responsive bidder. A responsive bidder is a bidder determined by the awarding authority to have submitted a bid that conforms in all material respects to the requirements of the bid documents. (c) Responsible bidder. A responsible bidder is a bidder determined by the awarding authority: (I) To have the ability, capacity, experience and skill to perform the work, or provide the goods and/or services in accordance with the bid specifications; (2)To have the ability to perform the contract within the time specified; (3) To have the equipment, facilities and resources of such capacity and location to enable the bidder to perform the contract; (4) To have the ability to provide, as required, future maintenance, repair, parts and service for the use .of goods purchased; (5) To have a record of satisfactory or better performance under prior contracts with the city or others; and 040309 nra 0100164 2 4 NOT YET APPROVED (6) To have complied with applicable laws, regulations, policies (including city council policies), guidelines and orders governing prior or existing contracts performed by the bidder. 2.30.450 Tie bids. If an identical price is received from two or more responsive and responsible bidders, the awarding authority may determine the successful bidder by the casting of lots with the tie bidders in public on and at a date, time and place set by the awarding authority. The awarding authority shall notify the tie bidders of the date, time and place for casting lots by e-mai!, phone or facsimile. 2.30.460 Correction or withdrawal of bids or proposals. (a) Before date and time for receipt of bids or proposals. Bids or proposals that contain mistakes discovered by a bidder or proposer before the date and time for receipt of bids or proposals may be modified or withdrawn by written notice to the person designated for receipt of bids or proposals received prior to the deadline for receipt of bids or proposals. Any modification shall be submitted under seal. (b) After date and time for receipt of bids or proposals. A bidder or proposer may not change its bid or proposal after the date and time set for receipt of bids or proposals, except that the bidder or proposer may seek the city’s consent to the substitution of a subcontractor where the bidder can demonstrate in accordance with applicable provisions of state law, that the name of the a substituted subcontractor was listed as a result of an inadvertent clerical error. (c) Withdrawal of bids or proposals. A bidder or proposer alleging a mistake in a bid may be permitted to withdraw its bid or proposal only in conformance with applicable state law. 2.30.470 Cancellation of solicitations -Rejections of bids/proposals. (a) Cancellation of solicitations. The purchasing manager may cancel solicitations for proposals or bids before the date and time set for receipt of proposals or bids upon a written determination that such action is in the city’s best interest for reasons, including, but not limited to, any of the following: 040309 are 0t00164 2 5 NOT YET APPROVED (i) The city no longer requires the public works project, goods and/or services; (2) The city no longer can reasonably expect to fund the public works project, goods and/or services; or (3)Proposed amendments to the solicitation would be of such magnitude that a new solicitation is desirable. (b) Rejection of bids. The awarding authority may reject any or all bids or proposals. If all bids or proposals are rejected, the awarding authority has the discretion to resolicit for bids or proposals. In the case of a bid, if the awarding body is the city council and all bids are to be rejected due to excessive cost, the purchasing manager shall have the discretion to reject all bids and to resolicit bids. 2.30.480 Waiver of minor irregularities, defects and informalities. The awarding authority may exercise its discretion to waive, minor irregularities, defects or informalities in the bids or proposals, so long as the waiver would not affect the amount of the bid or proposal or give the bidder or proposer an advantage over others. PART 6 CONTRACT TERMS AND CONDITIONS 2.30.500 Bid security, bonds and insurance. (a) When required. The purchasing manager shall have the authority to require bid security, payment (labor and materials) and performance bonds as well as specific types and amounts of insurance coverage in connection with contracts for public works, goods, general services, professional services, and wholesale utility commodities to the extent required by state or federal law, or this chapter, or upon a determination that it is in the best interest of the city to do so. (b) Bid security. Bid security shall be submitted with the bid and shall be in the form of a certified check, cashier’s check or surety bond. Any surety bond shall be issued by an admitted surety authorized to conduct business in the state of California and shall be in a form acceptable to the city attorney and as specified in the solicitation for bids. If a bidder fails to submit the required bid security with the bid, the bid shall be deemed nonresponsive. After bids are opened, bid security is irrevocable for the period specified in the invitation for bids. If the successful bidder fails to execute the contract within 040309 nra 0100164 2 6 NOT YET APPROVED the time specified, the total amount of the bid security shall be forfeited to the city. The bid security of an unsuccessful bidder shall be returned to the bidder no later than sixty calendar days from the date of contract award. Bids for public works projects greater than sixty-five thousand dollars shall require the submission of bid security in an amount equal to at least ten percent of the bid. On public works projects less than or equal to sixty-five thousand dollars, and all other procurements of goods and services the purchasing officer is authorized to determine if bid security is needed on a project- by-project basis. (c) Payment and performance security. Payment and performance security shall be in the form of bonds acceptable to the city attorney and issued by an admitted surety authorized to conduct business in the state of California. Invitations for bids for public works projects greater than twenty-five thousand dollars shall require the submission of payment and performance bonds, each in an amount equal to one hundred percent of the contract price at the time the contract is executed. Where the contract is with a governmental agency or a public utility the requirement for performance and payment security may be waived in writing by the purchasing manager if the contracting governmental agency or public utility agrees that, to the extent all work is not to be done by its own employees, it will require any and all contractors it awards contracts for the performance of any of the work to provide, before commencement of the work, payment and performance bonds, satisfactory to the city and complying with the provisions of the California Civil Code. Payment and performance bonds for public works projects shall be extended in the full amount of the contract for a one-year warranty period beyond the date of acceptance of the work by the city. On public work projects less than or equal to twenty-five thousand dollars, and on all acquisitions of goods and services the purchasing manager is authorized to determine if payment and performance security is needed on a case-by-case basis. (d) Form of bonds. The only bonds acceptable to the city shall be those executed on forms approved by the city attorney and as specified in the solicitation for bids or proposals. (e) Insurance. The risk manager shall determine insurance requirements. The successful bidder or proposer shall submit certificates of insurance and endorsement forms, as applicable, as evidence that it has the type and amount of insurance coverage required by the bid or proposal documents. Such evidence shall be submitted to the purchasing manager promptly 040309 nra 0100164 2 7 NOT YET APPROVED upon request and shall be issued by an admitted insurer authorized to operate in the state of California and acceptable to the city. The risk manager may waive the insurance requirement when the contract is an intergovernmental contract or a city-public utility contract, and the governmental, public or quasi-public agency or the public utility to whom the contract is awarded agrees that it wil! have all the work obtain and provide evidence of the required insurance before commencement of the work naming the city, its officers, agents and employees as additional insureds to such policy. 2.30.510 Nondiscrimination. All contracts in excess of $5,000 shall include a certification that in the performance of the contract, the contractor will not discriminate in the employment of any person because of race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person. 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 for each person for each calendar day during which such person was discriminated against, as damages for said breach of contract, or both. 0nly 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. PART 7 ETHICS IN CONTRACTING 2.30.600 Ethics. (a) Statement of policy. City employees shall discharge their duties impartially so as to assure fair competitive access to city contracting opportunities by responsible contractors. Moreover, they shall conduct themselves in a manner as will foster public confidence in the integrity of city contracting activities. (b) Conflict of interest. No city employee shall participate directly or indirectly in a city contract when the employee knows that: 040309 nra 010016~2 8 NOT YET APPROVED (i) The employee or any member of the employee’s immediate family has a financia! interest pertaining to the contract; or (2) The employee or any member of the employee’s immediate family is negotiating or has an employment arrangement which is contingent upon or will be affected by the contract. (c) Withdrawal from participation. Upon discovery of an actual or potential conflict of interest, an employee shall promptly withdraw from further participation in the contract procurement process. (d) Gratuities. No person shall offer, give or agree to give any city employee any gratuity, discount or offer of employment in connection with the award of a contract by the city. No city employee shall solicit, demand, accept or agree to accept from any other person a gratuity, discount or an offer of employment in connection with a city contract. 2.30.610 Preparation of bid or proposal documents. Any person or entity with whom the city has contracted to prepare or assist in the preparation of plans and specifications that will be included as contract terms and conditions in bid or proposal documents, is ineligible to submit a bid or proposal for that contract. This shall not preclude the award of a contract calling for design and construction of a public works project. PART 8 RECORDS AND REPORTS 2.30.700 Records, public inspection. (a) Records maintenance. The purchasing manager shall maintain records (in hard copy or electronic format) for each contract, purchase order, document or other agreement awarded or entered into by the city, which shall include, at a minimum: the request from the department; the bid or proposal documents received for the contract, if any; all bids or proposals received; the basis on which the contract award was made; and a copy of any and all contracts awarded..The purchasing manager shall maintain written records of his or her determination to cancel solicitations and of an awarding authority’s decision to reject bids or proposals. Such records shall be maintained for a period of time in compliance with state law and the city’s records retention schedule and shall be available for public inspection during 040309 nra 0100164 2 9 NOT YET APPROVED normal city business hours. The foregoing shall not apply to records of wholesale utility commodity transactions under a master contract which shall be maintained by the department of utilities. (b) Public inspection. Bids shall be available for public inspection following the date and time set for receipt of bids. Proposals shall be available for public inspection following public announcement of the selection of a proposer for award of contract award. This section shall not be construed to require disclosure of records not otherwise required by law to be disclosed. 2.30.710 City manager report. Report to council. The city manager shall make a biannual report to the council of all contracts awarded by the purchasing manager or the city manager for general services and professional services, the cost of which exceed $25,000, and of all contracts awarded by the city manager for public works and goods the cost of which exceed $65,000. The city manager shall also make an annual report to the council of all leases and rentals of city property with third parties approved by the city manager. PART 9 REWARDS 2.30.800 Rewards. Rewards for information leading to the arrest and conviction of criminals. Although the payment of rewards is not a purchase in the strict sense of the definition, the authority to offer and pay rewards is contained in this chapter because it involves the expenditure of city funds in return for information. (a) The city manager is authorized to offer and pay a reward of up to $25,000 for information leading to the arrest and conviction of any person or persons whose willful conduct causes unlawful injury or death to another person, or whose willful misconduct results in unlawful damage or destruction of personal property. The city manager shall cause the reward offer to be publicized and reported to the city council. (b) A reward shall not be paid unless the information is received by the Palo Alto Police Department within 90 days of publication of the reward offer. (c) Conviction of the person or persons responsible for the crime shall be required for payment of a reward unless the city 040309 nra 0100164 3 0 NOT YET APPROVED manager makes a written finding that the conviction was impossible due to the death of the criminal. (d) Reward claims shall be in writing and shall provide the name, address and telephone number of the claimant. Unless disclosure is authorized by the claimant, this information shall be deemed confidential and protected from public disclosure to the maximum extent permitted by law. (e) Each reward offer shall be in writing and shall be valid only if approved in advance as to form and compliance with this section by the city attorney. PART i0 STANDARDIZATION 2.30.900 Standardization. Where the city manager has determined that it is required by the health, safety or welfare of the people or employees of the city, or that significant costs savings have been demonstrated, standardization of supplies, materials or equipment, including information and communication technology, for purchase or to be used in a public works project is permitted and the specifications may specify a single brand or trade name. Among the factors that may be considered in determining to standardize on a single brand or trade name are that: (a)Repair and maintenance costs would be minimized; (b)User personnel training would be facilitated thereby; (c)Supplies or spare parts would be minimized; (d)Modifications to existing equipment would not be necessary; (e) Training of repair and maintenance personnel would be minimized; and (f) Matching existing supplies, materials or equipment required for proper operation of a function or program. // is // // // NOT YET APPROVED SECTION 2. The Council finds that this is not a project under the California Environmental Quality Act and, therefore, no environmental impact assessment is necessary. SECTION 3. This ordinance shall be effective on the thirty-first day after the date of its adoption. INTRODUCED: PASSED: AYES: NOES: ABSENT: ABSTENTIONS: ATTEST: City Clerk Mayor APPROVED AS TO FORM:APPROVED: Sr. Assistant City Attorney City Manager Director of Administrative Services Attachment B Proposed Contract Approval Levels Type of Purchase Public Works Goods Capital Equipment General Services Professional Services Wholesale ...... Utility Commodities Existing Ordinance Purchasing Manager * $25,000 $25,000 $25,000 $25,000 $25,000 Io Ci~ Manager $65,000 Unlimited $65,000 $65,000 $65,000 $65,000 Proposed Ordinance City Manager $250,000 $250,000 $250,000 $65,000 $65,000 $250,000 Purchasing Manager* $85,000 $85,ooo $85,000 $65,000 $65,000 0 Purchas~g Manager * $65,000 $65,000 $65,000 $65,00O $65,000 0 CPI Increase City Manager $250,O00 $25O,OOO $250,000 ...... $85,ooo $85,000 $250,000 *The Purchasing Manager’s delegation to Contract Managers increased from $10,000 to $25,000 and to Buyers from $5,000 to $10,000. Attachment C Proposed Solicitation Requirements Public Works Projects/Wholesale Utility Commodities Bid Amounts Existing Ordinance Proposed Ordinance 0 - $5,000 Not Required Not Required $5,001-$25,000 Abbreviated Abbreviated $25,001-$65,000 Formal Abbreviated $65,001 +Formal Formal Professional Services Proposal Amounts Existing Ordinance Proposed Ordinance 0 - $25,000 Not Required Not Required $25,001 - $65,000 Not Required *Abbreviated $65,001 +Not Required *Formal *Policy and Procedure 1-10 requires solicitation for certain professional services over $25,000 All Other Purchases (Goods, General Services) Bid Amounts 0 - $5,000 $5,001-$25,000 $25,001 + Existing Ordinance Not Required Abbreviated Formal Proposed Ordinance Not Required Abbreviated Formal ATTACHMENT D Ci.ty of Palo Alto City Manager’s Report TO:HONORABLE CITY COUNCIL ATTN:FINANCE COMMITTEE FROM:CITY MANAGER DEPARTMENT: ADMINISTRATIVE SERVICES DATE:FEBRUARY 4, 2003 CMR: 124:03 SUBJECT:APPROVAL OF THE RECOMMENDATIONS CONTRACT STREAlVlLINING RECOMMENDATION Staff recommends that Council approve the following contract streamlining recommendations and direct the City Attorney to prepare Municipal Code amendments to: Increase the Purchasing Manager’s contract approval authority from $25,000 to $65,000; and increase the Purchasing Manager’s authority to delegate to the Contract Managers and Buyers contract authority, from $10,000 to $25,000 and $5,000 to $10,000, respectively. Increase the City Manager’s contract approval authorization from $65,000 to $250,000 for construction contracts only. BACKGROUND Infrastructure has been one of the City Council’s "Top 5" priorities for several years. The adopted work plan for the "Top 5" priority in FY 2001-02 included streamlining the construction contracting processes and professional services ageements in order to expedite the completion of critical infrastructure projects. Many construction contracts and professional services ageements take longer to get through the approval process than in other cities. A Contract Streamlining Subcommittee (CSS) was formed to focus on issues related to the process, and to make recommendations to improve and shorten the process. The CSS is comprised of staff from Public Works, Utilities, Community Services, Planning, and Administrative Services Departments, the City Auditor and City Attorney’s Offices. To assist the Subcommittee’s work, the City Auditor conducted a CMR:124:03 Page 1 of 6 contract processing analysis, which included measuring the length of time it took for contracts to be approved. The Auditor determined that the median length of time to process infrastructure contracts was 137 days or nearly 20 weeks and concluded that opportunities-existed for efficiencies to be realized. DISCUSSION The CSS focused on construction contracts to adhere to Council’s "Top 5" Infrastructure priority. The CSS analyzed over 100 suggestions made by its members. As a result, the CSS identified several core areas where changes could be made to streamline the contract process including: contract forms and templates, standardized contract routing forms, staff reviews and approvals, the number of required signatures, training, procedures manuals, authorization levels, and Municipal Code purchasing and contracting requirements. Staff has made or is in the process of making several changes to the contract process that are within the City Manager’s authority. Recommendations Requiring CQuncil Approval Staff recommends revisions to the Municipal Code that will simplify and streamline the infrastructure and overall contract process: !)Increase staff dollar authority limit to expedite the review and approval of contracts - The review and approval of lower level transactions can be expedited by increasing the Purchasing Manager’s contract approval authority from $25,000 to $65,000; and increasing the Purchasing Manager’s authority to delegate to the Contract Managers’ and Buyers’ contract authority from $10,000 to $25,000 and from $5,000 to $10,000, respectively. Currently, the City Manager or Assistant City Manager approves transactions between $25,000 and $65,000. Many of these transactions are routine and recurring such as software maintenance and smaller facilities maintenance projects. An increase in the Purchasing Office’s authority will eliminate a step in the process for routine contracts that are of relatively low risk. Approval of this recommendation is expected to save at least one week in the contract approval process. 2)Increase the City Manager’s authorization from $65,000 to $250,000 for construction contracts only - Currently, the approval of construction contracts is a two-step process. First, Council reviews and approves the funding for such contracts during the Capital Improvement Progam (CIP) budget process. During this process, Council reviews the scope and purpose of the project and its costs. In the second step, all contracts over $65,000 are presented individually in a CMR to Council for review and approval. Staff believes that these processes are overlapping and repetitive in nature and can be improved upon under the following conditions. CMR:124:03 Page 2 of 6 It is important to note that for all construction contracts over $65,000, staff follows a standardized bid process that solicits contractors by issuing an IFB (Invitation for Bids). Staff has little discretion in selecting a construction contractor since the lowest responsible bidder must be selected according to the City Charter, Municipal Code and Public Contract Code unless issues arise such as the bidder is non-responsive in some manner or lacks the licenses to perform the job. The lowest responsible bid requirement should provide assurance to the public and Council that staff has adhered to straightforward and strict requirements even if the threshold of the City Manager’s authority has been raised from $65,000 to $250,000. Again, staff is recommending increasing the threshold from $65,000 to $250,000 for construction contracts only. In addition, staff proposes to provide Council with more detailed information in the project scopes presented during the CIP budget process. This increased level of detail in project "~ ~-:-~:^-~" - - :’ue~.~lp~u~ will provide with anv.ou,cl,opportunity to review and raise questions early on in a proposed construction project. Once Council approves the scope of a project, staff cannot change that scope unless it returns to Council for approval to do so. The proposed CIP undergoes significant review as it is presented to the Planning and Transportation Commission (in relation to Comprehensive Plan compliance) and Utilities Advisory Commission, the Finance Committee and the full Council as part of the budget process. To ensure additional Council oversight of the proposed contracting recommendation, a semi- annual report will be produced that lists awarded construction contracts between $65,000 and $250,000. This list also will include the project name and short description, the contractor selected, the number of bids mailed, the number of bids received and rejected, a summary, of amounts, and protest determinations, if any. The table below displays the number and dollar amount of construction contracts awarded during 2001-02: Construction Contracts FY 2001-02 Dollar Amount Number of Contracts $25,000-$65,000 6 $65,001-$150,000 11 ~ $I50,001-$250,000 8i $250,001-$350,000 1 .. !$350,001-$450,00 1 ~ >$450.001 a ’TOTAL 31 CMR. 124.0a Page 3 of 6 The table shows a total of 31 construction contracts awarded during 2001-02, of which 19 would have fallen within the City Manager’s proposed, new authority. The recommended change in authority would result in faster processing because it has already gone through the Council approval process and earlier commencement for a significant majority (25 out of 3 i) of the City’s construction contracts. If Council approves the recommendations, staff would return to Council with revised sections of the Municipal Code. Updated intemal policies, procedures and Purchasing Manual will also be prepared. These recommendations could shorten the construction contract processing time by approximately four to six weeks. Recommendations That Do Not Require Council Approval The following recommendations made by the CSS have been implemented or are in the process of being implemented. Changes are described here to inform Council and to emphasize ~÷~*’~’ ~ ~ -- :~÷ "- ~--’:- :-~tal, ~ ,~o,mn~tme,lt to conh-act sueml,nzmg. a) Documented the step-by-step process for Invitation for Bids (IFBs) and Requests for Proposals (RFPs) - The CSS discovered inconsistencies in processing IFBs and RFPs. In addition, not all processes were documented with written guidelines. Staff is developing step-by-step processes for IFBs and RFPs through contract completion that will be documented in the purchasing and construction contracting manuals and included in employee training programs. This should result in more consistent submittals and expedite the preparation and review process. b) Pre-qualify and maintain a list of contT"actual services for recw’ring professional services - Staff found a number of instances where certain types of professional service providers such as real estate appraisers, landscape design architects, and environmental, traffic and utility engineers were used for services more than once during the same time period. In other words, staff repeated the selection process each time the services of a traffic enNneer was requiredl The new process calls for staff to issue a Request for Qualifications (RFQ) for a particular type of service, review the submitted qualifications and establish a list of approved fn’ms available to perform that service for a two-year period. In essence, master agreements will be entered into so that a "pool" of potential vendors can be available to perform a service. By establishing a list of professionals to utilize for recurring services, multiple and repeated transactions will be eliminated. This could potentially save approximately four to six weeks in the selection process. Professional services contracts over $65,000 will continue to need Council approval. c) Develop new contract forms, templates and instT’uctions for services and construction projects - New" standardized forms and instructions are being developed to accommodate service contracts under $65,000 and for situations where no modifications are made to the City’s standard terms and conditions. Legal review will not be required, provided the CMR: 124:03 Page 4 of 6 terms and conditions are not modified. Also, unique templates are being developed for IFBs with specific services such as architectural and engineering services. The legal review process will be expedited due to the standardization of the forms, elimination of previous outdated versions, and a new step in the process where staff will highlight areas not conforming to the new template. These changes could save approximately one to three weeks in the process. d) Provide staff the flexibility to increase the time bidders must hold their bids open from 60 days to 90 days when needed - Currently, the City requires bidders to hold bids open for 60 days. For following fiscal year projects, staff typically bids in the May/June timeframe, and then awards the contract in July after the budget is adopted. The City is at a disadvantage by waiting until May/June to bid summer work, as many contractors have already filled their schedules. Increasing the time bidders must hold their bids open from 60 days to 90 days will allow staff to better manage the workload related to summer bids, possibly expand competitiveness and potentially reduce project costs. In addition, staff would have more time to address last minute budget issues, start the process up to 30 days earlier, and avoid having to re-bid or negotiate change orders with contractors. e) Standardized the format for routing contracts for internal signatures - Staff identified delays in processing due to the lack of a contract signature standard. A standard routing slip with a sequential checklist of required signatures has been implemented, as well as the routing of contracts in an easily identifiable folder flagging them as a high priority. The implementation included training for staff involved in the process. Staff estimates saving approximately one week in the process by having a standardized process. f) Developed an electronic tracking system on the City’s intranet with a .user’s guide, allowing staff access to the status and location of contracts during the process - To address the amount of time lost tracking contracts as they make their way though the process, the CSS and Information Technology staff created an electronic tracking system on the City’s intranet. The new system allows users to track contracts from beginning to end. The system is formatted to follow the sequential order of contract processing, so each user can see the location and status of the contract. Staff will also review the possibility of using the new Enterprise Resource Planning (ERP) system being implemented as part of project RAFTS (Resources and Financial Tracking System) to track contracts, or at least connect the intranet tracking system to the ERP. The estimated time saved by these improvements can range from one to two weeks. g)Design a new standardized ruble containing project #formation in each CMR submitted to Council for approval- Staff identified the need to provide a more consistent format to Council in CMRs requesting contract approvals. The new table would include information such as a brief pr~ect description, contract amount, firm or company selected, project schedule, number of bids, etc. The new format will simplify and standardize staff and Council review of contract awards and provide a summary of pertinent information needed by decision-makers. CMR:124:03 Page 5 of 6 Estimated Time Savings Staff worked with the City Auditor and City Attorney to maintain reasonable controls in the new processes and estimates that the recommended changes can reduce approximately two to eight weeks from the contract process. NEXTSTEPS Staff will implement the approved recommendations by updating the Purchasing Manuals, Policy and Procedures, developing training and certification programs, and establishing accountability guidelines for all staff involved in contract processing. Another area currently under review is the number of City signatures required on contracts. Staff is examining the number of signatures required to ensure appropriate controls. In addition, staff will continue to explore options available in the new ERP s"°÷ .........~,,,. contract process during *~’~ system ; .....÷~*").~,.,,, to add ~,, ~,~ v is,~ RESOURCE IMPACT There would not be an expense impact to department budgets or the Budget Stabilization Reserve as a result of adopting any of these recommendations. POLICY IMPLICATIONS The recommendations included are consistent with existing City policies. PREPARED BY: "-~~’/~~- LAL6 PEREZ Chair, Contract Streamlining Subcommittee DEPARTMENT HEAD APPROVAL: CITY IvIANAGER APPROVAL: Y g’TS Director ¢ Administrative Services / EMILY HARmSON Assistant City Manager CMR: 124:03 Page 6 of 6 Attachment E Palo Alto Municipal Code Sections: 2.30.010 ,3U.U3U 2.30.040 2.30.050 2.30.060 2.30.070 2.30.075 projects. 2.30.076 2._~0.080 2.30.090 2.30.!00 installations. 2.30.110 2.30.!20 ;.~,0.1~0 2.30.140 .~.D0.150 2.30.160 2.30.170 2.30.!80 2.30.!90 2.30.200 2.30.2 ! 0 2.30.220 2.30.230 Validity, of contracts and purchase orders. Unauthorized purchases - Exceptions. Definitions. Real property contracts - Leases, rentals or purchases of real property,,. Subdivision and demolition ageements. Supplies. Services or combination of services and supplies. Contracts tbr special studies relating to applications for private deveiopment Rewards for intbrmation leading to the an’est and conviction of criminals. Approval of city, manager or desi_m’~ee, authority, of manager of purchasing. Emergencies. Continuing contracts: cooperative purchases; mutual aid and joint under~ound Open market purchases. Open purchase contracts. Bid procedure. Exceptions to competitive bidding. Lowest responsible bidder. Certificate of nondiscrimination. Penalties for discrimination in employment. Penalties for violation of affirmative action provisions. Control procedures. Avoidance of losses or liability.. Inspection and testing. Contract splitting prohibited. Purchasing manual. cityofpaloalto.org/city departments/office of the city clerk/municipal code