Loading...
HomeMy WebLinkAboutN-470 - Purchasing Policy and ProceduresAdministrative Order No. 470 Purchasing Policy and Procedures Effective Date: October 1, 2018 Amendments: TABLE OF CONTENTS ADMINISTRATIVE ORDERS....................................................................................................1 PURCHASING AUTHORITY MATRIX.............................................................................. 2-3 SUMMARY OF COMPETITIVE REQUIREMENTS BY PROJECT TYPE/COST ....... 4-5 SECTION 1— INTRODUCTION 1.1 Purpose of the Policy..............................................................................................6 1.2 Contact Information.................................................................................................6 1.3 Code of Ethics (RCW 42.23).............................................................................. 6-7 1.4 Conflict of Interest...................................................................................................7 1.5 Unauthorized Purchases...........................................................................................8 1.6 Contracting 101.................................................................................................... 8-9 1.7 Responsible Purchasing...........................................................................................9 1.8 What this Policy Covers.........................................................................................10 1.9 Define the Need............................................................................................... 10-11 1.10 Determine the Cost..........................................................................................11-12 1.11 Determining Contract Value............................................................................12-13 1.12 Exceptions to the Competitive Process for Contracts for Public Works and Contracts for Purchases.............................................................................13-14 1.13 Urgent Need or Emergency.............................................................................14-15 y�:�i1*9'13-UriWV1 2.1 Initiate a New Procurement...................................................................................16 2.2 Small Purchases of Goods and Services................................................................17 2.3 State Contracts or Other Cooperative Purchasing Agreements .......................17-18 2.4 Large Purchases for Materials, Supplies and Equipment ................................ 18-20 2.5 Vendor List — MRSC Roster..................................................................................20 2.6 Telecommunications and Data Processing Purchasing .................................... 20-21 SECTION 3 — PUBLIC WORKS PROCUREMENT 3.1 Requirements Applicable to all Public Works Bidding Methods .................... 21-22 3.2 Public Works Performed by City Staff— In -House Work.....................................22 3.3 Public Works..........................................................................................................22 3.4 Limited Public Works — Small Works Roster Under $35,000 ......................... 23-24 3.5 Public Works — Small Works Roster Between $35,000 and $300,000 ........... 24-26 3.6 Public Works — Formal Bid Process Over $300,000 ....................................... 27-29 3.7 Purchases of Equipment Including Installation ............................................... 29-30 i SECTION 4 — ALTERNATIVE PUBLIC WORKS CONTRACTING 4.1 Job Order Contracting............................................................................................30 4.2 Performance Based Contract for Energy Equipment.............................................30 4.3 Design Build Procedures........................................................................................31 4.4 General Contractor/Construction Manager Procedures.........................................31 SECTION 5 — BID OPENING PROCESS 5.1 Bid Opening Process........................................................................................ 31-34 5.2 No Bids or Non-Responsive/Responsible Bids for Submittals ........................ 34-36 SECTION 6 — SERVICE PROCUREMENT 6.1 Purchases of General Services......................................................................... 36-37 6.2 Purchases of Professional Services.................................................................. 37-38 6.3 Purchases of Architects and Engineering Services .......................................... 38-41 6.4 RFPs and RFQs................................................................................................ 41-43 �.y_1(�y � [i]�ls\ 1717 Y Y CI],%\ 1[K�1►(�YI1� 7y��17►6� 7.1 Prevailing Wages............................................................................................. 43-45 7.2 Retainage................................................................................................................45 7.3 Risk Management Considerations................................................................... 45-46 SECTION 8 — THE CONTRACT AND BEYOND 8.1 The Contract and Beyond................................................................................ 46-47 8.2 Payment Options..............................................................................................47-48 8.3 Contract Execution and Administration........................................................... 48-49 8.4 Contract Monitoring — Performance................................................................ 49-50 8.5 Contract Monitoring — Payment.............................................................................50 8.6 Amendments and Change Orders.................................................................... 51-52 8.7 Contract Close -Out and Termination............................................................... 52-53 TIPS & FAQS ..... SOURCES AND TERMS......... APPENDIX A — COOPERATIVE PURCHASING AGREEMENTS APPENDIX B — SOLE SOURCE WORKSHEET ............................ SOLE SOURCE WORKSHEET ........ ii CITY OF PASCO ADMINISTRATIVE ORDERS Administrative Order No. 470 Finance Subject: Purchasing Policy and Procedures Initial Effective Date: October 1, 2018 Revised Ap roved I. PURPOSE: This edition of the Purchasing Policy and Procedures Manual is dated October 1, 2018 and supersedes all purchasing directives. All references to the Revised Code of Washington (RCW) and/or City Ordinances and Resolutions shall be incorporated as part of this policy including all future amendments. hi cases where these policies conflict with any City Ordinance, State or Federal law or regulations, the terms of that law or regulation prevails. In all other cases, these policies apply. II. DEPARTMENTS AFFECTED: All Approved: 4.100 —ii[sI r� Date Page 1 PURCHASING AUTHORITY MATRIX Public Works Dollar Amount Less than $50,000 Authorit.N Department Head, as long as there is budget capacity $50,000 - $299,999 City Manager, as long as there is State Contracts budget authority $300,000 and above City Council approval Public Works — Limited Less than $50,000 Department Head, as long as there is Public Work Process budget capacity OR $50,000 - $299,999 City Manager, as long as there is Public Works — Small budget authority Works Roster Public Works — Formal Bid Process $300,000 and above City Council approval Large Purchases for Less than $50,000 Department Head as long as there is budget capacity Materials, Supplies and Equipment including $50,000 - $299,999 City Manager, as long as there is installation budget authority $300,000 and above City Council approval Less than $50,000 Department Head as long as there is budget authority Purchases of Professional Services $50,000 - $299,999 City Manager, as long as there is budget authority $300,000 and above City Council approval Less than $50,000 Department Head as long as there is Purchases of budget authority Architectural and $50,000 - $299,999 City Manager, as long as there is Engineering budget authority $300,000 and above City Council approval Less than $50,000 Department Head as long as there is bud et authority Purchases of General Services $50,000 - $299,999 City Manager, as long as there is budget authority $300,000 and above City Council approval Page 2 PURCHASING AUTHORITY MATRIX (continued) Amendments and Change Orders DollarAniount Authoritv 5% of the original contract award or an accumulated total Department Head of $50,000, whichever is less Contract Amendments OR Up to $299,999 or 10% of the City Manager, as long as there is original contract, whichever is budget authority Change Orders less Over $300,000 or more than City Council approval 10% of the original contract All purchases in excess of $100.000, not initially approved by the City Council, shall be reported to the City Council via the monthly Finance Report. Page 3 Summary of Competitive Requirements by Project Type/Cost Project Type Single Trade Contract Value Competitive Process Requirement < $40,000 In House Public or Craft May construct with city Works Projects forces without calling for Multiple bids or quotes. Trade or Craft < $65,000 May construct by contract Single Trade < $40000 without calling for bids or or Craft , obtaining quotes via the Small Contracted small works roster. Public Works Projects Retainage and Multiple Trade or Craft < $65,000 performance/payment bond are required for contracts eater than $35,000. Solicit electronic or written quotations from a minimum of three contractors from the Limited Public Works Projects < $35,000 small works roster. Retainage and performance/payment bond can be waived. Quotations shall be solicited from at least five contractors on the appropriate small works roster in a manner that >$35,000 will equitably distribute the Small Public Works Roster Projects $300,000 opportunity among the contractors. Retainage and performance/payment bond are required. Public notice and call for sealed bids; Formal award. Competitively Bid Public Works > $300,000 Projects Retainage and performance/payment bond are required. Page 4 Purchases of supplies, material and $7,500 Three quotes $7,500- Minimum of three quotes equipment unrelated to a public works project. (A competitive $15,000 from approved vendor list. negotiation process may be used as an alternative to bidding for computer and > $15,000 Public notice and call for telecommunications equipment, software sealed bids required. and related services.) Review qualifications of < $20,000 firms on the consulting services roster and select most qualified. Review qualifications of Purchase of A&E, surveying or firms on the consulting landscape architecture services. services roster and select $20,000- three -six most qualified firms Selection based on review of $50,000 and invite proposals. qualifications first, then negotiations to arrive at a price that is deemed fair and Select most qualified firm reasonable to the City. using proposals. Publish RFQ, select three -six firms to submit proposals. > $50,000 Review proposals, hold interviews, select most qualified firm. Three quote process for contracts $10,000-$20,000, and RFP/RFQ process for contracts $20,000450,000, Purchases of All Other Services All contracts and a formal advertised RFQ/RFP process for contracts >$50,000; <$10,000 no competitive process is required. Page 5 1. INTRODUCTION 1.1 PURPOSE OF THE POLICY The Purchasing Policy and Procedures Manual is provided to guide and assist City staff on basic procurement and contracting requirements as set forth in the Pasco Municipal Code and Washington State statutes. This Policy establishes guidelines and clarifies the procedures for purchasing supplies and materials, public works construction, and contracting for services by the City of Pasco. The procedures set forth in subsequent sections of this manual are designed to assure the citizens, the City Council and City administrative staff that the City of Pasco is receiving maximum value for each tax, public or utility dollar expended and assure fiscal responsibility in the procurement process. This edition of the Purchasing Policy and Procedures Manual is dated October 1, 2018 and supersedes all purchasing directives. All references to the Revised Code of Washington (RCW) and/or City Ordinances and Resolutions shall be incorporated as part of this policy including all future amendments. In cases where these policies conflict with any City Ordinance, State or Federal law or regulations, the terms of that law or regulation prevails. In all other cases, these policies apply. 1.2 CONTACT INFORMATION Position Responsibility Finance Director...................................................................................... Fiscal Control and Budget Grant/Project Accountant ...................................................... Grants and Capital Improvement Plan Public Works Contracts Administrator ................... Small Works/Contracts/Prof Svcs Agreements City Clerk...................................................................................... Agreements and Other Contracts Accounts Payable............................................................................ Accounts Payable and Vendors Procurement Officer ............................................... Control Purchasing and Department Assistance 1.3 CODE OF ETHICS (RCW 42.23) "Public employment is a public trust. " The public must have confidence in the integrity of its government. The purpose of this Code of Ethics is to give guidance to all employees and elected officials so that they may conduct themselves in a manner which will be compatible with the best interest of themselves and the City of Pasco. It is essential that those doing business with the City observe the following guiding ethical standards: A. Actions of City employees shall be impartial and fair. Page 6 B. The City will not accept donations of materials or services in return for a commitment to continue to initiate a purchasing relationship. C. City employees may not solicit, accept, or agree to accept any gratuity for themselves, their families or others that would or could result in personal gain. Purchasing decisions must be made impartially in the best interest of the City. Items complying with RCW 42.52.150 are not considered gratuities if they do not exceed an aggregate value in excess of fifty dollars ($50.00) during any calendar year. 1) Such items include: (a) Unsolicited flowers, plants and floral arrangement. (b) Unsolicited advertising or promotion items of nominal value such as pens and notepads. (c) Unsolicited tokens or awards of appreciation in the form of a plaque, trophy, desk item, wall momentum, or similar items. (d) Food and beverage consumed at hosted receptions where the attendance is related to the employee's official duties. (e) Admission to and the cost of food and beverage consumed at events sponsored by or in conjunction with the civic, charitable, governmental, or community organization. (f) Discounts or concessions routinely available to the general population. (g) Items received which to not result in personal gain such as samples to the City which are used for general City use. 2) The following are examples of items not considered gratuities: (a) Discounts or concessions routinely available to the general population; (b) Items received which do not result in personal gain; Samples to the City which are used for general City use. 1.4 CONFLICT OF INTEREST No City staff or council member may undertake consulting, professional practice or other assignments which would result in a conflict of interest. Any employee of the City who recommends or approves a purchase and who has any financial interest in the firm involved in the purchase shall disclose his or her interest in the fine prior to recommending or approving the purchase. Page 7 1.5 UNAUTHORIZED PURCHASES PURCHASES FOR PERSONAL USE ARE NOT ALLOWED. An employee ordering an unauthorized and unjustified purchase, use of a City credit card, or City credit account shall be personally liable for the costs of the purchase or contract and subject to reimbursement of all City costs and disciplinary action, up to and including termination of employment. Purchases made without proper authorization, but that are otherwise appropriate under this policy, may be approved by the Department Head or other authorized approving authority under this Policy, after the fact. The employee may be subject to reimbursement at the City's costs and discipline for purchases without property authorization. 1.6 CONTRACTING 101 A contract is basically an agreement between two or more people to do something for some value. There is an offer acceptance and exchange of consideration or value. In a public purchasing context, a contract is an agreement by a vendor to provide goods or services to the City in return for receiving payment from the public agency. The following is the basics for entering into a contract: A. The Invitation: 1) A solicitation (Invitation to Bid — ITB; Invitation for Qualifications — ITQ; and Request for Proposal - RFP/or Request for Qualifications — RFQ) is an invitation to a contractor to make an offer. 2) Invitations are most often directed at multiple parties and outline the needs of the City. B. The Offer: 1) The contractor's returned quote/bid/proposal is their offer to the City to perform the work outlining what and how much. 2) The offer shows that the contractor is willing to agree to specific terms. 3) The offer is given to a particular party. 4) The Contractor has made an offer to do what the City requested for a specific price. C. The Acceptance: 1) The City must now accept one of the offers. 2) The acceptance is a communication showing agreement to the exact terms of the offer or a contract. 3) A contract requires an offer and acceptance. Page 8 4) Contracts must show that the offer made by the contractor has been accepted. 5) There are two ways to accomplish this. Include in the contract: (a) City's Scope and Contractor's quotelbid, or (b) If only using contractor's quote/bid, include the following: "The terms of this [quote/proposal] are mutually acceptable to the City and Contractor and are hereby incorporated by reference into this Agreement as the Scope of [Work/Service]." 1.7 RESPONSIBLE PURCHASING The City shall acquire its goods and services in a manner that complies with all federal, state, City laws, and other requirements (e.g., City resolutions). The City shall purchase and use materials, products and services which are fiscally responsible, reduce resource consumption and waste, perform adequately, promote opportunities to lesser -advantaged segments of our community and promote human health and well-being when possible. A. Environmental factors to consider in selecting products include: 1) Waste generation. 2) Recycled content. 3) Energy consumption. 4) Potential impact on human health and the environment. B. Social equity factors that should be considered include, but are not limited to: 1) Use of local businesses. 2) Use of small, minority and women -owned businesses. 3) Ergonomic and human health impacts. C. Fiscal factors to be considered include but are not limited to: 1) Lowest total cost. 2) Leveraging our buying power. 3) Impact on staff time and labor. 4) Long-term financial/market changes. 5) Technological advances in a rapidly changing market. Page 9 1.8 WHAT THIS POLICY COVERS The process of selecting vendors and managing contracts shall embody the value of stewardship of public resources by providing the greatest levels of both quality and value. A. The goals are to ensure that the purchase process: 1) Creates open and fair competition. 2) Includes terms and conditions required to protect the City. 3) Meets ethical standards. B. From Beginning to End Before any purchase of goods or services is made; the following questions should be answered: 1) Define the need — What kind of purchase is this? 2) Determine the cost — How much will this cost? 3) Process — Is this a project or purchase? 4) Protecting the City — How to properly protect the City from liability? 5) Authority — Who has to approve it? 6) Contract Administration — What are the responsibilities of the contract administrator? 1.9 DEFINE THE NEED The first question that should be answered is what type of transition is it? Is it a project or purchase? The major categories include: A. Public Works: (RCW 39.04.010). "Public work" means all work, construction, alteration, repair, or improvement other than ordinary maintenance, executed at the cost of the City" (RCW39.04.010) 1) Examples: demolition, remodeling, renovation, and repair of road construction, building construction, and utilities construction. Any construction of repair of a City facility is presumed to be a public works project and subject to its bidding requirement unless it is ordinary maintenance, exempt, with the purchase of materials, supplies, and equipment not used in connection with the public work or services. 2) Maintenance. Ordinary maintenance is defined as work not performed by contract and that is performed on a regularly scheduled basis to service, check or replace items that are not broken; or work not performed by contract that is not Page 10 regularly scheduled but is required to maintain the assets so that repair does not become necessary (WAC 296-127-010). 3) For purposes of prevailing wage requirements, public works includes ordinary maintenance when performed by contract. 4) Exempt Projects and Purchases. Certain purchases that may otherwise be public works projects are exempt by State law, which include: (1) solid waste collection and disposal services; (2) pollution control equipment; (3) janitorial services; and (4) contracts for the official newspaper. B. Materials. Supplies and Equipment. Materials, supplies and equipment not used in connection with a public works project are considered tangible items which are manufactured and are moveable at the time of purchase. It is important to distinguish between materials, supplies and equipment used in public works contracts as opposed to non-public works contracts as different bidding requirements apply to each. 1) Examples: office supplies, off the shelf software, hardware, trucks, copy machines, auto parts, gravel, janitorial supplies, and electronic data processing and telecommunication equipment which is subject to competitive negotiation. C. Services. Distinguishing between services and public work is also important, as services may also have different bidding requirements. Services include the labor, time or effort of a human being. The City has three classifications of services: 1) Professional Services. Services provided by independent consultants that require specialized knowledge, advanced education, professional licensing or certification and where the primary service provided is mental or intellectual, involving the consistent exercise of judgment and discretion. (a) Examples: accountants, attorneys, consultants, graphic artists. 2) Architectural and Engineering eering Services (A&E Services). These services are to be acquired under the authority and procedures outlined in RCW Chapter 39.80. (a) Examples. Engineers, land surveyors, architects, and landscape architects. 3) General Services. All other service related work that is not considered a public work or professional service. Most often these are routine in nature (i.e.: yearly, monthly, weekly, etc.) (a) Examples: Building maintenance, elevator maintenance, automotive services, and instructors. 1.10 DETERMINE THE COST A. To determine the estimated cost of a project to purchase is a critical step which will generally determine which competitive selection process you will need to follow. Page 11 Estimated project costs for competitive bidding purposes must include: 1) All construction related work (but not engineeringlarchitectural design fees). 2) All phases of the project. 3) All applicable sales and use taxes. B. Project costs should not include donated materials, labor, supplies, etc. See Appendix A for a summary of bidding requirements by project type. C. Sales tax should be included when determining the cost of a public work of the purchase of materials, supplies or equipment. There are no retail sales or use tax exemptions for City purchases except: 1) Labor and services rendered for the building, repair, or improving of any street, place, road, highway, easement, right-of-way, mast public transportation terminal, or parking facility, bridge, tunnel, or trestle owned by the City used primarily for pedestrian or vehicle traffic. Materials used in constructing these projects are not exempt from sales and use tax. 2) Labor and services for processing and handling of sand, gravel, and rock taken from City pits and quarries when the material is for publicly -owned road projects. 1.11 DETERMINING CONTRACT VALUE A. Contract value refers to the total aggregate value of the contract including all base periods, plus potential renewal periods. It all includes all applicable retail sales and use taxes. 1) Example #1: A three-year contract for $40,000 per year is considered a $120,000 contract. 2) Example #2: A contract originally scheduled as a one year $60,000 contract, but a renewal is negotiated for an additional year for another $60,000, the aggregate value of the contract becomes $120,000. 3) Exception: Hardware/software maintenance agreements are treated as stand-alone agreements and do not need to be aggregated to the original hardware/software purchase agreement. B. Routine Work - Purchased Services. Purchased services contracts are provided by vendors for necessary, continuing, routine or reoccurring work. They are generally associated with the day-to-day operations of the City and are intended for completion of an assigned or specific task. These generally include routine building maintenance, janitorial services, recycling services, vehicle inspection and maintenance and landscaping. Best practices dictate that a competitive negotiation process be followed every contract period. If it is determined by the Department Director that a competitive Page 12 negotiation process is not feasible, the following alternative process should be followed: 1) A competitive process should be performed at a minimum of every four years. 2) Each individual contract may be based upon the original competitive process provided that the scope has not changed significantly. If the scope changes result in a cost differential of greater or less than ten percent, a new competitive process will be required. 3) Typically, only the original successful vendor may be used for each contract period. Changing vendors to the "second place vendor" should be discouraged unless the successful vendor is unable to perform the contract services. 4) The duration, terms, conditions, and requirements of the contract shall be clearly identified in the original competitive process to all proposers. 5) All signature authority levels apply to each contract. 6) Executing a series of individual contracts shall not be done for the purposes of avoiding City Council approval. Purchased services may require prevailing wages to be paid, in which case, the vendor must follow the statutory requirements of RCW 39.12. (See 7.1) 1.12 EXCEPTIONS TO THE COMPETITIVE PROCESS FOR CONTRACTS FOR PUBLIC WORKS AND CONTRACTS FOR PURCHASES. State law permits limited exceptions to the bidding requirements for contracts for public works and contracts for purchases. All of these exemptions require authorization from the City Council by Resolution. A. Request an Exception to the Competitive Process. Request for exceptions must be made to the City Council. Exceptions should make good business sense and be in the best interest of the City. In all cases, it is the City's responsibility to conduct a good faith review of all available providers and determine that the requested vendor is the only applicable provider of such services/items. It is important to note that ONLY the requirement for competitive bidding or advertising is waived. It does not waive any contractual requirements, approvals, or insurance requirements. Page 13 B. Exemptions to the Competitive Bidding Requirements as Provided in RCW 39.04.280(1): C. Exemption Process: Complete a written request to the City Council including: 1) Explain why this option is the only option, makes good business sense, and is in the best interest of the City. Complete and provide Sole Source Worksheet, if applicable. 2) The Sole Source Worksheet needs to be signed by the requestor, Department Director, and the City Manager, following Council approval. City Council shall pass a resolution approving this determination. 1.13 URGENT NEED OR EMERGENCY An "Urgent Need" is defined as "an immediate need for goods or services (non- emergency) that does not allow for the normal purchase processing time." A. Urgent Need Process: 1) Step 1 — Determine action needed. 2) Step 2 — Evaluate budget capacity. 3) Step 3 — Contact Finance Director if purchase will exceed the budget or financing assistance is required. B. Declared Emergencies. For purposes of this section "emergency" means unforeseen circumstances beyond the control of the City that either: (a) present a real, immediate Page 14 Purchases that are clearly and ' Licensed or patented goods or service. legitimately limited to a single ' Items which are compatible w/ existing equipment, source of supply inventory, systems, programs or services. Complete Sole Source - Meets City standards (i.e. meters). Worksheet (See Appendix B) ' Factory -authorized warranty services. ■ Meets the specialized need of the City. Purchases involving special facilities or market conditions Item is of special design, shape or manufacture that Complete Sole Source matches or fits w/ existing equipment, inventory, Worksheet (See Appendix B) systems, programs, or services. Purchases of insurance or bonds Insurance or bonds Purchases in an emergency See Section 1.13 If another City provides maintenance service to our Certain government to City using its own forces, no competitive bidding government purchases requirements arise. However, if the other City contracts with a private company for this service, competitive bid limits would apply. C. Exemption Process: Complete a written request to the City Council including: 1) Explain why this option is the only option, makes good business sense, and is in the best interest of the City. Complete and provide Sole Source Worksheet, if applicable. 2) The Sole Source Worksheet needs to be signed by the requestor, Department Director, and the City Manager, following Council approval. City Council shall pass a resolution approving this determination. 1.13 URGENT NEED OR EMERGENCY An "Urgent Need" is defined as "an immediate need for goods or services (non- emergency) that does not allow for the normal purchase processing time." A. Urgent Need Process: 1) Step 1 — Determine action needed. 2) Step 2 — Evaluate budget capacity. 3) Step 3 — Contact Finance Director if purchase will exceed the budget or financing assistance is required. B. Declared Emergencies. For purposes of this section "emergency" means unforeseen circumstances beyond the control of the City that either: (a) present a real, immediate Page 14 threat to the proper performance of essential functions; or (b) will likely result in material loss or damage to property, bodily injury, or loss of life if immediate action is not taken. Competitive bidding may be waived subject to the following process: C. Declared Emergency Process. 1) Step 1 — Mayor declares an emergency and City Attorney prepares emergency declaration. 2) Step 2 — Upon authority from the City Manager, the department may authorize work and/or equipment procurement required to address the emergency situation. 3) Step 3 — Department will develop contract with written determination of the basis for the emergency and for the selection of the particular vendor. This written determination shall be included in the contract file. 4) Step 4 — Award the contract. 5) Step 5 —Department to schedule the contract award on next City Council regular agenda. Coordinate with the City Attorney to prepare materials necessary to ratify emergency declaration finding not later than two weeks following the award of the contract. 6) Step 6 — A record of the emergency procurement shall be made at the next regular City Council meeting. Page 15 2. PURCHASES PROCUREMENT 2.1 INITIATE A NEW PROCUREMENT The City makes many small and large purchases over the course of the year and must comply with State and local policy for each type of procurement based on type of work, dollar limits, and level of risk involved with each purchase. The following table summarizes the types of new procurements typically performed at the City of Pasco: Options i Procurements Credit Card US Bank Reconciliation Accounts Payable Personal Reimbursement Expenses Claim Form Accounts Payable Materials, Supplies and Claims Process Subject to Dept. approval Equipment <$15,000 and budget authority Materials, Supplies and Purchase Agreement by Subject to Dept. approval Equipment >$15,000 Competitive Bid and budget authority Public Works Invitation to Bid Contracts Contracts Administrator A & E/Prof Services Request for Qualifications Contracts Administrator Contract General Services Quote Requisition Contracts Administrator <$35,000 General Services RFP Contract Contracts Administrator >$35,000 NOTE: Depending upon the nature of the project, it may be necessary to modify the standard process if other factors, such as risk, are involved. These may be looked at on a case-by-case basis. Page 16 2.2 SMALL PURCHASES OF GOODS AND SERVICES Small purchases are typically goods and services (excluding Public Works) under $15,000. These purchases can be made using one of the following processes: Process Credit Card (see City of Dollar Limil Up to $5K/mo. for klloN�ed Uses Business related Non-AlIoNNed Uses Pasco Procurement Card individuals. And purchases of goods Alcohol, capital Policy -Administrative Order $1OK/mo. for and services i.e., equipment, cash 480) departments subscriptions, advance, seminars, catering, consulting services, *It is strongly *Exceptions may maintenance, repair, personal items, recommended that be made with the operations, office professional employees use the City Finance Director's supplies, computer services credit card vs. personal approval peripherals, software Up to $1,000 Small incidentals Personal *Exceptions may such such as postage, Regular business Reimbursements be made with the tolls, parking related goods and Finance Directors fees, CDL license, services approval meals, and mileage Goods and Services at low risk and not Capital Claims Request $15,000 otherwise covered expenditures, under a contract, or contracts required to be bid 2.3 STATE CONTRACTS OR OTHER COOPERATIVE PURCHASING AGREEMENTS Both the Washington State Department of General Administration and the Department of Information Services (DIS) offer existing contracts for goods and services that the City may use. In addition, the City has entered into a number of agreements with other governmental units to share in cooperative purchasing and the benefits of volume pricing. When using a state contract or purchasing agreement, the City is, in essence, "piggybacking" off of their competitive process thus eliminating the need to perform its own. The City may pay an annual fee to the state or other governmental unit for the ability to piggyback off of their contracts and encourages the use of these contracts whenever possible. *See Appendix A for list of cooperative purchasing agreements. Page 17 A. The Competitive Process: 1 Review State contract website for Work with State buyer b/ Purchase Agreement for materials, supplies and equipment or services piggyback requirements City Manager, as long as there is budget authority $300,000 and above* City Council approval Obtain details regarding all 2 Contact vendor to verify if vendor will aspects of purchasing including honor state contract pricing invoicing, availability, delivery, etc. 3 Contact procurement officer to place Place order and process invoice order for payment B. Completing the Purchase: 1) State contracts include standard terms and conditions. When piggybacking off of a state contract, all of the state contract terms and conditions apply. 2) Occasionally, the City may opt to change the state's contract requirements which will require the City to develop its own Purchase Agreement identifying those requirements that are unique to the City's purchase. C. Approval Process: -1".% pe Dollar,kniount Less than $50,000* Authorit) Department Head (or designee) as long as there is budget authority Purchase Agreement for materials, supplies and equipment or services $50,000 — $299,999* City Manager, as long as there is budget authority $300,000 and above* City Council approval *hicluding sales/use tax. 2.4 LARGE PURCHASES FOR MATERIALS, SUPPLIES AND EQUIPMENT A. The Competitive Process. While the purchase of material, supplies, and equipment, does not require competitive bidding, due diligence should be made to secure the most favorable pricing for City purchases. Purchases are covered by RCW 35.22.620 (per RCW 35A.40.210). Page 18 B. Formal E ui ment Bid Process. 1' Task Identify Grants or Federal NN 110 Department Actiori Notify Grant Accounting Funds as applicable Technician Forms shall include: Advertisement Non - 2. Prepare Bid Documents Department Collusion Equal Opportunity Bid Proposal Sheet Bidder's Checklist Bid Bond (if necessary) Prepare Product Considerations: Warranties 3. Specifications Department Delivery Liquidated r Damages Advertise in official Advertise, Publish and newspaper Publish Bid on 4. Notify Department internet Email notification to recommended roster participants (if any) Department to write 5. Addenda Required? Department addenda, notify plan holders and post online Schedule and Conduct Bid Department to schedule 6. OpeningDepartment conference room, open and read sealed bids Determine the lowest, responsible, responsive bidder; Schedule award date; Prepare Council agenda 7. Bid Award Department materials (Motion to Award); Prepare contract paperwork for vendor signatures; Prepare routing for internal signatures C. Completing the Purchase: 1) Step I — The Purchase Agreement should include three complete sets: (a) Purchase Agreement — signed by vendor. (b) Attachment A — Bid/Specifications including successful vendor's required forms submitted at time of bid (e.g.: Non- Collusion, Affidavit of Equal Opportunity, and Bid Offer Form). Page 19 (c) Attachment B — City's Insurance Requirements w/successful vendor's Certificate of Insurance. 2) Step 2 — Routing (a) Complete the Contract Routing/Approval Form. (b) Attach copy of draft agenda memo materials. (c) Notify Accounting Technician to create contract purchase order for contract tracking and payment processing purposes. D. Approval Process. pe DollarTN Department Director (or Less than $50,000* designee) as long as there is budget authority Purchase Agreement $50,000 - $299,999* City Ci Manager, as long as there g g is budget authority $300,000 and above* City Council approval *Including sales/use tax. 2.5 VENDORS LIST — MRSC ROSTER The City is not required to use formal sealed bidding procedures to purchase materials, supplies, or equipment not connected to a public works project where the cost will not exceed $100,000.00 following the procedures provided in PMC 14.11.020 "Vendor List Roster." 2.6 TELECOMMUNICATIONS AND DATA PROCESSING PURCHASING The City may purchase telecommunications and data processing (computer) equipment and software through a competitive negotiation process as an alternative to the bid process. RCW 39.04.270 provides for an alternative competitive negotiation process requiring, at a minimum, the following: A. Requests for Proposals (RFPs) must be published in a newspaper of general circulation at least 13 days before the last date on which the proposal will be received. B. The RFP must identify significant evaluation factors, including price, and their relative importance. C. The City must provide reasonable procedures for technical evaluation of the proposals, identification of qualified sources, and selection for awarding the contract. Page 20 D. The award must be made to the qualified bidder whose proposal is "most advantageous" to the City. The City may reject all proposals for good cause and request new proposals. 3. PUBLIC WORKS PROCUREMENT All City projects and purchases for work, construction, alteration, repair, or improvement of any City land, facility, structure, utility, or roadway constitute a "public works project," and compliance with the State's bidding requirements, or its exceptions, is required. Public works projects may consist of: A. In-house or day labor. B. Limited public works - - small works roster. C. Small works roster. D. Public works formal bid process, each depending on the cost for the project. 3.1 REQUIREMENTS APPLICABLE TO ALL PUBLIC WORKS BIDDING METHODS A. Bid Splitting. Cities may not break a public works projects into separate phases or parts to avoid compliance with the bidding statutes. Likewise, the City cannot break a project into phases for the purpose of estimating the cost of a public works project, even though those phases are performed at different intervals of time. Even if the City will be completing the actual project in phases, the total costs of all phases of the public work or purchase will determine the method of bidding required. If the aggregated cost exceeds the applicable bid limit, the City must bid each phase of the project even though a given phase is less than the bid limit. B. Developer and Joint Projects. If the project is done completely by developer and then donated or dedicated to the City, the bid laws do not apply because the developer is not acting as an agent for the City. Also as a general rule, if the cost of the project involves any City money, then the entire project is a public works project subject to the bidding laws and the procedures of this policy. Joint projects for the City funds the costs for oversizing or other upgrades or improvements beyond those required to be performed by the developer, the appropriate bidding law procedure, depending on the cost of the City's portion of the project, must be complied with. C. Determining the Cost of a Public Work. The total construction cost of each project must be estimated in order to correctly apply bid limit dollar amounts to determine if a public works project must be competitively bid. This estimate may be prepared by an outside third party; however, the final cost estimate must be validated by the City. The total construction cost (estimated as if the project were to be bid) is used to make the determination. The estimate shall include materials, supplies, equipment, and labor on the construction of that project AND applicable sales and use taxes. However, the value Page 21 of volunteer labor, material, or equipment need to be included in the cost estimate for a public works project, as these are not a cost to the agency. 3.2 PUBLIC WORKS PERFORMED BY CITY STAFF - - IN-HOUSE WORK Minor public works projects may be performed by City workers, day labor, or contract labor without calling for bids when the estimated cost of the work or improvement, including costs of materials, supplies and equipment will not exceed $65,000 if more than one craft or trade is involved; or $40,000 if a single craft or trade is involved in the work. For any project performed by City workers with an estimated cost in excess of $25,000, the City must publish a description of the project and its estimated cost in the official newspaper at least fifteen (15) days before beginning work as required by RCW 39.04.020 3.3 PUBLIC WORKS A. Bid Limit. According to RCW 35.23.352, (which is specified for second-class cities, but applies to code cities generally (see RCW 35A.40.200) the City may construct any public work by contract or day labor without calling for bids when the estimated cost of the work or improvement, including cost of materials, supplies and equipment will not exceed $65,000 if more than one craft or trade is involved or $40,000 if a single craft or trade is involved. Whenever the cost of the public work or improvement will exceed these figures, the project shall be done by contract, provided the City may let contracts using the small works roster process provided in RCW 39.04.155. B. Determining the Cost of a Public Work. The total construction cost of each project must be estimated in order to correctly apply bid limit dollar amounts to determine if a public works project must be competitively bid. This estimate may be prepared by an outside third party; however, the final cost estimate must be validated by the City. The total construction cost (estimated as if the project were to be bid) is used to make that determination. The estimate shall include materials, supplies, equipment, and labor on the construction of that project AND applicable sales and use taxes. However, the value of volunteer labor, material, or equipment need not be included in the cost estimate for a public works project, as these are not a cost to the agency. For any project completed by any means or method other than a contract, such as using City workers, and the estimated cost will exceed $25,000, the City must publish a description of the project and its estimated cost in the official newspaper at least fifteen days before beginning work as required by RCW 39.04.020. C. Publication. At least once a year, on behalf of the City, MRSC shall publish in a newspaper of general circulation within the jurisdiction a notice of the existence of the roster or rosters and solicit the names of contractors for such roster or rosters. Responsible contractors shall be added to the appropriate MRSC roster or rosters at any time that they submit a written request and necessary records. The City may require master contracts to be signed that become effective when a specific award is made using a small works roster. See 2.6 Public Works — Limited Public Works. Page 22 3.4 LIMITED PUBLIC WORKS — SMALL WORKS ROSTER SWR Process - Under $35,000 This limited public works process is a type of small works roster process applicable to smaller projects. A. Competitive Process: 1) If a work, construction, alteration, repair, or improvement project is estimated to cost less than thirty-five thousand dollars ($35,000), the Department Director may award such a contract using the limited public works process provided under RCW 39.04.155(3). 2) Department will contact contractors off the Small Works Roster. Invitation for quotations shall include an estimate of the scope and nature of the work to be performed, materials and equipment to be furnished, and the date, time and location to return quote. However, detailed plans and specifications need not be included in the invitation. 3) A minimum of three electronic or written quotations shall be solicited from the appropriate Small Works Roster and the City shall award the contract to the lowest responsible bidder as defined under RCW 39.34.010. 4) After an award is made, the quotations shall be open to public inspection and available by electronic request. 5) The City may use the limited public works process to solicit and award Small Works Roster contracts to small businesses that are registered contractors with gross revenues under one million dollars ($1,000,000.00) annually as reported on their Federal Talc Return, and to adopt such additional procedures as to encourage small businesses that are registered contractors with revenues under two hundred fifty thousand dollars ($250,000.00) annually as reported on their Federal Tax Return to submit quotations or bids on Small Works Roster contracts. 6) For limited public works project, the City may waive the payment and performance bond requirements of RCW 39.08 and the retainage requirements of RCW 60.28 if the contractor has demonstrated sufficient financial ability to complete the project. By waiving these bonds, the City assumes the liability for the contractor's nonpayment of laborers, mechanics, subcontractors, material suppliers, suppliers, and taxes that may be owed by the contractor. The City may assert a right of recovery against the contractor for any payments made on the contractor's behalf. Therefore, the City should not release the final payment until the contractor has provided lien waivers and other proof of payment of all costs and taxes associated with the project. 7) The City will maintain a list of the contractors contacted and contracts awarded during the previous 24 months under the limited public works process, including Page 23 contractor name, registration number, amount of contract, brief description of work and date contract awarded. 8) Prevailing Wage is required. B. Completing the Purchase. Contract. 1) Step 1 - The Small Public Works contract should include 3 complete bid packages including: (a) Small Public Works contract — signed by the contractor. (b) City's Scope of Work. (c) Contractor's Quote. (d) City's Ins. Requirements and Contractor's Ins. Cert. (e) Prevailing Wage Rates and Benefit Code Key. 2) Step 2 — Routing (a) Complete the Contract Routing/Approval Form. (b) Attach copy of agenda memo materials if applicable. C. Approval Process: Department Director, as Limited Public Works Under $35,000* long as there is budget authority *hncludine sales/use tax. 3.5 PUBLIC WORKS — SMALL WORKS ROSTER SWR Process — Between $35,000 and $300,000 A. Small Works Roster. When the contract amount for a public works project is $300,000 or less, the City may follow the Small Works Roster process for construction of a public work or improvement as an alternative to the general competitive bidding requirements as provided in PMC 14.11 "Small Works Roster." The City of Pasco has contracted with the Municipal Research and Services Center of Washington (MRSC) for the City use of a State-wide electronic database for small works roster and consulting services developed and maintained by MRSC. Page 24 B. Publication. At least once a year, on behalf of the City, MRSC shall publish in a newspaper of general circulation within the jurisdiction a notice of the existence of the roster or rosters and solicit the names of contractors for such roster or rosters. Responsible contractors shall be added to the appropriate MRSC roster or rosters at any time that they submit a written request and necessary records. The City may require master contracts to be signed that become effective when a specific award is made using a small works roster. See 2.6 Public Works — Limited Public Works. C. Competitive Process. The following Small Works Roster procedures cover projects between $35,000 and $300,000, and are established for use by the City pursuant to RCW 35.22.620 and RCW 39.04.155(1). 1) The City need not comply with formal sealed bidding procedures for the construction, building, renovation, remodeling, alteration, repair, or improvement of real property where the estimated cost does not exceed $300,000.00, which includes the costs of labor, material, equipment and sales and/or use taxes as applicable. 2) Telephone, Written Quotations or Electronic Quotations. The City shall obtain telephone, written or electronic quotations from contractors on the appropriate Small Works Roster to assure that a competitive price is established and to award contracts to a contractor who meets the mandatory bidder responsibility criteria in RCW 39.34.350(1). The City may establish supplementary bidder criteria under RCW 39.34.350(2) to be considered in the process of awarding a contract. 3) The breaking of any project into units or phases is prohibited if it is done for the purpose of avoiding the maximum dollar amount of a contract that may be let using the Small Works Roster process. 4) A contract awarded from a Small Works Roster need not be advertised. Invitations for quotations shall include an estimate of the scope and nature of the work to be performed as well as materials and equipment to be furnished. Detailed plans and specifications need not be included in the invitation. 5) Quotations may be invited from all contractors on the appropriate Small Works Roster. As an alternative, quotations may be invited from at least five (5) contractors on the appropriate roster who have indicated the capability of performing the kind of work being contracted, in a manner that will equitably distribute the opportunity among the contractors on the roster. "Equitably distribute" means that the City may not favor certain contractors on the roster over other contractors on the roster who perform similar services. At the time bids are solicited, the City representative shall not inform a contractor of the terms or amount of any other Contractor's bid for the same project. 6) The City should invite at least one proposal from a qualified minority or woman - owned business entity. Page 25 A F 7) If the estimated cost of the work is from $150,000 to $300,000, the City may choose to solicit bids from less than all the appropriate contractors on the appropriate Small Works Roster, but must also notify the remaining contractors on the roster that quotations on the work are being sought. The City has the sole option of determining whether this notice to the remaining contractors is made by: (a) Publishing notice in a legal newspaper of general circulation in the area where the work is to be done. (b) Mailing a notice to these contractors; or (c) Sending a notice to these contractors by facsimile or other electronic means. 8) A written record shall be made by the City representative of each contractor's bid on the project and of any conditions imposed on the bid. Immediately after an award is made, the bid quotations obtained shall be recorded, open to public inspection, and available by telephone inquiry. 9) Prevailing Wage, Public Bid opening and Council approval is required. Completing the Purchase. Contract. 1) Step 1 — The Small Public Works contract should include 3 complete bid packages including: (a) Small Public Works contract and Addenda. (b) All awarded contractor's bid submittal forms. (c) Contractor's Insurance Certificate. (d) Complete Retainage Selection Option Form. 2) Step 2 — Routing (e) Attach copy of agenda memo materials if applicable. Approval Process: Less than $50,000* Department Director, as long as Public Works —Small works there is budget authority Roster $50,000 to City Manager, as long as there is $300,000* budget authority Including sales/use tax. Page 26 3.6 PUBLIC WORKS — FORMAL BID PROCESS Formal Bid Process — Over $300,000 A. Competitive Process: Competitive bidding is designed to prevent favoritism in awarding public work contracts and to enable local governments to obtain the best work or supplies at the most reasonable prices. It is also designed to provide a fair forum for bidders and to protect the public interest. 1) Department will compile bid package. 2) The notice to bid is to be published in the official newspaper at least 13 days prior to the date bids are to be received. The notice shall state the nature of the work for which plans and specs will then be on file. 3) Bids must be sealed and filed within the time specified. 4) Each bid requires a bid proposal deposit of 5% or more in the form of cashier's check, postal money order, or surety bond. 5) Prevailing Wage is required. 6) Public bid opening is required. 7) Council approval is required. B. Completing the Purchase: Contract. 1) Step 1 — The Public Works contract should include 3 complete bid packages including: (a) Public Works agreement — signed by the contractor. (b) Any Addenda. (c) All awarded contractor's bid submittal forms. (d) Contractor's Insurance Certificate. 2) Step 2 — Routing (a) Complete the Contract Routing/Approval Form. (b) Attach copy of agenda memo materials if applicable. Page 27 C. Approval Process: D. Formal Bid Process: 1 Page 28 qObtaPProject Department Obtain project number from Finance Number Department — Accounting Technician 2' Identify Grants of Department Notify Finance Department, as Federal Fund applicable Forms shall include: Advertisement Non -Collusion Equal Opportunity Bid Proposal Sheet 3 Prepare Bid Department (includes Debarment Form) Documents Bidder's Qualifications Supplemental Criteria Bidder's Checklist Performance Specifications Bid Bond 4 Advertise, Publish Department Advertise, Publish Bid on City website and Notify or other 5. Schedule and Conduct Bid Department Department to schedule conference room Opening Department to open and read sealed bids Determine if Bidder is deemed Responsive and Responsible. See: Department to review low bid 6. 5.2- No Bids or Department received against responsibility and Non- responsive criteria and reject non- Responsive/Respo responsive/responsible bidders nsible Bids or Submittals Page 28 3.7 PURCHASES OF EQUIPMENT INCLUDING INSTALLATION Some transactions bear the elements of both a purchase and a public works project. RCW 35.23.352(1) prohibits the division of a public works project into units of work or classes of work to avoid the restriction on work that may be performed by City workers or day labor on a single project. Occasionally, projects include the direct purchase of equipment which is separate from the installation. For example, the City can purchase equipment for $50,000 off of a state contract at a lower cost, and the installation is estimated to cost $25,000. A. How should this project be bid? Because the City cannot split public works into units to avoid the bidding process, it must combine the cost of the two purchases and treat them as one to establish the "project cost." In this example, the project cost of the entire project is $75,000 (equipment @ $50,000 + installation @ $25,000), which exceeds the City's limited public works bid threshold of $35,000. Therefore, the public work installation must be subject to the bidding process - - in this case, the small works roster process. The purchase of the equipment will be made using the state contract. B. What kind of contract should be used? For this project, because the public works installation is under $35,000, the City would use a Limited Small Public Works Contract. Public works contracts under $35,000 do not require retainage or bonding, so these requirements may be waived if appropriate. There are so many variables to this type of purchase that it would be difficult to highlight every possible scenario. Contact the Finance Director for assistance. C. The Competitive Process. For the competitive process requirement, use the Project Cost values: 1) Add the cost of the equipment purchase and installation costs to establish the Project Cost. 2) Per the Project Cost values: Page 29 Compare Bid against original cost Document estimate and determine and document "spread" 7. Reasonable Cost Department the is reasonable. If cost spread is not reasonable, the low bid may be rejected. Department to prepare agenda materials; Department to schedule award with 8. Bid Award Department Council; Route contract; Complete retainage selection form 3.7 PURCHASES OF EQUIPMENT INCLUDING INSTALLATION Some transactions bear the elements of both a purchase and a public works project. RCW 35.23.352(1) prohibits the division of a public works project into units of work or classes of work to avoid the restriction on work that may be performed by City workers or day labor on a single project. Occasionally, projects include the direct purchase of equipment which is separate from the installation. For example, the City can purchase equipment for $50,000 off of a state contract at a lower cost, and the installation is estimated to cost $25,000. A. How should this project be bid? Because the City cannot split public works into units to avoid the bidding process, it must combine the cost of the two purchases and treat them as one to establish the "project cost." In this example, the project cost of the entire project is $75,000 (equipment @ $50,000 + installation @ $25,000), which exceeds the City's limited public works bid threshold of $35,000. Therefore, the public work installation must be subject to the bidding process - - in this case, the small works roster process. The purchase of the equipment will be made using the state contract. B. What kind of contract should be used? For this project, because the public works installation is under $35,000, the City would use a Limited Small Public Works Contract. Public works contracts under $35,000 do not require retainage or bonding, so these requirements may be waived if appropriate. There are so many variables to this type of purchase that it would be difficult to highlight every possible scenario. Contact the Finance Director for assistance. C. The Competitive Process. For the competitive process requirement, use the Project Cost values: 1) Add the cost of the equipment purchase and installation costs to establish the Project Cost. 2) Per the Project Cost values: Page 29 (a) Follow appropriate equipment competitive process. (b) Follow appropriate Public Works competitive process (Project Cost = $75,000, follow SPW Process: $35K -$300K). D. Completing the Purchase. 1) Use appropriate equipment purchase process (purchase agreement) for the value of the equipment only. 2) Use appropriate public work contract (small public work contract, public work agreement) for the value of the public work only. 3) All other public work contract requirements such as retainage, bonding, etc. shall also apply per the value of the public work only. E. Approval Process. For the approval process, use the project cost values: *Including sales/use tax. 4. ALTERNATIVE PUBLIC WORKS CONTRACTING 4.1 JOB ORDER CONTRACTING As an additional alternative to the public works bidding process, the City may enter into a job order contract as authorized by RCW 39.10.420 as a method of obtaining construction services for smaller projects through the use us an indefinite quantity delivery order contract for a fixed period of time. The procedure for a job order contract shall be in compliance with RCW 39.10.420 through 460. 4.2 PERFORMANCE BASED CONTRACT FOR ENERY EQUIPMENT The City may pursuant to RCW 39.35A.030 enter into a performance based contract when contracting for certain water conservation, solid waste reduction, or energy services and equipment. A "performance-based contract' is a contract that provides for payment only if there are cost savings, if the payment obligation for each contract year is either set as a percentage of the annual cost savings attributable under the contract or guaranteed by the other persons or entities to be less than the annual cost savings attributable under the contract. The competitive bidding process is not required, however, the procedure for performance-based contract shall comply with RCW 39.35A.030. Page 30 4.3 DESIGN BUILD Cities may use design -build procedures to contract for public works. Use of design build first requires a request for proposal and an evaluation of qualifications and proposals. Unless this process is extended through further legislative action, it will cease to be available June 30, 2022. The design -review process allows a city to contract for both the design and construction of a facility valued over ten million dollars or a parking garage, regardless of cost, portable facilities, pre-engineered metal buildings or not more than ten prefabricated modular buildings per installation site, regardless of cost and not subject to approval by the evaluation committee. The contract is awarded through a competitive process using the public solicitation of proposals for design -build services. The call for proposals must contain a detailed description of the project, the reasons for the design -build procedure, a description of the qualifications required, a description of the process for evaluation of qualifications and proposals, the form of the contract to be awarded, and any other relevant information to the project. The proposals are to be evaluated by a committee who chooses three to five finalists to submit best and final proposals; the contract is awarded from these proposals, or all proposals may be rejected. The firm selected is then required to submit a performance and payment bond, while the other finalists are paid an honorarium in an amount "sufficient to generate meaningful compensation amount potential proposers." K1l "3l.la1;7_\I[KI]►`YY1 [:SII� 2t11Z0a11JaV A general contractor/construction manager is a firm the City selects and with whom it negotiates a maximum allowable construction costs, guaranteed by the firm, selected after advertisement and competitive bids. Unless the process is extended through further legislative action, it will cease to be available June 30, 2022. The firm that is selected provides services during the design phase and acts as the construction manager and general contractor through the construction phase. The process used for selection of a firm is similar to that used to select a design -build contractor, discussed in the section above. The contractor is selected partially on qualifications, as provided in response to a Request for Proposal, and on the bid the contractor provides; it is also suggested that the City interview the potential contractors in order to make a better -informed decision. The maximum allowable construction cost is negotiated by the City and the firm selected after the scope of the project is determined. That cost is used to set the guaranteed contract cost. Subcontractor work requires competitive bids. The contract award may include an incentive clause, not to exceed five percent (5%) of the maximum construction cost, to be awarded for savings of either time or cost of both. 5. BID OPENING PROCESS 5.1 BID OPENING PROCESS A. Bid Due Dates. Time is of the essence. It is important to make the bid submittal time clear in the bid documents. For example, "The bid form will be received up to 2:00 p.m. on April 27, 20XX. Bids received after the date and hour, based on the time on our atomic clock located in the City Council Chamber will not receive consideration." For Page 31 example, if a bid is due at 2:00 p.m., a bid received at: 1) 1:59 p.m. is on time. 2) 2:00 p.m. is on time. 3) 2:01 p.m. is late. If a bidder insists on submitting the bid and leaves it, do not open it. Make a photocopy of the bid envelope with the time stamp, and immediately return the bid by certified mail, return receipt requested. B. Equal Treatment of Bidders. Avoid giving bidders an advantage to include: not permitting bidders use of private offices and conference space for finalizing bid prices, providing envelope for bidder to use in sealing the bid, or permitting bidder to use the agency's telephone, computer, fax, or photocopier. Avoid disclosing the names and numbers of bidders who have submitted bids. C. Receiving Bids Checklist. 1) Is the bid in writing? (No fax, email, telephone or oral bids). Note the Small Works Roster may have less formal requirements. 2) Did the bidder attend the mandatory pre-bid meeting, if applicable? 3) Is the Bid envelope sealed? Offer tape if not sealed. 4) Is the correct information on the envelope? 5) Is the time stamp clear? 6) Is the time stamp prior to deadline? 7) All bids received shall be kept in a secure and centralized location not accessible to other bidders. Bids should never be left unattended. D. Withdrawal and Modification of Bids. 1) A request to withdraw or modify the bid in advance of the deadline may be received verbally or in writing. If unfamiliar with the bidder, ask for identification. 2) Make a photocopy of the face of the bid envelope, ensuring the bid receipt time shows up on the copy. 3) Have the bidder sign the photocopy with the following "Received by (signature, printed name, date, time.)" Page 32 4) Keep the original signed photocopy. 5) Remove the bid receipt stamp or cross it out on the face of the bid envelope. 6) Return the bid to the bidder, notifying the bidder that if they choose to resubmit the bid, it must be received prior to the bid submittal deadline, and stamped in again with a new time and date stamp, prior to the deadline. E. Modifying Bids from a Distance. The bidder may submit additional information modifying a previously submitted bid if the modification is: 1) Received in writing. 2) Specifically identifying the original bid. 3) Signed by an authorized representative of the bidder. 4) Received prior to the bid receipt deadline. 5) In a sealed envelope. 6) Clear in stating what prices are being changed. F. Subcontractor's List. 1) Due either with the bid or within one hour of the Bid Submittal Deadline. G. Opening the Bids. Bids should be opened in a public meeting. Read each bid before opening the next one. Consider using one person to open the bids and the second person to read. The project manager staff should record the prices on a bid tabulation form. The bid reader should state publically all of the information noted in looking at the bid, without passing judgment whether it is responsive or non-responsive; to include: 1) Name of bidder. 2) Is bid form signed? 3) Bid amount? 4) Is bid guaranty included? 5) Are addenda acknowledged? 6) Is subcontractor's list included? 7) Is the bid bond included if required? The bids will be evaluated for responsiveness after the bid opening. If a contractor wishes Page 33 to review the bids after the bid opening, allow only one contractor at a time to review the bids in a monitored environment. 5.2 NO BIDS OR NON-RESPONSIVE/RESPONSIBLE BIDS OR SUBMITTALS A. No Bids or Submittals Received. As provided in RCW 35.23.352(1), in the event the City does not receive any bids or submittals on the first call, the City has three options: 1) Re -advertise and make a second call, 2) Enter into a contract with any qualified contractor, or 3) Purchase the supplies, materials or equipment and perform such work and improvement by day labor (City staff). Before determining which option would best fit, the department shall conduct a survey of the registered bidders or proposers or any other known interested parties to determine: 1) Why didn't they submit, 2) Was the City's document too restrictive or too complex, 3) Was there ample time to submit, and 4) Were there too many open questions before the due date? The City Attorney's Office may be consulted with for additional assistance on determining the best option. B. Determining Lowest Responsible Bidder. The City Council shall award the contract for the public works project to the lowest responsible bidder, provided that, whenever there is a reason to believe that the lowest acceptable bid is not the best price obtainable, all bids may be rejected and the City Council may call for new bids. A responsible bidder shall be a registered and/or licensed contractor who meets the mandatory bidder responsibility criteria established by RCW 39.04.350 and who meets any supplementary criteria established by the City. C. Non -Responsive and/or Not -Responsible. There is a distinction between "responsible" and "responsive." Responsiveness is determined at the outset of the bid review process. Has the bidder submitted a bid that is consistent with the specifications and call for bids? If the bid is not consistent, it is non-responsive and should not be considered. A responsive bid, however, may be made by a person or firm that is not responsible, that is, the bidder has failed the responsibility criteria established by RCW 39.04.350. To be a responsible bidder, the contractor must: 1) Be a registered contractor at the time of bid submittal (RCW 18.27.020); 2) Have a current Unified Business Identifier number; 3) Have industrial insurance coverage; 4) Have an employment security department number; 5) Have a State excise tax registration number; 6) Have never been disqualified from bidding under RCW 39.06.010 or RCW 39.12.065(3); 7) Have not had any apprenticeship violations, if applicable; and Page 34 8) Certify through a sworn statement that they are not a willful violator of labor laws in reference to RCW 49.48.082. Bids may be rejected as non-responsive for a multiple of material factors including lack of subcontractor's list when required (for contracts in excess of $1M or contracts of 3 or more trades), insufficient bid guarantees, bids submitted after the deadline, did the bidder qualify the bid and/or lack of acknowledgement of addenda. In general, a material irregularity is required before the bid may be deemed non-responsive which is defined as any variance which provides "a bidder substantial advantage or benefit not enjoyed by others." In the event the City receives a bid or submittal on the first call but it is deemed non-responsive or non -responsible, the department shall consult with the Attorney's Office to determine whether it is a material or immaterial irregularity. Each project will be evaluated on a case by case basis. D. Supplemental Criteria. In addition to the statutory responsibility criteria, the City may draft supplemental bidding criteria when in the determination of the Public Works Director, unique or specialized skills are necessary as provide in PMC 14.10.010(B). Such supplemental criteria shall: 1) Demonstrate successful experience of at least two (2) public works projects of the same nature and cost within the prior five (5) years. 2) Demonstrate successful completion of a public works project of the same nature and character of the proposed project including, but not limited to, of similar size and quantities, occupancy, staged -construction, continued use or accessibility during construction, or specialized construction techniques or processes. 3) Demonstrates sufficient financial capacity to fulfill the contract. 4) Demonstrated ability, capacity, and skill to perform the contract or provide the service required. 5) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. 6) Whether the bidder can perform the contract within the time specified. 7) The quality of performance of previous contracts or services. 8) The previous and existing compliance by the bidder with the laws relating to the contract or services. 9) Such other information as may be secured having a bearing on the decision to award the contract. 10) The bidding documents must include the adopted supplemental criteria and: Page 35 (a) A basis for evaluation. (b) A deadline for bidder to submit responsibility documentation. (c) A deadline for bidder to appeal a "not responsible" determination. 11) A potential bidder may request changes to the supplemental criteria, and the City is to evaluate that request. If it agrees to change the criteria, it must issue an addendum. In the event the City denies the requested change or determines the bidder "not responsible", it must provide in writing the reasons for the determination and provide the bidder an administrative appeal within the time period specified within the bidding documents. Supplemental Bidder Responsibility Criteria checklist is attached as Appendix C. A Statement of Bidder Qualifications should also be included as part of the bid documents demonstrating both the financial and technical experience of the contractor and a bank reference. 6. SERVICE PROCUREMENT Competitive bidding is not required for the City's contract for services. Contract for services include purchase services, professional services and architect/engineer services. There is a distinction in the nature of these services, as well as the selection process. 6.1 PURCHASES OF GENERAL SERVICES General services include all other service related work that is not considered a public work or professional service. Most often these are routine in nature (i.e.: yearly, monthly, weekly, etc.) The RCWs do not require a competitive process for the selection of general services, with the exception of the City newspaper. To ensure a more competitive process, the City has adopted tighter standards for competitive selection of professional services providers. Unless the City Manager approves in writing an exception based on the best interests of the City to signing the agreement, the City shall follow the following competitive process for selection of these services: A. The Competitive Process. The competitive process for general services is broken into three categories: 1) Up to $15,000 — no competitive process required. It is still incumbent on department to ensure that price is reasonable and provider is qualified. 2) $15,000 to $20,000 — Either a "3 quote" process or more competitive process may be used. 3) $20,000 to $50,000 — RRP/RFQ process. 4) Above $50,000 — Formal advertised RFP or RFQ process required. Page 36 B. Completing the Purchase. 1) Step 1 — The General Services Contract should include 3 complete sets: (a) General Services Contract — signed by contractor. (b) Attachment A — City's Scope of Services. (c) Attachment Al — Contractor's Quote/Proposal. (d) Attachment B — City's Standard Insurance Requirements. (e) Consultant's insurance certificate. (f) Attachment C — Prevailing Wage Rates and Benefit Code Key. 2) Step 2 — Routing (a) Complete the Contract Routing/Approval Form. (b) Attach copy of agenda memo materials if applicable. C. Contract Approval Process: *Including sales/use tax. 6.2 PURCHASES OF PROFESSIONAL SERVICES Services provided by independent contractors that require specialized knowledge, advanced education, professional licensing or certification (other than architects, engineers, and land surveyors) and where the primary service provided is mental or intellectual, involving the consistent exercise of professional judgment and discretion. A. The Competitive Process. RCW 39.80.030 requires that the City shall publish in advance the City's requirement for professional services. The City may comply with this section by: Page 37 1) Publishing an announcement on each occasion when professional services provided by a consultant are required by the City; or 2) Announcing generally to the public its projected requirements for consultant services to include notice throughout Washington State (done primarily through the MRSC Consultant Roster). Such notice shall encourage consultant firms to submit annually a statement of qualifications and performance data for consideration in selection of consultants to provide services to the City. B. Completing the Purchase. 1) Step 1— The Professional Services Agreement should include: (a) Professional Services Agreement — signed by consultant. (b) City's Scope of Services. (c) Consultant's Proposal. 2) City's Standard Insurance Requirements and Consultants insurance certificate. Information and Technology contracts may also include: Security Addendum, Nondisclosure Agreement, and Technology Resource Usage Policy. C. Awroval Process Professional Services tax. Less than $50,000* Department Head (or designee) as long as there is budget authority $50,000 -$299,999* City Manager, as long as there is budget authority $300,000 and above* 6.3 PURCHASES OF ARCHITECTS AND City Council approval SERVICES. These services are to be acquired under the authority and procedures outlined in Chapter RCW 39.80. Architectural and Engineering consultants are initially selected based upon their qualifications, rather than price (see RCW 39.80.050). The City will negotiate a contract with the most qualified firm at a price which the City determines is fair and reasonable. hi making its determination, the City shall take into account the estimated value of the services to be rendered as well as the scope, complexity, and professional nature. If the City is unable to negotiate a satisfactory contract with the fine selected at a price the City determines to be fair and reasonable, negotiations shall be terminated and the City shall begin negotiations with the next highest qualified firm. Page 38 A. The Competitive Process. There are two ways to select an A&E firm based upon their qualifications: 1) Publishing an announcement on each occasion when professional services provided by a consultant are required by the City; or 2) Announcing generally to the public its projected requirements for architectural and engineering services to include notice to the architectural and engineering professional communities throughout Washington State (done primarily through the MRSC Consultant Roster). Such notice shall encourage firms engaged in the practice of engineering and architecture to submit annually a statement of qualifications and performance data for consideration in selection of consultants to provide services to the City. B. Advertising for the Consultant Roster must be done at least once a year by MRSC on the City's behalf. The MRSC Consultant Roster will distinguish between professional architectural and engineering services as defined in RCW 39.80.020 and other consulting services. Firms or persons providing consulting services shall be added to the appropriate roster at any time they submit a written request and necessary records. To ensure a competitive process, the City has adopted standards for competitive selection of professional services providers. Unless the City Manager approves in writing an exception based on the best interests of the City prior to signing the agreement, the City shall follow the following competitive process for selection of these services: 1) Up to $50,000 — no competitive process required. Department Director shall solicit proposals from qualified providers of such services and shall determine the most qualified applicant and a fair and reasonable price, and shall attempt to negotiate a contract in accordance with said determination and shall submit the contract to the City Manager for final approval. It is still incumbent on department to ensure that price is reasonable and provider is qualified. 2) Over $50,000 — Solicit competition from at least five consultants from the Consultant Roster and notify the remaining consultants in the roster category selected that qualifications are being sought. 3) Each written proposal shall include the following: (a) Evidence of the firm's current ability to provide the required services; (b) A proposed scope of work to be provided; (c) A discussion of the relative utility of alternative methods of approach for furnishing the required services; Page 39 (d) A current statement of references and any other information that will be helpful in evaluating the applicants' qualifications for the proposed project. 4) After receiving and reviewing the written proposals, the Department Director shall submit his recommendations to the City Manager as to the ranking of the most qualified providers of the required services and as to a fair and reasonable price for said services. The City Manager shall consider the recommendation of the Department Director and the written proposals and if he/she is in agreement with the determination of the most qualified provider of the needed services, may authorize the Department Director to enter into negotiations with the most qualified provider in the effort to secure an offer for provision of the services at a price not exceeding the price determined to be fair and reasonable. 5) Once an acceptable offer has been obtained, the Department Director through the City Manager shall forward his recommendations regarding the offer to the City Council which may authorize final award of the contract. C. Completing the Purchase. 1) Step 1 — The Professional Services Agreement should include 3 complete sets: (a) Professional Services Agreement — signed by consultant. (b) City's Scope of Services. (c) Consultant's Proposal. (d) City's Standard Insurance Requirements. (e) Professional Liability (Error and Omissions). (f) Consultant's insurance certificate. 2) Step 2 — Routing (a) Complete the Contract Routing/Approval Form. (b) Attach copy of agenda memo materials if applicable. Page 40 D. Approval Process: *Including sales/use tax. 6.4 RFPS AND RFQS A. Request for Proposals (RFP). An RFP is a method of soliciting competitive proposals for a defined scope of work. The proposals would normally include factors to measure qualifications, delivery, and service reputation as well as price. Stated another way, an RFP is a formal invitation from the City to a company to submit an offer. The offer is to provide a solution (or proposal) to a problem or need that the City has identified. An RFP is a solicitation process whereby the judgment of the supplier's experience, qualifications, and solution may take precedence over their cost proposal to the City. Elements of an RFP: 1) Project Background and Scope of Services. 2) Definitions. 3) Minimum Qualifications. 4) Technical Requirements (if any). 5) Schedule. 6) Cost Proposal. 7) Submittal Requirements. 8) Evaluation Process and Criteria. 9) Insurance Requirements. Page 41 10) Funding Sources (if applicable). B. Request for Oualifications (RFO). An RFQ is a method of soliciting competitive proposals that considers and evaluates companies on the basis of demonstrated competency and qualification rather than price. This process is typically used for A & E services where price is not a consideration. An RFQ will generally result in negotiations. Elements of an RFO: 1) Project Background and Scope of Services. 2) Project Budget and Source of Funding. 3) Schedule. 4) Minimum Qualifications. 5) Submittal Requirements. 6) Selection Process/Evaluation Criteria. Depending upon the complexity of the project, a typical RFP/Q takes around 6-8 weeks to complete. C. Request for Proposals/Qualifications: 1. Identify need Department Develop Scope of Services Ile 2 Determine the Estimated Cost Department Confirm Sufficient Budget Exists 7 3 Identify Grants or Federal Funds Department Notify Finance Department Considerations: • Schedule Scope of Services Develop Draft • Qualifications 4. RFP/RFQ Department • Selection Process/ Evaluation (� Criteria • Submittal Requirements • Proposal Validity Period Term of contract 5. Finalize RFP/RFQ Department Finalize and review 6 Identify appropriate Department Identify roster category and roster category companies Page 42 7. ADDITIONAL CONSIDERATIONS There are additional elements that may be applicable to both public works projects and purchases. Some of those major elements are addressed below. 7.1 PREVAILING WAGES A. What are prevailing wages? The Department of Labor and Industries requires that workers be paid prevailing wages when employed on all public works, public building service maintenance and contracted maintenance, based upon the classification of labor performed. A notable exception to this requirement is that sole proprietors, who perform the actual work on public works projects, are not required to pay themselves prevailing wage rates. Prevailing Wages are defined as the hourly wage, usual benefits and overtime, paid in the largest city in each county, to the majority of workers, laborers, and mechanics. Prevailing wages are established, by the Department of Labor and Industries, for each trade and occupation employed in the performance of public work. They are established separately for each county, and are reflective of local wage conditions. B. What are the responsibilities of the City when contracting for public works? The City, in awarding a contract, must make the determination of whether that contract involves "public work" and communicate it to contractors in the bid specifications and contracts. Contractors are not responsible for making the legal determination of whether a contract does or does not meet the definition of a "public works" contract. The law does not allow cities to place this burden upon the vendor. For example, it is insufficient to state, "Contractors shall comply with the prevailing wage law, if applicable." Page 43 • Advertise • Publish RFP/RFQ on City's 7' Advertise, Publish and De partment website Notify Email notification to recommended roster participants • See Appendix for specifics 8. Evaluate RFPs/RFQs Department Department to identify selection committee 9. Conduct Interviews Department Department to schedule Q/ 10. Identify "Apparently Department Seek mgmt. approval to negotiate w/ Successful Proposer" "Apparently Successful Proposer" Goal: To reach a mutually 11. Negotiate Contract Department advantageous position on issues of concern while fulfilling requirements of the contract. 12. Award Contract Department Prepare council agenda materials and route contract 7. ADDITIONAL CONSIDERATIONS There are additional elements that may be applicable to both public works projects and purchases. Some of those major elements are addressed below. 7.1 PREVAILING WAGES A. What are prevailing wages? The Department of Labor and Industries requires that workers be paid prevailing wages when employed on all public works, public building service maintenance and contracted maintenance, based upon the classification of labor performed. A notable exception to this requirement is that sole proprietors, who perform the actual work on public works projects, are not required to pay themselves prevailing wage rates. Prevailing Wages are defined as the hourly wage, usual benefits and overtime, paid in the largest city in each county, to the majority of workers, laborers, and mechanics. Prevailing wages are established, by the Department of Labor and Industries, for each trade and occupation employed in the performance of public work. They are established separately for each county, and are reflective of local wage conditions. B. What are the responsibilities of the City when contracting for public works? The City, in awarding a contract, must make the determination of whether that contract involves "public work" and communicate it to contractors in the bid specifications and contracts. Contractors are not responsible for making the legal determination of whether a contract does or does not meet the definition of a "public works" contract. The law does not allow cities to place this burden upon the vendor. For example, it is insufficient to state, "Contractors shall comply with the prevailing wage law, if applicable." Page 43 C. What provisions must be made for prevailing wage? The City's bid specifications and contracts for public work must contain a provision stating the required prevailing rates of pay and stipulate that workers shall receive no less than the prevailing rate of wage. Those bid and contract documents must also contain: 1) A list of the applicable prevailing wage rates, or 2) The URL to the Department of Labor & Industries prevailing wage rates pages, and a) Identify the exact wage publication date to use (e.g., "Use October 14, 2010 rates."); b) State the county in which the public works project is located; C) Specify that a copy of the applicable wage rates is available for viewing at the City (specify office); and, d) Explain that the City will mail a hard copy of the applicable wage rates upon request. D. What are the public building service maintenance contract requirements? Public building service maintenance (janitorial) contracts of more than one-year duration must include wage language recognizing the potential for future variance in applicable prevailing wages each year after the first year of the contract. E. What are awarding agency requirements when disbursing public funds? Agencies may not make any payments where contractors have not submitted an "Intent to Pay Prevailing Wage" form that has been approved by the Industrial Statistician of L & I. Agencies may not release final payment until all contractors have submitted an Affidavit of Wages Paid form that has been certified by the Industrial Statistician of L & I. The requirement to submit these forms should also be stated in the contract. F. What are the contractor's filing requirements? Public work contracts require that each and every contractor and sub -contractor on the project file the Statement of Intent to Pay Prevailing Wages and Affidavit of Wage Paid forms. G. Is there a minimum contract amount for a contractor to file? There is no minimum dollar contract amount. That is, Intent and Affidavit forms are required for every public works contract regardless of the size of the contract. Note that there are two alternate combined Intent and Affidavit forms: one for projects of $2,500 or less and another for projects under $35,000, including tax. H. When does the contractor file Intent? The Intent form is filed immediately after the contract is awarded and before work begins, if that is possible. The City may not make any payment until contractors have submitted an Intent form certified by the Industrial Statistician. Page 44 When does the contractor file an Affidavit? The Affidavit form is not filed until after all the work is complete. The City may not release final payment until all contractors have submitted an Affidavit form that has been certified by the Industrial Statistician. i�A_*Zvlle1 If the Contractor pursuant to RCW 39.08.010 on contracts of $150,000 or less elected in lieu of posting of a performance bond agreed to retain ten percent (10%) of the contract amount, such amount shall be held for a period of thirty (30) days after the date of final acceptance, or until receipt of all necessary leases from the Department of Revenue, the Employment Security Department, and the Department of Labor & Industries, and settlement of any liens whichever shall last occur. A. What is the purpose of retainage? According to RCW 60.28.011 (1) "Public improvement contracts shall provide, and public bodies shall reserve, a contract retainage not to exceed five percent of the moneys earned as a trust fund for the protection and payment of: (a) The claims of any person arising under the contract; and (b) the state with respect to taxes improved pursuant to Titles 50 (Employment Security Department), Title 51 (Labor and Industries), and Title 82 (Department of Revenue). B. What level of retainageis required? For Limited Public Works process contracts less than $35,000, a contractor may opt to have 50% retained in lieu of a obtaining a performance bond. C. What are the retainage options? The contractor may select from one of three options for managing retainage. 1) Retained in a non-interest bearing fund by the City; 2) Deposited by the City into an interest bearing account; or 3) Placed in escrow with a bank or trust company by the City of Pasco. All Contractors subject to retainage withholding must complete the "Contractors Declaration of Intent Form". If the escrow option is selected, the Accounting Technician in Finance must be immediately notified for the purpose of executing an Escrow Agreement. D. When can retainage be released? After final acceptance of the project, the retainage may be released after all release notifications have been received from the Department of Revenue, Department of Labor and Industries, and Department of Employment Security. Upon receipt of all releases, the contract manager shall notify the Accounting Technician in Finance to release the funds. 7.3 RISK MANAGEMENT CONSIDERATIONS The City enters into numerous contracts throughout the year. These contracts involve risk. City property can be damaged. Employees of the City, contractors, sub -contractors, and suppliers can be injured. Members of the public can be harmed. These and other accidental losses can arise during and as a result of the activities during the contract fulfillment process. The City seeks to transfer responsibility to such events to those with whom it contracts. The City's approach to contracting is designed and managed so as to avoid undue exposure to Page 45 risk with exceptions where it makes good business sense. Insurance requirements are completely dependent upon the activity being performed under contract. Which requirements and how much are determined on a case-by-case basis. Certificates of insurance may be required depending on the nature and scope of the work to be performed. For the contractor insurance requirements specific to any project, the Department shall consult with the City's designated risk manager. Verification of appropriate insurance requirements shall be completed prior to the commencement of work. Any waiver of insurance requirements requires the approval of the City's designated risk manager. This may be appropriate in the following situations: A. Waiving a portion of the Standard Insurance Requirements. 1) Where the contractor is a sole proprietor, the worker's compensation insurance requirements may be waived. 2) Where the contractor or its employees will not be using automobiles in the performance of the contract, the business automobile requirement may be waived. 8. THE CONTRACT AND BEYOND 8.1 THE CONTRACT AND BEYOND A. Duration of Contracts. Public Works and A & E Service contracts typically cover the duration of a project and should include estimated time -frames and milestones. Professional and General Service contracts may be made for ongoing services for a stated period of months or years. In each situation, such contacts should be terminable, upon reasonable notice, and should be subject to review every four years. B. Basis for exception of contract duration. The City may choose to issue a longer term contract if it will achieve significant cost savings with a longer contract or if the contractor is required to invest in major capital equipment and a longer time -frame to support the purchase. Exceptions to contract duration shall be approved by the Department Director prior to contract execution. C. Developing the Contract — Service Contracts. The single most important element in the contract is the Scope of Work/Services. The Scope documents all elements of the work, magnitude of the project and reflects the mutual understanding of the parties. The scope should be consistently applied in the solicitation and the contract. Here are a few things to consider when developing your scope: 1) Hold the contractor accountable. 2) Be precise. Avoid ambiguity. 3) Use active voice (i.e., "The Contractor will or shall"). Page 46 4) Due dates and deliverables. 5) Other considerations when developing the contract are: (a) Term of contract or period of performance. (b) Compensation and payment. (c) Payment terms — The City's Standard payment terms are as follows: (i) Contractors provide monthly invoices to the City. (ii) All invoices shall be paid within 30 days of receipt and approval. 6) If the contractor does not agree to standard contract terms: (a) Contractor identifies specific changes proposed to standard form language. (b) Department contacts attorney to review proposed changes and accept/reject. (c) Attorney makes any acceptable changes to standard form contract. (d) Department handles routing of final modified contract. 8.2 PAYMENT OPTIONS Prior to contract award, payment terms should be identified to determine the most effective compensation method. The most common include: A. Hourly/Time and Materials. The City pays a fixed hourly rate and pays for the cost of certain specific services and/or materials. For certain professions, such as consultants, this is the standard option. Time and materials contracts should have a ceiling amount or a not to exceed amount included. This type of payment term may be used if the City is unable to clearly define the level of effort required to accomplish the objectives. A time and materials contract places most of the risk on the City and little on the contractor and provides no positive profit incentive to the contractor for cost control or labor efficiency. Frequent contract monitoring is required to ensure that the number of hours is kept to a reasonable level. B. Fixed -FFP or Lump Sum. The contractor receives a fixed amount or lump sum payment based on terms established in the contract. Typically, payment is tied to a completion of agreed upon performance achievements. Other alternatives are possible, such as progress payments made to compensate for activities conducted over the specific period of the contract. This type of contract should generally establish a minimum allowable level of compensation. With this method of compensation, the City may not be required to pay if specific terms in the contract are not met and thus the risk is placed on the contractor. Page 47 C. Cost Reimbursement. A Cost reimbursement method of compensation has a higher risk for the City because it reimburses the contractor for all costs incurred under the terms of the contract. To prevent overpayment, allowable cost provisions should be clearly identified. Contract managers should consider including a contract provision for a maximum allowable compensation level for the contract period and budget. Cost reimbursement contracts generally require more fiscal pre -planning and monitoring than other methods. D. Performance Based. These contracts are based on attainment of a specific outcome. The rate of compensation is generally negotiated based on cost information provided by the contractor. Generally, performance based contracts identify the maximum allowable compensation. This allows the City to define the quality of services in terms of performance standard and pay accordingly. Performance based contracts differ from time and materials or fixed price contracts in that if the quantifiable quality of service is low, the payment may be reduced or withheld. This requires a higher level of reporting from the contractor to the City. The contractor primarily assumes the risk because the City does not pay if performance levels are not met. 8.3 CONTRACT EXECUTION AND ADMINISTRATION A. Contract Execution. The contract is fully executed when all authorized parties have signed it. Upon execution, signed copies of the contract should be provided to all interested parties including, at a minimum, the contractor and City Clerk. The City Clerk will scan each fully executed contract and make available for City staff to review electronically. B. Contract Administration. Contract administration means any activity related to contracting, including the decision to contract, contractor screening, contractor selection, contract preparation, contract monitoring, auditing and post contract follow up. Typical responsibilities of the contract manager include: 1) Understanding the contract, including the specific contract obligations and performance indicators by which performance will be monitored. 2) Assessing the risks related to the project before soliciting proposals and contracting to determine the extent of the monitoring required. 3) Ensuring the contractor has a clear understanding of how the contract will be managed and monitored. 4) Providing the contractor with guidance and technical assistance, as needed, to promote effective contract performance. 5) Identifying the extent and source of funding for services provided. 6) Monitoring the contractor's activities to ensure quality service delivery. Ensuring funding is used only for authorized purposes. 7) Reviewing invoices and verifying that delivery of services is rendered. Page 48 8) Resolving issues or problems that arise during the contract. 9) Measuring and tracking satisfaction with contractor performance. 10) Complying with State and City rules and regulations. 11) Documenting the contract to validate that effective contract management has occurred. C. Contract managers need to be mindful of the followin 1) Instructing the contractor to begin work before the contract is executed and approved. 2) Changing the description, scope, period of performance, or cost of the contract without processing a written amendment. 3) Directing the contractor to do work that is not specifically described in the contract. 4) Signing a contractor's contract form (some exceptions apply) 5) Authorizing payment to the contractor for any work not performed satisfactorily. 6) Paying for the same or similar services more than once. 8.4 CONTRACT MONITORING - PERFORMANCE A. Monitoring Contract Performance. Monitoring means any planned, ongoing, or periodic activity that measures and ensures contractor compliance with the terms, conditions, and requirements of a contract. The level of monitoring should be based on a risk assessment of the contractor's role in delivering the services and the contractor's ability to deliver under the terms of the contract. B. The purpose of monitoring is to endure the contractor is: 1) Complying with the terms and conditions of the contract and applicable laws and regulations. 2) In compliance with the contract through identifying and resolving potential problems and providing constructive, timely feedback. 3) Adhering to the project schedule and making appropriate progress toward the expected results and outcomes. 4) Providing the quality of service expected. Page 49 C. Monitoring Activities May Include. 1) Periodic contractor reporting — Require the contractor to submit progress reports or other appropriate data or reports, based on pre -defined criteria, and review the contractor's reports for verification of services provided and adherence to the contract. Substandard performance should be identified and addressed timely and appropriately. 2) Invoice review — Compare billings with the terms agreed upon in the contract. Ensure the costs being charged are within the contract parameters. 3) Other periodic contact with contractor — On-site visits to maintain contact with the contractor to review progress on a regular basis. Good contract monitoring includes a continuous dialogue with the contractor. 8.5 CONTRACT MONITORING -PAYMENT A. Reviewing Invoices for Payment. Contract payment is the process by which the contractor submits invoices for reimbursement for services and receives payments. The contract manager must carefully review the contractor's request for payment to verify the accuracy of all charges. B. Considerations. 1) Are the hours/costs commensurate with the services or deliverables received? 2) Is the service period identified on the invoice; and, were the services rendered prior to contract expiration? 3) Do the rates invoiced match the rates stated in the contract? 4) Has the necessary documentation been included to verify charges accurately? Is there enough money remaining on the contract? 5) Reimbursable expenses. Below are the recommended reimbursable expenses: (a) Travel (b) Mileage (c) Food (d) Miscellaneous expenses 6) If charges are acceptable, the contract manager submits a claim approval form for payment. Payment terms are 30 days from date of invoice. Page 50 8.6 AMENDMENTS AND CHANGE ORDERS A. Amendments. Amendments are changes to service contracts. Changes to contracts may be processed as amendments, rather than new contracts, only if the changes are within the general scope of the original contract. B. Change Orders. A change order is the formal document that alters some condition of the contract documents. The change order may alter the contract price, schedule of payments, completion date, or the plans and specifications. Change Orders are changes to Public Works Agreements and reflect additional work that must be completed to meet the contract requirements and without which the work requested in the original contract could not be completed. If a change order issued is truly due to unforeseen conditions, with no change in the original scope, then a new competitive bid process is not required. These situations should be distinguished from extra work which could stand on its own and is outside and independent of the contract. Appropriate uses of change orders include: 1) Scope. This may include adding, modifying or deleting tasks, services or deliverables, or revising specifications. Changes to scope should be well documented and include any cost increases or reductions associated with these changes. Changes that are outside the general scope of the contract are not appropriate to award through contract amendments. Such changes would have the effect of making the work performed substantially different from the work the parties bargained of at the time the original contract was awarded. 2) Cost. If the cost of the contract is increased or decreased, document reasons for change (e.g.: scope changes). 3) Term of Contract/Period of Performance. An extension to the contract end date is the most common change to the period of performance. Minor modifications, which do not materially affect the scope or cost of the contract, such as address changes or staff changes do not require a formal amendment, but should be documented in writing. C. Public Works and Equipment Purchases under $50.000. Accumulated change orders up to 5% of the original contract award amount or less than $50,000 may be approved by the Department Director or their designee, as long as there is budget authority. Department Director or their designee is authorized to approve public works contract change orders until the total contract value meets or exceeds $50,000. D. Public Works and Equipment Purchases over $50.000. 1) Accumulated change orders greater than 5% and up to 10% of the original contract award amount, or greater than $50,000 but less than $300,000 may be Page 51 approved by the City Manager or his or her designee, as long as there is budget authority. 2) Accumulated change orders over $300,000 or greater than 10% of the original contract award amount must be approved by the City Council. Such approval establishes a new contract amount against which the above percentages apply for subsequent change orders. E. Processing Contract Amendments. NO CITY EMPLOYEE IS AUTHORIZED TO VERBALLY AMEND A CONTRACT OR AUTHORIZE A CHANGE ORDER. All contracts and change orders must be in writing, approved, and signed by the authorized City official prior to the performance of any service, work, or purchase contained in the amendment or change order. Failure to comply with this requirement may have serious adverse consequences to the parties, City, and City employee. F. Contract Amendment Approval. 1) Amendments that do not change the total value of the contract (i.e.: a new contract expiration date) may be signed by the Department Head. 2) The City Manager or his or her designee is authorized to approve amendments up to the accumulated value of which is up to 10% of the original contract award amount or $299,999, whichever is less. 3) The City Council must approve amendments when the accumulated value is greater than 10% for the original contract award amount. Such authorization establishes a new contract amount, against which the above percentages apply for subsequent amendments. 8.7 CONTRACT CLOSE-OUT AND TERMINATION A. Contract Termination. Contracts may be terminated prior to the completion date of the contract either for convenience of the parties, or for cause. Contact the City Attorney's Office for guidance when considering a contract termination. Contract termination should be done in writing and routed through the contract process (refer to the contract for process). B. Contract Close -Out Process. Invoices that are submitted after contract expiration may still be paid if the following conditions apply: 1) Invoice or pay estimate must clearly show that services were performed prior to contract expiration. 2) Sufficient funds existed prior to "close" out. Note that every effort should be made to process invoices in a timely manner to eliminate delays and extra steps in payment processing. Page 52 C. Public Works Close -Out Process for Projects >$35,000. A "Notice of Completion of a Public Works Contract" form shall be filed with the State Department of Revenue for contracts $35,000 and above. Once the contract is complete it is critical that the Project Manager (PM) complete the close-out process in a timely manner and stay on a schedule. 1) Project Acceptance Memo (completed by PM) 45 -day lien period starts from the date of project acceptance. 2) Council Final Acceptance PM requests final acceptance from City Council. 3) Notice of Completion of Public Works Contract (completed and submitted to Department of Revenue by PM. after acceptance by City Council). 4) Employment Security Release Letter (PM will receive from Employment Security). 5) Department of Revenue Release Letter (PM will receive from Department of Revenue). 6) Department of Labor & Industries Release Letter (PM will receive from Department of Labor & Industries). D. Final Steps — Releasing Retainage. 1) 5% Retainage — Once the above mentioned letters are received, the PM will request the finance department to release retainage by memo along with a copy of the letters received. 2) Retainage Bond — Once the above mentioned letters are received the PM will release the bond, if additional retainage above the bond amount was retained then the 5% Retainage release will apply also. 3) Escrow with bank — Once the above mentioned letters are received the PM will request the bank to release the retainage held, if additional retainage above the deposited amount was retained then the 5% Retainage release will apply also. Whenever any valid lien has been filed against the retainage, the City may only release that amount of the retainage which is in excess of the total amount of the valid lien claims and an amount sufficient to defray the costs and attorney's fees of the claimants in foreclosing the liens. Page 53 TIPS & FAQs: SECTION 1: Acronyms: • SOQ — Statement of qualifications • RFQ — Request for Qualifications • RFP — Request for Proposal • ITB — Invitation to Bid (Formal Bid) • ITQ — Invitation to Quote (Small works) • MWDBE — Minority, Women and Disadvantaged Business Enterprise • CIP — Capital Improvement Plan What constitutes an urgent need: o Question: The garage door at Public Works is stuck closed. The door must be fixed immediately. What do we do? ■ Answer: This is defined as an "urgent need." o Question: Our City water tank has been badly damaged and water pressure is threatened. Is this an emergency? • Answer: This is not a natural disaster, but does "present a real, immediate threat" and makes competitive bidding impractical. This would be treated as a "Declared Emergency." Follow the Declared Emergency Process. Note: emergencies involving FEMA reimbursements or work in critical areas may have different or additional requirements. Please contact the City Attorney for Finance Department with assistance with either emergency. SECTION 2: Tips: • How do I find what contracts the state has available to use? o For State contracts: www.des.wa. gov/services/contractingpurchasing/currentcontracts/pages/default. asix o For DIS contracts: www.des.wa. gov/services/contractingi)urchasing/ITcontracts/ITmastercontractspages/ default.aspx • Some vehicle and heavy equipment purchased through the state do require a state purchase order prior to purchase. • State contracts typically have good pricing. However, keep in mind that they may not always be the lowest cost option. These contracts offer a good starting point in the quote process. • When purchasing telecommunications and data processing (computer) equipment or software costing above $15,000, the City may follow a "competitive negotiation" process as an alternative to the bid process. RCW 39.04.270(3) allows purchases through use of an alternative competitive negotiation process requiring, at minimum, the following steps: Page 54 o A request for proposals (RFP) must be published in the newspaper of general circulation at least 13 days before the last date on which the proposals will be received. o The RFP must identify significant evaluation factors, including price and their relative importance. o The City must provide reasonable procedures for technical evaluation of the proposals, identification of qualified sources and selection for awarding the contract. o The award must be made to the qualified bidder whose proposal is "most advantageous" to the City. The City may reject all proposals for good cause and request new proposals. SECTION 3: • Tips: • Sales Tax Exemptions: o Question: does the exemption from the sales and use tax for labor and services on a City street project apply if a private contractor does the work? ■ Answer: Yes. It makes no difference, for the purposes of the exemption, whether the City does the work or has it done by someone else. • Advertising requirements are found in the following codes: o RCW 35.23.352(1)—Public Works o RCW 39.04.155(2)(a) —Public Works Small Works Roster • Access to the Small Works Roster is available at: www.mrscrosters.ore • When the City executes any public work exceeding $5,000 by any means or method other than by contract or small works roster, it must keep a full, true and accurate account and record of the costs of executing such work as prescribed in RCW 39.04.070. The Public Works Record form to be used is prescribed by the BARS manual is found in the appendix. • Prior to commencement of the public work project, the finance department, upon request, will build a project number and account numbers for use in coding all costs associated with the project. • The statutory requirement of 13 -days advertising for a public works project in formal bid process does not apply to small works roster or limited public works process; advertising is not required. However, depending on the complexity of the project, it is suggested that 7 to 14 days (or longer) should be allowed for contractors to submit a proposal so they have adequate time to properly research the specifications. • Invitations to Bid: o Per RCW 39.04.155(2)(c) quotations may be invited from all appropriate contractors on the roster. As an alternative, quotations may be invited from at least five contractors on the roster who have indicated the capability of performing the kind of work being contracted, in a manner that will equitably distribute the opportunity among the contractors on the roster. o "Equitably Distribute" means that the City may not favor certain contractors on the roster over other contractors on the roster who perform similar services. o If the estimated cost of the work is $150,000 to $300,000, the City may choose to solicit bids from less than all appropriate contractors on the roster but must notify the remaining contractors on the roster that quotations on the work are being sought. The City has the sole option of determining whether this notice to the remaining Page 55 contractors is made by: Publishing notice in a legal newspaper in the general circulation in the area where the work is to be done; Mailing a notice to these contractors; or Sending a notice to these contractors by facsimile or email. Public Works that are federally funded have additional advertisement requirements. Term: Equipment/Material Cost + Cost of Installation = Project Cost. SECTION 6: • Tips: • Advertising requirements are found in the following codes: o RCW 39.80.030—Professional Services • Examples of Professional Services: o Programmers, accountants, attorneys, physicians, consultants, graphic artists. • Examples of A&E Services: o Engineers, land surveyors, architects and landscape architects. • RFP/Q: o Question: State law does not require any formal competition for services. Why do I have to do an RFP/Q? ■ Answer: It's true, state law does not require competition for services. However, City policy is more restrictive than that of the state. • Example of General Services: o Customized accounting software and ongoing support services. o Cemetery, landscaping, building and grounds maintenance contracts. o Contracts for snow and ice removal. o Garbage collection and disposal (solid waste collection and disposal contracts do not have to be bid). An RFQ/RFP process as noted in RCW 35.21.156 can be used. o Maintenance contracts for office equipment, including computers. o Official newspaper [must call annually forbids per RCW 35.23.352(7)]. RFP and RFQ: o Question: What is the difference between and RFP and RFQ? ■ Answer: An RFP will typically focus on a specific project and includes price as one of the submittal requirements and evaluation factors. ■ An RFQ does not have price/cost considerations and is dependent on qualifications only. An RFQ is commonly issued for architects and engineers per RCW 39.80. An RFQ can be used for specific projects when hiring an A&E firm, but will not include price/cost as one of the evaluation factors. SECTION 7: • Tips: • All public works, including maintenance when performed by contract, shall comply with RCW 39.12.020 as it pertains to prevailing wage requirements. According to RCW 39.04.010(4) there are clearly two categories of work that must comply with prevailing wage requirements: (1) Public Works and (2) Maintenance when performed by contract. • Prevailing Wages: o Question: do I have to include the entire Prevailing Wage rates in the contract as an attachment or can I just put in a link to the L&I website? Page 56 • Answer: Per RCW 39.12.030 all bid specifications and contracts shall include a list of the applicable wage rages. If federal funds are involved, all bid specifications and contracts shall include the Davis - Bacon Act. SECTION 8: • Tips: • Renewals vs. Year to Year Contracts: o Keep in mind that including additional periods and/or renewal language in your solicitation and/or contract document provides for greater continuity with terms and conditions such as pricing, scope and availability. More often than not, contractors will give discounts for longer term contracts. o To enter into a series of year -t -year (or stand-alone) contracts, opens up the terms and conditions for contractors to modify their price and availability. Stand-alone contracts require a competitive process at each contract period and therefore may result in higher costs to the City. o However, if a contract includes "options to renew" language, the contract must be routed to include all future renewals of the "potential value" of the contract. Page 57 SOURCES: • City of Pasco Municipal Code • Washington State RCWs • Municipal Research and Services Center • The Bidding Book TERMS: The following terms are often used interchangeably. We typically use these terms as described below. • Purchasing, Procurement: o Purchasing is the act, function and responsibility for the acquisition of equipment, materials, supplies and services. The term describes the process of buying o Procurement includes all functions that pertain to the acquisition, including description of requirements, selection and solicitation of sources, preparation and award of contract and all phases of contract administration. • Vendor, Contractor and Consultant: o Vendor is typically used when referring to a supplier, one who sells goods, materials or supplies. o Contractor is typically used when referring to a construction or maintenance company. Can also apply to an individual or business having a contract with the City. o Consultant is typically used when working on a Professional Service Contract. The term means a person with education and/or experience which uniquely qualifies them to perform some specialized services. Bid, Quote, Proposal: o Bid is an offer submitted by a contractor in response to an invitation to bid (ITB) or advertisement. Typically, bids result in contracts awarded to the lowest responsive, responsible bidder. o Quote is a statement of prices, terms of sale and description of goods or services offered by a vendor to the City. Commonly used in more informal solicitations. o Proposal is the document submitted by the offer or in response to an RFP/Q. Proposals allow contract award based on factors other than cost and may result in negotiations. Page 58 APPENDIX A COOPERATIVE PURCHASING AGREEMENTS (Pending) Page 59 APPENDIX B SOLE SOURCE WORKSHEET Page 60 SOLE SOURCE WORKSHEET Sole source purchases are defined as clearly and legitimately limited to a single supplier. Sole source purchases are normally not allowed except when based upon strong technological grounds such as operational compatibility with existing equipment and related parts or upon a clearly unique and cost effective feature requirement. Requisition Item: Prior Purchase Order Number (if item had been approved previously): Please describe the items and its function: 2. This is a sole source because: Requisition No. ❑ sole provider of a licensed or patented good or service ❑ sole provider of items that are compatible with existing equipment, inventory, systems, programs or services ❑ sole provider of goods and services for which the City has established a standard ❑ sole provider of goods or services that will meet the specialized needs of the City or perform the intended function (please detail below or in an attachment) ❑ the vendor/distributor is a holder of a used item that would represent good value and is advantageous to the City (please attach information on market price survey, availability, etc.) 3. What necessary features does this vendor provide which are not available from other vendors? Please be specific. 4. What steps were taken to verify that these features are not available elsewhere? ❑ Other brands/manufacturers were examined (please list phone numbers and names, and explain why these were not suitable). ❑ Other vendors were contacted (please list phone numbers and names, and explain why these were not suitable). 5. Sole source vendor certifies that the City is getting the lowest price offered for the item. Certification of Need This recommendation for sole source is based upon on objective review of the product/service required and appears to be in the best interest of the City. I know of no conflict of interest on my part of personal involvement in any way with this request. No gratuities, favors or comprising actions have been taken. Neither has my personal familiarity with particular brands, types or equipment, materials or firm been a deciding influence on my request to sole source this purchase. M Date: Page 61