CC - Item 5A - Ordinance Amending Chapter 3.24 Purchasing System & Chapter 3.28 Public Works Bidding Procedure, and Resolution No. 2024-67 to Adopt CA Uniform Public Contracting Cost Accounting ActROSEMEAD CITY COUNCIL
STAFF REPORT
TO: THE HONORABLE MAYOR AND CITY COUNCIL
FROM: BEN KIM, CITY MANAGER 3 —
DATE: DECEMBER 10, 2024
SUBJECT: ORDINANCE AMENDING CHAPTER 3.24 (PURCHASING SYSTEM)
AND AMENDING CHAPTER 3.28 (PUBLIC WORKS BIDDING
PROCEDURE) TO THE ROSEMEAD MUNICIPAL CODE, AND
APPROVE RESOLUTION NO. 2024-67 TO ADOPT CALIFORNIA
UNIFORM PUBLIC CONTRACTING COST ACCOUNTING ACT
SUMMARY
Staff is recommending the City Council to adopt an ordinance amending and restating both
Chapter 3.24 (Purchasing System) and Chapter 3.28 (Public Works Bidding Procedure), and
adopting other conforming resolutions.
The City engaged NIGP Consulting ("Consultant") in January 2023 to conduct a procurement
policy and procedure assessment ("Assessment") and to provide revision recommendations. The
purpose of the engagement was to conduct a comprehensive assessment of the City's purchasing
policies and procedures. The aim was to determine whether the city was adhering to industry
best practices and to ascertain whether greater delegated authority for procurement activities was
necessary to streamline operations, increase work efficiencies, and mitigate risk. The objective
of this workshop is to communicate the Consultant's findings and recommendations, as well as
seek further guidance from the Council regarding the potential execution of said
recommendations. Staff presented the assessment report and key recommendations to the City
Council on December 12, 2023.
The key recommendations are as follows:
Update procurement dollar thresholds. The recommended dollar threshold updates are
detailed in the table below. Averaging the responses of all agencies to the NIGP 2019
Benchmark Survey Report (Survey), the average starting threshold for small procurements was
determined to be thirteen thousand dollars. However, this increase from $1,000 to $13,000 may
be deemed excessive at this time. An analysis of all agencies that participated in the NIGP 2019
AGENDA ITEM NO. 5.A
City Council Meeting
December 10, 2024
Page 2 of 5
Benchmarking Survey Report determined the average threshold levels for formal competition for
procurements to be $54,033 (for non -IT) and $57,611 (for IT).
Current delegation of authority to award contracts dollar thresholds:
3.24.015 Purchasing methods.
Value of Purchase
Purchase method
Method of Approval
$5,000.00 or les
Direct competitive purchasing
Approval by director of
procedure, unless subject to an
department responsible for the
$5,000.01 to $15,000.00
alternative purchasing procedure.
project, using avendor or letter of
unless subject to an alternative
agreement.
$5,000.01 to $30,000.00
Informal competitive purchasing
Approval by City Manager.
$15,000.01 to $50,000.00
procedure, unless subject to an
City Manager.
alternative purchasing procedure.
$30,000.01 or More
Formal competitive purchasing
Approval by the City Council.
$50,000.01 or More
procedure, unless subject to an
City Council.
alternative purchasing procedure.
Proposed delegation of authority to award contracts dollar thresholds:
Value of Purchase
Purchase method
Method of Approval
$5,000.00 or less
No quotations required
Credit card holder or Department
Director
$5,000.01 to $15,000.00
Informal purchasing procedure,
Department Director
unless subject to an alternative
purchasing procedure.
$15,000.01 to $50,000.00
Informal purchasing procedure,
City Manager.
unless subject to an alternative
purchasing procedure.
$50,000.01 or More
Formal competitive purchasing
City Council.
procedure, unless subject to an
alternative purchasing procedure.
e Enable the City to make annual updates to the dollar thresholds for procurement based
on the Consumer Price Index. This would be based on the all -urban consumers published
by the United States Federal Secretary of Labor (Bureau of Labor Statistics) for the Los
Angeles Area (CPI -U). The most recent revision to the Purchasing Ordinance approval
limits occurred on August 23, 2016, when the threshold for City Council approval on
purchases rose from $25,000 to $30,000. Subsequent to that period, the Los Angeles
metropolitan area experienced an inflation surge exceeding 30%.
City Council Meeting
December 10, 2024
Page 3 of 5
Adopt California Uniform Public Contracting Cost Accounting Act ("CUPCCAA").
CUPCCAA provides for the expedited award of Public Works contracts, faster project
delivery, and reduced time, effort, and expense associated with bidding projects based on
higher thresholds than permitted under the California Public Contract Code 20160 to 20175.
Adoption of CUPCCAA would empower City staff to procure lower dollar value
construction services using a less onerous procurement method, or even use in-house staff for
small projects, if knowledgeable and available, up to a higher threshold than currently exists.
The threshold for formal bidding would be higher than that currently used by the City. New
language is included in section 3.24.140 to adjust purchase dollar authorization thresholds for
CPI.
Current delegation of authority to award contracts dollar thresholds:
3.28.050 Delegation of authority to award contracts.
Public works contracts five thousand dollars ($5,080.00) or les maybe approved and executed at the
director level without formal bidding. Public works contracts between five thousand dollarsand one cents
($5,000.01) and thirty thousand dollars ($30,000.00) maybe approved and executed by the City Manager. A table
summarizing the methods of approval and bidding requirement is provided below.
Vakie of Public Project
Method ofApproval
I Bidding Requirement
Up to $5,000.00
Approval by director of department
responsible for the project, using a
vendor or letter of agreement
Bidding not required.
5,000.01 to $30,000.01)
Approval by the City Manger.
Bidding required.
$30,000.01 or more.
Approval by the City Council-
Bidding required.
(Ord. No. 999, t 4(lxh. B), 6-25-19)
Proposed delegation of authority to award contracts dollar thresholds based on CUPCCAA
standards:
Value of Public Project
Public Works
City Manager
City Council
Director
$75,000 or less (negotiated contract or 3 informal
X (5$15k)
X (5$50k)
proposals, or performed by City Employees)
$75,000 to $220,000 (requires 3 informal
X (>$50k)
proposals)
>$220,000 (requires formal bidding procedures)
I
X (>$50k)
On September 29, 2024, Assembly Bill (AB) 2192 amended the thresholds of the California
Uniform Public Construction Cost Accounting Act (CUPCCAA). The Act alters the
financial thresholds established by CUPCCAA, impacting the administration of bidding
processes for public projects by governmental entities. The updated criteria will take effect
on January 1, 2025. The aforementioned numbers indicate the revised threshold
restrictions effective January 1, 2025.
City Council Meeting
December 10, 2024
Page 4 of 5
To clarify, public projects exceeding a value of two hundred thousand dollars ($220,000) must
be awarded through a formal competitive bidding process. Bidding is open to all qualified
contractors, and the award is made to the lowest responsible bidder.
As mentioned previously, the authority threshold will be in line with non-public projects, so
the Council will have to approve any award of contract in excess of $50,000.
• Authorize the adoption of revised CUPCCAA thresholds automatically. This would be
contingent solely on the State's revision. Adoption of revised thresholds is thereby
automated, eliminating the need for Council intervention for each instance.
• Per the request of Council Member Low, the City Council shall be furnished with a
report detailing all purchase orders surpassing $10,000. Staff recommends that the report
be furnished to the City Council no later than 45 days subsequent to the end of each fiscal
quarter.
Please note that the consultant recommended implementing a Purchasing Card (pCard) program
that streamlines procurement by replacing use of credit cards to increase control to manage
cardholder transactions by restricting specific types of purchases. Staff will continue to explore
this option and may implement the pCard program in the future.
The Consultant concluded that although the current policies are firmly established and in
accordance with State legislation, however they could be improved to support the City's
uninterrupted operations more efficiently and effectively. To view the previous staff report and
the full Procurement Policy and Procedure Assessment Report, please see attachment G.
At times, a change order may be necessary to adjust the original agreement or contract to
accommodate new circumstances or requirements during the purchasing process. New language
regarding change orders and 10% for contingency purposes is added with Section 3.24.130 for
non-public projects and Section 3.28.060 for public projects, provided that there is an adequate
budget.
To further this purpose, staff suggests adopting the attached ordinance, which will amend
Chapter 3.24 to address authority threshold levels and also amend Chapter 3.28 to address
CUPCCAA. Doing so will create a clearer and more streamlined process in the RMC for such
purchases or contracts.
STAFF RECOMMENDATION
That the City Council: (1) Move to waive further reading and Introduce Ordinance No. 1025; and
(2) set a date for a second reading and adoption of Ordinance No. 1025; and (3) Approve
Resolution No. 2024-67 Adopting California Uniform Public Contracting Cost Accounting Act;
and (4) Receive and file Administrative Policy 20-01 Purchasing Policy and Procedures Manual.
City Council Meeting
December 10, 2024
Page 5 of 5
ENVIRONMENTAL REVIEW
This ordinance is not subject to California Environmental Quality Act (CEQA) pursuant to the
following sections of the State CEQA Guidelines, California Code of Regulations, Title 14,
Chapter 3: (1) Section 15060(c)(2) (the activity will not result in a direct or reasonably
foreseeable indirect physical change in the environment); (2) Section 15060(c)(3) (the activity is
not a project as defined in Section 15378); and 15061(b)(3), because the activity is covered by
the general rule that CEQA applies only to projects which have the potential for causing a
significant effect on the environment. This ordinance outlines a mechanism for purchasing and
its approval will not involve any commitment to any specific project. As such, there is no
possibility that this ordinance may have a significant adverse effect on the environment, and the
adoption of this ordinance is exempt from CEQA.
Prepared by:
4
Bryan Chua
Director of Finance
Attachments:
A. Ordinance No. 1025
B. Exhibit A Text of Chapter 3.24
C. Exhibit B Text of Chapter 3.28
D. Redline of Changes to Existing Chapter 3.24
E. Redline of Changes to Existing Chapter 3.28
F. Resolution No. 2024-67 Adopting CUPCCAA
G. Purchasing Policy Workshop — Report and Presentation
H. Redline of Changes to Existing Administrative Policy 20-01 Purchasing Policy and
Procedures Manual
Attachment A
Ordinance No. 1025
ORDINANCE NO. 1025
AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF ROSEMEAD,
CALIFORNIA, AMENDING ROSEMEAD MUNICIPAL CHAPTER 3.24 (PURCHASING
SYSTEM), AMENDING CHAPTER 3.28 (PUBLIC PROJECT BIDDING PROCEDURES)
TO PROVIDE INFORMAL BIDDING PROCEDURES UNDER THE UNIFORM PUBLIC
CONSTRUCTION COST ACCOUNTING ACT (SECTION 22000, ET SEQ. OF THE
PUBLIC CONTRACT CODE) AND OTHER RELATED ACTIONS
The City Council of the City of Rosemead ordains as follows:
SECTION 1. Findings. The City Council of the City of Rosemead finds as follows:
A. The City's purchasing regulations are currently codified in Chapter 3.24 and
Chapter 3.28 of the Rosemead Municipal Code ("RMC").
B. The City wishes to amend its purchasing procedures.
C. The City Council held a duly noticed public meeting on December 10, 2024, at
which time all persons interested in the proposed ordinance had the opportunity to address the City
Council.
SECTION 2. Environmental Findings. The City Council exercises its independent
judgment and finds that this Ordinance is not subject to California Environmental Quality Act
(CEQA) pursuant to the following sections of the State CEQA Guidelines, California Code of
Regulations, Title 14, Chapter 3: (1) Section 15060(c)(2) (the activity will not result in a direct or
reasonably foreseeable indirect physical change in the environment); (2) Section 15060(c)(3) (the
activity is not a project as defined in Section 15378); and 15061(b)(3), because the activity is
covered by the general rule that CEQA applies only to projects which have the potential for causing
a significant effect on the environment. This ordinance outlines a mechanism for purchasing and its
approval will not involve any commitment to any specific project. As such, there is no possibility
that this ordinance may have a significant adverse effect on the environment, and the adoption of this
ordinance is exempt from CEQA.
SECTION 3. Amendment and Restatement of Chapter 3.24 (Purchasing System for
Non -Public Works Proiects). Chapter 3.24 of the RMC is amended and restated in its entirety, as
set forth in the attached Exhibit A.
SECTION 4. Amendment and Restatement of Chapter 3.28 (Public Proiect Bidding
Procedures). Chapter 3.28 of the RMC is amended and restated in its entirety, as set forth in the
attached Exhibit B.
SECTION 5. Severability. If any section, subsection, sentence, clause, or phrase of this
ordinance is for any reason held to be invalid or unconstitutional by a decision of any court of
competent jurisdiction, such decision will not affect the validity of the remaining portions of this
1
Ordinance 1025
ordinance. The City Council hereby declares that it would have passed this ordinance and each and
every section, subsection, sentence, clause, or phrase not declared invalid or unconstitutional without
regard to whether any portion of the ordinance would be subsequently declared invalid or
unconstitutional.
SECTION 6. Publication. The City Clerk is directed to cause this ordinance to be
published in the manner required by law.
PASSED, APPROVED AND ORDAINED this 10th day of December, 2024.
FEN U U DIVA Ito] to] NuA
Steven Ly, Mayor
ATTEST:
Rachel Richman, City Attorney Ericka Hernandez, City Clerk
STATE OF CALIFORNIA )
COUNTY OF LOS ANGELES ) ss
CITY OF ROSEMEAD )
I, Ericka Hernandez, City Clerk of the City of Rosemead, County of Los Angeles, State of
California, hereby certify that Ordinance No. 1025 was first introduced at the regular meeting
of December 10, 2024, by first reading. Said Ordinance was approved and adopted by the
City Council of the City of Rosemead at a regular meeting held on the 10th day of December, 2024,
by the following vote:
AYES:
NOES:
ABSENT:
ABSTAIN:
Ericka Hernandez, City Clerk
Ordinance 1025
Attachment B
Exhibit A
Text of Chapter 3.24
Chapter 3.24 PURCHASING SYSTEM FOR NON-PUBLIC WORKS CONTRACTS
Chapter 3.24 PURCHASING SYSTEM FOR NON-PUBLIC WORKS CONTRACTS'
3.24.010 Definitions.
Unless otherwise indicated, the following definitions shall apply to all provisions of this chapter:
"Authorized Contracting Party" means the City official or body provided with authority under this chapter to
approve a contract or to make a purchase.
"City Manager" means the City Manager or person designated by the City Manager to act on behalf of the
City Manager.
"Formal Competitive Purchasing Procedure" means a procedure which meets the requirements of state and
local law, including this chapter and any policies and procedures approved by the City Manager consistent with this
chapter.
"Local Area Veteran Vendor" means a veteran vendor, as defined herein, who is a contractor, or consultant
that has a valid physical business address located within the boundaries of the City of Rosemead or within any of
the cities that directly border the City which include, Alhambra, Montebello, Monterey Park, San Gabriel, Temple
City, EI Monte and South EI Monte, at least six months prior to bid or proposal opening date, from which the
vendor, contractor, or consultant operates or performs business on a day-to-day basis, and holds a valid business
license issued by the City of Rosemead or one of cities listed above, and designates, for sales tax purposes, the City
of Rosemead or one of the cities listed above, as the point of sale for retail transactions within the City. Post office
boxes are not verifiable and shall not be used for the purpose of establishing such physical address.
"Negotiated Contract" means a letter of agreement, vendor agreement, contract, professional services
agreement, maintenance services/public works projects agreement or written documentation which details terms
and conditions of the purchase.
"Professional Services" means all services performed by persons in a professional occupation, including, but
not limited to, consulting and performance services for accounting, auditing, computer hardware and software
support, engineering, architectural, planning, redevelopment, financial, economic, personnel, social services,
animal control, legal, management, environmental, cable television, communication and other similar professional
functions which may be necessary for the operation of the City.
"Rosemead Vendor" means a local business enterprise whose business address at the point of sale is located
within the geographical boundaries of the City and who maintains a valid license or permit to do business in the
City.
"Solicitation" means the City's process to obtain bids, quotes, or proposals as provided in Chapter 3.24 for
the purchase of goods or services.
"Veteran Vendor" means a person who served in the active military, naval, or air service and who was
discharged or released under conditions other than dishonorable as verified by a Form DD214 or other acceptable
proof of service, who owns a business where at least fifty (50) percent of the company is owned by a veteran.
(Ord. No. 988, § 3(Exh. A), 6-25-19; Ord. No. 990, § 3 (Exh. A), 12-10-19)
'Editor's note(s)—Ord. No. 988, § 3(Exh. A), adopted June 25, 2019, amended Chapter 3.24 in its entirety to read
as herein set out. Former Chapter 3.24, §§ 3.24.010-3.24.130, pertained to similar subject matter, and
derived from prior code; Ord. 864 adopted in 2008; Ord. No. 920, adopted October 11, 2011; and Ord. No.
964, adopted September 13, 2016.
Page 1 of 8
3.24.015 Purchasing methods.
Value of Purchase
Purchase method
Method of Approval
$5,000.00 or less
No quotations required
Credit card holder or Department
Director.
$5,000.01 to $15,000.00
Informal purchasing procedure,
Department Director.
unless subject to an alternative
purchasing procedure.
$15,000.01 to $50,000.00
Informal purchasing procedure,
City Manager.
unless subject to an alternative
purchasing procedure.
$50,000.01 or More
Formal competitive purchasing
City Council.
procedure, unless subject to an
alternative purchasing procedure.
(Ord. No. 988, § 3(Exh. A), 6-25-19)
3.24.020 Purchasing Officer—Position created—Appointment.
There is established in the office of the City Manager the role of a Purchasing Officer. The Purchasing Officer
shall be the City Manager or his or her designee(s). If the City Manager designates one or more persons to act in
this role, the Purchasing Officer(s) shall serve at the pleasure of the City Manager. The duties of the Purchasing
Officer may be combined with those of any other officer(s) or position(s).
(Ord. No. 988, § 3(Exh. A), 6-25-19)
3.24.030 Purchasing Officer—Powers and duties.
The Purchasing Officer, in accordance with the policies set forth in this chapter and in any written procedures
approved by the City Manager that are consistent with this chapter, shall have the power to:
A. Purchase or contract for supplies, services and equipment required by the City;
B. Negotiate and recommend to the City Council execution of contracts for the purchase of supplies,
services and equipment;
C. Prepare and implement policies and procedures governing the bidding, contracting, purchasing,
storing, distribution and disposal of supplies, services and equipment for the City;
D. Prescribe and maintain such forms as may be reasonably necessary to the implementation of this
chapter and any other policies and procedures approved by the City Manager consistent with this
chapter;
E. Review the working details, drawings, plans and specifications for any projects or purchases requiring
such review in this chapter;
F. Inspect or supervise the inspection of purchased supplies, services and equipment to ensure
conformity with any specifications established or required by the City;
G. Transfer among departments any supplies, services and equipment not needed by one such
department, but which are necessary for the operation of one or more other departments;
H. Sell any supplies and equipment not needed for public use or that may become unsuitable for their
intended use;
Page 2 of 8
Develop and maintain any bidder's list, service provider's list or vendor's catalog file necessary to the
operation of this chapter and any other policies and procedures approved by the City Manager
consistent with this chapter.
(Ord. No. 988, § 3(Exh. A), 6-25-19)
3.24.040 Purchasing policies and procedures.
A. The City shall secure supplies, services and equipment at the lowest total cost commensurate with the
quality and scope needed, and subject to any limitations imposed by state law. Notwithstanding the
foregoing, professional services including but not limited to, legal services, architectural, design, engineering
services, financial services, IT services, consulting services, or other services of a nature characterized by the
necessity for specialized knowledge, expertise, or qualifications, shall be acquired based on proven
competency, professional credentials or certificates, and project and scope of work appropriateness. While
cost may be a relevant consideration for professional services, it shall not be the primary determinant unless
specified by the authorized contracting party.
In order to promote the economic health and development of the City, to recognize the amount of sales tax
that is returned to the City as a result of the award of a purchase contract for supplies and equipment to a
Rosemead vendor, to encourage local participation in the procurement process, and to exercise the prudent
use of public funds, the City Council may, by minute action, award a bid to a Rosemead vendor provided the
local bid does not exceed the lowest bid by more than five percent or ten thousand dollars ($10,000.00),
whichever is less.
B. The Purchasing Officer shall develop, for approval by the City Manager, such policies and procedures as are
necessary to implement the provisions of this chapter. The policies and procedures shall be written and
implemented in such a way to encourage open and competitive bidding, provide equal opportunity based on
merit, make each selection process free of invidious discrimination, provide for efficient and timely
acquisition of needed supplies, services and equipment, and provide effective fiscal controls.
C. In purchasing, supplies, services, and equipment, the City shall make use of competitive bidding, either
direct, formal or informal, whenever required by law, this chapter, or any policies and procedures approved
by the City Manager consistent with this chapter, while ensuring the quality of supplies, services, and
equipment meets the required standards.
D. Direct, formal or informal competitive bidding is not required if there is an alternative procedure set forth in
this chapter.
(Ord. No. 988, § 3(Exh. A), 6-25-19)
3.24.050 Purchasing and contracting procedures.
A. Five thousand dollars ($5,000.00) or less. Any purchase of five thousand dollars ($5,000.00) or less may be
awarded by the director of the department responsible for the project with no quotations required.
B. Five thousand dollars and one cent ($5,000.01) to fifteen thousand dollars ($15,000.00). Any purchase of
more than five thousand dollars ($5,000.00) and not greater than fifteen thousand dollars ($15,000.00) may
be awarded by the Department Director by any informal purchasing procedure as defined herein.
C. Fifteen thousand dollars and one cent ($15,000.01) to fifty thousand dollars ($50,000.00). Any purchase of
more than fifteen thousand dollars ($15,000.00) and not greater than fifty thousand dollars ($50,000.00)
may be awarded by the City Manager by any informal purchasing procedure as defined herein.
D. Fifty thousand dollars and one cent ($50,000.01) or more. Any purchase of more than fifty thousand dollars
($50,000.00) shall, except as otherwise provided in this chapter, be awarded by the City Council pursuant to
the formal competitive purchasing procedure set forth below.
Page 3 of 8
E. Purchasing Officer Approval. The Purchasing Officer, or his or her designee, shall review and approve all
contracts of fifteen thousand dollars and one cent ($15,000.01) or more before the contract is effective.
Five -Year Term Limitation. No agreement or contract shall extend for a period of more than five years,
including any authorized extensions.
(Ord. No. 988, § 3(Exh. A), 6-25-19)
3.24.070 Informal purchasing procedure.
A. This informal purchasing procedure shall be used for purchases between five thousand dollars and one cent
($5,000.01) and fifty thousand dollars ($50,000.00).
B. Service Provider/Vendor List. The department shall maintain a list of qualified service providers or vendors.
C. Distribution of Notice Inviting Informal Bids. At least three vendors or service providers shall be asked to
submit informal bids, and the City shall endeavor to receive informal bids from at least three vendors or
service providers. Notices inviting informal bids shall be sent to the list of qualified service providers,
vendors, and/or trade journals not less than ten (30) days before bids are due.
D. Contents of Notice Inviting Informal Bids. When soliciting informal bids, staff shall:
1. Describe to the vendor in general terms the project, service or item;
2. Advise vendors how to obtain additional information about the project;
3. State the date, time and manner for the submission of bids; and
4. Include any other information required by state or local law, as determined by the City Attorney.
E. Proprietary Projects or Products. If the director of the using department certifies that, to the best of his or
her knowledge, the product or service is proprietary in nature and can be obtained only from a limited
number of service providers or vendors, and that no equivalent products or services are available, the notice
inviting informal bids may be sent exclusively to such vendors) or service provider(s).
F. Contents of Remaining Bid and Contract Documents. The contents and form of the remaining bid and
contract documents shall be approved by the director of the using department, as well as the City Attorney.
G. City's Authority. The City may reject any or all bids received, and may waive any minor irregularities in each
bid received.
H. Bid Submittal. Service providers or vendors shall submit their bids in writing.
I. No Bids Received. If no bids are received, the authorized contracting party may award the contract by any
alternative purchasing procedure.
(Ord. No. 988, § 3(Exh. A), 6-25-19)
3.24.080 Formal competitive purchasing procedure.
A. Use of Formal Competitive Purchasing Procedure. This formal purchasing procedure shall be used for
purchases greater than fifty thousand dollars ($50,000.00) or whenever formal competitive purchasing is
otherwise required by this chapter.
B. Required Process. The formal competitive purchasing procedure shall comply with all aspects of state and
local law governing formal competitive bidding, including, but not limited to, the Public Contract Code,
Government Code, Labor Code, resolutions of the City Council as may be adopted from time to time, and
policies and procedures as the City Manager may approve from time to time.
Page 4 of 8
C. Distribution of Notice Inviting Formal Bids. The notice inviting formal bids shall substantially comply with
procedures set forth in Chapter 3.24.070.
D. Contents of Notice Inviting Formal Bids. At a minimum, the notice inviting formal bids shall:
1. Describe the project in general terms;
2. State how to obtain more detailed information about the project;
3. State the date, time and place for the submission of sealed bids; and
4. Include any other information required by state or local law, as determined by the City Attorney.
E. Contents of Remaining Bid and Contract Documents. The contents and form of the remaining bid and
contract documents shall be approved by the director of the using department, as well as the City Attorney.
F. City's Authority. The City may reject any or all bids received, and may waive any minor irregularities in each
bid received.
G. Bid Submittal. Service providers or vendors shall submit their bids in writing.
H. No Bids Received. If no bids are received, the authorized contracting party may award the contract by any
alternative purchasing procedure.
(Ord. No. 988, § 3(Exh. A), 6-25-19)
3.24.090 Using alternative purchasing procedures.
For situations provided in this section, an alternative purchasing procedure which results in a negotiated
contract, force account, purchase order or any other procedure determined by the authorized contracting party to
be in the best interests of the City and in compliance with the City's policies and procedures may be used.
A. Emergencies. For situations determined by the City Manager to constitute an emergency, the City may use
the emergency procedures set forth in Chapter 3.28.040.
B. Professional Services. When purchasing professional services.
C. Computers. When purchasing computer software, hardware maintenance services or software maintenance
services.
D. Competitive Bidding Already Completed. When the authorized contracting party determines that a
competitive bid procedure has been conducted by another public agency (e.g. through CMAS or GSA) and
the price to the City is equal to or better than the price to that public agency.
E. State Purchase. When the purchase is made on behalf of the City by the State Department of General
Services.
F. No Bids Received. When no bids are received pursuant to either the informal competitive purchasing
procedure or the formal competitive purchasing procedure.
G. No Competitive Market. When the authorized contracting party determines that a competitive market does
not exist, such as, but not limited to, with memberships in certain professional organizations, meetings,
conventions, some forms of travel, legal advertising and when the needed supplies, services and equipment
are proprietary and can only be provided by one source.
H. Best Interests of the City. When the City Council, on recommendation of the City Manager, determines that
an alternative procedure will be in the best interests of the City and the policies set forth in this chapter.
(Ord. No. 988, § 3(Exh. A), 6-25-19)
(Supp. No. 38, 6-24)
Page 5 of 8
Created: 2024-08-02 07:50:39 [EST]
3.24.100 Inspection and testing.
The Purchasing Officer shall inspect supplies and equipment delivered, and contractual services performed,
to determine their conformance with the specifications set forth in the order or contract. The Purchasing Officer
shall have authority to require chemical and physical tests of samples submitted with bids and samples of
deliveries which are necessary to determine their quality and conformance with specifications.
(Ord. No. 988, § 3(Exh. A), 6-25-19)
3.24.110 Surplus supplies and equipment.
All using agencies shall submit to the Purchasing Officer at such times and in such form as he or she shall
prescribe, reports showing all supplies and equipment which are no longer used or which have become obsolete or
worn out. The Purchasing Officer shall have authority to sell all supplies and equipment which cannot be used by
any agency or which have become unsuitable for City use, or to exchange the same for, or trade in the same on,
new supplies and equipment.
(Ord. No. 988, § 3(Exh. A), 6-25-19)
3.24.120 Local area veteran vendor.
A. Local Area Veteran Vendor Preference in Purchasing Supplies and Equipment.
1. In the solicitation of supplies and equipment, as provided in Chapter 3.24, the City Council or the City
Manager or his/her designee may give a preference pursuant to this chapter to local area veteran
vendor in making such purchase or awarding such contract.
2. If the vendor that submits the lowest responsive bid or quote is not a local area veteran vendor as
defined herein, the lowest responsive bid or quote submitted by a local area veteran vendor (if there is
one) that is within five percent or ten thousand dollars ($10,000.00), whichever is less, of the lowest
bid or quote may be deemed to be the lowest bidder. However, said local area veteran vendor must
elect to reduce its bid or quote to match the bid or quote of the lowest bidder, in writing, within one
business day (excluding weekends and holidays) of being notified of their status by the City.
3. If the lowest local area veteran vendor within five percent or ten thousand dollars ($10,000.00) of the
lowest bid or quote does not elect to reduce its bid or quote to match the bid or quote of the lowest
bidder, then the next lowest local area veteran vendor shall be given the opportunity to match the bid
or quote of the lowest bidder as set forth above, providing that this local area vendor or veteran
vendor is also within five percent or ten thousand dollars ($10,000.00) whichever is less, of the lowest
bid or quote that has been deemed responsive.
4. In order for a local area veteran vendor to be eligible to claim the preference, the local area veteran
vendor must request the preference in the response to the solicitation and provide a copy of its current
business license issued by a qualifying City and veteran vendor verification.
B. Local Area Veteran Vendor Preference in Services.
1. In the solicitation of contracts based on evaluation criteria which best serves the needs of the City and
provides the City with the highest quality and cost effectiveness, as provided in this title, the City
Council or the City Manager or his or her designee may give a preference pursuant to this chapter to a
local area veteran vendor in making such purchase or awarding such contract.
(Supp. No. 38, 6-24)
Page 6 of 8
Created: 2024-08-02 07:50:39 [EST]
2. The equivalent of a ten percent preference will be added to final evaluated score of each local area
veteran vendor. If the ten percent preference causes the local area veteran vendor to have the best
overall score, the local area veteran vendor may be deemed the vendor that best serves the needs of
the City and provides the City with the highest quality and cost effectiveness. However, said local area
veteran vendor must elect to reduce the price portion of its bid, quote, or proposal to match the price
portion of current best overall score vendor if lower, in writing, within one business day (excluding
weekends and holidays) of being notified of their status by the City.
3. If the local area veteran vendor does not elect to reduce the price portion of its bid, quote, or proposal
to match the price portion of the lowest bidder, then the next lowest local area veteran vendor shall be
given the opportunity to match the price portion of the lowest bidder as set forth above, provided the
ten percent preference causes said local area veteran vendor to have the best overall score, and
provided the local area veteran vendor is deemed the vendor that best serves the needs of the City and
provides the City with the highest quality and cost effectiveness.
4. In order for a local area veteran vendor to be eligible to claim the preference, the local area veteran
vendor must request the preference in the response to the solicitation and provide a copy of its current
business license issued by a qualifying City and veteran vendor verification.
C. Exceptions to Local Area Veteran Vendor Preference. The local preference set forth in this chapter shall not
apply to the following purchases or contracts:
1. Supplies, equipment, and services provided under a cooperative purchasing agreement;
2. Purchases or contracts which are funded in whole or in part by a governmental entity, such as the State
or Federal government and the laws, regulations, or policies governing such funding prohibit
application of a local preference;
3. Purchases made or contracts let under emergency or noncompetitive situations;
4. Purchases with an estimated cost of five thousand dollars ($5,000.00) or less; or
5. Application of the local area veteran vendor preference to a particular purchase, contract, or category
or contracts for which the City Council is the awarding authority may be waived at the City Council's
discretion.
D. Quality and Fitness. The local preference set forth in this chapter shall in no way be construed to inhibit, limit
or restrict the right and obligation of the City Council and the City Manager to compare quality and fitness for
use of supplies, equipment, and services proposed for purchase and compare the qualifications, character,
responsibility, and fitness of all persons, firms, or corporations submitting bids or proposals. In addition, the
preferences set forth in this chapter shall in no way be construed to prohibit the right of the City Council or
the City Manager from giving any other preference permitted by law or this title.
E. Application. The local area veteran vendor preference provided in this chapter shall apply to new contracts
for supplies, equipment, and services first solicited on or after the effective date of the ordinance from which
this section is derived. This chapter shall be implemented in a manner consistent with otherwise applicable
provisions.
F. Verification of Local Area Veteran Vendor Preference Eligibility. Any vendor, contractor, or consultant
claiming to be a local area veteran vendor shall so certify in the bid, in writing to the City Manager or his or
her designee. The City Manager or his or her designee shall not be required to verify the accuracy or any such
certifications, and shall have sole discretion to determine if a vendor, contractor, or consultant meets the
definition of "local area veteran vendor". The decision of the City Manager declaring that any person or
business is not a local area veteran vendor shall be final.
(Ord. No. 990, § 3 (Exh. A), 12-10-19)
Page 7 of 8
3.24.130 Contract change orders.
A. Change orders shall be for similar kinds of work to that awarded in the original contract and shall only arise
in good faith from unforeseen items and/or events since the time of the award.
B. Change order authorization limits are established as follows:
Contracts less than or equal to $50,000.00: 10% of contract or up to $5,000 whichever is greater
Contracts greater than or equal to $50,000.01:10% of contract or up to $50,000 whichever is less
C. The limits noted are for change order amounts in the "aggregate". Change orders for amounts more than
these limits must be approved by the City Council as a regular agenda item.
3.24.140 Adjustments for Consumer Price Index.
The value of authorization thresholds as presented within section 3.24.015 shall be adjusted for inflation on July 1
of every year by the percent change in the Consumer Price Index. "Consumer Price Index" means the average of
the percent change in Consumer Price Index for Urban Clerical and Wage Earners, as reported by the Bureau of
Labor Statistics or successor agency, from the December of the preceding calendar year over the preceding
December, for the Los Angeles -Long Beach -Anaheim, CA area. Increases or decreases shall be rounded off to the
nearest dollar.
Page 8 of 8
Attachment C
Exhibit B
Text of Chapter 3.28
Chapter 3.28 PUBLIC PROJECT BIDDING PROCEDURES
Chapter 3.28 PUBLIC PROJECT BIDDING PROCEDURES
3.28.010 Purpose.
This chapter is enacted for the purpose of implementing procedures for contracts related to certain public
projects in accordance with California Uniform Public Construction Cost Accounting Act (California Public Contract
Code Section 22000 et seq., the "Act'), including but not limited to notice and publication of the bids and the
award of the contract to the lowest responsible bidder. A "public project' is as defined in Public Contract Code
Section 20161.
3.28.011 Definitions.
For the purposes of this chapter, unless otherwise apparent from the context, certain words and phrases
used in this chapter are defined as follows:
A. "Contractors list' shall mean a list of qualified contractors, identified according to categories of work.
The minimum criteria for the development and maintenance of the list shall be determined by the
California Uniform Construction Cost Accounting Commission.
B. "Public project' is as defined in Section 22002 of the Public Contract Code, and means any of the
following, but does not include "maintenance work':
a. Construction, reconstruction, erection, alteration, renovation, improvement, demolition, and repair
work involving any publicly owned, leased, or operated facility.
b. Painting or repainting of any publicly owned, leased, or operated facility.
C. "Maintenance work' includes all of the following:
a. Routine, recurring, and usual work for the preservation or protection of any publicly owned or publicly
operated facility.
b. Minor repainting.
c. Resurfacing of streets and highways at less than one inch.
d. Landscape maintenance, including mowing, watering, trimming, pruning, planting, replacement of
plants, and servicing of irrigation and sprinkler systems.
e. Work performed to keep, operate, and maintain publicly owned water, power, or waste disposal
systems.
D. "Facility" is as defined in Section 22002 of the Public Contract Code, and means any plant, building,
structure, ground facility, real property, streets and highways, or other public works improvement.
3.28.020 Informal bidding.
Informal bidding. Public projects subject to informal bid procedures may be let to contract as follows:
a. The Public Works Department shall maintain a list of Qualified contractors, identified according to
categories of work.
b. All contractors on the list for the category of work being bid or all construction trade journals specified
in Section 22036, or both all contractors on the list for the category of work being bid and all construction
trade journals specified in Section 22036, shall be mailed a noticed inviting informal bids unless the
product or service is proprietary.
Page 1 of 4
c. All mailing of notices to contractors and construction trade journals pursuant to subsection (b) of this
section shall be completed not less than ten (10) calendar days before bids are due.
d. The noticing inviting informal bids shall describe the project in general terms and how to obtain more
detailed information about the project, and state the time and place for the submission of bids.
e. The award of project shall be made to the lowest responsible bidder provided the contractor has
posted the required bonds and insurance.
f. If all bids received are in excess of the informal bidding amount as provided by State law, the governing
body of the public agency may, by adoption of a resolution by a four-fifths vote, award the contract, at an
amount provided by CUPCCAA or less, to the lowest responsible bidder, if it determines the cost estimate
of the public agency was reasonable.
3.28.030 Formal bidding.
A. Notice Inviting Bids. Notices inviting bids shall adhere to the regulations established by State law.
B. Bidder's Security.
1. Application. Unless otherwise provided by the City Manager before the letting of public notice inviting
bids, each bid shall be accompanied by bidder's security.
2. Return. Bidders shall be entitled to return of bid security; provided, however, that a successful bidder
shall forfeit his or her bid security upon his or her refusal or failure to execute the contract within ten
(10) days after the preparation and mailing of the contract, unless in the latter event the City is solely
responsible for the delay in executing the contract. On refusal or failure of the successful bidder to
execute the contract, the contract may be awarded to the next lowest responsible bidder. In such event,
the amount of the lowest bidder's security shall be applied by the City to the contract price differential
between the lowest bid and the second lowest bid, and the surplus, if any, shall be returned to the lowest
bidder.
C. Receipt and Opening of Bids. The notice inviting bids shall specify if bids may be submitted in physical form or
electronically. Bids submitted in physical form shall be in a sealed envelope, identified as a "bid" on the
envelope, and submitted to the City at or before the time specified in the notice. Bids submitted electronically
shall be identified as specified in the notice and submitted to the City at or before the time specified in the
notice. At the time and place specified in the notice, the bids shall be publicly opened and read.
Notwithstanding the foregoing, if the notice inviting bids specified that bids are to be submitted by electronic
transmission, the City may open the bids electronically without a public bid opening; provided, that the bid
results are available on the internet at, or immediately after, the date and time noticed for the bid opening. If
the results are not immediately available on the internet, the City shall provide the bid results upon request of
a bidder or the public as soon as reasonably possible.
D. Rejection of Bids. At its discretion, the City Council may reject any and all bids presented and readvertise for
bids pursuant to the procedure prescribed in this chapter.
E. Award of Contracts. Except as otherwise provided herein, contracts shall be awarded to the lowest responsible
bidder.
F. Tie Bids. If two or more bids received are for the same total amount or unit price, quality and service being
equal, and if the public interest will not permit the delay or readvertising for bids, the City, at its discretion,
may accept the one it chooses.
G. Payment Bonds. A direct contractor awarded a public works contract above twenty-five thousand dollars
($25,000) must provide a payment bond, approved by the City, prior to commencing work. The City specifies in
its bid solicitation that a payment bond is mandatory for any public works contract over twenty-five thousand
(Supp. No. 38, 6-24)
Page 2 of 4
Created: 2024-08-02 07:50:39 LL511
dollars ($25,000). A payment bond issued and sanctioned under this section will authorize the execution of
and offer coverage for work related to a public works contract that supplements the contract for which the
bond is provided, contingent upon the public entity waiving the necessity for a new bond. Note that a design
professional is not considered a direct contractor and is not obligated to provide a payment bond. This
requirement is inapplicable to a public works contract with a "state entity". A payment bond must be at least
100 percent of the entire payable amount under the public works contract. The bond must exist as a bond and
not as a deposit in place of a bond. The bond must be executed by a licensed surety insurer.
H. Insurance. All contracts for public projects shall require the contractor to furnish evidence, in a form
satisfactory to the City, that the contractor has taken out and has in force liability and worker's compensation
insurance in such amounts and form as may be required by the City, in addition to any other insurance required
by the City's Risk Manager.
Contract Retention. No contract for a public project shall provide for, authorize or permit the payment of more
than ninety (90) percent of the contract price before the completion of the work done under the contract, and
acceptance thereof by the City, and the expiration of the stop notice claim period and the resolution of any
such claims filed thereunder.
(Ord. No. 988, § 4(Exh. B), 6-25-19)
3.28.015 Public Projects.
The City of Rosemead has opted in to the California Uniform Public Construction Cost Accounting Act
(California Public Contract Code Section 22000 et seq., the "Act"). Pursuant to the Act, public projects will be
procured as follows:
1. The current threshold set forth in California Public Contract Code Section 22032(a) or less may be
let by negotiated contract, purchase order or performed by the City's own employees by force
account.
2. The current threshold set forth in California Public Contract Code Section 22032(b) or less may be
let by informal bidding procedures as set forth in the California Uniform Public Construction Cost
Accounting Act (PCC Section 22034 et seq.).
3. The current threshold set forth in California Public Contract Code Section 22032(c)) or more will
be let by formal bidding procedures as set forth in the California Uniform Public Construction Cost
Accounting Act (PCC Section 22037 et seq.).
4. Pre -Qualified List —A list of contractors may be developed and maintained in accordance with the
provisions of Section 22034 of the Public Contract Code and criteria promulgated from time to
time by the California Uniform Construction Cost Accounting Commission (CUCCAC).
5. In the event that the monetary limits specified in Sections 22032 and 22034 of CUPCCAA are
amended by the State Legislature or adjusted by the State Controller, such amendment in
monetary limits shall prevail and apply.
3.28.040 Emergencies.
The City Manager is delegated the power to declare a public emergency and take any directly related and
immediate action required bythe emergency, up to a total of one hundred thousand dollars ($100,000.00), pursuant
to Public Contract Code Section 22050. Emergency expenditures of more than one hundred thousand dollars
($100,000.00) must first be approved by the City Council. Work may be performed without the benefit of competitive
purchasing, either formal or informal, only so long as necessary under Section 22050.
Page 3 of 4
3.28.050 Delegation of authority to award contracts.
A table summarizing the methods of approval and bidding requirement is provided below.
Value of Public Project
Public Works
City Manager
City Council
Director
The current threshold set forth in California Public
X (:5$15k)
X (:5$50k)
Contract Code Section 22032(a) or less may be let
by negotiated contract.
The current threshold set forth in California Public
X (>$Sok)
Contract Code Section 22032(b) or less may be let
by informal bidding procedures.
The current threshold set forth in California Public
X (>$50k)
Contract Code Section 22032(c)) or more will be
let by formal bidding procedures.
In the event that the monetary limits specified in Sections 22032 and 22034 of CUPCCAA are amended by the State
Legislature or adjusted by the State Controller, such amendment in monetary limits shall prevail and apply.
3.28.060 Contract change orders.
A change order is the written authorization that changes the awarded contract. The change order shall be
for similar kinds of work to that awarded in the original contract and shall only arise in good faith from unforeseen
items and/or events since the time of the award. Request for change order authorization to the City's purchasing
authority shall be accompanied by a purchase order. Change orders shall comply with limits set forth in Chapter
3.24.130.
3.28.070 Adjustments for Consumer Price Index.
The value of authorization thresholds for Public Works Director, City Manager, and City Council as presented
within section 3.28.050 shall be adjusted for inflation on July 1 of every year by the percent change in the Consumer
Price Index. "Consumer Price Index' means the average of the percent change in Consumer Price Index for Urban
Clerical and Wage Earners, as reported by the Bureau of Labor Statistics or successor agency, from the December of
the preceding calendar year over the preceding December, for the Los Angeles -Long Beach -Anaheim, CA area.
Increases or decreases shall be rounded off to the nearest dollar.
(Supp. No. 38, 6-24)
Page 4 of 4
Created: 2024-08-02 07:50:39 [EST]
Attachment D
Redline of Changes to Existing Chapter 3.24
Chapter 3.24 PURCHASING SYSTEM FOR NON-PUBLIC WORKS CONTRACTS
Chapter 3.24 PURCHASING SYSTEM FOR NON-PUBLIC WORKS CONTRACTS'
3.24.010 Definitions.
Unless otherwise indicated, the following definitions shall apply to all provisions of this chapter:
"Authorized Contracting Party" means the City official or body provided with authority under this chapter to
approve a contract or to make a purchase.
"City Manager" means the City Manager or person designated by the City Manager to act on behalf of the
City Manager.
"Formal Competitive Purchasing Procedure" means a procedure which meets the requirements of state and
local law, including this chapter and any policies and procedures approved by the City Manager consistent with this
chapter.
"Local Area Veteran Vendor" means a veteran vendor, as defined herein, who is a contractor, or consultant
that has a valid physical business address located within the boundaries of the City of Rosemead or within any of
the cities that directly border the City which include, Alhambra, Montebello, Monterey Park, San Gabriel, Temple
City, EI Monte and South EI Monte, at least six months prior to bid or proposal opening date, from which the
vendor, contractor, or consultant operates or performs business on a day-to-day basis, and holds a valid business
license issued by the City of Rosemead or one of cities listed above, and designates, for sales tax purposes, the City
of Rosemead or one of the cities listed above, as the point of sale for retail transactions within the City. Post office
boxes are not verifiable and shall not be used for the purpose of establishing such physical address.
"Negotiated Contract" means a letter of agreement, vendor agreement, contract, professional services
agreement, maintenance services/public works projects agreement or written documentation which details terms
and conditions of the purchase.
"Professional Services" means all services performed by persons in a professional occupation, including, but
not limited to, consulting and performance services for accounting, auditing, computer hardware and software
support, engineering, architectural, planning, redevelopment, financial, economic, personnel, social services,
animal control, legal, management, environmental, cable television, communication and other similar professional
functions which may be necessary for the operation of the City.
"Rosemead Vendor" means a local business enterprise whose business address at the point of sale is located
within the geographical boundaries of the City and who maintains a valid license or permit to do business in the
City.
"Solicitation" means the City's process to obtain bids, quotes, or proposals as provided in Chapter 3.24 for
the purchase of goods or services.
"Veteran Vendor" means a person who served in the active military, naval, or air service and who was
discharged or released under conditions other than dishonorable as verified by a Form DD214 or other acceptable
proof of service, who owns a business where at least fifty (50) percent of the company is owned by a veteran.
(Ord. No. 988, § 3(Exh. A), 6-25-19; Ord. No. 990, § 3 (Exh. A), 12-10-19)
'Editor's note(s)—Ord. No. 988, § 3(Exh. A), adopted June 25, 2019, amended Chapter 3.24 in its entirety to read
as herein set out. Former Chapter 3.24, §§ 3.24.010-3.24.130, pertained to similar subject matter, and
derived from prior code; Ord. 864 adopted in 2008; Ord. No. 920, adopted October 11, 2011; and Ord. No.
964, adopted September 13, 2016.
Page 1 of 8
3.24.015 Purchasing methods.
Value of Purchase
Purchase method
Method of Approval
$5,000.00 or less
No quotations reguiredDireet
Credit card holder or Departmensempetitive t
2irector-AppmvaHW4Weetef-0
, wsiRg a vendOF OF Inwn. of
.^I,_.:^^ ^.^^^d.,.^
.ehaSdnnpnr'vavvr� BceduLd
S5.000.01 to 535.000.00
Informal purchasing procedure.
Department Director.
unless subject to an alternative
purchasing procedure.
S15.000.01 to S50.000.00$5,&99A1
Informal purchasing
Appreval by City Manager.
to $30,000:98
procedur 'RfOffnal cempetitive
voce a e, unless
subject to an alternative
purchasing procedure.
$50.000.01 or More$30,000.63Or
Formal competitive purchasing
Apprevalby-the City Council.
Mere
procedure, unless subject to an
alternative purchasing procedure.
(Ord. No. 988, § 3(Exh. A), 6-25-19)
3.24.020 Purchasing Officer—Position created—Appointment.
There is established in the office of the City Manager the role of a Purchasing Officer. The Purchasing Officer
shall be the City Manager or his or her designee(s). If the City Manager designates one or more persons to act in
this role, the Purchasing Officer(s) shall serve at the pleasure of the City Manager. The duties of the Purchasing
Officer may be combined with those of any other officer(s) or position(s).
(Ord. No. 988, § 3(Exh. A), 6-25-19)
3.24.030 Purchasing Officer—Powers and duties.
The Purchasing Officer, in accordance with the policies set forth in this chapter and in any written procedures
approved by the City Manager that are consistent with this chapter, shall have the power to:
A. Purchase or contract for supplies, services and equipment required by the City;
B. Negotiate and recommend to the City Council execution of contracts for the purchase of supplies,
services and equipment;
C. Prepare and implement policies and procedures governing the bidding, contracting, purchasing,
storing, distribution and disposal of supplies, services and equipment for the City;
D. Prescribe and maintain such forms as may be reasonably necessary to the implementation of this
chapter and any other policies and procedures approved by the City Manager consistent with this
chapter;
E. Review the working details, drawings, plans and specifications for any projects or purchases requiring
such review in this chapter;
F. Inspect or supervise the inspection of purchased supplies, services and equipment to ensure
conformity with any specifications established or required by the City;
Page 2 of 8
G. Transfer among departments any supplies, services and equipment not needed by one such
department, but which are necessary for the operation of one or more other departments;
H. Sell any supplies and equipment not needed for public use or that may become unsuitable for their
intended use;
Develop and maintain any bidder's list, service provider's list or vendor's catalog file necessary to the
operation of this chapter and any other policies and procedures approved by the City Manager
consistent with this chapter.
(Ord. No. 988, § 3(Exh. A), 6-25-19)
3.24.040 Purchasing policies and procedures.
A. The City shall secure supplies, services and equipment at the lowest total cost commensurate with the
quality and scope needed, and subject to any limitations imposed by state law. Notwithstanding the
foregoing, professional services including but not limited to�.Js�e.e:�h�-.as legal serviceseeyosel, architectural,
design engineering eeasu#inaservices financial services aad4ky ar soeeiaked—IT servicessuseerf
consulting services or other services of a nature characterized by the necessity for specialized knowledge.
expertise or qualifications shall be acauired based on Proven competency, professional credentials or
certificates and Project and scope of work appropriateness While cost may be a relevant consideration for
professional services it shall not be the primary determinant unless specified by the authorized contracting
party
In order to promote the economic health and development of the City, to recognize the amount of sales tax
that is returned to the City as a result of the award of a purchase contract for supplies and equipment to a
Rosemead vendor, to encourage local participation in the procurement process, and to exercise the prudent
use of public funds, the City Council may, by minute action, award a bid to a Rosemead vendor provided the
local bid does not exceed the lowest bid by more than five percent or ten thousand dollars ($10,000.00),
whichever is less.
B. The Purchasing Officer shall develop, for approval by the City Manager, such policies and procedures as are
necessary to implement the provisions of this chapter. The policies and procedures shall be written and
implemented in such a way to encourage open and competitive bidding, provide equal opportunity based on
merit, make each selection process free of invidious discrimination, provide for efficient and timely
acquisition of needed supplies, services and equipment, and provide effective fiscal controls.
C. In purchasing, supplies, services, and equipment, the City shall make use of competitive bidding, either
direct, formal or informal, whenever required by law, this chapter, or any policies and procedures approved
by the City Manager consistent with this chapter, while ensuring the quality of supplies services and
equipment meets the required standards.
D. Direct, formal or informal competitive bidding is not required if there is an alternative procedure set forth in
this chapter.
(Ord. No. 988, § 3(Exh. A), 6-25-19)
3.24.050 8id&A ,Purchasing and contracting procedures.
A. Five thousand dollars ($5,000.00) or kessless. Any purchase of five thousand dollars ($5,000.00) or less may
be awarded by the director of the department responsible for the project
with no quotations required.
Page 3 of 8
B. Five thousand dollars and one cent ($5,000.01) to *wV -fifteen thousand dollars ($3815 000.00). Any
purchase of more than five thousand dollars ($5,000.00) and not greater than thirty -fifteen thousand dollars
($3815 000.00) may be awarded by the '''aaagerDeoartment Director by any informalCeffilaet tive
purchasing procedure as defined herein.
C. -Fifteen thousand dollars and one cent ($15,000.01) to fifty thousand dollars ($50,000.00). Any purchase of
more than fifteen thousand dollars ($15,000.00) and not greater than fifty thousand dollars ($50.000.00)
may be awarded by the City Manager by any informal purchasing procedure as defined herein
ED. T4WPf-E±1Lthousand dollars and one cent ($3050 000.01) or more. Any purchase of more than thirty -fifty
thousand dollars ($3850 000.00) shall, except as otherwise provided in this chapter, be awarded by the City
Council pursuant to the formal competitive purchasing procedure set forth below.
DE. Purchasing Officer Approval. The Purchasing Officer, or his or her designee, shall review and approve all
contracts of f4e-fifteen thousand dollars and one cent ($15,000.01) or more before the contract is effective.
IF. Five -Year Term Limitation. No agreement or contract shall extend for a period of more than five years,
including any authorized extensions.
(Ord. No. 988, § 3(Exh. A), 6-25-19)
3.24.070 Informal eempetit+ve purchasing procedure.
A.. This informal purchasing procedure shall be used for
purchases between five thousand dollars and one cent ($5,000.01) and fiftythir-ty thousand dollars
($3050,000.00).
B. Service Provider/Vendor List. The department shall maintain a list of qualified service providers or vendors.
C. Distribution of Notice Inviting Informal Bids. At least three vendors or service providers shall be asked to
submit informal bids, and the City shall endeavor to receive informal bids from at least three vendors or
service providers. Notices inviting informal bids shall be mailed sent to the list of qualified service providers,
vendors, and/or trade journals not less than ten (30) days before bids are due.
D. Contents of Notice Inviting Informal Bids. When soliciting informal bids, staff shall:
1. Describe to the vendor in general terms the project, service or item;
2. Advise vendors how to obtain additional information about the project;
3. State the date, time and ire -manner for the submission of bids; and
4. Include any other information required by state or local law, as determined by the City Attorney.
E. Proprietary Projects or Products. If the director of the using department certifies that, to the best of his or
her knowledge, the product or service is proprietary in nature and can be obtained only from a limited
number of service providers or vendors, and that no equivalent products or services are available, the notice
inviting informal bids may be sent exclusively to such vendor(s) or service provider(s).
Page 4 of 8
F. Contents of Remaining Bid and Contract Documents. The contents and form of the remaining bid and
contract documents shall be approved by the director of the using department, as well as the City Attorney.
G. City's Authority. The City may reject any or all bids received, and may waive any minor irregularities in each
bid received.
H. Pregesal-Bid Submittal. Service providers or vendors shall submit their prepesa6-bids in writing.
I. No Bids Received. If no bids are received, the authorized contracting party may award the contract by any
alternative purchasing procedure.
(Ord. No. 988, § 3(Exh. A), 6-25-19)
3.24.080 Formal competitive purchasing procedure.
A. Use of Formal Competitive Purchasing Procedure. This formal purchasing procedure shall be used for
purchases greater than #4n-1if�thousand dollars ($3950 000.00) or whenever formal competitive
purchasing is otherwise required by this chapter.
B. Required Process. The formal competitive purchasing procedure shall comply with all aspects of state and
local law governing formal competitive bidding, including, but not limited to, the Public Contract Code,
Government Code, Labor Code, resolutions of the City Council as may be adopted from time to time, and
policies and procedures as the City Manager may approve from time to time.
C. Distribution of Notice Inviting Formal Bids. The notice inviting formal bids shall substantially comply with
procedures set forth in Chapter 3.2824.070.
D. Contents of Notice Inviting Formal Bids. At a minimum, the notice inviting formal bids shall:
1. Describe the project in general terms;
2. State how to obtain more detailed information about the project;
3. State the date, time and place for the submission of sealed bids; and
4. Include any other information required by state or local law, as determined by the City Attorney.
E. Contents of Remaining Bid and Contract Documents. The contents and form of the remaining bid and
contract documents shall be approved by the director of the using department, as well as the City Attorney.
F. City's Authority. The City may reject any or all bids received, and may waive any minor irregularities in each
bid received.
G. Prepesa4-Bid Submittal. Service providers or vendors shall submit their prepesals-bids in writing.
H. No Bids Received. If no bids are received, the authorized contracting party may award the contract by any
alternative purchasing procedure.
(Ord. No. 988, § 3(Exh. A), 6-25-19)
3.24.090 Using alternative purchasing procedures.
For situations provided in this section, an alternative purchasing procedure which results in a negotiated
contract, force account, purchase order or any other procedure determined by the authorized contracting party to
be in the best interests of the City and in compliance with the City's policies and procedures may be used.
A. Emergencies. For situations determined by the City Manager to constitute an emergency, the City may use
the emergency procedures set forth in Chapter 3.28.040.
B. Professional Services. when purchasing professional services.
Page 5 of 8
C. Computers. When purchasing computer software, hardware maintenance services or software maintenance
services.
D. Competitive Bidding Already Completed. When the authorized contracting party determines that a
competitive bid procedure has been conducted by another public agency (e.g. through CMAS or GSA) and
the price to the City is equal to or better than the price to that public agency.
E. State Purchase. When the purchase is made on behalf of the City by the State Department of General
Services.
F. No Bids Received. When no bids are received pursuant to either the informal competitive purchasing
procedure or the formal competitive purchasing procedure.
G. No Competitive Market. When the authorized contracting party determines that a competitive market does
not exist, such as, but not limited to, with memberships in certain professional organizations, meetings,
conventions, some forms of travel, legal advertising and when the needed supplies, services and equipment
are proprietary and can only be provided by one source.
H. Best Interests of the City. When the City Council, on recommendation of the City Manager, determines that
an alternative procedure will be in the best interests of the City and the policies set forth in this chapter.
(Ord. No. 988, § 3(Exh. A), 6-25-19)
3.24.100 Inspection and testing.
The Purchasing Officer shall inspect supplies and equipment delivered, and contractual services performed,
to determine their conformance with the specifications set forth in the order or contract. The Purchasing Officer
shall have authority to require chemical and physical tests of samples submitted with bids and samples of
deliveries which are necessary to determine their quality and conformance with specifications.
(Ord. No. 988, § 3(Exh. A), 6-25-19)
3.24.110 Surplus supplies and equipment.
All using agencies shall submit to the Purchasing Officer at such times and in such form as he or she shall
prescribe, reports showing all supplies and equipment which are no longer used or which have become obsolete or
worn out. The Purchasing Officer shall have authority to sell all supplies and equipment which cannot be used by
any agency or which have become unsuitable for City use, or to exchange the same for, or trade in the same on,
new supplies and equipment.
(Ord. No. 988, § 3(Exh. A), 6-25-19)
3.24.120 Local area veteran vendor.
A. Local Area Veteran Vendor Preference in Purchasing Supplies and Equipment.
1. In the solicitation of supplies and equipment, as provided in Chapter 3.24, the City Council or the City
Manager or his/her designee may give a preference pursuant to this chapter to local area veteran
vendor in making such purchase or awarding such contract.
2. If the vendor that submits the lowest responsive bid or quote is not a local area veteran vendor as
defined herein, the lowest responsive bid or quote submitted by a local area veteran vendor (if there is
one) that is within five percent or ten thousand dollars ($10,000.00), whichever is less, of the lowest
bid or quote may be deemed to be the lowest bidder. However, said local area veteran vendor must
(Supp. No. 38, 6-24)
Page 6 of 8
Created: 2024-08-02 07:50:39 LE5TJ
elect to reduce its bid or quote to match the bid or quote of the lowest bidder, in writing, within one
business day (excluding weekends and holidays) of being notified of their status by the City.
3. If the lowest local area veteran vendor within five percent or ten thousand dollars ($10,000.00) of the
lowest bid or quote does not elect to reduce its bid or quote to match the bid or quote of the lowest
bidder, then the next lowest local area veteran vendor shall be given the opportunity to match the bid
or quote of the lowest bidder as set forth above, providing that this local area vendor or veteran
vendor is also within five percent or ten thousand dollars ($10,000.00) whichever is less, of the lowest
bid or quote that has been deemed responsive.
4. In order for a local area veteran vendor to be eligible to claim the preference, the local area veteran
vendor must request the preference in the response to the solicitation and provide a copy of its current
business license issued by a qualifying City and veteran vendor verification.
B. Local Area Veteran Vendor Preference in Services.
1. In the solicitation of contracts based on evaluation criteria which best serves the needs of the City and
provides the City with the highest quality and cost effectiveness, as provided in this title, the City
Council or the City Manager or his or her designee may give a preference pursuant to this chapter to a
local area veteran vendor in making such purchase or awarding such contract.
2. The equivalent of a ten percent preference will be added to final evaluated score of each local area
veteran vendor. If the ten percent preference causes the local area veteran vendor to have the best
overall score, the local area veteran vendor may be deemed the vendor that best serves the needs of
the City and provides the City with the highest quality and cost effectiveness. However, said local area
veteran vendor must elect to reduce the price portion of its bid, quote, or proposal to match the price
portion of current best overall score vendor if lower, in writing, within one business day (excluding
weekends and holidays) of being notified of their status by the City.
3. If the local area veteran vendor does not elect to reduce the price portion of its bid, quote, or proposal
to match the price portion of the lowest bidder, then the next lowest local area veteran vendor shall be
given the opportunity to match the price portion of the lowest bidder as set forth above, provided the
ten percent preference causes said local area veteran vendor to have the best overall score, and
provided the local area veteran vendor is deemed the vendor that best serves the needs of the City and
provides the City with the highest quality and cost effectiveness.
4. In order for a local area veteran vendor to be eligible to claim the preference, the local area veteran
vendor must request the preference in the response to the solicitation and provide a copy of its current
business license issued by a qualifying City and veteran vendor verification.
C. Exceptions to Local Area Veteran Vendor Preference. The local preference set forth in this chapter shall not
apply to the following purchases or contracts:
1. Supplies, equipment, and services provided under a cooperative purchasing agreement;
2. Purchases or contracts which are funded in whole or in part by a governmental entity, such as the State
or Federal government and the laws, regulations, or policies governing such funding prohibit
application of a local preference;
3. Purchases made or contracts let under emergency or noncompetitive situations;
4. Purchases with an estimated cost of five thousand dollars ($5,000.00) or less; or
5. Application of the local area veteran vendor preference to a particular purchase, contract, or category
or contracts for which the City Council is the awarding authority may be waived at the City Council's
discretion.
D. Quality and Fitness. The local preference set forth in this chapter shall in no way be construed to inhibit, limit
or restrict the right and obligation of the City Council and the City Manager to compare quality and fitness for
Page 7 of 8
use of supplies, equipment, and services proposed for purchase and compare the qualifications, character,
responsibility, and fitness of all persons, firms, or corporations submitting bids or proposals. In addition, the
preferences set forth in this chapter shall in no way be construed to prohibit the right of the City Council or
the City Manager from giving any other preference permitted by law or this title.
E. Application. The local area veteran vendor preference provided in this chapter shall apply to new contracts
for supplies, equipment, and services first solicited on or after the effective date of the ordinance from which
this section is derived. This chapter shall be implemented in a manner consistent with otherwise applicable
provisions.
Verification of Local Area Veteran Vendor Preference Eligibility. Any vendor, contractor, or consultant
claiming to be a local area veteran vendor shall so certify in the bid, in writing to the City Manager or his or
her designee. The City Manager or his or her designee shall not be required to verify the accuracy or any such
certifications, and shall have sole discretion to determine if a vendor, contractor, or consultant meets the
definition of "local area veteran vendor". The decision of the City Manager declaring that any person or
business is not a local area veteran vendor shall be final.
(Ord. No. 990, 4 3 (Exh. A), 12-10-19)
3.24.130 Contract change orders.
A Change orders shall be for similar kinds of work to that awarded in the original contract and shall only arise
in good faith from unforeseen items and/or events since the time of the award.
B Change order authorization limits are established as follows:
Contracts less than or equal to<= S50.000-00: 10% of contract or up to $5,000 whichever is greater
Contracts- Rreater than or equal to $50,000.01: 30% of contract or up to $50.000 whichever is
less
C The limits noted are for change order amounts in the "aggregate" Change orders for amounts more than
these limits must be approved by the City Council as a regular agenda item.
3 24140 Adiustments for Consumer Price Index.
The value of authorization thresholds as presented within section 3.24.015 shall be adjusted for inflation
on July 1 of every year by the percent change in the Consumer Price Index. "Consumer Price Index" means the
average of the percent change in Consumer Price Index for Urban Clerical and Wage Earners. as reported by the
Bureau of Labor Statisticsorsuccessoragency from the December of the preceding calendarvearovertheoreceding
December, for the Los Angeles -Long Beach -Anaheim CA area Increases or decreases shall be rounded off to the
nearest dollar.
Page 8 of 8
Attachment E
Redline of Changes to Existing Chapter 3.28
Chapter 3.28 PUBLIC PROJECT BIDDING PROCEDURES
Chapter 3.28 PUBLIC PROJECT BIDDING PROCEDURES
3.28.010 Purpose.
This chapter is enacted for the purpose of implementing procedures for contracts related to certain public
projects in accordance with California Uniform Public Construction Cost Accounting Act (California Public Contract
Code Section 22000 et se . the "Act" ., including but not limited to
notice and publication of the bids and the award of the contract to the lowest responsible bidder. A "public
project" is as defined in Public Contract Code Section 20161.
3.28.011 Definitions.
For the Purposes of this chapter unless otherwise apparent from the context, certain words and Phrases
used in this chapter are defined as follows:
A "Contractors list" shall mean a list of Pualified contractors identified according to categories of work.
The minimum criteria for the development and maintenance of the list shall be determined by the
California Uniform Construction Cost Accounting Commission.
B "Public Project" is as defined in Section 22002 of the Public Contract Code, and means any of the
following, but does not include "maintenance work":
a Construction reconstruction erection alteration renovation improvement demolition, and repair
work involving any publicly owned leased, or operated facility.
b Painting or repainting of any Publicly owned, leased, or operated facility.
C "Maintenance work" includes all of the following:
a Routine recurring and usual work for the oreservation or protection of any publicly owned or publicly
operated facility.
b. Minor repainting.
c Resurfacing of streets and highways at less than one inch.
d Landscape maintenance including mowing watering trimming pruning planting replacement of
plants and servicing of irrigation and sorinkler systems.
e Work performed to keen operate and maintain publicly owned water, Dower or waste disposal
systems.
D "Facility" is as defined in Section 22002 of the Public Contract Code and means any plant, building,
structure ground facility, real property, streets and highways or other Public works improvement.
3.28.020 Informal bidding.
Informal bidding Public Proiects subject to informal bid Procedures may be let to contract as follows:
a The Public Works Department shall maintain a list of Qualified contractors identified according to
categories of work.
b All contractors on the list for the category of work being bid or all construction trade iournals specified
in Section 22036 or both all contractors on the list for the category of work being bid and all construction
Page 1 of 5
trade journals specified in Section 22036 shall be mailed a noticed inviting informal bids unless the
product or service is proprietary.
c All mailing of notices to contractors and construction trade journals pursuant to subsection (b) of this
section shall be completed not less than ten (10) calendar days before bids are due.
d The noticing inviting informal bids shall describe the project in general terms and how to obtain more
detailed information about the project and state the time and place for the submission of bids.
e The award of project shall be made to the lowest responsible bidder Provided the contractor has
posted the reciuired bonds and insurance -
f. If all bids received are in excess of the informal bidding amount as provided by State law, the governing
body of the public agency may, by adoption of a resolution by a four-fifths vote, award the contract, at an
amount provided by CUPCCAA or less to the lowest responsible bidder, if it determines the cost estimate
of the public agency was reasonable.
3.28.030 Formal 8biddinRe.
A. Notice Inviting Bids. Notices inviting bids shall adhere to the regulations established by State Iaw.Netiees
& Rviting bids shall be advenised by the Gity GIeFk, and shall Include a geneFal desffiPti8R of the WOFI(tS be
done, state wheFe laid feFFRS aAd specifleations may be serWFed, and the time aAd plaee feF epeniAg bids.
1. published Net*re. The Gity Giek Shall EaUse neVres inyoting laids te be published twice OR a newspapeF ef
geneFal &GUIaties at least ten (Ig) days befffe the date of epening of the bids, OF pasted fGF five days
thFee publie places iR the Gty designated by the Gity GOURCil, iA aGGGFdanee with Publie GantFaet Code
X16+:
B. Bidder's Security.
1. Application. Unless otherwise provided by the City Manager before the letting of public notice inviting
bids, each bid shall be accompanied by bidder's security.
2. Return. Bidders shall be entitled to return of bid security; provided, however, that a successful bidder
shall forfeit his or her bid security upon his or her refusal or failure to execute the contract within ten
(10) days after the preparation and mailing of the contract, unless in the latter event the City is solely
responsible for the delay in executing the contract. On refusal or failure of the successful bidder to
execute the contract, the contract may be awarded to the next lowest responsible bidder. In such event,
the amount of the lowest bidder's security shall be applied by the City to the contract price differential
between the lowest bid and the second lowest bid, and the surplus, if any, shall be returned to the lowest
bidder.
C. Receipt and Opening of Bids The notice inviting bids shall specify if bids may be submitted in physical form or
electronically. Bids submitted in physical form shall be in a sealed envelope identified as a "bid" on the
envelope and submitted to the City at or before the time specified in the notice. Bids submitted electronically
shall be identified as specified in the notice and submitted to the City at or before the time specified in the
notice At the time and place specified in the notice the bids shall be publicly opened and read.
Notwithstanding the foregoing if the notice inviting bids specified that bids are to be submitted by electronic
transmission the City may open the bids electronically without a public bid opening provided, that the bid
results are available on the internet at or immediately after, the date and time noticed for the bid opening. If
the results are not immediately available on the internet the City shall provide the bid results upon request of
a bidder or the public as soon as reasonably possible. 'a0 PFeeeduFe. Sealed bids shall be 5kilamitted
Created: 2026-08-02 07:50:39 [EST]
(Supp. No. 38, 6-24)
Page 2 of 5
FegulaF business h8UFS feF a peFi9d ef not less than thiFty (30) eaieRdaF days afteF the bid epeRiRg. GRee
the time ef bid epeniRg shall net be kelat by the Gity, and eRee deemed ReR Fespensive, shall be FetUFRed to
D. Rejection of Bids. At its discretion, the City Council may reject any and all bids presented and readvertise for
bids pursuant to the procedure prescribed in this chapter.
E. Award of Contracts. Except as otherwise provided herein, contracts shall be awarded to the lowest responsible
bidder.
F. Tie Bids. If two or more bids received are for the same total amount or unit price, quality and service being
equal, and if the public interest will not permit the delay or readvertising for bids, the City, at its discretion,
may accept the one it chooses.
G. P ee-Payment Bonds. A direct contractor awarded a public works contract above twenty-five thousand
dollars ($25,0001 must provide a payment bond approved by the Ciri prior to commencing work. The
City specifies in its bid solicitation that a payment bond is mandatory for any public works contract over
twenty-five thousand dollars (S25,000). A payment bond issued and sanctioned under this section will
authorize the execution of and offer coverage for work related to a public works contract that supplements
the contract for which the bond is provided contingent upon the public entity waiving the necessity for a new
bond Note that a design professional is not considered a direct contractor and is not oblieated to orovide a
Pavment bond This requirement is inapplicable to a public works contract with a "state entity". A payment
bond must be at least 100 percent of the entire payable amount under the public works contract. The bond
must exist as a bond and not as a deposit in place of a bond The bond must be executed by a licensed surety
Fials and lalaff band
insurer.
sha" be .J d the ..inviting bids bends,
H. Insurance. All contracts for public projects shall require the contractor to furnish evidence, in a form
satisfactory to the City, that the contractor has taken out and has in force liability and worker's compensation
insurance in such amounts and form as may be required by the City, in addition to any other insurance required
by the City's Risk Manager.
I. Contract Retention. No contract for a public project shall provide for, authorize or permit the payment of more
than ninety (90) percent of the contract price before the completion of the work done under the contract, and
acceptance thereof by the City, and the expiration of the stop notice claim period and the resolution of any
such claims filed thereunder.
(Ord. No. 988, § 4(Exh. B), 6-25-19)
3.28.015 Public Projects.
The City of Rosemead has opted in to the California Uniform Public Construction Cost Accounting Act
(California Public Contract Code Section 22000 et sea the "Act") Pursuant to the Act, public projects will be
Procured as follows:
1 The current threshold set forth in California Public Contract Code Section 22032(a) or less may be
let by neeotiated contract Purchase order or Performed by the City's own employees by force
account.
2 The current threshold set forth in California Public Contract Code Section 22032(b) or less may be
let by informal bidding Procedures as set forth in the California Uniform Public Construction Cost
Accounting Act (PCC Section 22034 et seg.).
Page 3 of 5
3 The current threshold set forth in California Public Contract Code Section 22032(c)) or more will
be let by formal bidding procedures as set forth in the California Uniform Public Construction Cost
Accountine Act (PCC Section 22037 et sea.).
4 Pre -Qualified List—A list of contractors may be developed and maintained in accordance with the
provisions of Section 22034 of the Public Contract Code and criteria promulgated from time to
time by the California Uniform Construction Cost Accounting Commission (CUCCAC).
5 In the event that the monetary limits specified in Sections 22032 and 22034 of CUPCCAA are
amended by the State Legislature or adjusted by the State Controller, such amendment in
monetary limits shall prevail and apply.
3.28.040 Emergencies.
The City Manager is delegated the power to declare a public emergency and take any directly related and
immediate action required bythe emergency, up to a total of one hundred thousand dollars ($100,000.00), pursuant
to Public Contract Code Section 22050. Emergency expenditures of more than one hundred thousand dollars
($100,000.00) must first be approved by the City Council. Work may be performed without the benefit of competitive
purchasing, either formal or informal, only so long as necessary under Section 22050.
3.28.050 Delegation of authority to award contracts.
A table
summarizing the methods of approval and bidding requirement is provided below.
Value of Public Project
Public Works
City Mana¢er
City Council
Director
The current threshold set forth in California Public
X 5 15k
X (g$50k)
Contract Code Section 22032(a) or less may be let
by negotiated contract.
The current threshold set forth in California Public
X > 50k
Contract Code Section 22032(b) or less may be let
by informal bidding procedures.
The current threshold set forth in California Public
X > 50k
Contract Code Section 22032(c)) or more will be
let by formal bidding procedures.
In the event that the monetary limits specified in Sections 22032 and 22034 of CUPCCAA are amended by the State
Legislature or adjusted by the State Controller such amendment in monetary limits shall prevail and apply.
Page 4 of 5
3.28.060 Contract change orders.
A change order is the written authorization that changes the awarded contract. The change order shall be
for similar kinds of work to that awarded in the orieinal contract and shall only arise in eood faith from unforeseen
items and/or events since the time of the award Reauest for change order authorization to the Cit)/s purchasing
authority shall be accompanied by a purchase order. Change orders shall comply with limits set forth in Chapter
3.24.130.
3.28.070 Adjustments for Consumer Price index.
Thevalue of authorization thresholds for Public Works Director City Manager. and City Council as presented
within section 3 28 050 shall be adjusted for inflation on July 1 of every year by the oercent change in the Consumer
Price Index "Consumer Price Index" means the average of the percent chanee in Consumer Price Index for Urban
Clerical and Waee Earners as reported by the Bureau of Labor Statistics or successor agency. from the December of
the Preceding calendar year over the preceding December, for the Los Angeles -Lone Beach -Anaheim. CA area.
Increases or decreases shall be rounded off to the nearest dollar.
(Supp. No. 38, 6-24)
Page 5 of 5
Created: 2024-08-02 07:50:39 [EST]
Attachment F
Resolution No. 2024-67
RESOLUTION NO. 2024-67
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF ROSEMEAD ADOPTING UNIFORM PUBLIC
CONSTRUCTION COST ACCOUNTING ACT
PROCEDURES
WHEREAS, prior to the passage of Assembly Bill No. 1666, Chapter 1054, Statutes of
1983, which added Chapter 2, commencing with Section 22000, to Part 3 of Division 2 of the
Public Contract Code, existing law did not provide a uniform cost accounting standard for
construction work performed or contracted by local public agencies; and
WHEREAS, Public Contract Code section 22000 et seq., the Uniform Public Construction
Cost Accounting Act, establishes such a uniform cost accounting standard; and
WHEREAS, the Commission established under the Act has developed uniform public
construction cost accounting procedures for implementation by local public agencies in the
performance of or in the contracting for construction of public projects; and
WHEREAS, the City desires to elect and become subject to Uniform Public Construction
Cost Accounting Procedures for the purpose of awarding public project contracts set forth in the
Public Contract Code section 22000 et seq.; and
WHEREAS, the City finds that utilizing the procedures outlined in the Uniform Public
Construction Cost Accounting Act may save administrative time and expense and will be in the
best interest of the City.
NOW, THE CITY COUNCIL OF THE CITY OF ROSEMEAD, DOES HEREBY RESOLVE,
DECLARE, DETERMINE, AND ORDER AS FOLLOWS:
That the City Council of the City of Rosemead hereby elects under Public Contract Code
section 22030 to become subject to the Uniform Public Construction Cost Accounting
procedures set forth in the Act and to the Commission's policies and procedures manual and
cost accounting review procedures, as they may each from time to time be amended, and
directs City staff to notify the State Controller of this election.
PASSED, APPROVED, AND ADOPTED, this 10`h day of December, 2024.
Steven Ly, Mayor
APPROVED AS TO FORM: ATTEST:
Rachel Richman, City Attorney Ericka Hernandez, City Clerk
STATE OF CALIFORNIA )
COUNTY OF LOS ANGELES) §
CITY OF ROSEMEAD )
I, Ericka Hernandez, City Clerk of the City Council of the City of Rosemead, California,
do hereby certify that the foregoing City Council Resolution No. 2024-67, was duly adopted
by the City Council of the City of Rosemead, California, at a special meeting thereof held on
the 10" day of December, 2024, by the following vote, to wit:
AYES:
NOES:
ABSENT:
ABSTAIN:
Ericka Hernandez, City Clerk
Attachment G
Purchasing Policy Workshop
Report and Presentation
ROSEMEAD CITY COUNCIL
STAFF REPORT
TO: THE HONORABLE MAYOR AND CITY COUNCIL
FROM: BEN KIM, CITY MANAGER
DATE: DECEMBER 12, 2023
SUBJECT: PURCHASING POLICY WORKSHOP — REVIEW OF THE PROPOSED
PURCHASING POLICY UPDATE RECOMMENDATIONS
The City engaged NIGP Consulting ("Consultant") in January 2023 to conduct a procurement policy and
procedure assessment ("Assessment") and to provide revision recommendations. The purpose of the
engagement was to conduct a comprehensive assessment of the City's purchasing policies and procedures.
The aim was to determine whether the city was adhering to industry best practices and to ascertain whether
greater delegated authority for procurement activities was necessary to streamline operations, increase
work efficiencies, and mitigate risk. The objective of this workshop is to communicate the Consultant's
findings and recommendations, as well as seek further guidance from the Council regarding the potential
execution of said recommendations. The findings and recommendations of the evaluation are detailed in
the attached report.
Several key recommendations include:
Update procurement dollar thresholds. The recommended dollar threshold updates are detailed in the
table below. Averaging the responses of all agencies to the NIGP 2019 Benchmark Survey Report
(Survey), the average starting threshold for small procurements was determined to be thirteen thousand
dollars. However, this increase from $1,000 to $13,000 maybe deemed excessive at this time. An analysis
of all agencies that participated in the NIGP 2019 Benchmarking Survey Report determined the average
threshold levels for formal competition for procurements to be $54,033 (for non -IT) and $57,611 (for IT).
Current delegation
of authority to
award contracts
dollar thresholds:
4.7.1= rurdudtq anar hods.
value of purchase
purchase method
Method of Appiroval
$5,000110 or lam
Direct competitive purchasing
Approval by director of
procedure, unlemsubject tow
department responsible for the
alternative purchasilgprocedure.
pr*,t using a vendor or letter of
agreement
$5,000.01 to $90,000.00
informal co npettive purchasing
Approval by City Manager.
procedure, unlemsubject to an
alternative purchmingprocedure.
$30,000.01 or More
formal compettive purchasing
Approval by the City council
procedure, unless subject to an
alternative purchasing procedure.
AGENDA ITEM LA
City Council Meeting—Purchasing Policy Workshop
December 12, 2023
Page 2 of 4
Current and Consultant proposed delegation of authority to award contracts dollar thresholds:
Up to SLO0
Method of Approval
Up to $5,000 pCard or Direct Purchase; no pCard Holder or
Upto$5,000.00
qumatbns required Department Director
>SL000.01-
>$SAOD.M-
Written Quotes(mlNmum 2)
Department Director
55.000
$15A00
unless sub)ect to akernadve
pr -educe
>S15A00A1
>$15AOOA1
Written Quotes (ndnlmum 3)
Cay Manager
-$30AW
-$50l
unless sub)ect to aaerurbw
Procedure
>$30,00)iM
>$50.0MM
formal Competitive Process.
Cay Couch
unba sublect to aaemsdve
prooedure
Enable the City to make annual updates to the dollar thresholds for procurement based on the
Consumer Price Index. This would be based on the all -urban consumers published by the United
States Federal Secretary of Labor (Bureau of Labor Statistics) for the Los Angeles Area (CPI -U). The
most recent revision to the Purchasing Ordinance approval limits occurred on August 23, 2016, when
the threshold for City Council approval on purchases rose from $25,000 to $30,000. Subsequent to
that period, the Los Angeles metropolitan area experienced an inflation surge exceeding 30%.
Adopt California Uniform Public Contracting Cost Accounting Act ("CUPCCAA"). CUPCCAA
provides for the expedited award of Public Works contracts, faster project delivery, and reduced time,
effort, and expense associated with bidding projects based on higher thresholds than permitted under
the California Public Contract Code 20160 to 20175. Adoption of CUPCCAA would empower City
staff to procure lower dollar value construction services using a less onerous procurement method, or
even use in-house staff for small projects, if knowledgeable and available, up to a higher threshold
than currently exists. The threshold for formal bidding would be significantly higher than that
currently used by the City. Current delegation of authority to award contracts dollar thresholds:
3.28.050 Delegation of authority to award contracts.
Public workscontracts foe thousand dolters($5,000.00) or leamav be approved and executed at the
director leve I without formal bidding. Public works contracts between five thousand dollars and one cents
($5,000.01) and thirty thousand dollars ($30,000.00) may be approved and executed by the Cay Manager. A table
summarizing the methods of approval and bidding requirement Is provided below-
Value of Public Project
Method of Approval
5 *me Requirement
Upto$5,000.00
Approval by director of department
responsible for the pro)ect. using a
vendor or letter of Weennent.
Bidding not required.
5,000.01 to $30,00000
APPrCn1l by the City Manager.
Bidding required.
$30,OOOA7 or more.
Approvalby the City Council.
Bidding required.
City Council Meeting — Purchasing Policy Workshop
December 12, 2023
Page 3 of 4
Current and Consultant proposed delegation of authority to award contracts dollar thresholds based on
CUPCCAA standards:
To clarify, public projects exceeding a value of two hundred thousand dollars ($200,000) must be awarded
through a formal competitive bidding process. Bidding is open to all qualified contractors, and the award
is made to the lowest responsible bidder.
• Authorize the adoption of revised CUPCCAA thresholds automatically. This would be contingent
solely on the State's revision. Adoption of revised thresholds is thereby automated, eliminating the
need for Council intervention for each instance.
Establish a Purchasing Card Program (pCard). The use of pCards will replace blanket purchase
orders and petty cash, reducing the administrative workload and challenges associated with both
methods. In contrast to traditional credit cards, which have a single credit limit, significant control
mechanisms are available to manage cardholder transaction limits and restrictions for specific types
of purchases. Although not all administrative tasks are eliminated, the pCard application simplifies
monitoring, access adjustments, and financial system uploads to reduce data entry errors.
Implementing a pCard program is frequently perceived as empowering employees and improving
morale, in addition to immediately paying suppliers. Many pCard programs also provide a "rebate"
based on the total spend on the entity's cards.
Create separate manuals for policy and for procedures. The detailed procedures for procurement
activities would best be consolidated into a separate Procurement Procedures Manual with flowcharts
and training for employees that procure on behalf of the City. These procurement procedures should
be relocated from the Policy, resulting in a policy -only manual, although these two manuals are
companion documents and must align. This will provide a clear delineation between policy and
procedures.
Consider consolidating procurement functions to one professional procurement position. The
Consultant was mindful of the City's structure/organization and staff limitations. While the City
manages some relatively large expenditures, the staff with delegated authority are responsible for
multiple functions of which procurement is outside of their "core functions." Consolidating the
procurement functions within one professional procurement position would alleviate Department staff
City Council Meeting — Purchasing Policy Workshop
December 12, 2023
Page 4 of 4
of these non-core functions, provide trained procurement advisory services, enhance transparency, and
provide one primary point of contact to enhance consistency and efficiencies throughout the
procurement processes and contracting functions.
• Per the request of Council Member Low, the City Council shall be furnished with a report detailing
all purchase orders surpassing $10,000. Staff recommends that the report be furnished to the City
Council no later than 45 days subsequent to the end of each fiscal quarter.
The Consultant concluded that although the current policies are firmly established and in accordance with
State legislation, however they could be improved to support the City's uninterrupted operations more
efficiently and effectively. To view the full Procurement Policy and Procedure Assessment Report, please
see attachment A.
STAFF RECOMMENDATION
1. Receive and file "Procurement Policy and Procedure Assessment" report.
2. Discuss the report recommendations, including the updates to procurement dollar thresholds, and
provide direction to staff.
3. Authorize the City Manager to submit for City Council consideration an amendment to the
Purchasing Ordinance that would increase dollar thresholds for procurement, including future CPI
adjustments, with respect to RMC Title 3, Chapter 3.24.015 Purchasing Methods.
4. Authorize the City Manager to submit for City Council consideration a resolution to become
subject to the California Uniform Public Contracting Cost Accounting Act and to file a copy of
the approved resolution with the State Controller's Office.
5. Authorize the City Manager to bring forward to the City Council for consideration an agreement
with NIGP Consulting to incorporate and implement the report recommendations, which includes
creating a separate procurement policy and procedure manual in line with industry best practice.
FISCAL IMPACT
None — This is informational only.
PUBLIC NOTICE PROCESS
This item has been noticed through the regular agenda notification process.
Prepared by:
1219
U l�
Bryan Chua
Finance Director
Attachment A: Procurement Policy and Procedure Assessment Report
NIGPConsulting
powered by periscope
PROCUREMENT POLICY AND
PROCEDURE ASSESSMENT
Submitted by:
Lynda Allair, NIGP-CPP, CPPD, Con
Procurement Professionals Delivering Results
FINAL REPORT
for
NIGPIConsulting
powered by periscope
PROCUREMENT POLICY AND PROCEDURE ASSESSMENT
TABLE OF CONTENTS
EXECUTIVE SUMMARY ......................................................Error! Bookmark not defined.
INTRODUCTION..................................................................... Error! Bookmark not defined.
PROJECTSCOPE................................................................................................................... 10
I. Ordinances, Statutes, Municipal Codes, Procurement Policies to Ensure Consistency with
Current Practices and Industry Best Practices in the Public Procurement Profession .... 11
State Legislation and Regulatory Constraints that Impact the City ................................ 15
III. Existing City Policy and Procedure that may Impede Efficiency, Create or Increase Risk,
Weaken Controls, Limit Flexibility, Limit Transparency or Weaken Accountability in the
ProcurementFunction................................................................................................. 17
IV. Existing City Policy and Procedures and all Related Documents Addressing Procurement
Practices and Procedures............................................................................................ 23
V. Analysis Against ABA Model Procurement Code and Industry Best Practices ................ 24
CONCLUSION....................................................................................................................... 28
APPENDICES.....
APPENDIX A:
SUMMARY OF RECOMMENDATIONS ............................
APPENDIX B:
RESOURCES REVIEWED ................................................
APPENDIX C:
VIRTUAL INTERVIEWS ..................................................
APPENDIX D:
ABA MODEL PROCUREMENT CODE COMPARISON ........
N IC PConsulting
P�y w
29
EXECUTIVE
SUMMARY
The Executive Summary provides a brief overview of the engagement methodology and
recommendations.
In January 2023, the City of Rosemead, CA ("City') contracted with NIGP Consulting to perform
a Procurement Policy and Procedure Assessment ("Assessment"), and to provide
recommendations for revisions. The results of the Assessment are presented in this Final
Report ("Report").
The Project Scope included the following areas to be considered:
Ordinances, statutes, municipal codes, procurement policies to ensure consistency
with current practices and industry best practices in the public procurement
profession.
II. State legislation and regulatory constraints that impact the City.
III. Existing City policy and procedure that may impede efficiency, create, or increase
risk, weaken controls, limit flexibility, limit transparency or weaken accountability in
the procurement function.
IV. Existing City polity and procedures and all related documents addressing
procurement practices and procedures.
V. The American Bar Association Model for Procurement Code ("MPC") and industry
best practices.
The NIGP Consultant ("Consultant") gathered, studied, and reviewed numerous source and data
documents. The Consultant also conducted individual interviews with identified stakeholders
to assess the current state of the procurement environment, particularly in regard to the
application of procurement policy and procedure, i.e., alignment between current policy and
procedures versus actual practice, and to identify inefficiencies and areas of concern. The
Consultant additionally interviewed the City's Legal Counsel to identify potential legal concerns
and/or compliance issues.
The Consultant's recommendations are summarized and presented in Appendix A: Summary of
Recommendations.
NIC PConsulting
Page 3
Overview
General operational themes that emerged during the Assessment include the following:
• Policy— 20-01 Purchasing Policies and Procedure Manual ("Policy"), 45 pages in length,
amalgamates both procurement policy and procedures and contributes to confusion
amongst staff.
• Threshold levels related to procurement categories and methodologies are
considered low relative to today's supply market.
The procurement contracting process entails several steps from the time identification
of the need occurs through to the end of the contract. Numerous City staff including the
City Manager, Assistant City Manager, Director of Finance, City Clerk and various
accounts payable staff could potentially interact with the contracting process to varying
degrees depending on the type of requirement and cost thereof. The separation of
duties for authorizations and procure -to -pay functions are managed through the City's
Munis system, with system security protocols controlling read/write/approve access.
The City should be mindful of maintaining these protocols as organizational adjustments
are made.
• There is a lack of definitive evidence that procurement process training is provided to all
staff with procurement authority, although this could be due to the scope of this
engagement. It is suggested that training directly related to authority level in either a
totally decentralized or hybrid structure, procurement policy and procedures, as well as
documentation requirements related to both contract formation and contract
administration would be highly beneficial.
• The City is making good efforts to automate and reduce some of the manual work
associated with the procure -to -pay processes by implementing a variety of technological
solutions.
Overall, the City's policies and procedures are detailed and sound, and they will benefit from
the following high-level enhancements:
• Incorporate public procurement best practices to guide policy recommendations. In
the years since the City's current policies became effective (i.e., early 2008 with only
minor revisions in mid -2019), there have been many new Global Best Practices
developed and published by NIGP The Institute for Public Procurement("NIGP"). The
City is to be commended for performing a comprehensive assessment to ensure that
the City's Procurement policies and procedures are valid and current.
N1 C PConsufting Page 4
p�apWbc"
Consider increasing the delegated authority for procurement activities to streamline
activities while mitigating risk. The City does have delegated authority within its
Municipal Code and policies; however, there are some inconsistencies and conflicts
within the current policy and procedures relative to authority areas versus
operational areas, perhaps generated by the 2019 revisions. The purpose of the
policy is to make appropriate and efficient delegations to the City Manager, Assistant
City Manager, Department Directors, Senior Department Managers and line staff, and
to facilitate prudent and expedient operations of the City.
The recommendations will preserve the City Council's Oversight Authority, and City
Manager's designation as the Chief Procurement Officer (CPO), and with continued
delegation of authority as the CPO sees fit.
Create separate manuals for policy and for procedures: The detailed procedures for
procurement activities would best be consolidated into a separate Procurement
Procedures Manual with flowcharts and training for employees that procure on
behalf of the City. These procurement procedures should be relocated from the
Policy, resulting in a policy -only manual, although these two manuals are companion
documents and must align. This will provide a clear delineation between policy and
procedures and should relieve some of the staff confusion associated with the
currently combined document.
Consider consolidating procurement functions to one professional procurement
position: The Consultant was mindful of the City's structure/organization and staff
limitations. While the City manages some relatively large expenditures, the staff with
delegated authority are responsible for multiple functions of which procurement is
outside of their "core functions." Consolidating the procurement functions within one
professional procurement position would alleviate Department staff of these non-
core functions, provide trained procurement advisory services, enhance
transparency, and provide one primary point of contact to enhance consistency and
efficiencies throughout the procurement processes and contracting functions.
Conclusion
The Consultant determined that the existing policies, while well-established and aligned with
State legislation, would benefit from updates that will more efficiently and effectively support
uninterrupted operations for the City. The City has prudently acted to undertake this
Assessment to update its Procurement policies and procedures to meet its current
challenges and better prepare for the future.
NIGP Consulting sincerely appreciates the opportunity to perform this Assessment. The
City's leaders and staff were professional, knowledgeable, and insightful during our frequent
NIC PConsulting
Page 5
meetings and discussions. The Consultant is encouraged the project sponsors and senior
management recognize the need to review, assess, and implement changes to further align City
procurement policies and procedures to best practices. This willingness to change is essential
for the City to transform the procurement operation to be flexible and agile to realize the City's
Vision and fulfill its Mission as identified in the 2030 Strategic Plan.
NIC PConsulting
Pa,e 6
IINTRODUCTION
The Assessment was conducted by one of our NIGP Consulting Senior Consultants
("Consultant") who brings the breadth and depth of procurement expertise necessary to
perform the Assessment and provide prudent recommendations.
Lynda Allair, NIGP-CPP, CPPO has over 40 years of experience as a public
procurement leader within the provincial, municipal and health care
sectors. She has extensive expertise in procurement legislation (both
nationally and internationally), policy development, cross -functional
°. planning, project implementation, procurement performance,
sustainability program development and implementation, and business
' analysis. She is an active leader in local and international public
procurement associations.
Lynda develops educational content and instructs public procurement classes for NIGP; the
University of Guelph, Ontario; and others upon request. Lynda has been part of the NIGP
Consulting Program since 2010, assisting public entities to transform their procurement
operations to become high -performing and strategic in nature.
NIC PConsulting Page 7
�'Wby ,.
IMETHODOLOGY AND APPROACH
The Assessment was conducted using NIGP Consulting's four -phased methodology. In use since
1995, this proven methodology provides consistency and thoroughness for each unique project.
Each of the four project phases are critical to fully assessing an entity and preparing a final
report with appropriate recommendations specific to the entity.
In Phase 1— Preparation: As part of the preparation phase of the engagement, the Consultant
requested documentation in each of the designated areas of the Project Scope. The Consultant
was informed through State of California codes, statutes, and regulations. The Consultant
worked closely with City staff to compile the stakeholder list for the interviews and to review
the interview questions in advance.
Please see Appendix B: Resources Reviewed for the full list of resources that were analyzed.
In Phase 2— Data Collection: Virtual interviews were conducted with seven (7) stakeholders
beginning with the kick-off meeting on January 30, 2023, followed by individually scheduled
interviews on February 22 and March 2, 6, and 14, 2023. Those interviewed included:
• City Manager
• Assistant City Manager
• Finance Director
• Public Works Director
• Parks & Recreation Director
• City Clerk
• City Attorney (contracted)
Follow-up communication was conducted both via email with the Project Manager during the
interview period as well as after the interviews were completed to obtain clarifications.
Stakeholders were identified in collaboration with Michael Bruckner, Assistant City Manager,
and Bryan Chua, Finance Director, and were representative of the primary internal customers
who have procurement responsibilities within the City and/or who interact with the
procurement function. An interview was also conducted with the City Attorney. Interviews
N I C P Consulting
inform the Consultant of stakeholder needs, what is working well, and where there are
challenges which provide opportunities for improvement.
Please see Appendix C: Virtual Interviews for those who the Consultant interviewed.
In Phase 3—Analysis: The Consultant reviewed and analyzed all data, to include requesting
input and/or clarifications from City staff where needed. This Report provides
recommendations reflective of Global Best Practices of Public Procurement. These
recommendations support strategic objectives for managing an effective procurement
operation, focused on simplifying and streamlining processes and increasing the levels of open
competition and transparency.
In Phase 4— Deliverables: The deliverables included a draft Report of Findings and
Recommendations (provided to the City for review and input) followed by this final Report.
The purpose of the Report is to recognize where the City is performing well as well as to provide
opportunities for increasing the efficiency and effectiveness of the procurement function within
the City.
Project deliverables also provided the option for a live/virtual presentation and discussion with
the City about the final Report by the Consultant.
The Recommendations within this Report are based on Global Best Practices of Public
Procurement and industry course content. They also reflect the Values and Guiding Principles
of Public Procurement. They are summarized and presented in Appendix A: Summary of
Recommendations.
For insight on recommendations about delegation and increases of authority for procurement,
the Consultant cited the most current NIGP Public Procurement Benchmark 2019 Survey
Report. All references serve as industry benchmarks of high -performing procurement
departments. The Recommendations also reflect the Consultant's vast experience and
expertise in public procurement.
Supporting documentation is attached as follows:
• Appendix A Summary of Recommendations
• Appendix B
• Appendix C
• Appendix D
NIC PConsulting
p ,e w wmre
Resources Reviewed
Virtual Interviews
ABA Model Procurement Code Comparison
Page 9
iPROJECT SCOPE
The Project Scope included the review and consideration of the following:
I. Ordinances, statutes, municipal codes, procurement policies to ensure consistency
with current practices and industry best practices in the public procurement
profession.
II. State legislation and regulatory constraints that impact the City.
III. Existing City policy and procedure that may impede efficiency, create, or increase
risk, weaken controls, limit flexibility, limit transparency or weaken accountability in
the procurement function.
IV. Existing City policy and procedures and all related documents addressing
procurement practices and procedures.
V. The American Bar Association Model for Procurement Code (MPC) and industry best
practices.
For each above Project Scope area, the Consultant offers the following:
• Approach which identifies the benchmark for the analysis.
• Findings which identify the current state of the procurement function.
• Recommendations which will bring the entity in closer alignment with Global Best
Practices and industry standards.
NI C I♦ Consulting Page 10
I
I. ORDINANCES, STATUTES, MUNICIPAL CODES, PROCUREMENT POLICIES TO
ENSURE CONSISTENCY WITH CURRENT PRACTICES AND INDUSTRY BEST
PRACTICES IN THE PUBLIC PROCUREMENT PROFESSION
A. APPROACH
The City is a "general law City" under Cal Gov Code § 34102, which requires the City to
operate under the general laws of the State of California. Keeping this in mind, the
Consultant reviewed the following documents:
• California Public Contracts Code, Division 2, General Provisions, Part 1, Sections
1100-9203; Part 3, Sections 20100-22178; Part 4, Sections 22200-22201; Part 5,
section 22300
• United States Code Title 41. Public Contracts, Subtitle 1, Division B, Chapter 19,
Section 1908, Pages 59-60 URL: htti)s://www.law.cornell.edu/uscode/text/41/1908
(inflation adjustment)
• California Uniform Public Contracting Cost Accounting Act ("CUPCCAA")
• California Uniform Construction Cost Accounting ("CUCCA") Manual — 2021 Edition
• CUCCA Conflict of Interest Code
• Uniform Commercial Code ("UCC")
• City Municipal Code, Chapter 3.24: Purchasing System for Non -Public Works
Contracts
• City Municipal Code, Chapter 3.28: Public Project Bidding Procedures
• Policy -20-01 Purchasing Policies and Procedures Manual ("Policy")
The Consultant also compared the City's Municipal Code, Chapter 3.24: Purchasing System
for Non -Public Works Contracts; Chapter 3.28: Public Project Bidding Procedures; and Policy
to the American Bar Association 2000 Model Procurement Code (MPC) in order to determine
whether or not the Policy encompassed all prudent provisions of the MPC. While the MPC is
not a policy document, it does contain sample language that may be used in a policy
document. The MPC is a comprehensive and thorough outline of the necessary components
of the legal structure for public procurement, and it serves public agencies very well.
B. FINDINGS
The Consultant offers the following observations:
1. The City Council has the authority to establish or modify policies for the City based on
State Statutes and California Public Contracts Code. Limitations are attributable to the
City being classed a "general law City' under Cal Gov Code § 34102.
N IC PConsufting
P�a
Page 11
2. The City Council has delegations of authority. Delegations of authority are provided in
both Chapter 3.24 Purchasing System for Non -Public Work Contracts and Chapter 3.28
Public Project Bidding Procedures.
3. There is alignment of City Municipal Code and Procurement Policies and Procedures
with California Legal Requirements: The City's Municipal Code and Policy align with
State statutes, although there is an opportunity to leverage the CUPCCAA which, to
date, has been considered but not implemented. It is commendable that the City has
considered this and has deferred a final decision until completion of this Review.
4. Price analysis procedures in Policy do not align with industry best practices: The City's
Policy and procedure for the determination of value (analyzing the out-of-pocket
expense for procurement) is inconsistent with global best practices in procurement.
The City clearly differentiates between the "raw" price of supplies and equipment, i.e.,
associated additional expenses such as taxes not included, versus the "total price", i.e.,
other expenses necessary to place the item in service or to perform under a contract.
City procedures indicate that the "raw" price will be used to determine the appropriate
procurement method based on specific dollar thresholds. This practice is inconsistent
with procurement best practices. This inconsistency generates the risk of the City
utilizing an inappropriate procurement method, particularly if the City adopts CUPCCAA,
as the CUCCA Policies and Procedures Manual, 2021 Edition, Page 59, specifically states:
Costing Materials and Supplies Direct Purchase: The total material and supplies
costs are the invoiced amount. This amount should be posted to the project
tracking system for direct purchases on a timely basis. This recorded amount
should include the cost of the materials and supplies, freight, sales tax, use tax
and any other appropriate costs.
S. There appears to be deficiencies in Post -Contract Execution Procedures, i.e., Contract
Administration: The City s Policy does not address contract administration functions,
resulting in lack of direction and confusion for Department staff. The Policy currently
does not provide guidance on how to monitor and correct supplier performance issues,
how to identify impacts and options related to delays, and how to determine contract
termination options (such as for breach, convenience or mutual agreement
terminations).
6. The City's Procurement function is decentralized. Decentralization does not provide a
consistent and easy way for Departments to access Procurement staff. Procurement is
generally not a core function of Executive leadership or Senior Management.
Centralization of authority and oversight of policy, as well as the centralization of
procurement advisory services and training, enhances the ability to ensure consistency
in procedures and accountability. While a totally centralized procurement function is
not realistic for the City, the implementation of a hybrid approach would be more in
N IC PConsulting
- .an7 o-, p3�.ropa
Page 12
alignment with industry best practices. The Consultant was mindful of the City's
structure/organization and staff number limitations.
C. RECOMMENDATIONS
The Consultant recommends the following based on the review of the relevant jurisprudence:
1. Ensure Price Analysis Procedures are consistent and uniform. Expenses such as shipping,
insurance, storage, demurrage, etc., beyond the "raw" price of a good or service, can
contribute significant value to the total price paid by an entity. Failure to include such
expenses can arbitrarily skew a contract award, particularly if expenses over the long term
are not considered as may be the case when calculating total cost of ownership.
2. Develop comprehensive contract administration procedures. The absence of clearly
written contract administration procedures can result in the inability to adequately monitor,
report, and correct a supplier's poor performance, resulting in unrealized benefit to the City
and the inability to terminate a contract.
3. Consider creating a new supply chain position, perhaps titled "Contract Specialist."
Providing a single -point -of -contact for procurement functions is the most practical way for
the City to implement a hybrid procurement structure. This will provide a central support,
oversight and control mechanism to provide consistency, transparency and accountability in
procurement functions enterprise wide for the City. Based on the current Organization
Chart, some vacancies exist which might be repurposed to create a new supply chain
position, for example, Contract Specialist.
This new position could provide the day-to-day management of and support for the
following procurement functions:
• Assist Departments in assessing needs and developing budget estimates.
• Provide advisory services for the best procurement and contracting methods.
• Provide advice regarding procurement best practices and trends.
• Develop and maintain solicitation document templates.
• Manage complex procurement solicitations, evaluations, and award processes.
• Issue purchase orders within the Munis system.
• Oversee contract administration functions, i.e., ensure documentation is
maintained in contract files.
• Maintain centralized contract repository.
• Oversee City's Purchasing Card program.
• Research cooperative agreements, market trends, and supply chain issues.
• Operational management of assets disposal to maximize residual financial
recovery.
NIC P Page 13
7 Consulting
Pm bype� oar
• Assist in negotiation process planning and implementation.
• Provide procurement specific training to new staff (on -boarding process) as
well as current staff.
• Provide support in project management processes.
• Provide single -point -of contact to better manage supplier relationships.
Implementing such a position would relieve Senior Executive, Management and
Department staff of many day-to-day procurement functions that distract them from
their core functions, vest routine procurement operational duties with one individual,
provide consistency in processes and legal compliance, and enhance records
management. Additionally, if this position reports to the Assistant City Manager,
procurement functions now completed by Finance staff (issuing purchase orders) and
the City Clerk (posting solicitations on the eProcurement platform) creates a definitive
separation of duties, particularly between procurement and financial (payment)
functions. This is often an issue identified in audit findings.
NIC PConsulting
Page 14
II. STATE LEGISLATION AND REGULATORY CONSTRAINTS THAT IMPACT THE
CITY
A. APPROACH
The Consultant conducted a review of relevant legislation and regulatory constraints that
impact the City and the City's options for adjustments.
The primary focus of Section II relates to the California Uniform Public Contracting Cost
Accounting Act (CUPCCAA) which has dollar thresholds higher than the City's current
thresholds. Thresholds for non-public works will be addressed in Section III.
B. FINDINGS
The Consultant offers the following observations related to CUPCCAA:
CUPCCAA is currently not adopted by the City. CUPCCAA provides for the expedited award
of Public Works contracts, faster project delivery, and reduced time, effort, and expense
associated with bidding projects based on higher thresholds than permitted under the
California Public Contract Code 20160 to 20175. Adoption of CUPCCAA would empower
City staff to procure lower dollar value construction services using a less onerous
procurement method, or even use in-house staff for small projects, if knowledgeable and
available, up to a higher threshold than currently exists. The threshold for formal bidding
would be significantly higher than that currently used by the City. CUPCCAA thresholds for
2023 are as follows:
N 1 C PConsulting
Oy
A potential drawback to CUPCCAA is that the City would be limited to the current
CUPCCAA thresholds. Under current processes, Council would need to approve any new
thresholds when the State revises them. However, the Council does have the authority
to update City policy in such a way that CUPCCAA threshold values could be
automatically adopted as they are revised. This streamlines the adoption process for
threshold revisions.
1. The City is limited to two construction methods. The City is only permitted to use the
traditional Design -Bid -Build and Design -Build methods for obtaining construction
services. The City mostly uses the traditional method and has very limited exposure to
utilizing Design -Build. (Job Order Contracting could potentially be beneficial to the City,
particularly for small renovation projects; however, this method is not permitted under
California statutes. Construction Manager at Risk (CMAR), an enhanced method which
is somewhat of a combination of the traditional method and Design -Build, is also
prohibited by California statutes.)
C. RECOMMENDATIONS
The Consultant offers the following Recommendations:
4. Adopt the CUPCCAA. This provides City staff with a less onerous procurement process
for low dollar value construction services at a higher threshold and the formal bidding
process would be based on a significantly higher threshold than currently used by the
City.
5. Permit automatic adoption of revised CUPCCAA thresholds based solely on the State's
revision(s). This automates adoption of revised thresholds without Council intervention
for each occurrence.
NIC PConsulting Page 16
po-nweti of oo-.rcpe
III. EXISTING CITY POLICY AND PROCEDURE THAT MAY IMPEDE EFFICIENCY,
CREATE OR INCREASE RISK, WEAKEN CONTROLS, LIMIT FLEXIBILITY, LIMIT
TRANSPARENCY OR WEAKEN ACCOUNTABILITY IN THE PROCUREMENT
FUNCTION
A. APPROACH
Best practices in public procurement advances guided the Consultant's policy review and
recommendations. There have been many new Global Best Practices developed and
published by NIGP since the update of the City's Policy. The Best Practices studied for
updating the City's policies included:
• Achieving an Optimal Procurement Card (PCard) Program
• Audits
• Contract Administration
• Contract Closeout
• Debriefs
• Developing A Procurement Manual
• Ethical Procurement
• Market Research Process: Research, Analysis, and Intelligence
• Place Of Procurement Within the Entity
• Risk Management
• Strategic Procurement Planning
• Transparency in Public Procurement
• Using Cooperative Contracts
All of these Global Best Practices are available at https://nigp.orp/global-best-practices .
The Consultant reviewed the California Public Contract Code, Division 2, General Provisions,
Part 1, Sections 1100-9203; Part 3, Sections 20100-22178; Part 4, Sections 22200-22201;
Part 5, section 22300 and others pertaining to the City and procurement, as well as United
States Code Title 41. Public Contracts, Subtitle 1, Division B, Chapter 19, Section 1908, Pages
59-60, pertaining to indexing dollar threshold amounts.
The Consultant compared the City Procurement Policy dollar thresholds with the thresholds
reported in the most recent (2019) NIGP Public Procurement Benchmarking Survey Report.
The benchmarking report includes data from all types of public procurement entities.
The Consultant also considered the readability and user-friendliness of the current City
Policy and associated documents. Complex documents can contribute to confusion,
misunderstanding, and incorrect interpretations.
N I C PConsulting
Page 17
To reduce regulatory constraints that may impede efficiency in the procurement function,
the Consultant considered a number of options. These options included the following:
Additional delegation of authority.
Implementation of a Purchasing Card Program to replace the use of blanket
purchase orders, traditional corporate credit cards and petty cash, reducing
administrative workload.
Consolidation of procurement functions in a new position, i.e., Contract Specialist, to
free up Department staff time, provide consistency in processes, and provide
contract administration support.
Delegating authority is vital for thriving entities as it enables leaders to focus on
progressively higher priority level activities for the entity. Further, for those that accept
delegated authority, it encourages a greater sense of responsibility and an opportunity to
grow and implement prudent initiatives.
Based on staff interviews, the Consultant also looked at the Policy in relation to the working
relationships and workflow between and among staff who perform procurement functions,
implementing the Policy.
The NIGP Procurement Guide For Elected and Senior Officials was consulted by the
Consultant as it further defines the procurement information that the City Council,
Executive and Directors need to know.
B. FINDINGS
The Consultant offers the following observations:
1. The current Policy is difficult to read. The document is lengthy (45 pages) and
combines policies with procedures, resulting in readers being unsure as to what content
is policy versus procedure. This type of combined document is more difficult to
maintain because all changes have to be approved by the governing body, impeding the
ability to be agile and responsive to changing procedural requirements. Separate
documents provide clarity to readers. Many public entities have unbundled their policy
and procedure manuals for these very reasons.
2. The current Policy uses dated terminology which maybe distracting or misleading for
readers. For example, the public procurement profession has moved to using "supplier"
rather than "vendor' and there are inconsistencies of use for other terms throughout
the document. Some of these deficiencies may be addressed by updating definitions to
align with the MPC and the NIGP Dictionary of Terms.
N I C P Consulting
Page 18
3. The City dollar threshold limits are, in some cases, below the industry in general.
These thresholds are reviewed and adjusted periodically by most entities to reduce the
amount of work to obtain competitive responses to bids and proposal requests, while
managing risks associated with informal solicitations.
4. The City currently utilizes Blanket Purchase Orders to encumber funds in the financial
system, petty cash for micro -purchases, and corporate credit cards for select staff.
The use of blanket purchase orders and petty cash require manual processes that
impact workloads and create administrative challenges. These methods do not provide a
real-time window to expenditures, or automated controls. Corporate credit cards,
although providing a method to manage emergency procurements, do not provide
threshold oversight in real-time, nor do they provide restrictions on particular types of
purchases.
S. Contract administration and contract close-out processes are not addressed in
documents reviewed. The absence of comprehensive contract administration and
contract close-out procedures in City documents is a gap in process controls and
accountability. Inadequate contract administration and close-out create significant risk
to the City which could result in the City's inability to identify contractor deficiencies in a
timely manner, and the inability to exercise liquidated damages or terminate an under-
performing supplier for breach of contract.
6. Distribution of the City's procurement functions over several staff and multiple
departments can contribute to confusion regarding who does what specific functions.
Consolidating the procurement functions and advisory support services in one position
would minimize this confusion, free up Department staff time to focus on their core
functions, provide a resource for strategic procurement planning, promote consistency
in processes, provide contract administration support, and contribute to more robust
contract files to support defense when challenged. This new "Contract Specialist"
position has previously been addressed in this Report in Section I, C. Recommendations,
#3.
7. Higher level approval is required for non-compliant procurements. Non-compliant
procurements should require approvals two levels higher (2 up) from the individual who
was not compliant with Policy. This practice is one method to ensure that upper-level
managers are aware of non-compliance issues and take corrective action(s) before
situations deteriorate. Such a policy would be a pro -active action and provide a method
to respond if such a procurement were to occur.
8. There maybe potential delays in the procurement process due to the requirement for
City Council to approve procurements exceeding $30,000. Currently, City Council
NICPConsulting
w...ewrkwa
Page 19
approval is required for all procurements exceeding thirty thousand dollars ($30,000).
Although the approval process is managed by using the "Consent Agenda"
methodology, the risk does exist that the time delay from award recommendation
preparation to the next Council Meeting for approval could negatively impact timely
contract execution. It is highly likely that this risk would escalate under either of the
following potential conditions: 1) disruption in the supply chain when goods or services
may be in high demand and/or short supply, or 2) during disruptive events such as
severe weather or supply disruptions caused by strikes or transportation route closures.
Under either of these conditions, a rapid decision regarding the procurement award
could be critical in meeting City requirements.
One method to manage such risks is to increase threshold levels as outlined in
Recommendation #9 below to provide a less formal competitive process for lower value
procurements.
C. RECOMMENDATIONS
6. Create separate documents for policy and procedures. If separated, policies and policy
amendments could be approved by the City Council, and procedural changes would be
approved at the Executive Management level.
7. Procedures Manual should be a training tool. Detailed procedures for procurement
activities would best be consolidated into a procurement procedures manual with
flowcharts and training for employees that procure on behalf of the City. The
procurement procedures should be relocated from the City Procurement Policy
documentation.
8. Update Polity terminology to align with MPC and NIGP Dictionary of Terms. Using
current terminology consistently would provide clarity, particularly for newer staff.
9. Designate the City Manager as the Chief Procurement Officer (CPO), and with
continued delegation of authority as the CPO sees fit. The City Manager should be
provided with a broader delegation of authority for supply chain activities through
the procure -to -pay continuum.
10. Implement a Purchasing Card Program (pCard). The pCards will replace the use of
blanket purchase orders and petty cash reducing the administrative workload and
challenges associated with both of these methods. Unlike traditional credit cards which
have only one credit limit, significant control mechanisms are available to manage pCard
holder transaction limits and restrictions for specific types of purchases. Not all
administration workload disappears but the pCard application facilitates monitoring,
access adjustments and financial system uploads to reduce data entry errors.
Implementation of a pCard program is often perceived as empowering staff and
N I C P Consulting
Page 20
improving morale, in addition to paying suppliers immediately. Many pCard programs
also offer a "rebate" based as a percentage of total spend on the entity's cards.
The NIGP 2019 Benchmark Survey ( htto://bitly.ws/GkoB ) also indicates that 81% of
public entities have a pCard program.
11. Update Procurement Dollar Thresholds. The dollar threshold recommended updates
are shown in the following table. The NIGP 2019 Benchmark Survey Report (Survey)
designated a $13,000 threshold as the average level for the starting threshold for small
procurements after an analysis of all agencies responding to the Survey. The NIGP 2019
Benchmark Survey Report identified $54,033 (non -IT) and $57,611 (for IT) thresholds as
the average threshold level for formal competition for procurements after an analysis of
all agencies responding to the Survey.
However, based on the much lower thresholds currently utilized by the City, the
following threshold increases are recommended at this time. The City should
periodically review and adjust threshold levels based on updated benchmark data and
market conditions.
Threshold
Level
Procurement
Required
Proposed
MethodCurrent
Approval
Up to $1,000
Up to $5,000
pCard or Direct Purchase; no
pCard Holder or
quotations required
Department Director
>$1,000.01-
>$5,000.01-
Written Quotes (minimum 2)
Department Director
$5,000
$15,000
unless subject to alternative
procedure
>$15,000.01
>$15,000.01
Written Quotes (minimum 3)
City Manager
-$30,000
-$50,000
unless subject to alternative
procedure
>$30,000.01
>$50,000.01
Formal Competitive Process,
City Council
unless subject to alternative
procedure
12. Enable the City to make annual updates to the dollar thresholds for procurement
based on the Consumer Price Index for all urban consumers published by the United
States Federal Secretary of Labor (Bureau of Labor Statistics) for the Los Angeles Area
(CPI -U). Further information on the Consumer Price Index for all urban consumers for
the Los Angeles Area can be found at https://data.bis.gov/cei-bin/surveymost?cu.
13. Develop and implement comprehensive contract administration and contract close-
out procedures. Further information on this can be found in the Contract Management
NIC PConsulting
Page 21
Standard available from the National Contract Management Association at
https://www ncmaho org/Web/Web/Standards---Practices/Contract-Management-
Standard-Publication.aspx?hkev=5fifdc7a-f748-437d-a5a1-3e9af7cdb83c.
14. Develop and implement a non-compliant procurement policy and associated
procedures that require approvals two levels higher, or the City Manager, to enhance
the degree of accountability and enhance policy enforcement.
NIC PConsul ing
p�by
Page 22
IV. EXISTING CITY POLICY AND PROCEDURES AND ALL RELATED DOCUMENTS
ADDRESSING PROCUREMENT PRACTICES AND PROCEDURES
A. APPROACH
The Consultant conducted a comprehensive review of all documents and data provided by
the City or researched through the State website.
B. FINDING
C.
The Consultant offers the following observations based on the review of existing City policy
and procedures and all related documents pertaining to Procurement:
1. Documents are currently aligned to the MPC with minor exceptions. Gaps identified
when City Procurement documents are compared to the ABA Model Procurement Code
are detailed in Section V.
15. Conduct a review of all existing procurement templates to ensure alignment with
changes. General and Special Contract Terms and Conditions, solicitation/report
templates, and all other forms currently employed in the procurement process should
be reviewed to ensure alignment with Policy updates.
16. Conduct a review of companion financial and Council reporting documents to ensure
alignment with updated Policy changes.
N1G PConsufting Page 23
Pd byp•bWw
V. ANALYSIS AGAINST ABA MODEL PROCUREMENT CODE AND INDUSTRY BEST
A. APPROACH
The Consultant conducted a comprehensive review of the City's Policy and other relevant
legislation against the ABA Model Procurement Code (MPC), the results of which are
summarized in Appendix A: ABA Model Procurement Code Comparison.
B. FINDINGS
1. The MPC comparison indicates adequate levels of polity control and procedural
accountability per each MPC Article as follows:
a. Article 1 General Provisions: Each component is either addressed or is not
applicable for this engagement.
b. Article 2 Procurement Organization: Each component is either addressed in the
City's Policy or is not applicable to this engagement.
c. Article 3 Source Selection and Contract Formation: Most components are met
although some are noted only on a limited basis. There are a few components that
are not addressed, and which are relatively simple to correct.
d. Article 4 Specifications: This is adequately covered although a couple of gaps are
noted.
e. Article 5 Procurement of Infrastructure Facilities and Services: Most components
are addressed by referencing California Statutes rather than providing detailed
information in the Manual. Incorporating by reference is one way to pull the details
into a document; however, it is time consuming for the reader to access the source
document, often resulting in frustration and lack of adequate information.
f. Article 6 Modification and Termination of Contracts for Supplies and Services:
Similar to the finding above, these are addressed by referencing California Statutes
and may benefit from providing detailed information in the Manual.
g. Article 7 Cost Principles: These, too, are addressed by referencing California
Statutes rather than providing detailed information in the Manual.
h. Article 8 Supply Management: This is addressed with minor gaps.
NICPConsulting
rawwa
Page 24
Article 9 Legal and Contractual Remedies: Basically, this is not covered except as
may be provided under California law or any grantor's requirements, details of
which were not provided.
j. Article 10 Intergovernmental Relations: Procurement policy speaks minimally to
cooperative purchasing. Other components are not specified in the Policy although
they might be incorporated under another policy outside of procurement.
k. Article 11 Assistance to Small and Disadvantaged Businesses: Most of the specific
requirements and procedures are identified under Federal Requirements and
captured by reference.
I. Article 12 Ethics in Public Procurement: Some components are covered under the
California Administrative Code and referenced in the City Municipal Code while a
few are partially addressed in the City's Purchasing Policy and Procedures Manual.
Others are assumed to be provided for in California law although the Consultant is
unable to site a specific Section.
C. RECOMMENDATIONS
17. Consider adding these MPC provisions for inclusion in the Policy:
• Severability. If any provision of this Policy or any application thereof to any person
or circumstance is held invalid, such invalidity shall not affect other provisions or
application of this Policy which can be given effect without the invalid provision or
application, and to this end the provisions of this Policy are declared to be severable.
• Supplementary General Principles of Law Applicable. Unless displaced by the
particular provisions of this Policy, the principles of law and equity, including the
Uniform Commercial Code of this State, the law merchant, and law relative to
capacity to contract, agency, fraud, misrepresentation, duress, coercion, mistake, or
bankruptcy shall supplement the provisions of this Policy.
Requirement of Good Faith. This Policy requires all parties involved in the
negotiation, performance, or administration of contracts to act in good faith.
• Reporting on Anticompetitive Practices. When for any reason collusion or other
anti-competitive practices are suspected among any bidders, offerors, or City staff,
notice of the relevant facts shall be transmitted to the Attorney General.
18. Develop Suspension and Debarment procedures to enable the City to have a
reasonable time to investigate the issues that would lead to debarment of a firm.
N I C P Consulting
Page 25
These two actions are excellent tools that encourage contract compliance and enable
meaningful actions, should a supplier behave inappropriately. The City should consider
leveraging Los Angeles County's Internal Services Division procedures and registers to
facilitate this.
19. Develop a formal debriefing policy and procedures for the City. A debrief meeting is
used to provide constructive feedback to a proposer on their proposal. Proposers may
consider this feedback when preparing subsequent proposals. Entities may benefit
equally from the information learned during a debrief, which they can utilize when
preparing subsequent solicitations. Debriefs may also serve to develop relationships and
build trust with proposers. Debriefings of unsuccessful suppliers are permitted, although
not required under the MPC, and many public entities require debrief meetings by
policy. U.S. FAR 15.506 requires the purchasing entity to provide a debrief to a proposer
for procurements conducted under FAR Part 15 if the proposer requests a debrief in
writing within three calendar days after the entity's award notice.
20. Provide Authority to the City Manager to appoint/approve members of the Evaluation
Team for large or complex Procurements. This ensures that individuals with subject
matter expertise, who do not have a conflict of interest, are appointed/approved as
evaluators.
21. Ensure the provision for pre-solicitation/pre-specification conferences that would
provide potential suppliers with a level playing field when specific sites are viewed
and/or specifications are reviewed, prior to posting. This is part of "Other Requirements
of the Procurement Process" and also includes meetings with suppliers such as pre-bid,
pre -proposal conferences, and site visits. The pre -specification meeting is becoming
more prevalent. This enables staff to achieve input on draft specifications in a
transparent manner.
22. Update bond requirements to manage risk more effectively. The form of security is
best updated to not permit cash and/or letter of credit. Handling cash is an avoidable
risk in this case. A letter of credit, even if marked "irrevocable," is not a best practice.
The other forms of security are easily accessible and present less risk in processing.
23. Reject Bids for non-compliance with bid security requirements. This is recommended
so that no authority is granted the ability to waive non-compliance as a minor
irregularity. Bid security requirements affect a respondent's price. This will be an
economic advantage and, therefore, renders a bid or proposal non-responsive. Authors
of specifications should use caution if considering a bid security requirement (bond) for
any good or service outside of the construction sector, in which providing a bond is a
normal practice.
NIC PConsulting
p�a
Page 26
24. Develop a comprehensive stand-alone Code of Conduct or Ethics Policy. This policy
should encompass anti-trust situations, as well as the various types of conflict of
interest, gratuities, gifts, reporting requirements, etc.
General Comment:
Use the ABA Model Procurement Code Comparison chart to pinpoint and develop policies
and procedures appropriate to manage City risk going forward. Although the City is fairly well
aligned and compliant with the MPC Articles, some deficiencies do exist Updates to these
Articles should be relatively simple and straightforward although the City should consider
incorporating at least minimal direction for staff to restrict the need to routinely access source
documents, such as State statutes. MPC Article 9 is the biggest gap, but State law may provide
structure for components.
NIC PConsulting
-��wn�
CONCLUSION
The Consultant conducted a comprehensive review of the City of Rosemead's Purchasing Policy
to determine alignment with State statutes, ordinances and Municipal Code to provide
recommendations for revisions.
The Consultant also conducted individual interviews with identified stakeholders to assess the
current state of the procurement environment, particularly in regard to the application of
procurement policy and procedure, i.e., alignment between current policy and procedures
versus actual practice, identify inefficiencies and areas of concern. The Consultant also
interviewed the City's Legal Counsel to identify potential legal concerns and/or compliance
issues.
Based on the interviews and document review, the decentralized nature of the City's
procurement function is deemed to be the root cause of issues identified. Gaps in Policy and
procedures do exacerbate this, however, moving to a hybrid procurement model will be
beneficial. The implementation of a Contract Specialist as the single -point -of -contact for
procurement advice and support will be instrumental in supporting a hybrid procurement
operation, i.e., delegated authority with centralized oversight.
Based on the City's proactive approach by initiating this Assessment, the interest and
cooperation provided by City staff, and the quality and comprehensive nature of the City's
existing Purchasing Policy and Procedures Manual, the Consultant is confident of the City's
success in continuing the transformation to a high -performing entity
Thank you for the opportunity to share industry best practices and professional
recommendations for your consideration. NIGP Consulting and the Consultant stand ready to
support the efforts of the City in any future improvements and transformation. We further are
available to assist the City as a continued resource for learning, to assist in any additional
support service needs, and certainly to continue to advocate for the City s procurement
function's continued growth and development.
For information regarding developing strategic tools and methods for procurement
operations, please contact Marcheta Gillespie, NIGP Consulting by email at:
meillesoieCf nigp.com. NIGP Consulting stands ready to offer our continued support and
further engagement if and as needed.
Ni PConsulting
Page 28
IAPPENDICES
Supporting documentation is attached as follows:
• Appendix A Summary of Recommendations
• Appendix B
Appendix C
• Appendix D
N 1 C PConsulting
Resources Reviewed
Virtual Interviews
ABA Model Procurement Code Comparison
APPENDIX A: SUMMARY OF RECOMMENDATIONS
SUMMARY OF RECOMMENDATIONS:
1
Ensure Price Analysis procedures are consistent and uniform.
Develop comprehensive Contract Administration procedures.
Consider creating a new supply chain position, perhaps titled "Contract Specialist."
2
3
4
Adopt the CUPCCAA.
5
Permit automatic adoption of revised CUPCCAA thresholds based solely on the State's
revision(s).
6
Create separate Policy and Procedure documents.
7
Procedure document should be a training tool (including flowcharts, forms, etc.).
8
Update Policy terminology to align with MPC and NIGP Dictionary of Terms.
9
Designate the City Manager as the Chief Procurement Officer, and with continued delegation
of authority as she/he sees fit.
10
Implement a Purchasing Card Program.
11
Update Procurement Dollar Thresholds.
Update annually the Procurement Dollar Thresholds, based on the Consumer Price Index.
r12
13
Develop and implement comprehensive Contract Administration and Contract Close -Out
procedures.
14
Develop and implement a Non -Compliant Procurement Policy and associated Procedures.
15
Conduct a review of all existing procurement templates to ensure alignment with changes.
16
Conduct a review of companion financial and Council reporting documents to ensure
alignment with changes.
NIC PConsulting
Page 30
17
Consider adding these MPC provisions for inclusion in the City Procurement Policy:
• Severability
• Supplementary General Principles of Law Applicable
• Requirement of Good Faith
• Reporting on Anticompetitive Practices
18
Develop Suspension and Debarment procedures to enable the City to have a reasonable time
to investigate the issues that would lead to debarment of a firm.
Develop a formal debriefing policy and procedures for the City.
19
20
Provide authority to the City Manager to appoint/approve members of the Evaluation Team.
21
Ensure the provision for pre-solicitation/pre-specification conferences.
22
Update bond requirements to manage risk more effectively.
23
Reject Bids for Non-compliance with Bid Security Requirements.
24
Develop a comprehensive stand-alone Code of Conduct or Ethics Policy.
NICP Page 31
7 Consulting
P « byp m�
APPENDIX B: RESOURCES REVIEWED
RESOURCES•
DOCUMENTS
California Public Contracts Code, Division 2, General Provisions, Part 1, Sections 1100-9203;
Part 3, Sections 20100-22178; Part 4, Sections 22200-22201; Part 5, section 22300
United States Code Title 41. Public Contracts, Subtitle 1, Division B, Chapter 19, Section 1908,
Pages 59-60 URL: https://www.law.cornell.edu/uscode/text/41/1908 (inflation adjustment)
City Municipal Code, Chapter 3.24: Purchasing System for Non -Public Works Contracts
City Municipal Code, Chapter 3.28: Public Project Bidding Procedures
Policy -20-01 Purchasing Policies and Procedures Manual
Organizational Chart —City of Rosemead 09/01/2022
Sample Bid Package: Garvey Park Tennis Courts Resurfacing, 11-16-22
Sample RFP Package: RFP No. 2022-06 — Building Services 2022
Proposed CUPCCAA Ordinance to Replace Chapter 3.28 — In process but on hold
Proposed CUPCCAA Staff Report
California Uniform Public Contract Cost Accounting Act (CUPCCAA)
California CUCCAC Manual — 2021 Edition
California CUCCAC Conflict of Interest Code
Uniform Commercial Code
Purchase Order List FY 2022
2030 Strategic Plan
NIGP Procurement Guide for Elected And Senior Officials URL:
https://n igp.oriz/resource/research-papers/N I G P%20 P rocu reme nt%20Guide%20-%20n iap-
procurement-guide-for-elected-and-senior-officials.pdf?dl=true
GLOBALORDER
Achieving and Optimal Procurement Card (PCard) Program
Audits
Contract Administration
Contract Closeout
Debriefs
Developing A Procurement Manual
Ethical Procurement
Market Research Process: Research, Analysis, and Intelligence
Place Of Procurement Within the Entity
Transparency in Public Procurement
Risk Management
Strategic Procurement Planning
Using Cooperative Contracts
APPENDIX C: VIRTUAL INTERVIEWS
N I C PConsulting
Page 32
I
VIRTUAL INTERVIEWS
Ben Kim, City Manager
2
Michael Bruckner, Assistant City Manager
3
Bryan Chua, Finance Director
4
Michael Chung, Public Works Director
5
Tom Boecking, Parks & Recreation Director
6
Ericka Hernandez, City Clerk
7
Rachel Richman, City Attorney
N1 C PConsulting
v,: w ,_o'
APPENDIX D: ABA MODEL PROCUREMENT CODE COMPARISON
Purpose, Rules of Construction
Yes
Supplementary General Principles of
s
See Note at the end of this Table
Law Applicable
Three specific provisions; See also Note at the
Requirements of Good Faith
Yes *
end of this Table
Application of this Code
N/A
Not Applicable for this engagement
Severability
*
See Note at the end of this Table
Effective Date
Yes
Prominently displayed
Determinations
Yes
Specific authority for determinations
Some definitions are not MPC, they are pertinent
Definitions
Yes
to City only or flow through from the California
Public Contracts Code or other Regulations
Specific provisions and applications for
solicitation opportunities/documents, but not
Public Access to Procurement
Partial
definitive on Public Records Requests limitations
Information
or process, i.e., "after bid openings, bids will be
available for review at the City Clerk's office..."
Authorization for the Use of Electronic
Transmissions
N/A
Not Applicable for this engagement
NIC PConsulting
N I C P Consulting
Page 35
Procurement Organization
Article 2
Creation of the Office of Chief
CPO Authority is vested in the City Manager for
Procurement Officer (CPO)
(1) the procurement of general supplies,
equipment, and routine services, (2)
administration of the purchasing policy, and (3)
Yes
management of surplus City property but is silent
on Construction (Public Works); various City staff
performs the administration functions based on
delegated authority
Appointment and Qualifications
No
These are not part of the Procurement Policy
Tenure, Removal and Compensation
No
These are not part of the Procurement Policy
Authority/Duties of the CPO
Yes
Delegation of Authority
Yes
Based on dollar thresholds
Centralization of Procurement
However, there are some exemptions and there
Authority
Yes
is delegation of authority provisions
Authority to Contract for Legal Services
Yes
Under "Professional Services" definition
Exemptions
Yes
The specific procurements are clearly stated
Procurement Regulations
Yes
Several cited in the Policy
Procurement Advisory Council and
Yes
City Council
Other Groups
Article 3 Source
Selection
and Contract Formation
Some definitions are not ABA Code, they are
Definitions
Yes
pertinent to City or State of California
Methods of Source Selection
Yes
Competitive Sealed Bidding
Yes
Conditions for Use
Yes
Public Notice
Yes
N I C P Consulting
Page 35
Bid Opening
Yes
Bid Acceptance and Evaluation
Yes
Correction or Withdrawal of Bids;
Cancellation of Bids
Yes
Award
Yes
Multi -Step Sealed Bidding
No
Competitive Sealed Proposals
Yes
Conditions for Use
Yes
Basically "Professional Services"
Public Notice
Yes
Receipt of Proposals
Yes
Evaluation Factors
No
No Procedures outlined
Discussion with Responsible Offerors
No
Negotiation is mentioned but no procedures
outlined
Award
Yes
Award Notice is addressed but limited notice
procedures
Debriefings
No
Small Purchases
Yes
Sole Source Procurements
Yes
Emergency Procurements
Yes
Differentiates between "emergency" and
"urgent'
Cancellation of ITBs & RFPs
Yes
For Bids, but RFPs not addressed
Responsibility of Bidders and Offerors
Yes
Under "qualified vendor characteristics"
Prequalification of Suppliers
Limited
Related to Public Works
Types of Contracts
Limited
N IC PConsulting
Pc^'>�eo M periscope
NICPConsulting
P�by
Page 37
Limited
Defined maximum contract term is 5 years
Multi -Year Contracts
including extensions
Right to Inspect Plant
No
Right to Audit Records
No
Finality of Determinations
No
Reporting of Anti -Competitive Practices
See Note at the end of this Table
Retentions of Procurement Records
No
Not unless addressed in a separate Records
Retention Policy
Reporting/documentation requirements are not
Record of Procurement Actions Taken
No
4 Specifications
specified in the City Purchasing Policy
Article
of Terms
Yes
Some definitions are not MPC they are pertinent
to City or State
Regulations for Specification
Other than identifying requesting department as
Preparation
No
responsible
Duties of the CPO
Yes
Duties of the City Manager
Relationship with Using Agencies
No
Maximum Practicable Competition
Limited
Defines minimum number of quotations required
for informal procurements
Specifications Prepared by other than
Although permits suppliers to respond to
[City] Personnel
opportunities for which they prepared the
Yes
specifications which is an Organizational Conflict
of Interest
Facilities and Services
Article 5 Procurement of Infrastructure
Definitions
Yes
Some definitions are not MPC, they are pertinent
to City or State
Project Delivery Methods Authorized
Yes
Referenced California Statutes
NICPConsulting
P�by
Page 37
Source Selection Methods Assigned to
Yes
Referenced California Statutes
Project Delivery Methods
Scope
Yes
Referenced California Statutes
Design Bid Build
Yes
Referenced California Statutes
Operations and Maintenance
Yes
Referenced California Statutes
Design Build
Yes
Referenced California Statutes
Design Build Operate Maintain
No
Referenced California Statutes
Design Build Finance Operate
No
Referenced California Statutes
Maintain
Choice of Project Delivery Methods
Yes
Referenced California Statutes
A & E Services
Defined under "Professional Services; Referenced
Yes
California Statutes & Municipal Code
Bid Security
Yes
Referenced California Statutes & Municipal Code
Contract Performance and Payment
Yes
Referenced California Statutes & Municipal Code
Bonds
Bond Forms and Copies
Yes
Referenced California Statutes & Municipal Code
Errors and Omissions Insurance
Yes Referenced California Statutes & Municipal Code
of Contracts. . . Services
Article 6 Modification. Terminations
Contract Clauses and their partial Also referenced California Statutes
administration
Article 7 Cost .-
Cost Principles Regulations Required Yes Referenced in California Statutes
NIC PConsulting
Page 38
Definitions of Terms Limited Based on City requirements for asset
management
Supply Management Regulations Limited Limited to asset disposal but does not address
Required inventory holdings or management of same
Allocation of Proceeds from Sale or Yes
Disposal of Surplus Supplies
Authority To Resolve Protested
Solicitations and Awards
Right to Protest
Authority to Resolve Protests
Authority to Debar or Suspend
Authority to Resolve Contract & Breach
of Contract Controversies
Remedies
Time Limitations on Actions
Protest of Solicitations or Awards
Suspension or Debarment Proceedings
Contract and Breach of Contract
Controversies
Appeal and Review of Procurement
Appeals Board Decisions
N IC PConsulting
F��..-, ,',"
im
m
m
Except as may be provided under California law
No but not addressed in current policies and
procedures
No
N
No
No
No
Page 39
Cooperative Purchasing Authorized Yes
By policy but limited details in Procedures
Joint Use of Facilities (e.g., sharing
For City this is not specified in the Procurement
office space and equipment with
No
Policy
another entity)
Supply of Personnel, Information and
Technical Services (e.g., sharing
For City this is not specified in the Procurement
personnel and various services with
No Policy
another entity)
to Small and Businesses
DisadvantagedArticle
11 Assistance
Statement of Policy and Its
Limited Majority of specific requirements and procedures
Implementation
are identified under current Federal
Requirements related to procurement of
Definitions
Yes property or services stemming from Federal aid
and compliance with 23 CFR Part 172, 2 CFR Part
Chief Procurement Officer Duties
200, and other Federal regulations
Ethics in Public Procurement
Article 12
General Standards of Ethical Conduct
Yes California Administrative Code Section 18730
referenced in City Municipal Code
General Ethical Standards for
California Administrative Code Section 18730
Employees
Yes
referenced in City Municipal Code
General Ethical Standards for Non-
partial
Particularly to lobbying and "cone of silence"
Employees
provisions
Criminal Sanctions
No
Except as provided for in California law
NIC PConsulting
7..1101-1x. -12
Page 40
Employee Conflict of Interest
Description and examples are anti-competitive
practice related versus personal and/or
organizational conflict of interest (CA
Administrative Code Section 18730 referenced in
Partial
City Municipal Code).
Gifts and gratuities are mentioned under Federal
Requirements section, but "intrinsic value' is not
defined, and no reporting processes are detailed.
Employee Disclosure
Yes
California Administrative Code Section 18730
referenced in City Municipal Code
Gratuities and Kickbacks
California Administrative Code Section 18730
No
referenced in City Municipal Code
Prohibition Against Contingent Fees
No
California Administrative Code Section 18730
referenced in City Municipal Code
Restrictions on Employment of Present
No
Except as may be provided in California law
and Former Employees
Use of Confidential Information
No
Except as may be provided in California law In the
Procurement Policy
Civil and Administrative Remedies
Against Employees Who Breach Ethical
No
Except as may be provided in California law
Standards
Civil and Administrative Remedies
California Administrative Code Section 18730
Against Non -Employees Who Breach
No
referenced in City Municipal Code
Ethical Standards
*Note: The Consultant recommends that the City consider these MPC provisions for inclusion in
the Policy:
• Severability. If any provision of this Policy or any application thereof to any person or
circumstance is held invalid, such invalidity shall not affect other provisions or application of
this Policy which can be given effect without the invalid provision or application, and to this
end the provisions of this Policy are declared to be severable.
NICPConsulting Page 41
by
Supplementary General Principles of Law Applicable. Unless displaced by the particular
provisions of this Policy, the principles of law and equity, including the Uniform Commercial
Code of this State, the law merchant, and law relative to capacity to contract, agency, fraud,
misrepresentation, duress, coercion, mistake, or bankruptcy shall supplement the
provisions of this Policy.
• Requirement of Good Faith. This Policy requires all parties involved in the negotiation,
performance, or administration of City contracts to act in good faith.
• Reporting on Anticompetitive Practices. When for any reason collusion or other anti-
competitive practices are suspected among any bidders, offerors, or City staff, notice of the
relevant facts shall be transmitted to the Attorney General.
END OF REPORT AND APPENDICIES
NICPConsulting Page 42
,� ..ems.-
ml
Aj
CLZ
w
a
I
Ln
ii.
a
Ln
c
v
E
v
L
v
crL
L
N
c
O
_O
+
J
c�
O
Ln
N
4-J
M
v
4?
N
E
:3
>
L
>
N
N
>
Q
c
u
(3)
■�
'3
pU
O
}'
p
++
L
c
E
L
_
U
ON
>
�•-
U
—
pc
z
C
O
u
aci
pC
_
–
O
U
Q�
O
J
c
N
L
L
4p
4.
c
w
+
�
U
C
C,6E
a)
AA
N
O
v
to
D
Y
O
ate+
N
u
O
.
Y
U
N
>-
0
.�
�_
■
■
■
6
■
L
c
m
a
LL
a
V£
Z
N
L
U
(II
i
O
V)
L
O
C
�
v
o
N
E
N
O
N
L
;
3
crt�v
O
U
L
�
� '
o
W
Lnv
a- +
a"!
U
U
W
L6
•••
V£
Z
p9r
II
c
c
._
W6
Q)
0
U^
N
C
E
cu
>
N
L
W
v
0
=
U
s
U
V1
U
U
L
—p
0
fB
d
d
E
N
N
U
0
CO
v
G
m
G
�
�
Um
O
C7
JO
Q
0
Z
•
•
•
•
m
tom-.
S
N
C
0
I
c�
NCY)
N
v
--
C
O
4-J
Q
•�
�i
OU
O
N
c6
J
a
-C
'tN
O
�
uLn
V)
C:
>
L
CL
L�
L
O
/
Q
f0
c
:3
Z)
N
L
_
•
L
(n
0
Q
++
:3C
Vi
QC1
J
F'
O
C
ti
N
c
+�
cn
`
O
O
3
4-J-0
Ln
O
N
O
'aM
E
i
in
�
v
Q
-cc)
O
L
U
C
m
v
E
a
2
c
�
v
3
"
C
N
L
m
O
CO
F.�
�
L
a
co
t
O
U
C
VI
_
m
a
L Qj
i
U
v>
>
-0
_^
bp
v
zf0
CL
0
iU
U
O
m
U
U
aO+
Q
Q
O
U
U
Q-0
O
O
N?
s
CL
L
dw�
in
a"
w
o
N
m
a
U
Fn
.0
:a
m
c
•
•
•
(�
•
•
Z
w
m
tom-.
S
N
C
0
I
v
.L v
v
a+U
U O U ri � },
c ,U Q a- L L O C 0=
`- N w N O v OLn
Q
�� d i + (p •L U _0
O
te
a'
E (0 O 0 � (B a -d Q
+� t Q O
0 -0�t U a—+ N C _0
Q Q N 0 O
'� U L o " � = -C W LJ
� `- CO "a p LO L E
O 0 cu vu u U v v 0 -°
C:
U Q 'o o v Ln Q Q o
v �Naa_ 4 � �uC a,
o
0 0 :D ca r
W Q U U w U
Z`
ul
c
O
O
T
1W
A
On.
V
Z�
N
C
u
U
'O
bA
C
to
N
>
Q
E
N
E
iJ
O
cL
C
N
J
.O
4J
N
O
U
3
>
+�
a
u
N
+-
Q1
O
N
L
Q
N
>
c�6
4J
(
N
E
O
4�
Q
v
m
U
�i
C)
L
O
L
•
•
•
•
U
a
•
A
On.
V
Z�
L
O C L
N v > '°1 u o
C -0 Q L C a) aJ
pU @ fl- V a1 U N
E-+=- +, 3 C +.+ LO U
U 0 v N N CL N CL .Q
O _ o Q C ? 7
O Q fl
w L v
U 4, O w a p N
O U°° m c v
i v co ° N C2. w p
(AEc + c E U
Qj ° c to °u ° tz v
} L L L N
a -J O U E C .� .0 LJ , n C r9 Q O C
ry CL } O
rLp `~ a1 " U 'C 2 c O +�
U N Q p -p p "EO Q cLo '� N
Ln
W l.L 4, N a) N N W u C v w p +,
u c40o `L° o C
> u U v
4-1
CO a� H
OO v o o a N v f0 o W C
O CL U= w
E N Q
QJ
4-v U
O
E
CL
0
�m
.=
O
2
4J
U
aiw
4-J
U
2
.N
N
C
U
N
0
Q
m
C
7
y
C
0
0
4-J
v
U
ro
Q
:t
N
ro
O
N76
4J
to
4J
C
Cf-
v
❑.ro
2
.N
N
C
U
N
0
Q
m
C
7
y
C
0
'Awk
0
Attachment H
Redline of Changes to Existing Administrative
Policy 20-01 Purchasing Policy and
Procedures Manual
E H E
po CITY OF ROSEMEAD
Administrative Policy Manual
Policy Number: 20-01
Date Established: Feb. 12, 2008
Date Revised: Dec. 10, 2024
City Manager Approval:
CITY OF ROSEMEAD
PURCHASING POLICIES AND PROCEDURE MANUAL
SECTION 1: -PURPOSE
The purpose of this policy is to provide the City of Rosemead a means of assuring continuity
and uniformity in its purchasing operation, and to define the responsibilities for purchasing
supplies, services, and equipment. These guidelines are not intended to address every
issue, exception, or contingency that may arise in the course of purchasing activities. The
basic standard that should always prevail is to exercise good judgment in the use and
stewardship of City Resources, including keeping within the budget authorized by the City
Council and encouraging open competition.
SECTION 2 =- POLICY STATEMENT
A. The policy contained herein was developed under the authority of Chapter 3.24 of the
City of Rosemead Municipal Code (RMC). The City Manager is designated as the
Purchasing Officer for the City and may delegate the administration of the program. The
Purchasing Officer is charged with the responsibility and authority for coordinating and
managing the procurement of the City's supplies, equipment or routine services,
according to the RMC and this policy and procedures manual. The policy outlined herein
is to be adhered to by the Purchasing Officer and all City Departments when procuring
supplies, equipment and routine services. This policy strives to define decision making
with prudent review and internal control procedures and to maintain departmental
responsibility and flexibility in evaluating, selecting, and purchasing supplies, equipment,
and routine services.
describedCalifornia Uniform Public Construction Cost Accounting Act is in Chapter 3.28
of -
1720 17-43. Also a - re iterns defined as a "Public Project" under the State ef Califernma
0180 20175
Public Project is defined as (PCC 20161):
(a) A project for the erection, improvement, painting, or repair of public buildings
and works.
(b) Work in or about streams, bays, waterfronts, embarkments, or other works
for protection of overflow.
(c) Street or sewer work, except maintenance or repair.
(d) Furnishing supplies or materials for any such project, including maintenance or
repairs of streets or sewers.
Page 1 of 32
Generally any construction, alteration, repair, demolition, renovation, or maintenance of
a public project or a public works project paid for in whole or in part out of public funds,
which has an estimated value greater than &xty seventy-five thousand dollars
($675,000), shall be contracted for and let to the lowest responsible bidder by procedures
established in the State of California Public Contract Code section 22036 and Chapter
3.28 of the RMC.
It should also be noted that the City recognizes the requirements of the state Labor Code
and Public Contract Code that require the payment of Prevailing Wages for public works
projects in excess of one thousand dollars ($1,000).
The City's Decentralized Purchasing System may only be dispensed with or modified
when other State, Federal, or Intergovernmental statutes, regulations, or procedures
prescribe that a specific separate purchasing process be followed or when approved by
the City Council. For example, Public Works projects or a public project are governed by
State Law and in some cases Federal Law. Another example may be provisions for
expending grant funds which may be covered by separate Federal, State, and or
Intergovernmental requirements which specify that as a condition of contract award or
funding that a specific purchasing process other than the City's is to be followed. This
includes but is not limited to transportation projects or services funded by the Federal
Transit Administration (FTA). The FTA requirements are outlined in the "Required Third -
Party Contract Clauses" procurement document
(http://www.fta. dot.gov/laws/circulars/leg req 4063.html), and specific contract language
and detailed information regarding each requirement is included in the "Best Practices
Procurement Manual"
(http://www.fta.dot.qov/funding/thirdpartyprocurement/grants financing 6037.html).
Modifications or deviations must be pre -approved by the City Manager and shall be
determined on a case by case basis. Please refer to additional Federal requirements
specified in Section 12.
Waiver of all purchasing system processes may only be granted by approval of the City
Council. A basis for requesting the waiver should be a unique cost savings opportunity
to the City.
C. Determination of Value - For purposes of determining the value of a proposed purchase
so that it may be categorized for processing through the City's Centralized Purchasing
System, the value of all proposed purchases or acquisitions shall be predicated upon a
separate "cost - price" basis. In determining which of the procurement procedures listed
in RMC Section 3.24 apply to any given purchase of supplies, equipment or routine
services, the total cost of the supplies or equipment shall not be used. Instead the price
of the supplies or equipment alone shall be the determining factor. The price of an item
may often be different from the final or total cost to the City. The cost to be borne by the
City through the financial transaction is in reality the entire City expenditure needed to
acquire supplies, equipment, or routine services. This may include sales tax or other
costs.
Page 2 of 32
Price shall be the direct cost of the good or service alone and the direct related expenses.
The price of an item should be considered as the dollar amount necessary to place the
item in service or to perform under a contract. There may be instances where there are
additional incidental expenses directly related to the acquisition of a good or service,
examples may include installation or set up costs, disposal fees, warranties or other such
items. These incidental costs shall be factored into the purchase and as such shall be a
determining factor in the acquisition price. Explu.de.d from the urine of an item shall be the
expeRses Felated te shippiRg fees, postage, GF sales taxes. These may be GGRsidered as
61R'll bird
.+I to as nr n d etes aR theFei^r^ do not r^A^n4 n petii'v^ di#eronoe6 66iGh
as Vii_. _atinnc 'n the quete nr bird n _ _ _s ffGF iRstallat'n 9F waFFantie6.
From time to time, the City may consider leasing or renting equipment as a basis for
savings. In that instance, the total value of the good, not the estimated lease payment,
shall determine which procurement procedure applies.
With regard to Professional/Special Services under RMC Section 3.24.070-3.24.090, the
value of the services for purposes of determining which procurement procedure applies
shall be determined by adding the price of the services to be provided with the cost of
any equipment or supplies that will be provided to the City by the Professional/Special
service provider, postage, GOMMURiGatieRs, er eth^rassiated- wsts ,^I
For complete details on the Purchasing Procedures and
requirements for specific dollar amounts please consult Section 7 of this Manual.
D. Conflict of Interest -Any employee or elected official of the City or any department thereof
who shall aid or assist a bidder or vendor in securing a contract to furnish supplies,
materials, equipment, or contractual services at a higher price than that proposed by any
other bidder/vendor, or who shall favor one bidder/vendor over another by giving or
withholding information, or who shall willfully mislead any bidder/vendor in regard to the
character of the materials or supplies called for, or who shall knowingly accept
commodities of a quality inferior to those called for by the contract, or who shall
knowingly certify to a greater amount of labor performed than has actually been
performed, or to the receipt of a greater amount or different kind of materials or supplies
than have actually been received, shall be deemed guilty of malfeasance and the
Purchasing Officer shall have the authority pursuant to the City of Rosemead's Personnel
System Rules and Regulations to take appropriate disciplinary action. Such actions may
also result in criminal prosecution.
If at any time it shall be found that the person to whom a contract has been awarded
has in presenting any bid(s) or quote(s), colluded with any other party or parties for the
purpose of preventing any other bid or quote being made, then the contract so awarded
shall be null and void.
It is the intent that this purchasing policy, all procedures and processes discussed herein,
and each transaction entered into pursuant to Section 3.24 of the RMC shall be made in
accordance with the City's Conflict of Interest Code and all other Federal, State, and
local laws.
Page 3 of 32
SECTION 3 - UNAUTHORIZED PURCHASES
Except for urgencies or other authorized exemptions stated in these guidelines, no
purchase of supplies, services, or equipment shall be made without authorization as
described within the manual or in Section 3.24.015 of the RMC. Under no circumstances
shall a purchase be considered approved or final until approved by the City Council or
Purchasing Officer as required by the appropriate purchasing classification. No
representative of the City shall enter into a verbal agreement or make any arrangements,
for any purchase of more than One five thousand dollars ($45,000), until the final approval
is granted.
In the event that an unauthorized purchase is made the following may apply:
A. Such purchases are void and not considered an obligation of the City.
B. Invoices without an authorization may be returned to the vendor unpaid.
C. The person ordering the unauthorized purchase may be held personally liable for
the costs of the purchase or contract.
Important: Purchase orders shall be issued prior to ordering supplies, equipment
and routine services and not "after the fact' for work already done or materials or
equipment already ordered.
SECTION 4 - RESPONSIBILITIES OF THE PURCHASING OFFICER
As described in the RMC Section 3.24.030, the Purchasing Officer is the City Manager, who
is authorized to delegate the duties of the Purchasing Officer to any officer or employee of
the City as long as the delegee provides a quarterly report of purchasing activity to the City
Manager. Although the duties can be delegated, the City Manager remains responsible for
the activities of the Purchasing Officer.
The Purchasing Officer is responsible for: 1) the procurement of general supplies,
equipment and routine services; 2) the administration of the purchasing policy; and 3) the
management of surplus City property.
SECTION 5 - RESPONSIBILITIES OF CITY DEPARTMENTS
City Departments are charged with the following responsibilities in the purchasing process:
A. To provide the Purchasing Officer at the beginning of each fiscal year, an updated
authorized signature list designating those individuals who are delegated the
authority to make purchases per the policies and procedures as described herein.
B. To anticipate requirements sufficiently in advance to allow adequate time to obtain
goods in accordance with the best purchasing practices.
Page 4 of 32
C. To communicate and coordinate purchases with the Purchasing Officer, as
necessary.
D. To provide detailed, accurate specifications to ensure goods obtained are consistent
with requirements and expectations.
E. To prepare requisitions in accordance with instructions to minimize the processing
effort.
F. To inform the Purchasing Officer of any vendor relations problems, shipping
problems (i.e., damaged goods, late delivery, wrong items delivered, incorrect
quantity delivered, etc.) and any situations which could affect the purchasing
function.
G. To minimize urgent and sole source purchases and to provide written documentation
when such purchases may be necessary.
H. To review all bids received for compliance with specifications and provide the
Purchasing Officer with written documentation regarding their findings.
I. To notify bidders or vendors of purchase award when authorized by Purchasing
Officer or City Council depending on the appropriate Purchasing System
Classification for approval.
J. To refrain from "splitting" orders for the purpose of circumventing procurement
requirements.
K. To ensure that the proper account numbers are noted on the purchase order form.
L. To ensure that there is sufficient unencumbered funds in the account numbers to be
charged.
M. To include a completed budget amendment form when necessary.
SECTION 6 -VENDOR RELATIONS
It is to the City's advantage to promote and maintain good relations with vendors. The
Purchasing Officer and City staff shall conduct their dealings with vendors in a professional
manner and shall promote equal opportunity and demonstrate fairness, integrity, and
courtesy in all vendor relations. When feasible to do so, vendors within the City of Rosemead
should be utilized for supplies, services, and equipment. However, good vendor relations
must also be balanced with fair and equitable selection, the lack of which may lead to
possible conflicts of interest or the appearance as such.
Page 5 of 32
SECTION 7 - PURCHASING PROCEDURES
As previously mentioned, purchasing and the process by which a good or service is acquired
is based upon its price. Purchasing dollar limits are "per order". Purchasing Ordinance
prohibits "splitting" an order to circumvent the specified dollar limits. Departments shall
contact the Purchasing Officer to coordinate volume bids of repetitive requirements (i.e.,
the frequent purchase of items such as chemical, paper goods, etc., which annually
exceed the specified limits).
All personnel utilizing Homeland Security Grant funds must review the Federal
Excluded Parties List System to ensure compliance with the Federal procurement
program policies and requirements. Prior to authorizing a requisition for equipment
purchases for Homeland Security Grants, the Federal debarment listing must be
reviewed to ensure vendor(s) are not listed. The debarment listing is available online at
httD://www.eDIs.ciov/er)ls/search.do.
A. Purchases of No More than $5,000 - Department Director Approval
Purchases of no more than five thousand dollars ($5,000)_ is subjeGt tG the
�..Dire
r
CFetit;ve-PRrohgsflor.eedu;�- tli,edRMQ eesto;z :24 050 z24 -060d o
not require any quotations.
A. Purchases of more than $5,000.01 but less than or equal to $15,000 - Department
Director Approval. Purchases of more than five thousand dollars ($5,000) is subject to
the Informal Purchasing Procedure outlined in RMC Section 3.24.070.
3.23.050.A — Five thousand dollars ($5,000) or Less. Any purchase of five
thousand dollars ($5,000) or less may be awarded by the director of the
department responsible
procedure as deAeed hepio with no quotations required.
3.24.040050.D -B — Direct competitive purchasing procedure. Direct purchasing
procedure shall be used for purchases between en five thousand dollars and one
cent ($45,000_01) and fifteenve thousand dollars ($15,000), which includes
contracting at least three vendors from a predetermined vendor list for informal
quotes. The City is responsible for updating and maintaining a list of
predetermined vendors. Once the quotes are obtained and a pricing sheet is
completed, the City may use a vendor agreement or letter of agreement to
complete the purchase.
Every effort to utilize a local vendor shall be exercised or to utilize the most cost efficient
vendor shall be exercised. For purchases up to fifteenve thousand dollars ($15,000), the
authority to award a purchase order, vendor agreement, or letter agreement, is the
Department Head. Per Section 3.24.060070.0-C of RMC, three informal quotes are required
for purchases between one five thousand dollars and one cent ($45,000) and fifteenve
thousand dollars ($15,000). Pricing quotes are not required for purchases under $45,000.
Prudent judgment shall be used at all times.
Page 6 of 32
B Purchases between $15,000.01 and $3050,000 - City Manager Approval
Except as otherwise exempted in the RMC, supplies, equipment and routine services, with
an estimated value of f+ve-fifteen thousand dollars and one cent ($15,000.01) to th4ty-fid
thousand ($3050,000) shall be purchased following the Informal Competitive Purchasing
Procedure set forth in RMC Section 3.24.070, including but not limited to:
3.24.070.0 — Distribution of Notice Inviting Informal Bids. At least three vendors or
service providers shall be asked to submit informal bids, and the City shall endeavor
to receive informal bids from at least three vendors or service providers. Notices
inviting informal bids shall be mailed sent to the list of qualified service providers,
vendors, and/or trade journals not less than ten (10) days before bids are due.
3.24.070.H — Proposal Submittal. Service providers or vendors shall submit their
proposals in writing.
For purchases in the amount of $15,000.01 - $3050,000 the authority to award belongs to
the City Manager. Department staff shall not award purchase orders for $15,000.01 or more
without the approval of the City Manager.
The Requesting Department shall obtain three written competitive quotations whenever
possible for purchases. Getting more quotations is encouraged. In the event that three
quotes cannot be obtained, documentation of the process should indicate why less than
three were obtained and be attached with the purchase order request.
The Requesting Department shall submit a requisition, which includes the recommended
vendor, with all supporting documentation to the Purchasing Officer. Supporting
documentation shall include informal competitive price quotes obtained, names of vendors
contacted, description of the items required, and certificates of insurance as applicable.
The Purchasing Officer shall review the recommendation and supporting documentation.
The purchase may be awarded to the lowest responsive and responsible vendor whose
quote fulfills the intended purpose, quality, and delivery needs of the solicitation provided
that an unencumbered appropriation for that item exists. The Purchasing Officer may reject
quotes or request that the Department negotiate further to obtain terms more acceptable
to the City. The Purchasing Officer may also determine that the interest of the City is best
served to require the Formal SeatraeTBidding Procedures for purchases within this range.
Upon approval of the purchase, the Requesting Department shall request that the Finance
Department issue a purchase order to the Department.
C. Purchases of $3050,000.01 or More - City Council Approval
Unless otherwise provided, purchases of $3050,000.01 or more must follow the Formal
Competitive Purchasing Procedure set forth in RMC Section 3.24.080.
D. Additional Bid Procedures
1. Bid numbers will be given to each project and should be obtained from the City Clerk's
Office (i.e., NIB 2008-01). The bid number should be included as part of the request
for proposal/quotation.
�r'eaa:rrmrrrr.:rrrrrTr�rnrrrr*rr:+�rstsr�aer�zr..�rrmm�:namm
9peRed at 11 00
2. The City emolovs the PlanetBids platform to effectively oversee its biddina procedures. Suppliers
and contractors wishing to do business with the City must initially register on the platform,
supplying the requisite firm information. Upon registration, clients can explore existing bidding
opportunities, formulate their offers, and submit them electronically, guaranteeing prompt and
comprehensive submission. After the submission deadline, the City assesses the bids according
to oredetermined criteria, including pricing, qualifications, and adherence to standards. and then
informs the chosen bidder."
37. Bids are not awarded until they are placed on a City Council meeting agenda and
approved by the City Council. Upon award of the contract, the unsuccessful bidders
will be notified by letter of non-acceptance and their bidder's security returned.
E. County Lobbying Certification Form
All contractors shall submit a County Lobbying Certification Form to the City when a contract
is awarded using Community Development Block Grant (CDBG) funds (Attachment A).
SECTION 8 - DETERMINATION OF CONTRACT OR PURCHASE AWARD
Generally, an award shall be made to the lowest responsive and qualified bidder or vendor.
This shall be the case for the Direct Cempetltive Purchasing Procedure, Informal Qempetit
Purchasing Procedure, and the Formal Competitive Purchasing Procedure.
In determining the lowest "responsive" bid or quote, the following elements shall be
considered in addition to price;
Page 8 of 32
-
.-
AJ
..
. .
. .
2. The City emolovs the PlanetBids platform to effectively oversee its biddina procedures. Suppliers
and contractors wishing to do business with the City must initially register on the platform,
supplying the requisite firm information. Upon registration, clients can explore existing bidding
opportunities, formulate their offers, and submit them electronically, guaranteeing prompt and
comprehensive submission. After the submission deadline, the City assesses the bids according
to oredetermined criteria, including pricing, qualifications, and adherence to standards. and then
informs the chosen bidder."
37. Bids are not awarded until they are placed on a City Council meeting agenda and
approved by the City Council. Upon award of the contract, the unsuccessful bidders
will be notified by letter of non-acceptance and their bidder's security returned.
E. County Lobbying Certification Form
All contractors shall submit a County Lobbying Certification Form to the City when a contract
is awarded using Community Development Block Grant (CDBG) funds (Attachment A).
SECTION 8 - DETERMINATION OF CONTRACT OR PURCHASE AWARD
Generally, an award shall be made to the lowest responsive and qualified bidder or vendor.
This shall be the case for the Direct Cempetltive Purchasing Procedure, Informal Qempetit
Purchasing Procedure, and the Formal Competitive Purchasing Procedure.
In determining the lowest "responsive" bid or quote, the following elements shall be
considered in addition to price;
Page 8 of 32
(1) A responsive bid or quote is one which is in substantial conformance with the
requirements of the invitation to bid or quote, including specifications and the City's
contractual terms and conditions;
(2) Vendors/bidders who substitute terms and conditions or who qualify their bids or quotes
in such a manner as to nullify or limit their liability shall be considered non- responsive
vendors/bidders;
(3) Conformance with the requirements of the invitation to bid or supply a quote may also
include providing proof of insurance, completing all forms, including references, and all
other information as requested in the bid or solicitation document; and,
(4) The successful vendor/bidder must demonstrate the ability to successfully fulfill a
contract, including rendering of subsequent and continuing service. Staff may request
proof of a prospective vendor/bidder's reliability. Prospective vendors/bidders may be
requested to furnish proof of financial resources, a list of current or previous customers,
and other pertinent data. Such action may also be taken after receipt of bids or price
quotes.
A vendor/bidder may be determined to be non-responsive if a prospective bidder fails to
furnish proof of qualifications when required.
In determining the lowest "qualified" vendor/bidder, the following elements shall be
considered:
(1) That the products offered provide the quality, fitness, and capacity for the required
usage;
(2) That the vendor/bidder has the ability, capacity and skill to perform the contract
satisfactorily and within the time required; and,
(3) That the vendor/bidder's experience(s) regarding past purchases by the City or other
public agencies demonstrates the reliability of the vendor/bidder to perform the
contract.
When a purchase award bid is recommended to be awarded to other than the lowest
vendor/bidder, written justification is required. The written statement, signed by the
appropriate department head, shall be attached to the purchase requisition.
Resection of Bids or Quotes
The Purchasing Officer or the Requesting Department may recommend rejection of any or
all bids or quotes to the City Council if it is determined to be in the best interests of the City.
The City Council may also recommend rejecting any or all bids or quotes at their discretion.
Reasons for rejection may include, but are not limited to, the following: a bid or quote is
determined to be non-responsive, the number of bids or quotes received is inadequate, bids
or quotes received are not reasonably uniform in price, or the lowest bid or quote received
is deemed to be too high. The Purchasing Officer and/or City Council may, in any given
case, reject all bids or quotes with or without cause and submit the supplies, equipment or
Page 9 of 32
service involved to a new bidding or price quotes solicitation process. If all bids or quotes
are rejected, the Purchasing Officer may be authorized to re- solicit bids, negotiate a contract
for the purchase, or abandon the purchase.
Tie Bids or Quotes
If two or more bids or quotes are received which are in all respects equal in price and
meeting all specifications, the Requesting Department may accept the one deemed to be in
the best interests of the City by the City Council.
Page 10 of 32
Change Orders
A. After the effective date of any contract executed on behalf of the City for the purchase
of equipment or supplies or retention of professional or other services, or construction
work on a public works project, the City Manager shall have authority to approve in
writing any modification involving an addition to, deletion from, or revision in any item
in such contract, including, without limitation, plans, specifications and extra work,
and change orders relating to the nature or quantity of services, equipment, supplies
or work, in accordance with the Standard Specifications for Public Works
Construction ("Greenbook") 2006 edition or latest edition: The dollar amount of all
such modifications or change orders relating to any one contract shall not exceed
ten percent (10%) of the original contract price. Any modifications or change orders
above this amount shall require City Council approval. Contract change orders shall
also be in compliance with RMC 3.24.130 which states the following:
Change order authorization limits are established as follows:
• Contracts <_ $50,000.00: 10% of contract or up to $5,000 whichever is
greater
• Contracts >_ $50,000.01: 10% of contract or up to $50,000 whichever is
less
,4- The limits noted are for change order amounts in the "aggregate".
Change orders for amounts more than these limits must be approved by the City
Council as a regular agenda item.
B. The authority herein conferred upon the City Manager may, in the sound discretion
of the City Manager, be delegated in whole or in part to a Department Manager or
other designated employee or agent of the City.
C. An appropriate contract change order form shall be used for approval of change
orders. The form shall detail the reasons for the proposed change, description of the
change, change in contract cost, extension in contract time (if warranted), and new
contract total cost including all prior change orders. The contract change orders
shall be signed by the project manager, contractor, Department Director and City
Manager.
D. In connection with any specific contract where the circumstances so warrant, the City
Council may, by resolution, authorize the City Manager to exceed the specific dollar
amounts or percentage limitations set forth in subsection 8.A of this section.
E. If a proposed contract modification, change order or request for extra work exceeds
the limitations imposed upon the City Manager by this section or by resolution, and
any extended delay in obtaining City Council approval is reasonably determined to
subject the City to liability for damages incurred by a contractor, or jeopardize the
public health, welfare or safety, or to otherwise result in potential detriment to the
City, then the City Manager shall have authority to exceed the dollar amounts or
percentage limitations specified herein.
.. .. .. .. _:r_�:nrs�:nerrr_�r.�ra.r.�:.znrrrrse,_r.■
Page 11 of 32
SECTION 9 - PROCUREMENT METHODS
Except as described below, the purchases of supplies, routine services and of equipment
should be purchased using a contract or a purchase order. Please refer to Attachment B,
Purchasing Checklist for purchases made using a purchase order.
Blanket Purchase Orders
A Blanket Purchase Order is an agreement whereby the City contracts with a vendor to
provide equipment or supplies on an as -needed or ongoing Department Director basis.
These items would typically be less than $45,000 per order and therefore would be exempt
from Centralized Purchasing. Blanket Purchase Orders provide a mechanism whereby
items that are uneconomical to stock may be purchased in a manner that allows timely
access to necessary materials.
The Purchasing Officer shall review Blanket Purchase Orders annually, before the
beginning of the fiscal year. Requests for Blanket Purchase Orders may also be submitted
to the Purchasing Officer by a Requesting Department on an as -needed basis. The
Purchasing Officer shall review Blanket Purchase Order requests based upon the following
criteria:
Average dollar value and type of items to be purchased.
2. Frequency of need.
All Blanket Purchase Orders shall include the following information:
a. A general description of the equipment or supplies that may be charged.
b. The period of time the order will remain open, but not beyond the end of each fiscal
year.
C. The maximum total amount that may be charged on the purchase order.
d. The maximum amount which may be charged each time the employee
implementing a purchase enters the vendor's place of business.
e. Items excluded from the purchase, if applicable.
Page 12 of 32
f. The phone number of the Purchasing Officer or Designee for questions or approval
of charges that exceed the limit.
g. Identification of the department(s) and employee(s) who may charge against
the order.
h. Requirement that the employee shows City identification.
i. Requirement that employees print and sign their names when picking up goods.
j. Account number(s) to be charged.
Once a Blanket Purchase Order is issued to a vendor, any authorized City employee
may contact the vendor directly to place orders per the terms and conditions specified
in the Blanket Purchase Order. City Departments are encouraged to develop a list of
eligible employees that may purchase through the Blanket Purchase Order and keep
it on file with the vendor or business.
Contract Purchase Orders
Contract Purchase Orders are the preferred method of acquiring goods or services
which may be common to several City Departments. Entering into a contract purchase
order is generally done to acquire goods or services which may be used repetitively and
would ordinarily fall into the Centralized Purchasing - Open Market Procedure category.
In some instances, based on the value of the items, the contract purchase order may
be applicable to items solicited under the Formal Contract Procedure.
Establishing Contract Purchase Orders provides a means of obtaining volume pricing
based upon the combined needs of all City Departments. They reduce the administrative
costs associated with seeking redundant competitive quotes or bids and processing
a Purchase Order each time an order is placed, and they allow City Departments to
order as needed, reducing the requirement to maintain large inventories of stock.
When soliciting quotes or bids and with the intent of entering into a Contract Purchase
Order the specifications in the Open Market quote or Formal Contract Bid shall specify
that the City is seeking to enter into a contract purchase order. The Requesting
Department should seek to involve local bidders or vendors as much as possible
and the local business preference may apply. The Requesting Department should
also seek to avoid "splitting" an order for the purposes of following a less stringent
Centralized Purchasing Process - most likely attempting to avoid going to bid under
the Formal Contract Procedure. For example, if a Requesting Department has specified
in an approved budget that they need ten items costing one thousand two hundred
dollars each there may be options in when and how they are solicited. If all ten are
needed at one time the dollar amount would require that a Formal Contract Procedure
be followed to obtain bids. If however there is an expectation that not all will be
purchased or they will only be purchased as needed then the Open Market Procedure
would apply and the Requesting Department may enter into a Contract Purchase Order
to obtain the items when needed.
If a Contract Purchase order exists, departments shall order all of their requirements
from the successful vendor. No other source shall be used without prior approval of the
Purchasing Officer. Departments shall submit, in writing to the Purchasing Officer, any
performance problem encountered immediately following the occurrence so that
corrective action may be taken.
Page 13 of 32
Contract Purchase Orders are annual and may include option for renewal for specific
products, product types, or services at agreed upon prices or pricing structure and for a
specified period of time. No contract shall exceed five (5) years in duration.
Departments must prepare purchase orders for the full amount of the contracts.
Contracts for - $3050,000 or less may be signed by the City Manager and approved as to
form by the City Attorney. Contracts greater than - $3050,000 must always be approved by
City Council.
Cooperative Purchases
The City may participate in purchases and contracts established by other political
jurisdictions, provided the cooperative agreement is established following a competitive bid
process like the City's Formal Contract Procedure. The Purchasing Officer or Designee
may authorize the award of cooperative purchase agreements up to $3050,000. City
Council approval is required for the award of any cooperative purchase of $0050,000.01 or
more.
Sole Source Purchases
Commodities and services that can be obtained from only one vendor are exempt from
competitive bidding. Sole source purchases may include proprietary items sold directly from
the manufacturer, items that have only one distributor authorized to sell in this area or a
certain product is proven to be acceptable. All sole source purchases shall be supported by
written documentation signed by the appropriate department head and forwarded to the
Purchasing Officer. Final determination of whether an item is a valid sole source purchase
will be made by the Purchasing Officer or Designee.
Urgency Purchases
Urgency purchases may be made without competitive bidding when time is of the essence,
and shall be made only for the following reasons:
To preserve or protect life, health or property; or
Upon natural disaster; or
To forestall a shutdown of essential public services.
Since urgency purchases do not normally provide the City an opportunity to obtain
competitive quotes or properly encumber funds committed. Sound judgment shall be used
in keeping such orders to an absolute minimum. In addition, the following requirements shall
apply:
The Finance Department shall be contacted as soon as possible for an advance
purchase order number, which may be given verbally, to cover the urgent
transaction. If unable to contact the Finance Department, place the order and contact
the Finance Department the next workday.
A completed purchase requisition shall be submitted to the Purchasing Officer within
two working days, or as soon as the information is available. All purchase
requisitions for urgent purchases shall be signed by the appropriate department
head.
Page 14 of 32
3. Documentation explaining the circumstances and nature of the urgency purchase
shall be submitted by the appropriate department head as follows:
a) Purchases equal to or less than $5,000: Use standard purchasing
procedures.
b) Purchases in the amount of $5,000.01 - $�3,E350,000: Report to the Purchasing
Officer by processing a requisition within one week. Finance will issue a PO.
C) Purchases of $3-050,000.01 or more: 1) Requires City Manager approval prior
to purchase, and (2) Report to City Council within two working days.
If the urgency purchase causes any budget line item to exceed the approved budget,
it shall be the responsibility of the department requesting the purchase to obtain
advance City Council approval for an additional appropriation or to make a transfer
to cover the purchase.
Purchase Order Exemptions
Certain purchases are not readily adaptable to the open market and formal bidding process.
These purchases are generally for items where the competitive bid process or obtaining
quotes is not applicable or where a check is required to accompany the order. Following is
a list of allowable exemptions:
Advertising and Notices
Medical Payments (Physicians, Lab)
Courier/Delivery/Messenger
Membership Dues
Department Purchases
(under $500)
Payments to other Governmental
Units
Emergency Fuel Purchases
Petty Cash Replacement
Insurance Claim Payments
Property Rentals
Utility Payments
Trade Circulars or Books
Real-property/easement
Acquisition
Travel expense/Advances
Subscriptions
Carnival Rides & Games for City events
Class Instructors
Excursions
An encumbrance is recorded in the financial system when a Purchase Order (PO) is
generated. An encumbrance is a reservation of budgeted funds in order to ensure that the
money is allocated to the payment of goods or services after they have been delivered and
invoiced. This assists in the management of the budget by incorporating future expenses.
If a payment is required to accompany the order, a Purchase Order would not be required
because a reduction of the available budget takes place when payment is made, however
the appropriate authorizations are still required to process payment.
Exemptions are limited to those items listed above. Departments may submit written
requests for additional exemptions to the Purchasing Officer. If warranted, additional
exemptions will be added to this list.
If a vendor requires a Purchase Order to process an order, the department shall submit a
purchase order requisition to the Purchasing Officer to initiate a purchase order.
Page 15 of 32
In an instance where a vendor does not accept Purchase Orders and payment is required before a
good or service is rendered a request may be made for a check to be issued. The preferred
method of issuing a check shall be through the warrants process. However, in some instances a
"pre -issue check" may be prepared and issued by the Finance Department. A check or pre -issued
check shall only be prepared if Department Head approval accompanies the request and there are
sufficient funds available in the designated account to make the purchase.
Page 16 of 32
Petty Cash Procedures
Each department shall assign a petty cash fund Custodian. Cash is to be kept in a locked
metal box or drawer which is always to remain locked, except when cash is being disbursed.
The only person with access to the key is the Custodian or his/her designated backup
person. Cash advances can only be disbursed to City employees or officials or for refunds'
in an amount less than $10. The two types of uses of petty cash are discussed below:
Cash Advance Requirements
1. Written approval of the purchase by the Department Supervisor.
2. The advance may only be used for the pre -approved purpose.
3. Pre -approval will be outstanding for no more than two (2) working days.
4. Purchaser must sign "Advance for Purchase" voucher.
5. Purchaser must update voucher information and return unspent cash.
6. Purchaser must attach original receipt to voucher.
7. Account number must be written on updated voucher.
8. The maximum amount for each advance is fifty dollars ($50).
Reimbursement after Purchase:
It shall be acceptable, with Department Supervisor approval, for a City employee or official
to make a purchase using his or her own funds by way of cash, check, credit or debit card
to acquire goods or services on behalf of the City for which the individual will be reimbursed.
The following is a list of requirements for petty cash reimbursements:
1. Original receipt is attached to a petty cash voucher with account number.
2. Obtain Department Supervisor's written authorization for the purchase.
3. Must be an appropriate petty cash purchase.
4. Purchaser and Department Supervisor must sign petty cash receipt.
5. The maximum per transaction amount that can be reimbursed is fifty dollars ($50).
Departments shall determine when it is appropriate for a City Employee to purchase an item
on behalf of the City. This process should not be used as a common practice and in general,
Department Supervisor approval should be granted prior to the Employee or Official
initiating the purchase on behalf of the City. Personal checks shall not be cashed using
petty cash.
Petty cash funds should be replenished by submitting a "Demand for Payment" form, signed
by the Department Head, with original receipts attached in time to be included with the
regular check processing cycle. Requesting "pre -issue" checks is discouraged but will be
honored under urgency circumstances, with Finance Director approval.
The balance of cash, receipts and outstanding advance forms must always total the
amount allotted to each specific petty cash box. From time to time, for internal control
purposes, Finance Department staff will audit the contents of the petty cash boxes and
document their findings for City auditor review.
Page 17 of 32
Vendor Assistance in Writing Specifications
There may be occasions when vendor assistance is required to develop a specification.
Such specifications shall be written in general terms and the vendor shall be informed that
the information they provide may be used to develop specifications for a competitive bid
process. The vendor shall be allowed to submit a bid but will not be given any preference
over the other bids.
Credit Card Usage
Under certain circumstances, the use of a City issued credit card may be the most
appropriate method for certain purchases. The use of a City bank credit card should not be
used as a shortcut of the Accounts Payable cycle. In other words, their use should be the
last resort.
SECTION 10 - PROFESSIONAL SERVICES - CONSULTANT SELECTION
Selection of Consultants or Vendors for Professional Services (General)
The following criteria shall be used to determine approval authority for Professional
Consultant Service Contracts:
a. Qualifications: In contracting for professional/special services, such contracts should
only be awarded to firms or persons who have demonstrated adequate levels of
experience, competence, resources/equipment, staffing and other professional
qualifications necessary for more than a satisfactory performance of the services
required in the time period needed.
b. Cost: Once the department or agency requesting the professional/special service has
determined that a firm has an adequate level of competence, the cost of the service
may be considered, however, price may not be the sole factor in determining to
whom a contract shall be awarded. The City's best interests may be served by
awarding the contract to a higher priced contractor based on the scope of services
available, unique skills, staffing levels, timing, prior experience, past working
relationship, and other factors required by the department or proposed by the
contractor.
G. Request for Proposal/Qualifications: The acquiring of professional/special services
shall be procured through a negotiated contract and should include requests for
proposals/qualifications (RFP/Q). Soliciting bids for professional/special services is
decentralized and shall be the responsibility of the department director requesting
the service. The purchasing officer may be contacted to assist in the formal request
for proposal/qualification (RFP/Q) process.
d. Contracts forFiftvThirty Thousand Dollars ($3950,000) orLess:
1. In non -emergency situations, the requesting department should contact a
minimum of three (3) consultants/firms.
Page 18 of 32
2. Unless the city council authorized the entering into or the award of a
specific contract for professional/special services, the purchasing officer
shall approve in writing the award of all such contracts, taking into
consideration the recommendation of the department director requesting
the professional/special services at issue.
3. The purchasing officer or his/her duly authorized designee is authorized
to approve professional/special service contracts with an estimated cost
of Thirty Fifty Thousand Dollars ($3050,000.00) or less.
e. Contracts Over Fiftyy Thousand Dollars ($3050,000) (including change
order % in calculation of the cost); In non -emergency situations, departments
should utilize the following sealed request for proposal process:
1. RFP/Q Solicitation Process: A formal sealed request for proposal
qualification (herein "RFP/Q") document should be developed for
solicitation of professional services contracts over Fifty -T Thousand
Dollars ($0050,000.00).
2. Advertisement: The department should advertise in appropriate
publications and/or use the professional services listings, as available,
during the solicitation process.
3. Fourteen (14) To Twenty -One (21) Day Notice: Notice inviting RFP/Q's
should be posted at City Hall and on the City's website at least fourteen
(14) calendar days before the due date of submission of the RFP/Q.
4. Notice Contents: The notice shall at least describe the general type of
service needed, how the RFP/Q minimum scope of work can be obtained,
the requirement of a written sealed proposal, state the closing date, place,
and time for submission of the RFP/Q.
5. Solicitation Procedure: Sealed request for proposals/qualifications should
be submitted directly to the City Clerk's Office. Departments shall analyze
proposals for compliance with RFP/Q requirements, value of the total
scope of services and make a recommendation to city council for
selection, or for follow up interviews of those submitting proposals.
6. Award: Contracts for professional/special services in excess of Fift Thirty
Thousand Dollars ($0050,000.00) require the approval of the city council
and the signature of the mayor, or in his/her absence, the mayor pro
tempore, pursuant to the provisions of Government Code sections 40601
and 40602.
f. Standard Form: Contracts for professional/special services should be on the
City's standard form and shall be reviewed and approved as to form by the City
Attorney.
Page 19 of 32
Selection of Consultants or Vendors for Professional Services for Capital Improvement
Projects
In general Capital Improvement Projects are most likely to fall within the category of a Public
Project or Public Works as defined specification of and are subject to the regulations
contained in the State of California Labor Code Section 1720 - 1743, or California Public
Contract Code Section 20160 - 20175. These are excluded from the Purchasing System of
the City. The exception is any project that is to be implemented following the "design - build,"
process through the selection of a qualified consultant, pursuant to the State of California
Government Code Section 5956 through 5959.10.
Under the "design - build" process, a public works project or public project may be exempt
from bidding requirements and other requirements provided that the selected consultant
was chosen based on competence and professional qualifications and that the work to be
completed is to be paid through fee producing infrastructure. To this end the following
procedures shall be followed when selecting a consultant to perform "design - build" Capital
Improvement Projects:
1. After the City Council adopts the next year's Capital Improvement Program (CIP),
the Public Works Director/City Engineer shall develop a list of projects recommended
for staff to determine the selection of consultants or vendors.
2. Consultant or vendor selection shall be from a list of qualified professionals prepared
by the appropriate City Department Head responsible for the project.
3. If the project is to be reviewed by a formal presentation and interview process will
be arranged by the appropriate City Department Head who reports the particular
Committee or Commission. The Purchasing Officer may also assign staff as
appropriate in this process. If the project is to be reviewed by City staff the Purchasing
Officer will determine the RFP review process and who should be involved.
Selection of Professional/Special Services for Continuing Service Providers
The following shall apply to the selection of Professional/Special services which are needed
on a continuous or project -by -project basis.
Professional firms and persons providing attorney, architect, engineer, land surveyor,
construction manager, appraiser, expert, accounting firm, consultant or those services such
as computer services, security services and other services which require in addition to the
use of special or specific equipment, special performance criteria, specific experience,
training, personal judgment, quality of work or factors other than simply obtaining service at
the lowest cost to the City or other professional/special services may be retained on a
continuing basis to provide professional services.
At the beginning of each fiscal year, the Finance Department shall make a written request
to each City Department Head to submit to the Finance Department a list of consultants
currently providing professional/special services under contract to their department. The list
shall set forth the name of the person(s) or firm(s) providing services and shall state the
type of services provided and shall state the contract cost, contract length, contract
commencement date and the number of years the consultant has been retained by the City.
Page 20 of 32
Exclusions:
1. The process of selecting environmental impact report consultants for non -City
projects shall be conducted by the Planning Services Manager/or Assistant City
Manager due to time restraints and application processing requirements. The final
consultant selection and fee shall be reviewed and approved by the Purchasing
Officer.
2. City Council shall also review and approve each bond issue in concept with approval
for the selection of certain professional consultants, as needed, to be selected by the
Chief Financial Officer as approved by the Purchasing Officer.
SECTION 11 - SURPLUS PERSONAL PROPERTY
The Purchasing Officer is responsible for the transfer and disposition of surplus City
property. "Surplus property" is used generically to describe any City personal property that
is no longer needed or useable by a Using or Holding Department of the City. The
Purchasing Officer or Designee shall request City Council approval to declare item(s)
surplus. (RMC 3.24.130)
Methods of Disposition
The Purchasing Officer or Designee shall determine or approve one of the following
methods of disposition that is most appropriate and in the best interests of the City.
1. Transfer to another Department: Surplus property may be transferred between City
Departments. Departments wishing to transfer surplus property to or from another
department shall complete the Surplus Property Form and submit it to the Finance
Department for review. All transfers of items with an estimated value of $1,000 or
more require approval of the Department Heads from each department affected by
the transfer.
2. Trade -In: Property declared as surplus may be offered as a trade-in for credit toward
the acquisition of new property. All trade-in offers will be submitted for the review
and approval of the Purchasing Officer. If surplus property is to be applied to a
purchase order, the trade-in value shall be itemized on the Purchase Order. The
amount charged against the expenditure account will be the value of the purchase
before application of the trade-in credit.
3. Disposal: Surplus property may be offered for sale by the Purchasing Officer. All
surplus property is for sale "as is" and "where is", with no warranty, guarantee, or
representation of any kind, expressed or implied, as to the condition, utility or
usability or the property offered for sale. Appropriate methods of sale are as follows:
(a) Public Auction - Surplus property may be sold at public auction. Public
Auctions may be conducted by City staff, or the City may contract with a
professional auctioneer including professional auction services.
Page 21 of 32
(b) Sealed Bids - Sealed bids may be solicited for the sale of surplus property.
Surplus property disposed of in this manner shall be sold to the highest
responsible bidder.
(c) Selling for Scrap - Surplus property may be sold as scrap if the Purchasing
Officer deems that the value of the raw material exceeds the value of the
property as a whole. '
(d) Negotiated Sale - Surplus property may be sold outright if the Purchasing
Officer determines that only one known buyer is available or interested in
acquiring the property.
(e) No Value Item - Where the Purchasing Officer determines that specific
supplies or equipment are surplus and of minimal value to the City due to
spoilage, obsolescence or other cause or where the Purchasing Officer
determines that the cost of disposal of such supplies or equipment would
exceed the recovery value, the Purchasing Officer shall dispose of the
same in such a manner as he or she deems appropriate and in the best
interest of the City.
Proceeds
Proceeds from the sale or trade-in of surplus property shall be returned to the
appropriate fund unless otherwise approved by the City Council.
SECTION 12 -FEDERAL REQUIREMENTS
The Purchasing Officer is responsible for adhering to Federal requirements for
the procurement of property or services stemming from federal aid.
A. This section shall apply to the awarding of sub -grants and contracts by the City
stemming from federal grants to the City. This section shall have the same
application on the awarding of sub -grants and contracts by the City stemming
from state, county or other non-federal government entity grants originating as
federal grants.
8B. The City will comply with 23 CFR Part 172 for federally funded contracts for
engineering and design related services for projects subject to the provisions of
23
U.S.C. 112(a) related to federal aid highway program construction projects.
C. Procurement Standards.
1. The City shall maintain a contract administration system which ensures
contractors perform in accordance with the terms, conditions and
specifications of their contracts or purchase orders.
Page 22 of 32
2. The City shall maintain written standards of conduct covering conflicts of interest
and governing the actions of its employees engaged in the selection, award and
administration of contracts. No employee, officer or agent of the City shall
participate in selection, or in the award or administration of a contract supported
by federal funds if a conflict of interest, real or apparent, would be involved. Such
a conflict would arise when:
a. The employee, officer or agent;
b. Any member of his or her immediate family;
c. His or her partner; or
d. An organization which employs, or is about to employ, any of the above, has
a financial or other interest in or a tangible personal benefit from a firm
considered for award.
3. The City's officers, employees or agents will neither solicit nor accept gratuities,
favors or anything of monetary value from contractors, potential contractors, or
parties to sub -agreements. Such a conflict will not arise where the financial
interest is not substantial, or the gift is an unsolicited item of nominal intrinsic
value. The City's standards of conduct provide for disciplinary actions to be
applied for violations of such standards by officers, employees, or agents of the
City.
4. The City shall not enter into a contract with a non -Federal entity has a parent,
affiliate, or subsidiary organization that is not a state, local government or Indian
tribe, unless the non -Federal entity maintains written standards of conduct
covering organizational conflicts of interest. Organizational conflicts of interest
mean due to relationships with a parent company, affiliate, or subsidiary
organization, the non -Federal entity is unable or appears to be unable to be
impartial in conducting a procurement action involving a related organization.
5. The City shall avoid acquisition of unnecessary or duplicative items. Consideration
will be given to consolidating or breaking out procurements to obtain a more
economic purchase. Where appropriate, an analysis will be made of lease versus
purchase alternatives, and any other appropriate analysis to determine the most
economical approach.
6. The City shall consider entering into state and local intergovernmental agreements
or inter -entity agreements where appropriate for procurement or use of common
or shared goods and services.
7. The City shall consider using Federal excess and surplus property in lieu of
purchasing new equipment and property whenever such use is feasible and
reduces project costs.
8. The City shall consider using value engineering clauses in contracts for
construction projects of sufficient size to offer reasonable opportunities for cost
reductions. Value engineering is a systematic and creative analysis of each
contract item or task to ensure its essential function is provided at the overall
lower cost.
9. The City shall make awards only to responsible contractors possessing the ability
to perform successfully under the terms and conditions of a proposed
procurement. Consideration will be given to such matters as contractor
Page 23 of 32
integrity, compliance with public policy, record of past performance and
financial and technical resources.
10. The City shall maintain records sufficient to detail the history of procurement.
These records will include but are not necessarily limited to the following:
rationale for the method of procurement, selection of contract type, contractor
selection or rejection and the basis for the contract price.
11. The City shall use time and material type contracts only:
a. After a determination is made that no other contract is suitable; and
b. If the contract includes a ceiling price the contractor exceeds at their own risk.
12. The City alone shall be responsible, in accordance with good administrative
practice and sound business judgment, for the settlement of all contractual and
administrative issues arising out of procurements. These issues include, but are
not limited to, source evaluation, protests, disputes and claims. These standards
do not relieve the City of any contractual responsibilities under its contracts.
D. Competition.
1. The City will conduct procurement transactions in a manner providing full and open
competition. To ensure objective contractor performance and eliminate unfair
competitive advantage, contractors developing or drafting specifications,
requirements, statements of work, or invitations for bids or requests for proposals
shall be excluded from competing for such procurements.
2. The City shall conduct procurements in a manner prohibiting the use of statutorily
or administratively imposed in-state or local geographical preferences in the
evaluation of bids or proposals, except in those cases where applicable Federal
statutes expressly mandate or encourage geographic preference. When
contracting for architectural and engineering (A/E) services, geographic location
may be a selection criterion provided its application leaves an appropriate number
of qualified firms, given the nature and size of the project, to compete for the
contract.
3. The City shall have written procedures for procurement transactions. These
procedures will ensure that all solicitations:
a. Incorporate a clear and accurate description of the technical requirements for
the material, product or service to be procured. Such description shall not, in
competitive procurements, contain features which unduly restrict competition.
The description may include a statement of the qualitative nature of the
material, product or service to be procured, and when necessary, shall set
forth those minimum essential characteristics and standards to which it must
conform if it is to satisfy its intended use. Detailed product specifications
should be avoided. When it is impractical or uneconomical to make a clear and
accurate description of the technical requirements, a brand name or equal
description may be used to define the performance or other salient
requirements of procurement. The specific features of the named brand which
must be met by offerors shall be clearly stated; and
Page 24 of 32
b. Identify all requirements which the offerors must fulfill and all other factors to
be used in evaluating bids or proposals.
4. The City shall ensure prequalified lists of persons, firms or products that are used
in acquiring goods and services are current and include enough qualified sources
to ensure maximum open and free competition. The City shall not preclude
potential bidders from qualifying during the solicitation period.
E. Methods of Procurement to be Followed. The City shall use one of the following
methods of procurement:
1. Procurement by Micro -Purchases. Procurement by micro -purchase is the
acquisition of supplies or services, the aggregate dollar amount of which does
not exceed the micro -purchase threshold as set by the Federal Acquisition
Regulation at 48 CFR Subpart 2.1 (Definitions) and adjusted periodically for
inflation. As of the date of this ordinance, the micro -purchase threshold is
$010,500000.
2 -.-Procurement by Small Purchase Procedures. Small purchase procedures are
those relatively simple and informal procurement methods for securing services,
supplies or other property that do not cost more than the simplified acquisition
threshold as set by the Federal Acquisition Regulation at 48 CFR Subpart 2.1
(Definitions) and in accordance with 41 U.S.C. 1908 and periodically adjusted for
inflation. If small purchase procedures are used, price or rate quotations shall be
obtained from an adequate number of qualified sources. As of the date of this
ordinance, the simplified acquisition threshold is
2_$350250,000. For purchases exceeding fifty thousand ($50,000), City Council approval is
required.
3. Procurement by Sealed Bids (Formal Advertising). Bids are publicly solicited and a
firm -fixed-price contract (lump sum or unit price) is awarded to the responsible
bidder whose bid, conforming to all the material terms and conditions of the
invitation for bids, is the lowest in price.
a. For sealed bidding to be feasible, the following conditions should be present:
(1) A complete, adequate, and realistic specification or purchase description
is available;
(2) Two or more responsible bidders are willing and able to compete
effectively for the business; and
(3) The procurement lends itself to a firm -fixed-price contract and the
selection of the successful bidder can be made principally based on price.
b. If sealed bids are used, the following requirements apply:
(1) The invitation for bids will be publicly advertised and bids shall be solicited
from an adequate number of known suppliers, providing them sufficient
time prior to the date set for opening the bids;
(2) The invitation for bids, which will include any specifications and pertinent
attachments, shall define the items or services for the bidder to properly
respond;
Page 25 of 32
(3) All bids will be publicly opened at the time and place prescribed in the
invitation for bids;
(4) A firm -fixed-price contract award will be made in writing to the lowest
responsive and responsible bidder. Where specified in bidding
documents, factors such as discounts, transportation cost and life cycle
costs shall be considered in determining which bid is lowest. Payment
discounts will only be used to determine the low bid when prior experience
indicates that such discounts are usually taken advantage of; and
(5) If there is a sound documented reason, any or all bids may be rejected.
4. Procurement by Competitive Proposals. The technique of competitive proposals is
normally conducted with more than one source submitting an offer, and either a
fixed-price or cost -reimbursement type contract is awarded. It is generally used
when conditions are not appropriate for the use of sealed bids. If this method is
used, the following requirements apply:
a. Requests for proposals shall be publicized and identify all evaluation factors
including relative importance. Any response to publicized requests for
proposals shall be honored to the maximum extent practical;
b. Proposals will be solicited from an adequate number of qualified sources;
c. The City shall conduct technical evaluations of the proposal received and for
selecting awardees;
d. Awards will be made to the responsible firm whose proposal is most
advantageous to the program, with price and other factors considered; and
e. The City may use competitive proposal procedures for qualifications -based
procurement of architectural/engineering (A/E) professional services whereby
competitors' qualifications are evaluated, and the most qualified competitor is
selected, subject to negotiation of fair and reasonable compensation. The
method, where price is not used as a selection factor, can only be used in
procurement of A/E professional services. It cannot be used to purchase other
types of services though A/E firms are a potential source to perform the
proposed effort.
5. Procurement by noncompetitive proposals is procurement through solicitation of
a proposal from only one source and may be used only when one or more of the
following circumstances applies:
a. The item is available only from a single source;
b. The public exigency or emergency for the requirement will not permit
delay resulting from competitive solicitation;
c. The Federal awarding agency or pass-through entity expressly authorizes
noncompetitive proposals in a written request from the City; or
d. After solicitation of multiple sources, competition is determined inadequate.
6. Contracting with Small and Minority Businesses, Women's Business Enterprises
and Labor Surplus Area Firms.
Page 26 of 32
a. The City shall take all necessary affirmative steps to assure that minority
businesses, women's business enterprises and labor surplus area firms are
used when possible.
b. Affirmative steps include:
(1) Placing qualified small and minority businesses and women's business
enterprises on solicitation lists;
(2) Assuring that small and minority businesses and women's business
enterprises are solicited whenever they are potential sources;
(3) Dividing total requirements, when economically feasible, into smaller
tasks or quantities to permit maximum participation by small and minority
businesses and women's business enterprises;
(4) Establishing delivery schedules, where the requirement permits, which
encourage participation by small and minority businesses and women's
business enterprises;
(5) Using the services and assistance, as appropriate, of such organizations
as the Small Business Administration and the Minority Business
Development Agency of the Department of Commerce; and
(6) Requiring the prime contractor, if subcontracts are to be let, to take the
affirmative steps listed in subsections 6.b.(1) through (6) of this section.
7. Contracts Cost and Price.
a. The City shall perform a cost or price analysis in every procurement action
exceeding the simplified acquisition threshold including contract
modifications. The method and degree of analysis will be dependent on the
facts surrounding each procurement situation. As a starting point, the City
shall make independent estimates before receiving bids or proposals.
b. The City must negotiate profit as a separate element of the price for each
contract in which there is no price competition and, in all cases, where cost
analysis is performed. To establish a fair and reasonable profit, consideration
must be given to the complexity of the work to be performed, the risk borne
by the contractor, the contractor's investment, the amount of subcontracting,
the quality of its record of past performance, and industry profit rates in the
surrounding geographical area for similar work.
c. Costs or prices based on estimated costs for contracts under the Federal
award will be allowable only to the extent that costs incurred or cost estimates
included in negotiated prices would be allowable for the City under Subpart
E - Cost Principles of Title 2, Subtitle A, Part 200 (Uniform Administrative
Requirements, Cost Principles, and Audit Requirements for Federal Awards).
d. The cost plus a percentage of cost and percentage of construction cost
methods of contracting shall not be used.
Page 27 of 32
8. Federal Awarding Agency or Pass -Through Entity Review.
a. The City shall make available, upon request of the Federal awarding agency
or pass-through entity, technical specifications on proposed procurements
where the Federal awarding agency or pass-through entity believes such
review is needed to ensure that the item or service specified is the one being
proposed for purchase.
b. The City shall make available upon request, for the Federal awarding agency
or pass-through entity pre -procurement review, procurement documents,
such as requests for proposal or invitations for bids, or independent cost
estimates when:
(1) The City's procurement procedures or operation fails to comply with the
procurement standards of Title 2, Subtitle A, Part 200, Subsection
200.324;
(2) The procurement is expected to exceed the simplified acquisition
threshold and is to be awarded without competition or only one bid or offer
is received in response to a solicitation;
(3) The procurement, which is expected to exceed the simplified acquisition
threshold, specifies a "brand name" product;
(4) The proposed contract is more than the simplified acquisition threshold
and is to be awarded to other than the apparent low bidder under a sealed
bid procurement; or
(5) A proposed' modification changes the scope of a contract or increases
the contract amount by more than the simplified acquisition threshold.
c. The City may be exempted from the pre -procurement review in subsection
8.b. above if the Federal awarding agency or pass-through entity determines
that its procurement systems comply with the standards set forth in Title 2,
Subtitle A, Part 200, or the City self -certifies compliance with such standards
if self -certification is permitted by the Federal awarding agency or pass-
through entity.
9. Bonding Requirements. For public projects, the City shall require bid guarantees,
performance bonds, and payment bonds consistent with Title 2, Part 200, Section
200.325 of the Code of Federal Regulations.
10. Contract Provisions. The City's contracts shall contain the prov1slons in
Appendix II to Title 2, Subtitle A, Part 200 - Contract Provisions for non -Federal
Entity Contracts Under Federal Awards, as applicable.
SECTION 13 -QUARTERLY REPORT —PURCHASES OVER $10,000
A quarterly report shall be submitted to the City Council no later than 45 days following the end
of each quarter. This report shall include all purchase orders issued during the reporting period
with a value exceeding $10,000. Note that this section can only be altered with approval of the
City Council. This section may only be modified with the City Council's approval.
Page 28 of 32
SECTION 13-14 —GLOSSARY OF PURCHASING TERMS
AGREEMENT An understanding or arrangement between two or more parties. Also
see "Contract" and 'Purchase Order".
APPROPRIATION City Council authorization to expend public funds for a specific
purpose
AS IS A term indicating that goods offered for sale in existing condition are
without Warranty or Guarantee.
AWARD The acceptance of a Bid, Quote, or Proposal.
BID The executed document submitted by a Bidder in response to Notice
Inviting Bids (NIB), a Proposal, or a Requests for Quotations.
BIDDER A person or legal entity who submits a bid in response to a
solicitation. See Bid or Proposal.
BLANKET PURCHASE
ORDER An Agreement of no more than one year between the City and a
Vendor allowing authorized City employees to charge repetitive
Purchases of supplies, equipment or services at pre -arranged prices,
dollar limits and/or other terms and conditions.
BRAND NAME A trade name which serves to identify a product or particular
manufacturer.
CHANGE ORDER Written modification or addition to a Purchase Order or
Contract/Agreement authorized by the appropriate authority.
CITY City shall mean the City of Rosemead, and other such districts,
authorities, or agencies as may be governed by the members of the
City of Rosemead City Council.
CITY ATTORNEY Shall mean and include the City Attorney of the City of Rosemead and/or
the Rosemead Community Development Commission.
CITY COUNCIL Shall mean and include the City Council of the City of Rosemead, the
Commissioners of the Rosemead Community Development
Commission and the Commissioners of the Rosemead Housing
Development Commission. It shall also mean the governing boards of
such other districts, authorities, or agencies as may be governed by
the City Council of the City of Rosemead.
Page 29 of 32
COLLUSION WITH BIDDER OR VENDOR
Any secret agreement to purposefully be fraudulent or deceitful for
purposes of influencing the outcome of a bid process. Collusion may
occur between an agency, employee, or representative of the City with
a prospective bidder or vendor in some cases one or more bidders or
vendors may collide to manipulate a purchase award.
COMPETITIVE
BIDDING The submission of prices by individuals or firms competing for a
Contract, privilege, or right to supply merchandise or services.
CONFLICT
OF INTEREST The City's Conflict of Interest Code applies to each and every
transaction entered into pursuant to the provisions of the Purchasing
System and this manual. The Conflict of Interest Code adopted by
the City of Rosemead has adopted the State of California
Administrative Code Section 18730 which contains a standard model
and is adopted by reference by the City.
CONTRACT A verbal or written, legally binding mutual promise between two
parties, e.g., an accepted Purchase Order.
CONTRACT PURCHASE ORDER
A Purchase Order (usually issued for one year) outlines unit prices to
be charged by the Vendor for the term of the Purchase Order. This
type of Purchase Order is generally used for such things as electrical,
plumbing and other goods and services which are anticipated to be
needed periodically throughout the year. The Bids are usually
expressed at hourly rates plus parts expressed at a specific Discount
below list price.
Zil IX -10
ORDER A Purchase Order (usually issued for one year) outlines unit prices to
be charged by the Vendor for the term of the Purchase Order. This
type of Purchase Order is generally used for such things as electrical,
plumbing and other goods and services which are anticipated to be
needed periodically throughout the year. The Bids are usually
expressed at hourly rates plus parts expressed at a specific Discount
below list price.
DESIGNEE A duly authorized and appointed representative of an employee that
holds a superior position to the person appointed to represent him or
her.
DISCOUNT An allowance or deduction from a normal or list price extended by a
seller to a buyer to make the unit price more competitive.
Page 30 of 32
DISPOSE OF EMERGENCY PURCHASE
To transfer or part with, to sell; to get rid of; to throw out. See
Urgency Purchase.
ENCUMBRANCE Committing budgeted funds prior to receiving supplies, equipment or
services; funds are shown as an encumbrance until supplies,
equipment or services are received, at which time funds are actually
expended.
EQUIPMENT Personal property necessary to conduct the City's business, including,
but not limited to furnishings, machinery, vehicles, rolling stock, and
other property used to conduct the City's business.
FORMAL BID A Bid which must be submitted in a sealed envelope and in
conformance with a prescribed format, to be opened and announced
at a specified time at a public opening.
GENERAL
SERVICES Services such as janitorial, uniform cleaning, maintenance, and other
services for which the performance of such activities do not require
any unique skill, special background or training.
GAURANTEE A pledge or assurance that something is as represented and will be
replaced or repaired if it fails to meet the stated Specifications.
INFORMAL BID Written or verbal Quotations for supplies, equipment and services
which pursuant to this policy are not required to meet the formal
bidding requirements. Informal Bids include unsealed written quotes,
verbal quotes and quotes received via fax.
LOWEST
(RESPONSIVE)
BIDDER
LOWEST BIDDER/
VENDOR
RMC
The Bidder submitting the lowest price and capable of performing the
proposed Contract. See also "Responsive Bidder".
Any individual, partnership, or corporation which regularly maintains a
place of business within the incorporated City Limits of the City of
Rosemead and has obtained a business license issued by the City of
Rosemead.
Rosemead Municipal Code
MALFEASANCE An act which is, in itself, unlawful or unauthorized; acting in a manner
wholly beyond one's jurisdiction.
MISFEASANCE Performance of a lawful action (an action in one's jurisdiction) in an
illegal or improper manner.
Page 31 of 32
NON FEASANCE Failure to act when one has the affirmative duty or authority to do so.
NON LOCAL
BIDDERIVENDOR Any individual, partnership, or corporation which does not have a
place of business within the incorporated City Limits of the City of
Rosemead.
NON-RESPONSIVE
BIDDER A Bid that does not conform to the essential requirements of the
Notice Inviting Bids. Non -Conforming Bid. Unresponsive Bid.
NOTICE INVITING
BIDS (NIB) A formal notice published in the newspaper or elsewhere or sent
directly to potential Bidders, notifying them that the City is accepting
bids for a specific purpose.
PROFESSIONAL
SERVICE Any work performed by an auditor, attorney, doctor, architect,
engineer, land surveyor, construction project manager, appraiser,
expert, or consultant, for example.
PROPOSAL The executed document submitted by an offer or in response to a
Request for Proposals (and the basis for subsequent negotiation).
PUBLIC
CONTRACT
CODE Shall mean Public Contract Code of the State of California
PUBLIC PROJECT (DEFINITION IS FROM STATE OF CALIFORNIA PUBLIC
CONTRACT CODE)
a) A project for the erection, improvement, painting, or repair of
public buildings and works.
b) Work in or about streams, bays, waterfronts, embankments or
other work for protection against overflow.
c) Street or sewer work except maintenance or repair.
d) Furnishing supplies or materials for any such project, including
maintenance or repair of streets, sewers, or water systems.
PUBLICLY OWNED, LEASED or OPERATED FACILITY
Any plant, building, structure, ground facility, utility system, real
property, streets and highways or other capital improvement for which
the project will be undertaken by the City.
Page 32 of 32
PURCHASE Renting, leasing, licensing, trading or in any other way acquiring
Equipment, Supplies, or Services is determined to be a purchase on
behalf of the City of Rosemead.
Page 33 of 32
PURCHASING
OFFICER The City Manager officer or his/her designated representative.
PURCHASE
ORDER A document that authorizes the delivery of specified merchandise or
the rendering of certain services and the making of a charge for them.
QUALIFIED BIDDER OR VENDOR CHARACTERISTICS
A "qualified" bidder, is a bidder that demonstrates the following:
(1) can provide product quality, fitness, and capacity for the
required usage.
(2) has the ability, capacity, and skill to perform the contract or
provide the service required.
(3) has demonstrated character, integrity, reputation, judgment,
experience, and efficiency, particularly with reference to past
purchases by the city or other public agencies.
(4) has the ability to perform within the time required.
(5) has shown quality of performance and/or of products provided
in previous contracts or services with the city or other public
agencies.
(6) Note: Previous documented incidents of unsatisfactory
performance and/or unsatisfactory delivery, materials, or
services may also result in a determination of unqualified.
QUOTATION A statement of price, terms of sale, and description of goods or
services offered by a prospective seller to a prospective Purchaser,
usually for Purchases below the amount requiring Formal Bidding.
REQUEST FOR QUOTATION (RFQ)
The document generally used for seeking competition on small
Purchases or on any Purchase that does not require competitive
Sealed Bidding. Can be used for obtaining price and delivery
information for Sole Source and emergencies. Also, see Quotation.
RESPONSIBLE BIDDERIVENDOR
A person who has the capability in all respects to perform in full the
Contract requirements, and the integrity and reliability which will
assure good faith performance.
RESPONSIVE BIDDER
(1) A person who has submitted a Bid which confirms in all material
respects to the Notice Inviting Bids (NIB) or (2) One who's Bid
conforms in all material respects to the terms and conditions,
Specifications and other requirements of the NIB.
SEALED BID A Bid which has been submitted in a sealed envelope to prevent its
contents from being revealed or known before the deadline for the
Page 34 of 32
submission of all Bids; required on Formal Bids.
Page 35 of 32
SOLE SOURCE An Award for a commodity or service to the only reasonably known
capable supplier due to the unique nature of the requirement, the
supplier, or market conditions.
SPECIFICATIONS A description of what the Purchaser seeks to buy or accomplish, and
consequently, what a Bidder must be responsive to in order to be
considered for Award of a Contract. A Specification may be a
description of the physical or functional characteristics, or the nature of
a supply or service. It may include a description of any requirements
for inspecting, testing, or preparing a supply or service item for delivery.
SPLIT To divide a Purchase into two or more parts in order to avoid the
requirements of the Purchasing Policy. This action is prohibited by the
Policy.
Example of Split: If a department knows it will use $30,000 of a
particular supply in one fiscal year and they place two orders six months
apart to keep each order below the $30,000 limit, the action is
considered Splitting and is not allowed under the policy.
Not a Split:
If a department hires ABC Engineering to prepare a fee study for
$10,000 and also hires the same company to oversee a capital
improvement project for $15,000, the action is not considered splitting.
SURPLUS PROPERTY SUPPLIES
Any City personal property that is no longer needed or usable by the
holding department. Office Supplies, janitorial Supplies, materials,
goods, or other, tools, or other commodities used in the general
conduct of the City's business, excepting Supplies or materials for a
Public Work which is regulated under the Public Contract Code
section 20160, et seq.
,11:Ze34:Iwo
PURCHASE A purchase which may done without competitive bidding or obtaining
quotes when time is of the essence and is made only for the following
reasons: (1) To preserve or protect life, health or property; or (2) Upon
natural disaster; or (3) To forestall a shutdown of essential public
services.
USING or REQUESTING DEPARTMENT
An established department or division of the City
of which shall utilize the goods, equipment, or
other purchases which are to be obtained using
the Purchasing System as established by the City
of RMC, Section 3.24.
Page 36 of 32
VENDOR A supplier of goods or services.
WARRANTY The representation that something is true. Not to be confused with
"Guarantee". A representation of utility, condition, and durability
made by a Bidder or Vendor of a product offered.
REQUEST FOR
PROPOSAL (RFP) All documents, whether attached or incorporated by reference,
utilized for soliciting competitive Proposals. The RFP procedure
permits negotiation of Proposals and prices as distinguished from
Competitive Bidding and a Notice Inviting Bids. The procedure allows
changes to be made after Proposals are opened and contemplates
that the nature of the Proposals and/or prices offered will be negotiated
prior to Award.
Attachments
A - Lobbying Certification for Contracts, Grants, Loans & Cooperative Agreements
B - Purchasing Checklist
Page 37 of 32
Purchasing Policy - Attachment A
LOBBYING CERTIFICATION FOR CONTRACTS, GRANTS,
LOANS & COOPERATIVE AGREEMENTS
The undersigned certifies, to the best of his or her knowledge and belief, that:
1. No federally appropriated funds have been paid or will be paid, by or on behalf of the
undersigned, to any person for influencing or attempting to influence an officer or employee
of an agency, a Member of Congress, an officer or employee of Congress, or an employee of
a Member of Congress in connection with the awarding of any federal contract, the making of
any federal grant, the making of any federal loan, the entering into of any cooperative agreement,
and the extension, continuation, renewal, amendment, or modification of any federal contract,
grant, loan, or cooperative agreement.
2. If any funds other than federally appropriated funds have been paid or will be paid to any person
for influencing or attempting to influence an officer or employee of any agency, a Member of
Congress, an officer or employee of Congress, or an employee of a Member of Congress in
connection with this federal contract, grant, loan, or cooperative agreement, the undersigned
shall complete Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with
its instructions.
3. The undersigned shall require that the language of this CERTIFICATION be included in the
award documents for all sub -awards at all tiers (including subcontracts, sub -grants, and
contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall
certify and disclose accordingly.
This CERTIFICATION is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this CERTIFICATION is a prerequisite for
making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person
who fails to file the required CERTIFICATION shall be subject to a civil penalty of not less than
$10,000 and not more than $100,000 for each such failure.
Signature
Name of Company
Date
Purchasing Policy -Attachment B
Purchasing Checklist
DOCUMENTATION < $5,000
$5,000.01-
$3050,000
$3050,000.0
1
Price Quote *
X
Vendor or Letter Agreement
X
Professional Services Agreement
X
X
Formal Bid Procedures
X
Insurance Certificate - If City will be risking
liability
X
X
Verify Filing of Business License X
X
X
Purchase Order
X
Department Request/Authorization X
X
X
PAYMENT
Demand X
X
Purchase Order- Blanket X
X
Purchase Order - Regular
X
APPROVAL LEVEL Department
Head
City
Manager
City
Council