Council PKT 11-17-2003 SpecialAGENDA
FEDERAL WAY CITY COUNCIL
Special Meeting
Council Chambers - City Hall
November 17, 2003 - 4:00 p.m.
(www. ci.f ederal-way, wa. us)
CALL MEETING TO ORDER
II.
NEW CITY HALL UPDATE
III. ADJOURNMENT
I
0
............ _8._t.h_ ....... AVENUE SOUTH
............................. -'Z'2 ~"~ ...............................
Z
DATE:
TO:
VIA:
FROM:
SUBJECT:
November 10, 2003 -
City Counci~
D avid Mos~ld~lty lVl~anager
Derek Matheson, Assistant City Manager~..~v
Waiving Section 7(B) of the Purchasing Policies for City Hall Project
Background
At the City Council Special Meeting on July 22, 2003, staff explained that the City would save
upwards of $500,000 by acting as its own contruction manager - taking the place of a general
contractor - for the City Hall Project.
On most capital projects, staff follows the Purchasing Policies and state law by drafting
specifications, advertising for bids, evaluating the bids, and then submitting a recommendation for
Council for approval of the contract with the successful bidder. The specifications and the contract
with the general contractor authorize the hiring and use of subcontractors on the project. The City
does not contract directly with the individual subcontractors. As a result Council does not
separately approve the contract for each subcontractor. Instead Council's approval is based upon the
general contract for a specified dollar amount, which must not exceed the Council-approved project
budget absent extenuating circumstances.
As construction manager for the City Hall Project, staffwill continue to utilize the purchasing
procedures as established in the Council Purchasing Policies and state law in regard to competitive
bidding. However, in addition to the competitive purchasing procedures, the established City
approval process requires City staffto present proposed contracts in excess of $20,000 to a Council
Committee and then to full Council for approval. The City approval process takes approximately
one month or more to complete considering the schedule of the Council Committees and the
Council meetings. Staff estimates that the additional time for the approval process of all the
subcontractor contracts over $20,000 will significantly delay the completion of the tenant
improvements for the City Hall Project, and thus delay the opening of the new City Hall by July
2004 if Section 7(B) of the Purchasing Policies is not waived.
The proposed resolution would allow staff, as the construction manager for the City Hall Project, to
conduct business as other general contractors by hiring subcontractors (tentatively 11) with the City
Manager executing the contracts without separate Council approval as long as the cost does not exceed
Council-approved project budget of $15.3 million. Staff recommends Council adopt the proposed
resolution.
Recommendation
That the Council hear staff's presentation at the special Council meeting on Monday, November 17,
2003, and adopt the proposed resolution at its regular meeting on Tuesday, November 18, 2003.
RESOLUTION NO.
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
FEDERAL WAY, WASHINGTON, WAIVING SECTION 7(B)
OF THE CITY OF FEDERAL WAY PURCHASING POLICIES
FOR PURPOSES OF THE MUNICIPAL FACILITY PROJECT.
WHEREAS, the City of Federal Way has determined that it may save costs by acting as its
own construction manager for purposes of the Municipal Facility Project; and
WHEREAS, this will require the City to execute several contracts with individual
subcontractors rather than one contract with a general contractor; and
WHEREAS, the City anticipates that many of these contracts will be over $20,000; and
WHEREAS, Section 7(b) of the City's purchasing policies require that contracts over
$20,000 be approved by the City Council; and
WHEREAS, the City Council approval process can take up to a month due to Council and
Committee meeting schedules; and
WHEREAS, this approval could cause delay in the completion of Work on the Municipal
Facility and thereby delay the opening of the Municipal Facility; and
Res. # ., Page 1
WHEREAS, the City could both increase efficiency and save costs by waiving the
requirements of Section 7(b) of the City of Federal Way Purchasing Policies, requiring City Council
approval, for purposes of contracting for the Municipal Facility Project; and
WHEREAS, all other Purchasing Policies and applicable state laws, such as competitive
bidding requirements, will remain in effect; and
WHEREAS, the City Council has determined that it is in the public interest to waive Section
7(b) of the City of Federal Way Purchasing Policies for purposes of the Municipal Facility Project;
NOW THEREFORE, THE CITY COUNCIL OF THE CITY OF FEDERAL WAY,
HEREBY RESOLVES AS FOLLOWS:
Section 1. Section 7(b) of the City of Federal Way Purchasing Policies is waived for
purposes of the Municipal Facility Project.
Section 2. Severability. If any section, sentence, clause or phrase of this resolution should be
held to be invalid or unconstitutional by a court of competent jurisdiction, such invalidity or
unconstitutionality shall not affect the validity or constitutionality of any other section, sentence,
clause or phrase of this resolution.
Section 3. Ratification. Any act consistent with the authority and prior to the effective date of
this resolution is hereby ratified and affirmed.
Res. # , Page 2
Section 4. Effective Date. This resolution shall be effective immediately upon passage by the
Federal Way City Council.
RESOLVED BY THE CITY COUNCIL OF THE CITY OF FEDERAL WAY,
WASHINGTON this
day of ., 2003.
CITY OF FEDERAL WAY
MAYOR, JEANNE BURBIDGE
ATTEST:
CITY CLERK, N. CHRISTINE GREEN, CMC
APPROVED AS TO FORM:
CITY ATTORNEY, PATRICIA A. RICHARDSON
FILED WITH THE CITY CLERK:
PASSED BY THE CITY COUNCIL:
RESOLUTION NO.:
K:/Resolution/7(b) Reso
Res. # , Page 3
CITY OF FEDERAL WAY
PURCHASING POLICIES
Section 1.
Section 2.
Section 3.
Section 4.
Section 5.
Section 6.
Section 7.
Section 8.
Section 9.
Section 10.
Section 11.
Section 12.
Section 13.
Section 14.
Section 15.
Section 16.
Section 17.
Section 18.
Section 19.
Section 20.
Section 21.
Section 22.
Section 23.
Section 24.
Section 25.
Section 26.
Section 27.
GENERAL PROVISIONS
Purpose.
Application.
Federal funds.
Grants.
Professional service contracts.
Responsibility for purchasing.
Authority to execute.
Routine expenses.
Recycling procurement policy.
COMPETITIVE BIDDING PROCESS
Bid limits.
Competitive bidding.
General standards for determining lowest responsible bidder.
Cancellation of requests for bids or requests for proposals.
Specifications.
City procurement records.
Unauthorized purchases.
EXCEPTIONS TO COMPETITIVE BIDDING REQUIREMENT
Cooperative purchasing.
Emergency procurement.
Other exemptions.
MATERIALS, SUPPLIES AND EQUIPMENT
Small purchases.
Inspection and testing.
Purchases for special events.
PUBLIC WORKS OR IMPROVEMENTS
Definition of public works.
Plans and specifications - Estimates - Publication - Emergencies.
Small works roster.
Bonds and bid security - Noncollusion affidavit -- Insurance.
Administrative procedures.
GENERAL PROVISIONS
Section 1. Purpose.
The purpose of, this chapter is to protect and advance the public interest by providing for
the fair and equitable treatment of all persons involved in the purchasing process, by maximizing
the purchasing value of, public funds, by providing safeguards f.or maintaining a purchasing
system of' quality and integrity, and by following state law.
Section 2. Application.
This chapter applies to the award of contracts by the City for (1) purchases of materials,
supplies, and equipment;(2) public works and improvements; and (3) non-professional services.
This chapter does not apply to (1) the reimbursement of business expenses incurred by
employees as governed by Ordinance No. 90-25 as now or hereafter amended; (2) purchase
and/or lease of real estate; (3) lease agreements for materials, supplies and equipment unless the
agreement is in excess of twenty thousand dollars or for more than three (3) years duration; and
(4) professional and non-professional service contracts as defined in Section 5.
Section 3. ' Federal Funds.
When a purchase involves the expenditure of federal funds,
conducted in accordance with any applicable federal law or regulation.
purchasing shall be
Section 4. Grants.
Nothing in this chapter shall prevent the City from complying with the terms and
conditions of any grant, gift or bequest which is otherwise consistent with law.
Section 5. Professional service contracts.
Professional services, including contracts for architectural, engineering, legal and
consulting services, are not subject to the requirements of this chapter. Contracts for architectural
and engineering services shall be awarded in accordance with Chapter 39.80 RCW. For purposes
of this section, "professional services" are those services involving labor, skill, education and
special knowledge and where the labor and skill involved is predominately mental or intellectual,
rather than physical or manual.
Section 6. Responsibility for purchasing.
A. General. The director of finance or designee shall be responsible for all city purchasing
under this resolution except where otherwise provided. The director or designee shall be head of
the purchasing division of the finance department and shall administer the purchasing policies
(hereinafter "Purchasing Policies").
B. Duties. In accordance with the Purchasing Policies, the director of finance or designee
shall:
(1) Purchase or supervise the purchase of all materials, supplies, equipment and
nonprofessional services and award of all public works and improvement contracts by the City;
(2) Sell, trade or otherwise dispose of surplus personal property belonging to the City.
The city manager shall be responsible for the disposal of real property;
(3) Establish and maintain programs for specifications development, contract
administration and inspection and acceptance, in cooperation with the city departments using the
items purchased;
(4) Propose operational procedures consistent with the Purchasing Policies relating to
the execution of his/her duties. Such procedures shall be followed by all city departments. These
operational procedures are subject to prior approval of the city manager. The city manager may
amend the procedures as he or she deems appropriate; and
(5) Determine liability and property damage insurance requirements, including but not
limited to coverage requirements, limits of liability, necessary endorsements and other matters
relating to insurance, for any contract entered into by the City under this chapter.
Section 7. Authority to execute.
Every contract under the Purchasing Policies where the annual cost to the City or the
annual revenue to be received by the City for such contracts is:
A. Twenty thousand dollars or less, the city manager or his/her designee is authorized to
sign such contracts on behalf of the City;
B. More than twenty thousand dollars, approval of the city council is required for such
contracts.
Section 8. Routine expenses.
Routine expenses such as utilities charges, claims and judgments, witness fees,
governmental taxes and governmental fees for licenses and permits may be acquired, ordered or
paid in the best interests of the City within budget appropriations or other council authorization
therefor.
Section 9. Recycling procurement policy.
A. Intent. In accordance with RCW 35A.40.210, 35.22.620(10) and 39.30.40 including all
future amendments, additions and deletion, the City of Federal Way finds it desirable to adopt a
procurement policy promoting the use of recycled products and recyclable products by the City
of Federal Way departments, thereby stimulating the demand for these products and helping to
develop markets for materials that have been diverted from the solid waste stream.
B. Use of recycled Materials. All City of Federal Way departments shall use recycled
products and recyclable products whenever practicable and reasonable.
C. Duty of the Director of Finance or Designee. The director of finance or designee shall
establish and maintain a list of recycled and recyclable products that are available to be
purchased by departments whenever practicable.
COMPETITIVE BIDDING PROCESS
Section 10. Bid Limits.
The competitive bidding process outlined in Section 11 is required whenever the
estimated cost of a purchase of materials, supplies and equipment, or a contract for public work
or improvement (including the cost of materials, supplies, equipment and labor), will exceed the
sums as set forth in RCW 35A.40.210 and 35.22.620(3) including all future amendments,
additions and deletions.
Whenever the estimated cost of the materials, supplies and equipment is less than the bid
limit as stated above, purchases shall be made in a manner authorized by Section 24 (small
purchases).
Whenever the estimated cost of the public work or improvement is less than the bid limit
as stated above a contract for the public work or improvement may be awarded in the manner
authorized by Section 21 (small works roster). The public work or improvement may be
performed by city employees within the limits and to the extent authorized by state law.
Section 11. Competitive bidding.
A. General. Any purchase of material, supplies, and equipment, or any contract for public
works or improvements where the cost thereof exceeds the bid limit in Section 10. shall be by
competitive bidding in accordance with RCW 35A.40.210 and 35.22.620(6) including all future
amendments, additions and deletions, except for purchases and contracts made pursuant to
Sections 17 (cooperative purchasing), 18 (emergency) and 19 (sole source).
B. Request for Bids. A request for bids shall be issued which shall include the specifications
and the contractual terms and conditions applicable to the procurement.
C. Public Notice. Public notice of the request for bids shall be given not less than fourteen
(14) calendar days prior to the date set forth therein for the opening of bids unless another
timeline is deemed necessary by the director of finance or designee. Such notice shall be
published, at least once each week for two (2) consecutive weeks in a newspaper of general
circulation. The public notice shall state the date and time of bid opening. Bids not received by
the date and time stated for bid opening will not be accepted or considered.
D. Bid Opening. Bids shall be submitted sealed to the office of the director of finance or as
otherwise specified at any time within regular business hours and shall be identified as bids on
the envelope. Bids shall be opened in public by the director of finance or designee at the time
and place stated in the request for bids. The amount of each bid, and such other relevant
information as the director of finance or designee deems appropriate, together with the name of
each bidder, shall be announced and recorded. The record and each bid shall be open to public
inspection. The director of finance or designee shall tabulate the bids and submit them to the
concerned department, which will make appropriate recommendations to the city manager.
E. Bid Evaluation. Bids shall be evaluated based on the specifications and other relevant
evaluation criteria set forth in the bid specifications. The evaluation criteria shall be objectively
measurable whenever possible, and may include such factors as discounts, transportation costs,
and total or life cycle costs, inspection 'or testing which has been done of the product bid, quality,
workmanship, delivery time, and suitability for a particular purpose.
Bid irregularities. Except where otherwise provided in these Purchasing Policies, bids
containing irregularities will be accepted by the City for consideration. Any action concerning
the bid(s) containing irregularities shall be at the discretion of the city manager and/or city
council in accordance with the provisions of law. The call for bids for all bids shall state the
reserved fight of the City to reject any and all bids and to waive irregularities in any provided
that no bidder shall be permitted to gain unfair advantage over other bidders by action of the city
council pertaining to this section.
G. Correction or withdrawal of errors; Cancellation of Awards. Correction or withdrawal of
inadvertent errors in bids before or after bid opening, or cancellation of awards or contracts
based on such bid mistakes, may be permitted by the City to the extent allowed by law. Mistakes
discovered before bid opening may be modified or the bid may be withdrawn by written or
telegraphic notice received in the office designated in the request for bids prior to the time set for
opening. After bid opening, corrections in or withdrawal of bids shall be permitted only to the
extent that the bidder can show by clear and convincing evidence that a mistake was made, the
nature of the mistake, and the bid price actually intended. All decisions to permit the correction
or withdrawal of bids after bid opening, or to cancel awards or contracts based on bid mistakes,
will be made by the city manager.
H. Award or rejection of bids. The recommended bids over twenty thousand dollars shall be
submitted to the city council by the city manager. The city council may award the bid to the
lowest responsive, responsible bidder in accordance with Section 12, or may reject all bids in its
sole discretion. The contract shall be considered and/or awarded to the lowest responsible bidder
whose bid meets the specifications and evaluation criteria set forth in the request for bids.
I. Recalling for bids. The city council may reject any or all bids and/or call for further bids.
If no responsive, responsible bid is received on the first call, the City may readvertise and make a
second call, or may enter into a contract without any further call.
Section 12. General standards for determining lowest responsible bidder.
In accordance with RCW 43.19.1911 including all future amendments, additions and
deletions to determine the lowest responsive, responsible bidder, in addition to price, the
following may be considered:
A. The ability, capacity and skill of the bidder to perform the contract;
B. Whether the bidder can perform the contract promptly, or within the time specified,
without delay or interference;
C. The reputation, experience and efficiency of the bidder;
D. The quality of performance of previous contracts by the bidder;
E. The previous and existing compliance by the bidder with laws and ordinances relating to
contracts or services;
F. The sufficiency of the financial resources and ability of the bidder to perform the
contract;
G. The ability of the bidder to provide future maintenance and service for the use of the
subject of the contract;
H. The number and scope of conditions attached to the bid.
Section 13. Cancellation of requests for bids or requests for proposals.
In accordance with RCW 43.19.1911 including all future amendments, additions and
deletions a request for bids may be canceled in the discretion of the director of finance or
designee. The reasons therefor shall be made part of the contract file. Each request for bids
issued by the City shall state that the request may be canceled. Notice of cancellation shall be
sent to all parties that have been provided with a copy of the request. The notice shall identify the
request for bids and state briefly the reasons for cancellation.
Section 14. Specifications.
A. Maximum Practicable Competition. All specifications shall be drafted so as to promote
overall economy for the purposes intended and encourage maximum free and open competition
in satisfying the City's needs. The policy enunciated in this section applies to all specifications
including but not limited to those prepared for the City by architects, engineers, designers, and
drafters.
B. "Brand Name or Equivalent" Specification. Brand name or equivalent specifications may
be used when the director of finance or designee determines that use of a brand name or
equivalent specification is in the City's best interest.
C. Brand Name Specification. Because use of a brand name specification is often restrictive
of competition, it-may be used only when the director of finance or designee makes a written
determination that only the identified brand name item or items will satisfy the City's needs.
D. Experience Clause Restrictions. Experience clauses requiring prospective bidders to have
a record of satisfactory operation or performance may only be used if such requirements have
been adequately justified in writing and approved by the director of finance or designee.
Section 15. City procurement records.
A. Contract File. All determinations and other written records pertaining to the request to
bid, award, or performance of a contract shall be maintained for the City in a contract file by the
director of finance or designee and/or city clerk.
B. Retention of Procurement Records. All procurement records shall be retained and
disposed of by the City in accordance with state law and city ordinances, regulations and
guidelines. If a contract is being funded in whole or in part by assistance from a federal agency,
then all procurement records pertaining to that contract shall be maintained in accordance with
any applicable requirements of federal law.
Section 16. Unauthorized purchases.
Except as provided in these Purchasing Policies and except as .authorized by operational
procedures adopted by the finance director or designee, no city employee shall make any
purchase or contract within the purview of these Purchasing Policies other than through the
director of finance or designee. Any purchase or contract made contrary to the provisions hereof
shall not be approved by any city officer and the City shall not be bound thereby, except as may
be required or provided by law.
EXEMPTIONS TO COMPETITIVE BIDDING REQUIREMENTS
Section 17. Cooperative purchasing.
The director of finance or designee is authorized to recommend to the city council that it
join in cooperative purchasing arrangements with other public agencies similarly authorized.
Any cooperative purchasing agreement shall comply with RCW 39.34.030(3)including all future
amendments, addition and deletions and set forth fully the purposes, powers, rights, objectives
and responsibilities of the contracting parties. Any cooperative purchasing agreement shall be
governed by the requirements of state law in regard to competitive bidding when applicable. In
addition, the director of finance or designee may utilize existing contracts or proposed
solicitations of other local, state, or federal agencies to procure materials, supplies, and
equipment for the City consistent with legal requirements if such methods of procurement would
foster economy and efficiency.
Section 18. Emergency procurement.
Notwithstanding any other provisions of the Purchasing Polices, the city manager or
his/her designated agent may, in accordance with RCW 35A.40.210, 35.22.620(6), and
39.04.280 including all future amendments, additions and deletions, make or authorize others to
make emergency procurement of materials, supplies, equipment, or construct public works
projects without complying with the competitive requirements of these Purchasing Policies when
there exists a threat to public health, welfare, or safety or where the City may suffer a substantial
monetary loss by reason of the time required to follow regular purchasing procedures; provided,
that such emergency procurement shall be made with such competition as is practicable under
the circumstances. A written determination of the basis for the emergency and for the selection
of the particular contractor shall be included in the contract file. As soon as practicable, a record
of each emergency procurement shall be made and shall set forth the contractor's name, the
amount and type of the contract, and a listing of the item(s) procured under the contract, which
shall be reported to the city council.
Section 19. Other exemptions.
A. The finance director or designee is authoriZed to make open market purchases without
obtaining competitive bids or quotations therefor in accordance with RCW 35A.40.210,
35.22.620(6) and 39.04.280 including all future amendments, additions and deletions under the
following conditions:
Items of Special Design. When an item required is of special design, shape or
manufacture to match or fit in with an existing installation and competitive bidding is
impracticable;
Surplus or Distress Sales. When it is possible to procure obvious bargains in surplus or
distress material, supplies or equipment.
Items for quick Delivery. When the obtaining of competitive bids or quotations will cause
delay resulting in an appreciable loss to the City;
B. Small Items Not Stocked, Blanket Purchase Orders. The director of finance or designee is
authorized to establish blanket purchase orders with local vendors for the purchase of items
which are not stocked by the departments of the City and are available at usual market prices.
Such local vendors shall be selected on the basis of best overall price policies, breadth and depth
of stocks and delivery service.
C. Sole source procurement. A contract for the purchase of materials, supplies or equipment
may be awarded without complying with the bidding requirements of this chapter when the
purchasing manager determines in writing, after conducting a good faith review of available
sources, that there is only one source for the required materials, supplies or equipment. The
director of finance or designee shall conduct negotiations, as appropriate, as to price, terms, and
delivery time. A record of sole source procurement shall be maintained that lists each
contractor's name, the amount and type of each contract, and a' listing of the items(s) procured
under each contract.
MATERIALS, SUPPLIES AND EQUIPMENT
Section 20. Small purchases.
A. General. Any purchase of materials, supplies or equipment not exceeding the bid limit
specified in Section 10 shall be considered a "small purchase" and shall be made in accordance
with RCW 39.04.190 including all future amendments, additions or deletions. The finance
director or designee shall adopt purchase procedures whereby the requirements of Section 11
shall not apply. Insofar as it is practical, three businesses shall be solicited to submit quotations.
The finance director or designee shall keep a record of all small purchases and quotations
submitted in competition thereon and such records shall be open for .public inspection during
regular office hours. The finance director or designee shall consider and/or award the purchase
order on small purchases to such vendor as the finance director or designee determines to have
submitted the lowest responsive, responsible quotation, in accordance with the provisions of this
chapter.
B. Filing of statements on awards to other than vendor submitting lowest quotation. When
the award for a small purchase is not given to the vendor submitting the lowest quotation, a
statement of the reasons for placing the order elsewhere shall be prepared and filed with the other
papers relating to the transaction.
C. Rejection of quotations. The finance director or desginee shall have the authority to reject
all quotations or parts thereof, with regard to a small purchase of any materials, supplies, or
equipment when he/she determines the public interest will be served thereby, and upon
concurrence with department directors and upon rejection of such quotations shall include the
reason therefor in the records of the transaction.
7
Section 21. Inspection and testing.
The director of finance or designee shall inspect or supervise the inspection of all
deliveries materials, supplies, or equipment to determine their conformance with the
specifications set forth in the request to bid.
Inspection by Using Department. The director of finance or designee may authorize a
using department having the staff and facilities for adequate inspection to inspect all deliveries
made to such using departments, under operational procedures.
Tests. The director of finance or designee may require chemical and physical tests of
samples submitted with bids and samples of deliveries which are necessary to determine their
quality and conformance with the specifications. In the performance of such tests, he/she shall
have the authority to make use of laboratory facilities of any outside laboratory.
Section 22. Purchases for special events.
The city manager may promulgate procedures to govern the purchase of supPlies, such as
food, beverages, decorations and awards, for public events and employee activities, including
employee of the year recognition, volunteer recognition and ceremonial openings of public
facilities.
PUBLIC WORKS OR IMPROVEMENTS
Section 23. Definition of public works.
RCW 39.04.010 including all future amendments, additions and deletions is incorporated
by reference.
Section 24. Plans and specifications - Estimates -Publication - Emergencies.
plans and/or specifications, and an estimate of the cost of such work must be filed with
the director of finance or designee when a public work or improvement is necessary. The plans,
specifications and estimates of cost shall be approved by the director of finance or designee and
the original draft or a certified copy filed with the director of finance or designee before further
action is taken.
If it is determined that it is necessary or advisable to execute such public work or
improvement by any means, e.g., force account, or method other than by contract, and it appears
that the estimated probable cost of executing the work will exceed the amount as set forth in
RCW 39.04.020 including all future amendments, additions and deletions, then, at least fifteen
days before the work is begun, the director of finance or designee shall cause such estimate,
together with a description of the work, to be published at least once in a newspaper of general
circulation within the City; excePt that when any emergency requires the immediate execution
of such public work or improvement, upon finding of the existence of an emergency by the
authority having power to direct such public work or improvement to be done, duly entered of
record, publication of description and estimate may be made within seven days after the
commencement of the work.
Section 25. Small works roster.
A small works roster in accordance with RCW 39.04.155 including all future
amendments, additions and deletions may be used for construction of a public work or
improvement, as an alternative t° general competitive bidding requirements set out in Section 11.
The finance director or designee shall maintain a list of contractors who have requested
placement on the roster and who are properly licensed or registered to perform work in the State
of Washington. Insofar as it is practical, five businesses shall be solicited to submit bids. Once a
bidder has been offered an opportunity to bid, that bidder will not be offered another opportunity
to bid until all other appropriate contractors on the roster have been offered such an opportunity.
Section 26. Bonds and bid security- Noncollusion affidavit -Insurance.
Bid Security. Requirement for Bid Security. Bid security shall be required for all
competitive bidding for public work or improvement contracts in accordance with RCW
39.08.010 and 39.08.030 including all future amendments, additions and deletions. Bid security
shall'be of a type and in a form established by the director of finance or designee and approved
by the city attorney or designee, which may include a bond provided by a surety company
authorized to do business in this state, or the equivalent in cash, cashier's or certified check and
shall be included in the bid package. Bid security shall be required on bids for materials, supplies
and equipment only if determined necessary by the director of finance, or designee.
Amount of Bid Security. Bid security shall be in an amount equal to at least five percent
of the amount of the bid or in another amount as determined by the purchasing manager.
Rejection of Bids for Noncompliance with Bid Security Requirements. When the request
for bid requires submittal of bid security, noncompliance will result in rejection of the bid.
Withdrawal of Bids. If a bidder is permitted to withdraw its bid before award as provided
in Section 11 (G), the bidder's bid security shall be returned.
Contract Performance and Payment Bonds. When required -- Amounts. When a'public
works or improvement contract is awarded as a result of a call for bids under Section 11(H) of
tl~ese Purchasing Policies, the following bonds or security shall be delivered to the City and shall
become binding on the parties upon the execution of this contract:
A performance bond satisfactory to the city attorney or designee, executed by a surety
company authorized to do business in this state or otherwise secured in manner satisfactory to
the City for an amount equal to one hundred percent of the price specified in the contract.
A payment bond satisfactory to the city attorney or designee, executed by a surety
company authorized to do business in this state or otherwise secured in a manner satisfactory to
the City for the protection of all persons supplying labor and material to the contractor or its
subcontractors for the performance of the work provided for in the contract. The bond shall be in
an amount equal to one hundred percent of the price specified in the contract.
Authority to Require Additional Bonds. Nothing in this section shall be construed to limit
the authority of the City to require a performance bond or other security in addition to the bonds
specified herein.
Noncollusion Affidavit. As part of any bid submitted, the bidder shall be required to
warrant that the bid is a genuine bid and that he or she has not entered into collusion with any
other bidder or any other person by submitting with his or her bid an executed and notarized
noncollusion affidavit on a form approved by the city attorney.
Insurance. Contracts for public works and improvements shall contain such requirements.
for the provision of insurance by the contractor as are determined by the director of finance or
designee.
Section 27. Administrative procedures.
The city manager may promulgate procedures for the purpose of administering public
works improvement contracts. Such procedures may define the levels of authority pertaining to
review and approval of contract change orders. The director of finance or designee is to report
change orders to the city council on a quarterly basis.
l0
OPTIONS FOR POLICE EVIDENCE STORAGE
"Evidence storage" consists of three components: vehicle evidence (1,775 square feet), other evidence (1,459 square feet), and a firearms simulator and other .
storage (2,626 square feet).
O?tion Pros Cons Cost
1. Lease space in current Police
facility
2. Construct a 6,000 square foot
steel storage building on city-
owned property for all evidence.
(Such as Hauge property.)
No delay to New City Hall
project
· Costs are known
· Excellent option for preserving
ability for departments to
expand and preserving
community meeting space in
New City Hall as city grows
· Places all evidence in one
location
· Not necessary to move any
evidence, which is logistically
difficult
· Current Police facility has
higher ceilings than New City
Hall, therefore able to use
fewer square feet at current
facility than at New City Hall
· Evidence storage more
compatible with industrial
building (current Police
facility) than Class "A" office
· building (New City Hall)
· Air-handling system and
security already in place
· No delay to New City Hall
project
· Eliminates use of leased space
and associated costs
· Excellent option for preserving
ability for departments to
expand and preserving
community meeting space in
New City Hall as city grows
· Places all evidence in one
City must pay rent for several
years
Does not make use of
currently available vacant
space at New City Hall
· Costs are a very rough
estimate and subject to change
· Requires capital dollars that
have not been budgeted for
new storage building
· Need to extend current police
evidence area lease for 12
months to allow for rezone,
SEPA, use process 3,
permitting, design and
Rent at $41,524 per year or $207,621 for five
years
Total five year cost is $207,621
· Capital cost of $350,000-$406,000. (Very
rough estimate that assumes $34-38 per square
foot, $85,600 in site costs, and 21% in soft
costs. Potential funding source for part of the
project is asset forfeiture fund, but other part is
unfunded.)
· Extra lease payments for current police
evidence area lease due to SEPA, permitting,
design, and construction of new building are
$3,129/month x 12 months = $37,548. (Ver7
Option Pros Cons Cost
~3. Lease 1,775 square feet of
space in current Police facility for
vehicular evidence and move
other evidence into 4,500 square
feet of New City Hall
location
Can match ceiling height to
current Police facility
Limits use of leased space and
associated costs
Can use vacant space in New
City Hall for non-vehicle
storage without shuffling
departments
construction
· Places an industrial building
in a residential zone. (Hauge
property only.)
· Limits future expansion of
Steel Lake maintenance
facility and yard. (Hauge
property only.)
· Property currently being used
to store equipment formerly at
King County yard. (Hauge
property only.)
· Must move evidence, which is
logistically difficult
· Need to install a special air-
handling system and security
in new storage building
· Would delay New City Hall
project by as many as 60 days
and require a lease extension
· City must pay rent for several
years
· Limits future expansion of
departments in New City Hall
as city grows
· Divides evidence between
two locations
· Must move evidence, which is
logistically difficult
· New City Hall has lower
ceilings than current facility,
therefore must use 50% more
square feet at New City Hall
than at current facility
· Evidence storage more
compatible with industrial
building (current Police
facility) than Class "A" office
building (New City Hall)
· Need to install a special air-
rough estimate.)
· Total five year cost is $387,548-$443,548
· Rent at $12,567 per year or $62,835 for five
years
· Capital cost of $20,000 for special air-handling
system and security in New City Hall
· Extra lease payments for current police/court
facility due to delay of New City Hall
occupancy are $27,976/month x two months =
$55,952
· Total five year cost is $138,787
Ofltion
4. Construct 1,800 square foot
steel vehicle evidence storage
building on city-owned property
and move other evidence into
4,500 square feet of New City
Hall
Pros Cons Cost
· Eliminates use of leased space
and associated costs
· Can use vacant space in New
City Hall for non-vehicle
storage without shuffling
departments
· Preserves some ability for
departments to expand and
preserves some community
meeting space in New City
Hall as city grows
handling system and security
in New City Hall
Would delay New City Hall
project by as many as 60 days
and require a lease extension
Requires capital dollars that
have not been budgeted for
new storage building
Limits future expansion of
departments in New City Hall
as city grows
Need to extend current police
evidence area lease for 12
months to allow for rezone,
SEPA, use process 3,
permitting, design and
construction
Places an industrial building
in a residential zone. (Hauge
property only.)
Limits future expansion of
Steel Lake maintenance
facility and yard. (Hauge
property only.)
Property currently being used
to store equipment formerly at
King County yard. (Hauge
property only.)
Divides evidence between
two locations
· Must move evidence, which is
logisticall'y difficult
· New City Hall has lower
ceilings than current facility,
therefore must use 50% more
square feet at New City Hall
than at current facility
· Evidence storage more
compatible with industrial
· Capital cost of $166,000-$175,000. (Very
rough estimate that assumes $34-38 per square
foot, $75,600 in site costs, and 21% in soft
costs. Potential funding source for part of the
project is asset forfeiture fund.)
· Capital cost of $20,000 for special air-handling
system and security in New City Hall
· Extra lease payments for current police
evidence area lease due to SEPA, permitting,
design, and construction of new building are
$3,129/month x 12 months = $37,548. (Very
rough estimate.)
· Extra lease payments for current police/court
facility due to delay of New City Hall
occupancy are $27,976/month x two months =
$55,952
· Total five year cost is $259,500-$268,500
Option Pros Cons Cost
5. Put all evidence into 6,275
square feet of New City Hall
Eliminates use of leased space
and associated costs
Places all evidence in one
location
Evidence storage more
compatible with industrial
building (current Police
facility) than Class "A" office
building (New City Hall)
building (current Police
facility) than Class "A" office
building (New City Hall)
· Need to install a special air-
handling system and security
in New City Hall
· Fatal flaw: New City Hall
does not have 6,275
unallocated square feet
· Would delayNew City Hall
project by as many as 60 days
and require a lease extension
· Requires major shuffling of
departments within New City
Hall because vehicles must go
on first floor, which will add
months to the project
· Prohibits future expansion of
departments in New City Hall
as city grows
· Must move evidence, which is
logistically difficult
· New City Hall has lower
ceilings than current facility,
therefore must use 50% more
square feet at New City Hall
than at current facility
· Evidence storage more
compatible with industrial
building (current Police
facility) than Class "A" office
building (New City Hall)
· Need to install a special air-
handling system and security
in New City Hall
· Capital cost of $20,000 for special air-handling
system and security in New City Hall
· Extra lease payments for current police/court
facility due to delay of New City Hall
occupancy are $27,976/month x two months =
$55,952
· Total five year cost is $75,952
Staff Recommendation: · Avoid options 3-5, which require use of the New City Hall, as the options would delay the New City Hall project by as many as 60 days and prohibit or
limit future expansion of departments in New City Hall as the city grows, requiring the city to enter into leases in the future.
· Provide direction to staff whether to pursue option 1 or 2.
Possible motions:
· I move to pursue option 1, "Lease space in current Police facility". (The PRHSPS Committee forwarded the item to the December 2 Council meeting, at
which time Council may take action to approve the lease agreement.)
· I move to pursue option 2, "Construct a 6,000 square foot storage building on city-owned property for all evidence"; direct staff to negotiate an extension
of the police evidence lease for 12 months to allow for permitting, design, and construction of a new police evidence building; and direct staff to return to
Council with a more detailed cost estimate and timeline for the evidence building project.
· I move to pursue option 3, "Lease 1,775 square feet of space in current Police facility for vehicular evidence and move other evidence into 4,500 square
feet of New City Hall", direct staff to bring a new lease agreement to the Council, and direct staff to modify the New City Hall design to accommodate
4,500 square feet of evidence.
· I move to pursue option 4, "Construct 2,000 square foot vehicle evidence storage building on city-owned property and move other evidence into 4,500
square feet of New City Hall", direct staff to bring a new lease agreement to the Council, direct staffto modify the New City Hall design to accommodate
4,500 square feet of evidence, and direct staff to return to Council with a more detailed cost estimate and timeline for the evidence building project.
· Option 5 will not work.
Note:
Staff recommends that any lease extensions required by the above motions be in addition to another extension or option to extend.
Regardless of the Police evidence options, the current Police/Court lease expires the same date we are scheduled to complete the move of
Police/Court into the New City Hall (June 30, 2004), therefore there is currently no backup plan in the event the New City Hall project is delayed.