HomeMy WebLinkAbout1999-11-03 City Council (3)TO:
City of Palo Alto
City Manager’s Report
HONORABLE CITY COUNCIL
ATTN:FINANCE COMMITTEE
FROM:CITY MANAGER DEPARTMENT: ADMINISTRATIVE
SERVICES
DATE:
SUBJECT:
NOVEMBER 3, 1999
PURCHASING AUDIT STATUS UPDATE
CMR: 405:99
BACKGROUND
In 1995, the City Auditor completed the first in a series of three audits of the City’s
purchasing function. The recommendations in this audit caused staff to re-examine the
role of the Purchasing Section (Purchasing) in the City. At that time, the City’s
purchasing functio~ was decentralized. Purchasing’s role was primarily to support the
administrative steps in the purchasing process. The audit identified a number of internal
control weaknesses with this decentralized purchasing process. The audit recommended
a much more proactive role for Purchasing, which included more oversight and
involvement in the process.
In late 1995, staff hired a new Purchasing Manager and reviewed the costs and benefits
associated with a more centralized purchasing function, concluding that there could be a
net benefit. Staff formulated a plan to address the necessary organizational and process
changes that would be required to transform the role of Purchasing. The plan included
reorganization of the purchasing function; hiring two new contract managers; a process
improvement study and the implementation of resulting improvements; the introduction
of new purchasing policies and procedures; and purchasing training for departmental
staff.
A second purchasing audit was completed in early 1997. The findings in this audit" also
reinforced the need to change the role of Purchasing in the City organization.
Following the completion of the second audit, staff turned its attention to reshaping the
City’s purchasing function. With the 1996-97 Adopted Budget, Council approved the
addition of the two contract managers, bringing the number of contract managers to
three. After the contract manager positions were filled, staff completed a reorganization
of Purchasing. At the same time, a cross-departmental team was working to identify
and begin to implement a number of significant process changes. These changes
CMR: 405:99 Page 1 of 10
addressed the internal control concerns identified by the City Auditor and provided a
quicker, simpler, and more cost effective purchasing process.
The last audit of Purchasing was completed in September 1998, and was presented to
the Council in January 1999. The timing of the audit overlapped the process
improvement efforts that were underway in Purchasing. The Council referred the audit
to the Finance Committee for review and comment. The audit was discussed at the July
20, 1999 Finance Committee meeting. At that meeting staff indicated that significant
progress had been made since the end of 1998,. when the final purchasing audit was
completed. The Finance Committee requested that it have an opportunity to review the
current status of the audit findings.
DISCUSSION
This report is prepared to provide the Finance Committee with information on how staff
has addressed each of the findings identified in the last purchasing audit. The report is
divided into three sections: internal control issues related to purchase orders; internal
control issues related to blanket orders; and operational effectiveness and efficiency
opportunities.
Internal Control Issues (Purchase Orders)
Staff put significant effort into evaluating the internal control recommendations in the
final purchasing audit. Since internal controls can prove to be costly, this evaluation
included an assessment of the cost of adding the control versus the risk of loss in
absence of the control. While staff did not implement all of the City Auditor’s internal
control recommendations, all significant internal control concerns have been addressed.
Recently, staff completed a new Purchasing Policy and Procedures Manual that includes
the process changes implemented over the last several years and the associated internal
controls. The City Auditor reviewed and provided input into this Manual. In addition, a
number of key desk-level procedures have been developed to document requirements
for Purchasing staff. The Purchasing Manager has spent a significant amount of time
sharing the new procedures and requirements with Purchasing and departmental staff.
In addition, formal training sessions have been developed and will be offered at the
Cubberley Training Center in March and April 2000.
There have been several important steps added to the process to ensure that purchasing
activities are conducted in accordance with the new Purchasing Policies and Procedures
and that the internal controls are working. A control checklist (Attachment A) is now
utilized when processing orders to record compliance with the City’s purchasing
requirements. All exceptions to the City’s purchasing requirements are documented,
reviewed and approved by the Purchasing Manager. One-over-one approval is required
for each order placed. For all orders over $25,000, the control checklist and all
associated file documentation is reviewed by the City Manager’s Office. Before an
CMR: 405:99 Page 2 of 10
order is mailed, an administrative staff person reviews the control checklist along with
the associated file documentation for completeness. Periodically, the Assistant Director
of Administrative Services reviews a sample of purchasing transactions for compliance
with all associated purchasing requirements.
Provided below is the current status of the each of the findings in the area of purchase
order internal controls.
Finding
Number
2
4
Finding
Description
Price quotes were not
obtained as required.
Sole source purchases
were not properly justified
and were not properly
approved.
Purchase award
amounts exceeded vendor
submitted quotes and
awards did not reflect the
lowest prices.
Current Status of
Finding
For all purchases over $3,000, a minimum of
three quotes or bids are obtained whenever
possible. The number of quotes/bids obtained
is now documented on the control checklist
with appropriate explanations when three
quotes cannot be obtained.’ Vendors are
contacted to provide "No Bid" statements for
the file. Purchasing also verifies all department
supplied quotes by contacting the vendor.
All purchases over $5,000 have sole source
justifications provided by originating
departments or by the buyer when multiple
departments are end-users (such as Stores
product purchases). All sole source
justifications are reviewed and approved by the
buyer or Contract Manager, the Purchasing
Manager, and the City Manager’s Office.
Purchasing independently verifies the sole
source condition on a sample basis and anytime
there are questions as to whether or not
competition exists for a sole source purchase.
Purchasing award decisions are based on the
lowest responsible bidder, which is not
necessarily the low price bid. Files now
document the reasons for awarding to other
than the low price bidder (e.g. low price bid did
not meet bid specifications). There are
instances where verbal changes are made to a
quote during the award process (e.g. vendor-
recommended changes, departmental changes).
Files now fully document the circumstances
where quantities were adjusted before orders
were placed.
CMR: 405:99 Page 3 of 10
Finding
Number
5
7
10
13
14
Finding
Description
¯ Purchases were approved
after receipt of goods or
services.
Purchase requisitions and
purchase orders were not
properly approved.
Amounts and
quantities were changed
without explanation,
justification,, or
approval.
Buyer assignments are not
rotated.
Standard material codes
are not used for purchases.
Current Status of
Finding
Purchasing monitors order and receipt dates
and now contacts departments that place verbal
orders before purchase orders are written and
approved. Purchasing has spent time educating
departments to ensure that they understand the
risk faced by the City when verbal orders are
placed. Purchasing now provides departments
with purchase order numbers only when the
purchase request is complete, including all
required approvals.
On an annual basis, Department heads
designate certain staff to approve purchase
requisitions. All purchase requisitions are
screened for proper approvals by both buying
and administrative staff. All purchase orders
are reviewed by buying staff, the Purchasing
Manager, and administrative staff to ensure
proper approvals. To further improve controls,
staff plans to automate approvals in the near
future.
Buying staff now fully documents all changes
in requirements, including descriptions of
additional items or services to be provided.
Purchasing informs departmental staff
regarding changes in purchase requests that
substantially change the price or product.
Requests for change orders are reviewed by the
buying staff to ensure that they contain an
explanation for the change.
Commodity assignments were rotated in June
1999. Staff plans to rotate commodities on an
ongoing basis with rotations occurring at least
every three years.
The City’s financial system cannot
accommodate standard material codes without
costly modifications. Commodity information
is now gathered and collected manually and
reports of purchases by commodity are
generated as needed. This feature will be
incorporated into specifications for the new
financial system recommended in the IT
CMR: 405:99 Page 4 of 10
Finding Finding
Number Description
16
19
A mechanism for
gathering vendor
performance information
has not been established.
Comprehensive
management reports
not generated.
are
Files were missing.
Written procedures have
not been revised and
distributed to departments.
Purchase orders with term
contracts are not properly
reviewed.
Current Status of
Finding
Strategic Plan.
Vendor performance information is now
collected on an informal basis. Although staff
recognizes the value of establishing a vendor
performance database, collecting and verifying
the validity of the data on a more formal basis
would be costly at this time. The number of
marginal performers is too small to make this
effort worthwhile on a routine basis. Staff will
reassess this recommendation when a new
financial system is in place that has the
capability to automate vendor performance
information.
Management information reports have been
generated and are used to monitor performance
on a monthly basis. Examples include a Blanket
Order Report that was designed to monitor
blanket order activity, a Purchasing Transaction
Report, and a Buyer Processing Report.
Expanded reporting capabilities will be
incorporated into specifications for the new
financial system.
To improve file organization and control,
Purchasing files have been consolidated from
four to two locations. In addition, staff has
implemented the use of checkout cards to
monitor files taken.
A new Purchasing. Policies and Procedures
manual has been completed and is currently
being reformatted for placement on the Intranet.
Training has been conducted with key
department staff to review and highlight
changes in the purchasing process. Formal
training sessions will be offered to City staff at
the Cubberley Training Center in early 2000.
Term contracts are reviewed and approved
when the contract is established. Review of the
term contract each time an order is placed
against it would be duplicative and time
consuming; however, the term contract may be
¯ CMR: 405:99 Page 5 of 10
Finding Finding Current Status Of
Number Description Finding
reviewed at any time upon request.
Internal Control Issues (Blanket Orders)
Blanket orders (or open purchase contracts) are for repetitive purchases of materials,
supplies, equipment and services where the exact dollar amount and the exact quantity
of the purchase is unknown. Blanket orders, are typically for small dollar value
purchases. Approximately 60 percent of the City’s blanket orders were less than $3,000
and approximately 95 percent were less than $25,000. With a blanket order, the City is
not making a purchase commitment with the vendor nor is the vendor committed to
supply materials or services to the City. Blanket orders are used to establish price and
billing terms with a vendor and expenditures are estimated. Vendor quotes are based on
expected expenditures (volume) and are often stated as a percent of the list price.
Examples of existing blanket orders include: Airtouch Paging, Kinko’s Copies, Lyon’s
Restaurants, Fry’s Electronics, Peninsula Building Materials, and Batteries USA, Inc.
The City has a number of low value blanket orders with vendors that are close to City
locations (e.g., Diddams, Palo Alto Hardware, Palo Alto Bicycles, Radio Shack, and
Wolf Camera), which the City considers convenience blankets and which are not
competitively bid.
During the audit period, all blankets were terminated at the end of the fiscal year and
reissued the next fiscal year. Staff could not effectively handle both the high year-end
purchasing volume and the renewal, of thousands of blanket orders at the end of the
year. Since every order placed against a blanket order is reviewed and approved by
authorized departmental staff, timely blanket order renewals were a lower priority for
staff than were commitment procurements. Because of the process problems inherent
with blanket orders, the Auditor identified a number of internal control issues during his
review of the City’s blanket orders. These issues included: only a small number of
blankets had been competitively bid; blanket orders were not in place (issued and
approved) at the beginning of the fiscal year, yet departments were placing orders
against them; and blanket orders did not specify the products and services being
purchased.
Today, the blanket order process has been completely redesigned. Blanket orders are no
longer established on a fiscal year basis. Blanket order renewals are now staggered
more uniformly throughout the year, with terms up to three years. This has reduced the
nuNber of blanket orders that are processed at the same time, allowing the Purchasing
staff to provide appropriate oversight based upon the value of the procurement. The
current status of the blanket order internal control findings follows.
CMR: 405:99 Page 6 of 10
Finding
Number
1
2
5
6
7
Finding
Description
Blanket orders were
not competitively bid.
Price quotes were not
obtained as required.
Purchases were
approved after the
goods and services
were received.
Blanket orders were
not presented to the
City Council and
approved as
required.
Purchase requisitions
were not properly
approved.
Current Status of
Finding
In the last year, approximately 80 percent of
the City’s non-convenience blanket orders have
been competitively.bid as required.
A minimum of three price quotes or bids are
now obtained whenever possible. The number
of quotes or bids is documented on a control
checklist with appropriate explanations when
three bids cannot be obtained. Every blanket
order is reviewed and approved by the
Purchasing Manager and by the City
Manager’s Office when the amount exceeds
$25K. In addition, multiple blanket orders
with a single vendor are totaled to determine
required approval levels.
Now that the processing of blanket orders is
spread throughout the year, Purchasing is able
to ensure blanket orders are in place with
proper approvals prior to the receipt of goods
and services.
In late 1997, following the redesign of the
blanket order process, a report (Blanket Order
Report) was created to provide a listing of
blanket orders for Council review and
approval. The report also facilitates the
monitoring of blanket order activity. In March
1998, staff began reporting blanket order
activity to Council. Since that time, blanket
order reports have been issued to Council on a
quarterly basis as required. Staff has also
implemented the procedures recommended in
the audit to ensure the information presented to
Council is complete.
Purchase requisitions are required for new
blanket orders and not for blanket order
renewals. Purchase requisitions are reviewed
by buying staff, the Purchasing Manager, and
administrative staff to ensure proper approvals.
For higher dollar value blanket order renewals,
Purchasing staff notifies departments before
the blanket is renewed. To further improve
controls, staff plans to automate approvals in
CMR: 405:99 Page 7 of 10
Finding
Number
8
9
I0
II
12
20
Finding
Description
Individual blanket
orders are not
combined in
determining reporting
and approval
requirements.
Blanket orders did not
describe what was
being purchased and
the related unit cost.
Amounts and
quantities were
changed without
explanation,
justification, or
approval.
Blanket orders were
improperly used.
City expenditures
exceeded blanket
order amounts.
More multi-year
blanket orders should
be negotiated.
Current Status of
Finding
the near future.
The Blanket Order Report is now utilized to
combine multiple blanket orders to the same
vendor for reporting and approval
requirements.
Each time a blanket is competitively bid, all
items or services that can be identified are fully
described in the bid request.
Buying staff now fully documents all changes
in requirements including descriptions of
additional items or services to be provided.
Purchasing informs departments regarding
changes in purchase requests that substantially
change price or product.
Proper training is an ongoing process as
blanket orders are renewed. This will also be
covered in the formal purchasing and
contracting classes to be conducted in 2000.
Blanket orders are used to establish pricing and
billing terms with a vendor and blanket
expenditures are estimated. As such, it is
possible that the estimated value will be
exceeded. To control activity, each order
against a blanket must be reviewed and
approved by authorized departmental staff. In
addition, each buyer/contract manager is
responsible for monitoring activity on blankets
and pursuing better pricing or discounts when
values exceed estimates. In addition,
procedures have been established to control
expenditures exceeding $25K and $65K, where
additional approvals may be required.
Approximately 10 percent of the City’s blanket
orders are now established on a multi-year
basis. Whenever it is to the City’s economic
CMR: 405:99 Page 8 of 10
Finding Finding
Number Description
Purchasing does not
issue citywide blanket
orders.
Current Status of
Finding
advantage, multi-year blanket orders are
established. Economic advantages include:
firm pricing for the period; favorable discounts
for longer agreements; or some assurance that a
standardized product would be kept available
for the period.
Although. staff understands the merits of
citywide blanket orders, staff has determined
they would not be cost effective at this time.
Although some process improvement would be
gained when issuing the consolidated order,
this improvement would be more than offset by
the additional administrative efforts involved in
the area of receiving and invoice payment.
Operational Effectiveness and Efficiency Opportunities
A cross-departmental team invested a great deal of time in reviewing purchasing
processes, critiquing them and recommending changes that would improve service
to the departments. Staff was well underway in implementing improvements as
the final audit of purchasing began. With significant change already underway,
the recommendations from the City Auditor were welcomed, as was his support in
implementing them. The following gives the current status of the operational
effectiveness and efficiency opportunities identified by the City Auditor.
Finding
Number
22
23
Finding
Description
Buyer performance
measures have not
been established.
A vendor list is not
maintained.
Current Status of
Finding
Impact measures that track buyer
performance (cost savings, length of time for
purchase order processing) have been
incorporated into the budget. Additional
measures, such as volume of purchase orders
processed, change order production, and the
backlog of assigned orders, are also used to
monitor and evaluate buyer performance.
Staff has developed an improved vendor list
by commodity code. Enhancements, which
will facilitate ongoing maintenance of the list,
have been suspended pending Y2K projects
underway.
CMR: 405:99 Page 9 of 10
Finding
Number
24
25
26
Finding
Description
Current price quote
requirements are too
restrictive.
Purchasing should
expand and expedite
the testing of
procurement cards.
Purchasing is
utilizing Internet
capabilities.
not
Current Status of
Finding
Staff has eliminated the requirement to obtain
three price quotes for purchases under $3,000.
Purchasing has developed procedures which
allow departments to handle purchases under
$3,000. During 1999-00, purchasing staff
will be offering training courses to
departmental staff at the Cubberley Training
Center.
The procurement card pilot program has been
completed and an assessment of the program
will be conducted by the end of 1999-00.
Recommendations for the expansion of the
program will be reviewed with the City
Auditor’s Office.
Since 1994, Purchasing has posted bids on the
Internet through the Association of Bay Area
Governments. In August 1999, Purchasing
introduced its own web site which can be
accessed on the City of Palo Alto home page
(click on the button "ePost, Doing Business
with the City").
ATTACHMENTS:
Attachment A:
PREPARED BY:
REVIEWED BY:
Control Checklist
Melissa Cavallo, Assistant Director, Administrative Services
M. Howard Edwards, Manager,
Purchasing & Contract Administration
William Vinson, City Auditor
DEPARTMENT HEAD APPROVAL:
CITY MANAGER APPROVAL:
CARL YEATS
Director, Admini:Services
Manager
CMR: 405:99 Page 10 of 10
ATTACHMEN T A
Z
ZIii
0
CONTROLCHECKLIST
o
0
000