HomeMy WebLinkAbout2003-02-04 City CouncilTO:HONORABLE CITY COUNCIL
ATTN:FINANCE COMMITTEE
FROM:CITY MANAGER DEPARTMENT: ADMINISTRATIVE
SERVICES
DATE:FEBRUARY 4, 2003 CMR: 124:03
.APPROVAL OF THE
RECOMMENDATIONS
SUBJECT:CONTRACT STREAMLINING
RECOMMENDATION
Staff recommends that Council approve the following contract streamlining
reconamendations and direct the City Attorney to prepare Municipal Code amendments
to:
o
Increase the Purchasing Manager s contract approval authority from $25,000 to
O ~$65,000; and increase the Purchasing Manager s authority to delegate to the
Contract Managers and Buyers contract authority from $10,000 to $25,000 and
$5,000 to $10,000, respectively.
Increase the City Manager’s contract approval authorization from $65,000 to
$250,000 for construction contracts only.
BACKGROUND
Infrastructure has been one of the City Council’s "Top 5" priorities for several years.
The adopted work plan for the "Top 5" priority in FY 2001-02 included streamlining the
construction contracting processes and professional services a~-eements in order to
expedite the completion of critical infrastructure projects. Many construction contracts
and professional services agreements take longer to get through the approval process than
in other cities. A Contract Streamlining Subcommittee (CSS) was formed to focus on
issues related to the process, and to make recommendations to improve and shorten the
process. The CSS is compiised of staff from Public Works, Utilities, Community
Services, Planning, and Administrative Services Departments, the City Auditor and City
Attorney’s Offices. To assist the Subcommittee’s work, the City Auditor conducted a
9 ~Pagel of 6CMR: 1_4:03
contract processing analysis, which included measuring the length of time it took for
contracts to be approved. The Auditor determined that the median length of time to
process infrastructure contracts was 137 days or nearly 20 weeks and concluded that
opportunities existed for efficiencies to be realized.
DISCUSSION
The CSS focused on construction contracts to adhere to Council’s "Top 5" Infrastructure
priority. The CSS analyzed over 100 suggestions made by its members. As a result, the
CSS identified several core areas where changes could be made to streamline the contract
process including: contract forms and templates, standardized contract routing forms,
staff reviews and approvals, the number of required signatures, training, procedures
manuals, authorization levels, and Municipal Code purchasing and contracting
requirements. Staff has made or is in the process of making several changes to the
contract process that are within the City Manager’s authority.
Recommendations Requiring Council Approval
Staff recommends revisions to the Municipal Code that will simplify and streamline the
infrastructure and overall contract process:
1)Increase staff dollar authority limit to expedite the review and approval of
contracts - The review and approval of lower level transactions can be expedited
by increasing the Purchasing Manager’s contract approval authority from $25,000
to $65,000; and increasing the Purchasing Manager’s authority to delegate to the
Contract Managers’ and Buyers’ contract authority from $10,000 to $25,000 and
from $5,000 to $10,000, respectively. Currently, the City Manager or Assistant
City Manager approves transactions between $25,000 and $65,000. Many of these
transactions are routine and recurring such as software maintenance and smaller
facilities maintenance projects. An increase in the Purchasing Office’s authority
will eliminate a step in the process for routine contracts that are of relatively low
risk. Approval of this recommendation is expected to save at least one week in the
contract approval process.
2)Increase the City Manager’s authorization f’om $65,000 to $250,000 for
construction contracts only- Currently, the approval of construction contracts is a
two-step process. -First, Council reviews and approves the funding for such
contracts during the Capital Improvement Program (CIP) budget process. During
this process, Council reviews the scope and purpose of the project and its costs, in
the second step, all contracts over $65,000 are presented individually in a CMR to
Council for review and approval. Staff believes that these processes are
overlapping and repetitive in nature and can be improved upon under the
following conditions.
CMR: 124:03 Page 2 of 6
It is important to note that for all construction contracts over $65,000, staff follows
a standardized bid process that solicits contractors by issuing an IFB (Invitation
for Bids). Staff has little discretion in selecting a construction contractor since the
lowest responsible bidder must be selected according to the City Charter,
Municipal Code and Public Contract Code unless issues arise such as the bidder is
non-responsive in some manner or lacks the licenses to perform the job. The
lowest responsible bid requirement should provide assurance to the public and
Council that staff has adhered to straightforward and strict requirements even if
the threshold of the City Manager’s authority has been raised from $65,000 to
$250,000. Again, staff is recommending increasing the threshold from $65,000 to
$250,000 for construction contracts only.
In addition, staff proposes to provide Council with more detailed information in
the project scopes presented during the CIP budget process. This increased level
of detail in project descriptions will provide Council with an opportunity to review
and raise questions early on in a proposed construction project. Once Council
approves the scope of a project, staff cannot change that scope unless it returns to
Council for approval to do so. The proposed CIP undergoes si~onificant review as
it is presented to the Planning and Transportation Commission (in relation to
Comprehensive Plan compliance) and Utilities Advisory Commission, the Finance
Committee and the full Council as part of the budget process. To ensure
additional Council oversight of the proposed contracting recommendation, a semi-
annual report will be produced that lists awarded construction contracts between
$65,000 and $250,000. This list also will include the project name and short
description, the contractor selected, the number of bids mailed, the number of bids
received and rejected, a summary of amounts, and protest determinations, if any.
The table below displays the number and dollar amount of construction contracts
awarded during 2001-02:
Construction Contracts
FY 2001-02
Dollar Amount Number of Contracts
$25,000-$65,000 !6
$65,001-$150,000
$150,001-$250,000 18
$250,001-$350,000 I !
$350,001-$450,00
>$450,001 14
TOTAL 131
CMR: 124:03 Page 3 of 6
The table shows a total of 31 construction contracts awarded during 2001-02, of which 19
would have fallen within the City Manager’s proposed, new authority. The
recommended change in authority would result in faster processing because it has already
gone through the Council approval process and earlier commencement for a significant
majority (25 out of 31) of the City’s construction contracts.
If Council approves the recommendations, staff would return to Council with revised
sections of the Municipal Code. Updated internal policies, procedures and Purchasing
Manual will also be prepared. These recommendations could shorten the construction
contract processing time by approximately four to six weeks.
Recommendations That Do Not Require Council Approval
The following recommendations made by the CSS have been implemented or are in the
process of being implemented. Changes are described here to inform Council and to
emphasize staff’s commitment to contract streamlining.
a) Documented the step-by-step process for b~vitation for Bids (IFBs) and Requests for
Proposals (RFPs) - The CSS discovered inconsistencies in processing IFBs and RFPs.
In addition, not all processes were documented with written guidelines. Staff is
developing step-by-step processes for IFBs and RFPs through contract completion that
will be documented in the purchasing and construction contracting manuals and included
in employee training progams. This should result in more consistent submittals and
expedite the preparation and review process.
b) Pre-qualify and maintain a list of contractual services for recurring pr@ssional
services - Staff found a number of instances where certain types of professional service
providers such as real estate appraisers, landscape design architects, and environmental,
traffic and utility engineers were used for services more than once during the same time
period. In other words, staff repeated the selection process each time the services of a
traffic engineer was required.
The new process calls for staff to issue a Request for Qualifications (RFQ) for a
particular type of service, review the submitted qualifications and establish a list of
approved firnas available to perform that service for a t~vo-year period. In essence,
master a~’eements will be entered into so that a "pool" of potential vendors can be
available to perform a service. By establishing a list of professionals to utilize for
recurring services, multiple and repeated transactions will be eliminated. This could
potentially save approximately four to six weeks in the selection process. Professional
services contracts over $65,000 will continue to need Council approval.
c) Develop new contract forms, templates and instructions for services and construction
projects -New standardized forms and instructions are being developed to accommodate
service contracts under $65,000 and for situations where no modifications are made to the
City’s standard terms and conditions. Legal review will not be required, provided the
CMR: 124:03 Page 4 of 6
terms and conditions are not modified. Also, unique templates are being developed for
IFBs with specific services such as architectural and engineering services. The legal
review process will be expedited due to the standardization of the forms, elimination of
previous outdated versions, and a new step in the process where staff will highlight areas
not conforming to the new template. These changes could save approximately one to
three weeks in the process.
d) Provide staff the Jlexibility to increase the time bidders must hold their bids open fi’om
60 days to 90 days when needed - Currently, the City requires bidders to hold bids open
for 60 days. For ~ following fiscal year projects, staff typically bids in the May/June
timeframe, and then awards the contract in July after the budget is adopted. The City is at
a disadvantage by waiting until May/June to bid summer work, as many contractors have
already filled their schedules. Increasing the time bidders must hold their bids open from
60 days to 90 days will allow staff to better manage the workload related to summer bids,
possibly expand competitiveness and potentially reduce project costs. In addition, staff
would have more time to address last minute budget issues, start the process up to 30
days earlier, and avoid having to re-bid or negotiate change orders with contractors.
e) Standardized the format for routing cono’acts for internal signatures - Staff identified
delays in processing due to the lack of a contract signature standard. A standard routing
slip with a sequential checklist of required signatures has been implemented, as well as
the routing of contracts in an easily identifiable folder flagging them as a high priority.
The implementation included training for staff involved in the process. Staff estimates
saving approximately one week in the process by having a standardized process.
f) Developed an electronic o’acking system on the City’s intranet with a. user’s guide,
allowing staff access to the status and location of contracts during the process - To
address the amount of time lost tracking contracts as they make their way though the
process, the CSS and Information Technology staff created an electronic tracking system
on the City’s intranet. The new system allows users to track contracts from beginning to
end. The system is formatted to follow the sequential order of contract processing, so
each user can see the location and status of the contract. Staff will also review the
possibility of using the new Enterprise Resource Planning (ERP) system being
implemented as part of project RAFTS (Resources and Financial Tracking System) to
track contracts, or at least connect the intranet tracking system to the ERP. The estimated
time saved by these improvements can range from one to two weeks.
g) Design a new standardized table containing project i~formation in each CMR
submitted to Council for approval - Staff identified the need to provide a more consistent
format to Council in CMRs requesting contract approvals. The new table would include
information such as a brief project description, contract amount, firm or company
selected, project schedule, number of bids, etc. The new format will simplif), and
standardize staff and Council review of contract awards and provide a summary of
pertinent information needed by decision-makers.
CMR: 124:03 Page 5 of 6
Estimated Time Savings
Staff worked with the City Auditor and City Attorney to maintain reasonable controls in
the new processes and estimates that the recommended changes can reduce
approximately two to eight weeks from the contract process.
NEXT STEPS
Staff will implement the approved recommendations by updating the Purchasing
Manuals, Policy and Procedures, developing training and certification programs, and
establishing accountability guidelines for all staff involved in contract processing.
Another area currently under review is the number of City signatures required on
contracts. Staff is examining the number of signatures required to ensure appropriate
controls. In addition, staff will continue to explore options available in the new ERP
system to add or revise the contract process during the system implementation.
RESOURCE IMPACT
There would not be an expense impact to department budgets or the Budget Stabilization
Reserve as a result of adopting any of these recommendations.
POLICY IMPLICATIONS
The recommendations included are consistent with existing City policies.
PREPARED BY:
LALO PEREZ
Chair, Contract Streamlining Subcolnmittee
DEPARTMENT HEAD APPROVAL:
CAR~ YE/TS
Director ~’Administrative Setwices
CITY MANAGER APPROVAL"
HARRISON
Assistant City Manager
CMR: 124:03 Page 6 of 6