HomeMy WebLinkAbout05/07/2002, 1 - ALTERNATIVE METHODS FOR PUBLIC WORKS CONTRACTING \ L
council Mav 7.2002
j acEnaa Rep=
CITY OF SAN LUIS OBISPO
FROM: Mike McCluskey,Public Works Director
Prepared By: Jay D.Walter, City Engineer
SUBJECT: ALTERNATIVE METHODS FOR PUBLIC WORKS CONTRACTING
CAO RECOMMENDATION
1. Provide conceptual approval to increase Capital Improvement Plan (CIP) productivity by
use of Job Order Contracting (JOC) and the Uniform Public Construction Cost
Accounting Act(UPCCAA) methods.
2. Provide staff direction to return with language for Council approval in June that would
place a charter amendment on the November ballot.
REPORT-IN-BRIEF
The City's Mission Statement and the Council's budget and fiscal policies both strongly
encourage enhancements in productivity, whenever possible, including changing cumbersome
procedures when necessary.
The current City Charter has very restrictive provisions regarding contracting for construction
projects. Any project greater than $5,000 in value must be competitively bid using formal plans
and specifications. Because of the high number of CIP projects waiting to be completed, the
Public Works Director asked staff to look into currently available alternatives to help increase
productivity. Two promising options emerged, currently in use by several public agencies within
the county, that the City should consider in order to help eliminate the current backlog of CIP
work and provide high productivity in the future.
The Uniform Public Construction Cost Accounting Act and Job Order Contracting offer
alternative methods for public works agencies to accomplish capital improvement projects. They
are particularly beneficial when focusing on smaller, repetitive-type projects that can be
accomplished quickly without the need for the same formal plans and specifications that larger
more complex projects require. For these alternative methods to be considered, the City Charter
must be amended, which itself requires a vote of the people. These two alternative methods offer
considerable advantages to the City in being able to increase its productivity for CIP projects. All
Department Heads are in favor of pursuing these alternative methods of contracting for
construction projects.
1-1
Council Agenda Report—Alternative Methods of Public Works Contracting
Page 2
DISCUSSION
Background
The City Council has an adopted policy related to "Productivity". An excerpt from this policy,
which can be found on page B-22 of the 2001-03 Financial Plan, reads as follows:
"Ensuring the 'delivery of service with value for cost' is one of the key concepts embodied in the
City's Mission Statement (San Luis Obispo Style — Quality With Vision). To this end, the City
will constantly monitor and review our methods of operation to ensure that services continue to
be delivered in the most cost-effective manner possible."
The policy goes on to say that we should "Analyze systems and procedures to idents and
remove unnecessary review requirements. "
In December 2001, the Director of Public Works authorized staff to research additional methods
to accomplish CIP projects. After a review of the existing Public Contract Code and inquiring of
several cities and counties it has been determined that at least two alternative methods are in
broad use around the state. It appears that these alternative methods could significantly enhance
the Engineering Division's ability to deliver CIP projects for the City of San Luis Obispo. The
City's current governing capital project regulations are found the City Charter, Municipal Code,
Purchasing Resolution, Finance Management Manual and State Contracting Code. The ability of
the City to contract for construction projects is very restrictive and follows the provisions set
forth below:
PUBLIC CONTRACT CODE
SECTION 20160-20175
20160. The provisions of this article shall apply to contracts awarded by cities subject to Title 4
(commencing with Section 34000)of the Government Code.
20162. When the expenditure required for a public project exceeds five thousand dollars
($5,000),it shall be contracted for and let to the lowest responsible bidder after notice.
CITY CHARTER
ARTICLE IX. PUBLIC WORKS AND CONTRACTS
SECTION 901.Public Works To Be Done By Contract.
(A) Except as provided in subsection (D) of this section, every project involving an expenditure
of City monies of more than the amount specified in Section 20162 of the Public Contract Code
of the State of California, as the same now exists or may hereafter be amended for the
construction or improvement of public buildings, works, drains, sewers, utilities, parks,
playgrounds, and streets (exclusive of projects for resurfacing,maintenance, and repair of streets)
shall be let by contract to the lowest responsible bidder after notice by publication in the official
newspaper by one or more insertions the first of which shall be at least ten (10) calendar days
before the time for opening bids.
1-2
Council Agenda Report—Alternative Methods of Public Works Contracting
Page 3
Why Does The City Need Alternative Methods For Public Works Contracting?
There is a backlog of CIP work in Engineering that has not been started. Some projects remain
incomplete from previous budget years. Less than 20% of the projects in Appendix B of the
2001-03 CIP have been assigned to staff engineers and less than that have actually been started.
This translates to a very low number of projects that will be completed before July 2003.
Not every CIP project needs individual formal bid documents to be completed. Much of the work
in the approved CIP consists of repetitive tasks, such as alteration, modernization, rehabilitation
or maintenance of existing City facilities and infrastructure. In addition to potential project cost
savings, the City could benefit from improved efficiencies in the administration and procurement
of building maintenance and construction services if those projects could be completed in less
time. The contracting industry would also benefit from an increased number of projects, helping
the local economy by providing for jobs and material purchases.
Delivery of a CIP project by the formal Plans, Specifications and Estimate method typically
takes 6-9 months, from initiation to completion of construction. A project delivered by an
alternative method could take as little as 45-60 days from determining the scope of work to
completion of construction. These alternative methods greatly enhance the City's flexibility to
deal with changing priorities. Decisions could be made quickly about which projects need to
move forward and work orders or informal contracts could then be quickly processed.
What Alternative Methods are Currently in Place with Other Agencies?
Uniform Public Construction Cost Accounting Act(UPCCAA)
PUBLIC CONTRACT CODE
SECTION 22030-22045
22030. This article applies only to a public agency whose governing
board has by resolution elected to become subject to the uniform
construction cost accounting procedures set forth in Article 2
(commencing with Section 22010)and which has notified the Controller
of that election. In the event of a conflict with any other
provision of law relative to bidding procedures,this article shall
apply to any public agency which has adopted a resolution and so
notified the Controller.
The Public Contract Code provides a method to both raise the ceiling on the value of work that
the City can perform with its own forces to $25,000 as well as simplifying the procedures for
bidding projects of less than $100,000 in value. This method is called the Uniform Public
Construction Cost Accounting Act (UPCCAA). The key differences between this method and the
existing Public Contract Code Section 21062 are:
1. Construction projects less than $25,000 in value may be performed by employees of the
City without bidding.
1-3
I
Council Agenda Report—Alternative Methods of Public Works Contracting
Page 4
2. Construction projects or Maintenance Workless than$100,000 in value maybe let to
contract by informal bidding procedures.
3. Construction projects greater than $100,000 in value shall be let to contract by formal
bidding procedures.
The informal bid procedure as specified in the Uniform Public Construction Cost Act differs from
the formal bidding procedure currently mandated for all projects in excess of$5,000 in the
following ways:
1. Informal bid invitations need to be sent only to specialty contractors on a pre-qualified
list adopted by the City on an annual basis and to select contractor trade journals.
Invitations do not need to be printed in the newspaper.
2. Informal bid invitations need only to be a general description of the work, not as detailed
as formal bid packages. For certain types of work, this allows the City to "design/build"
smaller projects, saving cost of document preparation by specifying outcome in terms of
performance standards rather than design details.
On certain projects, such as small park improvements, minor building renovation and street
striping and repaving work there could be an advantage to the City if it could follow an informal
bidding procedure and save the cost of preparing detailed designs when the work can be
adequately specified in terms of performance criteria. The selection of contractors for this work
would also be more in the City's control than under the formal bidding procedures, which is
open to all contractors with a license.
The Cities of Arroyo Grande, Atascadero, Carpinteria as well as the County of San Luis Obispo
are among several agencies that have adopted the UPCCAA methods of contracting for
construction projects. Generally, these cities report that the UPCCAA method has increased
productivity, especially with smaller maintenance-type projects. Procurement time is less, and
administrative costs are lower. Contractor lists are updated annually, so that all qualified
contractors are allowed the opportunity to bid on projects.
Job Order Contracting (JOC)
A JOC is a competitively bid, fixed unit price,indefinite quantity contract. Indefinite quantity
means that the quantities or units of work required during the term of the contract may vary
based on the City's needs. A JOC is used for the accomplishment of repair, alteration,
modernization, maintenance, refurbishment, rehabilitation, and repetitive construction work
needed for City buildings, structures, or other infrastructure assets. New construction projects are
prohibited. The JOC is a fixed term contract that has a maximum dollar value. Job Order
Contracts are competitively bid and awarded in the same manner as current City Public Works
projects.
The JOC system includes a Construction Task Catalog (CTC) and Technical Specifications. The
CTC is a comprehensive listing of over 160,000 pre-priced construction tasks. The standard tasks
are based on the use of experienced labor with high quality materials. All of the unit task prices
1-4
C
Council Agenda Report—Alternative Methods of Public Works Contracting
Page 5
are approved by the City and incorporate prevailing State wage and local materials cost data. The
Technical Specifications are similar to the City's Standard Specifications in that they specify the
quality of materials and workmanship required for each task.
When competing for a JOC contract, a contractor's bid is in the form of an adjustment factor,
expressed in terms of a percentage of the specified CTC prices such as 115 percent or 125
percent. Contractors generally bid two adjustment factors: one for work performed during
normal business hours and another for work performed outside of normal business hours. These
factors include profit and overhead costs and apply to all items in the CTC. The contractor with
the lowest composite adjustment factor is awarded the Job Order Contract. The CTC, Technical
Specifications and the successful contractor's price adjustment factors are incorporated into the
awarded contract. There are no actual projects bid;just bids prices of future bid items on future
projects. An example of a similar process currently in use within the City is our contract for
office supplies. We have guaranteed pricing on items we purchase, but quantities vary with each
purchase.
After the JOC contract has been awarded and a project selected, the contractor and City staff
meet on the project site. A scope of work is jointly developed by both parties and the contractor
develops a proposal based upon the CTC and the Technical Specifications. The contractor
estimates quantities and what construction tasks are necessary, develops a schedule to perform
the work and submits a list of subcontractors who will be hired for the project. If the proposal is
acceptable to the City, the contractor can be issued a notice to proceed, and work can begin.
Thereafter, as individual building maintenance and construction projects are identified, the City
and the prime JOC contractor develop the scope of work for each project as they are identified.
All projects must meet the performance criteria defined by the City and included in the Technical
Specifications of the JOC contract.
City staff is aware of at least seven public agencies (Cities of San Diego and San Francisco,
Counties of Contra Costa, Sacramento, Alameda, San Luis Obispo, and Cal Poly through the
CSU system) currently using or in the process of awarding a contract for a JOC system.
Discussions with staff at SLO County and Cal Poly reveal a high level of satisfaction with the
JOC system they have in place. Productivity is up, especially in the facilities area, with a
substantial time savings noted from identification of need to actual construction. After initially
awarding JOC contracts to firms from out of the area, local contractors have been successful low
bidders for both of the recent Cal Poly and SLO County contracts, indicating a high level of
understanding of the concept.
How Would the City Benefit from Adopting these Alternative Methods?
As a general rule, JOC systems in place around the country claim to save from 10% to 15% of
the capital costs of the projects. The savings are realized as both direct and indirect costs,
typically reduced staff time to develop the projects, and the efficiency of a larger, single contract
with fixed costs for the tasks performed. The JOC program implemented by San Luis Obispo
County is reporting project cost savings ranging from 7% to 12% when compared to traditional
1-5
Council Agenda Report—Alternative Methods of Public Works Contracting
Page 6
procurement and contracting methods.
Adoption of the UPCCAA procedures would give the City more options relative to performing
or bidding construction projects that would ultimately lead to more cost effective use of public
funds. The costs associated with the administrative process that accompanies a bid, including
document preparation, public notice, and contract administration, can add significantly to the
base construction cost of a small project. Any additional, one time expense of developing and
adopting the necessary policies and procedures would be offset by the cost savings resulting
from the streamlining of existing processes for performing and bidding construction projects
with a value of less than $100,000. For construction projects valued over this amount there
would be no change to existing policies and procedures.
The following table shows some of the benefits of adopting the JOC and UPCCAA methods:
Benefit JOC UPCCAA
1. Flexibility with City CII'priorities Yes Yes
2. Less time for projects to get to construction Yes Yes
3. Lower Administrative costs Yes Yes
4. Lower Design costs Yes Yes
5. Increased CIP productivity Yes I Yes
6. Fewer Contract Change Orders, claims Yes --
7. Improved Ci /contractor relationship Yes --
8. Augments City Design forces Yes Yes
What is Required by the City to Adopt these Methods?
According to the City Attorney, the most appropriate way to adopt these alternative methods is
for the City to amend the existing Charter, which requires a vote of the people. As a Charter City
however, San Luis Obispo has the flexibility to adopt procedures to enhance their ability to
contract for construction projects. Doing so may open the City up to legal challenges, as some
agencies have faced. In addition to amending the charter, the City would have to adopt new
ordinances for Job Order Contracting as well as informal bidding procedures for the Uniform
Public Construction Cost Accounting Act.
The JOC system requires the development of a Construction Task Catalog (CTC) and Technical
Specifications. Because JOC systems are already in use with San Luis Obispo County and Cal
Poly, extensive work has already been done to develop these documents for work to be
performed in our local area. The City would need to hire a consultant under a separate agreement
to manage the development of a JOC system. The CTC and Technical Specifications both exceed
2,500 pages in length, and would consume months of staff time to develop. The City's current
Project Management software could provide project tracking but would need extensive
modifications. It would be counter productive to take staff away from working on CIP projects to
develop a system that can be purchased for no up-front fee, from the current JOC Administrator
for Cal Poly and the County. This is covered in more detail in the Fiscal Impact section.
1-6
Council Agenda Report—Alternative Methods of Public Works Contracting
Page 7
For the City to utilize the UPCCAA method, Construction costs associated with projects that are
performed by the City's Public Works Maintenance crews would need to be tracked so that all
project related expenses are accounted for. This feature is not used often by agencies that have
adopted UPCCAA and would have minimal impact. No changes are required to the City's
existing accounting system, since project cost tracking can be performed independently of any
current accounting procedure, or can be integrated into existing processes.
Workload Impacts
Currently, there are Public Works employees outside of the Engineering group that complete CIP
projects of various types. With the adoption of these alternative methods of contracting, those
employees could be redirected to other tasks, most likely to the administration of the JOC
contract and development of the UPCCAA informal bid procedures. There will be fewer
employees working on plans, specifications and estimate development for formal bid contracts,
but the increase in productivity will require the same number of employees overall dedicated to
CIP program.
CONCURRENCES
A presentation of these alternative contracting methods was made to the Department Heads, City
Administrative Officer and City Attorney in April, and all of them concur that it will improve the
City's productivity in the CIP area. The Executive Director of the SLO County Builders
Exchange was supportive of the City's efforts to increase CII' productivity through the adoption
of both alternative methods. Two local contractors have been successful bidders on the most
recent Cal Poly and SLO County JOC contracts and are optimistic about the opportunities the
JOC method could provide.
FISCAL IMPACT
According to the City Clerk, the costs associated with a ballot measure are minimal. There are
sufficient funds set aside in the City Clerk Election Budget to pay for the additional costs of a
ballot measure. Those would be costs for staff time to develop the charter language, ordinances
and any support material used to educate the voters, and associated printing costs. There is
already a scheduled election in November, so no special election needs to be called.
Assuming the Charter Amendment is approved in November, the cost to implement the JOC
program could range from an on-going percentage fee with minor staff administration to
approximately $1,000,000 with a large on-going staff involvement.
Most west coast agencies have settled on the former, an "on-going percentage" system.
Basically, one consulting firm specializing in this field provides a complete JOC system
including document development, procurement support, computer software, customized forms,
management procedures, written manuals, training for City and contractor personnel, and follow-
up support for a professional services fee of 5% of the first $5,000,000 of work that the City
1-7
Council Agenda Report—Alternative Methods of Public Works Contracting
Page 8
authorizes under the JOC system and an additional 1'/2% of any authorized work over
$5,000,000. The fee is paid as a percentage of City-authorized work orders on a cumulative
basis. If there is no successful construction performed under JOC, the consultant will not be
entitled to any payment.
The latter alternative, which may work best for extremely large agencies (US Navy, etc) would
be to contract for preparation of the basic CTC and Technical Specifications and then run the
program with existing staff that can be specially trained to maintain the program. Sacramento
County invited eleven firms to submit proposals for implementation of a JOC system and only
three firms submitted proposals. Two of the firms required start-up fees of approximately
$825,000 and were not able to produce the CTC; Technical Specifications or the comprehensive
software system to track projects in a timely manner. Although possible for our City this method
of starting and maintaining a JOC program would be time-consuming for staff and more
expensive to maintain.
There would be staff time required to develop and implement informal bidding procedures for
the UPCCAA method. Contractor lists would have to be developed and maintained, and an
increased level of effort would be required in Construction to keep up with the projects being
built.
Potential Charter Amendment Timeline
May 2002—City Council approves concept to adopt alternative methods
August 2002 — City Council approves language for Charter Amendment on November ballot and
associated ordinance changes
November 2002—City residents vote on Charter Amendment
December 2002—If approved by voters,Amendment takes effect
January 2002—First projects let by informal bids,JOC Administrator Contract awarded
ALTERNATIVES
1. Contract with another public agency (SLO County or Caltrans) to perform CIP engineering
work. Preliminary discussions with Caltrans indicate no extra capacity to perform
engineering for City projects. Interagency agreements would be required and funds would
need to be budgeted and approved for transfer. The cost to perform_ the work could be as
high as$600,000. (20%support)
2. Hire additional engineers. The current budget situation makes this alternative less than
feasible. If an additional 5 engineers were hired,it would be more than 6 months for them to
be fully productive. The problem is not the need for more staff, but the need for a more
efficient way to deliver projects.
3. Use the RFP process to hire consultant engineers. In addition to the reasons stated in item 2
above, the costs for the consultant services would be higher than the cost of additional City
staff. The RFP process is effective for those projects that need design services to supplement
City staff.
1-8
Council Agenda Report—Alternative Methods of Public Works Contracting
Page 9
4. Do nothing. Without additional help to deliver CIP projects, the Engineering Division will
fall further behind in the current backlog. City Council goals will not be met, and
improvements to the City's infrastructure will not be made in a timely manner, possibly
resulting in a higher cost of repair or service outages.
GACIP EnhancementVob Order Contracting\CII'Enhancement CAR.doc
1-9
�IIIIIIIIIII�������� IIIIIIII
oifficouncit memomnaum
ICity of Sari Luis Obis
DATE: May 7, 2002
TO: Mayor& Members of the City Council
VIA: Ken Hampian, CA
FROM: Lee Price, City Clerk
SUBJECT: Revisions to the Minu _ r/April , 2002 and April 16, 2002
Please note the following corrections to the Minutes of April 9, 2002:
Page 2:
2. EXPANSION OF THE CITY'S CENTRAL COMMERCIAL ZONING DISTRICT AND
DOWNTOWN IN-LIEU PARKING FEE BOUNDARY.
Deputy Director Community Development Whisenand, Principal Transportation Planner Sanville and
Associate Planner Corey presented . . . . . . . . . .
Council.Member Mulholland voiced concern about negatively impacting parking as a result of the
expansion. She expressed an interest in making the corridor more pedestrian friendly and adding a bit
more commercial. Additionally, she suggested that Council consider implementing a policy of mixed
uses with shops and retail on the first floor with options for residences and parking on
other levels.
Please note the following corrections to the Minutes of April 16, 2002:
Page 6:
1. WATER AND WASTEWATER IMPACT FEES.
Finance Director Statler and Utilities Director Moss presented . . . . . . .
Council Member Mulholland indicated that she would 'gree t_., reluctant) , a rove the fees because
he believes this Council(or a future Council)will.approve a major water project: Therefore;a,fee
iructureshould be in lace for new develo meets to-a 'for it she conclude
Corrections to Minutes