HomeMy WebLinkAbout10/18/2005, C5 - REQUEST FOR PROPOSALS: COST OF SERVICES STUDY l
I
council D� 10-18-05
j acenaa REpoRt
CITY OF SAN LUIS OBISPO
FROM: Bill Statler, Director of Finance & Information Technology
Carolyn Dominguez, Finance Manager
SUBJECT: REQUEST FOR PROPOSALS: COST OF SERVICES STUDY
CAO RECOMMENDATION
1. Approve issuing a request for proposals (RFP) for preparation of a comprehensive cost of
services study.
2. Authorize the CAO to award the contract if the best overall proposal is within the approved
budget of$47,500 for this project.
DISCUSSION
Under the City's user fee cost recovery policy (page B-7 of the 2005-07 Financial Plan), we
should review and update service charges on an ongoing basis to ensure that they keep pace with
changes in the cost=of-living as well as changes in service levels and delivery methods. In
implementing this policy, the City has adopted the strategy of comprehensively analyzing
service costs at least every five years ("benchmark analysis"), with interim adjustments annually
based on changes in the consumer price index.
Maximus, Inc (formerly DMG-Maximus) completed our last "benchmark analysis'' in November
2000. Accordingly, it is time to prepare a comprehensive evaluation of service costs and related
revenues. The Council approved this work effort as part of the 2005-07 Financial Plan and
appropriated $47,500 for this purpose. Moreover, completing this analysis is a key "Action
Plan" task in the 2005-07 Major City Goal for Long-Term Fiscal Heath,..
Project Workscope
The purpose of this project is to answer four basic questions:
1. What does it cost the City to provide various services?
2. Are these costs reasonable?
3. What are current cost recovery levels?
4. What fee changes are necessary to achieve adopted cost recovery policies?
This study focuses on General Fund services (such as public safety, development review and
recreation); however, we have also included in the workscope selected services and related
charges in our enterprise operations (such as setting meters, starting new accounts and
disconnecting service for non-payment) that reduce general-purpose rate requirements.
t�
� � I
Request for Proposals: Cost of Services Study Page 2
In most studies of this type, preparing a "cost allocation plan" that distributes indirect costs (like
legal services, personnel, accounting and insurance) to direct cost programs (like police
protection and street maintenance) in order to determine "total" service costs would be a major
(arid expensive) part of the workscope. However, we prepare our cost allocation plan in-house,
and we plan to use it in preparing this study. This will result in lower costs and quicker project
completion.
As set forth in the attached excerpt from the RFP (Attachment 1), specific consultant tasks
include:
1. Reviewing existing policies, plans and cost of service information, and recommending
improvements as appropriate.
21. Identifying the total cost of providing various City services at the lowest reasonable activity
level. In preparing_ this analysis, the consultant will use existing policies, plans and service
cost information to the maximum extent feasible.
3. Forming an opinion of the reasonableness of City costs in light of our service levels and
policies as well as practices in other agencies in California.
4. Comparing these costs with existing recovery levels. This should include service areas
where the City is currently charging .for services as well as areas where we do not but
perhaps should in light of our cost.recovery policies and practices of other cities.
5. Evaluating rate structures and making recommendations as appropriate.
6. Comparing existing and proposed fees in key benchmark areas with those charged by other
agencies in San Luis Obispo County aswell as comparable cities outside of the County.
1. Recommending appropriate fees and charges based on this analysis in order to achieve
adopted cost recovery levels.
8. Developing and presenting findings in a manner that ensures understanding, confidence and
credibility by operating staff, interested community members and policy-makers in the.
overall work product.
9. Reporting on other matters that come to their attention in the course of their evaluation that.
in their professional opinion the City,should consider.
Evaluation and Selection Process
Proposal Evaluation. A review team composed of representatives from Administration,
Finance, Community Development, Public Works and Parks & Recreation will consider the
following factors in evaluating proposals and making their contract award recommendation to
the CAO:
1. Understanding of the work required by the City.
2. Quality, clarity and responsiveness of the proposal. -
ers-z
Request for Proposals: Cost of Services Study Page 3
3. Demonstrated competence and professional qualifications necessary for successfully
performing the work required by the City.
4. Recent experience in successfully performing similar services.
5. Proposed approach in completing the work.
6. References.
7. Background and experience of the specific individuals to be assigned to this project.
8. Proposed compensation.
As reflected above, we will not award the contract based solely on price,but on a combination of
factors that represent the best overall value in completing this work.
Proposal Review and Award Schedule. The following summarizes our anticipated schedule for
proposal review and contract award:
Issue RFP 10/19
Hold pre-proposal teleconference 1.1/2
Receive proposals 11/14
Complete "desk top" proposal evaluation 11/29
Conduct finalist interviews. 12/19.
Finalize staff recommendation 12/22
Award contract 12/29
Execute contract 1/4
Start-work 1/9
Based on a 90-day timeframe for completing this project, we plan to present the study findings
and recommendations to the Council in April 2006.
f`E-Process" Using Technology for a More Efficient Selection Process. We plan to use our
technology tools for this selection process. The RFP will be distributed through e-mail and
advertised on the City's website (along with publishing a standard notice requesting proposals in
The Tribune). The pre-proposal conference will be held via teleconference, with participants
receiving a PowerPoint presentation via e-mail on which they can follow along. Lastly, all
proposals will be received electronically.
While this "e-process" is not appropriate for price-sensitive contract awards such as construction
projects or equipment purchases, we have used it successfully in several recent consultant
selections.
Prospective Proposers
In addition to publishing a formal notice requesting proposals in The Tribune and advertising on
the City's website, we will email the RFP to a limited number of firms specializing in this type
of review who have indicated their interest in performing this work. A list of prospective
proposers is provided in Attachment 2.
Request for Proposals: Cost of.Services Study Page 4
FISCAL IMPACT
The projected cost for this work is $47,500. The Council has already approved funding for this
work in the 2005-07 Financial Plan, which is a key "Action Plan"task in the Major City Goal for
Long-Term Fiscal-Health (pages B-64 and D-162).
ALTERNATIVES
The Council previously considered the following alternatives as part of the 2005-07 Financial
Plan process:
1. Do nothing. We can continue using the existing 2000 Maximus cost analysis as the basis for
our current fees as modified by changes in the consumer price index. Based on our current
policy that we should perform_ a comprehensive review.at least every five years, we do not
recommend this alternative.
2. Use in=house staff resources. Although City staff is capable of.performing this type of
analysis in-house, it would be a major staffproject consuming considerable resources. As
such, basic day-to-day core services would suffer as well as our ability to achieve other
major goals and objectives. Additionally, it would take longer to complete the analysis.
Lastly, there are significant advantagesfrom a"credibility" perspective in preparing this type
of analysis by an independent, third party.
Based on existing staff resources and commitments—and the need for confidence in the
findingsof this study by operating staff, community groups and policy makers—we continue
to recommend preparation of this study by an independent firm specializing in this type of
analysis.
ATTACHMENTS
1. Workscope Excerpt from the RFP for the Cost of Services Study
2. Proposers List
AVAILABLE FOR REVIEW IN THE COUNCIL OFFICE
Cost of Services Study RFP
G:Cost of Services Study/2006/Consultant Selection/CAR Issue RFP.2005
Section A
DESCRIPTION OF • -
1. OVERVIEW
Under the City's user fee cost recovery policy, the City reviews and updates service charges on
an ongoing basis to ensure that they keep pace with changes in the cost-of-living as well as
changes service levels and delivery methods. In implementing this policy, the City has adopted:a
strategy of comprehensively analyzing service costs and related revenues every five years, with
interim adjustments annually based on changes in the consumer price index. Maximus prepared
our last "benchmark" analysis under this approach in 2000. Consequently, it is time to prepare a
comprehensive evaluation of service costs and related revenues.
2. PROJECT GOALS
The primary purpose of this project is to answer four basic questions:
a. What does it cost the City to provide various services?
b. Are these costs reasonable?
C. What are current cost recovery levels?
d. What fee changes are necessary to achieve adopted cost recovery policies?
3. GENERAL FUND FOCUS—OPERATING PROGRAMS
Rate setting for our enterprise operations (water, sewer, parking, transit and golf)is not part of the
workscope of this project; its primary focusis on General Fund operating services-public safety,
development review, parks & recreation, and other General Fund operations. However, selected
services and related charges in our enterprise operations (such as setting meters, starting new
accounts, disconnecting service for non-payment), which reduce general-purpose rate
requirements, are included in the workscope. Since the focus is on cost recovery for ongoing
services; evaluating development impact fees related to capital improvement financing is not part
of this workscope.
4. WORK ALREADY PERFORMED BY THE CITY
a. User Fee Cost Recovery Policy. The City has adopted a comprehensive user fee cost
recovery policy, which sets forth an overall framework for evaluating cost recovery
factors, and establishes specific user fee goals. Although we want the consultant's
review and comments on this policy, we expect it to form the primary foundation for
determining cost recovery levels. The policy for user fees and enterprise fund charges is
provided in pages 134 through B-11 of the 2005-07 Financial Plan; and provided in
Attachment 1.
b. Cost Allocation Plan. The City has developed an in-house model for allocating
organization-wide indirect costs to direct costs. Again, although we want the
consultant's review and comments on this plan, we anticipate continuing to use this plan
in allocating indirect costs in the future and expect it to be used in identifying service
costs as part of this study: The 2003-05 Cost Allocation Plan is provided in Attachment
2. City staff is preparing an update to this plan for 2005-07, which should be complete
by mid-January 2006.
/attachment -�
C. Labor Rates. The Cost Allocation Plan includes a comprehensive listing of labor rates
for all City positions based on salary;benefits and indirect costs.
d. Comprehensive Fee Listing.. As part of our Revenue Management Manual, we have
compiled a comprehensive listing of City service charges; which is provided in
Attachment 3.
e. Program and Activity Costs. As part of the 2005-07 Financial Plan, the City has
identified direct costs for over 70 programs.and approximately 600 activities. Operating
program goals and costs are comprehensively set forth in Section D of the 2005-07
Financial Plan. This document is on our web site at www.slocity.org/finance/budget-.asp.
5. CONSULTANT WORKSCOPE
a. .Review existing policies, plans and cost of service information, and offer comments and
recommendations for improvement as appropriate.
b. Identify total cost of providing various City services at the .lowest reasonable activity
level. As discussed' above, the primary focus of this analysis is on General Fund fees;
although selected enterprise fund charges will be included. In preparing this analysis, the
consultant should use existing policies, plans and service cost information to the
maximum extent feasible.
C. Form an opinion of the reasonableness of City costs, given City service levels and
policies as well as practices in other agencies in California.
d. Compare these costs with existing recovery levels. This should' include service areas
where the City is currently charging for services as well as areas where we do not but
perhaps should in light of our cost recovery policies and practices of other cities:
e. Recommend appropriate fees and charges based on,this analysis in order to achieve
adopted cost recovery levels.
f. Evaluate rate structures and make recommendations as appropriate.
g. Compare existing and proposed fees in key benchmark areas with those charged by other
agencies in San Luis Obispo County as well as comparable cities outside of the County.
Comparable Cities San Luis Obispo County Agencies
Davis Arroyo Grande
Monterey Atascadero
Napa Grover Beach
Palm Springs Morro Bay
Santa Barbara Paso Robles
Santa Cruz Pisrno Beach
Santa Maria County of San Luis Obispo
Ventura
b. Develop and present findings in a manner that ensure understanding, confidence and
credibility by operating staff, interested community members and,policy-makers in the
overall work product..
- 2 C�_
Attdchment -�
C. Produce a final report that summarizes key results and findings; describes each service;
identifies its cost, key cost components and current cost recovery level;.recommends new
fees based on thisanalysis and the City's cost recovery goals; assesses the reasonableness
of City costs; and compares current and recommended fees wiff,benchmark fee areas in
identified agencies.
d. Report on other matters that come to your attention in the course of your evaluation that
in your professional opinion the City should consider.
In summary, we expect a final product that reflects technical excellence as well as a strong
policy orientation.
6. PROJECT COMPLETION
We would like to complete this project—including presentation of findingsand recommendations.
to the Council—within 90 days after contract execution. Assuming a contract award date of
December 29, 2005,policy recommendations would be presented to Council in April 2006.
-3 - ��'�
Attachment PROPOSERS
s ,
COST OF SERVICES STUDY SPECIFICATION NO. 90605
Maximus,Inc.
4320 Auburn Blvd.Suite 2000
Sacramento,CA 95841
Allan Burdick,Vice President
allahburdick@maximus.com
FCS Group
50 California St. Ste 1500
San Francisco,CA 94111
Jeanette Hahn
j eangtteh @ fcse.-roup.com
1vluniFinancial
2399 Gateway Oaks Drive,Suite 210
Sacramento,CA 95833
Brian Jewett
brianj@muni.com
Revenue Cost Specialists,LLC
2545 E.Chapman,Suite 103
Fullerton,CA 92831
Phone No.71499279020
Fax No.714-992-9021
Albert R Keymer Jr;President
rkermer@cs.com
Public Resource Management Group,LLC(PRM)
1380 Lead Hill Blvd.Suite 106
Roseville,CA-95661
Brad Wilkes
bradwilkes@[Irrn--roup.net
Wohlford Consulting
372 Florin Road#293
Sacramento,CA 95831
Chad Wohlford
chad @ woh 1 fordconsul tin r.com
Conrad and Associates,LLP
2301 Dupont Drive,:Suite 200
Irvine;CA 92612
Ken Al-Imam,Partner
kalimam@cbiz.com