Loading...
HomeMy WebLinkAbout08-20-2015 Government Finance Officers Association - AgreementAGREEMENT THIS AGREEMENT is made and entered into in the City of San Luis Obispo on this day of v u � ZQ i ' , by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, ereinafter referred to as City, and the Government Finance Officers Association of the United States and Canada (GFOA), an Illinois not - for - profit corporation, hereinafter referred to as Contractor. WITNESSETH: WHEREAS, "periodic formal reviews of operations on a systematic ongoing basis" is an adopted budget and fiscal policy in the City's Financial Plan; and WHEREAS, the City is seeking assistance with an organizational assessment of business processes in the Finance and Information Technology Department; and WHEREAS, the City desires to hire Contractor to perform organizational assessment services, including a business process review and developing an action plan, and Contractor is willing to provide such services in accordance with the terms and conditions of this Agreement. NOW THEREFORE, in consideration of their mutual promises, obligations, and covenants hereinafter contained, the parties hereto agree as follows: 1. TERM. The term of this Agreement shall be from the date this Agreement is made and entered, as first written above, until the scope of work is completed. 2. INCORPORATION BY REFERENCE. Standard terms and conditions as described in Exhibit B, and insurance requirements as described in Exhibit C, are hereby incorporated in and made part of this agreement. 3. CITY'S OBLIGATIONS. For providing services as specified in this Agreement, City will pay and Contractor shall receive compensation in a total sum not to exceed $48,560. 4. CONTRACTOR EXPENSES. The Contractor shall be the responsible party for all mailing or shipping charges on submissions to the City, and the costs of all travel by the Contractor and the Contractors' agents and employees necessary for the proper performance of the services required under this Agreement. 5. CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Contractor agrees with City to provide services as described in Exhibit A attached hereto and incorporated into this Agreement. 6. AMENDMENTS. Any amendment, modification, or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the City Manager. 7. COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement, understanding, or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such oral agreement, understanding, or representation be binding upon the parties hereto. 8. ATTORNEY'S FEES. Should any action or proceeding be brought to enforce the terms of this Agreement, the prevailing party shall be entitled to reasonable attorney's fees and costs. 9. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as follows: City Katie Lichtig, City Manager City of San Luis Obispo 990 Palm Street San Luis Obispo, CA 93401 Contractor Government Finance Officers Association of the United States and Canada (GFOA) Attn. Mike Mucha 203 North LaSalle Street, Suite 2700 Chicago, Illinois 60601 10. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that each individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. 2 IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. ATTEST: AP O STYT T Ch e Dietrick, City Attorney CITY OF SAN LUIS OBISPO, A Municipal Corporation Kap . ity Manager J/ By: �A� /. C-"� JefFre le r, qO A Exhibit A: 'Cors OV Business Process Review for FIT July 9, 2015 Revised August 17, 2015 Note: This proposal and description of GFOA methodologies is for the entity listed above. All information herein is confidential and proprietary to GFOA. Government Finance Officers Association 203 North LaSalle Street, Suite 2700 Chicago, IL 60601 -1210 312.977.9700 fax: 312.977.4806 July 9, 2015 Monica Irons Director of Human Resources City of San Luis Obispo 990 Palm Street San Luis Obispo, CA 93401 -3249 E -MAIL: mirons @slocity.org Dear Monica: The Government Finance Officers Association (GFOA) is pleased to present this proposal to the City of San Luis Obispo, CA (the City), to provide consulting services related to a business process review of the finance and IT departments and an assessment of the City's finance function. More than 400 governments, including many in California, have found value in our experienced and detailed approach to process, system, and overall organizational assessments. As one of the premier membership associations for public- sector professionals, GFOA can offer independent, objective, and best practice- focused consulting services consistent with our mission to improve government management. In addition, our practitioner focus strives to provide "real" solutions based on past experience and regular research with our member network. We look forward to the opportunity to work with you and the City. If there are any questions or you would like to discuss the proposal, please let me know. Sincerely, Mike Mucha Director, Research and Consulting Center Government Finance Officers Association Washington, DC Office 1301 Pennsylvania Avenue, N.W., • Suite 309 Washington, DC 20004 • 202.393.8020 fax: 202.393.0780 www.gfoa.org Business Process Review for FIT TABLE OF CONTENTS Overviewof Proposal ..................................................................................... ............................... 4 Task0: Project Planning ................................................................................ ............................... 4 Task1: Business Process Review ................................................................... ............................... 5 Task2: Action Plan ........................................................................................ ............................... 7 Task3: Implementation Assistance .............................................................. ............................... 8 ProjectSchedule ............................................................................................. .............................10 Price................................................................................................................. .............................11 ProjectAssumptions ....................................................................................... .............................12 Appendix1: GFOA Profile ............................................................................ .............................13 Appendix2: Project Team Resumes ............................................................. .............................14 MY OF SflnM isOwspo Page 3 of 15 Business Process Review for FIT ■ ME Overview of Proposal Understanding that no two governments are the same, GFOA follows a conceptual process for conducting its business process review and organizational assessment projects that is customized to meet conditions and accomplish specific goals identified by each client. Our proposal for the City includes two separate phases. 1) Conduct a Business Process Review. GFOA's business process review projects will focus on business process but also look at other critical components such as policies, staffing, technology, and overall structure. 2) Develop an Action Plan. Assessment results are delivered with a focus on improvement. Our practitioner- focused approach will provide guidance on how to overcome current issues. Action plans are prioritized and will be prepared collaboratively with City staff to provide recommendations on how the plans can be adopted. ME ® Task 0: Project Planning No project can be successful without proper planning and tools to manage the effort. Working together, GFOA and the City project manager will prepare the following tools, which will be essential to project coordination. Project Plan. Project plans are typically done in Microsoft Project but can be developed in Excel if the City prefers. GFOA will provide this document, which identifies all the detailed tasks for the project, the person responsible for executing those tasks, the estimated time required for completion, and any dependencies that a given task may have relative to other tasks. Once the project plan is provided, GFOA will continue to update it, along with the City's project manager (or other point of contact). Project Documentation Procedures. At the beginning of the project, GFOA and the City will identify procedures for communication and posting/sharing documents. If the City uses a collaboration website for project and document management, GFOA consultants can post to that site. If desired, GFOA can also host a website with collaboration tools specifically for this project. ■ Project Staffing — GFOA's project team for this engagement will be: ❖ Engagement Manager — Mike Mucha, Director, Research and Consulting ❖ Project Lead* — Eva Olsaker, Senior Manager ❖ Project Lead* — Matt Bubness, Manager ❖ Project Consultant — Barry McMeekin, Consulting Practice Manager. *Note: For this project Eva Olsaker and Matt Bubness will share project lead/manager roles. Task 0: Project Planning Phase Duration • 2 weeks Cost • Included Deliverables • D0: Project Plan CITY of Sfm Lms OBISPo Page 4 of 15 Business Process Review for FIT ■■ No Task 1: Business Process Review We conduct our projects with the underlying goal of helping organizations achieve high performance in financial management. In assessing the City's financial functions provided by the Finance and IT department (F.I.T.), we will apply the model explained below. Analysis and actionable recommendations based on industry best practice, the experiences of other governments, and the City's ultimate goals will be communicated using the model's structure. Meet Stakeholder Expectations • Desired outcomes Process y, Activities • Best Practices • Transparency • Accountability I • Leadership Supporting ■ • Decision Support Tools • Business Process • Value Added Activities • Reporting/ Communications • Policies • Control • Documentation • Technology • Staffing GFOA will approach this engagement from two interdependent perspectives. The first is organizational efficiency — Is the City doing things right? Questions explored from this perspective include: ❖ Are all finance office functions performed as efficiently as possible? ❖ Are staff resources sufficient, and are staff members adequately trained? ❖ Do they take advantage of recent technological developments and trends in public- sector financial management? The second perspective is strategic — Is the City doing the right things? In other words, are the finance office's strategies, activities, and programs aligned with the City's mission and with customer expectations, and is the organization using recognized best practices? Often, organizations continue to perform tasks because "it's the way we've always done it." Questions explored from this perspective include: ❖ Are processes and policies up to date? Do they adequately meet the needs of internal and external customers? ❖ Do current processes lead to effective financial management? Task 1 -A: Information Gathering Before arriving on -site, GFOA's team will conduct a document review to gather information on departmental background, relevant policies and procedures, the organizational structure, and 0 CITY OF S§M LE lS OBISPO Page 5 of 15 Business Process Review for FIT defined roles and responsibilities. GFOA staff will then conduct interviews with finance staff and key users of the finance office's services (to be identified by the City). Most interviews will be conducted in person, either in groups or individually, during on -site visit. GFOA will also facilitate meetings by major business process to better understand finance operations. During this visit, GFOA staff will conduct any necessary follow -up meetings to cover information collected during the document review. Depending on the number of interviews required outside the finance office, GFOA may conduct interviews with other selected stakeholders in person, by telephone, or through web surveys. As part of the project, GFOA will focus on the following: •:� Policy Review. GFOA staff will collect and review relevant documentation for the project. GFOA will use this documentation, along with any other information deemed relevant and provided by the City, to gain an understanding of the City's operations and to identify key business issues to explore during the employee and customer interviews. GFOA will also review practices for how the City documents policies and processes, and how it communicates this information to key stakeholders. ❖ Process Review and Documentation. GFOA has found through experience that a "process focus" is critical to our assessment projects. Much can be learned from identifying, documenting, and reviewing the end -to -end processes the organization uses to conduct business. GFOA's highly collaborative mapping process will make use of focus group meetings with a wide variety of stakeholders. This step is extremely important to the success of the project, allowing stakeholders to better understand existing processes (including limitations and inefficiencies). We expect to focus the process mapping and documentation on key processes including, but not necessarily limited to: • Procure -to -Pay Process • Contract Management • Project Accounting /Grant Accounting • Financial Reporting • Capital Asset Tracking • Budget Preparation Process (Capital and Operating Budget) • Internal Controls • Revenue Management • Business Tax After documenting processes, we will apply process improvement principles and our collective experience in working with other governments to help determine improvement opportunities. ❖ System Assessment. As part of the process review, GFOA will review any previously completed technology assessments and gather any additional information to assess the City's use of its financial system and associated shadow or subsidiary systems. GFOA will review potential areas of redundancy, underutilized systems, or functions that are not performing as intended. GFOA will also review the overall integration of systems and how well the systems support the City's business processes. ❖ Stakeholder Analysis. Each financial process has an intended outcome serving the needs of an internal or external customer. GFOA will get feedback from CM OF Sffn Luis OsISPO Page 6 of 15 Business Process Review for FIT customers and assess customer expectations, ongoing communications, and the level of customer service provided. (Customers may also include department heads, department fiscal officers, budget analysts, and the city council, for instance.) ❖ Overall Organizational Assessment. In addition to the specific focus on process and policy, we will also look at other factors that contribute to a sound financial management function, including organizational structure, staffing roles and responsibilities, communications, use of key performance metrics, underlying technology, and other factors identified during the assessment. This review will include an assessment of how the City distributes its financial functions among the (centralized) F.I.T. department and other (decentralized) departments. Task 1 -13: Communication of Assessment Report We will meet with the City project manager /project sponsor and others designated by the finance office. The purpose of this meeting is to discuss preliminary findings in order to test our assumptions and to make sure that we access additional information as necessary to get a full picture of the situation. GFOA will evaluate the information gathered earlier based on our knowledge of best financial and management practices for similar organizations, gained from our research and from GFOA's best practices in financial management. We will then develop a draft report that highlights key findings for the City's review. All findings will be validated by City staff, and any issues requiring further information will be addressed at this time. GFOA will also begin preliminary discussions of alternatives with the project manager and begin planning the development of the action plan. Phase Duration • 1 -2 months Cost • $32,320 Deliverables • Dl: Assessment Report w/ Recommendations ■® ME Task 2: Action Plan It is our intent that this action plan be a joint product of GFOA and the City. This is one way in which we try to assure that recommendations will be accepted and implemented and that staff will "own" the process. After completion of the report from Phase 1 and the identification of alternatives, GFOA will facilitate an action plan with key staff and document decisions. Action plans can differ but will ultimately include a series of recommendations prioritized by their ability to improve outcomes and ease of implementation. For each identified improvement, GFOA will identify a method of tracking, including persons responsible, and overall outcomes /measures of progress. CITY OF S.f RLIUSOBISPO Page 7 of 15 Business Process Review for FIT 1 2 3 4 5 6 7 8 9 In past projects, recommendations for improvement have included some of the following: 1) Implementation of Processes Improvements. GFOA has assisted with design, documentation, and training around new processes. 2) Technology Requirements. If technology solutions are required to manage the improvement, GFOA has assisted with definition of requirements and facilitation of a procurement and selection process to acquire technology for a number of governments. 3) Organizational Changes. GFOA has also been involved with overall department re- structuring and has assisted with developing new policies, procedures, and structure, when necessary. Based on the action plan meetings, GFOA will prepare a final report. The report will include GFOA's findings and recommendations, the action plan, any relevant change management recommendations, and suggested resources to access during the implementation of the action plan. Assessment Report Phase Duration • 1 month Cost • $6.240 Deliverables • D2: Action Plan • D3• Final Report ■ ■ Task 3: Implementation Assistance GFOA is prepared to help with implementation of recommendations included in the action plan. However, we are not able to propose specific services before completing the action plan. On past projects we have taken on the role as researcher, best practice advisor, project manager, quality control, and/or facilitator of internal discussions. It is expected that for the City's project, our role could focus on tracking improvement efforts, providing periodic reviews of progress, helping communicate changes to a larger City audience, and assisting with subject matter expertise when necessary. For the proposal, we have allotted a CrrY OF S.f nLMsOmsPo Page 8 of 15 Business Process Review for FIT total of $10,000 for this task. After development of the action plan, GFOA would be happy to provide a more detailed proposal with a fixed scope /price. Phase Duration • 1 month Cost • $200 /Hour up to $10,000 Deliverables • D4: TBD Wgim CITY OF SRRLMS OBISPO Page 9 of 15 Business Process Review for FIT ■M . ■ M Project Schedule GFOA has proposed the following high -level schedule for completing all work described in this proposal. GFOA requests that the City provide at least one (1) month prior notice for beginning the project so we can schedule resources /site visits. GFOA is open to discussing alternative schedules that would best meet the needs of the City if there are concerns with what is proposed here. Task 0: Project Planning Task 1: Assessment Task 2: Action Plan Task 3: Implementation Assistance 0 CPl`YOF SiM LCIIS OBL9M) Page 10 of 15 Business Process Review for FIT ■ Price Unless noted, all pricing is provided as a fixed fee inclusive of all travel costs incurred by GFOA staff. GFOA will invoice for project deliverables once they are completed. Summary of Fees by Task Phase 0 Milestone Project Management and Planning Price DO Project Management Documents $0 1 Business Process Review 1 -A Information Gathering Included in 1 -B 1 -13 Communication of Key Findings $32,320 2 Action Plan 2 -13 Action Plan $6,240 3 Implementation Assistance 3 -A TOTAL TBD ($200/hour) $10,000 CM OF S.ffn Lzus OBispo Page 11 of 15 Business Process Review for FIT on ® Project Assumptions • GFOA assumes that City staff will be available to participate in meetings and provide information necessary to the project. • GFOA will complete tasks in this proposal with a combination of on -site and off -site work. • Each site visit will include one or two GFOA consultants and last approximately two to three days (depending on planned activities). GFOA site visits will be scheduled in advance with the City's project manager. The City is responsible for inviting the appropriate stakeholders to meetings based on agenda topics. • GFOA has proposed services listed for a fixed fee based on completion of deliverables (unless noted). The fixed fee amount and hourly rate comprises all expenses, including travel. GFOA will invoice monthly for the amount listed in this proposal for tasks /milestones completed within the previous month. • When performing work on -site, GFOA staff will be provided appropriate office workspace. • If it becomes necessary for the City to request additional resources or expand the scope of the project beyond what is listed in this proposal, additional work will be secured as an amendment to the contract between the City and the GFOA, and the work will be performed at the rate of $200/hour. • As an educational, nonprofit, professional membership association, GFOA reserves the right to publish non - confidential documents describing the results of the services described in this scope of work. GFOA will not publish any item with the name of the City without obtaining prior written consent of the government. • GFOA is a nonprofit membership association made up of members representing organizations like the City. GFOA's liability and indemnification under any agreement reached with your organization will be limited to the extent of fees paid by insurance coverage currently in force. This limitation applies to all exposures under this engagement. Page 12 of 15 Business Process Review for FIT ■ Appendix 1: GFOA Profile Company i I j Government Finance Officers Association of the United Official Company Name States and Canada GFOA is a 501(c)3 nonprofit association governed by an Company Ownership 18- person executive board made up of public- sector professionals. 203 North LaSalle Street Suite 2700 Chicago, IL 60601 Location of Company Offices 1301 Pennsylvania Avenue, N.W. Suite 309 Washington D.C. 20004 Location of Office Servicing CA GFOA's primary office is in Chicago. All research and Accounts consulting staff are located in the Chicago office. Number of Employees: GFOA has approximately 50 employees. Location from which employees will be Chicago, IL assigned Mike Mucha Director, Research and Consulting 203 North LaSalle Street Suite 2700 Chicago, IL 60601 Contact Information Office: 312 - 977 -9700 Direct: 312 - 578 -2282 Email: mmucha@gfoa.org MY OF SHRLMSOBISPO Page 13 of 15 Business Process Review for FIT Appendix 2: Project Team Resumes Mike Mucha, Director, Research and Consulting Mike Mucha joined GFOA in 2006 and is now the Director of the Research and Consulting Center. Mike oversees GFOA consulting projects, research activities, the Government Finance Review, planning for GFOA training and conferences, the GFOA website, and other strategic initiatives for GFOA. Mike also leads GFOA's consulting practice and focuses on providing guidance to local governments on how to use technology more effectively, improve business processes and administrative practices, and implement best practices in financial management. Mike has managed projects for both large and small governments. He regularly speaks at GFOA training events and has written numerous articles on public- sector budgeting, process improvement, performance management, and technology. Recent clients have included Pasco County Schools (FL), Orange County Schools (FL), City of Spokane (WA), Spokane Transit Agency (WA), City of Longmont (CO), City of Hayward (CA), Sonoma County (CA), Yolo County (CA), Douglas County (KS), the City of Westerville (OH), and the City of Aspen (CO). Education • B.B.A., Economics, University of Iowa • M.S., Public Policy and Management, Carnegie Mellon University Eva olsaker, Senior Manager Eva Olsaker joined GFOA in 2005 and is a Senior Manager in the Research ,..,Aand Consulting Center. Eva brings 19 years of experience in both private- and P ublic- sector technology and management consultin g projects, specializing in project management, technology needs assessments, business case analysis, business process analysis and improvement, software selection methodologies, and implementation assistance. She focuses on improving business processes, specializing in human resources, payroll, and finance. Prior to joining GFOA, Eva was a senior consultant with a private management - consulting firm for ten years. Eva consulted with private- and public- sector organizations to implement customer relationship management software and improve current business processes, productivity, and methodologies. She developed client- specific planning management tools for county departments and private utilities, created an organization -wide management system tool that captured productivity /utilization levels of front -line staff, and CFrY OF S.ffn.Lu sOwspo Page 14 of 15 Business Process Review for FIT served as a liaison in the software development process, assuring the business requirements and end -user needs where met and incorporated. Recent clients have included San Juan County (NM), Town of Firestone (CO), City of Longmont (CO), Whitman County (WA), Wild Horse Pass Development Authority (AZ), City of Berkeley (CO), City of Farmington (NM), Cleveland Public Library (OH), and the Gila River Indian Community (AZ). Education • B.A., Political Science, Ball State University Barry McMeekin, Consulting Practice Manager Barry McMeekin is the Consulting Practice Manager for GFOA's Research and Consulting Center. Barry has a broad range of expertise in financial, purchasing, fleet, facilities, and inventory operational areas, both as consultant and practitioner. Prior to coming to GFOA, Barry worked for the City of Pittsburgh, PA, and Allegheny County, PA, where he filled roles including project lead on initiatives related to improving organizational efficiency, outsourcing, and technology implementation. Recent clients have included the City of Beverly Hills (CA), Pasco County Schools (FL), Orange County Schools (FL), San Bernardino County (CA), Spokane Transit Authority (WA), Bernalillo County (NM), Clark County (NV), Placer County Water Agency (CA), and Board of Water Works of Pueblo (CO). Education • B.A., University of Pittsburgh Matt Bubness, Manager Matt Bubness is a Manager with the Research and Consulting Center. Matt is working on developing GFOA's best practices for budgeting for school districts and community colleges, which will be used to support GFOA's Award for Best Practices in School Budgeting. He also participates in other consulting engagements and research assignments. Prior to joining GFOA, Matt worked for Chicago Public Schools and City Colleges of Chicago, most recently as the operations and finance director for all special education programming at CPS. Before that, he held roles in operating and capital budgeting and revenue forecasting. Prior to his local government experience, Matt worked in the municipal bond field, including credit rating analysis and structuring bond issuances. Education B.S., Public Affairs, Indiana University M.P.A., Indiana University CrrY m SdinLMSOBISPO Page 15 of 15 EXHIBIT B GENERAL TERMS AND CONDITIONS 1. Business License & Tax. Contractor must have a valid City of San Luis Obispo business tax certificate prior to execution of the contract. Additional information regarding the City's business tax program may be obtained by calling (805) 781 -7134. 2. Ability to Perform. Contractor warrants that it possesses, or has arranged through subcontracts, all capital and other equipment, labor, materials, and licenses necessary to carry out and complete the work hereunder in compliance with any and all federal, state, county, city, and special district laws, ordinances, and regulations. Laws to be Observed. Contractor shall keep itself fully informed of and shall observe and comply with all applicable state and federal laws and county and City of San Luis Obispo ordinances, regulations and adopted codes during its performance of the work. 4. Payment of Taxes. The contract prices shall include full compensation for all taxes that Contractor is required to pay. Permits and Licenses. Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary. 6. Safety Provisions. Contractor shall conform to the rules and regulations pertaining to safety established by OSHA and the California Division of Industrial Safety. 7. Public and Employee Safety. Whenever Contractor's operations create a condition hazardous to the public or City employees, it shall, at its expense and without cost to the City, furnish, erect and maintain such fences, temporary railings, barricades, lights, signs and other devices and take such other protective measures as are necessary to prevent accidents or damage or injury to the public and employees. Preservation of City Property. Contractor shall provide and install suitable safeguards, approved by the City, to protect City property from injury or damage. If City property is injured or damaged as a result of Contractor's operations, it shall be replaced or restored at Contractor's expense. The facilities shall be replaced or restored to a condition as good as when the Contractor began work. 9. Immigration Act of 1986. Contractor warrants on behalf of itself and all sub - contractors engaged for the performance of this work that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. 10. Contractor Non - Discrimination. In the performance of this work, Contractor agrees that it will not engage in, nor permit such sub - contractors as it may employ, to engage in discrimination in employment of persons because of age, race, color, sex, national origin or ancestry, sexual orientation, or religion of such persons. 11. Work Delays. Should Contractor be obstructed or delayed in the work required to be done hereunder by changes in the work or by any default, act, or omission of the City, or by strikes, fire, earthquake, or any other Act of God, or by the inability to obtain materials, equipment, or labor due to federal government restrictions arising out of defense or war programs, then the time of completion may, at the City's sole option, be extended for such periods as may be agreed upon by the City and the Contractor. 12. Payment Terms. The City's payment terms are 30 days from the receipt of an original invoice and acceptance by the City of the services provided by Contractor (Net 30). 13. Inspection. Contractor shall furnish City with every reasonable opportunity for City to ascertain that the services of Contractor are being performed in accordance with the requirements and intentions of this contract. All work done and all materials furnished, if any, shall be subject to the City's inspection and approval. The inspection of such work shall not relieve Contractor of any of its obligations to fulfill its contract requirements. 14. Audit. The City shall have the option of inspecting and/or auditing all records and other written materials used by Contractor in preparing its invoices to City as a condition precedent to any payment to Contractor. 15. Interests of Contractor. Contractor covenants that it presently has no interest, and shall not acquire any interest direct or indirect or otherwise, which would conflict in any manner or degree with the performance of the work hereunder. Contractor further covenants that, in the performance of this work, no sub - contractor or person having such an interest shall be employed. Contractor certifies that no one who has or will have any financial interest in performing this work is an officer or employee of the City. It is hereby expressly agreed that, in the performance of the work hereunder, Contractor shall at all times be deemed an independent contractor and not an agent or employee of the City. 16. Hold Harmless and Indemnification. Subject to the limitation set forth below, Contractor agrees to defend, indemnify, protect and hold the City and its agents, officers and employees harmless from and against any and all claims asserted or liability established for damages or injuries to any person or property, including injury to Contractor's employees, agents or officers which arise from or are connected with or are caused or claimed to be caused by the acts or omissions of Contractor, and its agents, officers or employees, in performing the work or services herein, and all expenses of investigating and defending against same; provided, however, that Contractor's duty to indemnify and hold harmless shall not include any claims or liability arising from the established sole negligence or willful misconduct of the City, its agents, officers or employees. Contractor's liability for any matter arising under this Agreement or from any transaction contemplated herein, including without limitation the provision of the Services, shall not exceed the actual amount paid by an insurer as a result of any claim made with respect to such matter under Contractor's insurance policies as set forth in Exhibit C (the "Liability Cap "). The City acknowledges that the Liability Cap is a material term upon which Contractor has relied in entering into this Agreement and that Contractor would not have entered into this Agreement in the absence of such provision. 17. Contract Assignment. Contractor shall not assign, transfer, convey or otherwise dispose of the contract, or its right, title or interest, or its power to execute such a contract to any individual or business entity of any kind without the previous written consent of the City. T 18. Termination. If, during the term of the contract, the City determines that Contractor is not faithfully abiding by any term or condition contained herein, the City may notify Contractor in writing of such defect or failure to perform; which notice must give Contractor a 10 (ten) calendar day notice of time thereafter in which to perform said work or cure the deficiency. If Contractor has not performed the work or cured the deficiency within the ten days specified in the notice, such shall constitute a breach of the contract and the City may terminate the contract immediately by written notice to Contractor to said effect. Thereafter, neither party shall have any further duties, obligations, responsibilities, or rights under the contract. In said event, Contractor shall be entitled to the reasonable value of its services performed from the beginning date in which the breach occurs up to the day it received the City's Notice of Termination, minus any offset from such payment representing the City's damages from such breach. "Reasonable value" includes fees or charges for goods or services as of the last milestone or task satisfactorily delivered or completed by Contractor as may be set forth in the Amended Agreement payment schedule; compensation for any other work, services or goods performed or provided by Contractor shall be based solely on the City's assessment of the value of the work-in - progress in completing the overall workscope. The City reserves the right to delay any such payment until completion or confirmed abandonment of the project, as may be determined in the City's sole discretion, so as to permit a full and complete accounting of costs. In no event, however, shall Contractor be entitled to receive in excess of the compensation quoted in its proposal. The City reserves the right to terminate the contract for convenience at any time upon 30 days' notice to the Contractor. In the event of termination for convenience, Contractor shall be entitled to the reasonable value of its services performed up to the date of termination set forth in the notice of termination, provided that the Contractor shall in no event be entitled to receive any amount in excess of the compensation quoted in its proposal or for work not authorized by the City from the date of notice of termination to the date for termination of services specified in said notice. 19. Ownership of Materials. All original drawings, plan documents and other materials prepared by or in possession of Contractor as part of the work or services under these specifications shall become the permanent property of the City, and shall be delivered to the City upon demand. 20. Release of Reports and Information. Any reports, information, data, or other material given to, prepared by or assembled by Contractor as part of the work or services under these specifications shall be the property of City, and shall not be made available to any individual or organization by Contractor without the prior written approval of the City. 21. Copies of Reports and Information. If the City requests additional copies of reports, drawings, specifications, or any other material in addition to what Contractor is required to furnish in limited quantities as part of the work or services under these specifications, Contractor shall provide such additional copies as are requested, and City shall compensate Contractor for the costs of duplicating of such copies at the Contractor's direct expense. 22. Attendance at Meetings and Hearings. As part of the workscope and included in the contract price is attendance by the Contractor to public meetings to present and discuss its findings and recommendations. Contractor shall attend as many "working" meetings with staff as necessary in performing workscope tasks. 23. Proprietary Items. All work product produced as a result of the Services provided hereunder shall be the property of the City; however, Contractor's methodologies (e.g., surveys, reference databases) that it has developed before and during this engagement are the property of Contractor (collectively, and together with any Contractor proprietary assessment tools, the "GFOA Intellectual Property "). In particular, in the course of performance hereunder, Contractor may use (and may authorize the City's personnel to use) certain GFOA Intellectual Property to assist in engagement completion. The City shall not have or obtain any right or title to or interest in such GFOA Intellectual Property (or in any modifications or enhancements thereto). Contractor makes no express or implied warranties of any kind regarding the GFOA Intellectual Property. EXHIBIT C INSURANCE The Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, its agents, representatives, employees or subcontractors. Minimum Scope of Insurance. Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001). 2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto). Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. 4. Errors and Omissions Liability insurance as appropriate to the consultant's profession. Minimum Limits of Insurance. Contractor shall maintain limits no less than: 1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. 3. Employer's Liability: $1,000,000 per accident for bodily injury or disease. 4. Errors and Omissions Liability: $1,000,000 per occurrence. Deductibles and Self- Insured Retentions. Any deductibles or self- insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects the City, its officers, officials, employees and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Other Insurance Provisions. The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; premises owned, occupied or used by the Contractor; or automobiles owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, official, employees, agents or volunteers. 2. For any claims related to this project, the Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, agents and volunteers. Any insurance or self- insurance maintained by the City, its officers, officials, employees, agents or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 4. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VH. Verification of Coverage. Contractor shall furnish the City with a certificate of insurance showing maintenance of the required insurance coverage. Original endorsements effecting general liability and automobile liability coverage required by this clause must also be provided. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before work commences. 10 Gs.t Y QA Manager Report Final City Manager Ap roval Approver Name Date Approved City Administration Michael Codron 8/20/15 Reviewer Routing List Reviewer Name Date Reviewed City Attorney Jed (with questions/comments) 7/29 Finance & Information Technology mwP 8/6 July 29, 2015 FROM: Michael Codron, Assistant City Manager 9KC PREPARED BY: Shannon Sims, Administrative Assistant III SUBJECT: Contract with Government Finance Officers Association (GFOA) RECOMMENDATION Enter into an agreement with Government Finance Officers Association of the United States and Canada (GFOA) for organizational assessment services, including a business process review and developing an action plan in accordance to the terms of the attached agreement. Contract amount is not to exceed $48,560. DISCUSSION Background An adopted budget and fiscal policy in the City's Financial Plan cal Is for periodic formal reviews of operations on a systematic ongoing basis. Over the past five years, organizational assessments have been conducted for Public Works, Community Development, Finance and IT, and City Fire. Funding is available in the City's budget every other year to support this effort. In 2013, Municipal Resource Group (MRG) prepared an Organizational Assessment of the Finance and Information Technology Department (Attachment 1). This assessment looked primarily at the organizational structure of FIT, and included a review of the Human Resources Department with the concept that a merger of the two support departments could be warranted. Ultimately, changes were recommended to the structure of the Finance Division only. Some of those changes have already been implemented. Since the 2013 MRG Assessment, implementation of the recommended organizational structure has included the addition of a Budget Manager position, conversion of the Finance Division Manager to a Finance Operations Manager position, the creation of a senior accountant position, and other changes to the supervisory structure and work rotations of the accounting assistants. There has been some recent turnover in the division and the department is currently recruiting a new Budget Manager and Senior Accountant. FIT Assessment - 2015 The assessment services that are recommended at this time will assist the members of the FIT team by taking a close look at workflows and business processes. A recent e -mail sent to the City Council by the FIT Director provides a good high -level overview of some of the challenges that the department has recently faced (Attachment 2). Fundamental challenges associated with payroll, business tax renewals and appeals, and utility billing, have highlighted the need for a thorough evaluation. The Human Resources Director and City Manager have determined that the best approach to address these issues is through additional consultant services. An outside perspective will help ensure that FIT is not limited by their collective experience, but can identify and implement best management practices and streamlined processes where possible. Options Evaluated In considering the options available to the City for these services, there were three consultants that were asked for input, and two different approaches were considered, as described below: Professional Placement — The City Manager and HR Director reached out to two firms that specialize in temporary placement of qualified professionals that could help our organization in this capacity. The first was Management Partners, and the second was Citygate. An interview was conducted with a professional recommended for placement by Management Partners, and Citygate also identified a potential tit in terms of a professional placement, but ultimately neither candidate was available during the timeframes needed. Consultant Services — The City Manager and HR Director also discussed the consultative service approach with Management Partners, Citygate, and the consultant division of Government Finance Officers Association (GFOA). GFOA is a non -profit service provider with a mission of improving government management. This was the approach that was ultimately selected. As described in the attached memo from the City Manager, each firm was evaluated for their ability to commit the resources needed to provide the business process review for the City (Attachment 3). A final discussion between the City Manager, HR Director, Community Development Director and Assistant City Manager resulted in the decision to move forward with GFOA. Finally, Attachment 3 also includes a list of agencies assisted by GFOA provided as references. Community Development Director Derek Johnson performed the reference checks and each agency provided positive feedback regarding the personnel, process, and outcomes of the work performed. Scope of Work In this case, GFOA is uniquely suited to tarn• Out the . review. . GFOA follows a conceptual process for conducting its business process review and organizational assessment projects that is customized to meet the conditions and accomplish the specific goals identified by the City. GFOA's proposal for the City includes two separate phases. 1) Conduct a Business Process Review— GFOA's business process review will focus on business process, but also review other critical components such as policies, staffing, technology, and overall structure — including the FIT Department's role as a support department within the larger organization, and the ownership of business processes in the organization that are typically or optimally housed in FIT. 2) Develop an Action Plan — Assessment results are expected to be delivered with a focus on improvement. GFOA uses a practitioner focused approach that is designed to provide actionable guidance on how to overcome current issues. According to the proposal, Comment [DC1]: Why? Was there no one else willing to propose on the scope of work we provided or are there Just not other qualified firms that do this? And on a related note, is their proposal intended to be the scope of work exhibit? If so, it needs some formatting clean up. Sloppy inconsistencies/cut and paste jobs in places MC: Added a section to discuss the process and options evaluated Comment [DC2]: Remind me if we did an RFP on this and if not why not; if so, how many proposers did we get, what was the eval criteria and the results of the eval. Again, are they the only game going or clearly the best suited to this project and why? MC: No RFP per the City's purchasing policies — we had detailed conversations with three consultants and through team meetings — Lichtig, Irons, Johnson, Codron — determined GFOA was the best fit See Attachment 3 regarding selection process. Comment [DC3]: Is there intended to be any focus on the decentralization of functions that has happened over time, where functions currently live . and whether and how that should be reconsidered? 1 didn't see that in the proposal expressly, which seemed like a potentially lost opportunity to me for a support department, especially if restructuring is a possible alternative to be considered or recommended. MC: We will update the scope to have this addressed specifically, though this is understood by the consultant Reorganization is not an expected outcome, since org structure was recently evaluated by Tom Sinclair. This project will be focused on process improvement and workflow FIT Assessment - 2015 Paqe 3 action plans are prioritized and will be prepared collaboratively with City staff to help with implementation of recommendations. FISCAL IMPACT The City Manager has set aside $55,000 from 2014 -15 Ventures and Contingencies to fund the project. The contract amount of $48,560 was negotiated with GFOA to provide the attached scope of work (Attachment 4). Fiscal Impact Summary ALTERNATIVES Wait until new staff is hired to begin the assessment. There are currently three important recruitments happening in the Finance division. Waiting is not recommended because of the significant amount of document/process review that the consultant will need to undertake. Conduct the review with existing staff resources. Staff could employ a process improvement methodology and use a cross - departmental team to assess and implement recommendations. This is not recommended because it is not part of our work program for existing staff, and FIT would likely benefit more from a best - practices review by a consultant with a wide range of practical experience, such as GFOA. . ATTACHMENTS 1. Organizational Assessment FIT Department (April 2013) 2. F.-mail to City Counpii Re ag rdh F1T L2e artment Challen?es 3. Memo from City Manager describing consultant selection proc+ Ss and rel'Crcnccs c leci,ccl 4. Contract for execution by City Manager a. Exhibit A — GFOA's Business Process Review for FIT T \City Manager Reports \City Manager Report Template docx Item Available Budget Proposed Balance Organizational Assessment 55,000 48,560 6,440 Total $ 55,000.00 1 $ 48,560.00 1 $ 6,440.00 ALTERNATIVES Wait until new staff is hired to begin the assessment. There are currently three important recruitments happening in the Finance division. Waiting is not recommended because of the significant amount of document/process review that the consultant will need to undertake. Conduct the review with existing staff resources. Staff could employ a process improvement methodology and use a cross - departmental team to assess and implement recommendations. This is not recommended because it is not part of our work program for existing staff, and FIT would likely benefit more from a best - practices review by a consultant with a wide range of practical experience, such as GFOA. . ATTACHMENTS 1. Organizational Assessment FIT Department (April 2013) 2. F.-mail to City Counpii Re ag rdh F1T L2e artment Challen?es 3. Memo from City Manager describing consultant selection proc+ Ss and rel'Crcnccs c leci,ccl 4. Contract for execution by City Manager a. Exhibit A — GFOA's Business Process Review for FIT T \City Manager Reports \City Manager Report Template docx