Loading...
HomeMy WebLinkAbout08-City Administrator - . . Cle, OF SAN BERNARaaO - REQUAT FOR COUNCIL A~ON From: Raymond D. Schweitzer, Acting City Administrator Administrative Office Subject: Approve RFP and authorize solicitation of proposals for Management Audit of Central Garage Dept: Daw: June 23, 1986 " Synopsis of Previous Council action: At the meeting of the Mayor and Common Council held June 9, 1986 the Deputy City Administrator, Raymond D. Schweitzer informed the Mayor and Council that an RFP was in the process of completion for the purpose of soliciting proposals for a management audit of the Central Garage. Racommended motion: That the Request for Proposals for the purpose of conducting a management audit of the Central Gar~ge be approved and that the Acting City Administrator be authorized to solicit proposals. Conwct person: Raymond D. Schweitzer Phone: 5122 Supporting daw attached: Yes Ward: FUNDING REQUIREMENTS: Amount: N/A Sou rce: Finance: Council Nows: 75.0262 Agenda Item No. ~, CI. OF SAN BERNARD.O - REQU.T FOR COUNCIL dON STAFF REPORT It is respectfully requested that the city Council approve the attached RFP and that it be submitted to the proper consulting firms for their submittals. Once the proposals are received, it is anticipated that the city Council may wish to, once again, appoint a special committee from among its members to review the work process in a similar manner as the recently conducted Parks, Recreation and Community Services Department audit. RDSjdjn Attachment 15-0264 . . . . . . CITY OF SAN BERNARDINO REQUEST FOR PROPOSAL TO CONDUCT A MANAGEMENT AUDIT OF THE CITY CENTRAL GARAGE, A DIVISION OF THE PUBLIC WORKS DEPARTMENT -~ , . ~NTRODUCTION . . The Central Garage of the City of San Bernardino provides vehicle and equipment repair services to the City's user departments with an operating bUdget of $2.3 million dollars. The equipment fleet in 1985-86 consists of 564 vehicles and heavy equipment. The Garage also supports 14 annual work orders for repairs on miscellaneous equipment. There are 30 full time employees assigned to the Garage. Additional background information regarding the Central Garage is con- tained in the attachments. SECTION I SCOPE AND OBJECTIVES The functions and services performed by this internal support organization are critical to the success that other City departments have in delivering their services in an efficient and effective manner. In an effort to control the rising costs of governmental services, the City of San Bernardino wants an objective review of the Central Garage's operations and management. The two basic objectives of this study are: Determine whether or not the Central Garage is organized, equipped and managed to achieve maximum efficiency and effectiveness. Develop recommendations that the City can implement where appropriate for improvement of the Central Garage' operations and/or alternative methods of service delivery. SECTION II STATEMENT OF WORK AND STUDY AREAS The following describes specific areas to be studied by the consultant. The consultant may and is encouraged to suggest additional work areas in the submitted proposal if deemed appropriate. It is the city's intent that the consultant concentrate on those areas described below which have the greatest impact on the quality and cost of fleet maintenance services. Within each study area, the consultant shall identify significant areas for improvement, unmet needs and areas of commendable performance. The consultant shall appropriately document and formulate specific recommendations for each specific work area with estimated costs and timetables to implement. WORK AREAS 1. Analyze and evaluate the structure, operations and Central Garage including overall organization administration of the an evaluation of the . . staffing p~terns, supe~isor-worker ratios, functional groupings, reporting relationships, lines of authority and spans of control for manage- ment and supervisory personnel, and provide an appraisal of the overall efficiency and effective- ness of the current organization. 2. Review the extent to which the organizational structure and methods promote employee accountabil- ity, productivity and performance. . Review current personnel practices. such as descriptions, hiring practices, training, training and personnel evaluation procedures. 4. Identify the extent to which work standards are or should be used for the tasks performed and their accuracy. This evaluation should examine the existence of criteria and records for evaluating and monitoring employee productivity, the adequacy of work order systems and scheduling and the existence of management approved service levels. 3. job cross 5. Evaluate the number, types and adequacy of the department's equipment and equipment replacement program. This assessment should examine the adequacy, availability and assignment of equipment, the appropriateness of equipment for the task per- formed, the sufficiency of the equipment for the number of people utilizing it. The adequacy of equipment usage standards and records should be evaluated along with the extent of down-time. 6. Evaluate the present layout and location of the facilities and indicate how they can be best utilized and/or additional requirements. 7. Review the parts ordering procedures, materials management and inventory control. 8. Develop a profile of the work load activities and look at opportunities for expanding the operation into multi-shifts. 9. Evaluate the policies and practices for equipment and vehicle replacement and procurement. 10. Evaluate the adequacy of the current preventative maintenance program. 11. Review the records system for sufficiency of vehicle operational data. 12. Identify cost saving opportunities. 13. Evaluate the current contracting policies and practices and identify areas where contracting out will be more efficient and cost effective. 14. Review vehicle downtime statistics and indicate .~ . . . causes. . . . 15. Evaluate fuel dispensing practices and monitoring through the Gas-Boy system. 16. Review the ability of the Equipment Maintenance Program - a new computer program that will generate repair orders, schedule preventative maintenance, interface with store inventory and gas-boy to capture and analyze relevant management information needed to control the operations of the repair shop, analyze trends in repair activities and aid in determing the life cycle costs of different vehicle types and makes. 17. Review the accounting systems and methods used to allocate cost to the user departments. Included in this should be an analysis of the charges to the users and whether all necessary fixed and variable costs are properly allocated. 18. Review safety procedures, equipment and vehicles, safety on the shop floor. both in the testing of as well as employee's SECTION III CONTRACT REOUIREMENTS A. Contract Responsibilities The consultant will provide technical expertise and the appropriate number of experienced personnel to complete the management audit within the agreed upon time period. All records and information of the Central Garage which are necessary and appropriate to the audit will be made available to the consultant for review and evaluation. The City will not make available any clerical, stenographic or office services. B. General Reauirements 1. While a firm fixed cost for the proposal shall be submitted, the actual dollar amount of the contract award, the specific scope and details of the work to be performed under the contract and terms and conditions of compliance are subject to negotiation. 2. The consultant shall include in the proposal a practical work schedule delineating the names of personnel assigned to the project, their responsibilities and a timetable for expected work progress. 3. Method of payment of consultant fees are negotiable but 10% of the total fee shall be . . . retained t the final report by city U~il acceptance the City Council. . of the 4. The consultant shall designate one person with authority to act for the firm in the resolution of all matters related to the study and con- tract for services. 5. The consultant shall be accountable to the city Administrator's Office whose representative will serve as primary liaison to the consult- ant. C. Deliverable Items The following the consultant posed study: deliverable items are required to successfully complete the from pro- 1. A detailed, practical work schedule which contains anticipated accomplishments for the study period. 2. Twenty five copies of the final report shall be submitted including a detailed statement of findings with documentation, a detailed listing of recommendations with cost estimates and an implementation plan. D. Selection Process 1. All responses to this request for proposal become the exclusive property of the City of San Bernardino. Upon receipt of said propos- als, the City will select a consultant from among those submitting proposals. After the consultant has been selected by the city, he City and consultant will negotiate a contract for submission to the City Council for their consideration and approval. If a satisfactory contract cannot be negotiated, the City may, at its own discretion, begin contract negotiations with the remaining best qualified consultant as determined by the City. 2. The contractor shall letter of response information: submit five copies of a including the following a. The name, address and telephone number of the contact person or persons for the firm. b. The number, names, level, capability, skills, technical background, education, training and experience of personnel to be assigned to the project and the relevance of their experience to the project. c. The number of hours per week and the number of weeks each person will be assigned to . . . to the d. the pI ect project. The fixed hourly assigned to the maximum cost for project. and the~relationshiP . rate for each project and the the completion person total of the e. A description of prior consultant exper- ience in conducting similar diagnostic management audits of a fleet maintenance operation in a city comparable to the size of San Bernardino. (Population 137,000) f. A listing of all projects relevant to this RFP completed in the last five years including dates of completion and brief description of study results. g. References of former users (project tor) of like contracts including names, titles and phone numbers. direc- their h. A proposed project schedule time frame for each task to and the total time required. outlining the be performed E. Submission Schedule The following timetable will be followed in review- ing the RFPs: 1. The last date on which proposals will be accepted. The proposals should be submitted by 10:00 a.m. to Mr. Dean Meech, Purchasing Agent, 250 West Cluster Avenue, San Bernardino, CA 98408. 2. Oral interviews of the finalists. 3. Recommendation of the selected firm to City Council and request for approval of contract. 4. Execution of contract and initia- tion of the project. F. Questions concerning the RFP should be addressed to Mrs. Susan Chow, Assistant to the City Administra- tor, City Administrator's Office, 300 North "0" Street, San Bernardino, CA 92418 (714) 383-5122. .. . . . . PROFILE OF CENTRAL GARAGE As a division of the Public Works Department, the Central Garage operates with an annual budget of $2.3 million and has 30 full time positions. The positions are classified as follows: Equipment Superin- tendent (1); Equipment Mechanic Foreman (2); Fleet Mainten- ance Supervisor (1); Equipment Mechanic Leadman (2); Equip- ment Mechanic (11); Equipment Mechanic Helper (4); Welder II (1); Welder I (1); Auto Body Repairman (1); Tire Repairman (1); Automotive Serviceman (3); and Intermediate Typist Clerk (2) . The Garage is responsible for the maintenance and repair of 564 City-owned vehicles and heavy equipment operated by all City departments (See Attachment 1), plus 14 annual work order for repair on miscellaneous equipment (approximately 200 units). This includes lawnmowers, lawn edgers, weedeaters, portable concrete saws, compressors, generators and refuse bins (about 2,800 bins). In addition, the Garage does welding work on city-owned buildings and properties. The Fire Department is responsible for all maintenance of its vehicles including firefighting apparatus. 41% of our fleet is 0-5 years old. 36 % of our fleet is 6-10 years old. 23% of our fleet is 10 years or older. The Garage is set up as an Internal Service Fund and charges user departments for the cost of maintaining the assigned equipment. A new computer program, Equipment Maintenance Program, will replace the Mainstem Report to generate work orders, schedule preventative maintenance and allocate costs. Certain work that the Garage is not equipped to perform is contracted to outside vendors. $30,000 was budgeted in 85-86 for front end alignments, engine machine work and brake drum machine work. $6,000 was budgeted for CAL-OSHA required inspections and repair for certification of personnel lifting devices and cranes. . . . . . . ATTACHMENT I FLEET INVENTORY The following is a detailed breakdown of the 564 city-owned vehicles and heavy equipment: 16 Motorcycles 14 Scooters 95 Sedans 59 Police Patrol Cars 12 1/2 Ton pick Ups 49 Compact pick Ups 79 3/4-1 Ton Trucks 51 Refuse Trucks 19 Large Construction Trucks 26 Heavy Trucks 13 Small Construction Trucks. 47 Trailers 17 Mowers 14 Street Sweeprs 11 Lift Trucks 3 Graders 18 Vans 1 Bus 3 Backhoes 10 Brush Chip/Log Split 2 Forklifts 1 Ton Truck 4 Misc. Equipment 564 Total