HomeMy WebLinkAboutAgenda Report - February 19, 1992 (82)OCITY OF LODI COUNCIL COMMUNICATION
AGENDA TITLE
MEETING DATE
PREPARED BY:
Cost Reduction Study
February 19, 1992
Finance Director
RECOMMENDED ACTION: That the City Council approve the attached work statement and
authorize staff to solicit proposals from qualified consultants to
conduct a study of City services and to recommend cost
redu4tionlcost deferral actions to be taken by the City to reduce
operating cost by at least 5 %.
BACKGROUND INFORMATION: At a Shirt Sleeve Session of the City Council on November 5,
1991, Staff presented the Council with a analysis of the City's
current fiscal condition and recommended actions to be taken to
ensure the long term financial health of the City and to ensure a
bahi- ' h Feet in 1992-93. At the conclusion of this meeting
and again in January 1992, the City Couneti su,.i" staff to first determine the cost savings and cost
reduction measures that could be adopted before recommending or requesting the Council to consider new
fees andlor taxes. Accordingly, the Staff recommended that the City contract with a qualified consultant
to conduct a cost study to determine where the City could reduce andlor defer operating cost by 5% or
more. One or more of the following actions might result in a cost reduction of this size:
Improved .-,,,y discipline
Privatization of services
Elimination of duplicate services, functions and equipment between and within Departments
* Consolidation of services, functions and equipment between and within Departments
Improved efficiencies through automation and use of new technologies.
Reduction of regular, part-time and temporary staff. If necessary.
FINANCIAL OUTLOOK
The 1992 -93 Budget will be prepared in a setting of economic uncertainty, declining revenues at the City,
State and Federal levels of government. in an election year. during a time of voter animosity toward
increased taxes and fees and when citizens are demanding the same or greater levels of government
services. To balance the demand for services within the City's capacity to pay for these services. the
City will have to look for new and innovative ideas, policies and procedures to stretch the limited fiscal
resources of the City to the greatest extent reasonable.
APPROVED --- - - -- -- --..__ �.. --------
THOMAS
- --.THOMAS A. PETERSON
rrcYU�<7 PiM'r
City mannuor
cc 1
The City's General Fund reserve is at the lowest level it has been in many years. Less than one-half of
one months' operating expenses are available to fund contingencies, emergencies, and unanticipated
requirements. Normally, Lod i as well as most cities target to maintain a reserve equal to two (2) months
operating expenditures. In the last four years, the City has had to reduce reserves to fund current service
levels, employee salary increases and routine operating costs. This is a trend which the City needs to
reverse in Budget Year 1992-93. The City's Finance Director estimates that the City will have to reduce
costs or raise revenues by $1.5 to $2 million in 1992-93 to ensure a balanced budget and to provide some
level of reserves for emergencies.
As discussed above and based on City Council guidance, the City n ecd s to d et r r m i n e what actions can
be taken to reduce costs. A five percent reduction in operating costs should save the City approximately
$1.5 million. It is staffs suggestion that a consultant should be employed to conduct this study and to
make these recommendations for the following reasons:
Analysis and recommendations trade as a disinterested party
* Experience in analyzing service operations
* Not constrained by past practices and un -written understandings
Knowledge of other cites and efforts to improve efficiency
FISCAL IMPACT
A study of this scope may require from four to six months to complete to ensure that all operations were
reviewed. that proper level of coordination and consultation is conducted with both management and
employees. and that, the recommendations are properly presented. The cost of this study may be as high
as $100,000; however, this information will not be known until proposals are received and a cost for
these services are negotiated. The determination as to whether the City should proceed with co n t me t i n g
for the service will be in part based on whether the return to the City in cost savingsjustifies the expense
to by incurred,
Dixon Flynn
Finance Director
Attachment
CITY OF LODI
REQUEST FOR PROPOSAL
Cost Reduction Study
Background Information and Scope of Work
February 19, 1992
221 West Fine Street, Lodi, California 95241 11bone. (209)333-6761
ft
TABLE OF CONTENTS
Attachments
Mailing List
Evaluation Committee Members List
Negotiating Team Members List
1991-92 Budge: (includes an organization chart)
Page
Letter to Prospective Bidders
Introduction
1
Background
1
Project Objectives
3
Project Organization and Scope of Work
4
Phase I
4
Phase 11
6
Meetings
7
Deliverables
7
Schedule
8
RFP Instructions and Conditions
9
General Conditions
9
Proposal Format and Content
10
insurance
12
Consultant Agreement
13
Attachments
Mailing List
Evaluation Committee Members List
Negotiating Team Members List
1991-92 Budge: (includes an organization chart)
CITY OF LODI
Pelt for Proposals
February 19, 1992
Prospective Bidders
The City of Lodi is interested in receiving proposnis for the conduct of a Management Study of
the City organization as described in the attached Request for Proposals (R I' P )
Schedule of Events and Award of Contract
February 19, 19'72 City issues RFP
March 19, 1992 Pre -proposal Conference
April 3, 1992 Proposals due
April 10, 1992 Proposals evaluation completed
April 16, 1992 Interview of finalists (if necessary)
April 17-21, 1992 Contract negotiation
May 6, 1992 Approval of contract and authorization to proceed
Pre -proposal Conference
The City intends to conduc: a Pre -proposal Conference on Thursday, March 19, 1992 at 10:00
a.m. in the Carnegie Forum next to City Hall, 221 West Pine Street. Lodi. Prospective
consultants are required to limit attendmce to two (2) representatives. The agenda for the Pre -
proposal Conference will include a discussion of project details and evaluation procedures to be
used by the City in evaluating consultants. In addition, prospective consultants will be given the
opportunity to ask project related questions. Please notify Sandy Smith, Secretary to the Finance
Director. at (209) 333-6761 by Thursday, March 12. 1992, if you intend to participate in the
Pre -proposal Conference.
City Point of Contact
As of Thursday, March 19, 1992, Kirk Evans, Assistant to City Manager. (phone: (209) 333-
6700), is the sole point of contact for this proposal process. If you have questions regarding the
RFP prior to March 19. 1992, the person t1+o contact is Dixon Flynn, Finance Director (phone.
(209) 333-6761). Individuals or firms interested in submitting a proposal are asked not to
contact other members of the City of Lodi. Proposals and all written i,lquires related to this
RFP are to be submitted confidentially to Kirk Evans at the following address:
Kirk Evans, Assistant to City Manager
City of Lodi
P.O, Box 3006
221 West Pine Street
Lodi CA 95241
Confidential
Proposal Closing Date
Eight copies of each consultant's proposal must be received by the City not later than 5: 04 p.m.
an Friday, April 3, 1992. All proposals must be delivercd to the above address. Proposals will
become part of the official tiles of the City of Lodi and cannot be returned.
Sincerely.
Thcmas A. Peterson
City Manager
Attachments
CITY OF LO D I
Request for Proposal
Cost Reduction Study
Background Information and Scope of Work
Background about the Citv and the project. as well as inforr ., scope of Work to
be undertaken by the Consultant are discussed in this sec t i o n uL a w KF P.
INTRODUCTION
The City of Lodi is seeking proposals .from qualified consultants to conduct a study to advist the
City as to measures that can be taken to reduce and/or defer operating costs by at least 5% (S1.5
million). The study will focus on organization and operational issues described in more detail
under the "Scope of Work" heading below.
BACKGROUND
The City of Lodi is lasted in the San Joaquin Valley. strategically located between Stockton to
the south and Sacramento to the north and is adjacent to U.S. Highway 99. The City is located
in San Joaquin County. The City has a population of 52,500 contained in l I square miles, with
an assessed val,ie of $1,905,388,000.
The City has grom steadily since incorporation in 1906. Even with stringent growth control
measures, approximately 518 new residential units are constructed each year. In 1990. the
California Appellate Court found the City's growth control ordinance to be illegal.
Subsequently, the City Council adopted a growth control ordinance which allows a 2 % increase
in population each year. It is anticipated that build out will occur in the year 2007 and that the
City's population will be approximately 70,500.
U t -e many California cities. the City of Lodi is faced with fiscal problems. The General Fund
reserve (fund balance) is at the lowest level in 20 years. In the last four years, the City has not
been able to fund operating expenses from current revenues. The projected reserve (fund
balance) cf the General Fund is approximately $800,000 which is less than half of one month's
operating expense of $1.9 million.
The fiscal problems which the City faces are due to the current economic recession that has
reduced sales tax revenues in Lodi by approximately 4 %; State mandates that have transferred
services and their related cost to the City; State initiatives that have reduced revenues previously
earmarked to fund city services: and, increased service levels approved by the City Council.
In the last four years, the City has increased staffing from 349 authorized positions to 407
positions, a 17% increase in personnel. In addition. tfie City has significantly increased services
provided by the Community Center (Hutchins Street Square) from $145,000 per year to
$468,600 per year, a 324% increase in operating cosi.
To put the City on a sound fiscal course, staff recommended that the City introduce new service
fees and raise existing fees to increase City revenues by approximately $500,000 per year.
These fees were developed based on a cost of services study conducted by David M. Griffith
and Associates. In addition. staff recommended an increase in the Business license Tax which
has not been changed since 1947 and an increase in the Property Transfer Tax. At the time
these recommendations were made, the City Council directed staff to first determine if costs
could be reduced.
LOCAL ECONOMY
In addition to residential development, there is commercial and industrial development
underway. Walmart will build a new shopping complex on Kettleman Lane, Pacific Coast
Producers. a food processing company, located their headquarters in Lodi in 1991 and the City
has received enquiries from other manufacturing firms regarding re -location to Lodi. There is
a strong agricultural and agricultural support based economy including wineries and food
processing plants. These companies include General Mills, Guild Winery, and Pacific Coast
Producers.
The community is comprised of diverse income levels with many of the newer residents
commuting out of the area for employment. The major employers in the City are General h1 i 11s,
Lodi Memorial Hospital, Farmers & Merchants Bank, Lodi Unified School District, Pacific
Coast Producers, Lodi Fab and the City government. As Pmt of the City's economic
development focus, consideration is being given to preparation of an Economic Development
Plan to guide the City in the promotion of commercial and industrial growth.
The current fiscal problems faced by California cities have forced cities to be more pro -active
in promoting economic development within their communities to raise sales tax revenues and
promote jobs. As such, a very competitive environment has developed between cities in
promoting business. industry, tourism and residential development.
Lodi has not been isolated from the efforts of surrounding communities that are increasing their
share of sales tac revenues and business investment at the expense of Lodi through sales tax
'leakage' and the loss of jobs. The City of Galt, 10 miles north of Lodi, has been described
by the local press as a "boom town". The City of Tracy to the Southwest of Lodi is
aggressively promoting economic growth. The City of Stockton, located 10 miles to the South
currently discussing the idea of increasing their sphere of i n fluence in their General Plan to
include the green belt of agricultural land between Stockton and Lodi up to Lodi's current
boundary to allow building of additional 20,000 housing units
CITY ORGANIZATION
Lodi is a general law city operating under the Council -Manager form of government. The
Council consists of five members, each elected at large, to serve overlapping terms of four
years. The Mayor, who is selected by the other Council hletnhers for a term of one year,
presides over the City Council and represents the City at official functions.
N
The City Council appoints the City Manager. City Attorney, and City Clerk, as well as members
of commissions and citizen advisory committees.
The City's governmental organization is made up of nine operating dcpanments (Exhibit A) in
addition to maintaining separate offices for the City Attorney and City Clerk,
The City Manager ha- been with the City for approximately 7 years. The staff of the
Department Heads average 16 years with the City. ranging from the high of 29 years for the
Police Chief to less ' `, , ^ ' war for the Finance Director.
The City currently employs 407- full-time employees supplemented by 30 to 300 part-time and
seasonal workers. As the City population grows and City services are expanded, the City is
expected to employee Over 550 full-time employees. Presently there exists a ratio of 7.76
employees per 1, 000 residents.
The City is a full service city plus electric utilities. library, and a community center. The
projected budget for 1991-92 is $59,262,000 with $26,882,000 used for bulk power purchases.
Due to the fiscal problems, the City was forced to limit compensation increases during
negotiations with six of the City's eight bargaining units to 4% or less. While the City was able
to finalize an agreement with five of the six bargaining units whose agreements ended in 1991,
an agreement was not reached with one bargaining unit (General Services). Accordingly, the
City Council imposed the compensation increases without agreement amid come dissension.
The agreements with the Police Unit will expire in 1992 and the Fire Unit in 1993. In addition.
the City will have to negotiate again with the General Services Unit in an attempt to reach
agreement.
PROJECT OBJECTIVES
The primary objective of this project is to ascertain where the City can reduce operating cost at
least 5% by improved supply discipline, privatization of services, eliminating duplication of
effort hctween and within Departments, consolidations. improved efficiency through automation
and new technologies and if necessary by staff reductions.
In meeting this objective. the City believes that the consultant will have to determine whether
the current organization, policies, and operations of the City of Lodi arc adequately structured
and directed to meet the service requirements of the City. Consideration must be given to
existing and future demand for services based on growth and the dynamic nature of the
community. In addition, attenti-)n must be given to existing and forecasted financial. staffing
and facility resources and how the availability of those resources will, affect the organisation
planning process.
KJ
Directly related objectives include:
1. Evaluate staffing and organizational structure best suited to the delivery of services for the
City:
2. Identifying changes in City-wide policies, operating systems and procedures to increase
effectiveness in meeting the City's mission and goals, including the identification of
alternative work methods and systems.
3. Assessing the cost-effectiveness of departmental operations and rec, rending areas wh, r
savings, cost avoidance and/or improved productivity can be accom f. -.
4. Developing an implementation approach and schedule for the recommendations resulting from
the organizational plan, including an indication of when the recommendations would be
implemented, who should be responsible for each phase of the implementation, and the cost
impact of each recommendation.
It is imperative that the employees of this organization understand the purpose, goals and
methods of this effort. Employees should be involved to the extent possible in providing
input and analysis. leading to the final product. Ideally, the employees will achieve a s e n .
of ownership related to the results of this study and will be conimitted to its successful
implementation.
PROJECT ORGANIZATION AND SCOPE OF WORK
The City of Lodi is seeking a consultant with extensive experience in conducting organizational
and operational reviews and cost reduction studies of municipal operations which would ideally
include knowledge and experience in library, wastewater treatment and electrical utility services.
More specifically, the consultant should have recent experience in analyzing and making
recommendations concerning the most cost effectiveand organizationally appropriate operational
configuration, utilizing staff resources, consulting services, and automation technology, to meet
public service needs of the community.
The organizational plan will be developed in at least two phases.
Phase I
The first phase will focus upon the needs of the organization at the global level. Analyzing the
current organizational systems, service demands, resources and deficiencies. A plan should he
developed that will prepare the organization to become more efficient and effective and lay the
groundwork for elements to he refined and implemented in succeeding project phases.
The first phase will include but not be limited to:
1. City Mission, Goals and Objectives.
a. What significant goals and priorities have been set for the organization in the current
operating year? What should the goals and priorities be for the next three to five years?
b. Given regional and community service demands and issues, are the goals and priorities
reasonable and appropriate given available resources?
c. Is the current staffing adequate to meet the service needs of the City or could their be
reductions? What functional areas have the greatest current deficiency or surplus and
which will be impacted most in the next five to ten years?
d. Should the City consider other methods of meeting existing or future service demands
(consultants, privatization. added staff)?
2. Organizational 54r acture, including the appropriateness of functional divisions of labor.
reporting relationships and span of control.
a. Is the organizational sWcture for the City, including lines of authority and reporting
relationships, effective?
b. Are functional responsibilities assigned appropriately? Should any functions be re-
assigned to other City departments or centralized?
c. Are spans of control appropriate to the work performed (to division level)?
3. Management systems and effectiveness.
a. Are support and management information systems adequate to meet the needs of
operating departments. City Manager and City Council?
b. What mechanisms are in place for evaluating professional/Personal performance and
providing project accountability?
c. Is budget planning and control effective?
4. ldentiry and analyze the facilitating and constraining factors that will impact the City's
ability to achieve maximum effectiveness.
a. Given financial constraints, are staff resources utilized appropriately and could they be
reduced:, If additional resources become available, where should they be allocated first?
If reductions are necessary, where should they be Laken first?
b. Is access to, and allocation of office/work space adequate? How does the location and
design of City facilities impact efficiency? What changes can/should be made short and
long term?
c, Are there innovative approaches to reducing staff cost without reducing current staff
levels that is acceptable to the majority of employees, and their bargaining units?
6
Phase II
This effort will consist of a series of detailed studies analyzing the policies, organization and
operations of various City departments. The Consultant may wish to schedule analysis in this
phase to address departments with like functions and responsibilities together. For instance, the
study may consist of five separate elements proceeding consecutively or concurrently:
a. Public Safety
b. Public Utilities
Electrical
Water
Sewer
c. Public Works and Community Development
d. Recreation. Cultural and Social Programs
e. General Government
The second phase of the project should include. but not be limited to:
1. Departmental mission, goats, and priorities.
a. What is the expressed mission or purpose of each department?
b. What significant goals and objectives have been established for the current year?
C. What relative priorities, if any, are placed on alternative services and programs?
d. How are the departmental mission, goals and priorities decided?
e. Are goals and objectives tied effectively to operational policies and practices?
f. Are current service levels adequate to meet the needs of the City? What must be
done to meet the needs of the City five years from now?
2 Organization structure, including the appropriateness of functional divisions of
labor, reporting relationships and spans of control.
a. Is the organizational structure of each department. including lines of authority and
reporting relationships, effective?
b. How are functional responsibilities assigned? Are they appropriate to the
department's mission? Should any functions be reassigned?
C. How is decision making authority assigned?
d. Are spans of control adequate to the work performed?
e, How is communication within and external to the department carried out, both
horizontally and vertically?
f. Is departmental communication effective, both internally and externally? To
customers? To the public?
3. Staffing levels by major functional unit (division level)
a. Given workload levels and other appropriate ni ea s u re n i e n t s, what are t h e required
staffing levels for each functional division?
b, Is the current allocation of management, supervisor, and other personnel
appropriate?
92
C. Is the current method of staffing (full time, part-time, consultants. contract. etc.)
the appropriate method of staffing each function?
4. Equipment/technology required to effectively carry out the department's mission,
a. Are specialized systems necessary and cost effective to meet operating objectives?
b. Are present capabilities used in the most cost effective manner possible?
C. Are there work activities that could be automated for productivity purposes?
5. Cyst: effectiveness
a. Are operations cost effective?
b. Can additional opportunities to save money or contain costs be identified?
d. Is it more cost efficient to develop and maintain standard operations software with
internal programming staff or is it more cost effective to purchase standard
software packages and contract for maintenance and customization with the
originating software company.
6. Service delivery effectiveness in addressing customer/citizen needs.
a. Are services designed in such a way to be flexible when appropriate and
practical, in order to meet client needs?
b. Are City/department codes, policies. procedures. etc. directed excessively
towards control over service delivery? Conversely, is service to the client takin
precedence over necess y or appropriate public review?
c, Have systems and bun 1cratic processes developed over time that emphasize
public review at the eai w of efficiency? What systems should be revised to
retain adequate review a -,put while increasing efficiency. effectiveness and
service?
MEETINGS
The consultant is responsible for attending monthly meetings with the City's project manager.
At the conclusion of each phase of the project, a presentation of the findings and
recommendations will be made by the consultant to the City management and, if deemed
appropriate. with additional presentations to employee groups and the City Council.
DELIVERABLES
The consultant is responsible for the following deliverables in keeping with the schedule
described below.
1, Weekly written progress reports to the City's project manager including:
A summary of work completed during the previous week.
Discussion of any significant problems encountered or issues arising from the
prof ect.
Percentage of project completion by work task.
7
2. Monthly meeting and summary of project findings to the City project manager/Assistant
City Manager/City Manager.
3, Fifteen (15) copies of the draft import for Phase I and Phase It, including Executive
Summary, findings. recommendations, and implementation plan.
4. Fifteen (15) copies of an Organization and Functions Report, that describes the. City's
overall mission, functions, and staffing and the mission, functions, staffing and
recommended performance indicators by Department.
5. Oral presentation cf findings and recommendations for each phase to Department Heads,
with possible additional meetings with employee groups and City Council/Boards and
Commissions.
SCHEDULE
The following are key cumulative dates for the Management Study.
Project start Phase I
Project status reports
Meetings
Briefings on findings of Phase I
Draft report Phase I
Final report Phase I
Draft report of organization,
functions. staffing. and performance indicators
Project start phase 11
Project status reports
Meetings
Briefing on findings of Phase I I
Draft report Phase II
Final repart Phase II
Final report of organization,
functions, staffing, and performance indicators
May 5
MY OF LODI
REQUEST FOR PROPOSAL (RFP)
NSTRUCTIONS AND CONDITIONS
The following instructions and conditions apply to this Request for Proposal:
A. GENERAL CONDITIONS
1. Pre -Contractual Expenses
The City of Lodi will not, in any event, be liable for any pre -contractual expenses
incurred by any proper. In addition. no consultant shall include any such
expenses as pmt of the price proposed to conduct the Management Study. Pre-
contractual expenses are defined as expenses incurred by the consultant in:
• Preparing a proposal in response to this RFP.
• Submitting that proposal to the City of Lodi
Negotiating with the City of Lodi any matter related to this RFP. proposal
* and contractual agreement.
Any other expenses and travel incurred by the bidder prior to the date of
an executed contract.
2. Authority to Withdraw RFP and/or Not Award Contract
The City of Lodi reserves the right to withdraw this RFP at any time without
prior notice. Further, the City makes no representations that any agreement will
be awarded to any bidder responding to this RFP. The City expressly reserves
the right to postpone the opening of proposals for its own convenience and to
reject any and all proposals in response to this RFP without indicating any
reasons for such rejection(s).
3. Pricing Approach
The City of Lodi intends to award a fixed price contact for the conduct of this
project. In no event will the City pay an ainount in excess of the dollar value
negotiated in the contractual agreement with the successful consultant.
4. Right to Reject Proposals
The City of Lodi reserves the right to reject any or all proposals submitted. Any
award made for this engagement will be made to the consultant which. in the
opinion of the City, is best qualified to conduct the project. While the bid price
is considered important, award of contract will not be trade solely on the basts
of cost.
9
5. Proposal Evaluation Criteria
Proposals will be evaluated on the basis of their response to all provisions of this
RFP. The City of Lodi may use some or all of the following criteria in its
evaluation and comparison of proposals submitted. The criteria listed are not
necessarily an all-inclusive list. The order in which they appear is not intended
to indicate their relative importance:
a. Proposer's responsiveness to the requirements of the project as set forth
in the RFP.
b. A demonstrated understanding cf the proposers work plan and other
proposal documents.
C. A logical, proven methodology for carrying out the work tasks described
in the proposal and developing project deliverables,
d. The consultant's recent experience in conducting projects cf similar scope,
complexity and magnitude.
e. The quality and quantity of personnel assigned to the project, including
educational background, work experience and directly related recent
consulting experience.
f. The organization stnccture of the proposed project team.
9. The financial stability of the consultant.
h. Recent references from California cities.
i. The proposed project schedule.
j. The proposed project costs.
B. PROPOSAL FORMAT AND CONTENT
Proposals should be typed as brief as possible. They should not include any elaborate
or unnecessary promotional material. The following order and content of proposal
sections should be adhered to by each proposer.
cover Letter
A cover letter not to exceed three pages in length should summarize key elements of the
proposal. The letter must be signed by an individual authorized to bind the consultant.
The letter must stipulate that the proposed price will be valid for a period of at least 90
days. Indicate the address and telephone number of the consultant's office located
nearest to Lodi, California andd the office from which the project will be managed.
to
L Background and Approach
The Background and Approach Section should describe your understanding of the
City, the work to be done. and the objectives to be accomplished in the
management study.
n. Methodology
This section should clearly describe the methodology you plan to use to carry out
the specific work tasks described in the Work Plan.
H1. Work Plan
Describe the sequential work tasks you plan to carry out in accomplishing this
project. Indicate all key deliverables and their content. Identify how much of the
work will be done on site.
N. Project Organization and Stalling
Describe your approach and methods for managing the project. Provide an
organization chart showing all proposed project team members. Describe the
responsibilities of each person on the project team. Identify the Project
Director/Manager and the person who will be the day-to-day contact with the City
of Lodi. Indicate how many hours each team member will dev cc to the project
by task, along with a statement indicating the availability of the 111_mbers ,` the
project team for the duration of the project. Include resumes for each member
of the project team. Include information and staff support required from City
personnel. If utilizing a City paid intern is possible to address data col lection or
routine work assignments, identify that opportunity and related cost savings.
V. Related Experience
Describe recent, directly related experience. Include on each listing the name of
the client: description of the work done: primary client contact, address and
telephone number; dates for the project: name of the Project Manager and
members of the proposed project team who worked on the project, as well as
their respective responsibilities.
At least five (5) references should be included. For each reference, indicate the
reference's name, organization affiliation, title, complete mailing address and
telephone number. The City of Lodi reserves the right to contact any of the
organizations or individuals listed.
V1. Project Schedule
Provide a xhedule for completing each task in the work program, including
deadlines for preparing all project deliverables.
VII. Cost Data
Indicate the total cost for which you will conduct the project by phase. Identify
by project team member: name, classification. and the number of hours each
member will spend m each work task. Indicate separately, total cost for fees and
expenses, including any proposed fee discount.
VIII. Statement of Compliance
Bidders must submit a Statement of C o m t31 i an c e with all parts of the Request for
Proposal and Draft Agreement terms and conditions, or a listing of exceptions
and suggested changes, alar with a description of any cost implications or
schedule changes the exceptions an d l o r changes cause. The Statement of
Compliance must declare either:
A. This proposal is in strict compliance with the Request for Proposal and
Draft Agreement and no exceptions to either are proposed: or
B. This proposal is in strict compliance with the Request for Proposal and
Draft Agreement except for the items listed.
1. The suggested change in the RFP or rewording of the contractual
obligations.
2. Reasons for submitting the proposed exceptions or change.
3. Any impact the change or exception may have m project cost.
scheduling or other considerations.
DC. Other Information
Include any other information you consider to be relevant to the proposal.
X. Discrimination
Consultant agrees that in carrying out its responsibilities under this agreement,
and in particular with regard to the employment of persons and sub -contractors
wad rq on the project, it will not discriminate on the basis of race, color, creed,
national origin, religion, sex, age, or disability. In the event any of the work
performed by the consultant hereunder is sub -contracted to another person or firm
(with approval of the City as required herein), the sub -contract shall contain a
similar provision.
C. INSURANCE COVERAGE
Prior to commencement of any project activities. the consultant is to secure workers'
compensation insurance, su as to be in compliance with Stare statutes and comprehensive
general liability insurance, including auto and contractual liability coverage, in an amount
not less than $1 million.
I?
AGREEMENT
T11 IS AGREEMENT is made and entered into in
day of . 1992. by and between the
hereinafter referred to as CITY, and the
referred to as CONSULTANT.
the City of San Luis Obispo on this
CITY OF LODI, a municipal corporation.
. hereinafter
W ITNi ESS ET11
WHEREAS, on February 19. 1992, CITY invited proposals for a "Management and Cost
Reduction Study".
WHEREAS, pursuant to said invitation. CONSULTANT submitted a proposal which was
accepted by CITY for said services.
NOW THEREFORE, in consideration of their mutual promises, obligations and covenants
hereinafter contained, the parties hereto agree as follows:
1. TERM. The teen of this Agreement shall be from the date this Agreement is made and
entered, as first written above, and shall remain in effect for a period of one (1) year or until
such time as the CONSULTANT submits the final report whichever comes first.
2. INCORPORATION BY REFERENCE. The Notice Inviting Proposals. the General Bid
Terms and Conditions, the Special Bid Terms and Conditions, Bid Submission Form (s), and the
Bid Specifications, are hereby incorporated in and made a part of this Agreement.
3. CITY'S OBLIGATIONS. For famishing services as specified in this Agreement, CITY will
pay and CONSULTANT shall receive therefor payment based upon the agreed payment
schedule.
Payment to the CONSULTANT shall be made within 30 days after receipt cf an original invoice
from the CONSULTANT and acceptance of the service by CITY.
4. CONSULTANT'S OBLIGATIONS. For and in consideration of the payments and
agreements hereinafter mentioned to be made and performed by CITY, CONSULTANT agrees
with CITY to furnish the services and to do everything required by this Agreement and the said
specifications. Without limiting the generality of the foregoing, CONSULTANT warrants on
behalf of itself and all subcontractors engaged for the performance of this Agreement that only
persons authorized to work in the United States pursuant io the Immigration Reform and Control
Act of 1986 and other applicable laws shall be employed in the performance of the work
hereunder.
5. HOLD HARMLESS AND INDEMNIFICATION. CONSULTANT agrees to defend.
indemnify, and hold harmless CITY, its officials. officers, employees, representatives, and
agents, from and against all claims, lawsuits, liabilities or damages of whatsoever nature arising
out of or in connection with. or relating in any manner to any act or omission of
CONSULTANT, its agents. employees. and subcontractors of any tier and employees thereof
in connection with the performance or non-performance of this Agreement. The
CONSULTANT shall thoroughly investigate any and all claims and indemnify the CITY and do
whatever is necessary to protect the CITY, its officials, officers. employees, agents, and
representatives. as to any such claims. lawsuits, liabilities, expenses. or damages.
6. TERMINATION. Either party may terminate this Agreement at any time by providing
thrity (30) days written notice of termination to the other party. Upon such termination.
CONSULTANT shall return to the City all material not yet copied. Work -in -progress will be
completed. delivered and billed as outlined in the Agreement.
7. COMPLETE AGREEMENT. This written Agreement. including all writings specifically
incorporated herein by reference, shall constitute the complete agreement between the parties
hereto. No aal agreement, understanding, or representation not reduced to writing and
specifically incorporated herein shall be of any force or effect. nor shall any such aal
agreement, understanding, or representation be binding upon the parties hereto.
8. ANTI -DISCRIMINATION. In the performance of the terms of this Agreement.
CONSULTANT, agrees that it will not engage in, nor permit such subcontractors as it may
employ, to engage in discrimination in employment of persons because of age, race, color, sex,
national origin or ancestry, or religion of such persons. Violation of this provision may result
in the imposition of penalties referred to in Labor Code Section 1735.
9. AUDIT. CITY shall have the option of inspecting and/or auditing all records and other
written materials used by CONSULTANT in preparing its statements to CITY as condition
precedent to any payment to CONSULTANT.
10. 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: Kirk Evans, Assistant to City Manager
221 West Pine, Lodi, California 95241
CONSULTANT:
12. 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.
IN WI NFSS WHEREOF, the parties hereto have caused this instrument to be executed the
day and year first above written.
CITY:
Thomas A. Peterson, City Manager
CONSULTANT:
ATTEST:
Alice Reimche, City Clerk
MAILING LIST
Hughes. Heiss & Associates
ATTN: Richard Brady
675 Mariners Island Blvd
Suite 108
San Mateo, CA 94404
Phone: (415) 570-6111
Peat Marwick
ATTN. Bcab O'Neill
2495 Natomas Park Drive
Sacramento. CA 95833-2936
Phone: (9161-3152
Cooperative Personnel Services
ATTN: Paul Ahler
191 Lathrop Way
Suite A
Sacramento, CA 95815
Phone: (916) 924-2300
Konrad -Rae Associates
6047 Dublin Way
Citrus Heights, CA 95610
Phone: (916) 726-4037
William Hamilton & Associates
ATTN: Nick Nichols
980 West 17th Street
Suite C
Sank Anna. CA 92706
Phone: (714) 667-6001
EVALUATION COMMITTEE
Jerry Glenn, Assistant City Manager (Committee Chair)
Kathleen Andrade, Librarian
Kirk Eta, Assistant tD the City Manager
Dixon Flynn, Finance Director
Larry Hughes, Elm Chief
Charlene Lange. Community Center Director
Joanne Narloch, Personnel Director (ProrjectCoordinator)
Henry Rice, Utilities Director
Jack Ronsko, Public Works Director
Jim Schroeder, Community Development Director
Floyd Williams, Police Chief
Ron Williamson, Parks & Recreations Director
NEGOTIATING TEAM
Jerry Glenn, Assistant City Manager
Dixon Flynn. Finance Director
Joel Harris, Purchasing Officer
Kirk Evans, Assistant to the City Manager