HomeMy WebLinkAboutItem 14 - Authorization to amend the contract with Catalyst Consulting Department Name: Administration
Cost Center: 1001
For Agenda of: August 18, 2020
Placement: Consent
Estimated Time: N/A
FROM: Derek Johnson, City Manager
Prepared By: Victoria Tonikian, Interim Executive Assistant to the City Manager / Fiscal
Officer
SUBJECT: AUTHORIZATION TO AMEND THE CURRENT CONTRACT FOR
CHANGE MANAGEMENT AND ECONOMIC RECOVERY TO INCLUDE
PROJECT MANAGEMENT AND EXPERTISE RELATED TO DIVERSITY,
EQUITY, AND INCLUSION
RECOMMENDATION
Authorize the City Manager to execute a contract amendment (Attachment A) in the amount of
$76,025 with Catalyst Consulting to support facilitation and support services as it is related to the
Diversity, Equity, and Inclusion Task Force (DEI -TF).
DISCUSSION
In 2019 the City embarked on a multi-phased project to achieve an organizational structure to
best position the City to efficiently meet the needs of its community into the future; and allow for
both effective and efficient governance and operational innovation. To facilitate an efficient and
effective reorganization and “creation” of a highly functional Community Services Group –
transitional resources were obtained through a one-year contract with Catalyst Consulting for
services focused on organizational change management.
In May of 2020, the contract with Catalyst Consulting was authorized for extension to the end of
June 30, 2021 and an additional service focused on the Meta Goal of Economic Recovery and
Resiliency and Fiscal Health Contingency was added to the scope of services the current contract
(Attachment B) includes the services of:
1. Economic Recovery
2. Change Management – Community Services Department
3. Change Management, Adoption & Support
4. Option Generation
5. Implementation
6. On-Going Assessment & Support
In addition to the services listed above, it is the recommendation of staff to amend the current
contract with Catalyst Consulting to include project management, advising and consultation in
relation to the creation and goals of the DEI-TF.
Item 14
Packet Page 165
Background
At the July 7, 2020 City Council meeting, the City Council approved the creation of a Diversity,
Equity, and Inclusion Task Force (DEI-TF) as part of a wider effort to help make the City an
inclusive and safe community for everyone. The Task Force will be led by Mayor Harmon and
Council Member Erica A. Stewart and will be comprised of a total of 11 to 13 members of the
community. Appointments to the DEI-TF are scheduled to occur on September 1, 2020.
The objectives (Attachment C) of the DEI-TF are to:
1. Support the work of DE&I Providers that support marginalized communities with
directed funding for proven or promising impactful, sustainable projects.
2. A framework / potential scope for a 2021-23 DE&I-focused Major City Goal.
3. Provide a recommendation on the role and function of the Human Relations
Commission in relation to DE&I efforts
While staff assistance will be provided by the City Manager, a day-to-day project manager with
particular knowledge, understanding, and expertise of the City and a DEI expert are both needed
to ensure that the efforts of the Task Force are guided thoughtfully and through the lens of DEI
while completing the objectives and outcomes of the Task Force.
It is staff’s recommendation to amend the current contract with Catalyst Consulting due to the
nature and immediate need of this project as a top priority for the City Council as well as the
expertise Dale Magee and Beya Montero-Makekau can provide in this area. As highlighted in the
proposed scope of services, (Attachment D) Dale McGree is a Prosci1-certified change
practitioner and strategic planner, process designer, and professional facilitator; Beya Montero -
Makekau is the Interim Director of Student Affairs for Diversity & Inclusion at Cal Poly San
Luis Obispo and has extensive experience as an inclusivity consultant.
Scope of Services
Should the contract with Catalyst Consulting be amended to include the additional scope of
services, the City will retain both Dale Magee and Beya Montero-Makekau to consult throughout
the end of June 2021.
While initially staff estimated needing to only contract with an inclusivity consultant, after
reviewing the scope and level of support needed by the Task Force, it became quickly clear that
the effort required more time than the City Manager had available and that a project manager is
required to manage the effort and ensure that the level and quality of work is meeting the priority
level set forth by the City Council.
1 Certification in the knowledge, skills and tools to drive successful change initiatives—no matter how complex or
urgent.
Item 14
Packet Page 166
Project Management
As highlighted in Attachment D, Dale Magee of Catalyst Consulting is the proposed consultant
for Project Management. Under the direction of the City Manager, Dale will serve as the lead
coordinator for the DEI-TF. Dale’s role in the projects will vary as needed for specific activities.
Examples of specific roles include advisor, lead, facilitator , planner, or supporting position. Dale
has extensive expertise and knowledge of City departments and organizational structure which
will aid in the implementation of the DEI-TF’s goals in a timely and thorough manner.
DEI Expertise
As highlighted in Attachment D, Beya Montero-Makekau will be retained as a sub-contractor for
Catalyst Consulting to provide subject matter expertise, advising, and consultation. Beya is the
Interim Director of Student Affairs for Diversity & Inclusion at Cal Poly San Luis Obi spo. Beya
will serve as a member of the selection committee for the DEI -TF members, aid in facilitation
and content development of a share understanding/focus of equity and inclusion as it relates to
Task Force Responsibility. Additionally, Beya will lead the development of the Notice of
Funding Availability (NOFA), serve as a subject matter expert and provide recommendations to
the City as they pertain to advancing diversity, equity and inclusion throughout the community.
Previous Council or Advisory Body Action
At the July 7, 2020 City Council meeting, the Council approved the creation of a Diversity,
Equity, and Inclusion Task Force as part of a wider effort to help make the City an inclusive and
safe community for everyone. The creation of the DEI -TF highlighted the priority of the City
Council to commit resources to advancing diversity, equity and inclusion throughout the City of
San Luis Obispo.
Policy Context
The City’s purchasing policy designates professional work provided to the City by specially
trained and experienced individuals or firms regarding economic, financial, engineering,
planning, architectural, environmental, legal or administrative matters as Consulting Services.
For contracts with a total cost greater than $100,000, approval is required by the City Council in
the form of a Council Agenda Report. Because existing services are being augmented and the
total work by Catalyst Consulting will exceed $100.000, this contract is being brought to the
Council for review.
Public Engagement
No public engagement was conducted as this is considered to be an administrative item,
however, extensive public engagement will be done through the work of the DEI -TF.
ENVIRONMENTAL REVIEW
The California Environmental Quality Act does not apply to the recommended action in this
report, because the action does not constitute a “Project” under CEQA Guidelines Sec. 15378.
Item 14
Packet Page 167
FISCAL IMPACT
Budgeted: Yes Budget Year: 2020-21
Funding Identified: Yes
Fiscal Analysis:
Funding Sources
Total Budget
Available
Current Funding
Request
Remaining
Balance
Annual
Ongoing Cost
General Fund - DEI $160,000 $40,000 $120,000 N/A
General Fund – V&C $175,842 $36,025 $139,817 N/A
State
Federal
Fees
Other:
Total $335,842 $76,025 $259,817 N/A
During the adoption of the 2019-21 Financial Plan Supplement and 2020-21 Budget, the City
Council allocated a total of $160,000 towards the advancement of Diversity, Equity, and
Inclusion in the City of San Luis Obispo. This proposal recommends utilizing $40,000 of that
budget to fund the diversity expertise required to assist the task force. The remining $36,025 for
project management is recommended to be funded through available Ventures and Contingency
funds.
ALTERNATIVES
1. Do not move forward with amending the contract with Catalyst Consulting and instead
have staff complete the proposed Scope of Services. This is not advised as there are
numerous competing priorities of the City Manager which will provide difficult to ensure
that the quality of work that is expected will be completed within the approved timeline.
2. Do not move forward with amending the contract with Catalyst Consulting and instead
select a different consultant to complete this work. This is not advised as Catalyst
Consulting provides two expert consultants with ties and experience within the City of San
Luis Obispo and the greater community.
3. Do not utilize the recommended funding sources to fund this contract amendment . This is
not advised as this specific task was not budgeted during the budget supplement. Staff has
concluded an analysis of various funding sources and believes the recommended funding
sources to be the most appropriate.
Item 14
Packet Page 168
Attachments:
a - Catalyst Consulting Contract Amendment
b - Catalyst Consulting Contract Agreement dated 05/28/2020
c - Diversity, Equity, and Inclusion Task Force Overview
d - Catalyst Consulting Proposed Scope of Work
Item 14
Packet Page 169
AMENDMENT TO AGREEMENT NO. 2
THIS AMENDMENT TO AGREEMENT is made and entered in the City of San Luis Obispo on
_______________by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, herein after referred
to as City, and Catalyst Consulting, hereinafter referred to as Contractor.
WITNESSETH:
WHEREAS, on 5/14/2019 the City entered into an Agreement with Contractor for change management
consulting services; and
WHEREAS, on 5/28/2020 the City amended Agreement No. 1 to extend the contract term for a period of
one year concluding on 6/30/2021; and
WHEREAS, the City and Contractor desires to amend the agreement to include an additional scope of
services as it pertains to project management and diversity expertise and Contractor has submitted a proposal for this
purpose that is acceptable to the City.
NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter
contained, the parties hereto agree as follows:
1. The agreement is hereby amended as set forth in Exhibit A attached hereto.
2. All other terms and conditions of the Agreement remain in full force and effect.
IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year
first written above.
ATTEST: CITY OF SAN LUIS OBISPO
____________________________________ By: ____________________________________
City Clerk Mayor
APPROVED AS TO FORM: CONTRACTOR
_____________________________________ By: ____________________________________
City Attorney
Item 14
Packet Page 170
AMENDMENT TO AGREEMENT NO. 1
THIS AMENDMENT TO AGREEMENT is made and entered in the City of San Luis Obispo on
______________, by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, herein after referred
to as City, and Catalyst Consulting, hereinafter referred to as Contractor.
WITNESSETH:
WHEREAS, on 5/14/2019 the City entered into an Agreement with Contractor for change management
consulting services; and
WHEREAS, the City and Contractor do hereby mutually agree to extend the contract term for a period of
one year concluding on 6/30/2021 and Contractor has submitted a proposal for this purpose that is acceptable to the
City.
NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter
contained, the parties hereto agree as follows:
1.The agreement is hereby amended to include the updated contract term to June 30, 2021, amended
scope of work attached hereto as exhibit A, and updated standard terms and conditions (Attachment A to the original
agreement), attached hereto as exhibit B.
2.All other terms and conditions of the Agreement remain in full force and effect.
IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year
first written above.
CITY OF SAN LUIS OBISPO
By: ____________________________________
City Manager
APPROVED AS TO FORM: CONTRACTOR
_____________________________________ By: ____________________________________
City Attorney
Item 14
Packet Page 171
P.O. Box 324 Santa Margarita, CA 93453 805.440.8588 Info@CatalystConsulting.biz
PROPOSAL for SERVICE AGREEMENT EXTENSION from CATALYST CONSULTING
SCOPE of WORK
Change Management Facilitation
Economic Recovery Support
Submitted May 29, 2020
Client l Project City of San Luis Obispo l Organization of the Future
Project Timeline: July 1, 2020 – June 30, 2021
Services Provided:
Under direction of Assistant City Manager (“Sponsor”), Dale Magee (“Consultant”) will serve as
change management facilitator for the Organization of the Future (“Project”), with focus on
supporting economic recovery efforts in response to the COVID-19 pandemic.
Consultant is a Prosci-certified change practitioner and proven strategic planner; role in the project
will vary as needed for specific activities - advisor, lead, co-facilitator, planner, or supporting
position.
Activities to include:
1)Economic Recovery. Assist in the implementation of the Road Map to Recovery plan and the
execution of the strategies and objectives. Strategic support to the City Manager, the
Assistant City Manager, and the Economic Recovery Branch. Create and administer business
and community-input processes (surveys, interviews, virtual focus groups).
2)Change Management – Community Services Department. Facilitate planning within and
between Community Services departments as they refocus priorities and processes, and
implement economic recovery practices. Assist in designing organization changes. Provide
coaching and recommendations to leadership and teams.
3)Change Management, Adoption & Support – Employees. Facilitate employee outreach and
input activities to increase awareness and understanding of the City’s economic recovery
priorities, and gather information to create an optimal organization functions and models.
Provide proven activities to strengthen adoption of new organization structures and
operations.
4)Option Generation. Support Sponsor in developing reorganization and operating models
that are centered on achieving the City’s meta-goal and designing an optimized Community
Services Department.
5)Implementation. Assist in implementation and integration of the changes.
6)On-Going Assessment & Support. Maintain contact with Stakeholders throughout Project’s
lifespan to ensure understanding, input, early troubleshooting, and desired outcomes.
EXHIBIT A Item 14
Packet Page 172
P.O. Box 324 Santa Margarita, CA 93453 805.440.8588 Info@CatalystConsulting.biz
Fee:
• $85/hour, plus materials beyond common office supplies (e.g. meeting supplies,
photocopying large volume of documents, print and presentation materials, etc.).
• Not to exceed 1,040 total hours between July 1, 2019 – June 30, 2021. Additional hours
require Sponsor’s consent and revised service contract.
• Mileage to San Luis Obispo City offices included. Mileage to other locations will be charged
at $0.58/mile.
Final services and terms will be determined after client’s review and any requested adjustments.
Thank you for the opportunity to continue this work with the City of San Luis Obispo.
Item 14
Packet Page 173
EXHIBIT B
GENERAL TERMS AND CONDITIONS
1. Insurance Requirements. The Contractor shall provide proof of insurance in the form,
coverages and amounts specified in Section E of the City’s Request for Proposal referenced in
paragraph 2 of the Agreement, unless changes are otherwise approved and agreed to in writing
between the parties. If the Agreement is entered into outside of a Request for Proposal,
Contractor shall provide proof of insurance in the form in the form coverages and amounts
specified in Exhibit B
2. Business License & Tax. The Contractor must have a valid City of San Luis Obispo
business license & tax certificate before execution of the contract. Additional information
regarding the City’s business tax program may be obtained by calling (805) 781-7134.
3. Ability to Perform. The 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 all federal, state, county, city, and special
district laws, ordinances, and regulations.
4. Laws to be Observed. The 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.
5. Payment of Taxes. The contract prices shall include full compensation for all taxes that
the Contractor is required to pay.
6. Permits and Licenses. The Contractor shall procure all permits and licenses, pay all
charges and fees, and give all notices necessary.
7. Safety Provisions. The Contractor shall conform to the rules and regulations pertaining
to safety established by OSHA and the California Division of Industrial Safety.
8. Public and Employee Safety. Whenever the 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.
9. Preservation of City Property. The 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 resulting from the Contractor’s operations, it shall be replaced or
restored at the Contractor’s expense. The facilities shall be replaced or restored to a condition as
good as when the Contractor began work.
10. Immigration Act of 1986. The Contractor warrants on behalf of itself and all
Item 14
Packet Page 174
subcontractors engaged for the performance of this work that only persons authorized to work in
the United State pursuant to the Immigration Reform and Control Act of 1986 and other
applicable laws shall be employed in the performance of the work hereunder.
11. Contractor Non-Discrimination. In the performance of this work, the Contractor
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, sexual orientation, or religion of such persons.
12. Work Delays. Should the 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. In the event that there is
insufficient time to grant such extensions prior to the completion date of the contract, the City
may, at the time of acceptance of the work, waive liquidated damages that may have accrued for
failure to complete on time, due to any of the above, after hearing evidence as to the reasons for
such delay, and making a finding as to the causes of same.
13. Payment Terms. The City’s payment terms are 30 days from the receipt of an original
invoice and acceptance by the City of the materials, supplies, equipment, or services provided by
the Contractor (Net 30).
14. Inspection. The Contractor shall furnish City with every reasonable opportunity for City
to ascertain that the services of the 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.
15. 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.
16. Interests of Contractor. The Contractor covenants that it presently has no interest, and
shall not acquire any interest—direct, indirect or otherwise—that would conflict in any manner
or degree with the performance of the work hereunder. The Contractor further covenants that, in
the performance of this work, no subcontractor or person having such an interest shall be
employed. The 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, the Contractor shall at all times be deemed an
independent contractor and not an agent or employee of the City.
17. Hold Harmless and Indemnification.
(a) Non-design, non-construction Professional Services: To the fullest extent permitted by
Item 14
Packet Page 175
law (including, but not limited to California Civil Code Sections 2782 and 2782.8), Consultant
shall indemnify, defend, and hold harmless the City, and its elected officials, officers,
employees, volunteers, and agents (“City Indemnitees”), from and against any and all causes of
action, claims, liabilities, obligations, judgments, or damages, including reasonable legal
counsels’ fees and costs of litigation (“claims”), arising out of the Consultant’s performance or
Consultant’s failure to perform its obligations under this Agreement or out of the operations
conducted by Consultant, including the City’s active or passive negligence, except for such loss
or damage arising from the sole negligence or willful misconduct of the City. In the event the
City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising
from Consultant’s performance of this Agreement, the Consultant shall provide a defense to the
City Indemnitees or at the City’s option, reimburse the City Indemnitees their costs of defense,
including reasonable legal fees, incurred in defense of such claims.
(b) Non-design, construction Professional Services: To the extent the Scope of Services
involve a “construction contract” as that phrase is used in Civil Code Section 2783, this
paragraph shall apply in place of paragraph A. To the fullest extent permitted by law (including,
but not limited to California Civil Code Sections 2782 and 2782.8), Consultant shall indemnify,
defend, and hold harmless the City, and its elected officials, officers, employees, volunteers, and
agents (“City Indemnitees”), from and against any and all causes of action, claims, liabilities,
obligations, judgments, or damages, including reasonable legal counsels’ fees and costs of
litigation (“claims”), arising out of the Consultant’s performance or Consultant’s failure to
perform its obligations under this Agreement or out of the operations conducted by Consultant,
except for such loss or damage arising from the active negligence, sole negligence or willful
misconduct of the City. In the event the City Indemnitees are made a party to any action, lawsuit,
or other adversarial proceeding arising from Consultant’s performance of this Agreement, the
Consultant shall provide a defense to the City Indemnitees or at the City’s option, reimburse the
City Indemnitees their costs of defense, including reasonable legal fees, incurred in defense of
such claims.
(c) Design Professional Services: In the event Consultant is a “design professional”, and the
Scope of Services require Consultant to provide “design professional services” as those phrases
are used in Civil Code Section 2782.8, this paragraph shall apply in place of paragraphs A or B.
To the fullest extent permitted by law (including, but not limited to California Civil Code
Sections 2782 and 2782.8) Consultant shall indemnify, defend and hold harmless the City and its
elected officials, officers, employees, volunteers and agents (“City Indemnitees”), from and
against all claims, damages, injuries, losses, and expenses including costs, attorney fees, expert
consultant and expert witness fees arising out of, pertaining to or relating to, the negligence,
recklessness or willful misconduct of Consultant, except to the extent caused by the sole
negligence, active negligence or willful misconduct of the City. Negligence, recklessness or
willful misconduct of any subcontractor employed by Consultant shall be conclusively deemed
to be the negligence, recklessness or willful misconduct of Consultant unless adequately
corrected by Consultant. In the event the City Indemnitees are made a party to any action,
lawsuit, or other adversarial proceeding arising from Consultant’s performance of this
Agreement, the Consultant shall provide a defense to the City Indemnitees or at the City’s
option, reimburse the City Indemnitees their costs of defense, including reasonable legal fees,
incurred in defense of such claims. In no event shall the cost to defend charged to Consultant
Item 14
Packet Page 176
under this paragraph exceed Consultant’s proportionate percentage of fault. However,
notwithstanding the previous sentence, in the event one or more defendants is unable to pay its
share of defense costs due to bankruptcy or dissolution of the business, Consultant shall meet and
confer with other parties regarding unpaid defense costs.
(d) The review, acceptance or approval of the Consultant’s work or work product by any
indemnified party shall not affect, relieve or reduce the Consultant’s indemnification or defense
obligations. This Section survives completion of the services or the termination of this contract.
The provisions of this Section are not limited by and do not affect the provisions of this contract
relating to insurance.
18. Contract Assignment. The 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.
19. Termination for Convenience. The City may terminate all or part of this Agreement for
any or no reason at any time by giving 30 days written notice to Contractor. Should the City
terminate this Agreement for convenience, the City shall be liable as follows: (a) for standard or
off-the-shelf products, a reasonable restocking charge not to exceed ten (10) percent of the total
purchase price; (b) for custom products, the less of a reasonable price for the raw materials,
components work in progress and any finished units on hand or the price per unit reflected on
this Agreement. For termination of any services pursuant to this Agreement, the City’s liability
will be the lesser of a reasonable price for the services rendered prior to termination, or the price
for the services reflected on this Agreement. Upon termination notice from the City, Contractor
must, unless otherwise directed, cease work and follow the City’s directions as to work in
progress and finished goods.
20. Termination. If, during the term of the contract, the City determines that the Contractor
is not faithfully abiding by any term or condition contained herein, the City may notify the
Contractor in writing of such defect or failure to perform. This notice must give the Contractor a
10 (ten) calendar day notice of time thereafter in which to perform said work or cure the
deficiency.
If the 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 the Contractor to said effect. Thereafter, neither
party shall have any further duties, obligations, responsibilities, or rights under the contract
except, however, any and all obligations of the Contractor’s surety shall remain in full force and
effect, and shall not be extinguished, reduced, or in any manner waived by the terminations
thereof.
In said event, the 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 the Contractor as may be set forth in
Item 14
Packet Page 177
the Agreement payment schedule; compensation for any other work, services or goods
performed or provided by the Contractor shall be based solely on the City’s assessment of the
value of the work-in-progress in completing the overall work scope.
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 the Contractor be entitled to
receive in excess of the compensation quoted in its proposal.
Item 14
Packet Page 178
1
CITY of SAN LUIS OBISPO DE&I TASK FORCE
OVERVIEW
Approved by Council July 7, 2020
Timeline dates revised 07.10.20
Background This Council action stems from the work that began in June 2019, and is propelled
by increased xenophobia, the Black Lives Matter protests, and the problems of
systemic racism suffered by many, in many forms. We acknowledge that biases also
adversely affect other marginalized groups in SLO. This Task Force is a commitment
by the City to take local action on these longstanding problems by making
recommendations to the City Council as outlined in this charter.
Vision We envision a San Luis Obispo that is welcoming, inclusive, and
safe. Our city values diversity, promotes equity and belonging, actively denounces
systemic racism and discrimination, and actively works toward racial justice.
Charter Advance diversity, equity, and inclusion (DE&I) in San Luis Obispo by engaging
community leaders and change agents to:
1) Focus on activities that support marginalized racial, ethnic, and cultural groups.
2) Collect information and insight about advancing DE&I in San Luis Obispo.
3) Develop a notice of funding availability (NOFA) to support the DE&I work of
proven organizations and best practices for change.
4) Provide guidance and a foundation for creating a 21-23 DE&I-focused Major
City Goal.
5) Strengthen the focus and role of the City’s Human Relations Commission (HRC)
to support the City’s vision.
Outcomes 1) Support the work of DE&I Providers that support marginalized communities
with directed funding for proven or promising impactful, sustainable projects.
2) A framework / potential scope for a 21-23 DE&I-focused Major City Goal.
3) Provide a recommendation on the role and function of the HRC in relation to
DE&I efforts.
Guiding SUPPORT DE&I efforts and organizations that support marginalized communities;
Principles the City is not a subject matter expert. Research should incorporate work and input
already done in this region and not burden people from unnecessarily retelling
their stories and lived experiences. Community members and organizations can
provide critical expertise and play a vital role in terms of leadership and give
perspectives to fund systemic change in diversity, equity, and inclusion.
COMMIT our resources to support efforts that have the potential for the highest
impact.
We acknowledge that MEANINGFUL and SUSTAINABLE change will happen over
time; the City will support radical incrementalism for the long-term.
FLEXIBILITY is needed; the initial charter may be modified in response to what is
learned and to maximize impact.
Item 14
Packet Page 179
2
Approach A Task Force of approximately 9-13 members with diverse community and
organization representation, and varied perspectives, will work with City leadership
to:
1) Further understand DE&I issues and what people are experiencing in SLO.
Learn what is happening, what people are experiencing, how to be more
inclusive, and how to make improvements towards a sense of welcoming and
belonging. Understand issues, concerns, what’s missing, and what’s desired.
2) Determine target areas and priorities - the needs and gaps that the City should
and could begin to address and improve, in partnership or otherwise support
through funding.
3) Oversee a grant process focused on targeted areas and priorities. Create a
NOFA, and administer the application and award-selection process.
4) Assist City staff in developing a scope of work for DE&I Major City Goal for 21-
23 Financial Plan.
Proposed July 7, 2020 City Council Review and Authorization
Timeline
July 8 – Aug 3, 2020 Task Force recruitment
Discovery - Learn needs, gaps, strengths
Begin drafting NOFA
Aug 11 – Aug 26, 2020 Interviews for Task Force members
Aug 27, 2020 Applicants notified
Sept 1, 2020 Member recommendations to City Council for approval
Sept 3 – Nov 5, 2020 Task Force convenings
Discovery continued; Learning sessions
Determine target areas, priorities, areas City
can most impact
Finalize NOFA (grant application)
Sept 14 – Oct 22, 2020 Release NOFA
Oct 23 – Nov 5, 2020 Review grant applications; make selections
Nov 17, 2020 Grantee recommendations to City Council
Funds awarded
Dec 3 – Jan 7, 2020 Major City Goal and HRC recommendations
Task Force term is complete, unless extended
by City Council
For more information, please email Administration at DEI@SLOCity.org
Item 14
Packet Page 180
3
1.Confirm
Task Force
Purpose
•Task Force Development Committee [Mayor Heidi Harmon, Councilwoman Erica Stewart,
Derek Johnson, project facilitator Dale Magee] clarifies purpose, end goals, process,
expections, etc.
•Focus: Racial, ethnic, cultural inequity and injustice
•To Council for approval July 7, 2020
2. NOFA
Creation
•Grants could be used for small -medium -large efforts, short term -medium term -long term projects;
and a variety of approaches.
•Adopt "best fit" criteria: intersection of need x resources x impact
•Administration to release NOFA
3.
Discovery
•Explore lived experiences, needs, gaps, and best way the City can help advance DE&I in the City of SLO
•Glean expertise and recommendations from Task Force members & survey
•Convene "listen and learn" sessions -various groups/indiviudals present to the Task Force (ex: 30 min
presentations, focus on need and best way to help)
4. Findings,
Determine
Focus Areas
•Task Force reviews input, information learned
•Determine priority populations and impact areas -e.g. welcome, inclusion, belonging, equity, awareness,
allyship -to fund
5. Proposal
Review,
Selection
•Task Force and support review NOFA. Seek providers to address the identified needs and priorities
•Potential option: partner w Community Foundation to adminster the process. Task Force members as the grant
committee
•Select grantees/awards; Grantees recommended to City Council
2. Recruit
Task Force
Members
•City Clerk to oversee the recruitment process
•Seeking members with expertise and/or lived experience, can help City understand the gaps/needs
•Obtain recommendations for members from those in the field
•Applicants recommended to City Council by Mayor, Councilmember Erica A. Stewart and a third party
5. Track
Progress
•Task Force reviews progress from grantees
•Evaluate overall impact of the funding
6.
HRC & MCG
•Task Force & Staff develop Major City Goal for 21-23 (concurrent to work above)
•Recommendations for the HRC
Item 14
Packet Page 181
P.O. Box 324 Santa Margarita, CA 93453 805.440.8588 Info@CatalystConsulting.biz
CATALYST CONSULTING
PROPOSAL for ADDITIONAL SERVICES to CURRENT SCOPE of WORK
July 30, 2020
Current Services:
Change Management Facilitation
Economic Recovery Support
Added Services:
DE&I Task Force - Coordination
DE&I Task Force – Advising & Consultation
Client l Project City of San Luis Obispo
Project Timeline: July 1, 2020 – June 30, 2021
Services Provided:
01.Under direction of Assistant City Manager (“Sponsor”), Dale Magee (“Consultant”) will serve
as change management facilitator for the Organization of the Future (“Project”), with focus
on supporting economic recovery efforts in response to the COVID-19 pandemic.
02.Under direction of City Manager (“Executive Sponsor”), Dale Magee (“Consultant”) will serve
as coordinator for the DE&I Task Force. Consultant will retain services of sub-contractor Beya
Montero-Makekau (“SME”) to provide subject matter expertise, advising and consultation to
the Task Force and City Leadership.
Consultant is a Prosci-certified change practitioner and proven strategic planner, process designer,
and professional facilitator. Role in the projects will vary as needed for specific activities - advisor,
lead, facilitator, planner, or supporting position. SME is the interim director of Student Affairs for
Diversity & Inclusion at Cal Poly San Luis Obispo.
Activities to include:
1)Economic Recovery. Assist in the implementation of the Road Map to Recovery plan and the
execution of the strategies and objectives. Strategic support to the City Manager, the
Assistant City Manager, and the Economic Recovery Branch. Create and administer business
and community-input processes (surveys, interviews, virtual focus groups).
2)Change Management – Community Services Department. Facilitate planning within and
between Community Services departments as they refocus priorities and processes, and
implement economic recovery practices. Assist in designing organization changes. Provide
coaching and recommendations to leadership and teams.
Item 14
Packet Page 182
P.O. Box 324 Santa Margarita, CA 93453 805.440.8588 Info@CatalystConsulting.biz
3)Change Management, Adoption & Support – Employees. Facilitate employee outreach and
input activities to increase awareness and understanding of the City’s economic recovery
priorities, and gather information to create an optimal organization functions and models.
Provide proven activities to strengthen adoption of new organization structures and
operations.
4)Option Generation. Support Sponsor in developing reorganization and operating models
that are centered on achieving the City’s meta-goal and designing an optimized Community
Services Department.
5)Implementation. Assist in implementation and integration of the changes.
6)On-Going Assessment & Support. Maintain contact with Stakeholders throughout Project’s
lifespan to ensure understanding, input, early troubleshooting, and desired outcomes.
7)DE&I Task Force.
a.Dale Magee: Develop the design and operational structure of the Task Force. Plan
and coordinate activities of the Task Force.
b.Beya Montero-Makekau: Serve as expert advisor and consultant to the Task Force.
Full scope of work is enclosed, Attachment A.
Fee:
Dale Magee
•$85/hour, plus materials beyond common office supplies (e.g. meeting supplies,
photocopying large volume of documents, print and presentation materials, etc.)
•Not to exceed 1,405 hours between July 1, 2019 – June 30, 2021 (net increase of 365 hours
from current Service Agreement)
•Additional hours require Sponsors’ consent and revised service contract
•Mileage to San Luis Obispo City offices included. Mileage to other locations will be charged
at $0.58/mile
Beya Montero-Makekau
•$125/hour
•Not to exceed 360 hours ($45,000 total)
•Additional hours require Sponsor’s consent and revised service contract
Total Fee Increase to Service Agreement: $76,025
•$31,025 – Fee, Dale Magee
•$45,000 – Fee, Beya Montero-Makekau
•25% of fee increase to be paid at acceptance of this revision; net 30
•10% of fee to be retained until end of projects and submission of deliverables
Final services and terms will be determined after client’s review and any requested adjustments.
Thank you for the opportunity to continue this work with the City of San Luis Obispo.
Item 14
Packet Page 183
2020 / 2 1
DEI TASK FORCE
PROPOSAL
THE CITY OF SAN LUIS OBISPO
Mayor Heidi Harmon, Erica Stewart,
Derek Johnson, Dale Magee
Prepa red For
P : 916-239-8952
E : mcmonter@calpoly.edu
Beya Montero-Makekau Prepared By
Attachment AItem 14
Packet Page 184
PROPOSAL 2020 / 21
2
PROJECT OBJECTIVE
Advance diversity, equity, and inclusion (DE&I) in San Luis Obispo by engaging
community leaders and change agents to:
1) Focus on activities that support marginalized racial, ethnic, and cultural groups.
2) Collect information and insight about advancing DE&I in San Luis Obispo.
3) Develop a notice of funding availability (NOFA) to support the DE&I work
4) Strengthen the focus and role of the City’s Human Relations Commission (HRC)
PROPOSED SERVICES
In serving as the project “advisor”, Beya Makekau will serve as a member of the
selection committee for the DEI task force members. The advisor will aid in the
facilitation and content development of a shared understanding/focus of equity
and inclusion as it relates to this project and task force responsibilities.
Additionally, the advisor will lead the development of the NOFA, serve as subject
matter expert and lead discussions with the task force, assist in grant recipient
selection, and provide recommendations to City
DELIVERABLES
Below is a list of deliverables to be completed by the “advisor”:
• Task Force (TF) Member selection – participate in the review of
applications, interview, final selection.
• NOFA development.
• Serve as subject matter expert and advisor to the TF- co-create meeting
agendas, lead meeting topics, develop curriculum, recruit guest speakers,
support mission, level set knowledge related to equity and best practices.".
• Assist in grant recipient selections.
• Provide advice and consultation during and in between meetings to TF and
City leadership in addition to the Major City Goal.
Below is a breakdown of the project objective, proposed services, project dates, and deliverables. Each
section maps out the shared understanding of the scope of this project and the role of the
consultant/advisor.
PROPOSAL DETAILS
PROJECT DATES
August 03 2020 through June 16th 2021
This project has the potential for follow up action in the form of additional
consultation and survey development. In the event that is requested a revision of
this proposal would be required.
Attachment AItem 14
Packet Page 185
PROPOSAL 2020 / 21
3
PROPOSAL COST BREAKDOWN
01. TASK FORCE & NOFA DEVELOPMENT
02. TASK FORCE FACILITATION & MEETING DEVELOPMENT
03. CONSULTING
20-25 hours reviewing applicants for DEI Task Force 08/03 - 08/07
$125/hr
10-15 hours per week for TF meetings and NOFA developments
08/31- 01/08 **19 WEEKS TOTAL
Additional 10-15 hours for grant applicant review during the week of 8/26
10-15 hours for HRC review, and additional project
consulting/development
$125/hr
TOTAL:
TOTAL $38,000.00 - $60,625
TOTAL: $25,000 – $37,500
$125/hr
$125/hr
TOTAL: $6,250 - $7,500
10-15 hours Task Force interviews and NOFA research 08/10 - 8/14
W 20 hours NOFA development & Task Force prep 08/17 - 8/28
W
$125/hr
$125/hr
Beya Makekau will manage time and costs as to not exceed the total project range. If unanticipated activities
or changes arise, Beya Makekau will work with client to determine best approach moving forward. Final
services and terms will be determined after client’s review and adjustment.
Thank you for this opportunity to work with City leadership on advancing diversity, equity, and inclusion
initiatives in San Luis Obispo.
2-5 hours a week for consultation and review as it relates to the Major
City Goal 01/15 – 06/16 **22 WEEKS TOTAL
** If the project exceeds maximum hours listed per the client’s request, the
ongoing rate per hour would be $125/hr and the City would work with
consultant to provide additional resources.
$6,750 - $15,625
$125/hr
Attachment AItem 14
Packet Page 186