Loading...
HomeMy WebLinkAbout03-19-2019 Item 10 - Consolidated Dispatch Feasibility Study Citygate Associates Department Name: Police Department Cost Center: For Agenda of: March 5, 2019 Placement: Consent Estimated Time: N/A FROM: Deanna Cantrell, Police Chief Prepared By: Victoria Tonikian, Management Fellow SUBJECT: AUTHORIZATION TO EXECUTE A CONSULTANT SERVICE AGREEMENT WITH CITYGATE ASSOCIATES, LLC FOR A DISPATCH CONSOLIDATION FEASIBILITY STUDY RECOMMENDATION 1. Approve and authorize the City Manager to execute a Consultant Services Agreement with Citygate Associates, LLC (“Citygate”) for a dispatch consolidation feasibility study for an amount not to exceed $46,457.66; and 2. Authorize the City Manager to execute a Memorandum of Understanding between the Cities of San Luis Obispo, Atascadero and Paso Robles and the Board of Trustees of the California State University on behalf of California Polytechnic State University, San Luis Obispo to jointly finance a dispatch consolidation feasibility study. DISCUSSION In response to the City’s Fiscal Health Response Plan (FHRP), departments thr oughout the City have identified process improvements that would result in a reduction of operating costs/increased savings. With this in mind, the San Luis Obispo Police and Fire Departments began discussing the feasibility of creating a Joint Powers Authority (JPA) with agencies throughout the county to consolidate dispatch communication services. Dispatch consolidation is a regionalized process that many cities throughout the State and the Country have undergone to maintain high levels of service to their community members while reducing and sharing operating costs. For example, Santa Cruz has a regional 9-1-1 JPA, in partnership with the Santa Cruz Sheriff’s Office, the San Benito County Sheriff’s Office, and the Police Departments of the Cities of Santa Cruz, Watsonville, Capitola and Hollister. In addition, Santa Cruz Regional 9 -1-1 also provides services to 11 fire agencies in Santa Cruz and San Benito Counties. Following the County of Santa Cruz’s regional 9 -1-1 JPA model, the Police and Fire Departments jointly drafted a scope of work (Attachment A) that outlines the assumed tasks that a consulting agency would need to accomplish to determine the feasibility of creating a JPA in San Luis Obispo County. After sending the scope of work to agencies t hroughout the County, the final agencies that have agreed to move forward with the feasibility study are the cities of Atascadero and Paso Robles as well as California Polytechnic State University, San Luis Obispo (parties). Packet Pg. 77 Item 10 The scope of work was routed to two consultant agencies to determine if first, either agency could perform the scope of work as defined, and second, if the scope of work was consistent with what we were trying to accomplish. Both consultants reviewed the scope of work, and it was determined only Citygate Associates, LCC (“Citygate”) possessed the capability to conduct the feasibility study. Citygate submitted the attached proposal (Attachment B) which was reviewed and approved by all parties previously mentioned. The San Luis Obispo Police Department submitted a Sole Source Justification (Attachment C) which was approved by the City’s Purchasing Analyst allowing the City to move forward and contract with Citygate for the regional dispatch consolidation feasibility study. The pro posal set forth by Citygate outlines a phased approach to conducting the study. Phase one of the project includes: initiating the project, data review, on-site meetings, personnel/staffing plan analysis, workload analysis, technology considerations with a final report of the findings. Phase two includes optional implementation support based on the findings in phase one. By having the proposal outlined and priced in phases, the parties involved can pay for the services that will be most beneficial and needed at the onset of the project. If it is determined that a JPA will be the preferred method to move forward for the parties involved, the JPA can collectively hire Citygate for phase two implementation support as needed. Conducting a feasibility study is necessary because it will provide the parties involved an objective recommendation as to whether forming a JPA for a regional dispatch consolidation is feasible and cost effective, and if so, determine if it will be beneficial to all parties involved. Many cities, including the ones mentioned prior, have stated that by consolidating services to one dispatch center it has reduced operating costs, technology and maintenance costs. The San Luis Obispo Police and Fire Departments hope to benefit by this procedural change by hosting the regional dispatch center serving the aforementioned Cities and allowing for greater efficiency, cost effectiveness, economies of scale, and to provide higher level of inter -agency coordination and service. Policy Context The proposed action is consistent with the City’s FHRP which was directed by Council on December 12th, 2017. Of the three balanced approaches to closing the $7.5 million gap in the general fund, 30-40% will be through operating reductions and new ways of do ing business. If proven to be beneficial, dispatch consolidation will provide the City with operating reductions which is in line with both the FHRP and the Adopted Fiscal Responsibility Philosophy. Public Engagement Public engagement was conducted during the development of the FHRP where the three-pronged approach to close the $7.5 million gap in the general fund was derived. This project is in-line with the FHRP, and if after the feasibility study the JPA is proven to be beneficial for the City, additional public engagement and noticing will be conducted. Packet Pg. 78 Item 10 CONCURRENCE The proposed action is consistent with the Fire Department’s recommendation to conduct a feasibility study for dispatch consolidation. Additionally, this proposal has already bee n approved by the City of Atascadero, the City of Paso Robles and the Board of Trustees of the California State University on behalf of California Polytechnic State University, San Luis Obispo. 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. FISCAL IMPACT Budgeted: No Budget Year: 2018-2019 Funding Identified: Yes Fiscal Analysis: Funding Sources Total Budget Available Current Funding Request Remaining Balance Annual Ongoing Cost General Fund $46,458 $46,458 $0 N/A State Federal Fees Other: Total $46,458 $46,458 $0 N/A The overall co st of Phase 1 of the feasibility study is $126,586 for 607 hours of consulting time from the project team. The parties support allocating the costs to each agency based on their levels of calls for service, as follows: Agency Cost Allocation Percentage Total Costs Cal Poly 10.0% $12,658.00 City of Atascadero 21.3% $26,962.82 City of El Paso de Robles 32.0% $40,507.52 City of San Luis Obispo 36.7% $46,457.66 Citygate will bill the City of San Luis Obispo on a monthly basis. The parties a gree to pay the City of San Luis Obispo their monthly share of costs (based on the cost allocation above) within 14 days of billing. To ensure the agencies remain committed to the agreements set forth, a Memorandum of Understanding (Attachment D) has been drafted and circulated between the agencies. Packet Pg. 79 Item 10 The Police Department will be using funds that were set aside in FY 2018 -19 for costs related to the construction of a new animal services shelter to fund the City’s allocated costs associated with conducting the feasibility study.  It’s anticipated that the City will not have to pay for construction related costs for the shelter this fiscal year, which makes the funds available for this purpose. ALTERNATIVES The City Council could choose to not support this recommendation. This is not recommended as it is in line with our Fiscal Health Response plan and our regional partners to fund economic analysis that is intended to align actions with our regional strengths and opportunities so that limited resources are efficiently utilized. Attachments: a - Scope of Work b - Citygate Proposal c - Sole Source Justification d - Dispatch Consolidation Feasibility Study MOU Packet Pg. 80 Item 10 1 City of San Luis Obispo – Consolidated Dispatch Study SCOPE OF WORK Contractor shall provide to the City professional consulting services to conduct a phased Public Safety Answering Points (PSAP) Consolidation feasibility study that will provide a comprehensive overview of current conditions and recommendations for consolidating Fire and Law Enforcement dispatch centers within San Luis Obispo County to articulate alternative models that minimize long-term costs and maximize overall efficiencies and effectiveness of dispatch services and related activities. The contractor will provide a phased cost analysis, with options for agencies to continue with the feasibi lity study at each phase for the following communities and agencies participating in this study: 1. City of San Luis Obispo – Police and Fire 2. City of Atascadero – Police and Fire 3. City of Paso Robles – Police and Fire 4. California Polytechnic State University at San Luis Obispo (“Cal Poly”) – Police (Fire services are provided by the City of San Luis Obispo) The following tasks detail is what the contractor shall be responsible for (not necessarily in order). Task 1. Phased approach • Contractor will conduct macro operational analysis for calls for service to dispatchers and technology, including a macro analysis of total compensation of the likely costs for a single new employer. • Contractor will provide a mid-project report and pause to confer with agencies to determine need to continue to move forward with further research based on above feasibility. • Contractor will move to second phase and complete detailed total compensation, MOU comparison, Cal PERS and health care cost modeling and possibly actuarial studies as needed. • Contractor will provide a secondary check in with agencies and provide refined costs and labor agreements. • Contractor will provide final report to agencies on governance, cost sharing agreements and implementation steps. • Contractor will assist agencies with job descriptions, MOU bargaining alignment, and other needs in order to start consolidation. Task 2. Conduct Interviews to Collect Feedback on Operational Issues Packet Pg. 81 Item 10 2 Contractor will become familiar with key issues from the perspective of each participating agency. Interviews shall be conducted with the following personnel: • City managers, Police Chiefs, Fire Chiefs, and other key stakeholders with a vested interest in dispatch operations. • Dispatch managers from each dispatch center. • Employee representatives. (The purpose of these interviews is to identify potential issues and concerns from the beginning of the project and provide an opportunity for discussion). Contractor shall cover, at a minimum, the following issues from the perspective of each interviewee: • The history of each of the agencies as a 911 service and dispatch provider. • Factors bringing interest in the current study to the forefront. • Perceived gaps in desired service levels and service capabilities that should be addressed. • Individual perceptions regarding the strengths, weaknesses, opportunities and threats (SWOT analysis) as they relate to present and future dispatch operations. Task 3. Develop a Profile of Current Communications Operations Contractor shall gain a thorough understanding of all organization, staffing and operational details for the dispatch operations for all participating agencies. Contractor shall document workloads and service levels which will provide a foundation for the analysis required to make a feasibility recommendation. Contractor’s project team shall document the following: (1) Direct Center Observations Contractor’s project team shall conduct direct observations of activity in all communications facilities. The focus of the observations shall include the following: • Observations of agencies call handling staff, including a focus on: Initial identification and handling of incoming calls, handling of emergency and non-emergency calls including call processing times, and collection of information for incoming calls. • Observation of agencies dispatching staff with a focus on: Selection of units for dispatch, identification of replacement units when primary units are unavailable, dispatch procedures for assigned units, distribution of information to assigned units regarding the call, handling of status reporting from activated units, processing of information requests from units, return of units to active and available status. Packet Pg. 82 Item 10 3 • Observation of the interaction between agencies call takers and agencies dispatchers. Contractor’s project team shall utilize the initial observations for discussion with stakeholder agencies through a project steering committee and shall include Contractor’s observations in the evaluation process. (2) Communications Systems Contractor shall gain an understanding of the technological systems in place at each communications facility including: • Current systems in use and planned capital replacements. • Communications (i.e., telephone and radio) and computer hardware utilized. • Software packages used operationally for all dispatch functions, including but not limited to e.g., graphical information system (GIS); records management and required reporting; computer aided dispatch; standard and customer report writing and dashboard for staff and public. • 911 emergency telephone system capabilities, such as Phase 1 or Phase 2 cell phone compliance, and other telephone systems/characteristics. • Inventory age of all technology equipment in use, including asset replacement schedules. • Back-up systems utilized for fire, police, and EMS dispatching. • How management information (e.g., performance data) is reported and handled. • Space utilized for current communications operations – size, quality, ADA compliance, security, compliance with building codes, etc. • Overall operating and capital costs. (3) Organization and Staffing Contractor shall develop a thorough understanding of agencies communications staffing patterns, to include: • Obtain organizational charts and budgetary information detailing the structure and specific operating costs, by line item. • Document current communications management, supervision and line staffing as well as shift assignment practices. • Document the extent to which dispatch operations are covered, including the use of overtime, use of civilian versus sworn personnel, etc. • Document salary and all fringe benefit costs for each communications-related position. Packet Pg. 83 Item 10 4 • Document staff turnover and net annual staff availability. • Document staff retirement eligibility scenarios. • Identify the extent to which staff assigned to emergency communications functions are also responsible for other services. • Document staff administrative and support roles and responsibilities. • Compare training programs for newly hired personnel as well as continuing education and the use of cross-trained staff. • Document line staff activities between episodes of managing calls for service and approximate time spent between calls for service. • Document how line staff takes breaks for meals or personal needs and how that affects operations. (4) Workload Analysis Contractor shall collect relevant agency workload information to include the following data: • Document agency dispatcher workloads in terms of quantitative data for each dispatch function, where possible including: law enforcement, fire and EMS calls for service; non- emergency telephone calls; radio transmissions; field-initiated requests for service; teletypes and warrants processed; and other workload metrics. o This information shall be collected in detail: time of day, day of week, etc. It is recognized that information may vary due to how the agency collects data and Contractor shall work with agency staff to request and develop data and to ensure that data is consistent and comparable across all agencies. • Data collection should include three years for all agencies. • Identify “non-dispatch” workload performed by communications staff. Task 4: Survey Staff and Public Safety Personnel through an Anonymous Questionnaire. Contractor shall conduct a survey with all current emergency communications staff as well as management and supervision to provide input to Contractor’s project team through an anonymous questionnaire. The Communications Staff survey shall focus on the following types of agency issues: • Current service levels and issues. • Current staffing and workload issues. • Current equipment and systems issues. Packet Pg. 84 Item 10 5 • The extent to which communications staff are involved in other services. • Perceived opportunities to improve service delivery. • Views toward the efficiency and accuracy of current communications operations. • Concerns regarding the potential for change in service levels if communications services are modified. The questionnaires shall be distributed by and returned to Contractor (using an online tool). Through collaboration with the Project Steering Committee, the Contractor shall also develop an anonymous survey to be distributed to law enforcement, fire service, and EMS providers who receive support and services from the dispatch operations. The focus of the questionnaire shall include, but is not limited to, the following: • Do the service providers receive the information that they need from Dispatchers in a timely fashion? • Do the dispatch centers provide high levels of support to field units during all phases of the incident? • Do the Communications Centers follow policies and procedures? • Are the Communications Centers willing to discuss issues? • Do the Communications Centers seem willing to make changes to its policies and procedures in response to concerns identified by the field? • Are there steps that the Communications Centers could take to enhance services? If so, what are those changes? • What operational changes, enhancements, efficiencies do non-dispatch law enforcement and fire supervisors and managers desire? • What operational changes, enhancements, efficiencies do law enforcement, fire and EMS first response personnel desire? • What operational imperative do non-dispatch supervisors and managers identify? • What operational imperative do law enforcement, fire and EMS first response personnel identify? Task 5: Analyze the Requirements for Consolidating Dispatch Services. Once the previous analytical tasks have been completed, Contractor shall evaluate the feasibility of consolidating dispatch services in an existing participating agency’s dispatch facility versus the feasibility Packet Pg. 85 Item 10 6 of consolidating dispatch services in a new facility. Additionally, Contractor shall evaluate the pros and cons of contracting only fire dispatch services to the county with Cal Fire verses keeping fire dispatch consolidated with police dispatch. A Joint Powers Authority (JPA) model is currently preferred; however other models, such as collocation, should be explored as feasible options for consideration. To accomplish this, the following will be addressed: • Communications staffing: Utilizing workload information collected and analyzed, Contractor shall develop an overall and per shift staffing model to handle the respective dispatch workloads based on workload and net staffing hours available. • Evaluate secondary workload that some agency dispatchers are completing (such as records) and model those leave behind costs per agency. • Management and supervision: Given the size of a consolidated organization, Contractor shall evaluate the issue of how supervision and management should be staffed and provided. If various structures are possible, the pros and cons of each will be fully explored and identified. • Facility and equipment issues: Contractor’s project team shall evaluate the space needs for a consolidated public safety communications center both now and to allow for further expansion of the center. Based on the space needs potential sites will be evaluated and ranked to house the consolidated dispatch center. Further, other technical issues to be specifically considered shall include the following: 1) How to connect any disparate radio systems. 2) Is the existing technological equipment re-usable and cross-functional or is new equipment necessary? 3) Are there system redundancies? 4) Current GPS and mapping capabilities and future requirements, and how they integrate into the various CAD packages. 5) Are there any improvements or modifications needed in existing CAD/RMS, Field Reporting or Mobile Data Computers to provide optimal services? 6) Number of consoles and other devices required in the consolidated center. 7) What is the feasibility for one of the current facilities to serve as the primary and/or back-up sites for the consolidated dispatch center? Is a new location preferable? What modifications would be needed to make this feasible? Packet Pg. 86 Item 10 7 • Transitional issues: Analysis also needs to focus on specific transition issues which could impact operating costs, implementation potential, interim service delivery, etc. These issues include: 1) Review of existing job descriptions to determine revisions required to accurately reflect the job responsibilities of personnel in the consolidated center. 2) How to handle labor relations issues related to various bargaining units. 3) Conduct a wage comparison with benchmark cities, local or comparative dispatch centers in California to determine ratings and comparative wages for the positions in the consolidated center. Comparison cities shall be agreed upon between Consultant and Project Steering Committee. 4) Training and cross-training requirements, largely based on the Association of Public Safety Communications Officials (APCO) best practices and local Emergency Medical Dispatch certification, for staff. 5) How non-communications functions need to be handled. 6) Mechanisms to ensure user input and participation in operational and service level problem resolution. 7) The need for phasing, if necessary, and impacts on costs. 8) Service delivery impacts resulting from the transition. • Financial Analysis: Contractor shall develop cost data for consolidation, which will include: 1) Total operating costs based on service level delivery possibilities. 2) Total salary and fringe benefit costs. 3) Maintenance and ongoing operating costs. 4) Start-up timeline and costs. 5) Long-range capital costs. 6) Recommended agency cost sharing options (including methodology for each). a. Recommendations shall also include cost scenarios to adequately reflect overall cost changes if an agency does not move forward with contract, or if additional agencies seek participation at a later date. • Impacts of Future growth: Contractor shall also include information that addresses future growth assumptions in the County of San Luis Obispo (by city) and expected impacts based on expected growth and how it relates to Public Safety services. Packet Pg. 87 Item 10 8 Task 6: Document Findings and Recommendations in a Final Report. All the preceding work tasks shall be documented in the form of a formal report that shall be presented to the project steering committee as well as, City Managers and designees in the participating agencies). This report shall summarize all the analytical steps described in the task plan, including (but not limited to): • Evaluation of the existing situation related to providing dispatch services in the agencies. • Results of workload, service level and staffing analysis. • Results of the analysis of the JPA consolidation opportunity; including an assessment of the advantages and disadvantages associated with this consolidation model as well as other service delivery alternatives. • Identification of the appropriate location and back up location for the dispatch center and space needs for each dispatch function. • Specific recommendations to take, relating to the best service delivery approach(es); including training, job descriptions, and reporting relationships. • Recommendations related to the reuse or need for new equipment in the consolidated center. • Based on staffing recommendations, appropriate revised organizational structures. • Specific recommendations related to the governance, accountability and service standards of a consolidated agency. • Specific recommendations related to the staff compensation packages. • Cost sharing models. Once alternatives have been developed and evaluated in the terms noted above, Contractor shall prepare a specific implementation plan. This plan shall include identification of the following: • Key steps which need to be taken to implement consolidation (if recommended). • Estimated costs associated with each step. • A realistic time-phased plan for accomplishing each key task related to implementation, as well as lead responsibility for each step. Packet Pg. 88 Item 10 9 • Identification of specific barriers to each of the implementation steps developed as part of the overall implementation plan for the chosen model(s). The final report shall be reviewed with the project steering committee in draft form. Following approval by project steering committee, Contractor’s project team shall finalize the report. Once the document is completed, Contractor shall be prepared to conduct a final presentation before a meeting of elected officials and the public, as desired by the project steering committee. Packet Pg. 89 Item 10 December 20, 2018 Deanna Cantrell Police Chief 1042 Walnut Street San Luis Obispo, CA 9340 DCantrell@slocity.org RE: UPDATED PROPOSAL TO CONDUCT A POLICE/FIRE DISPATCH MERGER ANALYSIS FOR THE CITY OF SAN LUIS OBISPO AND ITS PARTNER AGENCIES Dear Chief Cantrell: In response to your request, as well as that of the Fire Department, Citygate Associates, LLC (Citygate) is pleased to present our proposal to assist the City of San Luis Obispo and its partners to study the opportunities and constraints in merging some of the County’s police and fire dispatch centers into one shared center located at the San Luis Obispo Police Department dispatch center. This letter serves as a high-level summary of our scope/task approach along with costs based on a detailed analysis of the current number of study partners. We also provide related project qualifications and references as Attachment A. This proposal letter does not show the costs divided per agency, which will require the agencies reaching agreement on a cost share formula. PROJECT APPROACH Our proposed project Work Plan involves everything we know to be needed in a communications center merger effort and covers the scope questions you have asked us in prior documents. Similar to other merger proposals, our Work Plan and budget only cover the steps to the point the agencies agree to merge in concept. After that occurs, final costs and a Joint Powers Authority (JPA) agreement can be cemented, including the needed impact bargaining with represented employees. At that step, many of our clients perform much of the final analysis and implementation work themselves, and use Citygate a little, if at all, on a time-and-materials basis during implementation. Packet Pg. 90 Item 10 Chief Cantrell December 20, 2018 Page 2 PROPOSED PROJECT WORK PLAN Our proposed project Work Plan consists of seven tasks in Phase I across six months, followed by an optional Phase II for implementation support as needed. PHASE I Task 1: Initiate and Manage the Project; Request and Review the Agencies’ Data 1.1 Develop project work plan and schedule. 1.2 Request and review documentation. 1.3 Perform policy review/comparison. 1.4 Conduct start-up meeting(s) and interviews (including with Santa Cruz Dispatch JPA leadership). 1.5 Perform follow-up work necessary after site meeting(s). Task 2: Perform Personnel and Staffing Plan Analysis 2.1 Perform personnel and staffing plan analysis, including assessing the following:  Police positions (24/7/365 and/or partial)  Fire positions (24/7/365 and/or partial)  Call taking and 9-1-1 positions (24/7/365 and/or partial)  Overhead and support positions  Technology, training, supervision, management, and office support  Total full-time and part-time employees  Suggested staffing and work schedules  Organization chart 2.2 Perform total compensation macro analysis at San Luis Obispo’s rates. Packet Pg. 91 Item 10 Chief Cantrell December 20, 2018 Page 3 Task 3: Perform Workload Analysis 3.1 Perform workload analysis, including assessing the following:  Telephone/9-1-1 time of day, day of week  Computer-aided dispatch (CAD) calls for service data for police, fire, and other, such as animal control  CAD data for self-initiated activity for police, fire, etc.  Non-dispatch ancillary duties  Audio recordings, records act requests, courts, etc.  Wants/warrant entry 3.2 Determine training needed for standardized, merged operation (complexities, differences, and durations). 3.3 Determine JPA agreement macro deal points. 3.4 Determine cost sharing formulas. Task 4: Assess Technology Considerations for Merger 4.1 Perform analysis of technology considerations for a merger, including the following:  Consoles needed  CAD platform  Records management platform  Radios  Phones  Mobile data terminals (hand-held devices)  Closed-circuit camera monitoring  Voice logging recorder  Text to 9-1-1 4.2 Assess macro technology conversion costs. 4.3 Assess macro personnel issues. Packet Pg. 92 Item 10 Chief Cantrell December 20, 2018 Page 4 Task 5: Conduct Mid-Project Briefing 5.1 Develop findings and recommendations. 5.2 Prepare PowerPoint briefing. 5.3 Deliver briefing to partners’ leadership as one group at one time. 5.4 Perform follow-up work as/if needed. Task 6: Deliver Draft Report 6.1 Prepare and deliver Draft Report. 6.2 Conduct Draft Report review teleconference call. Task 7: Deliver Final Report 7.1 Make necessary edits to Draft Report. 7.2 Prepare and deliver Final Report. 7.3 Prepare and deliver presentation. PHASE II Task 8: Provide Implementation Support 8.1 Provide technical assistance on the probable issues listed below, at our time-and- materials rates:  Personnel costs and impact bargaining  CalPERS  Health care  Final start-up personnel costs  Final technical start-up issues/costs  Start-up plan Packet Pg. 93 Item 10 Chief Cantrell December 20, 2018 Page 5 PROPOSED PROJECT SCHEDULE Citygate anticipates the duration of Phase I of this project to be six months. We are available to initiate the study upon execution of a contract. A summary of the proposed project schedule is presented in the following table. Proposed Project Schedule Task Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 1 Initiate and Manage Project 2 Perform Personnel/Staffing Plan Analysis 3 Perform Workload Analysis 4 Assess Technology Considerations 5 Conduct Mid-Project Briefing 6 Deliver Draft Report 7 Deliver Final Report On-site meeting STUDY COMPONENTS WITH WHICH THE PARTNER AGENCIES MUST ASSIST The partner agencies have the best capability to compile most, if not all, of the data and information needed to assist Citygate in advising the partners. Therefore, Citygate anticipates that the partners will assist with this project by:  Providing proposed project documents and other information as requested by Citygate, as available.  Providing dispatch center workload data to our specifications.  Identifying a single point of contact for this study. Packet Pg. 94 Item 10 Chief Cantrell December 20, 2018 Page 6 CITYGATE CONSULTANT TEAM Citygate’s Project Team for this engagement includes the following Citygate consultants. Chief Stewart Gary, MPA, Public Safety Principal Chief Gary is the Public Safety Principal for Citygate Associates and is the retired Fire Chief of the Livermore-Pleasanton Fire Department in Alameda County, California. In 1996, he successfully designed and led the implementation of the Livermore-Pleasanton fire department consolidation which won a California League of Cities Helen Putnam Award. For 14 years, he was the lead instructor and program content developer for the Standards of Coverage process. For many years, he annually taught a 40-hour course on this systems approach for fire deployment at the California Fire Academy, and he teaches and consults across the United States and Canada on the Standards of Coverage process. Chief Gary will direct the analysis and Project Team, assist with macro personnel issues, and assist with the final presentation. Comm Center Solutions, Public Safety Communications Specialists Recognizing a void in public safety 9-1-1 professional consultants and specialists, Comm Center Solutions was formed by Lynn Freeman and Danita Crombach as an all-inclusive consulting agency to address any and all issues in public safety communications centers. Specializing in providing public safety agencies with an array of services to meet the increasing challenges in today’s public safety communications, Comm Center Solutions’ expertise includes personnel issues, operations, staffing, investigations, incident reconstruction, quality assurance, Next Generation 9-1-1 and project management. Comm Center Solutions offers balanced, insightful, and tested solutions for 9-1-1 challenges. With over 70 years of combined service in dispatch centers, Comm Center Solutions’ experience is unmatched. The following are biographies for Lynn and Danita: Lynn Freeman, MA, ENP, Public Safety Communications Specialist Lynn Freeman is one of the principal consultants/co-founders of Comm Center Solutions. In addition to consulting, Ms. Freeman holds the position of Deputy Director of the Critical Support and Logistics Division for the Simi Valley Police Department. Reporting directly to the Chief of Police, Ms. Freeman is responsible for administrative oversight of five civilian units including: Communications (9-1-1/Dispatch), Crime Analysis, Fiscal, Records Management, and Fleet and Facility Management. Ms. Freeman is Packet Pg. 95 Item 10 Chief Cantrell December 20, 2018 Page 7 tasked with development and implementation of Department’s $29 million budget and directs staff of 40 employees, including five managers. Ms. Freeman has worked for the Simi Valley Police Department for 37 years in a variety of assignments, including communications manager, a position Ms. Freeman held for thirteen years, with responsibility for oversight of day-to-day operations of the Communications Unit. She has built dispatch centers literally from the ground up including a new facility in 1998 and the total remodel of communication centers with the most recent in 2012. In addition, Ms. Freeman has managed a multitude of projects and upgrades including implementation of two computer aided dispatch (CAD) systems, voice logging recorders, 9-1-1 systems, and satellite/back-up facility. Ms. Freeman is a certified Emergency Number Professional (ENP), holds a Center Manager Certificate, Public Safety Telecommunications Certificate and Civil Litigation Certificate. Her formal education accomplishments include an Associate’s Degree in Administrative of Justice, and Bachelor’s and Master’s degrees in Emergency Management with a minor in Public Safety Telecommunications. Danita Crombach, Public Safety Communications Specialist Danita Crombach is one of the principal consultants/co-founders of Comm Center Solutions. She is widely recognized as a leader in many areas of public safety communications with over 30 years of experience. Ms. Crombach has been actively involved in organizations such as the National Emergency Number Association (NENA), most recently as President of the California chapter of NENA (CALNENA). She is a Senior Member with the Association of Public-Safety Communications Officials, International (APCO), and served as Secretary for the Southern California chapter (CPRA). Ms. Crombach has also worked closely with the California State 9-1-1 Office as a member of the Working Group and has twice been involved in determining the funding model that is used to disseminate State Emergency Telephone Number Account (SETNA) funds to California public safety answering points (PSAPs). She last served as the communications manager with the Ventura County Sheriff’s Office, where she instituted a wide variety of changes and programs—all designed to enhance efficiency and employee retention, while improving service to the public. Ms. Crombach is a long-standing certified Emergency Number Professional (ENP), holds a Center Manager Certificate, Academy Instructor Certificate, Public Safety Telecommunications Certificate, and numerous other certificates for course completion specific to public safety communications and leadership. She was instrumental in the development of the California POST 120-hour Basic Dispatcher Course and has been a presenter at basic, intermediate, and advanced courses. Packet Pg. 96 Item 10 Chief Cantrell December 20, 2018 Page 8 Comm Center Solutions will attend all on-site meetings and interviews and perform the personnel and staffing plan analysis, workload analysis, and technology needs assessment. Chief Samuel Mazza, CFC, CFO, EFO, Senior Fire Services Specialist Chief Mazza is a Senior Fire and Emergency Services Specialist with over 40 years of fire service experience. He is the retired Fire Chief of the City of Monterey, California, where he oversaw a successful consolidation of fire services with the City of Pacific Grove. Prior to his service with Monterey, Chief Mazza spent over 30 years with CAL FIRE in numerous assignments spanning state, county, and special district services. He has extensive collaborative and command experience, including appointment as the Incident Commander of a statewide Type-1 Incident Command Team. Chief Mazza is a California state Certified Fire Chief, CPSE Chief Fire Officer, Executive Fire Officer, and National Fire Academy instructor. Chief Mazza will assist with the analysis of personnel, macro compensation, calls for service, training needs, and cost sharing. He will attend the initial on-site meeting and final presentation. Andrew Green, MBA, Fiscal Specialist Mr. Green has over 35 years of experience in all aspects of municipal finance, including as a professional manager. He has had primary responsibility for the development and monitoring of citywide budgets for four municipalities, with total budgets ranging from $70 million to $680 million. He developed and fine-turned long-range financial plans for multiple municipalities, including playing a lead role in taking the City of Pasadena from a $10 million General Fund operating deficit to a $5 million General Fund operating surplus. Mr. Green also has a Master of Business Administration degree with honors. Mr. Green will assist with the macro analysis of total compensation and determination of cost sharing formulas. Eric Lind, MA, Statistical and Operational Analysis Specialist Eric Lind’s 18 years’ experience spans several industries, including two years in municipal government as a performance improvement analyst, including prior service for the City of Vancouver. His municipal government experience has largely focused on public safety performance improvement projects. He has developed baseline system-wide EMS response time capability and testing alternative models, reviewed MPDS systems and dispatch priorities for EMS systems, and improved Public Safety dispatch process flow. He has also Packet Pg. 97 Item 10 Chief Cantrell December 20, 2018 Page 9 performed a fire facilities location study, alternative fire service delivery modeling, and an administrative performance assessment of civilian police staff. Mr. Lind has used performance improvement and business transformation techniques throughout his career across the globe. He is skilled with developing and conducting statistical research to answer operations questions. He is equally comfortable with survey research. He has two published survey research papers, including one he developed for Rotary International. Mr. Lind is a Lean Six Sigma Certified Black Belt and has a Bachelors and two Masters Degrees in International Business, each from a different country. Mr. Lind will assist the Project Team as needed with data, statistical, and operational analysis. David DeRoos, MPA, CMC, Citygate President Mr. DeRoos has over 30 years of experience as a consultant to local government, preceded by five years as an assistant to the City Administrator. He earned his undergraduate degree in Political Science / Public Service (Phi Beta Kappa) from the University of California, Davis, and holds a master’s degree in public administration from the University of Southern California. Prior to becoming a Principal in Citygate in 1991, he was a Senior Manager in the local government consulting division of Ernst & Young. Mr. DeRoos is responsible for ensuring the study is conducted smoothly and efficiently within the schedule and budget allocated and that study deliverables meet Citygate’s and the client’s quality standards. STUDY COSTS Our charges are based on actual time spent by our consultants at their established billing rates, plus reimbursable expenses incurred in conjunction with travel, printing, clerical, and support services related to the engagement. As such, we will undertake this study for a “not-to-exceed” total cost based on our proposed project Work Plan, scope of work, and schedule for Phase I only. Any additional work outside the scope of services described in this proposal, as mutually agreed to in writing as a change order, will be billed at the hourly rate of the respective consultant(s), including any reimbursable expenses plus a five percent (5%) administrative fee. Phase I Project Cost Consulting Fees of Project Team Reimbursable Expenses Administration (5% of Hourly Fees) Total $116,710 (607 hours) $4,040 $5,836 $126,586 Packet Pg. 98 Item 10 Chief Cantrell December 20, 2018 Page 10 The following is Citygate’s breakdown of hours by task to conduct this study. Task DeRoos, David Gary, Stewart Mazza, Sam Comm Center Solutions Green, Andy Citygate Report & Administrative Support Total 1 Initiate Project; Data Review; On-site Meetings 2 2 19 80 0 6 109 2 Perform Personnel/Staffing Plan Analysis 2 0 18 96 8 4 128 3 Perform Workload Analysis 2 1 10 96 2 4 115 4 Assess Technology Considerations 2 8 8 38 4 4 64 5 Conduct Mid-Project Briefing 2 3 8 36 0 8 57 6 Deliver Draft Report 2 6 18 36 4 24 90 7 Deliver Final Report 0 10 12 10 0 12 44 Total 12 30 93 392 18 62 607 This cost proposal reflects our best effort to be responsive to the partners’ needs for this study, as we understand them, at a reasonable cost. If our proposed scope of work and/or cost is not in alignment with your needs or expectations, we are open to discussing modifications to our proposed scope of work and the associated costs. The price quoted is effective for 60 days from the date of receipt of this proposal. Citygate’s proposal includes one (1) draft review cycle as described in Task 6 of the Work Plan, to be completed by Citygate and the partners within 30 calendar days of the partners receiving the Draft Report. Additional Draft Report cycles or processing delays requested by the partners would be billed in addition to the contracted amount at Citygate’s time and materials rates. When changes are agreed upon, Citygate will provide the Final Report in reproducible .PDF format. The Draft Report will be considered to be the Final Report if there are no suggested changes within 30 days of the delivery of the Draft Report. Standard Hourly Billing Rates The following rates will be used for Phase I work, as well as additional implementation support provided in Phase II as needed. Packet Pg. 99 Item 10 Chief Cantrell December 20, 2018 Page 11 Classification Rate Consultant Citygate President $225 per hour David DeRoos Public Safety Principal $250 per hour Stewart Gary Senior Fire Services Specialist $210 per hour Samuel Mazza Public Safety Communications Specialist $195 per hour Lynn Freeman Public Safety Communications Specialist $195 per hour Danita Crombach Fiscal Specialist $195 per hour Andrew Green Statistical and Operational Analysis Specialist $170 per hour Eric Lind Report Project Administrator $125 per hour Chad Jackson Administrative Support $ 95 per hour Various Billing Schedule We will bill monthly for time, reimbursable expenses incurred at actual costs (travel), and a five percent (5%) administration charge in lieu of individual charges for copies, phone, etc. Our invoices are payable within thirty (30) days. Citygate’s billing terms are net thirty (30) days plus two percent (2%) for day thirty-one (31) and two percent (2%) per month thereafter. Our practice is to send both our monthly status report and invoice electronically. Once we are selected for this project, we will request the email for the appropriate recipients of the electronic documents. Hard copies of these documents will be provided only upon request. We prefer to receive payment via ACH Transfer, if available. We request that ten percent (10%) of the project cost be advanced at the execution of the contract, to be used to offset our start-up costs. This advance would be credited to our last invoice. * * * Citygate’s team of specialists would be honored to be of service to the City and its partners for this project. Please feel free to contact me at (916) 458-5100, extension 305, or via email at sgary@citygateassociates.com if you wish further information. Sincerely, Stewart Gary, MPA Public Safety Principal Attachment: A—Qualifications and References Packet Pg. 100 Item 10 ATTACHMENT A CITYGATE QUALIFICATIONS AND REFERENCES Packet Pg. 101 Item 10 Citygate Qualifications and References page 1 CITYGATE EXPERIENCE The following is a brief description of Citygate’s related public safety consulting experience. We provide project references, a description of several studies, and a list of other completed public safety engagements. For a more comprehensive list of Citygate’s public safety projects, please visit our website at www.citygateassociates.com. PROJECT REFERENCES The following are Citygate references for related engagements. City of San Diego, CA Project: Fire Communications Center, Standards of Coverage, Lifeguard Dispatch Review, and EMS SOC Brian Fennessy, Retired San Diego Fire Chief, Current Orange County Fire Authority Fire Chief (714) 559-2700 San Diego County Office of Emergency Services, CA Project: Countywide Deployment Study for Regional Fire, Rescue, and Emergency Medical Services (57 Total Fire Agencies) Andy Parr, San Diego County EMS Administrator (619) 285-6524 Stanford University, CA Project: Fire Services System Review Laura Wilson, Police Chief (650) 723-9633 Heartland Communications Facility Authority, CA Project: Dispatch Shared Services Analysis Andy Parr, San Diego County EMS Administrator (619) 285-6524 RELATED PROJECT DESCRIPTIONS The following is a small selection of previous related fire services engagements. City of San Luis Obispo, CA – Police Department Comprehensive Services Delivery and Staffing Review Citygate performed a comprehensive services delivery and staffing review of the San Luis Obispo Police Department. The study included a review of the adequacy of the existing deployment system, scheduling, and staffing. Citygate’s report included a detailed analysis of the response time, crime, and call data that drives the recommendations for staffing in Patrol, as well as an assessment of the staffing of the support functions in the Department. Packet Pg. 102 Item 10 Citygate Qualifications and References page 2 City of San Luis Obispo, CA – Fire Department Deployment Study and Master Plan Citygate performed a fire department planning study, which included a Standards of Coverage planning analysis to examine the levels of fire department services by occupancy type and land use classifications. The study included assessing fire services to California Polytechnic State University, San Luis Obispo. The study also included fire station and staffing infrastructure triggers for additional resources and an analysis of headquarters and prevention systems, as well as order of magnitude costs and possible financing strategies. City of San Luis Obispo, CA – Update to Standards of Coverage Plan Citygate completed a review of projected growth in the City of San Luis Obispo’s current General Plan and an assessment of fire service funding sources as part of a Standards of Coverage update. Citygate assessed the addition of a fifth fire station, or redistribution of the existing four stations, to serve new development in planned growth areas of the City. City of San Diego Fire-Rescue Department, CA – Fire Communications Center and Lifeguard Dispatch Review Citygate performed a fire dispatch merger feasibility study for the San Diego Fire-Rescue Department with the Heartland Communications Facility Authority and North County Dispatch Joint Powers Authority, along with a parallel feasibility study of merging lifeguard dispatch with San Diego Fire Dispatch. In this study, Citygate reviewed, assessed, and provided recommendations, both immediate and long-term, regarding both the fire communications center and the lifeguard communications center for adequacy to perform. Heartland Communications Facility Authority, CA – Dispatch Shared Services Analysis Citygate performed an analysis to assess the feasibility of shared dispatch services between the Heartland Communications Facility Authority and the San Diego County Fire Authority to identify alternatives to the status as autonomous agencies providing 9-1-1 and communications services to their members and contract agencies while preserving and/or improving performance, in addition to containing or reducing costs. As part of this study, Citygate reviewed the present status and needs of both Heartland and the North County Dispatch Joint Powers Authority and assessed the impacts on space needs of a combined operation. Lakeside Fire Protection District – Master Plan Analysis for the Heartland Communications Facility Authority Citygate assessed the future plans, options, and strategies to provide fire and emergency medical services despite the Heartland Communications Facility Authority JPA’s new capital improvement needs. Citygate advised the HCFA regarding the opportunities for the agency related to future facilities, infrastructure, and systems. Packet Pg. 103 Item 10 Citygate Qualifications and References page 3 Cities of Brea, Buena Park, Fullerton, La Habra, and Placentia, CA – Police Dispatch Merger Feasibility Study Citygate performed a dispatch study to evaluate opportunities for regional police, including evaluating opportunities for shared dispatching between two or more of the study partners that might achieve improvements in some or all the following: efficiency and effectiveness, enhancing or expanding services, reducing and/or avoiding costs and duplications, standardizing services and programs, enhancing opportunities for future grant funding, and enhancing customer service. Monterey County 9-1-1 Emergency Communications JPA – Comprehensive Fiscal Feasibility Analysis and Facilitation of the Development of a Joint Powers Authority Governance Agreement Citygate was selected to develop a comprehensive 10-year cost feasibility analysis comparing the current Monterey County 9-1-1 Emergency Communications Dispatch Services model to the proposed Joint Powers Authority (JPA) model, facilitate development of a JPA governance and cost-share structure among the prospective JPA partners, and draft the complete JPA agreement for stakeholder discussion. San Diego County Office of Emergency Services, CA – Countywide Deployment Study for Regional Fire, Rescue, and Emergency Medical Services (57 Total Fire Agencies) Citygate completed a project to implement a phased process designed to establish a blueprint for improving the County of San Diego’s regional fire protection and emergency medical system. The study assessed current levels of service, identified future needs, provided options for a regional governance structure, and developed cost-feasible proposals to improve the region’s ability to respond to natural or manmade disaster, including wildfires, earthquakes, terrorism, and other multi-hazard events; bolster day-to-day operations for local agencies; and enhance the delivery of fire and emergency medical services in the County. The study exceeded the County’s expectations and was very well received by the elected officials and stakeholders in May 2010. The County has since retained Citygate to provide ad hoc assistance with implementation of the study’s recommendations. More information on this study, including links to watch the final presentation, listen to a related radio interview with Stewart Gary, view study documents, and read local news articles, is available here: http://citygateassociates.com/Fire_San_Diego_County_Study.html. The Board of Supervisors voted 5–0 to adopt Citygate’s recommendations, and the County is now in the process of implementing the recommendations. City of Surprise, AZ – Public Safety Master Plan Citygate assisted the City of Surprise by developing a comprehensive Public Safety Master Plan that will enable the Police and Fire-Medical Departments to complete their organizational and Packet Pg. 104 Item 10 Citygate Qualifications and References page 4 programmatic goals while falling in line with the City of Surprise General Plan 2035 and City Council Strategic Plan. We developed an organizational strategy that serves as a blueprint for public safety’s 15-year goals, but also details specific three-year implementation steps. To accomplish these objectives, Citygate comprehensively assessed all facets of the current public safety operations, including mission, goals, policies, practices, deployment, facilities, equipment, programming, organizational structure, and staffing levels. Los Angeles County – Emergency Medical Services Organizational and Operational Review and Strategic Plan Citygate performed an expansive review of the organizational and operational components of the EMS program at the Los Angeles County Fire Department. A comprehensive strategic plan was also developed to guide the next three to six years of improvement in the Department’s EMS programs and allied support structures. This study and strategic plan addressed deployment, use of resources, best practices in pre-hospital medicine, organizational and personnel practices, and the use of information technology. Despite challenges faced, the Department is managing and implementing the delivery of successful programs and changes recommended in Citygate’s reports. Among those achievements, the Department hired a permanent Medical Director, improved relations with the EMS agency, implemented electronic patient care records, revamped the quality improvement program, completed back-logged EMS report scanning, and became the first Fire Department to go live with the implementation of the Safety Intelligence Risk Management Software tool. City of San Jose, CA – Fire Department Organizational Review Citygate conducted a large organizational review of the San Jose Fire Department. This review evaluated the delivery of Fire Department services, technological improvements as they relate to Department response time performance and increases in Department efficiencies in operations. To accomplish this, Citygate conducted a detailed community risk assessment; a Standards of Coverage (SOC) review; an evaluation of the Department’s organizational climate and structure, including an online employee survey; an EMS Program review; a review of the Communications Center; and an assessment of fiscal impacts, phasing, and possible next steps of changes recommended by Citygate. The SOC review included an analysis of the impact of traffic congestion on response times. City of San Diego, CA – Standards of Coverage Update Analysis Citygate performed a Standards of Coverage update analysis based on our 2010 study for the San Diego Fire-Rescue Department, including a comprehensive assessment of the Department’s deployment fact-pattern in light of changes over the prior six years. Packet Pg. 105 Item 10 Citygate Qualifications and References page 5 City of San Diego, CA – Standards of Coverage Study Citygate conducted a fire service Standards of Coverage deployment study for the San Diego Fire-Rescue Department, which serves a population over 1.25 million. The study broke new ground by determining the appropriate number of additional fire stations critically needed and then recommended Fast Response Squads staffed by two firefighters/paramedics for adaptive peak-hour deployment. The study independently reviewed in depth the existing fire and emergency medical risks to be protected and the current and desirable response system to meet these needs and recommended a best-fit solution to most effectively leverage the existing situation while allowing the development of an even-stronger regional response system to benefit everyone. Monterey County, CA – Comprehensive Services Delivery and Staffing Review of the Sheriff’s Department Citygate performed a comprehensive services delivery and staffing review of the Monterey County Sheriff’s Department. This study addressed all facets of field, command, and support operations, including, but not limited to: Enforcement Operations (patrol), Corrections Operations (jail), Administration, Investigations, Internal Affairs, professional standards, training, records, support services, civil services, coroner services, and other specialty services. City of Glendale, AZ – Comprehensive Public Safety Deployment and Performance Review of the Police and Fire Departments Citygate performed a comprehensive deployment and performance review for the Fire and Police Departments in Glendale, Arizona. This review included a Standards of Coverage and headquarters assessment for fire services, as well as a police services analysis and an advanced data overview for both Departments. Citygate also conducted a staffing analysis. Santa Barbara County, CA – Fire Services Deployment and Departmental Performance Audit Study Citygate completed a Standards of Coverage deployment analysis and departmental performance assessment of the Santa Barbara County Fire Department. The study identified both the current service level and level of services desired and then assessed the Department’s ability to provide them. After understanding gaps—if any—in operations and resources, Citygate provided recommendations to maximize and improve Department operations and resources over time. The study was well received by the Department, County Chief Executive, and the Board of Supervisors, who, after receiving the study, adopted a revised funding plan for the dependent fire district. Beverly Hills Fire Department, CA – Performance Audit and Strategic Plan Citygate conducted a general organizational Fire/EMS analysis of the City of Beverly Hills Fire Department and developed a strategic plan. The goal of the study was to assess the current Packet Pg. 106 Item 10 Citygate Qualifications and References page 6 emergency response services/operations of the Department, identify gaps in operations and resources, develop recommendations to maximize current Department operations and resources, and identify best practices that may be applicable for the City. The study results were warmly accepted by the Department, City Manager, and Council, who used the study for revised budget discussions. Sacramento Metropolitan Fire District, CA – Standards of Coverage Study and a Services Reduction (Brownout) Study The Fire/EMS Standards of Coverage study was commissioned to analyze the effectiveness of the current deployment system; evaluate the need for additional fire stations, apparatus, and crews; recommend criteria for the placement and timing of these stations; and develop the criteria for deployment reductions of three to five fire stations to meet the fiscal needs of the District’s declining revenues. The study exceeded all the District’s expectations and was very well received by the elected officials and stakeholders. The District adopted and implemented Citygate’s brownout service reduction plan. Since then, Citygate has been obtained by the District to perform multiple fire services studies. Chino Valley Independent Fire District, CA – Standards of Coverage Assessment and Master Plan Update Citygate conducted a Standards of Coverage assessment and Master Plan update for the Chino Valley Independent Fire District in San Bernardino County, California. This project included a comprehensive community risk assessment, Standards of Coverage analysis, fiscal and staffing analysis, and future needs assessment. Packet Pg. 107 Item 10 Citygate Qualifications and References page 7 CITYGATE CLIENT SUMMARY In additional to the related studies above, Citygate presents a listing of additional Master/Strategic Plans, SOC/deployment studies, consolidation projects, and general projects that we have completed. Master/Strategic Plans  City of Anacortes, WA  City of Andover, KS  Aptos/La Selva FPD, CA  City of Atwater, CA  City of Belmont, CA  City of Beverly Hills, CA  Butte County, CA  City of Carlsbad, CA  Clark County FPD No. 6, WA  City of Corona, CA  Cosumnes CSD, CA  City of Dixon, CA  City of DuPont, WA  East Contra Costa County FPD, CA  El Dorado Hills Fire District, CA  Fresno County, CA  Lakeside FPD, CA  Los Angeles Area Fire Chiefs Association, CA  Los Angeles County, CA  Madera County, CA  Monterey County, CA  Mountain House CSD, CA  City of Mukilteo, WA  City of Napa, CA  Napa County, CA  City of Newark, CA  City of Oakdale / Oakdale Rural FPD, CA  City of Oceanside, CA  City of Orange, CA  City of Peoria, AZ  Presidio Trust, CA  Port of Long Beach, CA  Port of Los Angeles, CA  Rock Creek Rural FPD, ID  Salida FPD, CA  Salton CSD, CA  City of San Luis Obispo, CA  City of Soledad, CA  City of Surprise, AZ  Travis County ESD #6, TX  Town of Windsor, CA  University of California, Davis  University of California, Merced  City of Yucaipa, CA Packet Pg. 108 Item 10 Citygate Qualifications and References page 8 Fire Standards of Coverage / Deployment Studies  City of Alameda, CA  Alameda County, CA  Alameda County Fire Department, CA  City of Bakersfield, CA  City of Brentwood, CA  City of Calexico, CA  City of Carlsbad, CA  Carpinteria-Summerland FPD, CA  Central FPD of Santa Cruz County, CA  Chino Valley Fire District, CA  City of Cleveland, OH  Coastside FPD, CA  City of Costa Mesa, CA  Cosumnes CSD, CA  City of Eagan, MN  East Contra Costa County FPD, CA  El Dorado Hills Fire District, CA  City of Emeryville, CA  City of Enid, OK  City of Eureka, CA  City of Fairfield, CA  City of Folsom, CA  City of Georgetown, TX  City of Huntington Beach, CA  Kings County, CA  Lakeside FPD, CA  Los Angeles County EMS, CA  Manhattan Beach, CA  Marin County, CA  Menlo Park FPD, CA  City of Merced, CA  City of Minneapolis, MN  Missouri City, TX  Montecito FPD, CA  City of Monterey Park, CA  National City, CA  North County FPD, CA  North Lake Tahoe FPD, NV  City of Oakland, CA  City of Ogden, UT  City of Orange, CA  City of Palm Springs, CA  City of Pasadena, CA  City of Pearland, TX  City of Redlands, CA  City of Roseville, CA  City of Sacramento, CA  Sacramento Metropolitan Fire District, CA  City of San Bernardino, CA  City of San Diego, CA  City of San Jose, CA  City of San Luis Obispo, CA  City of San Marcos, CA  City of San Mateo, CA  San Mateo County, CA  San Ramon Valley FPD, CA  Santa Barbara County, CA  City of Santa Clara, CA  Santa Clara County, CA  City of Seaside, CA  Snohomish County Fire District 1, WA  South County Fire Authority, CA  Southern Marin FPD, CA  South Placer FPD, CA  City of South San Francisco, CA  South San Mateo County, CA  South Santa Clara FPD, CA  Stanislaus Consolidated FPD, CA  City of Stockton, CA  Suisun City, CA  City of Sunnyvale, CA  Templeton CSD, CA  Travis County ESD No. 6, TX  City of Vacaville, CA  City of Vallejo, CA  Valley Center FPD, CA  City of Vancouver, WA  Ventura County FPD, CA  City of Victorville, CA  City of Vista, CA  City of Woodland, CA  Yuba City, CA Packet Pg. 109 Item 10 Citygate Qualifications and References page 9 Consolidations and Contract-for-Service Analyses  City of Arcata, CA – Fire Services Feasibility Analysis  Brea/Fullerton, CA – Feasibility Analysis for Providing Multi-City Fire Services under JPA Jurisdiction  Cities of Burlingame, Millbrae, and San Bruno and Town of Hillsborough, CA – Fire Services Merger Technical Implementation  City of Covina, CA – Contract-for-Service Analysis  El Dorado LAFCO (CA) – Countywide Fire and Emergency Services Study  City of Emeryville, CA – Assessment of Fire Service Provision Options  City of Eureka and Humboldt No. 1 Fire Protection District, CA – Consolidation or Contract Fire Services Feasibility Analysis  City of Greenfield and the Greenfield Fire Protection District, CA – Fire Services Reorganization Study  Heartland Communications Facility Authority, CA – Second Phase Merger Feasibility Study  City of Hermosa Beach, CA – Analysis of Contract for Fire Services Proposal  Cities of Hesperia, Adelanto, and Victorville and Town of Apple Valley, CA – Public Safety JPA Feasibility Study  Lawrence Livermore National Security – Fire Consulting Services  City of Lodi, CA – Contract for Services Feasibility Analysis  Cities of Manhattan Beach and Hermosa Beach, CA – Operational Assessment  Cities of Monterey, Pacific Grove, and Carmel, CA – High-Level Consolidation Feasibility Analysis  Cities of Newark and Union City, CA – Consolidation or ALCO Contract for Services Study  Cities of Orange, Fullerton, and Anaheim, CA – Consolidation Feasibility Analysis  Cities of Patterson and Newman, and West Stanislaus County FPD, CA – Joint Fire Protection Study  Placer County – Fire Service Consolidation Implementation Plan  Presidio Trust and National Park Service – Fire Services Reorganization  City of San Diego Fire-Rescue Department, CA – Ambulance Contract Analysis and System Re-Bid Design  San Diego County Office of Emergency Services (CA) – Countywide Deployment and Fiscal Study for Regional Fire, Rescue, and Emergency Medical Services (57 Total Fire Agencies)  Cities of San Mateo, Foster City, and Belmont, CA – JPA Workshop  City of Santa Rosa and Rincon FPD, CA – Fire Consolidation Analysis  City of Sausalito and Southern Marin FPD, CA – Fire Consolidation Implementation Analysis  Seaside and Marina Fire Services, CA – Consolidation Implementation Assistance  Snohomish County Fire District 1, WA – Review of Regional Fire Authority Financial and Level-of-Service Plan  City of Sonoma and Valley of the Moon FPD, CA – Fire Services Reorganization Study  City of South Lake Tahoe, CA – Fire Department Consolidation Feasibility Analysis  South Santa Clara County Area Fire Departments, CA – Reorganization Feasibility Study  UC Davis and Cities of Davis, West Sacramento, and Woodland, CA – Consolidation Feasibility Analysis  UC Santa Cruz and City of Santa Cruz, CA – Consolidation Feasibility Analysis  City of Ukiah and Ukiah Valley Fire District, CA – Feasibility of Establishing a “District Overlay”  City of Victorville, CA – Fire Services Options Review Packet Pg. 110 Item 10 Citygate Qualifications and References page 10  City of Pinole, CA – Regional Fire Service Delivery Study  Cities of Pismo Beach, Arroyo Grande, and Grover Beach and Oceano CSD, CA – High -Level Consolidation Feasibility Analysis  Yuba City, CA – Fire Services Organizational Review  Yuba County Valley Floor Agencies, CA – Fire Services Merger Study Packet Pg. 111 Item 10 Citygate Qualifications and References page 11 General Studies  Alameda County Health Care Services Agency – EMS System Consultation Services  Alameda County, CA – Incident Management Teams  City of Albany, NY – Management Audit  City of Alpine Springs, CA – Services Cost Sharing  City of Atascadero, CA – Project Impact and Mitigation Assessment  Bay Area UASI – Incident Management Training  Cities of Brea and Fullerton, CA – Fire Resource and Ambulance Plan  City of Brentwood, CA – Service Costs and Options  City of Calistoga, CA – Fire Safety Review  Chabot-Las Positas Community College District, CA – Fire Services and EMS Training Facility Review  City of Chula Vista, CA – Analysis of Overtime Use; Fiscal and Operational Policy Assistance for ALS Plan  City of Cloverdale, CA – Impact Fees  Contra Costa County, CA – Financial Review  City of Copperopolis, CA – Fire Prevention  City of Corona, CA – Fire Prevention  City of Costa Mesa, CA – Potential Fire Station #6 Closure Impact Evaluation  City of Davis, CA – Operations / Management  Donnelly Rural Fire Protection District, ID – Mitigation  East Contra Costa Fire Protection District, CA – Mapping Analysis  City of El Dorado Hills, CA – Peer Review  City of Encinitas, CA – Fire Station Review  EMSA – Training Program Development  City of Fairfield, CA – Review of the Fire Station Needs for the Fairfield Train Station Specific Plan  City of Fremont, CA – Response Statistics; Comprehensive Multi-Discipline Type 3 IMT Training Program  Northstar, CA – Fire Impacts and Growth Review  City of Paso Robles – Fire Services Review and City Council Workshop  City of Patterson, CA – Advance Planning  PG&E – Mitigation  City of Piedmont, CA – Emergency Operations Center Training  Placer County, CA – Fire Services and Revenue Assessment  PlumpJack Squaw Valley Inn, CA – Emergency Preparedness and Evacuation Plan Review  City of Portland, OR – Public Information Officer Training  Port of Long Beach, CA – Mitigation  Port of Long Beach, CA – Update of Port Multi-Hazard Firefighting Study  Port of Los Angeles, CA – Performance Audit  Port of Oakland/City of Oakland – Domain Awareness Center Staffing Plan Development  City of Poway, CA – Overtime Audit  Rancho Cucamonga Fire District, CA – Fire Services Feasibility Review  Rancho Santa Fe Fire Protection District, CA – EMS Operational and Fiscal Feasibility Review  City of Roseville, CA – EMS Transport  City of Sacramento, CA – Fire Prevention Best Practices  Sacramento Metropolitan Airport, CA – Aircraft Rescue and Firefighting Study  Sacramento Regional Fire/EMS Communications Center, CA – EMS Data Assessment  City of Salinas – Comprehensive Fiscal Feasibility Analysis and Facilitation of the Development of a JPA Governance Agreement  Salton CSD, CA – Fire Services Impacts Review  City of San Bernardino – Evaluation of City Fire Service Proposals Packet Pg. 112 Item 10 Citygate Qualifications and References page 12  City of Glendale, AZ – Public Safety Audit  City of Goodyear, AZ – Fire Department Management Audit  Hamilton City Fire Protection District, CA – Preliminary Diagnostic Assessment  City of Hemet, CA – Costing and Peer Review for Fire Service Alternatives  City of Hermosa Beach, CA – Analysis of Los Angeles County Fire District’s Contract for Fire Services Proposals  City of Hesperia, CA – Cost Estimate for Hesperia-Provided Fire Services  Kelseyville Fire Protection District, CA – Executive Search  Kings County, CA – High-Speed Rail Project Impact Analysis  Kitsap Public Health District, WA – Emergency Response Plan Review Services  City of Loma Linda, CA – Cost of Services  Los Angeles County, CA – Fire Services Impact Review  Madera County, CA – Fire Station Siting Analysis  City of Manhattan Beach – Evaluation of Site Options for Fire Station 2  Maui County, HI – Fire Audit  Menlo Park Fire Protection District – Site Assessments for Fire Stations 3, 4, and 5  City of Millbrae, CA – Fire and Police Service Impacts for Millbrae Station Area Plan  City of Mill Valley, CA – Fire and Emergency Medical Services Study  City of Milpitas, CA – Fire Services Planning Assistance  Monterey County, CA – EMS Agency Ambulance Systems Issues Review and Analysis  Monterey County, CA – EMS Communications Plan  Monterey County, CA – Office of Emergency Services Tabletop Exercise for Elkhorn Slough  City of Napa, CA – Mitigation  Newark-Union City, CA – Fire Services Alternatives  City of San Diego Fire-Rescue Department, CA – Emergency Command and Data Center Staffing Study  City of San Diego Fire-Rescue Department, CA – Fire Communications Center and Lifeguard Dispatch Review  City and County of San Francisco, CA – Incident Management Training  San Jose, CA – Fire Department Organizational Review  San Mateo County, CA – Countywide Fire Service Deployment Measurement System  City of Santa Barbara, CA (Airport) – Aircraft Rescue and Firefighting Study  Santa Clara County, CA – Incident Management Training  Santa Cruz County, CA – Incident Management Training  Town of Scotia Company, LLC – Board Training Workshop  Snohomish County Fire District 1 – Peak Hour Ambulance Use Study  Sonoma LAFCO, CA – Municipal Services Review  Southern Marin Emergency Medical Paramedic Services, CA – EMS Resources Deployment Analysis  South Monterey County Fire Protection District, CA – Needs Assessment  City of South San Francisco, CA – Provision of Station Deployment Coverage GIS Maps  Squaw Valley, CA – Assessment of Project Impacts  Stanford University, CA – Fire Services System Review Consulting Services  Tracy Rural Fire Protection District, CA – Fire Analysis  City of West Sacramento, CA – Impact Fees Study  Wheatland Fire Authority, CA – Operational Feasibility Review  City of Woodland, CA – Fire Station Location Peer Review  Yolo LAFCO, CA – Combined MSR/SOI Study  City of Yorba Linda, CA – Emergency Operations Center Training Packet Pg. 113 Item 10 Citygate Qualifications and References page 13  City of North Lake Tahoe, CA – Management Team Workshop  Yuba County, CA – Comprehensive Services Delivery and Staffing Review Packet Pg. 114 Item 10 City of San Luis Obispo Sole Source Justification Form Citygate Associates, LLC It is the policy of the City of San Luis Obispo to solicit quotations or bids for purchases of commodities or services for specified dollar amounts and to select vendors on a competitive basis (See City of San Luis Obispo Financial Management Manual, Section 201, Exhibit 201-B). Pursuant to San Luis Obispo Municipal Code Chapter 3.24.060, certain acquisitions in which the products or services may only be obtained from a single source may be purchased without engaging in bidding procedures. Such Sole Source acquisitions must be justified in sufficient detail to explain the basis for suspending the usual competitive procurement process and approved by the approving authority before such a purchase is made. 1. What product or service is being requested? Why is it necessary? The Police Department is requesting to purchase consulting services from Citygate Associates, LLC (Citygate) to conduct a feasibility study for a regional dispatch consolidation. The Cities of Atascadero, Paso Robles, and Cal Poly University Police have all shown interest in forming a Joint Powers Authority (JPA) with the City of San Luis Obispo to accomplish the consolidation of dispatch services. Currently, a scope of work for a feasibility study (Attachment 1) has been drafted. With positive feedback regarding the feasibility study scope of work, the Police Department feels confident to move forward and contract with Citygate Associates, LCC to determine if a JPA for a regional dispatch consolidation is feasible. This service is necessary because it will provide the cities involved an objective recommendation as to whether forming a JPA for a regional dispatch consolidation is feasible. This is an important step in determining the best way to move forward with dispatch services within the City of San Luis Obispo as well as working in-line with the City’s Fiscal Health Response Plan to potentially cut costs while still offering a high-level of emergency services to our community members. 2. Is this “brand” of product or services offered the only one that meets the City’s requirements? If yes, what is unique about the product/services? One of the department’s requirements for contracting with a consultant for a dispatch consolidation feasibility study was for the consultant to have the capacity to conduct such a large feasibility study as well as having extensive knowledge of the City’s operations and policies. Due to Citygate’s extensive knowledge and background working with the City of San Luis Obispo, Citygate is the preferred and unique consultant due to their expertise in this specific area. Citygate has worked with the City numerous times, including: performing the 2009 Fire Services Master Plan, the 2015 update to the fire-based emergency response portion in the City’s 2009 Fire Services Master Plan, and working with the Police Department on our staffing and workload study. Their knowledge of our City operations, processes, and policies makes them the preferred vendor to complete a feasibility study that will require immense communication, data and staffing analysis. Packet Pg. 115 Item 10 City of San Luis Obispo Sole Source Justification Form 3. Is the product or service proprietary or is it available from various dealers? Have you verified this? Citygate is not a proprietary vendor of providing consulting services for a regional dispatch consolidation feasibility study. Other vendors include Dhillon Associates, who were commissioned to complete a dispatch consolidation feasibility study by the City of Arroyo Grande in 2009. Although they have completed similar work in the past for our regional partners, it is unadvised to contract with them due to their limited knowledge regarding our scope of work. Over the past few months the department has sent our scope of work to two different consultants to receive feedback. Citygate was the only consultant who provided a detailed and phased approach to accomplishing the feasibility study. 4. Have other products/vendors been considered? If yes, which products/vendors have been considered and how did they fail to meet the City’s requirements? As mentioned above, the department did reach out to another consultant group, Belcher, Ehle, Medina, and Associates (BEMA) for their response regarding out scope of work. They were heavily involved in the Santa Clara County Fire consolidated communications with San Jose Fire, Mountain View Fire, and Palo Alto Fire. In their response to our scope of work, they provided feedback that they believed the document was very comprehensive but that they did not have the capacity to complete a project of this size and scope. Because of this, they failed to meet the requirement of the project. 5. Is the purchase an upgrade or addition to an existing system or brand of products adopted citywide? If so, will purchase of this product avoid other costs as opposed to purchasing another product or service (e.g., additional training required; data conversion; implementation of a new system; etc.)? I don’t believe this question is pertinent. 6. Is this a request for services by a contractor with necessary, unique and critical knowledge of established City systems or programs? If so, will using the contractor’s services avoid other costs (e.g.: significant staff time in compiling information, data transfers, etc.)? Yes. The consulting group, Citygate Associates, LLC. has extensive knowledge of City practices and policies that have been amplified by working with the City of San Luis Obispo in the past multiple times. Using the Citygate is the only feasible option for moving forward with a dispatch consolidation feasibility study because neither the department nor the other Cities involved have the capacity or knowledge to effectively complete a comprehensive and objective recommendation for forming a JPA between the Cities involved. Packet Pg. 116 Item 10 City of San Luis Obispo Sole Source Justification Form 7. What is the quoted price for the product or services and is it reasonable (based on other products or services in the same field or based on historical pricing for the City for similar products or services)? The quoted price for the consulting fees and project team is $126,586. The current strategy for paying for the study would be to have the City of San Luis Obispo pay the entire study cost upfront, after signing an MOU (Attachment 2) with the other agencies involved outlining a re-payment process. The re-payment process would be similar to that of the regional effort to pay for the Diablo Canyon EIA/FIA and the Regional Economic Strategy. For the Diablo Canyon EIA/FIA the City of San Luis Obispo paid the costs upfront and had the regional partners repay the City. The cost to the City of San Luis Obispo is estimated to be $46,457.66. This amount is consistent with previous consulting services such as the $58,192 the Fire Department spent to execute a Consultant Services Agreement with Citygate Associates, LLC for analysis of fire-based emergency services. The costs for the dispatch consolidation feasibility study have been listed below: Approved: _____Daniel Clancy /s/_____________ ___1/16/2019_____________ Dan Clancy Date Purchasing Analyst Packet Pg. 117 Item 10 MEMORANDUM OF UNDERSTANDING FOR THE ALLOCATION OF COSTS RELATED TO THE FUNDING OF A FEASIBILITY STUDY, BY AND BETWEEN THE CITY OF ATASCADERO, CITY OF PASO ROBLES, CITY OF SAN LUIS OBISPO, AND BOARD OF TRUSTEES OF THE CALIFORNIA STATE UNIVERSITY ON BEHALF OF CALIFORNIA POLYTECHNIC STATE UNIVERSITY, SAN LUIS OBISPO THIS MEMORANDUM OF UNDERSTANDING (“MOU”), is made and entered into as of this ___ day of ____ (the “Effective Date”), by, and between the CITY OF ATASCADERO, CITY OF EL PASO DE ROBLES, AND THE CITY OF SAN LUIS OBISPO (each, a “City” and collectively, the “Cities,”), and the BOARD OF TRUSTEES OF THE CALIFORNIA STATE UNIVERSITY ON BEHALF OF CALIFORNIA POLYTECHNIC STATE UNIVERSITY, SAN LUIS OBISPO (the “Cal Poly”), together “Parties”, or individually “Party”. RECITALS A. Across the country, jurisdictions have considered consolidating services to realize greater efficiency and cost effectiveness, economies of scale, and in the case of emergency dispatch, to provide a higher level of inter-agency coordination and service. Entities expect better service in terms of faster response times and fewer errors due to standardized call handling and dispatch protocols. Consolidation contributes to improved service levels through enhanced coordination and interoperability, better training and certification opportunities for dispatchers, and improved and consistent communications equipment and technology. B. Due to many of the potential benefits and concurrent with many jurisdictions across the count ry, the Parties are interested in the exploring the possibility of consolidating their respective dispatch centers into one consolidated regional communications center. C. To begin assessing the possibility of consolidating their respective dispatch centers, the Parties agree that a feasibility study must be conducted to analyze the opportunities and constraints that would impact or impede the successful consolidation of dispatch communications (the “Feasibility Study”). D. The Parties acknowledge that a collaborative approach to conducting a Feasibility Study to analyze dispatch consolidation will provide the most cost effective and comprehensive plan possible. E. The City of San Luis Obispo has previously worked with Citygat e Associates, LLC (“Citygate”) for numerous workload and staffing studies as well as coverage and masterplans and has found their work to be exceptional. Citygate has prepared a scope of work and proposal to prepare the Feasibility Study which was sent to all Parties. F. The Parties enter into this MOU to memorialize their support, participation and corresponding obligations with regards to the approach and minimum amounts of financial support each Party’s jurisdiction should provide towards the funding o f Phase I of the Citygate Proposal. Packet Pg. 118 Item 10 NOW, THEREFORE, the Parties agree as follows: 1. Recitals. The above Recitals are true and correct and are incorporated herein by this reference. 2. The Parties support the shared cost model shown in the Citygate Proposal. In the model, the costs of the overall Feasibility Study are allocated using each of the Parties calls for service. The Parties agree to split any additional costs borne, per the cost model in the Citygate Proposal. Citygate will bill the City of San Luis Obispo on a monthly basis; the Parties agree to pay the City of San Luis Obispo their monthly share of costs (based on the cost percentage allocation below) within 14 days of billing received from the City of San Luis Obispo . Agency Cost Allocation Percentage Cal Poly 10% City of Atascadero 21.3% City of El Paso de Robles 32% City of San Luis Obispo 36.7% 3. A Feasibility Study Steering Committee comprised of the San Luis Obispo Police Chief and any other public safety officers assigned by the Parties shall work collaboratively to provide data to Citygate and review and provide comments on draft analyses and recommendations. The Parties agree to commit the necessary staff time to assist the lead agency and Citygate performing the Feasibility Study and agree to work collaboratively. 4. The Parties agree that nothing in this MOU will prohibit a Party from contributing more funding toward the completion of the Feasibility Study or support efforts to do so. 5. The Parties agree that nothing in this MOU obligates a Party to proceed with consolidating their police and/or fire dispatch centers or creating a regional communications center . 6. Any Party may terminate this MOU at any time by sending thirty days written notice to all other Parties. The terminating Party shall pay for all fees incurred up to the point of ter mination. In the event a Party terminates this MOU, the other Parties may continue with this Agreement. IN WITNESS WHEREOF, by their execution below, the Parties agree to support and advocate for the methodology and approach stated herein. Dated: _____________ __________________________________ CITY OF ATASCADERO By:___________________________________ Title:_________________________________ Dated: _____________ __________________________________ CITY OF EL PASO DE ROBLES By:____________________________________ Title:__________________________________ Packet Pg. 119 Item 10 Dated: _____________ __________________________________ CITY OF SAN LUIS OBISPO By:______________________________________ Title:_____________________________________ Dated: _____________ ____________________________________ BOARD OF TRUSTEES OF THE CALIFORNIA STATE UNIVERSITY By:____________________________________ Title:__________________________________ Exhibit A Agency JPA Cost Share Call Volume Atascadero 21.30% Paso Robles 32% San Luis Obispo 36.70% Cal Poly PD 10% Totals 100% Using the table above, it is estimated that each agency will be responsible for the following costs related to Phase I of the Feasibility Study, total cost $126,586: Atascadero - $26,962.82 Paso Robles - $40,507.52 San Luis Obispo - $46,457.66 Cal Poly PD - $12,658 Packet Pg. 120 Item 10