CONTRACT 7443 Professional Services AgreementAgreement No. 7443
a
PROFESSIONAL SERVICES AGREEMENT
BETWEEN
THE CITY OF EL SEGUNDO AND
MATRIX CONSULTING GROUP, LTD.
This AGREEMENT is entered into this 21 day of October, 2025, by and between
the CITY OF EL SEGUNDO, a municipal corporation and general law city ("CITY") and
Matrix Consulting Group, LTD., a California Corporation ("CONSULTANT").
1. CONSIDERATION,.
A. As partial consideration, CONSULTANT agrees to perform the work listed
in the SCOPE OF SERVICES, below;
B. As additional consideration, CONSULTANT and CITY agree to abide by the
terms and conditions contained in this Agreement;
C. As additional consideration, CITY agrees to pay CONSULTANT a sum not
to exceed $134,800 for CONSULTANT's services. CITY may modify this
amount as set forth below. Unless otherwise specified by written
amendment to this Agreement, CITY will pay this sum as specified in the
attached Exhibit 'A" which is incorporated by reference.
2. SCOPE OF SERVICES.
A. CONSULTANT will perform services listed in the attached Exhibit "A," which
is incorporated by reference.
B. CONSULTANT will, in a professional manner, furnish all of the labor,
technical, administrative, professional and other personnel, all supplies and
materials, equipment, printing, vehicles, transportation, office space and
facilities, and all tests, testing and analyses, calculation, and all other means
whatsoever, except as herein otherwise expressly specified to be furnished
by CITY, necessary or proper to perform and complete the work and provide
the professional services required of CONSULTANT by this Agreement.
3. PERFORMANCE STANDARDS. While performing this Agreement, CONSULTANT
will use the appropriate generally accepted professional standards of practice existing at
the time of performance utilized by persons engaged in providing similar services. CITY
will continuously monitor CONSULTANT's services. CITY will notify CONSULTANT of
any deficiencies and CONSULTANT will have fifteen (15) days after such notification to
cure any shortcomings to CITY's satisfaction. Costs associated with curing the
deficiencies will be borne by CONSULTANT".
-1-
Agreement No. 7443
4. PAYMENTS. For CITY to pay CONSULTANT as specified by this Agreement,
CONSULTANT must submit a detailed invoice to CITY which lists the hours worked and
hourly rates for each personnel category and reimbursable costs (all as set forth in
Exhibit "A") the tasks performed, the percentage of the task completed during the billing
period, the cumulative percentage completed for each task, the total cost of that work
during the preceding billing month and a cumulative cash flow curve showing projected
and actual expenditures versus time to date.
5. NON -APPROPRIATION OF FUNDS. Payments due and payable to CONSULTANT
for current services are within the current budget and within an available, unexhausted
and unencumbered appropriation of the CITY. In the event the CITY has not
appropriated sufficient funds for payment of CONSULTANT services beyond the current
fiscal year, this Agreement will cover only those costs incurred up to the conclusion of
the current fiscal year.
6. FAMILIARITY WITH WORK,.
A. By executing this Agreement, CONSULTANT agrees that it has:
Carefully investigated and considered the scope of services to be
performed;
Carefully considered how the services should be performed; and
iii. Understands the facilities, difficulties, and restrictions attending
performance of the services under this Agreement.
B. If services involve work upon any site, CONSULTANT agrees that
CONSULTANT has or will investigate the site and is or will be fully
acquainted with the conditions there existing, before commencing the
services hereunder. Should CONSULTANT discover any latent or unknown
conditions that may materially affect the performance of the services,
CONSULTANT will immediately inform CITY of such fact and will not
proceed except at CONSULTANT's own risk until written instructions are
received from CITY.
7. TERM. The term of this Agreement will be from October 21, 2025, to dune 30 2026.
Unless otherwise determined by written amendment between the parties, this Agreement
will terminate in the following instances:
A. Completion of the work specified in Exhibit "A";
B. Termination as stated in Section 15.
8. TIME FOR PERFORMANCE.
-2-
Agreement No. 7443
A. CONSULTANT will not perform any work under this Agreement until:
CONSULTANT furnishes proof of insurance as required under
Section 22 of this Agreement; and
CITY gives CONSULTANT a written notice to proceed.
B. Should CONSULTANT begin work on any phase in advance of receiving
written authorization to proceed, any such professional services are at
CONSULTANT's own risk.
9. TIME EXTENSIONS. Should CONSULTANT be delayed by causes beyond
CONSULTANT's control, CITY may grant a time extension for the completion of the
contracted services. If delay occurs, CONSULTANT must notify the Manager within
forty-eight hours (48 hours), in writing, of the cause and the extent of the delay and how
such delay interferes with the Agreement's schedule. The Manager will extend the
completion time, when appropriate, for the completion of the contracted services.
10. CONSISTENCY. In interpreting this Agreement and resolving any ambiguities, the
main body of this Agreement takes precedence over the attached Exhibits; this
Agreement supersedes any conflicting provisions. Any inconsistency between the
Exhibits will be resolved in the order in which the Exhibits appear below:
A. Exhibit A: Scope of Work
11. CHANGES. CITY may order changes in the services within the general scope of this
Agreement, consisting of additions, deletions, or other revisions, and the contract sum
and the contract time will be adjusted accordingly. All such changes must be authorized
in writing, executed by CONSULTANT and CITY. The cost or credit to CITY resulting
from changes in the services will be determined in accordance with written agreement
between the parties.
12.TAXPAYER IDENTIFICATION NUMBER. CONSULTANT will provide CITY with a
Taxpayer Identification Number.
13. PERMITS AND LICENSES. CONSULTANT, at its sole expense, will obtain and
maintain during the term of this Agreement, all necessary permits, licenses, and
certificates that may be required in connection with the performance of services under
this Agreement.
14. WAIVER. CITY's review or acceptance of, or payment for, work product prepared by
CONSULTANT under this Agreement will not be construed to operate as a waiver of any
rights CITY may have under this Agreement or of any cause of action arising from
CONSULTANT's performance. A waiver by CITY of any breach of any term, covenant,
-3-
Agreement No. 7443
or condition contained in this Agreement will not be deemed to be a waiver of any
subsequent breach of the same or any other term, covenant, or condition contained in
this Agreement, whether of the same or different character.
15. TERMINATION.
A. Except as. otherwise provided, CITY may terminate this Agreement at any
time with or without cause.
B. CONSULTANT may terminate this Agreement at any time with CITY's
mutual consent. Notice will be in writing at least thirty (30) days before the
effective termination date.
C, Upon receiving a termination notice, CONSULTANT will immediately
cease performance under this Agreement unless otherwise provided in the
termination notice. Except as otherwise provided in the termination notice,
any additional work performed by CONSULTANT after receiving a
termination notice will be performed at CONSULTANT's own cost; CITY
will not be obligated to compensate CONSULTANT for such work.
D. Should termination occur, all finished or unfinished documents, data,
studies, surveys, drawings, maps, reports and other materials prepared by
CONSULTANT will, at CITY's option, become CITY's property, and
CONSULTANT will receive just and equitable compensation for any work
satisfactorily completed up to the effective date of notice of termination, not
to exceed the total costs under Section 1(C).
E. Should the Agreement be terminated pursuant to this Section, CITY may
procure on its own terms services similar to those terminated.
F. By executing this document, CONSULTANT waives any and all claims for
damages that might otherwise arise from CITY's termination under this
Section.
16.OWNERSHIP OF DOCUMENTS. All documents, data, studies, drawings, maps,
models, photographs and reports prepared by CONSULTANT under this Agreement are
CITY's property. CONSULTANT may retain copies of said documents and materials as
desired, but will deliver all original materials to CITY upon CITY's written notice. CITY
agrees that use of CONSULTANT's completed work product, for purposes other than
identified in this Agreement, or use of incomplete work product, is at CITY's own risk.
17. PUBLICATION OF DOCUMENTS. Except as necessary for performance of service
under this Agreement, no copies, sketches, or graphs of materials, including graphic art
work, prepared pursuant to this Agreement, will be released by CONSULTANT to any
other person or public CITY without CITY's prior written approval. All press releases,
including graphic display information to be published in newspapers or magazines, will
I"
Agreement No. 7443
be approved and distributed solely by CITY, unless otherwise provided by written
agreement between the parties.
18.INDEMNIFICATION.
A. CONSULTANT agrees to the following:
L Indemnification for Professional Services. CONSULTANT will
save harmless and indemnify and at CITY's request reimburse
defense costs for CITY and all its officers, volunteers,
employees and representatives from and against any and all
suits, actions, or claims, of any character whatever, brought for,
or on account of, any injuries or damages sustained by any
person or property resulting or arising from any negligent or
wrongful act, error or omission by CONSULTANT or any of
CONSULTANT's officers, agents, employees, or
representatives, in the performance of this Agreement.
ii. Indemnification for other Damages. CONSULTANT indemnifies
and holds CITY harmless from and against any claim, action,
damages, costs (including, without limitation, attorney's fees),
injuries, or liability, arising out of this Agreement, or its
performance. Should CITY be named in any suit, or should any
claim be brought against it by suit or otherwise, whether the
same be groundless or not, arising out of this Agreement, or its
performance, CONSULTANT will defend CITY (at CITY's request
and with counsel satisfactory to CITY) and will indemnify CITY
for any judgment rendered against it or any sums paid out in
settlement or otherwise.
B. For purposes of this section "CITY" includes CITY's officers, officials,
employees, agents, representatives, and certified volunteers.
C. It is expressly understood and agreed that the foregoing provisions will
survive termination of this Agreement.
D. The requirements as to the types and limits of insurance coverage to be
maintained by CONSULTANT as required by Section 222, and any approval
of said insurance by CITY, are not intended to and will not in any manner
limit or qualify the liabilities and obligations otherwise assumed by
CONSULTANT pursuant to this Agreement, including, without limitation, to
the provisions concerning indemnification.
19.ASSIGNABILITY. This Agreement is for CONSULTANT's professional services.
CONSULTANT's attempts to assign the benefits or burdens of this Agreement without
CITY's written approval are prohibited and will be null and void.
-5-
Agreement No. 7443
20.INDEPENDENT CONTRACTOR. CITY and CONSULTANT agree that
CONSULTANT will act as an independent contractor and will have control of all work and
the manner in which is it performed. CONSULTANT will be free to contract for similar
service to be performed for other employers while under contract with CITY.
CONSULTANT is not an agent or employee of CITY and is not entitled to participate in
any pension plan, insurance, bonus or similar benefits CITY provides for its employees.
Any provision in this Agreement that may appear to give CITY the right to direct
CONSULTANT as to the details of doing the work or to exercise a measure of control
over the work means that CONSULTANT will follow the direction of the CITY as to end
results of the work only.
21.AUDIT OF RECORDS. CONSULTANT will maintain full and accurate records with
respect to all services and matters covered under this Agreement. CITY will have free
access at all reasonable times to such records, and the right to examine and audit the
same and to make transcript therefrom, and to inspect all program data, documents,
proceedings and activities. CONSULTANT will retain such financial and program service
records for at least three (3) years after termination or final payment under this
Agreement.
22.INSURANCE.
A. Before commencing performance under this Agreement, and at all other
times this Agreement is effective, CONSULTANT will procure and
maintain the following types of insurance with coverage limits complying,
at a minimum, with the limits set forth below:
Commercial general liability:
Professional Liability
Business automobile liability
Workers compensation
Limits
$2,000,000
$2,000,000
$1,000,000
Statutory requirement
B. Commercial general liability ("CGL") insurance must meet or exceed the
requirements of ISO-CGL Form No. CG 00 01 0413, or equivalent, covering
CGL on an "occurrence" basis, including property damage, bodily injury and
personal & advertising injury with limits no less than $1,000,000 per
occurrence. If a general aggregate limit applies, either the general
aggregate limit shall apply separately to this project/location (ISO CG 25 03
or 25 04) or the general aggregate limit shall be twice the required
occurrence limit.
0
Agreement No. 7443
C. Professional liability coverage will be on an "occurrence basis" if such
coverage is available, or on a "claims made" basis if not available. When
coverage is provided on a "claims made basis," CONSULTANT will continue
to renew the insurance for a period of three (3) years after this Agreement
expires or is terminated. Such insurance will have the same coverage and
limits as the policy that was in effect during the term of this Agreement, and
will cover CONSULTANT for all claims made by CITY arising out of any
errors or omissions of CONSULTANT, or its officers, employees or agents
during the time this Agreement was in effect.
D. For automobiles, the insurance must meet or exceed the requirements of
Insurance Services Office Form Number CA 0001 covering Code 1 (any
auto), or, if CONSULTANT provides proof of a personal automobile policy,
such personal policy must include and indicate business venture coverage
with limits no less than $1,000,000 per accident for bodily injury and
property damage. If CONSULTANT has no owned autos, Code 8 (hired)
and 9 (non -owned), with limits no less than $1,000,000 per accident for
bodily injury, and property damage must be included in coverage. If
CONSULTANT does not use an auto for any component of this
Agreement's performance, then CONSULTANT must sign and submit the
form attached as Exhibit "B" to CITY before carrying out work under this
Agreement.
E. The amount of insurance set forth above will be a combined single limit per
occurrence for bodily injury, personal injury, and property damage for the
policy coverage. Liability policies will be endorsed to name CITY, its
officials, and employees as "additional insureds" under said insurance
coverage and to state that such insurance will be deemed "primary" such
that any other insurance that may be carried by CITY will be excess thereto.
CITY's additional insured status will apply with respect to liability and
defense of suits arising out of CONSULTANT's acts or omissions. Such
insurance will be on an "occurrence," not a "claims made," basis and will not
be cancelable or subject to reduction except upon thirty (30) days prior
written notice to CITY, and the notice must include any necessary
endorsement to facilitate such notice to CITY.
F. CONSULTANT will furnish to CITY valid Certificates of Insurance
evidencing maintenance of the insurance required under this Agreement, a
copy of an Additional Insured endorsement confirming CITY has been given
Additional Insured status under the CONSULTANT's General Liability
policy, and such other evidence of insurance or copies of policies as may
be reasonably required by CITY from time to time. Insurance must be
placed with insurers with a current A.M. Best Company Rating equivalent
to at least a Rating of "A:VII."
G. Required insurance endorsement language is as follows:
-7-
Agreement No. 7443
Additional Insured Endorsement with this language: "The City of El
Segundo, its elected and appointed officials, employees, and
volunteers as additional insureds."
ii. Cancellation Endorsement with this language: "The City of El
Segundo will receive thirty (30) days written notice in the event of
cancellation, nonrenewed or reduction."
M. Primary and Non -Contributory Endorsement with this language:
"Coverage is primary and non-contributory such that any other
insurance that may be carried by the City will be excess thereto."
H. Should CONSULTANT, for any reason, fail to obtain and maintain the
insurance required by this Agreement, CITY may obtain such coverage at
CONSULTANT's expense and deduct the cost of such insurance from
payments due to CONSULTANT under this Agreement or terminate
pursuant to Section 15.
23. USE OF SUBCONTRACTORS. CONSULTANT must obtain CITY's prior written
approval to use any consultants while performing any portion of this Agreement. Such
approval must approve of the proposed consultant and the terms of compensation.
24.INCIDENTAL TASKS. CONSULTANT will meet with CITY monthly to provide the
status on the project, which will include a schedule update and a short narrative
description of progress during the past month for each major task, a description of the
work remaining and a description of the work to be done before the next schedule update.
25. NOTICES. All communications to either party by the other party will be deemed made
when received by such party at its respective name and address as follows:
If to CONSULTANT:
Attention: Alan Pennington
Matrix Consulting Group, LTD
1875 S. Grant Street
Suite 960
650-858-0507
aDen nin aton matrixc .net
If to CITY:
Attention: Michael Allen
City of El Segundo
350 Main Street
El Segundo, CA 90245
310-524-2345
mallen:@else.gundo.org
Any such written communications by mail will be conclusively deemed to have been
received by the addressee upon deposit thereof in the United States Mail, postage
prepaid and properly addressed as noted above. In all other instances, notices will be
deemed given at the time of actual delivery. Changes may be made in the names or
10
Agreement No. 7443
addresses of persons to whom notices are to be given by giving notice in the manner
prescribed in this paragraph.
26. PROHIBITED USE OF ARTIFICIAL INTELLIGENCE.
A. Restriction on Artificial Intelligence Usage. CONSULTANT must not utilize,
employ, or incorporate any form artificial intelligence, machine learning, or
other similar technologies (collectively, "Al") in the provision of professional
services in this Agreement without CITY's express written consent.
B. Exclusions. The Al prohibition set forth directly above will not apply to
general business tools and software that may have Al components but are
not directly involved in the execution or delivery of professional services that
this Agreement covers, provided that such tools and software do not
significantly impact the quality or nature of such services.
C. Notification. CONSULTANT must promptly notify CITY, in writing, of any
proposal to employ Al in connection its provision of services to the CITY
under this Agreement. CITY will have the sole discretion to grant or deny
such proposal.
27. CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest
laws and regulations including, without limitation, CITY's conflict of interest regulations.
28. BACKGROUND CHECK; FINGERPRINTING; ASSOCIATED TRAINING. If
CONSULTANT's work involves contact with minors, before conducting any performance
of this Agreement, all Seller's employees, subcontractors, volunteers, or other agents that
will perform CONSULTANT's work under this Agreement must submit to and pass a
background/fingerprint investigation conducted or approved by City. CONSULTANT
affirms and attests that its employees, subcontractors, volunteers, or other agents that
will perform CONSULTANT's work under this Agreement have completed training in child
abuse and neglect identification and training in child abuse and neglect reporting, which
may be met by completing the online mandated reporter training provided by the Office
of Child Abuse Prevention in the State Department of Social Services. CONSULTANT
affirms and agrees that the background and reporting training will be completed before
beginning performance under this Agreement. Upon City request, CONSULTANT will
promptly furnish proof of completion of such mandated reporter training to City, but in no
event no later than two business days following City's request.
29. SOLICITATION. CONSULTANT maintains and warrants that it has not employed
nor retained any company or person, other than CONSULTANT's bona fide employee,
to solicit or secure this Agreement. Further, CONSULTANT warrants that it has not
paid nor has it agreed to pay any company or person, other than CONSULTANT's bona
fide employee, any fee, commission, percentage, brokerage fee, gift or other
consideration contingent upon or resulting from the award or making of this Agreement.
0
Agreement No. 7443
Should CONSULTANT breach or violate this warranty, CITY may rescind this
Agreement without liability.
30.THIRD PARTY BENEFICIARIES. This Agreement and every provision herein is
generally for the exclusive benefit of CONSULTANT and CITY and not for the benefit of
any other party. There will be no incidental or other beneficiaries of any of
CONSULTANT's or CITY's obligations under this Agreement.
31.INTERPRETATION. This Agreement was drafted in, and will be construed in
accordance with the laws of the State of California, and exclusive venue for any action
involving this agreement will be in Los Angeles County.
32. COMPLIANCE WITH LAW. CONSULTANT agrees to comply with all federal, state,
and local laws applicable to this Agreement.
33. ENTIRE AGREEMENT. This Agreement, and its Attachments, sets forth the entire
understanding of the parties. There are no other understandings, terms or other
agreements expressed or implied, oral or written. This Agreement will bind and inure to
the benefit of the parties to this Agreement and any subsequent successors and assigns.
34. RULES OF CONSTRUCTION. Each Party had the opportunity to independently review
this Agreement with legal counsel. Accordingly, this Agreement will be construed simply, as
a whole, and in accordance with its fair meaning; it will not be interpreted strictly for or
against either Party.
35. SEVERABILITY. If any portion of this Agreement is declared by a court of competent
jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to
the extent necessary in the opinion of the court to render such portion enforceable and,
as so modified, such portion and the balance of this Agreement will continue in full force
and effect.
36.AUTHORITY/MODIFICATION. The Parties represent and warrant that all necessary
action has been taken by the Parties to authorize the undersigned to execute this
Agreement and to engage in the actions described herein. This Agreement may be
modified by written amendment. CITY's executive manager, or designee, may execute any
such amendment on behalf of CITY.
37. ELECTRONIC SIGNATURES; SIGNATURE AUTHORITY. This Agreement may be
executed by the Parties on any number of separate counterparts, and all such
counterparts so executed constitute one Agreement binding on all the Parties
notwithstanding that all the Parties are not signatories to the same counterpart. In
accordance with Government Code § 16.5, the Parties agree that this Agreement,
Agreements ancillary to this Agreement, and related documents to be entered into in
connection with this Agreement will be considered signed when the signature of a party
is delivered by electronic transmission. Such electronic signature will be treated in all
respects as having the same effect as an original signature. CONSULTANT warrants that
-10-
Agreement No. 7443
its signatory (or signatories, as applicable) to this Agreement has the legal authority to
enter this Agreement and bind CONSULTANT accordingly.
38. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience
of reference only and will not affect the interpretation of this Agreement.
39. TIME IS OF ESSENCE. Time is of the essence for each and every provision of this
Agreement.
40. FORCE MAJEURE. Should performance of this Agreement be prevented due to fire,
flood, explosion, acts of terrorism, war, embargo, government action, civil or military
authority, the natural elements, or other similar causes beyond the Parties' reasonable
control, then the Agreement will immediately terminate without obligation of either party
to the other.
41. STATEMENT OF EXPERIENCE. By executing this Agreement, CONSULTANT
represents that it has demonstrated trustworthiness and possesses the quality, fitness
and capacity to perform the Agreement in a manner satisfactory to CITY. CONSULTANT
represents that its financial resources, surety and insurance experience, service
experience, completion ability, personnel, current workload, experience in dealing with
private consultants, and experience in dealing with public agencies all suggest that
CONSULTANT is capable of performing the proposed contract and has a demonstrated
capacity to deal fairly and effectively with and to satisfy a public CITY.
[Signatures on next page]
-11-
Agreement No. 7443
IN WITNESS WHEREOF the parties hereto have executed this contract the day
and year first hereinabove written.
CITY OF EL SEGUNDO
Darrell George, City Mana r
ATTE T
21
Susan Truax,
City Clerk
APPROVED AS TO FORM:
MARK D. H NSLEY, City Attorney
By:
David King, AssisLaR City Attorney
MATRIX CONSULTING GROUP, LTD.:
Alan Pennington, Pr sident
Taxpayer ID No. 05-0545979
/'
Vr I
�1OA
�
V? a
-12-
Agreement No. 7443
EXHIBIT "A"
SCOPE OF SERVICES
STAFFING ASSESSMENT
.......... ..... ._..
President Senior Senior Total
Task / Vice Manager Manager Consultant Consultant Hours Total Fee
President
1. Current State 24 12 40 40 24 140 $25,220
_.._ _...._ ....... ..................... _ _ _ ...... .......
2. Servic
e Delivery 16 8 40 40 16 120 $21,280
._. ........ ....... �._......_ _....._
3 Org. and Staffing 24 12 60 56 24 176 $31,280
.
4. Report and Plan 24 8 24 24 16 96 $17,920
_._..... _. ......._ .........
Total Hours 88 40 1.64 160 80 532
_.. ._.........
......._._.
Hourly Rate $250 $225 $175 $160 $130
............... ._ .......
Total Professional Fees $22,000 $9,000 $28,700 $25,600 $10,400 $95,700
Travel Expenses $4,200
Option C Benchmarking 8 4 4 4 64 84
Total Project Cost $99,900
TASK 1: DEVELOP A CURRENT STATE PROFILE AND FRAMEWORK
Meet with the City Manager to discuss the project, initiate and refine specific project
tasks, and establish a schedule for the engagement.
Interview department heads and division managers to gain insight into the
organization's existing plans and key organizational and operational issues facing
each functional area. -The purpose is to understand the current processes, service
levels, staffing, and organizational issues. Departmental leadership interviews will
be supplemented by a departmental focus group that allows for additional staff to
provide insight into the study.
Review available information, including mission statements, budgets, workload
data, job descriptions, SOPs, and other documents that provide insight into each
department's service delivery approaches, key performance indicators, regulatory
constraints, and operational practices.
Understand staffing and responsibilities in each function. Document staffing trends
and identify gaps, if any, in key service areas and skill sets.
Develop an understanding of the scope of the programs and services for each
department/division under review, including historical, current, and projected
-13-
Agreement No. 7443
workloads, scheduling (public safety) resource allocation, and service levels for
each department/division to be reviewed.
• Document the major software and technology employed throughout the City and
develop an understanding of the current utilization levels.
TASK RESULT
The project team will develop a current state profile of the staffing, workload,
performance goals, operations, and organizational structures of all City departments.
TASK 2: SERVICE DELIVERY AND PROCESS EFFICIENCY IMPROVEMENTS
To address the challenge of sustaining fiscal responsibility while maintaining high
service levels, the City must implement strategic measures focusing on efficiency and
effectiveness. This task aims to evaluate different methods of service delivery, service
levels, and process improvement to identify potential efficiencies and improvements,
as well as any associated cost savings these changes may bring. We will conduct
departmental focus groups to discuss current processes, challenges, and
improvement opportunities.
This analysis will lead to recommendations to modify service levels, streamline
services, provide direction on effective service delivery methods, use technology, and
implement process improvements.
TASK RESULT
The project team will develop an interim report that provides opportunities to realign
services or service delivery, establish performance indicators, and enhance
technology.
TASK 3: ORGANIZATIONAL AND STAFFING ANALYSIS
This task will analyze the workload, staffing, and organizational needs for all
departments. The project team will review the current workload and service level
expectations for each department and identify the staffing needs (in-house and
contracted). The analysis in this task will include the following elements:
-14-
Agreement No. 7443
,°I'.1 1:-INIA�Ail1 1W14 t1 ,°
• Analyze current workload and apply service level benchmarks and time
requirements to identify the staffing resources to meet service level
expectations.
• Will staffing allocations need to be adjusted for future needs?
• What additional staffing is required to implement desired programs or services
(such as an enhanced strategic planning, communication, and organizational
culture focus)?
OF:11tw ANIZA 1! IUMAI s"' I?IX UIRE
• Are there gaps or overlapping or duplicated functions?
• Is the structure too "tiered" or too "flat" in management staffing?
• Are functions placed too high or too low in terms of their importance?
• Are services/functions appropriately located/assigned in the organization?
SPA Ik`,il D 1'u„I ° II 1 � ID lk....,
• Are spans of control for executive, management, supervisory, and lead
personnel appropriate?
• Are there any modifications needed in operational practices, technology, or
other service delivery methods to implement the proposed span of control?
1°I S CAI.... All'41'1 CIIS'11 SAVll llN1GS A11111A11 Y SIII�'s
After the process analysis and staffing recommendations have been made, the
project team will evaluate the fiscal impact of each recommendations. This will
include a detailed cost analysis of maintaining the desired service level and staffing
levels, evaluate potential outsourcing costs for contracting service, and impact of
meeting service level goals. The project team may develop alternative service level
and staffing scenarios (internal and external) and identify the fiscal impact of those
recommendations.
This task will result in developing a workload and staffing analysis and recommended
organizational structure to ensure consistency throughout the City organization.
Preliminary recommendations will be provided to the City's project steering committee
for their review. Once preliminary recommendations have been reviewed, the project
team will conduct a fiscal analysis of each recommendation.
-15-
Agreement No. 7443
TASK RESULT
The project team will develop an interim report that provides a comprehensive analysis
of the organizational, management, and staffing needs for City operations. A fiscal
analysis will accompany each recommendation.
OPTIONAL TASK C: PEER JURISDICTION BENCHMARKING
The project team will conduct a comparative assessment with five similar municipal
organizations in Southern California. We will compare the service delivery model,
organizational structure, performance metrics, technology utilization, and other
organizational characteristics to current operations in El Segundo. The comparative
survey will provide insight into how the City compares to other city organizations and
identify areas for further inquiry and potential modification to enhance the efficiency
and effectiveness of service delivery utilization.
TASK RESULT
An evaluation of the City's operations to comparable jurisdictions and a summary of
issues identified from this assessment.
TASK 4: DRAFT AND FINAL REPORTS AND IMPLEMENTATION PLAN
The draft report combines the analytical steps and interim deliverables into one
document, including recommendations for all City operations. The recommendations
made as part of the study must be specific, measurable, prioritized, and associated
with a detailed and comprehensive timeline for implementation. It will include the
following elements:
An executive summary that summarizes the major findings of the study.
0 A description of the study methodology,.
A detailed evaluation of each department with clear recommendations regarding
process improvements, service level expectations, staffing resources (internal and
external), organizational structure, and fiscal impact analysis of recommendations.
-16-
Agreement No. 7443
A detailed implementation plan that the City can use to guide organizational
changes over the foreseeable future. The implementation plan will assign each
recommendation a priority, timeline, and champion (lead entity). A fiscal analysis
will accompany each recommendation. The implementation plan will provide a
roadmap to the organization's transformation.
The draft report will be reviewed with the project steering committee, and any key
stakeholders identified throughout the study. Once this review is completed, the project
team will review all comments received, edit and finalize the report, and present the
final report to the City leadership team and elected officials.
TASK RESULT
The project team will develop a draft and final report that builds upon all interim
deliverables to provide a comprehensive analysis of the organization and an action
plan. The final report will be presented to City appointed and elected officials.
FLEET MANAGEMENT ASSESSMENT
TASK
Fleet Lead
Fleet Analyst
Total Hours
Total Fee
m.. „ .., ,,,.._...._.......
1. Fleet Profile
4
_.- - - — ----- ,,,...
16
_...........
20
$3,760
2. Utilization Review
12
38
50
$9, 530
3 Replacement Plan
16
24
40
$8, 040
4. Outsourcing Analysis
12
24
36
$7, 080
5, Final Report
8
16
24
$4, 720
Total Hours
52
118
170
Hourly Rate
$240
$175
Professional Fees
$12,480
$20, 650
..�
$33,130
Travel Expenses
$1 , 770
Total Project Cost
$34, 900
-17-
Agreement No. 7443
0 11 J E
TASK 1: PERFORM A CURRENT STATE ANALYSIS
This task involves reviewing data as it is submitted and meeting with stakeholders
to build an understanding of the fleet organization and create a fleet profile. We
will build a detailed current inventory listing fleet data by department, year, and
model, which will be the basis for future studies. The inventory will also reflect unit
and VINs, purchase date, current odometer, anticipated mileage, and capital and
operating costs.
In addition to the inventory, the Fleet Profile will provide an overview of the
organization, job descriptions, facilities, budget, policies, and use of technology. A
draft fleet profile will be submitted to allow the City to edit or add to the information
collected. The report will conclude with a list of challenges and opportunities noted
during early analysis. The final version of this assessment will be the baseline upon
which all future deliverables are built.
TASK RESULT
We will create a Current State Assessment Report documenting the
current inventory and staffing as well as existing Fleet Services
operational policies and processes.
TASK 2: CONDUCT A RIGHT -SIZING STUDY
We will use the data from the fleet profile and interviews with fleet users/managers
to understand how fleet assets are used and identify opportunities to right -size the
fleet and right -type individual assets. We will comprehensively review the utilization
and allocation of all fleet assets. We closely follow the U.S. federal government's
approach to fleet rightsizing, known as the Vehicle Allocation Methodology (VAM).
This involves several steps:
1. Non -emergency response assets: Review the data to identify the average
utilization for each class of vehicles and determine utilization thresholds for
each class.
2. Emergency response assets: Understand the number of shifts, staffing,
vehicles per shift, and reserves for each functional area.
M.
Agreement No. 7443
3. Interview supervisors/managers who best understand the use of each asset
(non -emergency and emergency response). Clarify whether the asset is the
right -type for the job.
4. Identify whether the usage patterns justify an alternative fuel vehicle such as
electric vehicles (EVs), plug-in hybrid electric vehicles (PHEVs), and
"conventional" hybrid electric vehicles (HEVs) or whether other sustainable
fuels may be suitable for the asset.
5. Determine a disposition for each asset and a common specification for classes
of assets.
Representative questions used in interviews include:
Utilization Questions
What is the ma
in job this vehicle performs?
Describe how this supports the organization's mission.
Does the vehicle need special equipment to accomplish the tasks?
What is the normal/maximum daily range of the vehicle?
How many people will be transported per trip on a regular basis?
How much and what type of cargo will the vehicle haul on a regular basis?
µ Is the vehicle shared with other employees or other departments?
Describe any emergency response requirements.
•_ How many days per, week and hours per day is this vehicle required?
®
Empirical data and interview results will be compiled and analyzed to determine
the current use of the asset and its future disposition. From our analysis, we will
recommend one of the following outcomes for each vehicle in the fleet:
ietui Keep
ulI and
according to a multi-
year replacement plan based on lifecycles. cic
Asset is overdue for replacement and should be replaced
eeee r d
imm ediately.
� t a different e ene current lifecycle.
should be replaced is not the best for the job and s me..p laced with
_ ..h
t asset at the of th
Itlii�� is
iiluiuiIc Utilization does not justify retention of the asset.
_._ Usage
s 9 atipatterns indicate that the .. t _ s
' e asset is a candidate for
altI��mgIll���I'�ui
fuels.
Ot°Il m e uii May include borrow, pool, rent, reimburse or additional analysis.
We will provide a complete record of the analysis criteria, the recommendation for
each asset in the fleet, and its impact on future replacement planning.
-19-
Agreement No. 7443
In addition to these final dispositions, we will measure the impact of the
recommended changes in terms of capital and operating budget and emissions
reductions.
TASK RESULT
We will provide a Utilization Report.
[3 IIG° 1 AS 111°"YAP '()
TASK 3: CREATE A FLEET REPLACEMENT PLAN
In Task 3, we will use our fleet modelling tool to create a ten-year replacement plan
that reflects when each asset should be replaced and accounts for the costs of
that replacement.
In addition to reviewing acquisition and replacement, we will determine whether
the methods used to dispose of vehicles and equipment are timely and yield the
best rate of return.
TASK RESULT
We will create a replacement plan for the City's fleet.
TASK 4: EVALUATE OPPORTUNITIES FOR OUTSOURCING
In this task we will consider alternatives to providing inhouse maintenance.
Maintenance outsourcing can follow several different models:
Limited outsourcing. Best -in -class fleets typically outsource 10-15% of
maintenance. The repairs that are outsourced are typically specialty work
beyond the capabilities of the shop.
Third -party vendor on site. A maintenance company will operate out of a City -
owned facility and provide parts, mechanics, tools and equipment as well as
supervisors to manage the shop.
-20-
Agreement No. 7443
City -managed outsourcing to off -site vendors. The City will contract with a
variety of vendors for all of their maintenance needs. The City will manage
which repairs are handled by which vendors.
Fleet Management Company (FMC) managed outsourcing. The City will
contract with an FMC who will operate a call center to coordinate all
maintenance requirements.
We will do a cost -benefit analysis of each option and recommend the strategy best
suited to the City based on costs, levels of service and control.
TASK RESULT
We will provide a chapter in the final report reflecting the
outsourcing cost -benefit analysis.
TASK 5: COMPILE A FINAL REPORT AND IMPLEMENTATION PLAN
Upon the conclusion of the preceding tasks, we will prepare a detailed report
summarizing the results of each of the previous work tasks and clearly delineating
the recommended changes and associated costs. The report will be structured as
follows:
• Executive Summary
• Introduction, Methodology, and Project Approach
• Fleet Profile
• Utilization Review
• Replacement Plan
• Outsourcing
• Recommendations Summary and Prioritization (Implementation Plan)
This report includes specific, actionable recommendations for improvement and
an implementation plan. Once the draft report is complete, we will submit it to the
City Project Lead and work with them to clarify any questions. Once the report is
checked for factual accuracy and comments returned to our project team, we will
make the necessary edits and produce a final version.
TASK RESULT
We will provide a draft and final report in the format described.
-21-