ADMINISTRATIVE REPORT


                                                         DATE: July 5, 1995
   TO:       Vancouver City Council

   FROM:     General Manager of Fire and Rescue Services

   SUBJECT:  Contract Award for a Review of the Deployment of Fire and 
   Rescue Services Emergency Apparatus and Staff.

    
   RECOMMENDATION

        THAT the General Manager of Fire & Rescue Services be authorized to
        enter  into a contract, on terms and conditions satisfactory to the
        Director of Legal Services, with TriData Corporation for management
        and  consulting services  for  a comprehensive  review of  firehall
        locations, the deployment of emergency apparatus and staff, and the
        City s  insurance  rating  for  commercial fire  protection,  at  a
        maximum cost of $128,000; funding to be provided from the Strategic
        Initiative Funds included in the 1995 Operating Budget.



   COUNCIL POLICY

   Consultant  contracts  over  $30,000  are  to  be  awarded  by  Council.
   Consultant contracts funded from the Strategic Initiative Funds included
   in the 1995 Operating Budget (to support the review and re-design of the
   major  processes  identified as  part  of  the  Better  City  Government
   initiative) and  which are greater than  $100,000 are to be  approved by
   Council.   

   Contracts are to be awarded on the basis of best value for fee.



   SUMMARY

   This report seeks  Council approval  to award a  consulting contract  to
   analyze  and evaluate the capability of Vancouver Fire & Rescue Services
   (V.F.R.S.)  to  effectively provide  an  acceptable  level of  emergency
   medical, fire suppression, rescue, hazardous materials, fire prevention,
   and   related  emergency  services.  Considering  this  evaluation,  the
   consultant s  report  will also  contain analysis,  recommendations, and
   implementation  plans  for  achieving   the  objectives  of  the  Budget
   Management  Program that  would minimize  negative impacts  on level-of-
   service, property conservation, and safety.
   In addition,  the Vancouver Fire  Department has not  been independently
   reviewed  by an outside agency since the Fire Underwriter s Survey (FUS)
   carried out by the Insurance Bureau of Canada in 1980. At that time, the
   Department  received a Class 1 insurance rating.  The Class 1 rating was
   the highest  rating achievable  under this  system, however,  there have
   been many changes  in to City  and V.F.R.S. in  the interim which  could
   affect this  rating. As part of this  contract, TriData would review the
   requirements for maintaining or achieving the Class 1 rating.

   The General Manager,  V.F.R.S., recommends that the  contract be awarded
   to  TriData Corporation  of  Arlington Virginia  at  a maximum  cost  of
   $128,000 including G.S.T. and disbursements.

   PURPOSE

   This  report  recommends  that  a  contract  for  management  consulting
   services  relating to a comprehensive  review of the  deployment of Fire

                                       2

   and Rescue Services  (V.F.R.S.) emergency vehicles and staff  be awarded
   to TriData Corporation  based in Arlington, Virginia. The contract scope
   will  include a  review  of the  Fire  Underwriter s Survey  rating  for
   commercial fire protection, last  carried out in Vancouver in  1980. The
   report  requests Council approval of funding of $128,000, to be provided
   from  the Strategic  Initiative  Funds included  in  the 1995  Operating
   Budget Fund.

   BACKGROUND

   On February 3, 1994,  Council approved a 1994 to  1996 Budget Management
   Program.  The Budget  Management Program  prescribed a  budget reduction
   target  of 5%  of overall  1993 departmental  expenditures net  of self-
   supporting  programs  and  services,  and  net  of  cost  recoveries and
   miscellaneous revenues, but including the grant programs.

   On April 14, 1994,  Council approved departmental budget  reductions and
   revenue  enhancements to  meet  the requirements  of the  1994-96 Budget
   Management  Program. As part  of the budget  management program package,
   the Fire Department budget reduction target were set at 2.5%. 

   The General  Manager of Fire  & Rescue Services  was directed to  report
   back  in one year on whether to  implement his proposed reduction of one
   piece of fire  apparatus (combine a ladder and pumper  truck at #21 Fire
   Hall), or to achieve the same or greater savings through a comprehensive
   re-deployment of firefighters and equipment. 

   On August 31, 1994, Council  approved the distribution of a  Request for
   Proposal to solicit  proposals for a  comprehensive review of  Vancouver
   Fire  & Rescue Services deployment of emergency staff and equipment. The
   General Manager of Fire & Rescue Services was directed to report back to
   Council with an  analysis of the  responses to the Request  for Proposal
   along  with a  recommended consultant  and the  associated costs  of the
   review.


   This consultant  review is consistent with and a part of the Better City
   Government  initiative  that Council  endorsed  in April  1995.  In this
   initiative, the Fire Department operations were identified as one of the
   fifteen  priority areas  for the  City to  address, and  therefore, this
   project supports this overall program. The Corporate Management Team has
   reviewed  this project and  agrees that it should  be funded through the
   Strategic Initiative Funds included in the 1995 Operating Budget Fund.


   DISCUSSION

   In response to the  requirement to provide ongoing budget  reductions as
   part of  the  Budget Management  Program, V.F.R.S.  provided options  to
   achieve  target  annual  savings  of  $1,388,000  through  a  number  of
   initiatives. Several of these  initiatives could involve changes to  our
   apparatus specifications, apparatus mix,  and apparatus staffing.  Major
   components of the  ongoing annual  savings, as  contained in  V.F.R.S. s
   submission to  the Budget Management  Program, are $90,000  from revised
   equipment specifications  and $391,000 through a  re-deployment of staff
   and equipment for total annual savings of $481,000.

   One  of  the  proposed  budget  adjustments  to meet  V.F.R.S. s  budget
   reduction objective was an equipment rationalization to combine a ladder
   and pumper truck  at Fire Hall #21. These two  pieces of equipment would
   be replaced  by a  Quint  which is a combination type of fire apparatus.
   The General Manager, V.F.R.S., expressed concerns about whether this was
   an  appropriate way to meet  the target reductions  while minimizing the
   impacts on  the risk  level. The City  Manager subsequently  recommended

                                       3

   that the General Manager report back in one year on whether to implement
   this  proposal or  to  achieve the  same or  greater  savings through  a
   comprehensive re-deployment of firefighters and equipment.

   After  discussions within  V.F.R.S. s  Executive  Board, and  subsequent
   consultation  with the City Manager and the Corporate Management Team, a
   detailed independent review  of the current capabilities  of the Service
   was  suggested.  Such  a broad  review  is  required  before a  rational
   decision can  be  made on  how to  most effectively  achieve the  budget
   reductions  with the  fewest negative  impacts on  the current  level of
   service, safety, or risk.
   Council approved the  issuance of a Request  for Proposal on  August 31,
   1994. In  cooperation  with the  Communications Advisor,  a Request  for
   Expressions  of   Interest  and   Qualifications  from   the  management
   consulting  industry for a comprehensive review of the locations of fire
   halls  and the deployment of emergency equipment and staff was published
   on March  14, 1995.  The Request  for Expressions of  Interest was  also
   posted  on  the  International  Association  of  Fire  Chief s  computer
   bulletin  board system (ICHIEFS).  Eight firms responded  to the Request
   for Expressions of Interest and are listed in Appendix 1.

   Concurrently, a Project Steering Committee was formed which includes the
   Assistant  City  Manager,  two  representatives from  the  Firefighter s
   Union,  the Chairman of the  Fire and Rescue  Services Citizens Advisory
   Committee, and  four members of  V.F.R.S. s senior staff.  The Corporate
   Management Team  has been fully  briefed about this  project as  has the
   Coordinating Committee for Major Projects. 

   On  April  13, 1995,  the detailed  Request  for Proposals  (R.F.P.) was
   issued to the eight consulting firms.  A bidder s conference was held on
   May 8, 1995, to allow  the Steering Committee to address questions  from
   potential proposers.  Prior to the deadline for  submission of proposals
   on May  25, 1995, five firms  responded to the R.F.P.  The project costs
   presented by the five  responding firms are also identified  in Appendix
   1. 

   The Steering Committee has met several times to discuss and evaluate the
   five  detailed proposals. The five  written responses to  the City s RFP
   were  reviewed  in  detail  and independent  subjective  evaluations  by
   Committee members were based on the following criteria:

   A.   Qualifications  of  the  Firm. Previous  experience  in  conducting
        similar Fire Department management studies. 

   B.   Qualifications   of  Assigned   Consultants.  Past   experience  in
        conducting similar types of studies, past experience on each of the
        specific  tasks,  and the  proposed  level of  involvement  by each
        individual, including  the number  of hours  and percentage  of the
        overall project that this represents. 

   C.   Technical Approach, Methodology, and Schedule.  Proposed work plan,
        access  to  specialized  information,  understanding   of  specific
        methodologies, and feasibility of the proposed work schedule. 

   D.   Project  Management and Coordination.  Previous work as  a team, if
        relevant, management plan, and management experience.

   E.   Cost.  Overall cost and reasonableness of cost proposal.
              
   Committee members conducted reference  checks of at least three  current
   or former  clients for the two  firms (TriData and  MMA)that appeared to
   offer the  best value  to the  City. References  were asked about  their
   overall impression of  the firm, the quality of the  work performed, and
   the timeliness of the product.

                                       4

   Finally, the two  short-listed consulting firms were interviewed  by the
   Steering  Committee.  The  interview  covered  various  aspects  of  the
   proposals   including   project   plan   and   methodology,   consultant
   qualifications,  previous  experience,  management  plan,  schedule, and
   cost. 

   Based  on the proposal submitted,  the results of  the reference checks,
   and the interview,  it was the consensus of the  Steering Committee that
   the proposal submitted by TriData Corporation was likely to provide best
   value  to the  City. TriData  provided the  second lowest  cost proposal
   ($325   higher  than  the  proposal  with  the  lowest  cost),  have  an
   established  track  record  in  carrying out  fire  department  specific
   studies, have  experience with  similar sized departments,  are familiar
   with Canadian  and West Coast departments, and  the individuals involved
   are skilled and knowledgeable.  

   SCOPE OF WORK

   The time  frame for  this review  will cover  the projected  demands for
   emergency  fire   and  rescue   services  and  the   resulting  resource
   requirements over a ten year period from 1995 to the year 2005.

   The review of V.F.R.S. will address  a wide range of operational  issues
   covering the  total scope of emergency  services provided. Comprehensive
   answers to the  following general questions will  be included in one  of
   the three deliverable reports:

   1.   What   quantitative  standards   of  service   delivery  for   fire
        suppression,  emergency  medical, technical  rescue,  and hazardous
        materials response  and acceptable levels  of risk should  Fire and
        Rescue Services use in its long term planning?

   2.   Does  the Department have an adequate number and appropriate mix of
        emergency response  personnel and  apparatus given the  current and
        projected demands for service? How will emerging demographic trends
        affect  service delivery over the  next ten years?  Are the current
        apparatus specifications  appropriate?  What alternative  types  of
        apparatus should be used?

   3.   Are  the  Department s fire  halls,  apparatus,  and staff  located
        optimally throughout the  City? Does the  probable addition of  the
        University Endowment Lands affect this?

   4.   Considering the  projected demands for the  additional services and
        the changes  in demographics  and growth of  the City, how  can the
        budget   be  controlled  to  meet  the  objectives  of  the  Budget
        Management Program with  the fewest negative impacts on service and
        risk levels? The reduction options should be detailed and listed in
        order  of  recommended  implementation. Each  option  must  clearly
        address the  annual savings  achievable,  the operational  impacts,
        impacts  on  emergency  staff and  public  safety,  the  impacts on
        service  and risk  levels, affects  on fire  losses, implementation
        plans, and any other important considerations.

   5.   How  does the  Department  compare in  services offered,  level-of-
        service,  level  of  risk,  and  emergency  preparedness  to  other
        comparable Fire and Rescue Services (benchmarks)?

   6.   What  are the  opportunities for  improving the  emergency response
        effectiveness of the department  so that we provide better  overall
        service? 

   7.   Since the  Department has just  produced our first  Strategic Plan,
        how  do the consultants recommendations affect our service in light

                                       5

        of the Plan?

   In  addition,  there will  be  a  review of  Vancouver  Fire  and Rescue
   Services  based on the current version of the Fire Underwriter s Survey.
   In  particular, the  review must  include a  detailed discussion  of the
   requirements of maintaining or re-achieving a Class 1 rating.

   FINANCIAL IMPLICATIONS

   The maximum consultant cost of this project is $128,000 including G.S.T.
   and consultant  disbursements. The Corporate Management  Team has agreed
   that the appropriate  source of funding for this project is the Stategic
   Initiative Funds approved as part of the 1995 Operating Budget.

   IMPLEMENTATION AND COMMUNICATIONS PLAN

   If  Council approves the award  of the contract,  the contract documents
   will  be  prepared  for signature  on  or  around August  11,  1995. The
   tentative schedule for the deliverables is as follows:

   Review and Analysis of Existing 
   Service Delivery System (Phase 1 Report):         October 13,1995

   Ten Year Projections, including the 
   optimum as well as under the Budget
   Management Program (Phase 2 Report):              December 8, 1995

   Review of Fire Underwriter s Survey 
   Classification (Phase 3 Report):                  January 30, 1996

   Formal Presentations to City Council,             To be determined
   Fire and Rescue Services Executive Board,         prior to
   and the Citizens Advisory Committee:              Feb.28, 1996

                                                                 Appendix 1
                                Respondents to
                      Request for Expression of Interest 


    CONTACT PERSON(S)                ADDRESS                Total Costs
          & FIRM                                            (excluding
                                                              taxes)
   Mr. M.J. Sommers     #2100 - 1055 Dunsmuir Street       $227,950
   Deloitte Touche      P.O. Box 49279
   Tohmatsu             Four Bentall Center
   International        Vancouver, B.C.
                        Canada V7X 1P4
   Mr. J.W. Snook       19562 River Run Drive              $163,572
   Management           Lake Oswego, Oregon
   Development          U.S.A. 97034
   Institute
   Mr. M.E. Morse       60 Temple Place                    $213,179
   MMA Consulting       Boston, MA
   Group, Inc.          U.S.A. 02111
   Mr. P. Schaenman     1500 Wilson Boulevard              $119,325
   TriData              Arlington, Virginia
   Corporation          U.S.A. 22209-2454
   Mr. S. MacKay        #500 - 777 Dunsmuir Street         $119,000
   KPMG Management      PO Box 10427, Pacific Center
   Consulting           Vancouver, B.C.
                        Canada V7Y 1K5

   Mr. N.A. Alban       Price Waterhouse Center            did not
   Price Waterhouse     601 West Hastings Street           submit a
                        Vancouver, B.C.                    proposal
                        Canada V6B 5A5
   Mr. R. Heikkila,     #203 - 1104 Hornby Street          did not
   CFT Engineering,     Vancouver, B.C.                    submit a
   Inc.                 Canada V6Z 1V8                     proposal
   Mr. C.R. Knoke       Suite 102                          did not
   Ms. R.J. Alatorre    127 Bellevue Way SE                submit a
   Personnel  Resource  Bellevue, WA                       proposal
   Consulting,  Inc. &  U.S.A. 98004
   Alatorre Consulting