Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutCD Process Mapping for Permit Management SystemAGREEMENT FOR PROFESSIONAL SERVICES
FOR PROCESS MAPPING FOR PERMIT MANAGEMENT SYSTEM
This Agreement is made and entered into this 22nd day of April
20 20 , by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and LALO
CONSULTING, LLC (hereinafter "CONTRACTOR").
RECITALS
WHEREAS, on October 30, 2019, the City of San Rafael was awarded a Senate Bill
2 Planning Grant in the amount $310,000 and $175,000 of the total grant amount was
allocated for the development of a "Permit Management System" including a Phase 1 scope
of work focused on creating process maps of existing permit business processes;
WHEREAS, the CONTRACTOR has extensive experience facilitating process
mapping exercises and developing recommendations for public agencies looking to
streamline existing business processes;
WHEREAS, the CITY has sufficient grant funding to cover all expenses related to
this Agreement; and
AGREEMENT
NOW, THEREFORE, the parties hereby agree as follows:
PROJECT COORDINATION.
A. CITY'S Project Manager. The Community Development Department
Principal Analyst, Ethan Guy, is hereby designated the PROJECT MANAGER for the CITY,
and said PROJECT MANAGER shall supervise all aspects of the progress and execution
of this Agreement.
B. CONTRACTOR'S Project Director. CONTRACTOR shall assign a single
PROJECT DIRECTOR to have overall responsibility for the progress and execution of this
Agreement for CONTRACTOR. David Huebner is hereby designated as the PROJECT
DIRECTOR for CONTRACTOR. Should circumstances or conditions subsequent to the
execution of this Agreement require a substitute PROJECT DIRECTOR, for any reason, the
CONTRACTOR shall notify the CITY within ten (10) business days of the substitution.
2. DUTIES OF CONTRACTOR.
CONTRACTOR shall perform the duties and provide process mapping services as
described in Exhibit A attached and incorporated herein by reference.
3. DUTIES OF CITY.
CITY shall pay the compensation as provided in Paragraph 4, and shall provide
CONTRACTOR with access to staff and information necessary for CONTRACTOR to
perform the services required by this Agreement.
4. COMPENSATION.
For the full performance of the services described herein by CONTRACTOR, CITY
shall pay CONTRACTOR on a "time and materials" basis at a billing rate of $150/hr as
presented in Exhibit A hereto, provided that in no event shall the total compensation paid to
CONTRACTOR pursuant to this Agreement exceed Forty -Five Thousand Dollars ($45,000).
Payment will be made monthly upon receipt by PROJECT MANAGER of itemized
invoices submitted by CONTRACTOR.
5. TERM OF AGREEMENT.
The term of this Agreement shall be for one (1) year commencing on April 15th, 2020
and ending on April 14th, 2021. Upon mutual agreement of the parties, and subject to the
approval of the City Manager the term of this Agreement may be extended for an additional
period of up to six (6) months(s).
6. TERMINATION.
A. Discretionary. Either party may terminate this Agreement without cause
upon thirty (30) days written notice mailed or personally delivered to the other party.
B. Cause. Either party may terminate this Agreement for cause upon fifteen (15)
days written notice mailed or personally delivered to the other party, and the notified party's
failure to cure or correct the cause of the termination, to the reasonable satisfaction of the
party giving such notice, within such fifteen (15) day time period.
C. Effect of Termination. Upon receipt of notice of termination, neither party
shall incur additional obligations under any provision of this Agreement without the prior
written consent of the other.
D. Return of Documents. Upon termination, any and all CITY documents or
materials provided to CONTRACTOR and any and all of CONTRACTOR's documents and
materials prepared for or relating to the performance of its duties under this Agreement, shall
be delivered to CITY as soon as possible, but not later than thirty (30) days after termination.
7. OWNERSHIP OF DOCUMENTS.
The written documents and materials prepared by the CONTRACTOR in connection
with the performance of its duties under this Agreement, shall be the sole property of CITY.
CITY may use said property for any purpose, including projects not contemplated by this
Agreement.
8. INSPECTION AND AUDIT.
Upon reasonable notice, CONTRACTOR shall make available to CITY, or its agent,
for inspection and audit, all documents and materials maintained by CONTRACTOR in
connection with its performance of its duties under this Agreement. CONTRACTOR shall
fully cooperate with CITY or its agent in any such audit or inspection.
9. ASSIGNABILITY.
The parties agree that they shall not assign or transfer any interest in this Agreement
nor the performance of any of their respective obligations hereunder, without the prior written
consent of the other party, and any attempt to so assign this Agreement or any rights, duties
or obligations arising hereunder shall be void and of no effect.
10. INSURANCE.
A. Scope of Coverage. During the term of this Agreement, CONTRACTOR
shall maintain, at no expense to CITY, the following insurance policies:
1. A commercial general liability insurance policy in the minimum amount
of one million dollars ($1,000,000) per occurrence/two million dollars ($2,000,000)
aggregate, for death, bodily injury, personal injury, or property damage.
2. If any licensed professional performs any of the services required to be
performed under this Agreement, a professional liability insurance policy in the minimum
amount of one million dollars ($1,000,000) per occurrence/two million dollars ($2,000,000)
aggregate, to cover any claims arising out of the CONTRACTOR's performance of services
under this Agreement. Where CONTRACTOR is a professional not required to have a
professional license, CITY reserves the right to require CONTRACTOR to provide
professional liability insurance pursuant to this section.
3. If it employs any person, CONTRACTOR shall maintain worker's
compensation insurance, as required by the State of California, with statutory limits, and
employer's liability insurance with limits of no less than one million dollars ($1,000,000)
per accident for bodily injury or disease. CONTRACTOR's worker's compensation
insurance shall be specifically endorsed to waive any right of subrogation against CITY.
B. Other Insurance Requirements. The insurance coverage required of the
CONTRACTOR in subparagraph A of this section above shall also meet the following
requirements:
1. Except for professional liability insurance or worker's compensation
insurance, the insurance policies shall be specifically endorsed to include the CITY, its
officers, agents, employees, and volunteers, as additional insureds (for both ongoing and
completed operations) under the policies.
2. The additional insured coverage under CONTRACTOR'S insurance
policies shall be "primary and non contributory" with respect to any insurance or coverage
maintained by CITY and shall not call upon CITY's insurance or self-insurance coverage for
any contribution. The "primary and noncontributory" coverage in CONTRACTOR'S policies
shall be at least as broad as ISO form CG20 01 04 13.
3. Except for professional liability insurance or worker's compensation
insurance, the insurance policies shall include, in their text or by endorsement, coverage for
contractual liability and personal injury.
4. By execution of this Agreement, CONTRACTOR hereby grants to
CITY a waiver of any right to subrogation which any insurer of CONTRACTOR may
acquire against CITY by virtue of the payment of any loss under such
insurance. CONTRACTOR agrees to obtain any endorsement that may be necessary
to effect this waiver of subrogation, but this provision applies regardless of whether or
not CITY has received a waiver of subrogation endorsement from the insurer.
5. If the insurance is written on a Claims Made Form, then, following
termination of this Agreement, said insurance coverage shall survive for a period of not less
than five years.
6. The insurance policies shall provide for a retroactive date of placement
coinciding with the effective date of this Agreement.
7. The limits of insurance required in this Agreement may be satisfied by a
combination of primary and umbrella or excess insurance. Any umbrella or excess
insurance shall contain or be endorsed to contain a provision that such coverage shall also
apply on a primary and noncontributory basis for the benefit of CITY (if agreed to in a written
contract or agreement) before CITY'S own insurance or self-insurance shall be called upon
to protect it as a named insured.
8. It shall be a requirement under this Agreement that any available
insurance proceeds broader than or in excess of the specified minimum insurance coverage
requirements and/or limits shall be available to CITY or any other additional insured party.
Furthermore, the requirements for coverage and limits shall be: (1) the minimum coverage
and limits specified in this Agreement; or (2) the broader coverage and maximum limits of
coverage of any insurance policy or proceeds available to the named insured; whichever is
greater. No representation is made that the minimum Insurance requirements of this
agreement are sufficient to cover the obligations of the CONTRACTOR under this
agreement.
C. Deductibles and SIR's. Any deductibles or self-insured retentions in
CONTRACTOR's insurance policies must be declared to and approved by the PROJECT
MANAGER and City Attorney, and shall not reduce the limits of liability. Policies containing
any self-insured retention (SIR) provision shall provide or be endorsed to provide that the
SIR may be satisfied by either the named insured or CITY or other additional insured party.
At CITY's option, the deductibles or self-insured retentions with respect to CITY shall be
reduced or eliminated to CITY's satisfaction, or CONTRACTOR shall procure a bond
guaranteeing payment of losses and related investigations, claims administration, attorney's
fees and defense expenses.
D. Proof of Insurance. CONTRACTOR shall provide to the PROJECT
MANAGER or CITY'S City Attorney all of the following: (1) Certificates of Insurance
evidencing the insurance coverage required in this Agreement; (2) a copy of the policy
declaration page and/or endorsement page listing all policy endorsements for the
commercial general liability policy, and (3) excerpts of policy language or specific
endorsements evidencing the other insurance requirements set forth in this Agreement.
CITY reserves the right to obtain a full certified copy of any insurance policy and
endorsements from CONTRACTOR. Failure to exercise this right shall not constitute a
waiver of the right to exercise it later. The insurance shall be approved as to form and
sufficiency by PROJECT MANAGER and the City Attorney.
11. INDEMNIFICATION.
A. Except as otherwise provided in Paragraph B., CONTRACTOR shall, to the
fullest extent permitted by law, indemnify, release, defend with counsel approved by
CITY, and hold harmless CITY, its officers, agents, employees and volunteers
(collectively, the "City Indemnitees"), from and against any claim, demand, suit,
judgment, loss, liability or expense of any kind, including but not limited to attorney's fees,
expert fees and all other costs and fees of litigation, (collectively "CLAIMS"), arising out
of CONTRACTOR'S performance of its obligations or conduct of its operations under this
Agreement. The CONTRACTOR's obligations apply regardless of whether or not a
liability is caused or contributed to by the active or passive negligence of the City
Indemnitees. However, to the extent that liability is caused by the active negligence or
willful misconduct of the City Indemnitees, the CONTRACTOR's indemnification
obligation shall be reduced in proportion to the City Indemnitees' share of liability for the
active negligence or willful misconduct. In addition, the acceptance or approval of the
CONTRACTOR's work or work product by the CITY or any of its directors, officers or
employees shall not relieve or reduce the CONTRACTOR's indemnification obligations.
In the event the City Indemnitees are made a party to any action, lawsuit, or other
adversarial proceeding arising from CONTRACTOR'S performance of or operations
under this Agreement, CONTRACTOR shall provide a defense to the City Indemnitees
or at CITY'S option reimburse the City Indemnitees their costs of defense, including
reasonable attorneys' fees, incurred in defense of such claims.
B. Where the services to be provided by CONTRACTOR under this
Agreement are design professional services to be performed by a design professional as
that term is defined under Civil Code Section 2782.8, then, to the extent permitted by law
including without limitation, Civil Code sections 2782, 2782.6 and 2782.8,
CONTRACTOR shall indemnify and hold harmless the CITY and its officers, officials, and
employees (collectively City Indemnitees) from and against damages, liabilities or costs
(including incidental damages. Court costs, reasonable attorney's fees as may be
determined by the Court, litigation expenses and fees of expert witnesses incurred in
connection therewith and costs of investigation) to the extent they are caused by the
negligence, recklessness, or willful misconduct of CONTRACTOR, or any
subconsultants, or subcontractor or anyone directly or indirectly employed by them, or
anyone for whom they are legally liable (collectively Liabilities). Such obligation to hold
harmless and indemnify any indemnity shall not apply to the extent that such Liabilities
are caused in part by the negligence or willful misconduct of such City Indemnitee.
C. The defense and indemnification obligations of this Agreement are
undertaken in addition to, and shall not in any way be limited by, the insurance obligations
contained in this Agreement, and shall survive the termination or completion of this
Agreement for the full period of time allowed by law.
12. NONDISCRIMINATION.
CONTRACTOR shall not discriminate, in any way, against any person on the basis
of age, sex, race, color, religion, ancestry, national origin or disability in connection with or
related to the performance of its duties and obligations under this Agreement.
13. COMPLIANCE WITH ALL LAWS.
CONTRACTOR shall observe and comply with all applicable federal, state and local
laws, ordinances, codes and regulations, in the performance of its duties and obligations
under this Agreement. CONTRACTOR shall perform all services under this Agreement in
accordance with these laws, ordinances, codes and regulations. CONTRACTOR shall
release, defend, indemnify and hold harmless CITY, its officers, agents and employees from
any and all damages, liabilities, penalties, fines and all other consequences from any
noncompliance or violation of any laws, ordinances, codes or regulations.
14. NO THIRD PARTY BENEFICIARIES.
CITY and CONTRACTOR do not intend, by any provision of this Agreement, to
create in any third party, any benefit or right owed by one party, under the terms and
conditions of this Agreement, to the other party.
15. NOTICES.
All notices and other communications required or permitted to be given under this
Agreement, including any notice of change of address, shall be in writing and given by
personal delivery, or deposited with the United States Postal Service, postage prepaid,
addressed to the parties intended to be notified. Notice shall be deemed given as of the
date of personal delivery, or if mailed, upon the date of deposit with the United States Postal
Service. Notice shall be given as follows:
TO CITY's Project Manager:
TO CONTRACTOR's Project Director:
16. INDEPENDENT CONTRACTOR.
Ethan Guy
City of San Rafael
1400 Fifth Avenue
P.O. Box 151560
San Rafael, CA 94915-1560
David Huebner
457 Anderson Street
San Francisco, CA 94110
For the purposes, and for the duration, of this Agreement, CONTRACTOR, its
officers, agents and employees shall act in the capacity of an Independent Contractor, and
not as employees of the CITY. CONTRACTOR and CITY expressly intend and agree that
the status of CONTRACTOR, its officers, agents and employees be that of an Independent
Contractor and not that of an employee of CITY.
17. ENTIRE AGREEMENT -- AMENDMENTS.
A. The terms and conditions of this Agreement, all exhibits attached, and all
documents expressly incorporated by reference, represent the entire Agreement of the
parties with respect to the subject matter of this Agreement.
B. This written Agreement shall supersede any and all prior agreements, oral or
written, regarding the subject matter between the CONTRACTOR and the CITY.
C. No other agreement, promise or statement, written or oral, relating to the
subject matter of this Agreement, shall be valid or binding, except by way of a written
amendment to this Agreement.
D. The terms and conditions of this Agreement shall not be altered or modified
except by a written amendment to this Agreement signed by the CONTRACTOR and the
CITY.
E. If any conflicts arise between the terms and conditions of this Agreement, and
the terms and conditions of the attached exhibits or the documents expressly incorporated
by reference, the terms and conditions of this Agreement shall control.
18. SET-OFF AGAINST DEBTS.
CONTRACTOR agrees that CITY may deduct from any payment due to
CONTRACTOR under this Agreement, any monies which CONTRACTOR owes CITY
under any ordinance, agreement, contract or resolution for any unpaid taxes, fees, licenses,
assessments, unpaid checks or other amounts.
19. WAIVERS.
The waiver by either party of any breach or violation of any term, covenant or
condition of this Agreement, or of any ordinance, law or regulation, shall not be deemed to
be a waiver of any other term, covenant, condition, ordinance, law or regulation, or of any
subsequent breach or violation of the same or other term, covenant, condition, ordinance,
law or regulation. The subsequent acceptance by either party of any fee, performance, or
other consideration which may become due or owing under this Agreement, shall not be
deemed to be a waiver of any preceding breach or violation by the other party of any term,
condition, covenant of this Agreement or any applicable law, ordinance or regulation.
20. COSTS AND ATTORNEY'S FEES.
The prevailing party in any action brought to enforce the terms and conditions of this
Agreement, or arising out of the performance of this Agreement, may recover its reasonable
costs (including claims administration) and attorney's fees expended in connection with such
action.
21. CITY BUSINESS LICENSE / OTHER TAXES.
CONTRACTOR shall obtain and maintain during the duration of this Agreement, a
CITY business license as required by the San Rafael Municipal Code CONTRACTOR shall
pay any and all state and federal taxes and any other applicable taxes. CITY shall not be
required to pay for any work performed under this Agreement, until CONTRACTOR has
provided CITY with a completed Internal Revenue Service Form W-9 (Request for Taxpayer
Identification Number and Certification).
22. SURVIVAL OF TERMS.
Any terms of this Agreement that by their nature extend beyond the term (or
termination) of this Agreement shall remain in effect until fulfilled, and shall apply to both
Parties' respective successors and assigns.
23. APPLICABLE LAW.
The laws of the State of California shall govern this Agreement.
24. COUNTERPARTS AND ELECTRONIC SIGNATURE.
This Agreement may be executed in any number of counterparts, each of which shall
be deemed an original, but all of which together shall constitute one document. Counterpart
signature pages may be delivered by telecopier, email or other means of electronic
transmission.
IN WITNESS WHEREOF, the parties have executed this Agreement as of the day,
month and year first above written.
CITY OF SAN RAFAEL
JIM SCH TZ, NXM Hager
ATTEST:
LINDSAY LARA, City Clerk
APPROVED AS TO FORM:
ROBERT F. EPSTEIN, Cit Attom y
9
CONTRACTOR
By: ' �. VjA,
Name: David Huebner
Title: Founder and Principal
[If Contractor is a corporation, add signature of
second corporate officer]
By:.
Name:
Title:
Exhibit A
Statement of Work
Process Mapping for
Permit Management System
Prepared by Lalo Consulting
Version 1.3
April 2nd, 2020
W
Introduction
More about the team
Our approach
User -centered research
Data -driven
Iterative
Phases and timeline
Phase 1: Discovery and user experience research
Phase 2: Iterative documentation development
Phase 3: Process refinement/design and wrap-up
All phases: Project management
Price proposal
Budget
Introduction
Dear Ethan and Rebecca,
Lalo Consulting is pleased to present this statement of work to the City of San Rafael to lead the
process mapping phase for the permit management system project.
Our enclosed proposal provides an overview as to how we would approach this project and
support the City of San Rafael in meeting the following goals:
• Developing a permit inventory and prioritization report
• Process mapping existing permit categories, including workflow and journey maps, for
use during development sprints
• Making recommendations for streamlining permit category processes
Lalo Consulting is a small agile development and design research agency with extensive
experience implementing user -centered, data -driven, and iterative approaches to redesigning
systems and services.
One of our areas of expertise is researching, building, and implementing solutions to reimagine
the way mission -driven organizations, namely governments, are delivering services to their
constituents.
As an example, we have spent the last two years working with the City and County of San
Francisco (CCSF) on their Hiring Modernization Project (HMP). The first phase of that work had
four key components:
• Carrying out a comprehensive set of workshops to understand the current hiring process
and existing pain points as well documenting opportunities for improvement across
systems, processes, and rule changes
• Supporting and implementing the Department of Human Resources stakeholder
engagement strategy
• Identifying and establishing recommendations for the redesign of the hiring process
based on testing and prototyping
• Developing a procurement strategy for the technology that will support the redesigned
hiring process and stress -testing the market by publishing a Request for Information
(RFI) and analyzing vendor responses
3
We think this recent experience with CCSF coupled with our firms' deep experiences working
with organizations to understand and reimagine existing services positions us incredibly well for
this project.
We hope to have the opportunity to work with the City of San Rafael and thank you for
considering our proposal.
Sincerely,
va�
David Huebner
Founder and Principal, Lalo Consulting
0
More about the team
The work outlined in this statement of work will be completed by David Huebner and Denise
Sauerteig. They provide a wide range of skill sets to successfully complete the work.
Denise Sauerteig is a design researcher with over 15 years experience partnering with
government agencies around the US, Latin America, and the Middle East. She leverages
research methods and user -centered design to support partners in providing more equitable
access to government services. Her expertise allows clients to better understand, transform,
and scale their services for all citizens, residents, and stakeholders. Denise recently led design
research for educational technology and media initiatives at KQED (an NPR/PBS affiliate) and
provided research consulting for PBS Education and PBS affiliate stations. Prior to KQED,
Denise spent several years as a social science researcher at SRI International. Here she
conducted research and evaluation on educational initiatives in the U.S. and Latin America with
funding from the National Science Foundation, the U.S. Department of Education, and various
private philanthropies. Denise holds a BA in Psychology from Emory University and an MA in
International Comparative Education from Stanford University.
David Huebner is a product strategist and project manager specializing in data analytics and
organizational management. In addition to founding and leading Lalo Consulting, he recently
worked at Code for America where he led a Talent Initiative partnering with governments to
improve their people practices to ensure they can hire and retain technologists to deliver
services most effectively. Previously, David worked at Google as a Manager on a strategy,
analytics and effectiveness team focusing on hiring and people services. Before that, David was
a founder and chief product officer for a venture -backed startup and currently is an advisor to a
number of other startups and not-for-profit organizations. David holds a BA in Social Studies
from Harvard University and an MBA and MA from Wharton and the University of Pennsylvania.
Though we are confident this team has the skill sets needed to meet the goals outlined above,
we strongly believe that this project will be most successful if there is strong support on the City
of San Rafael's side as well. Based on our previous work, we know how critical it is to have 1)
strong leadership providing direction and air cover, 2) an internal point -of -contact serving as a
liaison between us as consultants and key stakeholders at other departments, and 3) subject
matter experts to understand the processes and systems that govern permitting.
Our approach
We structure our work around three core themes:
• User -centered research
• Data -driven
• Iterative
User -centered research
Research is at the core of all our engagements. This ensures that we have accurate problem
definition, are delivering solutions that actually meet user needs, and understand the trade-offs
that come with every solution. We use a wide range of methods since our clients have varying
levels of comfort and familiarity with research methods. Some of our most effective methods
have included: participatory design workshops, ideation workshops, focus groups, one-on-one
interviews, policy and rule analysis, and lightweight prototyping.
Data -driven
Our work is grounded in the information and data (qualitative and quantitative) collected during
the discovery phase as well subsequent phases of the work. It is key for us to understand/define
metrics of success and build upon those to benchmark our work.
Iterative
As one analyzes the data described previously, it is important to ensure new processes and
tools are structured in a way where they can be tweaked and iterated upon easily. We deliver
our work in short iterative cycles adapting each delivery to the feedback from the last cycle.
These cycles allow for maximum feedback from stakeholders and to course correct as needed.
Phases and timeline
With these concepts in mind, we foresee three main phases needed for the work being outlined
here:
• Phase 1: Discovery and user experience research
o Initial discovery to finalize engagement strategy including identifying key
stakeholders, partners, and primary user groups, and solidifying logistics
Information collection through workshops, interviews, shadowing sessions, and
usability studies
• Phase 2: Iterative document development
o Iteration on documentation including process maps
• Phase 3: Process refinement/design and wrap-up
o Development of recommendations for process improvement
o Wrap-up
D
Please note that we usually break up our work into two-week sprints which allows for quick
iterations and to easily_ course -correct as needed. Also, we assume that when all is said and
done (e.g. accounting for administrative work, etc.) our team members end up averaging 30-35
billable hours per week and that is factored into our estimates below.
Phase 1: Discovery and user experience research
Estimated time: Two -and -a -half (five weeks) - approx. 105 hours (-.7 resource)
Resources:
• Strategy advisor (.2)
• Researcher/Service designer (.5)
Goals:
• Development of an engagement strategy that includes the following:
o Overview of the strategy
o Resource requirements for engagements (including facilities, staffing, etc.)
• Facilitation guide
• Facilitator notes
• Scheduling and facilitation of stakeholder engagements including proper documentation
and analysis of these engagements to be used for subsequent work.
Methods: Workshops, shadowing, interviews, usability studies
Deliverables:
• Stakeholder engagement agenda and facilitation notes
• Stakeholder engagement notes and analysis
• Permit inventory and draft of prioritization report
Phase 2- Iterative documentation development
Estimated time: Two sprints (4 weeks) - approx. 90 hours (-.75 resource)
Resources:
• Strategy advisor (.25)
• Service designer/designer (.5)
7
Goals:
• Production of reliable journey maps incorporating stakeholder feedback
• Deeper understanding of Camino platform including structure, user types and flexibility of
platform
Methods: Frequently sharing drafts and collecting feedback from key stakeholders; working
sessions with Camino potentially including beta testing existing platform
Deliverables:
• Process mapping existing permit categories, including workflow and journey maps for
primary user groups (as defined during discovery phase).
Phase 3 Process refinement/design and wrap-up
Estimated time: Two -and -a -half sprints (5 weeks) - approx. 105 hours (—.7 resource)
Resources:
• Strategy advisor (.2)
• Service designer/designer (.5)
Goals:
• Dive deeper on specific parts of the process to document specific changes that would
allow the City to solve for low -hanging fruit solutions versus more involved solutions
• Prototype and test process changes so that we can measure the impact and make
recommendations for longer term changes
Methods: Ideation sessions, prototyping workshops, working sessions with Camino to ensure
recommended process improvements are understood within their platform
Deliverables:
• Output from ideation sessions and/or prototyping workshops
Illustrations of process maps and/or journey maps of existing permit categories
as identified in Phase 2
Illustrations of process maps and/or journey maps documenting specific changes
identified in Phase 3
8
Final report that summarizes the work conducted, outlines major findings, and includes
recommendations for process improvement
Documentation of specific municipal code or policy changes identified in Phase 3
which would require City Council or voter approval
* Documentation of technical recommendations necessary for a permit
management system for the specific changes identified in Phase 3
o Recommendations for performance metrics to measure effectiveness of a new
permit management system
o Recommendations of additional technology solutions to supplement a permit
management system
* Recommendations for prioritization and evaluation acceptance metrics of
technology build -out sprints
All phases Project management
Throughout this process it will of course be critical that we provide strong project management
support and very structured and consistent stakeholder management.
In order to do this effectively we recognize the importance of well -coordinated communication
between all parties involved, timely delivery of deliverables (service blueprints, process
improvement recommendations) and nuanced guidance on how to influence and get further
buy -in on this methodology and approach. This project management work has been assumed
in the estimates for each phase outlined above.
Deliverables:
• Project Status Document — to be updated weekly for internal and external meetings
Price proposal
The work for the project will be billed time and materials with a target number of hours per
phase as outlined above. The City of San Rafael will be notified if work exceeds the target and
further hours will only be billable if authorized in writing by the City of San Rafael. All services
will be billed at a discounted rate of $150 per hour. Lalo Consulting's standard hourly rate for
private sector clients is between $175 and $200 depending on the length of project. Because of
9
our strong belief in the importance of doing this work for governments we want to offer this
discounted rate.
Budget
In summary, the approximate budget for the project would be $45,000.
10
CONTRACT ROUTING FORM
INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below.
TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER:
Contracting Department: Community Development
Project Manager: Ethan Guy
Extension: x2392
Contractor Name: Lalo Consulting, LLC
Contractor's Contact: David Huebner
Contact's Email: david@laloconsulting.com
❑ FPPC: Check if Contractor/Consultant must file Form 700
Step
RESPONSIBLE
DESCRIPTION
COMPLETED
REVIEWER
DEPARTMENT
DATE
Check/Initial
1
Project Manager
a. Email PINS Introductory Notice to Contractor
4/6/2020
®EBG
b. Email contract (in Word) & attachments to City
4/6/2020
6
City Attorney
City Attorney
Atty c/o Laraine.Gittens@cityofsanrafael.org
©EBG
2
a. Review, revise, and comment on draft agreement
4/14/2020
© LG
9A
and return to Project Manager
4/14/2020
© LG
-U( 2eg11
b. Confirm insurance requirements, create Job on
(N/A)
PINS, send PINS insurance notice to contractor
Forward two (2) originals of final agreement to 4/14/2020
3
Project Manager
❑x EBG
contractor for their signature
When necessary, * contractor -signed agreement '- N/A
4
Project Manager
agendized for Council approval
*PSA > $75,000; or Purchase > $75,000; or Or
®EBG
Public Works Contract > $175,000
9 City Clerk Attest signatures, retains original agreement and b�/�6/�
forwards copies to Project Manager [.'�
�
Date of Council approval Click here toenter
a date.
PRINT
CONTINUE ROUTING PROCESS WITH HARD COPY
Forward signed original agreements to City 4/23/20
5
Project Manager
EBG
Attorney with printed copy of this routing form
Review and approve hard copy of signed
y/212d7'
6
City Attorney
agreement
7
City Attorney
Review and approve insurance in PINS, and bonds
9A
City Manager / Mayor
(for Public Works Contracts) _
Agreement executed by Council authorized official
-U( 2eg11
8
9 City Clerk Attest signatures, retains original agreement and b�/�6/�
forwards copies to Project Manager [.'�