Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutCM Website Consulting ServicesAGREEMENT FOR PROFESSIONAL SERVICES
FOR WEBSITE CONSULTING SERVICES
This Agreement is made and entered into this 30th day of November, 2015, by and between
the CITY OF SAN RAFAEL (hereinafter "CITY"), and NEXLEVEL INFORMATION
TECHNOLOGY, INC. (hereinafter "CONTRACTOR").
RECITALS
WHEREAS, on June 16, 2014, the City Council accepted an Information Technology
Project Roadmap Report, which identified the need for new website tools and web -based handling
of public requests; and
WHEREAS, on January 20, 2015, the City Council adopted a Community Engagement
Action Plan and as part of the plan, the City convened an internal Communication Action Team to
spearhead implementation of the plan through prioritization and planning; and
WHEREAS, through its prioritization efforts, the Communication Action Team identified a
new City website and an inquiry tracking system as major priorities; and
WHEREAS, Nexlevel brings a methodology and toolset designed to address the unique
needs of municipal technology procurements, and provided exceptional expert technology
consulting services for the development of the City of San Rafael "Information Technology
Roadmap."
AGREEMENT
NOW, THEREFORE, the parties hereby agree as follows:
1. PROJECT COORDINATION.
A. CITY'S Project Manager. The Senior Management Analyst 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. Terry Hackleman 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/or provide services as described in Exhibit
"1" attached and incorporated herein.
Rev. Date: 7130115 1 ORIGINAL
3. DUTIES OF CITY.
CITY shall pay the compensation as provided in Paragraph 4, and perform the duties as
described in Exhibit "1" attached and incorporated herein.
4. COMPENSATION.
For the full performance of the services described herein by CONTRACTOR, CITY shall
pay CONTRACTOR as described in Exhibit "1" attached and incorporated herein, in a total
amount not to exceed $9,975.00 including reimbursement of expenses.
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 8 months commencing on December 1, 2015 and
ending on July 31, 2016. 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 6
months.
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.
Rev. date: 7 30 15
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. An automobile liability (owned, non -owned, and hired vehicles) insurance
policy in the minimum amount of one million dollars ($1,000,000) dollars per occurrence.
3. 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.
4. If it employs any person, CONTRACTOR shall maintain worker's
compensation and employer's liability insurance, as required by the State Labor Code and other
applicable laws and regulations, and as necessary to protect both CONTRACTOR and CITY
against all liability for injuries to CONTRACTOR's officers and employees. 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:
Rev. date: 7 30 15
1. Except for professional liability insurance, the insurance policies shall be
specifically endorsed to include the CITY, its officers, agents, employees, and volunteers, as
additionally named insureds under the policies.
2. The additional insured coverage under CONTRACTOR'S insurance
policies shall be primary 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 0104 13.
3. Except for professional liability insurance, the insurance policies shall
include, in their text or by endorsement, coverage for contractual liability and personal injury.
4. The insurance policies shall be specifically endorsed to provide that the
insurance carrier shall not cancel, terminate or otherwise modify the terms and conditions of said
insurance policies except upon ten (10) days written notice to the PROJECT MANAGER.
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.
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.
Rev. date: 7 30 15 4
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, CONTRACTOR shall, to the fullest extent permitted by law,
indemnify, release, defend and hold harmless the City Indemnitees from and against any
CLAIMS that arise out of, pertain to, or relate to the negligence, recklessness, or willful
misconduct of CONTRACTOR in the performance of its duties and obligations under this
Agreement or its failure to comply with any of its obligations contained in this Agreement,
except such CLAIM which is caused by the sole negligence or willful misconduct of CITY.
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
Rev. date: 7: 30115 5
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: Rebecca Woodbury
City of San Rafael
1400 Fifth Avenue
P.O. Box 151560
San Rafael, CA 94915-1560
TO CONTRACTOR's Project Director: Terry Hackleman
Nexlevel Information Technology, Inc.
6829 Fair Oaks Boulevard, Suite 100
Carmichael, CA 95608
Rev. date: 7 30 15
16. INDEPENDENT CONTRACTOR.
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.
Rev. date: 7 30 15 7
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. APPLICABLE LAW.
The laws of the State of California shall govern this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month
and year first above written.
CITY OF SAN RAFAEL
J SC M, City 4an ger
ATTEST:
ESTHER C. BEIRNE, City Clerk
APPROVED AS TO FORM:
'QPSTEIN, City Atto<
ROBERT F. Erney
Rev. date: 7 30A5
CONTRACTOR
By:
Name: —Ter r n RUGK��✓�
Title: (Y cf ac,l
EXHIBIT 1
November 16, 2015
Rebecca Woodbury
Senior Management Analyst
City of San Rafael
P.O. Box 151560
1400 Fifth Avenue, Room 203
San Rafael, CA 94915-1560
Dear Ms. Woodbury:
S �A
NexLevel is pleased to present this statement of work to assist the City of San Rafael with your
website initiative. It is our understanding that the City's goal is to obtain consulting assistance
with the procurement and selection of a new website, intranet, CRM, and content management
system (CMS). This proposal letter discusses our recommended approach, scope of work, level
of effort, and cost.
Our Methodology and Approach
NexLevel brings the City a proven methodology and toolset specifically designed to address the
unique needs of municipal technology procurements. Our methodology is designed to ensure
an organization fully understands and is prepared to implement the selected solution.
It is our understanding that the City seeks to partner with a consulting company that has the
vision and leadership in procuring and implementing technology solutions. NexLevel brings the
City the experience, expertise, and proven methods to help ensure project success. NexLevel
has developed a comprehensive methodology designed specifically to meet the unique needs of
municipalities seeking to procure and implement new technologies. This methodology is based
on our hands-on experience in working with public sector clients, and continues to evolve as
new best practices are identified. Even under the best circumstances the risks associated with
implementing new technology can be significant. Using our proven, structured methodology will
minimize the risk and ensure that the organization is prepared to implement and accept the
change imposed with the development of a new website, intranet, CRM, and CMS.
NexLevel believes that a critical component of this project is to ensure that the stakeholders,
Communications Action Team, and staff impacted understand the trade-offs, resources, risks,
and timelines associated with the project approach, and have appropriate expectations prior to,
and throughout, the project life cycle. To accomplish this, NexLevel's approach includes the
following guiding principles:
Focus on an open and collaborative process that encourages a consensus among the
participants and a shared commitment to the successful and timely procurement
and implementation;
NexLevel Information Technology, Inc
6829 Fair Oaks Boulevard, Suite 100, Carmichael, CA 95608
916-692-2000, ext. 201 - www.nexleveliit.com
EXHIBIT 1
2 1 P a g e City of San Rafael - Website Consulting Services Proposal
♦ Use a structured, proven approach to ensure comprehensive understanding of
requirements and business needs at all levels of the City;
♦ Fully identify and disclose the potential opportunities as well as the risks involved
and provide realistic risk management and mitigation strategies;
♦ Ensure that stakeholders and users maintain realistic expectations throughout the
process regarding the potential benefits resulting from the implementation of the
new technology, as well as changes that may be required in processes and
organizational culture;
0 Ensure that the selected vendor has a long-term commitment to the market, as well
as the ability to support implementation efforts and to maintain and enhance the
solution in the future; and
Is Establish solid project management practices from the outset of the project,
including highly realistic plans that provide for contingencies.
Scope of Work
To help ensure the organizations needs are met, NexLevel recommends the City conduct the
website replacement project in a structured manner. To that end, NexLevel proposes a four
phased approach that includes:
♦ Phase 1- Initiate
♦ Phase 2 - Requirements
♦ Phase 3 - RFI Development
♦ Phase 4 - Selection
Detailed information on each phase is provided on the following pages.
NexLevel Information Technology, Inc.
6829 Fair Oaks Boulevard, Suite 100, Carmichael, CA 95608
916-692-2000, ext. 201- www.nexlevelit.com
EXHIBIT 1
3 1 P a g e City of San Rafael - Website Consulting Services Proposal
Phase 1- Initiate
As project management professionals, NexLevel recognizes the importance of applying a formal
project management framework to this project to ensure that it meets objectives and is
delivered on-time and on -budget. The purpose of the Initiate Phase is to prepare for, and
initiate, the project with a well-defined plan. This phase includes confirming our understanding,
as well as the understanding of the stakeholders and Communications Action Team, regarding the
scope of work and the process for accomplishing the overall objectives of the project. The
following table provides a detailed discussion of what each task will entail.
Table 1— Initiate Phase Tasks and Deliverables
1.1 Project Sponsor Planning Meeting
TASK DESCRIPTION: NexLevel will meet via teleconference with the City's Project Sponsor
and other key staff (Communications Action Team) to review and discuss the scope of work,
project timeline, deliverables, project status methods, project participants (i.e. sponsor,
subject matter experts, technical resources, etc.), and other items to ensure a well-planned
project. During this meeting, NexLevel will discuss the tools and templates that will be
leveraged, and will also request that the City establish a Website Selection Team (which
could be the Communications Action Team).
1.2 Kickoff Meeting
TASK DESCRIPTION: Since the project will have an enterprise -wide impact, it is important to
proactively communicate with all impacted staff to ensure a clear understanding of project
goals and objectives, roles and responsibilities, approach, tasks, and timeline. The Kickoff
Meeting also provides the opportunity to introduce the NexLevel team to City staff and
should involve senior level management and project sponsors to provide introduction of this
Citywide endeavor. The Kickoff Meeting will be held onsite in conjunction with the
subsequent Systems Requirements Interviews in Phase 2 below.
DELIVERABLE: Kickoff Meeting Presentation
Phase 2 - Requirements
In this phase, NexLevel will facilitate the development of the functional requirements. This phase
will allow NexLevel to develop an accurate and clear understanding of the current environment, as
this provides the initial baseline from which alternatives will be evaluated. In addition, during this
phase it is necessary to identify and prioritize new system features and functions that need to be
met. A key success factor to selecting a best fit solution is having a comprehensive understanding of
the City's true needs and requirements. The following table provides a detailed discussion of
what each task will entail.
Table 2 — Requirements Phase Tasks and Deliverables
2.1 Request and Review Documentation
TASK DESCRIPTION: NexLevel will request documentation to familiarize ourselves with the
current environment, processes, procedures, policies, organizational responsibilities, reports,
technical documentation, etc. related to its current web environment.
DELIVERABLE: Documentation Request Listing
NexLevel Information Technology, Inc
6829 Fair Oaks Boulevard, suite 100, Carmichael, CA 95608
916-692-2000, ext. 201- unuw.nexlevelit.com
EXHIBIT 1
4 1 P a g e City of San Rafael - Website Consulting Services Proposal
2.2 Conduct Requirements Interviews / Workshops
TASK DESCRIPTION: Prior to arrival for onsite activities, NexLevel will provide the City with a
pre -interview questionnaire for departments to complete that will help identify critical needs
for a new website. Utilizing the questionnaire as a base, NexLevel will facilitate a series of
thirty minute interviews / workshops with City departments to further identify mandatory
and desired features for the new website, including for example content management needs,
tools utilized to post and edit content, social media needs, and whether or not the site will be
hosted by the vendor. The interviews will also gather information about items that staff has
identified as a result of public input regarding the current website in order to help ensure the
new site satisfies the needs of the City's customers.
Phase 3 - RFI Development
NexLevel will prepare an RFI outlining the business and new system requirements. NexLevel will
bring the City proven RFI templates and methods, with the ability to quickly modify them to
meet any of the City's purchasing guidelines and requirements. The tasks in this phase will
consolidate all relevant information gathered in the prior phases to create an RFI that clearly
defines the requirements and objectives of the City. The following table provides a detailed
discussion of what each task will entail.
Table 3 — RFI Development Phase Tasks and Deliverables
13.1 Vendor Identification
TASK DESCRIPTION: NexLevel will assist the City with identifying proven municipal website
vendors that the City wishes to consider.
13.2 Develop Draft RFI and Review with City
TASK DESCRIPTION: NexLevel will work with the City staff to draft an RFI based on
information gathered during the Requirements phase. NexLevel will provide a draft RFI to
City for review and comment. NexLevel will facilitate the completion of a final RFI for
distribution to the vendor community.
DELIVERABLE: Draft and Final RFI
Phase 4 - Selection
To select the most appropriate website solution, the City should follow a structured selection
methodology. The ultimate goal of this project is to ensure the selection of the "best fit" long-
term solution forthe City. Up to this point in the project, the City will have invested heavily in
establishing the foundation upon which a best fit selection will be made. The tasks in this phase
are focused on ensuring a careful and detailed review of information provided in response to
the RFI, as well as independent research, validation and verification of content. The following
table provides a detailed discussion of what each task will entail.
NexLevel Information Technology, Inc.
6829 Fair Oaks Boulevard, Suite 100, Carmichael, CA 95608
916-692-2000, ext. 201- www.nexlevelit.com
EXHIBIT 1
5 1 P a g e City of San Rafael - Website Consulting Services Proposal
Table 4—Selection Phase Tasks and Deliverables
4.1 Prepare Selection Team
TASK DESCRIPTION: NexLevel will work with the City to prepare a Selection Team
evaluator's packet that includes a clear description and direction of the evaluation
methodology. The packet will also include a scoring template to assist the evaluators in
tabulating their results.
DELIVERABLE: Evaluation Scoring Methodology and Matrix Template
4.2 Review and Score Proposals
TASK DESCRIPTION: The Selection Team will review and rate the proposals according to the
evaluation criteria. NexLevel will perform a high level review of the proposals and will assist
the City in arriving at a preliminary evaluation scoring matrix that identifies a short list of
preferred vendors.
DELIVERABLE: Evaluation Scoring Matrix
4.3 Prepare for Proof -of -Capabilities (POC)
TASK DESCRIPTION: Conducting proof -of -capabilities (POC) sessions with short listed
vendors is a key component of the selection process. This provides the vendors with the
opportunity to fully demonstrate their solutions using City provided demonstration scenarios
and scripts. As part of this task, NexLevel will provide sample POC scripts for the City to
review, edit and distribute to the short listed vendors.
DELIVERABLE: Sample POC Scripts
4.4 Facilitate POC Meetings
TASK DESCRIPTION: NexLevel will facilitate the POC sessions to keep vendors on schedule
and ensure all POC scripts are completed. At the conclusion of each vendor POC session,
NexLevel will facilitate a debrief meeting with the evaluators to capture feedback and update
the evaluation scoring matrix accordingly.
4.5 Identify Finalist
TASK DESCRIPTION: The Selection phase of the project concludes with identifying the
preferred vendor.
City Roles and Responsibilities
Key to the success of any website implementation project is the active participation of the client
in the process. As such, NexLevel anticipates that the City will be responsible for performing the
following roles during the website procurement and selection:
♦ Project Sponsorship —The City will be responsible for Project Sponsorship, setting
overall strategic direction and functioning as the final escalation point for project issues.
♦ Project Oversight — The City will assign an individual to function as the primary contact
for NexLevel. The Project Oversight individual will take a lead role in the overall project,
including scheduling meetings, coordinating with vendors and City staff, assisting in
resolving issues, facilitating logistics, monitoring progress and schedule, providing
guidance to the project and team, and reporting status to the City's Project Sponsor.
NexLevel recognizes that the City may assign a single individual to perform the Project
Sponsorship and Oversight.
NexLevel Information Technology, Inc
6829 Fair Oaks Boulevard, Suite 100, Carmichael, CA 95608
916-692-2000, ext. 201 - www.nexieveliit.com
EXHIBIT 1
6 1 P a g City of San Rafael - Website Consulting Services Proposal
Selection Team —The City will be responsible for assigning staff that will serve on the
Selection Team for the website. Team members should have a detailed understanding
of current business practices, policies, and procedures for website management.
Procurement and Legal Support —The City will be responsible for assigning
representatives from the City's procurement and legal functions to provide input and
review draft procurement documents to ensure they align with City standards.
Project Cost and Proposed NexLevel Resource
NexLevel recognizes that the City has a limited budget to hire a consultant to support this
project. NexLevel commits to working with the City on a task -by -task basis such that the City
can take on some tasks to ensure that all facets of the project can be completed. Working
collaboratively with the City will help ensure that NexLevel resources are used efficiently and
that the project can be completed within budget.
Based on past experience, this type of project would require approximately 110 hours. The
exact hours can vary depending upon many factors such as the vendor proposals received, City
staff involvement, ability for staff to reach consensus on requirements, and the City's ability to
quickly evaluate the vendors. As such, this budget would need to be managed carefully to
ensure the City has the consulting resources necessary to complete the project.
Because the City has a limited budget available for this project, NexLevel has proposed an
abbreviated approach that will require active participation from City resources. With active City
staff participation and support, NexLevel is recommending that the City establish a budget of 55
hours. At our current billing rate of $165, NexLevel proposes working with staff to complete the
tasks outlined above for $9,075.
NexLevel will bill the City monthly based on actual hours worked. As our history has shown, we
will work with the City on a task basis so that you can proactively manage the consulting hours
by assuming tasks that City resources are capable of performing —thereby, potentially reducing
the consulting expenditures.
For this project, NexLevel is proposing the use of Ms. Linda Lang. Ms. Lang has completed
similar projects for other clients, and is currently actively involved with the City of Coronado's
website replacement project. In addition, Ms. Lang has participated in several IT Assessment
and Strategic Plans for municipalities, and is very familiar with local government operations.
She has extensive experience and knowledge regarding website development and
implementation, electronic content management, and document management systems.
Ms. Lang is located in Southern California, and we believe this project will require 2 trips to San
Rafael. NexLevel is estimating travel expenses at $900. NexLevel will bill the City actual travel
expenses. Prior to incurring any travel expenses, NexLevel will obtain City approval.
NexLevel Information Technology, Inc
6829 Fair Oaks Boulevard, Suite 100, Carmichael, CA 95608
916-692-2000, ext. 201 - www.nexleveliit.com
EXHIBIT 1
7 1 P a g e City of San Rafael - Website Consulting Services Proposal
We welcome the opportunity to provide these services to the City of San Rafael. Please do not
hesitate to contact me if you have any questions. I can be reached at 916-692-2000, extension
201 or by email at terrv.hackelman@nexlevelit.com
Sincerely,
Terry Hackelman
Managing Principal
NexLevel Information Technology, Inc.
6829 Fair Oaks Boulevard, Suite 100, Carmichael, CA 95608
916-692-2000, ext. 201 - www.nexleveliit.com
NEXLINF-01 LRODEN
ACORD CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY)
`16ft/ 11/30/2015
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER 1CONTACT
NAME:
Premier Agency, Inc. PHONE 784-1008 FAX 916 784-8116
5 Sierra Gate Plaza 2nd FI �ac No.
E,,:(916) (A/C, Nol: ( )
Roseville, CA 95678 ADDRESS:
1
INSURER(S) AFFORDING COVERAGE NAIC N
1INSURER A:Travelers Property Casualty Company of America 25674
INSURED
INSURER B
Nexlevel Information Technology, Inc. [:N
NSURER C:
6829 Fair Oaks Blvd Ste 100 SURER D:
Carmichael, CA 95608 I INSURER E:
1 INSURER F:
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR ADDL SUER POLICY EFF POLICY EXP
LTR TYPE OF INSURANCE INSO WVD POLICY NUMBER (MM/DD/YYYYI (MMIDD/YYYY) . LIMITS
A X I COMMERCIAL GENERAL LIABILITY I EACH OCCURRENCE $ 1,000,000
CLAIMS -MADE r OCCUR X ZLP13N222951515 05/01/2015 05/01/2016 I UAMAUt_ I U RLN I Lu500 000!
PREMISES (Ea occurrence) $ r
MED EXP (Any one person) $ 10,000)
I PERSONALS ADV INJURY $ 1,000,0001
GEN'L AGGREGATE LIMIT APPLIES PER: } GENERAL AGGREGATE $ 2,000,0001
POLICY JELOC
Emp Ben.
OTHER:
1,000,0001
AUTOMOBILE LIABILITY
COMBINED SINGLE LIMIT
(Ea accident)
A ANY AUTO
BA8141 X9881 STEC
ALL OWNED SCHEDULED
BODILY INJURY (Per person)
AUTOS AUTOS
1
X X
BODILY INJURY (Per accident)
HIRED AUTOS AUTONONOWNED
S
X UMBRELLA UAB OCCUR
PROPERTY DAMAGE
A EXCESS LIAB CLAIMS -MADE
ZUP13N223381515
DED RETENTION $ 01
(Per accident)_
(�X
WORKERS COMP'kNBATION
AND EMPLOYERS' LIABILITY Y/ N
A ANY PROPRIETOR/PARTNER/EXECUTIVE
HJUB7615XO0315
OFFICER/MEMBER EXCLUDED? N / A
EACH OCCURRENCE
(Mandatory in NH)
1,000,0001
K yes, describe under
AGGREGATE
DESCRIPTION OF OPERATIONS below
1,000,0001
A Professional Liab
ZPL14R360811515
PRODUCTS-COMP/OPAGG $ 2,000,0001
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required)
The City, its officers, agents, employees, and volunteers are additionally insured per attached endorsement Insurance is primary and non- contributory.
CERTIFICATE HOLDER
City of San Rafael
1400 Fifth Avenue
San Rafael, CA 94915
ACORD 25 (2014/01)
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
P --h 1-C�
©1988-2014 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
Emp Ben.
$
1,000,0001
COMBINED SINGLE LIMIT
(Ea accident)
$
1,000,0001
05/01/2015 05/01/2016
BODILY INJURY (Per person)
$
1
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
$
(Per accident)_
$
EACH OCCURRENCE
$
1,000,0001
05/01/2015 05/01/2016
AGGREGATE
$
1,000,0001
s
X PR STATUTE ERH
05/01/2015 05/01/2016
_
EL.EACH ACCiDENTs
1,000,000
E L. DISEASE - EA EMPLOYEE
$
1,000,0001
E.L DISEASE -POLICY LIMIT
$
1,000,0001
05/01/2015 05/01/2016
Limit
2,000,0001
i
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required)
The City, its officers, agents, employees, and volunteers are additionally insured per attached endorsement Insurance is primary and non- contributory.
CERTIFICATE HOLDER
City of San Rafael
1400 Fifth Avenue
San Rafael, CA 94915
ACORD 25 (2014/01)
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
P --h 1-C�
©1988-2014 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BLANKET ADDITIONAL INSURED
CONTRACTORS OPERATIONS)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
1. WHO IS AN INSURED - (Section 11) is
amended to include any person or or-
ganization that you agree in a "written
contract requiring insurance" to include
as an additional insured on this Coverage
Part, but:
(a) Only with respect to liability for
"bodily injury". "property damage" or
"personal injury"; and
(b) If, and only to the extent that, the
injury or damage is caused by acts
or omissions of you or your subcon-
tractor in the performance of "your
work" to which the "written contract
requiring insurance" applies. The per-
son or organization does not qualify
as an additional insured with respect
to the independent acts or omissions
of such person or organization.
2. The insurance provided to the additional
insured by this endorsement is limited
as follows:
(a) In the event that the Limits of Insur-
ance of this Coverage Part shown in
the Declarations exceed the limits of
liability required by the "written con-
tract requiring insurance", the insur-
ance provided to the additional in-
sured shall be limited to the limits of
liability required by that "written con-
tract requiring insurance". This en-
dorsement shall not increase the lim-
its of insurance described in Section
III - Limits Of Insurance.
(6) The insurance provided to the addi-
tional insured does not apply to
"bodily injury", "property damage" or
"personal injury" arising out of the
rendering of, or failure to render, any
professional architectural, engineering
or surveying services, including:
L The preparing, approving, or fail-
ing to prepare or approve, maps,
shop drawings, opinions, reports,
surveys, field orders or change
orders, or the preparing, approv-
ing, or failing to prepare or ap-
prove, drawings and specifications;
and
iii. Supervisory, inspection, architec-
tural or engineering activities.
(C) The insurance provided to the addi-
tional insured does not apply to
"bodily injury" or "property damage"
caused by "your work" and included
in the "products -completed operations
hazard".
3. The insurance provided to the additional
insured by this endorsement is excess
over any valid and collectible "other in-
surance", whether primary, excess, con-
tingent or on any other basis, that is
available to the additional insured for a
loss we cover under this endorsement.
However, if the "written contract requir-
ing insurance" specifically requires that
this insurance apply on a primary basis
or a primary and non-contributory basis,
this insurance is primary to "other insur-
ance" available to the additional insured
which covers that person or organization
as a named insured for such loss, and
we will not share with that "other insur-
ance". But the insurance provided to the
additional insured by this endorsement
still is excess over any valid and col-
lectible "other insurance", whether pri-
mary, excess, contingent or on any other
basis, that is available to the additional
insured when that person or organization
is an additional insured under such
"other insurance".
4. As a condition of coverage provided to
the additional insured by this endorse-
ment:
(a) The additional insured must give us
written notice as soon as practicable
of an "occurrence" or an offense
which may result in a claim. To the
extent possible, such notice should
include:
L How, when and where the "occur-
rence" or offense took place;
iii. The names and addresses of any
injured persons and witnesses; and
CG D2 48 08 05 ® 2005 The Travelers Indemnity Company. All rights reserved. Page 1 of 2
COMMERCIAL GENERAL LIABILITY
III. The nature and location of any in-
jury or damage arising out of the
"occurrence" or offense.
(h) If a claim is made or "suit" is
brought against the additional insured,
the additional insured must:
L Immediately record the specifics
of the claim or "suit" and the
date received; and
ii. Notify us as soon as practicable. 5.
The additional insured must see to it
that we receive written notice of the
claim or "suit" as soon as practica-
ble.
(c) The additional insured must immedi-
ately send us copies of all legal pa-
pers received in connection with the
claim or "suit", cooperate with us in
the investigation or settlement of the
claim or defense against the "suit",
and otherwise comply with all policy
conditions.
(d) The additional insured must tender
the defense and indemnity of any
claim or "suit" to any provider of
"other insurance" which would cover
the additional insured for a loss we
cover under this endorsement. How-
ever, this condition does not affect
whether the insurance provided to the
additional insured by this endorse-
ment is primary to "other insurance"
available to the additional insured
which covers that person or organiza-
tion as a named insured as described
in paragraph 3. above.
The following definition is added to
SECTION V. - DEFINITIONS:
"Written contract requiring insurance"
means that part of any written contract
or agreement under which you are re-
quired to include a person or organiza-
tion as an additional insured on this
Coverage Part, provided that the "bodily
injury" and "property damage" occurs
and the "personal injury" is caused by
an offense committed:
a. After the signing and execution of
the contract or agreement by you;
b. While that part of the contract or
agreement is in effect; and
C. Before the end of the policy period.
Page 2 of 2 0 2005 The Travelers Indemnity Company. All rights reserved. CG D2 48 08 05
w
I-
0
N
0
ti
ID
N
IT
COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE HEAD IT CAREFULLY.
OTHER INSURANCE - ADDITIONAL INSUREDS - PRIMARY AND
NON-CONTRIBUTORY WITH RESPECT TO CERTAIN OTHER
INSURANCE
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
The following is added to Paragraph 4. a,
Primary Insurance, of SECTION IV —
COMMERCIAL GENERAL LIABILITY CONDITIONS:
However, if you specifically agree in a writ-
ten contract or agreement that the insurance
afforded to an additional insured under this
Coverage Part must apply on a primary ba-
sis, or a primary and non-contributory basis,
this insurance is primary to other insurance
that is available to such additional Insured
which covers such additional insured as a
named insured, and we will not share with
that other insurance, provided that:
(1) The "bodily injury" or "property damage"
for which coverage is sought is caused
by an "occurrence" that takes place; and
{21 The "personal injury" or "advertising in-
jury for which coverage is sought arises
out of an offense that is committed;
subsequent to the signing and execution of
that contract or agreement by you.
CG 04 25 07 08 0 2008 The Travelers Companies, Inc,
Page t of 1
PROFESSIONAL SERVICES AGREEMENT/CONTRACT
COMPLETION CHECKLIST AND ROUTING SLIP
Below is the process for getting your professional services agreements/contracts finalized and
executed. Please attach this "Completion Checklist and Routing Slip" to the front of your
contract as you circulate it for review and signatures. Please use this form for all professional
services agreements/contracts (not just those requiring City Council approval).
This process should occur in the order presented below.
Step
Responsible
Description
Completion
1
Department
City Attorney
Review, rev" e, and comment on draft
agreement.
Date
/
-� _
2
Contracting Department
Forward final agreement to contractor for
their signature. Obtain at least two signed
11 1 1,10' UO—
originals from contractor.
3
Contracting Department
Agendize contractor -signed agreement for
Council approval, if Council approval
I
necessary (as defined by City Attorney/City
n Q.
Ordinance*).
4
City Attorney
Review and approve form of agreement;
bonds, and insurance certificates and)
endorsements.
5
City Manager / Mayor / or
Agreement executed by Council authorized
Department Head
official.
6
City Clerk
City Clerk attests signatures, retains original
agreement and forwards copies to the
contracting department.
To be completed by Contracting Department:
Project Manager: ,i'1PCCA,WooA6k Project Name: jptij We i
U
Agendized for City Council Meeting of (if necessary): n I Q. FPPC: ❑ , check if required
If you have questions on this process, please contact the City Attorney's Office at 485-3080.
* Council approval is required if contract is over $20,000 on a cumulative basis.
Esther Beirne
From: Lawrence Moss
Sent: Thursday, December 31, 2015 10:52 AM
To: Esther Beirne
Subject: Nexlevel Informaiton Technology: INSURANCE APPROVAL
Esther:
All of NexLevel's documents have been received and insurance is adequate.
Larry Moss
Risk Management Services
City of San Rafael
From: PINS Advantage[ma iIto: no-repl&pinsadvantaae.coml
Sent: Wed 12/30/2015 3:49 PM
To: Lawrence Moss
Subject: Documents have been uploaded on behalf of Nexlevel Informaiton Technology
To: City of San Rafael, Risk Management
The document(s) you requested from Nexlevel Informaiton Technology have been delivered for Next Level
website work. The following document(s) have been uploaded:
• Additional Insured Endorsement, CG20101185 or Equivalent
• Primary Wording & Non Contributory
• Waiver of Subrogation for General Liability Workers Compensation and Automobile
• ACORD Form
Please contact us at the e-mail below should you require anything else.
Insured Email: marvan�,-ela.criner@nexlevelit.com
Job Name: Next Level website work
Certificate #: 300.6974.8162