Loading...
HomeMy WebLinkAboutPW Disaster Cost RecoverySAN RAFAEL THE CITY WITH A MISSION Agenda Item No: 4.b Meeting Date: September 18, 2017 SAN RAFAEL CITY COUNCIL AGENDA REPORT Department: Public Works Prepared by: Bill Guerin, City Manager Approval: Director of Public Works File No.: 16.11.46 TOPIC: DISASTER COST RECOVERY SUBJECT: ADOPT A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AUTHORIZING THE CITY MANAGER TO EXECUTE AN AMENDMENT TO THE PROFESSIONAL SERVICES AGREEMENT WITH KERMANI CONSULTING GROUP, FOR DISASTER COST RECOVERY CONSULTING SERVICES, TO INCREASE THE COMPENSATION FOR A TOTAL NOT -TO -EXCEED AMOUNT OF $95,000 RECOMMENDATION: Adopt the resolution. BACKGROUND: In January 2017, the City of San Rafael, as well as other communities throughout California, experienced a significant storm event. On February 14, 2017, the President declared a major disaster making federal disaster aid available to 34 counties including Marin. From January 3 to January 12, 2017 several 'slipouts' (landslides) occurred which damaged several public roadways as follows: Location Description 70 Irwin Street Significant downhill slipout destabilized the roadway 80 Upper Toyon Significant downhill slipout destabilized the roadway 121 Irwin Street Damaged drainage system from significant uphill debris movement 76 D Street Uphill slipout and debris movement that affected the roadway and drainage systems 21 San Pablo Downhill slipout de -stabilizing the roadway. In addition to the permanent restoration sites listed above the City incurred significant costs in responding to storm damage by removing debris and performing overtime activities to protect residents and keep the transportation system functioning during the event. A portion of this work is reimbursable through Federal Emergency Management Agency (FEMA). FOR CITY CLERK ONLY File No.: 4-3-537 Council Meeting: 09/18/2017 Disposition: Resolution 14390 SAN RAFAEL CITY COUNCIL AGENDA REPORT / Pa2e: 2 Having a consultant familiar with the FEMA process to recover these costs expeditiously is advantageous to the City. In order to properly track and submit all of the necessary applications, paperwork and correspondence with the FEMA and the California Office of Emergency Services (Cal OES), the City hired Kermani Consulting Group to assist with disaster cost recovery and federal paperwork assistance. The City entered into a professional services agreement with Kermani Consulting Group for an amount not to exceed $20,000 on April 30, 2017. ANALYSIS: Representatives from Kermani Consulting Group have been meeting with representatives from FEMA and the Department of Public Works to gather the necessary paperwork and start the reimbursement process. The Department of Public Works has currently submitted the majority of invoices for the debris removal. The City anticipates recovering approximately 80% of the original $400,000 cost for debris removal. However, in the past, FEMA has withheld payment for similar sites requiring the applicant to follow an appeal process for which Kermani Consulting Groups has familiarity. In addition, the permanent restoration sites listed above are currently being designed by Public Works. Navigating the FEMA requirements for receiving reimbursement for these sites will also require knowledge of the FEMA process. Kermani Consulting Group has such knowledge and staff recommends amending their current agreement to increase the current contract compensation by $75,000, for a new "not -to -exceed" amount of $95,000. FISCAL IMPACT: Consulting services for this project are paid for out of City General funds. In general, utilization of a consultant to assist with FEMA paperwork is not reimbursable through the FEMA disaster recovery. Following is a summary of the current funding and expenditures that the Kermani Consulting Group has incurred: Funding Source Description Amount Comments Professional Services Agreement $20,000 Kermani Consulting Group - General Fund Professional Services Agreement $75,000 Kermani Consulting Group —General Fund Amendment Funding Available $95,000 Expenditures Description Amount Comments Kermani Consulting Group $18,534.50 Current Amount Billed Kermani Consulting Group $76,465.50 Estimated Remaining Amount Total Estimated Contract $95,000.00 Amount OPTIONS: 1. The City Council may approve the resolution authorizing the City Manager to execute an amendment to the professional services agreement with Kermani Consulting Group, in a form approved by the City Attorney, increasing the total not -to -exceed amount under the agreement to $95,000. SAN RAFAEL CITY COUNCIL AGENDA REPORT / Pa2e: 3 The City Council may not approve the resolution authorizing the City Manager to execute an amendment to the professional services agreement with Kermani Consulting Group and provide further direction to staff. RECOMMENDED ACTION: Adopt the resolution. ATTACHMENTS: 1. Resolution 2. Professional Services Agreement dated 4/30/17 3. Proposed Agreement Amendment RESOLUTION NO. 14390 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AUTHORIZING THE CITY MANAGER TO EXECUTE AN AMENDMENT TO THE PROFESSIONAL SERVICES AGREEMENT WITH KERMANI CONSULTING GROUP, FOR DISASTER COST RECOVERY CONSULTING SERVICES, TO INCREASE THE COMPENSATION FOR A TOTAL NOT -TO -EXCEED AMOUNT OF $95,000. WHEREAS, in January 2017 the City of San Rafael as well as other communities throughout the State of California experienced a significant storm event; and WHEREAS, on February 14, 2017 the President declared a major disaster making federal disaster aid available to 34 counties including Marin and the cities within Marin; and WHEREAS, from January 3, 2017 to January 12, 2017 several downhill slides occurred at five locations within San Rafael; and WHEREAS, disaster cost recovery and grant management services were needed to apply and conform with FEMA and Cal OES guidelines; and WHEREAS, on April 30, 2017 Kermani Consulting Group was awarded a professional services agreement in a sum not -to -exceed $20,000 for consulting services directly related to disaster cost recovery and grant management; and WHEREAS, the City of San Rafael wishes to extend the existing Agreement with Kermani Consulting Group for consulting services directly related to disaster cost recovery and grant management; and WHEREAS, Kermani Consulting Group has submitted a proposal to provide additional such services on a time and materials basis at an estimated cost of $75,000. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of San Rafael does hereby authorize the City Manager to execute an Amendment to the April 30, 2017 Agreement for Professional Services with Kermani Consulting Group, in a form approved by the City Attorney's office, for additional consulting services and compensation, with total contract amount, as amended, not to exceed $95,000. BE IT FURTHER RESOLVED that additional funds in the amount of $75,000 will be appropriated from the Department of Public Works General Fund Budget. BE IT FURTHER RESOLVED that the City Manager of the City of San Rafael is hereby authorized to take any and all such actions as may be necessary to accomplish the purpose of this resolution. I, ESTHER C. BEIRNE, Clerk of the City of San Rafael, hereby certify that the foregoing resolution was duly and regularly introduced and adopted at a regular meeting of the Council of said City on the 18th day of September, 2017, by the following vote, to wit: AYES: COUNCIL MEMBERS: Bushey, Colin, Gamblin, McCullough & Mayor Phillips NOES: COUNCIL MEMBERS: None ABSENT: COUNCIL MEMBERS: None A-- 0&4-r ESTHER C. BEIRNE, City Clerk File No. 16.11.46 AGREEMENT FOR PROFESSIONAL SERVICES FOR 2017 DISASTER COST RECO VERY AND GRANT MANAGEMENT ASSISTANCE This Agreement is made and entered into this 36*day of April, 2017, by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and Kermani Consulting Group, Inc. (hereinafter "CONTRACTOR"). RECITALS WHEREAS, the in January 2017 the City of San Rafael experienced a significant storm related disaster event and will be seeking assistance from the Federal Emergency Management Agency (herein_ refered to as FEMA) to assist with storm related reconstruction of City facilities; and WHEREAS, the City requires assistance with developing and managing the necessary documentation required to obtain reimbursement from FEMA for storm slated damages. ERli t7 "T11 KH NOW, THEREFORE, the parties hereby agree as follows: PROJECT COORDINATION. A. CITY'S Project Manager. The Director of Public Works 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. Masoud Kermani 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 described in Exhibit A attached hereto and incorporated herein by reference, 3. DUTIES OF CITY. CITY shall pay the compensation as provided in Paragraph 4. 4. COMPENSATION. For the full performance of the services described herein by CONTRACTOR, CITY shall pay CONTRACTOR in accordance with the Fee Schedule attached hereto as Exhibit "A". In no event shall the total compensation paid by CITY to CONTRACTOR for services under this Agreement exceed TWENTY THOUSAND DOLLARS ($20,000). 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 coramence as of April 4, 2017 and shall end on July 1, 2018. 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 two (2) year(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. 0�.I .`TUMI S 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. 1[1�1MiIMraan 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/one million dollars ($1,000,000) 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 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, 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, nn 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 Inuits 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 eliai hated 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 noliev language or specific endorsements evidencing the other insurance reauirenrents set forth in this Agreement. CITY reserves the 4 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 Indenmitees 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 fidlest 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 Agreernent 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. 5 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, indenutify and ]told harmless CITY, its officers, agents and employees from any and all damages, liabilities, penalties, fines and all other consequences front 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 conmmncations 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. Bill Guerin, Public Works Director City of San Rafael 1400 Fifth Avenue P.O. Box 151560 San Rafael, CA 94915-1560 Masoud Kernani Kerman Consulting Group hie. PO Box 29433 San Francisco, CA 94129 Telephone: 415.883.3820 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 docrunents 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 fiom 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. 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 CONTRACTOR _ Bv_• JIM "TZ, City ana er A Name: /- IAsbuo Title: P42ES1 060-r ATTEST: ESTHER C. BEIRNE, City Clerk APPROVED AS TO FORM: I. t.LA �(cII.FiF ROBERT F. EPSTEIN, Cil}I Attore CITY OF SAN RAFAEL m PROPOSAL Disaster Cost Recovery and Grant Management March 20, 2017 01 NERMONI CONSULTING CROUP IHCGI P.O. BOM 29433 SAH FRANCISCO CII 94120 415.803.3020 XCAG KERMANI CONSULTING GROUP DISASTER GRANTS • HAZARD MITIGATION • PROJECT MANAGEMENT P.O. BOX 29433 SAN FRANCISCO, CA 94129 March 20, 2017 Mr. Kevin McGowan Assistant Public Works Director/City Engineer City of San Rafael 111 Morphew Street San Rafael CA 94915-1560 Re: Statement of Qualification - Proposal Disaster Cost Recovery and Grant Management Dear Mr. McGowan: (415) 883-3820 FAX (415) 883-3916 As a follow-up to our meeting with you and the Director Mr. Bill Guerin on Friday, March 17, 2017 and as requested, we are pleased to provide the Kermani Consulting Group (KCG)'s Statement of Qualification and Proposal in accordance with the enclosed Exhibit "A". KCG has worked with a number of Cities and Counties in the last twenty years to assist with the cost recovery, appeals and audits of various disasters, In particular, we worked with the City of San Rafael to prepare the Guide on the FEMA-CalOES Public Assistance Programs and provide training to the staff in 2013. Moreover, we have a close working relationship with local government agencies such as the Counties of Marin, Napa, San Mateo and Sonoma and the Cities of Grass Valley, Larkspur, Pacifica and Brisbane. KCG has been exclusively providing FEMA- OES disaster cost recovery consulting services in the last twenty years and is uniquely qualified to help the City for the following reasons: e Ability to maximize disaster recovery reimbursements KCG's extensive experience and its close long-term professional and personal relationship with the Federal Emergency Management Agency (FEMA) and the State California Office of Emergency Services (CalOES) allow us to maximize the eligible disaster recovery reimbursements from FEMA and CalOES. e Extensive experience KCG has nearly twenty eight years of continuous full-time experience with numerous State and Federally declared disasters, especially the Loma Prieta, San Simeon and Napa KCG Proposal City of San Rafael March 20, 2017 Earthquakes, the 1998 El Nino and the 2005/2006 Storm disasters. KCG offers a multi- disciplinary team of qualified and highly experienced professionals including technical experts. This team has a strong track record of providing comprehensive services to local governments in the reimbursement of disaster response and recovery costs through FEMA's Public Assistance and the Hazard Mitigation Grant Programs administered by CaIOES. The team has in-depth knowledge and experience with the Stafford Act, CFR 44, OMB A-87, the California Disaster Assistance Act (CDAA) and various Public Assistance guides and policies adopted by FEMA such as the Landslide Policy. • Close working relationship with CaIOES/FEMA staff We have had a professional and personal relationship with most of the CalOES and FEMA staff in the last twenty eight years. The firm's proximity both to the FEMA headquarters in Oakland and to the CaIOES office in Sacramento allows us to monitor the projects' progress and to expedite the funding approvals. • Large Number of Satisfied Clients KCG has been providing comprehensive consulting services to a large number of local governments for the last twenty years. This includes the San Francisco International Airport, Sonoma County, San Mateo County, the cities of San Rafael, Larkspur, Mill Valley, Paso Robles, Atascadero, Napa, Pacifica, Daly City, Brisbane, Grass Valley and Millbrae, the Marin County Department of Public Works and Open Space District and the City and County of San Francisco (CCSF), In every case, KCG has maximized the disaster recovery dollars and also provided technical advice to its clients. We appreciate the opportunity to submit our proposal and look forward to working with you and the City for a successful conclusion to take the necessary actions to secure funding to repair the sites damages by the latest 2017 storms, to maximize the disaster cost recovery reimbursements for the City and to manage the disaster grants. Please call me at (415) 883-3820 if you have any questions Sincerely, —J N. Kermani, P.E. Enclosure: Exhibit "A' 21 Page KCG Proposal City of San Rafael March 20, 2017 EXHIBIT "A" City of San Rafael Disaster Cost Recovery and Grant Manaaement A.1 Proposed Scope of Services The consulting services will be provided to the City of San Rafael (the City) to assist the City to obtain the necessary approvals form the State of California Office of Emergency Services (CalOES), Federal Emergency Management Agency (FEMA) and the Federal Highway Administration (FHWA) to provide funding to repair the sites damaged by the latest storms and declared disaster(s). The scope of services will be performed as authorized by the City. Some examples of the tasks that could be provided to the County are listed below: 1. Meet with the City officials and consultants 2. Provide guidance to the City to prepare for the disaster grant application process 3. Prepare and /or review the City's List of Projects (LOP) 4. Originate and organize project files for each damaged site 5. Visit the damaged sites in LOP 6. Attend the Kickoff Meeting with the City, WOES and FEMA officials 7. Review and provide comment on the geotechnical reports prepared by the City's consultants 8. Review the procurement contracts to complete the projects' scope of work 9. Review and provide comments on the projects' scope of work and cost estimates 10. Assist with the preparation of the FEMA's Project Worksheets (PW) 11. Assist with the preparation of the State CalOES Damage Survey Reports (DSR) 12. Review and analyze the Damage Survey Reports (DSR) and Project Worksheets PW) prepared for each project 13. Review the State OES Notice of Obligation Packages 14. Prepare requests for Time Extension 15. Prepare the appeal packages including cost, technical and regulations analysis 16. Coordinate activities between the County, State, FEMA, other agencies and consultants 17. Assist with the project monitoring/ quarterly reports required by the State and FEMA 18. Prepare requests for PW Versions and Supplemental DSRs 19. Financial Analysis of the reimbursable funds/ checks received 20. Assist with the Final Inspection Audit 21. Follow up with the State to receive the retention 22. Manage the Audits with the City, State Controller Office and Federal Office of Inspector General (OIG) 31Page KCG Proposal City of San Rafael March 20, 2017 A2. Qualifications and Experience: Kermani Consulting Group (KCG) was founded in 1997 to provide comprehensive disaster consulting services to local public agencies seeking grant assistance from the State and Federal agencies such as the Governor's California Office of Emergency Services (CaIOES), the Federal Emergency Management Agency (FEMA), and the Federal Highway Administration (FHWA). Masoud Kermani, president of KCG has a Masters Deareo in Civil/Structural Eneineerin_e and is a registered civil engineer with over thirty six years of experience in the field of engineering, disaster response, cost recovery, construction and project management. For over eieht vears. he worked for the Governor's OES office and was co -located with the FEMA Reeion IX personnel in their headeuarters at the Presidio of San Francisco. He managed the OES staff assigned to the disaster cost recovery of all the sites damaged by the Loma Perfeta Earthquake. In the past twenty years, KCG has assisted a number of cities and comities with the disaster cost recovery of the sites damaged by the declared disasters such as the floods of 1994. 1996.1997. 1998.2005 and 2006 and the San Simeon. Loma Prieta and Nana earthauakes. KCG has been working with the City of Pacifica since March of 1997 on ALL declared disasters from 1994 to 2010. We have provided disaster cost recovery consulting, technical advice and project management for all the sites damaged by the various disasters securing over $12M from the State OES and FEMA for the City. In 2012, KCG worked with the City of Pacifica to manage their audit of the disaster funds by the Office of Inspector General (OIG), KCG prepared complete project and financial files for the all project work sheets requested by OIG. As a result, all of the inquiries and requests for infonnation by the auditors were addressed with no significant findings. KCG has been working with the County of Marin since 1998. In particular, KCG worked with the County and City of Larkspur to manage the disaster recovery of the 2005/2006 storm disasters. The County had a total of 246 sites damaged as stated in the List of Projects and the City of Larkspur had 25 sites which included seven major landslides. As a result of KCG's efforts, a total of $10.5M was obligated for both applicants. The ratio of the actual cost of the projects to the approved funding by both State OES and FEMA was close to 98%. Most of the projects were approved after filing first and /or second level appeals with FEMA. The approval success rate for the appeals was around 98%. KCG worked with CCSF OES from December 2000 to October 2005 on various sites damaged by the 1996 State disaster and by the storms of Federally declared 1997 and 1998 disasters. KCG was able to obtain reimbursement exceeding ten million dollars from State OES and FEMA. The additional funds secured by KCG were considered "dead money" that the City had given up hope of receiving. KCG also coordinated the response and the 'M KCG Proposal City of San Rafael March 20, 2017 activities with the final audit by the Office of Inspector General (OIG) of the aonroved funds. OIG's auditors issued their final report with no findin¢s. In March 2000, the City of Millbrae experienced a massive and dangerous landslide on private land that damaged a public sewer line; destroyed one home and threatened ten others. KCG provided comprehensive disaster consulting services and helped the City acquire $9 million dollars in public assistance funding fiom the State Governor's Office of Emergency Services under the California Disaster Assistance Act (CDAA). KCG assisted City of Paso Robles with the disaster cost recovery following the 2003 San Simeon earthquake to manage the disaster grant and file the necessary appeals and request for supplemental project worksheet to maximize the funds for the City. KCG also filed the appeal for the City of Atascadero's City Hall requesting FEMA to pay for the seismic upgrade and repairs in the amount of $35 million dollars. As a result of the arguments presented in the appeal the City was ultimately able to get the approval and restore the historic City Hall to its pre -disaster function in accordance with the applicable codes and standards. At the request of the City of San Rafael, KCG entered into a contract with the City to review the City's existing policies and procedures of dealing with the State and Federal disasters and provide recommendations to improve recovery. In October 2013, KCG submitted a comprehensive report on the FEMA- CalOES Public Assistance Guide for the disaster cost recovery process. In the past five years, at the invitation of Cal OES's California Specialized Training Institute (CSTI), Masoud Kermani has been teaching a course on State's California Disaster Assistance Act (CDAA) and FEMA's Public Assistance programs to the local government representatives. KCG was hired by the Napa County to file all the necessary appeals for the sites damaged by the 2014 Napa earthquake that the funding was denied by FEMA. Finally, KCG was recently selected by Sonoma County and City of Grass Valley to provide FEMA-OES consulting services for the latest disasters declared by the State and FEMA in 2017. A.3 Key Project Professionals KCG will draw upon the collective experience of diverse professionals to provide comprehensive consulting services to the City on an as -needed basis to complement the City's staff and other consultants. All of the professionals selected to work on this project have extensive experience in disaster cost recovery management. 6 1 P a g e KCG Proposal City of San Rafael March 20, 2017 The following Key Project Professionals will be available to work on the City's projects, as needed. The Curriculum Vitae and or resume will be provided upon request: ➢ Project Leader: Mr. Masoud Kermani, Professional Civil- Structural Engineer ➢ Project Manager: Ms. Thea Liskamtn, Senior Consultant ➢ Project Specialist: Mr. Dwight Steeves, Auditor ➢ Project Program Analyst: Mr. Andre Riazance, Engineer ➢ Project Fiscal Analyst: Ms. Cheryl Ridenour, CPA D A.4.1 List of Major Clients Client City of Pacifica City of Daly City Marin County Marin County Open Space Dist. City of Paso Robles Brisbane School District SF International Airport San Mateo County City of Brisbane City of Larkspur California Specialized Training Instinrte (CSTI) Napa Comity Sonoma County City of Grass Valley 61Page Contact Title Mr. Van Ocampo DPW Director Mr. Joseph Curran City Manager's Office Mr. Michael Frost Deputy Director Mr. Ron Miska Assistant General Manager Ms. Meg Williamson Assistant City Manager Ms. Toni Presta Superintendent Mr. Sam Mehta Program Manager Mr. Gil Tourel Acting Principal Civil Engineer Mr. Randy Breault DPW Director/City Engineer Mr. Hamid Shamsapour I' Former DPW Director/City Engineer Mr. Michael Brady Senior Emergency Management Coordinator Mr. Kerry Whitney Ms. Susan Klassen Mr. Tim Kiser Risk and Emergency Services Manager Public Works Director Public Works Director Phone # 650-738-3770 650-991-8126 415-473-3725 415-473-6391 805-237-3888 415-467-0550 650-821-7841 650-599-1482 415-508-2131 415-722-8050 805- 431-3079 707-253-4821 707-565-3634 530-2744351 KCG Proposal City of San Rafael March 20, 2017 A.5 ' Hourly Rate of Services: The following hourly fee schedule shall be charged to perform the consulting services plus actual cost for other expenses including travel. A rate of $0.50 per mile shall be charged When traveling using personal vehicle. It is expected that the hourly rate will also cover typical expenses such as software cost, software maintenance, shipping and insurance. Other expenditures, if needed, will be charged with prior approval from the City. TITLE RATE Project Leader $195 Project Manager $150 Project Specialist $130 Project Program Analyst $120 Project Fiscal Analyst $110 A.6 Budget It is difficult to estimate the budget for the full scope of work at this time. It is however recommended that approximately $20K be budgeted to perform some of the initial tasks listed in Section A.1. A.7 Compensation Consultant shall submit a statement of account, for the hourly professional services and the reimbursable expenses every two weeks: The payments shall be due within thirty (30) days of its receipt. 71Page AMENDMENT TO AGREEMENT FOR PROFESSIONAL SERVICES WITH MASOUD KERMANI, dba KERMANI CONSULTING GROUP, FOR 2017 DISASTER COST RECOVERY AND GRANT MANAGEMENT ASSISTANCE This Amendment to Professional Services Agreement ("Amendment') is made and entered into this Iq day of SeQ+erYtiber, 2017, by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and MASOUD KERMANI, doing business as KERIVIANI CONSULTING GROUP (hereinafter "CONTRACTOR"), RECITALS WHEREAS, on April 30, 2017, the CITY and CONTRACTOR entered into that certain "Agreement for Professional Services for 2017 Disaster Cost Recovery and Grant Management Assistance" (the "Agreement'), pursuant to which CONTRACTOR has been providing assistance to the CITY in applying for and obtaining emergency cost recovery related to damages caused to CITY infrastructure during the storm season of 2016-2017; and WHEREAS, the Agreement provided for CONTRACTOR to perform only some of the tasks proposed in the proposal attached as Exhibit A to the Agreement, and CONTRACTOR has completed items 1 through 9 described in that Exhibit; and WHEREAS, the CITY has determined that it needs additional consulting services for Disaster Cost Recovery and Grant Management, specifically those services described as items 10 through 23 in Exhibit A to the Agreement, and the Parties therefore desire to amend the Agreement to authorize CONTRACTOR to provide those additional services to the CITY; AMENDMENT TO AGREEMENT NOW, THEREFORE, the parties hereby amend the Agreement as follows: Section 4 of the Agreement, entitled "COMPENSATION" is hereby amended to include an additional amount of compensation to CONTRACTOR in the sum $75,000 for the services described as tasks 10 through 23 in Exhibit A to the Agreement, resulting in a new total compensation payable under the Agreement as amended not to exceed $95,000. 2. Except as amended herein, all of the other provisions, terms and obligations of the Agreement between the parties shall remain valid and shall be in force after this Amendment. y3 -531 51021'NGIWAL IN WITNESS WHEREOF, the parties have executed this Amendment on the day, month, and year first above written. CITY OF SAN RAFAEL By: Jim Sch tz, C Manager ATTEST: ESTHER C. BEIRNE, City Clerk APPROVED AS TO FORM: L ? - a zL ROBERT F. EPSTEIN, ty Atto 2 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: Public Works Project Manager: Shawn Graf Extension: 5347 Contractor Name: Kermani Consulting Group Contractor's Contact: Masoud Kermani Contact's Email: masoud@kermaniconsulting.com> ❑ FPPC: Check if Contractor/Consultant must file Form 700 Step RESPONSIBLE L—__ DEPARTMENT 1 ' Project Manager 2 1 City Attorney 3 Project Manager 4 Project Manager DESCRIPTION COMPLETED DATE a. Email PINS Introductory Notice to Contractor 6/22/2017 6/22/2017 b. Email contract (in Word) & attachments to City Atty c/o Laraine.Gittens@cityofsanrafael.org a. Review, revise, and comment on draft agreement Click here to and return to Project Manager enter a date. b. Confirm insurance requirements, create Job on Click here to PINS, send PINS insurance notice to contractor enter a date. Forward three (3) originals of final agreement to 5/15/2019 contractor for their signature When necessary, * contractor -signed agreement 7— N/A agendized for Council approval *PSA > $20,000; or Purchase > $35,000; or Or Public Works Contract > $125,000 Date of Council approval PRINT CONTINUE ROUTING PROCESS WITH HARD COPY Project Manager Forward signed original agreements to City Attorney with printed copy of this routing form City Attorney Review and approve hard copy of signed agreement City Attorney Review and approve insurance in PINS, and bonds (for Public Works Contracts) City Manager / Mayor 9 City Clerk Agreement executed by Council authorized official Attest signatures, retains original agreement and forwards copies to Project Manager 9/18/2017 5/16/2019 REVIEWER Check/Initial SG El i0 CITY OF SAN RAFIIEL PROPOSAL Disaster Cost Recovery and Grant Management March 20, 2017 0 KERMANI CONSULTING GROUP [KCG1 P.O. BOX 29433 SAN FRANCISCO CA 94129 415.883.3820 `J KERMANI CONSULTI � NG GROUP a DISASTER GRANTS* HAZARD MITIGATION* PROJECT MANAGEMENT P.O. BOX 29433 (415) 883-3820 SAN FRANCISCO, CA 94129 FAX (415) 883-3916 March 20, 2017 Mr. Kevin McGowan Assistant Public Works Director/City Engineer City of San Rafael 111 Morphew Street San Rafael CA 94915-1560 Re: Statement of Qualification - Proposal Disaster Cost Recovery and Grant Management Dear Mr. McGowan: As a follow-up to our meeting with you and the Director Mr. Bill Guerin on Friday, March 17, 2017 and as requested, we are pleased to provide the Kermani Consulting Group (KCG)'s Statement of Qualification and Proposal in accordance with the enclosed Exhibit "A". KCG has worked with a number of Cities and Counties in the last twenty years to assist with the cost recovery, appeals and audits of various disasters. In particular, we worked with the City of San Rafael to prepare the Guide on the FEMA-CalOES Public Assistance Programs and provide training to the staff in 2013. Moreover, we have a close working relationship with local government agencies such as the Counties of Marin, Napa, San Mateo and Sonoma and the Cities of Grass Valley, Larkspur, Pacifica and Brisbane. KCG has been exclusively providing FEMA- OES disaster cost recovery consulting services in the last twenty years and is uniquely qualified to help the City for the following reasons: • Ability to maximize disaster recovery reimbursements KCG's extensive experience and its close long-term professional and personal relationship with the Federal Emergency Management Agency (FEMA) and the State California Office of Emergency Services (CalOES) allow us to maximize the eligible disaster recovery reimbursements from FEMA and CalOES. • Extensive experience KCG has nearly twenty eight years of continuous full-time experience with numerous State and Federally declared disasters, especially the Loma Prieta, San Simeon and Napa KCG Proposal City of San Rafael March 20, 2017 Earthquakes, the 1998 El Nino and the 2005/2006 Storm disasters. KCG offers a multi- disciplinary team of qualified and highly experienced professionals including technical experts. This team has a strong track record of providing comprehensive services to local governments in the reimbursement of disaster response and recovery costs through FEMA's Public Assistance and the Hazard Mitigation Grant Programs administered by CaIOES. The team has in-depth knowledge and experience with the Stafford Act, CFR 44, OMB A-87, the California Disaster Assistance Act (CDAA) and various Public Assistance guides and policies adopted by FEMA such as the Landslide Policy. • Close working relationship with Cal4ES/FEMA staff We have had a professional and personal relationship with most of the CalOES and FEMA staff in the last twenty eight years. The firm's proximity both to the FEMA headquarters in Oakland and to the CaIOES office in Sacramento allows us to monitor the projects' progress and to expedite the funding approvals. • Large Number of Satisfied Clients KCG has been providing comprehensive consulting services to a large number of local governments for the last twenty years. This includes the San Francisco International Airport, Sonoma County, San Mateo County, the cities of San Rafael, Larkspur, Mill Valley, Paso Robles, Atascadero, Napa, Pacifica, Daly City, Brisbane, Grass Valley and Millbrae, the Marin County Department of Public Works and Open Space District and the City and County of San Francisco (CCSF). In every case, KCG has maximized the disaster recovery dollars and also provided technical advice to its clients. We appreciate the opportunity to submit our proposal and look forward to working with you and the City for a successful conclusion to take the necessary actions to secure funding to repair the sites damages by the latest 2017 storms, to maximize the disaster cost recovery reimbursements for the City and to manage the disaster grants. Please call me at (415) 883-3820 if you have any questions. Sincerely, 40% N. Kermani, P.E. Enclosure: Exhibit "A" 21 Page KCG Proposal City of San Rafael March 20, 2017 EXHIBIT "A" City of San Rafael Disaster Cost Recovery and Grant Management A.1 Proposed Scope of Services The consulting services will be provided to the City of San Rafael (the City) to assist the City to obtain the necessary approvals form the State of California Office of Emergency Services (CalOES), Federal Emergency Management Agency (FEMA) and the Federal Highway Administration (FHWA) to provide funding to repair the sites damaged by the latest storms and declared disaster(s). The scope of services will be performed as authorized by the City. Some examples of the tasks that could be provided to the County are listed below: 1. Meet with the City officials and consultants 2. Provide guidance to the City to prepare for the disaster grant application process 3. Prepare and /or review the City's List of Projects (LOP) 4. Originate and organize project files for each damaged site 5. Visit the damaged sites in LOP 6. Attend the Kickoff Meeting with the City, CalOES and FEMA officials 7. Review and provide comment on the geotechnical reports prepared by the City's consultants S. Review the procurement contracts to complete the projects' scope of work 9. Review and provide comments on the projects' scope of work and cost estimates 10. Assist with the preparation of the FEMA's Project Worksheets (PW) 11. Assist with the preparation of the State CalOES Damage Survey Reports (DSR) 12. Review and analyze the Damage Survey Reports (DSR) and Project Worksheets { PW) prepared for each project 13. Review the State OES Notice of Obligation Packages 14. Prepare requests for Time Extension 15. Prepare the appeal packages including cost, technical and regulations analysis 16. Coordinate activities between the County, State, FEMA, other agencies and consultants 17. Assist with the project monitoring/ quarterly reports required by the State and FEMA 18. Prepare requests for PW Versions and Supplemental DSRs 19. Financial Analysis of the reimbursable funds/ checks received 20. Assist with the Final Inspection Audit 21. Follow up with the State to receive the retention 22. Manage the Audits with the City, State Controller Office and Federal Office of Inspector General (OIG) 31 Page KCG Proposal City of San Rafael March 20, 2017 A2. Qualifications and Experience: Kerman Consulting Group (KCG) was founded in 1997 to provide comprehensive disaster consulting services to local public agencies seeking grant assistance from the State and Federal agencies such as the Governor's California Office of Emergency Services (CaIOES), the Federal Emergency Management Agency (FEMA), and the Federal Highway Administration (FHWA). Masoud Kermani, president of KCG has a Masters Degree in Civil/Structural Engineering and is a registered civil engineer with over thirty six years of experience in the field of engineering, disaster response, cost recovery, construction and project management. For over eight vears. he worked for the Governor's OES office and was co -located with the, FEMA Region IX personnel in their headquarters at the Presidio of San Francisco., He managed the OES staff assigned to the disaster cost recovery of all the sites damaged by the Lorna Perieta Earthquake. In the past twenty years, KCG has assisted a number of cities and counties with the disaster cost recovery of the sites damaged by the declared disasters such as the floods of 1994, 1996. 1997. 1998.2005 and 2006 and the San Simeon, Loma Prieta and Napa earthquakes.. KCG has been working with the City of Pacifica since March of 1997 on ALL declared disasters from 1994 to 2010. We have provided disaster cost recovery consulting, technical advice and project management for all the sites damaged by the various disasters securing over $12M from the State OES and FEMA for the City. In 2012, KCG worked with the City of Pacifica to manage their audit of the disaster funds by the Office of Inspector General (OIG). KCG prepared complete project and financial files for the all project work sheets requested by OIG. As a result, all of the inquiries and requests for information by the auditors were addressed with no significant findings. KCG has been working with the County of Marin since 1998. In particular, KCG worked with the County and City of Larkspur to manage the disaster recovery of the 2005/2006 storm disasters. The County had a total of 246 sites damaged as stated in the List of Projects and the City of Larkspur had 25 sites which included seven major landslides. As a result of KCG's efforts, a total of $10.5M was obligated for both applicants. The ratio of the actual cost of the projects to the approved funding by both State OES and FEMA was close to 98%. Most of the projects were approved after filing first and /or second level appeals with FEMA. The approval success rate for the appeals was around 98%. KCG worked with CCSF OES from December 2000 to October 2005 on various sites damaged by the 1996 State disaster and by the storms of Federally declared 1997 and 1998 disasters. KCG was able to obtain reimbursement exceeding ten million dollars from State OES and FEMA. The additional funds secured by KCG were considered "dead money" that the City had given up hope of receiving. KCG also coordinated the response and the 4 1 P a g e KCG Proposal City of San Rafael March 20, 2017 activities with the final audit by the Office of Inspector General (OIG_) of the approved funds. OIG's auditors issued their final report with no findings. In March 2000, the City of Millbrae experienced a massive and dangerous landslide on private land that damaged a public sewer line, destroyed one home and threatened ten others. KCG provided comprehensive disaster consulting services and helped the City acquire $9 million dollars in public assistance funding from the State Governor's Office of Emergency Services under the California Disaster Assistance Act (CDAA). KCG assisted City of Paso Robles with the disaster cost recovery following the 2003 San Simeon earthquake to manage the disaster grant and file the necessary appeals and request for supplemental project worksheet to maximize the funds for the City. KCG also filed the appeal for the City of Atascadero's City Hall requesting FEMA to pay for the seismic upgrade and repairs in the amount of $35 million dollars. As a result of the arguments presented in the appeal the City was ultimately able to get the approval and restore the historic City Hall to its pre -disaster function in accordance with the applicable codes and standards. At the request of the City of San Rafael, KCG entered into a contract with the City to review the City's existing policies and procedures of dealing with the State and Federal disasters and provide recommendations to improve recovery. In October 2013, KCG submitted a comprehensive report on the FEMA- CalOES Public Assistance Guide for the disaster cost recovery process. In the past five years, at the invitation of Cal OES's California Specialized Training Institute (CSTI), Masoud Kermani has been teaching a course on State's California Disaster Assistance Act (CDAA) and FEMA's Public Assistance programs to the local government representatives. KCG was hired by the Napa County to file all the necessary appeals for the sites damaged by the 2014 Napa earthquake that the funding was denied by FEMA. Finally, KCG was recently selected by Sonoma County and City of Grass Valley to provide FEMA-OES consulting services for the latest disasters declared by the State and FEMA in 2017. A.3 Key Project Professionals KCG will draw upon the collective experience of diverse professionals to provide comprehensive consulting services to the City on an as -needed basis to complement the City's staff and other consultants. All of the professionals selected to work on this project have extensive experience in disaster cost recovery management. 51 Page KCG Proposal City of San Rafael March 20, 2017 The following Key Project Professionals will be available to work on the City's projects, as needed. The Curriculum Vitae and or resume will be provided upon request: ➢ Project Leader: Mr. Masoud Kennan, Professional Civil- Structural Engineer ➢ Project Manager: Ms. Thea Liskamm, Senior Consultant ➢ Project Specialist: Mr. Dwight Steeves, Auditor ➢ Project Program Analyst: Mr. Andre Riazance, Engineer ➢ Project Fiscal Analyst: Ms. Cheryl Ridenour, CPA A.4.1 List of Major Clients Client Contact City of Pacifica Mr. Van Ocampo City of Daly City Mr. Joseph Curran Marin County Mr. Michael Frost Marin County Open Space Dist. Mr. Ron Miska City of Paso Robles Ms. Meg Williamson Brisbane School District SF International Airport San Mateo County City of Brisbane City of Larkspur California Specialized Training Institute {CSTI} Napa County Sonoma County City of Grass Valley 61 Page Ms. Toni Presta Mr. Sam Mehta Mr. Gil Tourel Mr. Randy Breault Mr. Hamid Shamsapour Mr. Michael Brady Mr. Kerry Whitney Ms. Susan Klassen Mr. Tim Kiser Title DPW Director City Manager's Office Deputy Director Assistant General Manager Assistant City Manager Superintendent Program Manager Acting Principal Civil Engineer DPW Director/City Engineer Former DPW Director/City Engineer Senior Emergency Management Coordinator Risk and Emergency Services Manager Public Works Director Public Works Director Phone # 650-738-3770 650-991-8126 415-473-3725 415-473-6391 805-237-3888 415-467-0550 650-821-7841 650-599-1482 415-508-2131 415-722-8050 805- 431-3079 707-253-4821 707-565-3634 530-274-4351 KCG Proposal City of San Rafael March 20, 2017 A.5 Hourly Rate of Services: The following hourly fee schedule shall be charged to perform the consulting services plus actual cost for other expenses including travel. A rate of $0.50 per mile shall be charged when traveling using personal vehicle. It is expected that the hourly rate will also cover typical expenses such as software cost, software maintenance, shipping and insurance. Other expenditures, if needed, will be charged with prior approval from the City. A.6 Budget It is difficult to estimate the budget for the full scope of work at this time. It is however recommended that approximately $20K be budgeted to perform some of the initial tasks listed in Section A.1. A.7 Compensation Consultant shall submit a statement of account, for the hourly professional services and the reimbursable expenses every two weeks. The payments shall be due within thirty (30) days of its receipt. 71 Page TITLE r RATE Project Leader $195 Project Manager EPP $150 Project Specialist $130 Project Program Analyst r $120 !� Project Fiscal Analyst $110 A.6 Budget It is difficult to estimate the budget for the full scope of work at this time. It is however recommended that approximately $20K be budgeted to perform some of the initial tasks listed in Section A.1. A.7 Compensation Consultant shall submit a statement of account, for the hourly professional services and the reimbursable expenses every two weeks. The payments shall be due within thirty (30) days of its receipt. 71 Page 4 IftSAN RAFAEL STAFF REPORT APPROVAL THE CITY WITH AMISSION ROUTING SLIP Staff Report Author: Shawn Graf/ KM Date of Meeting: 09/18/2017 Department: Public Works Topic: Contract Amendment for Kermani Consulting Group Subject: Click here to enter text. Type: (check all that apply) © Consent Calendar ❑ Public Hearing ❑ Discussion Item X❑ Resolution ❑ Ordinance © Professional Services Agreement ❑ Informational Report *If PSA, City Attorney approval is required prior to start of staff report approval process Was agenda item publicly noticed? ❑ Yes X❑No I Date noticed: I ❑Mailed ❑Site posted ❑Marin IJ Due Date Responsibility Description CompletedDate Initial / Comment DEPARTMENT REVIEW FRIDAY Director Director approves staff 9/6/2017 ❑X noon report is ready for ACM, BG 9/1 City Attorney & Finance review. TUESDAY Assistant City Manager ACM, City Attorney & 9/11/2017 ❑X morning Finance will review items, RW 9/5 make edits using track 9/12/2017 ❑X City Attorney changes and ask questions LG using comments. Items will 9/7/2017 be returned to the author 0 Finance by end of day Wednesday. Emailed comments -Van DEPARTMENT REVISIONS FRIDAY Author Author revises the report 9/12/2017 0 noon based on comments TS 9/8 receives and produces a final version (all track changes and comments removed) by Friday at noon. ACM, CITY ATTORNEY, FINANCE FINAL APPROVAL MONDAY Assistant City Manager ACM, City Attorney & 9/12/2017 D morning Finance will check to see RW 9/11 their comments were 9/12/2017 City Attorney adequately addressed and D sign -off for the City 9/11/2017 LG Manager to conduct the Finance final review. 0 Emailed Comments- Vanb TUES City Manager Final review and approval 9/13/2017 N noon Jim 9/12