SR 10-24-2023 5I
City Council
Report
City Council Meeting: October 24, 2023
Agenda Item: 5.I
1 of 5
To: Mayor and City Council
From: Wolfgang Knabe, Interim Fire Chief, Fire Department
Subject: Approval of Urban Area Security Initiative 2020 Additional Grant Acceptance
and Approve Third Contract Modification with Advanced Problem Solving
Recommended Action
Staff recommends that the City Council:
1. Authorize the City Manager to accept an additional award in the amount of
$62,000 from the 2021 Urban Area Security Initiative (UASI) for homeland
security projects in the Fire Department, and to approve all associated grant
renewals.
2. Authorize the City Manager to execute all necessary documents to accept the
grant, grant modifications, and all associated grant renewals.
3. Authorize the City Manager to negotiate and execute a third modification to
Contractual Services Agreement #10967, in an amount not to exceed $62,000
with Advanced Problem Solving, LLC, (“APS”) for video and curriculum
development services for the Los Angeles Area Fire Chiefs Regional Training
Group (LAAFCA RTG) for the Fire Department on the same terms and
conditions. This will result in a five-year amended agreement with a new total
contract amount not to exceed $4,932,000, with future year funding contingent on
council budget approval.
4. Adopt a finding of categorical exemption pursuant to Section 15322 of the
California Environmental Quality Act (CEQA) Guidelines.
5. Authorize budget changes as outlined in the Financial Impacts & Budget Actions
section of this report.
Summary
The Fire Department receives various grants annually for the purpose of enhancing
regional preparedness for disasters, emergencies, and other threats to homeland
security. The City of Santa Monica was awarded an additional $62,000 that requires
City Council approval in order to accept the funds. The funding will be used for
5.I
Packet Pg. 164
2 of 5
development and delivery of county wide nuclear threat courses as provided under
contract #10967. To add this new scope to the contract, a third modification is required.
In the UASI 2021 grant cycle, the Fire Department was awarded funding totaling
$1,177,692 to be used for Chemical, Biological, Radiological, Nuclear and Explosives
(“CBRNE”) equipment, hazardous materials training and equipment, urban search and
rescue training and equipment, tactical emergency medical support equipment, and
other related equipment, display training props, and programs for the training center and
on behalf of the RTG.
Upon accepting the recently awarded, additional $62,000 from UASI 2021 grant funds,
Santa Monica Fire’s total grant award for UASI 2021 is $1,439,692.
Staff recommends that the City Council authorize acceptance of additional 2021 UASI
grant funds and the execution of a subrecipient agreement modification with the City of
Los Angeles for a performance period of September 1, 2020, to May 31, 2023. The City
of Los Angeles administers the UASI grant on behalf of the Los Angeles-Long Beach
Urban Area, which includes Santa Monica. Staff also recommends that Council
authorize the City Manager to negotiate and execute a third modification to the City’s
existing agreement with APS in an amount not to exceed $62,000 and on the same
terms and conditions. This modification will result in an amended agreement with a new
total contract amount that does not exceed $4,932,000 over a five-year period.
5.I
Packet Pg. 165
3 of 5
Discussion
The UASI program directly supports the national priority of expanding regional
collaboration within the National Preparedness Goal, which sets forth what is required
for a local community to be prepared for all types of disasters and emergencies. The
UASI grant is intended to assist participating jurisdictions in developing integrated
regional systems for prevention, protection, response, and recovery from natural or
human-made disasters. These funds cannot be used for general purposes and must be
specified at the time of application. Homeland security purchases must be pre-
approved by the state and align with grant guidelines.
Santa Monica Fire has accepted a request by Los Angeles Area Fire Chiefs’
Association Regional Training Group (“RTG”) to coordinate and host the grant funding
for the “Vista Forge” project which involves the development and delivery of county-wide
Nuclear Threat Risk courses. These UASI 2021 grant funds in the amount of $200,000
were allocated to Santa Monica Fire on May 25, 2023. The RTG will be responsible for
direct administration of the grant with SMFD oversight. Santa Monica Fire will host
these funds on behalf of the region and the Vista Forge training delivery will be
completed by Advanced Problem Solving (“APS”) under City contract no. 10967.
The UASI grant program is 100% federally funded from the Department of Homeland
Security and managed through the State of California's Office of Emergency Services.
There are no ongoing costs related to the Fire Department’s grant funding.
Vista Forge is a United States Northern Command facilitated series of CBRNE
progressive engagements designed to strengthen relationships with civil authorities,
improve CBRNE response operations, and build local resilience within the response
community.
The goals of the Vista Forge exercises are to develop partnerships with civil authorities,
enable and integrate DoD response operations across the whole of government, build
domestic resilience capabilities as a vital component of integrated deterrence, and
collect a broad range of realistic data to assess and evaluate the adequacy of CBRNE
response enterprise lifesaving (search & rescue, mass casualty decontamination,
5.I
Packet Pg. 166
4 of 5
medical stabilization) capabilities.
The Los Angeles/Long Beach UASI Vista Forge (LA/LB Vista Forge) Exercise will allow
local jurisdictions to analyze their preparedness and interoperability with federal,
military, state, and local agencies, and responders, receive targeted training from
subject-matter-experts, and participate in Table-Top Exercises focused on key
preparedness and operational topics during the first 72-hours following a nuclear
detonation.
Environmental Review
The use of grant funds to fund emergency preparedness training is categorically exempt
from the California Environmental Quality Act (CEQA) pursuant to Section 15322 (Class
22 Educational or Training Programs) of the CEQA Guidelines. Section 15322 exempts
projects that consists of the adoption, alteration, or termination of educational or training
programs which involve no physical alteration in the area affected or which involve
physical changes only in the interior of existing school or training structures. Grant funds
would support the administration of programs to ensure regional preparedness and
therefore is exempt pursuant to Section 15322 of the CEQA Guidelines.
Past Council Actions
Meeting Date Description
5/23/2023
Attachment A
Authorization to accept the 2021 Urban Area Security Initiative (UASI)
Grant Funds for Homeland Security Projects and enter into a
Subrecipient agreement with the City of Los Angeles
Financial Impacts and Budget Actions
Staff seeks authority to accept a grant totaling $62,000 from the U.S. Department of
Homeland Security, Federal Emergency Management Agency for the 2021 UASI
program to fund training in direct support of overall regional goals to promote effective
information gathering, sharing, and response to threats and/or acts of terrorism.
FY 2023-24 Grant Budget Changes
5.I
Packet Pg. 167
5 of 5
Establish Revenue Budget Appropriate Funds
Account Number Amount Account Number Amount
20190001.40428F $62,000 20190001.55518F $62,000
Staff also seeks authority to approve funding from the Miscellaneous Grants Fund to
increase the amount of contract # 10967 with Advanced Problem Solving, LLC by
$62,000.
Contract Modification Request
Agreement #
Current
Authorized
Amount
Modified
Request
Amount
Account Number Total Amount
10967 $3,000,000 - 20190001.55518F $3,000,000
10967 Mod 1 $1,020,000 - 20190001.556530 $1,020,000
10967 Mod 2 $200,000 - 20190001.55518F $200,000
10967 Mod 2 $650,000 - 20190001.55518G $650,000
10967 Mod 3 $62,000 20190001.55518F $62,000
Total Revised Contract Amount $4,932,000
Prepared By: Terese Toomey, Principal Administrative Analyst
Approved
Forwarded to Council
Attachments:
A. 03 UASI 2022 Staff Report 5.23.23 Item 5.K
B. APS Oaks exp 10.4.24
C. CSA 10967 Original Agreement
D. CSA APS through 12.5.23 Renewal
5.I
Packet Pg. 168
City Council
Report
City Council Meeting: May 23, 2023
Agenda Item: 5.K
1 of 7
To: Mayor and City Council
From: Danny Alvarez, Fire Chief, Fire Department
Joseph Cevetello, Chief Information Officer, Information Services Department
Subject: Approval of Urban Area Security Initiative 2021 and 2022 Grant Acceptance
Recommended Action
Staff recommends that the City Council:
1. Authorize the City Manager to accept two grants with a total awarded amount of
$2,120,000 from the 2021 and 2022 Urban Area Security Initiative (UASI) for
homeland security projects in the Fire and Information Services Departments,
and to accept all associated grant renewals.
2. Authorize the City Manager to execute all necessary documents to accept the
grant, grant modifications, and all associated grant renewals.
3. Authorize the City Manager to negotiate and execute a second modification to
Contractual Services Agreement #10967 with Advanced Problem Solving, LLC,
(APS) a California-based company, in an amount not to exceed $850,000 and on
the same terms and conditions. This will result in a five-year amended
agreement with a new total contract amount not to exceed $4,870,000 over a
five-year period.
4. Adopt a finding of categorical exemption pursuant to Section 15301 of the
California Environmental Quality Act (CEQA) Guidelines and a finding of no
possibility of significant effect on the environment pursuant to Section
15061(b)(3) (Common Sense Exemption) CEQA Guidelines.
5. Authorize budget changes as outlined in the Financial Impacts & Budget Actions
section of this report.
Summary
Each year, the Federal government allocates grant funding to enhance regional
preparedness for disasters, emergencies, and other threats to homeland security. The
Los Angeles Mayor’s office awarded an additional $150,000 from UASI 2021 grant
funds for the region to assist in a national emergency management exercise. Santa
5.I.a
Packet Pg. 169 Attachment: 03 UASI 2022 Staff Report 5.23.23 Item 5.K (6030 : Third Contract Modification With Advanced Problem Solving)
2 of 7
Monica Fire will host these funds on behalf of the region and the training modules will
be completed by Advanced Problem Solving (APS).
In the UASI 2022 grant cycle, $1,970,000 was awarded to the City of Santa Monica Fire
Department and the Information Services Department as a part of the U.S. Department
of Homeland Security, Federal Emergency Management Agency's Urban Area Security
Initiative grant:
• The Fire Department was awarded funding in the amount of $200,000 to be used
for Hazardous Materials (HazMat) Training and Equipment, Urban Search and
Rescue (USAR) Training and Equipment, and consumables for the Training
Center.
• Santa Monica Fire will allocate $650,000 on behalf of the Los Angeles Area Fire
Chiefs’ Association Regional Training Group (LAAFCA RTG) for training
programs.
• The grant will use $750,000 to provide a secure cloud-based mapping portal for
the operational area to be used for all hazard operational situational awareness,
incident management, pre-planning, and reporting/analytics. The project
mitigates threats to communications continuity and supports resiliency by
allowing the region to purchase software that allows agencies to share data
through the system as a redundant solution in case of a cyber-attack.
• The Information Services Department was awarded funding totaling $370,000 to
select consultants who will work with regional partners to identify current software
platforms and road map implementation plan to ensure new software will meet
the needs of the cybersecurity priority.
Staff recommends that Council authorize acceptance of the 2022 UASI grant funds and
execution of a subrecipient agreement with the City of Los Angeles for a performance
period of September 1, 2022, to May 31, 2025. The City of Los Angeles administers the
UASI grant on behalf of the Los Angeles-Long Beach Urban Area, which includes Santa
Monica.
Discussion
5.I.a
Packet Pg. 170 Attachment: 03 UASI 2022 Staff Report 5.23.23 Item 5.K (6030 : Third Contract Modification With Advanced Problem Solving)
3 of 7
The UASI program’s focus is on enhancing regional preparedness and capabilities in
major metropolitan areas. The Santa Monica Fire Department requested funds to send
staff to trainings that support its core public safety missions as well as regional
homeland security goals. The following are the four major regional homeland security
focus areas of the UASI grant program, known as Investment Justifications:
1. Strengthen interoperable and communications capabilities;
2. Strengthen information sharing, collaboration capabilities, and law enforcement
investigations;
3. Protection of critical infrastructure and key resources; and
4. Catastrophic incident planning response and recovery.
The Fire Department proposes to use $175,000 in grant funds to send members to
training to support the City’s Type I Urban Search and Rescue and specialized
Hazardous Materials CBRNE training. Funding in the amount of $650,000 would be
used to host the LAAFCA’s RTG training delivery model, which creates and
disseminates regional training. There are no direct staffing costs associated with the
LAAFCA RTG funds. Santa Monica Fire and all other fire agencies in Los Angeles
County have access to the training delivery modules and learning content provided
under the grant funding. The remaining $25,000 funding would be used to support
equipment purchases and consumables for the Fire Department’s Training Center.
There are no additional ongoing costs associated with Fire’s grant funding and any
equipment will be replaced with ongoing grant funding at the end of the equipment’s
useful life.
The Fire Department was also able to secure $370,000 from this year’s grant for use by
the Information Services Department (ISD) to fund the City’s ongoing cybersecurity
program. This funding will assist the information security team with applying
enhancement measures to strengthen identity management, safeguard City data stored
with cloud-based vendors and provide greater cybersecurity risk prioritization to aid in
cyberattack prevention. The purchase of the requested measures will require an
equipment and software subscription renewal in subsequent years, beginning in Fiscal
Year 2023-24. Staff has secured UASI 2022 funds to cover the subscription costs in FY
5.I.a
Packet Pg. 171 Attachment: 03 UASI 2022 Staff Report 5.23.23 Item 5.K (6030 : Third Contract Modification With Advanced Problem Solving)
4 of 7
2023-24. While ongoing funding for these tools has not been secured, staff believes the
City will benefit from the enhanced cyber security tools for at least two years. Staff will
pursue additional grant funding opportunities for future funding. If future grant funds are
not available for the ongoing subscription expenses thereafter, staff will discontinue its
use of these tools. Procurement for projects funded by the UASI grant will follow Santa
Monica’s policies regarding competitive procurement processes.
The UASI program directly supports the national priority of expanding regional
collaboration within the National Preparedness Goal, which defines what it means for
the whole community to be prepared for all types of disasters and emergencies. The
UASI grant is intended to assist participating jurisdictions in developing integrated
regional systems for prevention, protection, response, and recovery from natural or
human-made disasters. These funds cannot be used for general purposes and must be
specified at the time of application. Homeland security purchases must be pre-
approved by the state and align with grant guidelines.
The UASI grant program is 100% federally funded from the Department of Homeland
Security and managed through the State of California's Office of Emergency Services.
The City of Santa Monica has received over $20 million in homeland security grant
funding since 2003. These funds have been used to purchase necessary interoperable
communication and infrastructure equipment, supplies, and training in direct support of
overall regional goals to promote effective information gathering, sharing, and response
to threats and/or acts of terrorism.
There are no ongoing costs related to the Fire Department’s grant funding. Future grant
funding will be requested to fund any equipment replacement at the end of its useful life.
Information Services Department’s staff plans to utilize future UASI funds to support the
on-going operational costs for the cybersecurity solutions. If future grant funds are not
allocated to the City to cover the costs of the subscription renewals, staff will
discontinue its use of these tools.
Environmental Review
5.I.a
Packet Pg. 172 Attachment: 03 UASI 2022 Staff Report 5.23.23 Item 5.K (6030 : Third Contract Modification With Advanced Problem Solving)
5 of 7
The use of grant funds to fund emergency preparedness equipment is categorically
exempt from the California Environmental Quality Act (CEQA) under Section 15301
(Class 1 Existing Facilities) of the CEQA Guidelines. Section 15301 exempts projects
that consists of the operation, repair, maintenance, leasing, licensing, permitting, or
minor alteration of existing public or private structures, facilities, mechanical equipment,
or topographical features, involving negligible or no expansion of the existing or former
use. Grant funding will be used to replace equipment at the end of the equipment’s
useful life as previously stated. Furthermore, the use of grant funds for cybersecurity,
programs, equipment, supplies, and training would have no possibility of significant
effect on the environment, and therefore, is also exempt pursuant to Section
15061(b)(3) (Common Sense Exemption) of the CEQA Guidelines. Grant funds would
support the administration of programs to ensure regional preparedness and would not
result in physical effects on the environment.
Past Council Actions
Meeting Date Description
5/10/2022
(Attachment A)
Authorization to accept the 2021 Urban Area Security Initiative (UASI)
Grant Funds for Homeland Security Projects and enter into a
Subrecipient agreement with the City of Los Angeles
10/13/2020
(Attachment B)
Acceptance of 2019 Measure B Grant and increase to the Agreement
with Advanced Problem Solving, LLC for the Los Angeles Area Fire
Chiefs Regional Training Group (LAAFCA RTG) Training Delivery Model
11/12/2019
(Attachment C)
Award of agreement with Advanced Problem Solving for video and
curriculum development services for the Los Angeles Area Fire Chiefs
Regional Training Group
Attachment D Original Contractual Agreement
Attachment E Modification 1
Attachment F Renewal 1
Financial Impacts and Budget Actions
Staff seeks authority to accept a grant totaling $1,970,000 from the U.S. Department of
Homeland Security, Federal Emergency Management Agency for the 2022 UASI
program to fund training and equipment in direct support of overall regional goals to
promote effective information gathering, sharing, and response to threats and/or acts of
terrorism.
5.I.a
Packet Pg. 173 Attachment: 03 UASI 2022 Staff Report 5.23.23 Item 5.K (6030 : Third Contract Modification With Advanced Problem Solving)
6 of 7
Staff also seeks authority to accept a grant totaling $150,000 from the U.S. Department
of Homeland Security, Federal Emergency Management Agency for the 2021 UASI
program. This is in addition to the $1,177,692 previously awarded from the 2021 UASI
program.
FY 2022-23 Grant Budget Changes
Establish Revenue
Budget
Amount Appropriate Funds Amount
20190001.40428F $150,000 20190001.55518F $150,000
20140001.40428G $370,000 20140001.55518G $370,000
20190001.40428G $1,600,000 20190001.55518G $1,600,000
Contract Modification Request
Agreement #
Current
Authorized
Amount
Modified
Request
Amount
Account Number Total Amount
10967 $850,000 - 20190001.55518F $3,000,000
10967 Mod 1 $1,020,000 - 20190001.556530 $4,020,000
10967 Mod 2 - $200,000 20190001.55518F $200,000
10967 Mod 2 - $650,000 20190001.55518G $650,000
Total Revised Contract Amount $4,870,000
Prepared By: Deanna Kendall, Administrative Analyst
Approved
Forwarded to Council
Attachments:
A. Staff Report May 10, 2022 - UASI 2021
B. Staff Report October 13, 2020 - APS Mod #1
C. Staff Report November 12, 2019 - APS Award
D. CSA 10967 expires 12-05-22
E. CSA First Modification with APS 10967
F. CSA APS through 12.5.23 Renewal
5.I.a
Packet Pg. 174 Attachment: 03 UASI 2022 Staff Report 5.23.23 Item 5.K (6030 : Third Contract Modification With Advanced Problem Solving)
7 of 7
G. 07 APS Oaks
5.I.a
Packet Pg. 175 Attachment: 03 UASI 2022 Staff Report 5.23.23 Item 5.K (6030 : Third Contract Modification With Advanced Problem Solving)
• CITY OF SANTA MONICA
OAKS INITIATIVE DISCLOSURE FORM
In order to facilitate compliance with the requirements of the Oaks Initiative, the
City compiles and maintains certain information. That information includes the
name of any person or persons who is seeking a "public benefit." If the "public
benefit" is sought by an entity, rather than an individual person, the information
includes the name of every person who is: (a) trustee, (b) director, ( c) partner, ( d)
officer, or has ( e) more than a ten percent interest in the entity.
Public benefits include:
1. Personal services contracts in excess of $25,000 over any 12-month period;
2. Sate of mat~iol, equ1pment or supplies to the C1ty 1n exc-ess of $25,000 ov~ -a
12-month period;
3. Purchase, sale or lease of real property to or from the City in excess of
$25,000 over a 12-month period;
4. Non-competitive franchise awards with gross revenue of $50,000 or more
in any 12-month period;
5. Land use variance, speckll use permit, or other exception to on established
land use plan, where the decision has a value in excess of $25,000;
6. i ax "abatement, exception, or benefit" of a value in excess of $5,000 in any
12-month period; or
7. Payment of "cash or specie" of a net value to the recipient of $10,000 in any
12-month period.
Name(s) of persons or entities receiving public benefit:
AA\J°""-(l_e).._ ~vo!:il~ So\ 'v "'j LL(_
Name"-..s) of trustees, directors, partners, and officers: ~ ~ \J \~ Uv?t-:)s
Namirf p~
1
~ ~~O~ equity, participation, or revenue interest:
~\J\~ ~s
Prep~!b~•~ ~ S . le: -----'p__,_V'_vh!_C.,=.....f jtt-=-~-~ ( __ _
Signature:_-7-~~LL...::.=-==---=::::...........~=-------Date: ( 0 f L:t f d-3 t I
Email: si<f ki...t..-@oJ,~o\11i ~ ".f hone: 6 frf[ -J --1 / -( ~ S-3
FOR CITY USE ONLY:
Bid/PO/Contract# ________ _ Permit# ________ _
5.I.b
Packet Pg. 176 Attachment: APS Oaks exp 10.4.24 [Revision 1] (6030 : Third Contract Modification With Advanced Problem Solving)
Contract No. 10967 (CCS)
CONTRACTUAL SERVICES AGREEMENT
This Contractual Services Agreement (“Contract”), entered into as of _________________(“Execution
Date”), by and between the CITY OF SANTA MONICA, a municipal corporation (“City”), and
Advanced Problem Solving LLC (“APS” or “Consultant”), is made with reference to the following:
RECITALS:
A. The City is a municipal corporation duly organized and validly existing under the laws of the State
of California with the power to carry on its business as it is now being conducted under the
Constitution of the State of California and the Charter of the City.
B. APS is qualified to do business, and is doing business, in the State of California. APS represents it
has the background, knowledge, experience and expertise necessary to provide the services set forth
in this Contract.
C. The City and APS desire to enter into an agreement for the APS to provide contractual services to
the City as set forth herein, upon the terms and conditions set forth below.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows:
TERMS AND CONDITIONS
1. Term. This Agreement shall commence on the Execution Date and have an initial term of three
(3) years. The City, at its option, may extend the term of this Agreement for two (2) additional
one-year periods (“Option Years”) which, if exercised, shall run consecutively. The City shall give
APS no less than thirty (30) days written notice of its intent to exercise its option to extend the
term of this Agreement. This Agreement shall terminate upon the expiration of its term unless
sooner terminated in accordance with Section 14. The term of this Agreement, including all
Option Years, may not exceed five (5) years, and in no case shall last past June 30, 2024, upon
which time the Agreement shall automatically terminate.
2. Consultant Services. APS will perform all of the services (“Services”) described in Exhibit A,
Scope of Services. APS will complete the Services in accordance with Exhibit B, Budget. In
addition to its obligation to perform all of the Services under this Agreement, APS shall comply
with mandated Federal grant reporting guidelines that include:
2.1 Invoicing - The work performed by APS must be listed on the invoices submitted to the City
and needs to specifically describe and directly correspond with the project work performed by
APS. Invoicing shall provide as much itemized detail of the work performed as possible.
DocuSign Envelope ID: 467C42ED-FC89-4004-B146-B5A0F60F5244
12/5/2019
5.I.c
Packet Pg. 177 Attachment: CSA 10967 Original Agreement (6030 : Third Contract Modification With Advanced Problem Solving)
These include but are not limited to project start date(s), times, major milestones, work
performed and project completion.
All invoicing documentation submitted to the City by APS shall conform to the following
sample invoice:
Step name Associated documentation Invoicing
Kick-off
meeting
Minutes reflecting meeting date and participants,
identification of lead SME, identification of topic of
TDM, and projected final delivery (go-live) date.
Project outline
meeting
Minutes reflecting meeting date and participants plus
reference to draft project plan. Draft project plan
including name of lead SME, names of additional
(potential) SMEs, names of assigned APS personnel
(project manager, instructional designer, video producer,
video director), topic of TDM and likely associated drill,
and names of source materials identified by SMEs for
topic.
Project
development
meetings
Draft lesson outline, including the following elements:
draft drill plan, draft lesson summary, and draft media
concepts. 25%
Validation
meeting
Minutes reflecting meeting date and participants plus
reference to proposed changes to draft lesson outline.
Post-validation
meeting
revisions
Revised (final, approved) lesson outline.
25%
Media pre-
production Media outlines and/or scripts.
Media
production
List of media filming days including featured
crews/personnel for each filming day, or equivalent in
case of other media development.
Media post-
production
(editing)
Completed (final, approved) video files, animation files,
or other media files as appropriate. 25%
DocuSign Envelope ID: 467C42ED-FC89-4004-B146-B5A0F60F5244 5.I.c
Packet Pg. 178 Attachment: CSA 10967 Original Agreement (6030 : Third Contract Modification With Advanced Problem Solving)
Online lesson
pre-production Storyboards, lesson printout or equivalent.
Online lesson
production SCORM files 25%
2.2 Meetings – all meetings shall include agendas with the reason for the meeting, meeting
minutes with attendees, meeting dates and times.
2.3 Files - Provide digital and hard copies of all final projects that include project planning notes,
Training Delivery Model (TDM) outlines, video scripts, lesson plans, drill videos and Shareable
Content Object Reference Model (SCORM) files.
2.4 All documentation provided by APS shall tie directly to an invoice.
2.5 In the event that federal grant documentation guidelines change, APS agrees to comply with
any required documentation request made by the City.
3. City Services. The City agrees to:
3.1 Make available to APS any existing documents, data, or information reasonably necessary for
the performance of the Services.
3.2 Designate a representative authorized to act on behalf of City.
3.3 Promptly examine and render findings on all documents submitted for staff review by APS.
4. Compensation. The City will compensate APS for the Services performed in an amount not to
exceed $1,800,000 for the term of this agreement in accordance with Budget attached as Exhibit B.
The total amount of compensation for Services Rendered during Original Term and all the
Extension Terms, if any, shall not exceed $3,000,000 as set forth in Exhibit B.
5. Invoices. Invoices sent to the City under this Agreement shall conform to the requirements of
Section 2.1 of this Agreement. In addition, APS will invoice the City for the Services in
accordance with Exhibit B and the City will pay undisputed invoices within 30 days of receipt.
6. Notices. All notices, demands, requests or approvals to be given under this Agreement, must be in
writing and will be deemed served when delivered personally, by email, or on the third business
day after deposit in the United States mail, postage prepaid, registered or certified, addressed as
follows:
6.1 All notices, demands, requests or approvals to the City:
Santa Monica Fire Department
City of Santa Monica
DocuSign Envelope ID: 467C42ED-FC89-4004-B146-B5A0F60F5244 5.I.c
Packet Pg. 179 Attachment: CSA 10967 Original Agreement (6030 : Third Contract Modification With Advanced Problem Solving)
333 Olympic Drive
Santa Monica, California 90401
Attention: Tom Clemo – Deputy Fire Chief
Re: Contract No. 10967 (CCS)
with a copy to:
Santa Monica City Attorney’s Office
1685 Main Street, Third Floor
Santa Monica, California 90401
Attention: City Attorney
Re: Contract No. 10967 (CCS)
6.2 All notices, demands, requests or approvals to APS:
ADVANCED PROBLEM SOLVING LLC
Sepulveda Center
3415 South Sepulveda Blvd, Suite 1100
Los Angeles, CA 90034
Attn: Dave Andrews
310-881-2746
Re: Contract No. 10967 (CCS)
7. Independent Parties. Both parties to this Agreement will be acting in an independent capacity and
not as agents, employees, partners, or joint venturers of one another. Neither the City nor its
officers or employees will have any control over the conduct of APS or any of APS’s agents,
employees, or subconsultants, except as otherwise provided in this Agreement.
8. Integrated Contract. This Agreement represents the full and complete understanding of every kind
or nature whatsoever between the parties. Any preliminary negotiations and agreements of any
kind or nature are merged into this Agreement. No oral agreement or implied covenant may be
held to vary the provisions of this Agreement. This Agreement may be modified only by written
agreement signed by the City and APS and approved as to form by the City Attorney.
9. Insurance. Prior to commencing work, APS must procure, maintain and pay for insurance against
claims for injuries to persons or damage to property that may arise from or in connection with the
performance of the Services by APS or its agents, representatives, employees or subconsultants for
the duration of this Agreement. APS must obtain insurance that, at a minimum, meets the
requirements for insurance set forth in Exhibit C, Insurance Requirements and Verifications.
10. Defense and Indemnification.
DocuSign Envelope ID: 467C42ED-FC89-4004-B146-B5A0F60F5244 5.I.c
Packet Pg. 180 Attachment: CSA 10967 Original Agreement (6030 : Third Contract Modification With Advanced Problem Solving)
10.1 APS agrees to defend, indemnify, protect, and hold harmless the City, its agents, officers,
boards and commissions, and employees (collectively, “City”) from and against any and all
liability, claims, demands, damages, or costs, including but not limited to attorney’s fees, or
payments for injury to any person or property (collectively, “Losses”) caused or claimed to be
caused by the act, errors, and/or omissions of APS or its employees, agents, officers, and
subconsultants. APS’s responsibilities under this Section 10.1 include liability arising from,
connected with, caused by, or claimed to be caused by the active or passive negligent acts or
omissions of the City, which may be in combination with the acts or omissions of APS, its
employees, agents or officers, or subconsultants; provided, however, that APS’s duty to
defend, indemnify, protect and hold harmless the City shall not include any Losses arising
from the sole negligence or willful misconduct of the City. Notwithstanding ADVANCED
PROBLEM SOLVING LLC’s obligation to defend the City hereunder, the City has the
right to conduct its own defense and seek reimbursement for reasonable costs of defense
from APS, if City chooses to do so.
10.2 Enforcement Costs. APS agrees to pay any and all costs the City incurs enforcing the
indemnity, defense and hold harmless provisions set forth in Section 10.1.
11. Prohibition Against Transfers.
11.1 APS may not assign, hypothecate, or transfer this Agreement or any interest therein directly
or indirectly, by operation of law or otherwise without the prior written consent of City. Any
attempt to do so without the City’s consent will be null and void, and any assignee,
hypothecatee or transferee acquires no right or interest by reason of such attempted
assignment, hypothecation or transfer.
11.2 The sale, assignment, transfer or other disposition of any of the issued and outstanding
capital stock of APS or of any general partner or joint venturer or syndicate member of APS,
if a partnership or joint venture or syndicate exists, which results in changing the control of
APS, will be construed as an assignment of this Agreement. Control means 50% or more of
the voting power of the corporation.
12. Permits and Licenses. APS, at its sole expense, must obtain and maintain during the term of this
Agreement all required business and professional permits, licenses and certificates.
13. Waiver. A waiver of any breach of this Agreement may not be deemed a waiver of any subsequent
breach of the same or any other term, covenant, or condition of this Agreement.
14. Default and Termination.
14.1 If APS fails to perform, or refuses to perform, any of its obligations under this Agreement,
and if such default is not cured—nor any efforts commenced by APS to reasonably cure—
within a period of five (5) days after the City’s written notice of default specifying the nature
DocuSign Envelope ID: 467C42ED-FC89-4004-B146-B5A0F60F5244 5.I.c
Packet Pg. 181 Attachment: CSA 10967 Original Agreement (6030 : Third Contract Modification With Advanced Problem Solving)
of the default is sent to APS, the City may immediately terminate this Agreement upon
written notice to APS.
14.2 Irrespective a default of this Agreement, the City has the option, at its sole discretion and
without cause, of terminating this Agreement by giving APS ten days written notice. Upon
termination of this Agreement, City will pay APS any compensation earned and unpaid up
to the effective date of termination.
15. Compliance with Law. APS must comply with all laws of the State of California and the United
States, and all ordinances, rules and regulations enacted or issued by City.
16. Discrimination. APS may not discriminate in the provision of services hereunder because of race,
color, religion, national origin, ancestry, sex, age, sexual orientation, marital status, AIDS or
disability.
17. Nuisance. APS may not maintain, commit, or permit the maintenance or commission of any
nuisance in connection with the performance of services under this Agreement.
18. Records.
18.1 APS must maintain complete and accurate records with respect to costs, expenses, receipts
and other such information required by the City for any services provided where
compensation is on the basis of hourly rates, subconsultant costs, or other direct costs. APS
must keep the records, together with supporting documents, separate from other documents
and records and maintain them for a period of three years after receipt of final payment.
18.2 APS must maintain records in sufficient detail to permit an evaluation of the Services and in
accordance with generally accepted accounting principles. APS must clearly identify all
records and make them readily accessible to the City. At the City’s request, APS must
provide records in an electronic format and, if necessary, access to any proprietary software to
view such electronic records.
18.3 APS must allow the City to have free access to APS’s books and records and to inspect all
work, data, documents, proceedings and activities related to this Agreement. The City has
the right to examine or audit APS’s records, and APS agrees to cooperate with any
examination or audit of its records. If a City audit discloses an error of 5% or more in
information reported by APS, APS agrees to pay the cost of the City’s audit computed on the
basis of four times the direct payroll of the audit staff completing the audit and audit report.
19. Work Product; Reports.
19.1 Any work product prepared or caused to be prepared by APS or any subconsultant for this
Agreement will be the exclusive property of City. No work product given to or prepared by
DocuSign Envelope ID: 467C42ED-FC89-4004-B146-B5A0F60F5244 5.I.c
Packet Pg. 182 Attachment: CSA 10967 Original Agreement (6030 : Third Contract Modification With Advanced Problem Solving)
APS or any subconsultant pursuant to this Agreement may be made available to any
individual or organization by APS without prior written approval by City.
19.2 At the City’s request, APS must furnish reports concerning the status of the Services.
20. Standard of Care. APS agrees to provide all Services, including services performed by any
subconsultant, in a manner consistent with the level of care and skill ordinarily exercised by
members of APS’s profession currently practicing in the same locality under similar conditions.
21. Subconsultants.
21.1 If APS proposes to have any subconsultant perform any part of the Services, APS must
submit a request for approval in writing, describing the scope of work to be subcontracted,
the name of the proposed subconsultant, and the total price or hourly rates used in
preparing an estimated cost for the subconsultant’s services. The City, in its sole discretion,
may grant or deny the request.
21.2 APS will be responsible for the quality of any subconsultant’s work. Every subcontract or
agreement of any kind entered into between APS and any subconsultant (or between any
subconsultant and others) must contain the following provision:
This agreement is consistent with all terms and conditions of the Agreement
No. 10967 (CCS) entered into between the City of Santa Monica and APS
on^^____________________.
22. Governing Law. The laws of the State of California, without regard to any choice of law
provisions, will govern this Agreement.
23. Venue and Jurisdiction. The City and APS agree that the Services will take place in Los Angeles
County. Any litigation arising out of this Agreement may only be brought in either the United
States District Court, Central District of California, or the Superior Court of California, County
of Los Angeles, West District, as appropriate. The parties agree that venue exists in either court,
and each party expressly waives any right to transfer to another venue. The parties further agree
that either court will have personal jurisdiction over the parties to this Agreement.
24. Survival of Provisions and Obligations. Any provision of this Agreement, which by its nature must
be exercised after termination of this Agreement, will survive termination and remain effective for
a reasonable time. Any obligation that accrued prior to termination of this Agreement will survive
termination of this Agreement.
DocuSign Envelope ID: 467C42ED-FC89-4004-B146-B5A0F60F5244
12/5/2019
5.I.c
Packet Pg. 183 Attachment: CSA 10967 Original Agreement (6030 : Third Contract Modification With Advanced Problem Solving)
25. Exhibits. The following exhibits are incorporated by reference into this Contract as though fully
set forth herein.
Exhibit A Scope of Services
Exhibit B Budget
Exhibit C Insurance Requirements
In witness whereof, the parties have caused this Agreement to be executed the day and year first above
written.
ATTEST:
______________________________
DENISE ANDERSON-WARREN
City Clerk
APPROVED AS TO FORM:
______________________________
LANE DILG
City Attorney
CITY OF SANTA MONICA,
a municipal corporation
By: ______________________________
RICK COLE
City Manager
ABC Corporation
#VENDOR
By: ________________________________
DocuSign Envelope ID: 467C42ED-FC89-4004-B146-B5A0F60F5244
City Attorney
11/26/2019
Lane Dilg
11/27/2019
Sr. Director, Business Development
Advanced Problem Solving LLC (APS).
David Andrews
Rick Cole
12/5/2019
City Manager
12/5/2019
Denise Anderson-Warren
City Clerk
5.I.c
Packet Pg. 184 Attachment: CSA 10967 Original Agreement (6030 : Third Contract Modification With Advanced Problem Solving)
Exhibit A
Scope of Services
Personnel
APS shall make available the following personnel to provide to the City the Services required under
this Agreement:
Contractor Project Manager: David Andrews
Lead instructional designer: Jay Bostwick
Video producer: Jessica Ristic
Video director: Eric Jackson
Content developer: Kerrie Dunn
Project Work Plan
The Scope of Work for this Agreement has four sections:
1. Training Content
2. Content Delivery
3. Project Support
4. General Requirements
Requirements for Training Content
APS shall produce six (6) online training lessons annually of approximately 30-60 minutes each on
topics with Chemical, Biological, Radiological, Nuclear and Explosive (CBRNE) related content,
and shall do so using an industry standard Learning Management System (“LMS”). APS shall also
develop and make available the following:
A high-quality, fast-paced introductory video showing 'what right looks like.'
A high-quality, fast-paced sample drill video showing a company from the Los Angeles Area
performing the drill described in the drill plan accompanying the lesson.
A high-quality, fast-paced trailer video showing a condensed version of the 'what right looks
like' video and the sample drill video.
Videos shall incorporate high-quality graphics and motion graphics as appropriate.
Online lessons should be based on the “SCORM” (Sharable Content Object Reference
Model) e-learning standard and should provide cognitive instruction on the subject matter.
DocuSign Envelope ID: 467C42ED-FC89-4004-B146-B5A0F60F5244 5.I.c
Packet Pg. 185 Attachment: CSA 10967 Original Agreement (6030 : Third Contract Modification With Advanced Problem Solving)
Post-lesson tests should also be based on SCORM and should assess the learner's mastery of
core concepts covered in the online lesson.
A drill plan outlining Terminal Learning Objectives (“TLO”) and Enabling Learning
Objectives (“ELO”) for a hands-on drill associated with the cognitive lesson content covered in
the online lesson."
In addition, the City may require either or both of the following in conjunction with each training
delivery:
Job aids as directed by the Regional Training Group (“RTG”) for development by the
Contractor.
Links to additional pre-existing resources as identified by the RTG.
Furthermore, the first delivery of training content is shall be posted online within 4-6 months of
the Execution Date, with subsequent deliveries of training content to be completed and posted
at two-month intervals thereafter.
Online lessons shall be designed by professional instructional designers and developed in Articulate's
Storyline 360. Storyline 360 should be also be based on the SCORM standard. Any lesson developed
with this software should include the functionality of being capable of upload to any modern Learning
Management System. Online lessons should generally last between 30 and 60 minutes. Online
lessons may include the following topics:
Active Shooter
After Action Reviews
Clandestine Labs
Coordinated Response to Wildland Firefighting
Interoperable Communications
Managing a Hazardous Materials Incident
MCI Communication
MCI Triage
Metro Rail Incident Response
The Risk Management Process
Standards of Command
Synthetic Opioids
Transitional Attack
Wind-Driven Brush Fires
Online lessons should also include the following components when possible:
DocuSign Envelope ID: 467C42ED-FC89-4004-B146-B5A0F60F5244 5.I.c
Packet Pg. 186 Attachment: CSA 10967 Original Agreement (6030 : Third Contract Modification With Advanced Problem Solving)
Scenario-based learning exercises, requiring users to apply general principles to real-world
situations.
Speed bump questions (sometimes called "knowledge checks"), including detailed
feedback depending on the user's response.
Illustrative extracts from the "what right looks like" video. These extracts illustrate key
learning points and demonstrate appropriate actions.
Online lessons should use professional voiceover actors for audio content as well as high quality
graphics and motion graphics for visual effects.
For each online lesson, APS shall provide the City with SCORM-based post-tests. The post-tests
should incorporate the following features:
10 questions randomly selected from test banks of 15-20 questions each.
Randomized sequence of responses to each of these questions.
APS shall integrate drill plans for into the lessons with ELOs and TLOs consistent with the guidelines
provided by State Fire Training. APS shall also prepare drill plan guidance materials for organizing and
conducting drills on assigned topics; and, when applicable, APS shall also provide job aids to accompany
the lessons.
The format and substance of the training content requirements may be modified to reflect changing
grant requirements and/or changing needs of the RTG. In such cases the Contractor will be required
to provide an equivalent work effort to what is described in the Training Content and Content Delivery
description of the original RFP
Content Delivery
APS the shall make the first delivery of training content to the City by posting it online within 4-6
months of the Execution Date. Subsequent deliveries of training content by APS shall be posted
online every two months starting after the first delivery and until all training content required under
this Agreement is completed by APS. APS shall make all reasonable efforts to ensure that the lessons
created for the RTG will remain accessible to end users using the latest versions of popular internet
web browsers.
APS shall provide an LMS for delivering training content to up to 10,000 end users (firefighters). APS
shall also provide SCORM files containing the training content for those agencies electing not to use
the LMS. The LMS developed by APS must have a user-friendly interface and should include the
following features and functionality:
APS’ LMS be device agnostic and be accessible from PC or Mac, tablet or smartphone.
DocuSign Envelope ID: 467C42ED-FC89-4004-B146-B5A0F60F5244 5.I.c
Packet Pg. 187 Attachment: CSA 10967 Original Agreement (6030 : Third Contract Modification With Advanced Problem Solving)
APS' LMS should be able to include additional agency-specific content on each lesson topic to
the LMS with content accessible only to those agencies' personnel.
APS’ LMS must have the ability to restrict access for certain content based on the end users'
level of authorized privileges (e.g., Administration). The LMS should allow for the agency to
designate one or more agency representatives as administrators within the agency's portal.
APS’ LMS should allow for individual agencies to monitor the performance (access dates,
completion rates, post-test scores) of their personnel. Instructors should have the ability to
create live calendared training events and manage attendance at those events.
APS’ LMS should allow for performance reports to be available for review in real time as well
as in the form of either weekly or monthly reports that can be generated and sent by email.
Agency supervisors should be able to mark lessons viewed by their personnel as complete or as
partially complete.
APS' LMS should allow end users, upon completion of each course, to print a customized
certificate with the name of the course, the end user's own name and agency affiliation, the
date of course completion, and a transcript that lists the history of all course enrollments and
completions.
APS’ LMS must allow for all lessons and lesson completion records to be accessible for one
year from the date that the last lesson is launched on the LMS.
APS’ LMS should provide each agency with its own customizable portal that is accessible only
to that agency’s personnel and is able to have agency content uploaded to it.
Project Support
In support of the Services provided to the City under this Agreement, APS shall provide the following:
A lead instructional designer and instructional design team. These individuals will work
with local Subject Matter Experts (SMEs) under the direction of the RTG Project Manager.
These local SMEs will be identified by the RTG from the 30 agencies in Los Angeles Area
Fire Chiefs Association (“LAAFCA”) to assist the Lead Instructional Designer in the
development of scripts for the videos and the online lesson as well as other associated
materials.
A video producer and video production team. These individuals will produce videos based
on video scripts developed by the instructional design team and approved by the RTG. The
video producer will work with the RTG Project Manager, or with other personnel assigned by
the RTG Project Manager, to coordinate with the LAAFCA agency fire crews that wilt be
featured in the videos.
DocuSign Envelope ID: 467C42ED-FC89-4004-B146-B5A0F60F5244 5.I.c
Packet Pg. 188 Attachment: CSA 10967 Original Agreement (6030 : Third Contract Modification With Advanced Problem Solving)
A course developer and course development team. These individuals will produce online
courses based on lesson scripts or storyboards developed by the instructional design team and
incorporating media created by the video production team as well as other team members.
The lessons will be developed in SCORM-based format using Articulate, Captivate, or a
similar high-end program for creating online lesson content.
An LMS administrator and support team. These individuals will upload courses created
under this contract to the Contractor's LMS and ensure that they remain accessible. They
shall also provide SCORM-formatted versions of the courses and supporting materials for
upload to existing LMS systems for those agencies electing not to use the Contractor's LMS.
A project manager as the representative for APS (“APS Project Manager”). This individual
will work in collaboration with the RTG Project Manager to ensure that timelines and quality
standards are maintained to the RTG's satisfaction.
In addition, the APS Project Manager, lead instructional designer, video producer, course developer
and LMS administrator should each be experienced in their respective fields of expertise, with
appropriate professional credentials and experience performing identified above or other tasks that
are substantially similar for a minimum of 3 years.
General Requirements
APS shall also adhere to, comply with, and fulfill the following requirements of the Services to be
provided under this Agreement:
APS shall provide excellent customer service to the RTG as well as to the individual end
users that use APS’ LMS.
At the request of the City, APS shall surrender and turn over to the City any and all
content, curriculum, videos, training materials, or products related to, or produced by APS
in conjunction with, the Services required under this Agreement. Said content and
materials shall be the property of the LAAFCA.
If during the provision of the Services under this Agreement APS desires to hire additional
and non-local SMEs to assist with the development of lesson content and associated
materials, APS shall recruit and hire all non-local SMEs at APS’ own expense. The names
and qualifications of all non-local SMEs must be submitted to the RTG Project Manager
for review and approval prior to APS engaging the services of the non-local SME.
The format and substance of the training content required by this Exhibit A – Scope of
Services may be modified to reflect changing grant requirements and/or changing needs of
the RTG. In such event APS shall provide an equivalent work product to what is described
in this Scope of Services.
DocuSign Envelope ID: 467C42ED-FC89-4004-B146-B5A0F60F5244 5.I.c
Packet Pg. 189 Attachment: CSA 10967 Original Agreement (6030 : Third Contract Modification With Advanced Problem Solving)
DocuSign Envelope ID: 467C42ED-FC89-4004-B146-B5A0F60F5244 5.I.c
Packet Pg. 190 Attachment: CSA 10967 Original Agreement (6030 : Third Contract Modification With Advanced Problem Solving)
Exhibit B
Budget
COST PROPOSAL FOR RFP 210
A. Annual cost of providing an LMS for up to 10,000 end users: $72,000
This cost includes the following (per the Scope of Work):
Providing an LMS for delivering the training content to up to 10,000 end users
(firefighters) from those LAAFCA agencies electing to use the Contractor’s LMS.
Providing SCORM files containing the training content for those agencies electing not to
use the Contractor’s LMS.
B. Cost per lesson as described in the Scope of Work: $88,000
C. Total annual fee: A + (B x 6) = $600,000
This per-lesson cost is for each of six (6) online training lessons annually of approximately 30-60
minutes each on topics with CBRNE-related content for delivery via an LMS.
This per-lesson cost will apply regardless of whether the format and/or substance of the training
requirements remain as outlined in Exhibit A or are modified to reflect changing grant requirements
and/or changing needs of the RTG, and provided that any such changes are limited to an equivalent
work product as described in Exhibit A.
The City will compensate Advanced Problem Solving LLC for the Services performed in an amount
not to exceed $1,800,000 for the term of this agreement in accordance with Budget attached as Exhibit
B. The total amount of compensation for Services Rendered during Original Term and all the
Extension Terms, if any, shall not exceed $3,000,000 as set forth in Exhibit B.
DocuSign Envelope ID: 467C42ED-FC89-4004-B146-B5A0F60F5244 5.I.c
Packet Pg. 191 Attachment: CSA 10967 Original Agreement (6030 : Third Contract Modification With Advanced Problem Solving)
Exhibit C
Insurance Requirements
Consultant shall procure and maintain for the duration of the Agreement insurance against claims for
injuries to persons or damages to property that may arise from or in connection with the performance
of the work hereunder by the Consultant, its agents, representatives, employees or subcontractors.
Minimum Scope and Limits of Insurance
Coverage shall be at least as broad as:
1. Commercial General Liability (CGL): Insurance Services Office Form CG 00 01 covering CGL on
an “occurrence” basis, including products and completed operations, property damage, bodily injury
and personal and advertising injury, with limits of no less than $1,000,000 per occurrence. If a
general aggregate limit applies, either the general aggregate limit shall apply separately to this
project/location (Insurance Services Office Form CG 25 04) or the general aggregate limit shall be
twice the required occurrence limit.
2. Automobile Liability: Insurance Services Office Form CA 00 01 covering Code 1 (any auto), or if
Consultant has no owned autos, Code 8 (hired) and Code 9 (non-owned), with limits of no less than
$1,000,000 per accident for bodily injury and property damage.
3. Workers’ Compensation: Workers’ Compensation insurance as required by the State of California,
with Statutory Limits and Employers’ Liability Insurance with limits of no less than $1,000,000 per
accident for bodily injury or disease (see footnote #1).
If the Consultant maintains broader coverage or higher limits than the minimums shown above, the
City of Santa Monica requires and shall be entitled to any broader coverage and higher limits maintained
by the Contractor. Any available insurance proceeds in excess of the specified minimum limits of
insurance and coverage shall be available to the City of Santa Monica.
Other Insurance Provisions
1. The insurance policies are to contain, or be endorsed to contain, the following provisions:
a. Additional Insured Status: The City of Santa Monica, its officers, officials, employees and
volunteers are to be covered as additional insureds on the CGL policy with respect to liability
arising out of work or operations performed by or on behalf of Consultant including materials,
parts, or equipment furnished in connection with such work or operations. CGL coverage can
be provided in the form of an endorsement to the Consultant’s insurance (at least as broad as
Insurance Services Office Form CG 20 10 11 85, or if not available, through the addition of a
combination of (1) CG 20 10, CG 20 26, CG 20 33, or CG 20 38 and (2) CG 20 37).
DocuSign Envelope ID: 467C42ED-FC89-4004-B146-B5A0F60F5244 5.I.c
Packet Pg. 192 Attachment: CSA 10967 Original Agreement (6030 : Third Contract Modification With Advanced Problem Solving)
b. Primary Coverage: For any claims related to this Agreement, the Consultant’s insurance shall
be primary coverage at least as broad as Insurance Services Offices Form CG 20 01 04 13 as
respects the City of Santa Monica, its officers, officials, employees and volunteers. Any insurance
or self-insurance maintained by the City of Santa Monica, its officers, officials, employees or
volunteers shall be in excess of the Consultant’s insurance and shall not contribute with it.
c. Notice of Cancellation: Each insurance policy required herein shall state that coverage shall not
be cancelled except after notice has been given to the City of Santa Monica.
d. Waiver of Subrogation: Consultant hereby grants to the City of Santa Monica a waiver of any
right of subrogation which any insurer of said Consultant may acquire against the City of Santa
Monica by virtue of payment of any loss. Consultant agrees to obtain any endorsement that may
be necessary to affect this waiver of subrogation, but this provision applies regardless of whether
or not the City of Santa Monica has received a waiver of subrogation endorsement from the
insurer.
Self-Insured Retentions
Self-insured retentions must be declared to and approved by the City of Santa Monica. The City of
Santa Monica may require the Consultant to purchase coverage with a lower retention or provide
satisfactory proof of ability to pay losses and related investigations, claim administration, and defense
expenses within the retention. The policy language shall provide, or be endorsed to provide, that the self-
insured retention may be satisfied by either the named insured or City of Santa Monica.
Acceptability of Insurers
Insurance is to be placed with insurers authorized to conduct business in California with a current A.M.
Best rating of no less than A:VII, unless otherwise acceptable to the City of Santa Monica.
Verification of Coverage
Consultant shall furnish the City of Santa Monica with original certificates and amendatory
endorsements (or copies of the applicable policy language effecting coverage provided by this clause). All
certificates and endorsements are to be received and approved by the City of Santa Monica before work
commences. However, failure to obtain required documents prior to the work beginning shall not waive
the Consultant’s obligation to provide them. The City of Santa Monica reserves the right to require
complete, certified copies of all required insurance policies, including the endorsements required herein,
at any time.
Failure to Maintain Insurance Coverage
If Consultant, for any reason, fails to maintain insurance coverage which is required pursuant to this
Agreement, the same shall be deemed a material breach of contract. The City of Santa Monica, at its
DocuSign Envelope ID: 467C42ED-FC89-4004-B146-B5A0F60F5244 5.I.c
Packet Pg. 193 Attachment: CSA 10967 Original Agreement (6030 : Third Contract Modification With Advanced Problem Solving)
sole option, may terminate this Agreement and obtain damages from the Consultant resulting from said
breach.
Subcontractors
Consultant shall require and verify that all subcontractors maintain insurance meeting all the
requirements stated herein. All exceptions must be approved in writing by the Risk Manager.
Footnotes
# 1: Workers’ Compensation insurance coverage is not required if the Consultant does not have
employees. The Consultant must, however, execute the City’s Workers’ Compensation Coverage
Exemption Declaration Form.
DocuSign Envelope ID: 467C42ED-FC89-4004-B146-B5A0F60F5244 5.I.c
Packet Pg. 194 Attachment: CSA 10967 Original Agreement (6030 : Third Contract Modification With Advanced Problem Solving)
1685 Main Street, Suite 209, Santa Monica,
CA 90401 • david.white@santamonica.gov
www.santamonica.gov • @cityofsantamonica • @santamonicacity
Date: #CMDate
David M. Andrews
Advanced Problem Solving LLC
411 University Circle
Claremont, CA 91711
Re: Contract No. 10967 Renewal Option Contractual Services
Dear Mr. Andrews:
Please accept this letter as the City’s notification of its intent to extend the term of
the above-referenced Contractual Services Agreement (the “CSA”) for a period of
one (1) year. As noted in Section 1 of the Terms and Conditions of the CSA dated
December 5, 2019, the City may extend the term for up to two (2) additional one (1)-
year terms. This renewal will extend the term of the CSA commencing on December
6, 2022, and terminating on December 5, 2023. All other terms and conditions of the
CSA shall remain the same and in full force and effect.
If you have any questions, please contact Terese Toomey, Project Manager at
(310) 434-2621 or terese.toomey@santamonica.gov.
Sincerely,
#CM
Enclosure
cc: Terese Toomey, Project Manager
Oscar Santiago, Budget Manager
contractsmailbox@santamonica.gov #
DocuSign Envelope ID: A646EA03-74A8-4992-A8CF-E06AD17F468B
11/29/2022
City ManagerDavid White
5.I.d
Packet Pg. 195 Attachment: CSA APS through 12.5.23 Renewal (6030 : Third Contract Modification With Advanced Problem Solving)
1685 Main Street, Suite 209, Santa Monica,
CA 90401 • david.white@santamonica.gov
www.santamonica.gov • @cityofsantamonica • @santamonicacity
VENDOR
ACKNOWLEDGEMENT OF CONSENT AND AGREEMENT
I, David M. Andrews, designated representative of Advanced Problem Solving LLC, a
California based education technology firm, hereby consent and agree to the
extension of the term of Contract No. 10967, commencing on December 6,2022 and
terminating on December 5, 2023, as set forth in the renewal letter issued by the City
of Santa Monica, dated __________.
DocuSign Envelope ID: A646EA03-74A8-4992-A8CF-E06AD17F468B
11/29/2022
5.I.d
Packet Pg. 196 Attachment: CSA APS through 12.5.23 Renewal (6030 : Third Contract Modification With Advanced Problem Solving)