Loading...
HomeMy WebLinkAboutRoth Hill Eng Partners AG-C-229 I b <; ß~ AGREEMENT FOR PROFESSIONAL SERVICES AG-C-229 THIS AGREEMENT made and entered into by and between the CITY OF AUBURN, a Municipal Corporation in King County, Washington, hereinafter rleferred to as "CITY" and with Roth Hill Engineering Partners, LLC, whose address is 2600 116th Avenue SE Ste 100 Bellevue WA 98004, hereinafter referred to as "CONSULTANT". In consideration of the covenants and conditions of this Agreement, the parties hereby agree as follows: '. 1. SCOPE OF WORK. See Exhibit A, attached and by this reference made part of this Agreement. 2. TERM. The CONSULTANT shall not begin any work under this Agreement until authorized in writing by the CITY. All work under this Agreement shall be completed by September 30, 2004. The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but may be extended by the CITY in the ovent of a delay attributable to the CITY, or because of unavoidable delays caused by an act of GOD or governmental actions or other conditions beyond the control of the CONSULTANT. A prior supplemental Agreement issued by the CITY is required to extend the established completion time. 3. COMPENSATION. Compensation will be on a time and material basis, not to exceed $56,186.00. Costs will be based on Exhibit S, which is attached and by this reference made part of this Agreement. --------------------------------------------- Agreement for Professional Services AG-C-229 May 11. 2004 Page 1 of 10 M_._____~__._______.._ u_____·__·__·__·_·_~____····___ --- The CONSULTANT shall be paid by the CITY for direct non-salary cost, per attached Exhibit B, at the actual cost to the CONSULTANT. For sub consultants, the CONSULTANT shall be paid at the actual cost to the CONSULTANT plus 10%. These charges may include, but are not limited to the following items: reproduction fees, field equipment, and mileage. The billing for non-salary cost, directly identifiable with the project, shall be submitted as an itemized listing of charges supported by copies of the original bills. invoices, expense accounts and miscellaneous supporting data retained by the CONSULTANT. Copies of the original supporting documents shall be supplied to the CITY upon request. All above charges must be necessary for the services provided under the Agreement. In the event services are required beyond those specified in the SCOpE~ of Work, and not included in the compensation listed in this Agreement, a contract modification shall be negotiated and approved by the CITY prior to any effort being expended on such services. 4. RESPONSIBILITY OF CONSULTANT. The CONSULTANT shall be responsible for the professional quality, ÌI~chnical accuracy, timely completion and the coordination of all studies, analysis, designs, drawings, specifications, reports and other services performed by the CONSULTANT under this Agreement. The CONSULTANT shall, without additional compensation, correct or revise any negligent errors, omissions or other deficiencies in its plans, designs, drawings, specifications, reports and other services required.- The CONSULTANT shall perform its services to conform to generally accepted professional engineering standards and the requirements of the CITY. Any approval by the CITY under this Agreement shall not in any way mlieve the CONSULTANT of responsibility for the technical accuracy and adequacy of its services. --------------------------------------------- Agreement for Professional Services AG-C-229 May II. 2004 Page 2 of 10 Except as otherwise provided herein, neither the CITY'S review, approval or acceptance of, nor payment for, any of the services shall be construed to opl~rate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement to the full extent of the law. 5. INDEMNIFICATION/HOLD HARMLESS. The CONSULTANT shall indemnify and hold the CITY and its officers and employees harmless from damages and liabilities (including reasonable attorney fees) caused by the CONSULTANT'S negligence or breach of any of its obligations under this Agreement; provided that nothing herein shall require the CONSULTANT to indemnify the CITY against and hold harmless the CITY from damages and liabilities caused by the conduct of the CITY, their agents, officers and employees and provided further that if the damages/liabilities are caused by or result from the concurflent negligence of (a) the CONSULTANT or its employees and (b) the CITY, their officers and employees, this indemnity provision with respect to (1) damages/liabilities based upon such negligence shall be valid and enforceable only to the extent of the CONSULTANT'S negligence or the negligence of the CONSULTANT'S employees. The provisions of this section shall survive the expiration or termination of this Agreement. 6. INDEPENDENT CONTRACTOR/ASSIGNMENT. The parties agree and understand that the CONSULTANT is an indep,endent contractor and not the agent or employee of the CITY and that no liability shall attach to the CITY by reason of entering into this Agreement except as otherwise provided herein. The parties agree that this Agreement may not be assigned in whole or in part without the written consent of the CITY. --------------------------------------------- Agreement for Professional Services AG-C-229 May 11, 2004 Page 3 of 10 .- .- -----.--.----.---.......-.- _."--_._-..._--,-----~-- 7. INSURANCE. CONSULTANT shall procure and maintain for the duration of this Agrøement, commercial general liability insurance against claims for injuries to persons or damage to property which may arise from or in conjunction with services provided to the CITY by the CONSULTANT, its agents, employees or subcontractors, under this Agrøement. The CONSULTANT agrees to provide commercial general liability insurance and shall maintain liability limits of no less then ONE MILLION DOLLARS ($1,000,000) per occurrence and ONE MILLION DOLLARS ($1,000,000) general aggregate. The CONSULTANT shall also provide and maintain professional liability coveragE! in the minimum liability limits of ONE MILLION DOLLARS ($1,000,000) per claim and ONE MILLION DOLLARS ($1,000,000) aggregate. The general liability coverage shall also provide that the CITY, its officers, employees and agents are to be covered as additional insured as respects: Liability arising out of the services or responsibilities performed by or under obligation of the CONSULTANT under the terms of this Agreement, by the CONSULTANT, its employees, agents and subcontractors. Both the general liability and professional liability coverage shall provide that the CONSULTANT'S insurance coverage shall be primary insurance as respects the CITY, its officials, employees and agents. Any insurance or self insurance rnaintained by the CITY, its officials, employees or agents shall be excess to the CONSULTANT'S insurance and shall not contribute with it. Each insurance policy required by this section of the Agreement shall be endorsed to state that coverage shall not be suspended, voided, or canceled except when thirty (30) days prior written notice has been given to the CITY by certified mail return receipt requested. All insurance shall be obtained from an insurance company authorized to do business in the State ()f --------------------------------------------- Agreement for Professional Services AG-C-229 May 11,2004 Page 4 of 10 ---~~._--_.._- Washington. The CONSULTANT agrees to provide copies of the certificates of insurance to the CITY specifying the coverage required by this section within 14 days of the execution of this Agreement. The CITY reserves the right to require that cornplete, certified copies of all required insurance policies be submitted to the CITY at any time. The CITY will pay no progress payments under Section 3 until the CONSULTANT has fully complied with this section. 8. NONDISCRIMINATION. The CONSULTANT may not discriminate regarding any services or ac:tivities to which this Agreement may apply directly or through contractual, hiring, or other arrangements on the grounds of race, color, creed, religion, national origin, sex, age, or where there is the presence of any sensory, mental or physical handicap. 9. OWNERSHIP OF RECORDS AND DOCUMENTS. The CONSULTANT agrees that any and all drawings, computer discs, documents, records, books, specifications, reports, estimates, summaries and such other information and materials as the CONSULTANT may have accumulated, prepared or obtained as part of providing services under the terms of this Agreement by the CONSULTANT, shall belong to and shall remain the property of the CITY OF AUBURN. In addition, the CONSULTANT agrees to maintain all books and records relating to its operation and conceming this Agreement for a period of six (6) years following the date that this Agreement is expired or otherwise terminated. The CONSULTANT further agrees that the CITY may inspect any and all documents held by the CONSULTANT and relating to this Agreement upon good cause at any re.asonable time within the six (6) year period. The CONSULTANT also agrees to provide to the CITY, at the CITY'S request, the originals of all drawings, documents, and items --------------------------------------------- Agreement for Professional Services AG-C-229 May 11. 2004 Page 5 of 10 ----~-- ~-- specified in this Section and information compiled in providing services to thE! CITY under the terms of this Agreement. 10. CERTIFICATION REGARDING DEBARMENT. SUSPENSION, AND OTHER RESPONSIBILITY MATTERS-PRIMARY COVERED TRANSACTIONS. The prospective primary participant certifies to the best of its knowled¡¡e and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against thern for commission or fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction; violation of federal or state antitrust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enurnerated in paragraph "(b)" of this certification; and (d) Have not within a three-year period preceding this application/propDsal had one or more public transactions (federal, state, or local) terminated for cause or default. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. --------------------------------------------- Agreement for ProfessionaJ Services AG-C-229 May II, 2004 Page 6 of 10 11. TERMINATION OF AGREEMENT. This Agreement may be terminated by either party upon twenty (20) days written notice to the other party, and based upon any cause. In the event of termination due to the fault of other(s) than the CONSULTANT, the CONSULTANT shall be paid by the CITY for services performed to the date of termination. Upon receipt of a termination notice under the above paragraph, the CONSULTANT shall (1) promptly discontinue all services affected as directed by the written notice, and (2) deliver to the CITY all data, drawings, specifications, n3ports, estimates, summaries, and such other information and materials as the CONSULTANT may have accumulated, prepared or obtained in performing this Agreement, whether completed or in process. 12. GENERAL PROVISIONS. 12.1. This Agreement shall be governed by the laws, regulations and ordinances of the City of Auburn, the State of Washington, King County, and where applicable, Federal laws. 12.2. All claims, disputes and other matters in question arising out of, or relating to, this Agreement or the breach hereof, except with respect to claims which have been waived, will be decided by a court of competent jurisdiction in King County, Washington. Pending final decision of a dispute hereunder, the CONSULTANT and the CITY shall proceed diligently with the performance of the services and obligations herein. 12.3. In the event that any dispute or conflict arises between the partiies while this Agreement is in effect, the CONSULTANT agrees that, notwithstanding such dispute or conflict, the CONSULTANT shall continue to make a good faith effort to cooperate and continue work toward successful completion of assigned dutiE~s and responsibilities. --------------------------------------------- Agreement for Professional Services AG-C-229 May 11. 2004 Page 7 of 10 -----~._-----"~----- -".-..------.,-----------... -~~_. ._..__._~.- 12.4. The CITY and the CONSULTANT respectively bind thernselves" their partners, successors, assigns, and legal representatives to the other party to this Agreement with respect to all covenants to this Agreement. 12.5. This Agreement represents the entire and integrated Agreement between the CITY and the CONSULTANT and supersedes all prior negotiations, reprE!Sentations or agreements either oral or written. This Agreement may be amended only by written instrument signed by both the CITY and the CONSULTANT. 12.6. Should it become necessary to enforce any term or obligation olf this Agreement, then all costs of enforcement including reasonable attorneys fees and expenses and court costs shall be paid to the substantially prevailing party. 12.7. The CONSULTANT agrees to comply with all local, state and federal laws applicable to its performance as of the date of this Agreement. 12.8. If any provision of this Agreement is invalid or unenforceable, the remaining provisions shall remain in force and effect. 12.9. This Agreement shall be administered by Lara Kammereck, on behalf of the CONSULTANT, and by the Mayor of the CITY, or designee, on behalf of the CITY. Any written notices required by the terms of this Agreement shall be served on or mailed to the following addresses: City of Aubum Roth Hill Engineering Partl1ElrS, LLC Attn: Gary McConnell Attn: Lara Kammereck 25 W Main Street 2600 116th Avenue SE Ste 100 Auburn WA 98001 Bellevue WA 98004 Phone: 253.288.3150 Phone: 425.869.9448 Fax: 253.288.7406 Fax: 425.869.1190 E-mail: gmcconn@cLauburn.wa.us E-mail: Ikammereck@rothhill.com 12.10. All notices or communications permitted or required to be given under this Agreement shall be in writing and shall be delivered in person or depositE.d in the United States mail, postage prepaid. Any such delivery shall be deemed to have been --------------------------------------------- Agreement for Professional Services AG-C·229 May 11.2004 Page 8 or 10 duly given if mailed by certified mail, return receipt requested, and addressedl to the address for the party set forth in 12.9, or if to such other person designated by a party to receive such notice. It is provided, however, that mailing such notices or communications by certified mail, return receipt requested is an option, not a requirement, unless specifically demanded or otherwise agreed. Any party may change his, her, or its address by giving notice in writin!}, stating his, her, or its new address, to any other party, all pursuant to the procedure set forth in this section of the Agreement. 12.11. This Agreement may be executed in multiple counterparts, each of which shall be one and the same Agreement and shall become effective when one or more counterparts have been signed by each of the parties and delivered to the other party. --------------------------------------------- Agreement for Professional Services AG-C-229 Mey 11, 2004 Page 9 of 10 /"- ~--==- -- is, Mayor Date SIlq{6V ATTEST: lÞ~ Oalllelle E. Daskam, City Clerk APPROVED AS TO FORM: BY: Title: Gr>hYeJ ~~r FederalTaxID#....3 \ ~ - H:\Consutlants\Agreements\2004\agc229 agreement. doc --------------------------------------------- Agreement for Professional Services AG-C-229 May I 1. 2004 Page 100f 10 ,..,.. ._.._,..________~_._.._..._..m'·' _~_ --- -~"~..~.---~ --- ----.. EXHIBIT A SCOPE OF SERVICES A. Project Management Project management of the assessment will include production and implementation of the project scope, schedule and budget. (In Task B so not part of A) It also includes project coordination and communication with the City such as internal and external meetings and project file management. ThH subconsultant contracts and coordination are listed in this task. It also involves lead core team process at meetings, assisting the project team members in the implementation of the task items, reviewing the Work-In-Progress reports and administering the monthly invoices to the City. Goal: Timely completion of the RAM-W vulnerability assessment process with the authority, knowledge and participation of appropriate decision-makers, informed staff and consultants on a Core Team. Visit critical facilities. The City will staff the Core Team as necessary to fulfill planning functions and provide oversight and authority. Roth Hill will staff the Core Team as necessary with: · CONSULTANT Project Manager - facilitator, intemal team lead and project management, certifying agent as necessary if utility is not able to certify · CONSULTANT Project Assistant - information liaison and collection, data management, process documentation and final report preparation · CONSULTANT Project Engineer - Water system analysis, system knowledge and modeling assistance as necessary · Subconsultant - Statewide Security - Water system security analysis Deliverable Monthly invoices and as needed written project status reports B. Assemble Core Team, Define and Rank Utility Missions/Criteria and Site Visit - Team Meeting #1 Goal: Assemble Core Team and review RAM-W process, scope and schedule. Define and rank the relative importance of water utility missions and criteria. Visit sample water facility sites. The first task involves reviewing the RAM-W methodology developed by Sandia National Laboratories with City members of the Core Team during an initial meeting. This will provide all members of the CONSULTANT/City Core Team with a clear understanding of the RAM-W Process, the overall project schedule and their role in this project. Page 1 of 7 The Core Team will define and prioritize the missions and criteria of the City's Water Utility. Example rnissions could include any of the following: · Supply treated water · Supply fire flow volume and pressure · Maintain flow to critical customers · Maintain water quality · Maximize geographic distribution of water · Maintain flow to highest number of customers Upon conclusion of the review of the scope and schedule and prioritizing the missions and criteria, the Core Team will head out to the field to visit watm sites. This first Core Team meeting is anticipated to take a full day. A) Core team will meet at City Hall and review RAM-W, scope and schedule B) Core team will define missions and criteria at team meeting. C) Core team will use pairwise comparison to rank criteria importance at team meeting. D) Core team will visit sample water facility sites. E) CONSULTANT will document Meeting F) CONSULTANT will prepare draft chapter for Final Report C. Complete Facility Ranking - Team Meeting #2 Goal: Rank the relative importance of facilities necessary to meet the water utility's missions and use pairwise comparison to determine critical facilities. CONSULTANT will facilitate this meeting so the Core Team can accomplish the following: · Identify all the water facilities (i.e. system inventory) · Determine one reservoir, a corrosion control treatment facility, one water supply source plus the City operation center to proceed to the next steps · Performing a pair-wise comparison of the facilities to determine the, critical facilities · Rank relative importance of critical facilities using facility weighting and criteria comparison methods · Determine critical facilities for assessment from the short list Page 2 of 7 Ranked facilities could include: · Wells, interties, source of supply · Pump stations · Critical valves · Storage reservoirs · Critical distribution cornponents · Cameras · Radio towers · Existing security in'frastructure · Control Center - o1iice, SCADA & maintenance yard · Utility Billing System · Computer systems · SCADA system A) The Core team will Identify facilities and shortlist to one reservoir, a cClrrosion control treatment facility, one water supply source plus the City operation center based on relationship to missions B) The Core team will use facility weighting/criteria comparison to rank reilative importance of critical facilities C) The CONSULTANT will document Meeting D) The CONSULTANT will prepare draft chapter for Final Report D. Conduct Threat Assessment - Team Meeting #3 Goal: Generate a judgment of realistic actual or potential threats to facilities or programs vital to achieving the defined water utility missions. The Design Basis Threat (DBT) is a management decision to: · Identify and define categories of adversaries. · Identify and define consequences of successful attack. · Define the likelihood of attack. · Calculate relative risk. · Reach core team decision on level threat against which to defend. · Understand that not all threats can be protected against. We have assumed for this process the City will select a specific DBT to apply to each of the selected facilities during the remainder of the process. The team will then choose one threat for each facility for the remainder of the exercise. A) The CONSULTANT will facilitate client development during a team me,eting of three realistic DBTs based on previously defined missions, knowledge of the system and input from the Core Team, local police, FBI, and others as determined by the Core Team. To include; internal, external and cyber threats. B) The CONSULTANT will document DBT development C) The City shall choose one threat for each facility for remainder of exen~ise D) The CONSULTANT will document Meeting E) The CONSULTANT will prepare draft chapter for Final Report Page 3 of 7 .'_."~-'-'._-._-----"'---~---- E. Complete Facility Characterization for selected Facilities and DBT - 'Team Meeting #4 and #5 Goal: Assess existing utility facilities, physical protection systems and operations, assess the consequences of successful attacks and define the measures of consequence. This can be a lengthy process, depending on the complexity and size of the selected facilities. The Core Team will: · Work with to collect full data on the chosen facilities · Prepare custom RAM-W fault trees for the two facilities based on this data · Work during Team Meeting #4 to "trim and limb" the fault tree in ac:cordance with the DBT to determine critical assets · Facilitate the process of defining outside system interdependencies During Team Meeting #5, the CONSULTANT will lead the Core Team in: · Generating a table of relative importance of consequences for the Consequence of Assessment "C", as used in the RAM-W Formula · Identifying examples of consequences, including loss of fire protecltion, number of users affected, illness, death and loss of public confidence · Assessing the consequences of facility loss, developing a matrix, adding numerical values to High, Medium and Low and summarizing by value · Calculating the overall consequence value "CO for the RAM-W formula · Generating the final fault trees with Edge software A) The City shall collect data on selected facilities and bring to team meeting #4. B) The CONSULTANT will generate custom fault trees based on selected facilities. C) The Core Team meeting will trim and limb tree in accordance with DBlr to determine critical assets. Define outside system interdependencies (power, transportation, chemical, etc.). Define system interdependencies (e.g. Must protect both the pumps needed to fill the reservoirs and the reservoirs themselves to meet storage mission). D) Lead Consequence Assessment The Core Team will generate a table of relative importance of conseqUlences. Examples of consequences include loss of fire protection, number of users affected, illness and death. E) The Core team will assess consequences of facility loss, develop rnatfiix, add numerical values to High, Medium and Low and summarize by value. Calculate overall consequence value "CO for RAM-W formula. F) The Core team will define Existing Physical Protection Systems Goal: Collect information about and define objectives of the existing physical protection systems and system operational characteristics. Assess effectiveness of existing systems. Page 4 of 7 1. Operational Procedures The Core Team will review overall and site specific operating systems and procedures, including: · Staffing levels · Staff redundancy · Routines · Staff interviews 2. Physical Protection Features Data Collection Worksheet The Core Team meeting will determine ability of existing physical protection systems and operations to Detect, Delay and Respond to the Desi9n Basis Th reat. G) The CONSULTANT will document Meeting H) The CONSULTANT will prepare draft chapter for Final Report F. Define Existing Physical Protection Systems - Team Meeting #6 Goal: Collect information about and define objectives of the existing physical protection systems and system operational characteristics. This ilnformation will be used to define strengths and weaknesses of the existing physical protection systems and system operational characteristics at the selected sites. A) The Core team will define strengths and weaknesses of the existing physical protection systems and system operational characteristics at the selec:ted sites. Specifically: · Define detection systems. · Define delay systems. · Define response. Additionally, the Core team will review and/or define these aspects of the operational system and procedures: · Staffing levels · Staff redundancy · Routines · Staff interviews A) The Core team will generate diagrams of Adversary Task Time versw; Physical Protection System Time. S) The CONSULTANT will documenting Meeting C) The CONSULTANT will prepare draft chapter for Final Report G. Evaluate System Effectiveness - Team Meetings #7 and #8 Goal: Evaluate system effectiveness of existing physical protection systems for Worst Case Scenario for a specific DBT. Page 5 of 7 ...._.~------_._.-----"- .....--..---. -.--- A) The Core team will assess operational system effectiveness, including: · Ability to detect and assess incident · Incident response times after detection · Materials available to mitigate consequences (pumps, generators, pipe, etc.) · Existing response procedures (staffing, knowledge of what to do, eltc.) · Compare adversary path to existing delay, detection and response systems with combined timelines. B) The Core team will define adversary paths - this is an ordered "attack scenario", that, if successful, leads to a cascading series of consequences defineid in the fault tree. This is the plan of how best to damage the mission of the ultility and is very sensitive material. Adversary path diagrams will include: · Plan view diagrams of vulnerable facilities with distances and paths of attack. · Schematic diagrams of adversary path from offsite to critical asset, with all likely routes, time to breach or defeat systems and time to complete task. C) The Core team will identify System Vulnerabilities · Consider DBT and capabilities · Look at all possible paths, select worst case path, develop worst case scenario, and Identify vulnerabilities along worst case path D) The Core team will determine if existing delay, detection and responso systems are adequate to protect the utility mission. E) The Core team will assign OPE" value for RAM-W formula. Estimate system effectiveness in Low, Medium, High range. Use this data to generate a series of numbers to include in the Risk Assessment Methodology formula. F) The CONSULTANT will document Meeting G) The CONSULTANT will prepare Draft Chapter for Final Report H. Develop Risk Reduction Strategy - Team Meetings #9 and #10 Goal: Complete the RAM-W formula and assess acceptability of apparemt risks, based on current physical and operational system effectiveness. If risks are not acceptable, propose upgrades to physical or operational systl~ms, in a potentially iterative process, to reduce risk to a level acceptable to City. Specific tasks include: A) The Core team will complete RAM-W formula for existing systems. B) The Core team will discuss results with core team and evaluate acceptability of risk. C) The Core team will determine if risks are acceptable, proceed to prepare final report. D) If risks are unacceptable, the Core team will discuss proposed physical system upgrades and/or operational changes to reduce risks to acceptable IEivel which will be used in the Security Improvement Plan. This requires re-calclllating the RAM-W formula. E) Consultant and subconsultant will generate costs for two to three alternatives for each facility and review with Core team. The costs will be utilized in Ithe Security Improvement Plan. F) The Core team will recalculate RAM-W formula. Page 6 of 7 --~---_._._.._._..-----_._~_._. --.---- G) The CONSULTANT will document Meeting H) The CONSULTANT will prepare Draft Chapter for Final Report I. Approach to the Development of the Security Improvement Plan - Team Meeting #10 Goal: Prepare a prioritized list of improvements to meet security needs using the City's defined priority criteria. · The Core tearn will define priority criteria to rank security upgrades which could include a positive benefit to cost ratio · The Core team will use priority criteria to rank security upgrades · The Core team will develop a short-term and long-term list of improvements · The Core team will develop a Security Irnprovement Program J. Development of the Security Improvement Plan - Team Meeting #10 Goal: Work with the City to develop a workable plan to implement the necessary recommended improvements to reduce the systern's risk of attack. The CONSULTANT will work closely with City staff to: · Use the results of the assessment to develop a security plan implementation strategy · Develop a prioritized list of recommended improvements and an implE!mentation schedule based on agreed upon measures that will provide the City with an implementable Security Improvement Program · Determine what level of security is necessary for each facility · Find solutions that stay within budgetary guidelines K. Final RAM-W Report - Team Meeting #11 Goal: Prepare and submit a letter as proof of completion of final RAM-W report to USEPA Regional Office. Prepare draft report tasks: A. The CONSULTANT will prepare Draft Report B. Core team meeting will be held to review Draft Report. C. The CONSULTANT will revise Draft Report per core team meeting. D. The CONSULTANT will meet with Public Works Director and Assistant Public Works Director to review Draft Report. E. The CONSULTANT will revise Draft Report per meeting with Public Works Director and Assistant Public Works Director. F. The CONSULTANT will complete Final Report. G. The CONSULTANT will attend a Public Works Committee Meeting to present Final Report. H. The CONSULTANT will prepare three copies of Final RAM-W VA Report, two CD's with the Final RAM-W VA Report and a transmittal Letter to USEPA for City. I. The City shall certify the Final RAM-W VA Report and submit to USEPA. Page 7 of 7 EXHIBIT B FEE SCHEDULE HOURLY PAY RATES HOURLY PAY PLUS OH PROFIT @ NAME TITLE RATE @ 169% 11.53% TOTAL John Roth Jr. Principal $ 49.33 $ 132.70 $ 15.30 $ 148.00 Kelly Snyder Proiect/Services Manager $ 40.39 $ 108.65 $ 12.51 $ 121.16 Lara Kammereck Proiect/Services Manager $ 37.86 $ 101.84 $ 11.75 $ 113.59 Scott Goss Project/Services Manaær $ 40.87 $ 109.94 $ 12.67 $ 122.61 Pam Cobley Government Affairs $ 26.80 $72.09 $ 8.31 $ 80.40 Dejan Andjelkovic EIT lDesÜmer $ 21.20 $ 57.03 $ 6.58 $ 63.61 Ruth Sarmiento Clerical $ 14.50 $ 39.01 $4.50 $ 43.50 Len Mastrovito Clerical $ 17.50 $ 47.08 $ 5.43 $ 52.50 10% MARKUP $132.00 Jim O'Donnell Statewide Security Subconsultant $ 120.00 $12.00 10% MARKUP Colleen McCarthy un - Chemical Subconsultant $ 85.00 $8.50 $ 93.50 Roth Hill Engineering Partners. LLC. fee schedule by staff classification for Projects. RepoI1ts, Design, Survey. and Computers as of January 1.2004. Rates are subject to modification. We utilize a 3.0 multiplier to calculate our billing rate. Subconsultant time and expenses are marked up by 10% and then included in our invoice to ¡the client. Direct Non-Salary Reimbursable Expenses Travel Cars Trucks $0.375 per mile $0.375 per mile Prints Black & White LaserCADD plots (up to llx17) Color Laser Prints (up to Ilxl7) Ink Jet CADD plots (large format) $1.25/sheet $1.50/sheet $7.50/sheet MaplDrawinl! Scanninl! $5.00/sheet Page 1 of 2 ~ --,-----~-----------~_._-~~--------,-- . ------.....-..-----..- Field Eauipment Flo- Tote (flow monitoring) Vertical control (surveying) Horizontal Control (surveying) Total Station w/data collection $30.00/day $5.00/hour $5.00/hour $ 13.00lhour Supplies Binder and dividers At cost No charges are billed for the following items: 1. Long distance phone calls 2. Fax services 3. Postage 4. Photocopy paper or stationery for in-house production 5. In-house Photocopy - no "per copy" charge, hut related labor is billed Page 2 of 2 ....-..._-----_._----------~.__._--_._~~._...__._..~ CONSULTANT INVOICES Consultant invoices should contain the following information: · On consultant letterhead. · A cover letter stating the status of each task. This should include items completl3d, percent completed during the billing period and completion along with funding status. · Internal invoice number and/or sequential numeric number (Le.: progress payme,nt # 10). · Invoice date. · Period of time invoice covers. · Consultant Agreement # (Le.: AG-C-115). · Project number(s) listed (Le.: PR562). · City's project manager listed. · The hour(s) per person broken down by task(s) (attach timesheets, spreadsheet detailing timesheets, or some other form of proof) along with type of work done (Le.: desi!gn, right-of-way, or construction) or task order number. · Direct salary (base salaries) · Indirect salary (benefits) · Direct non-salary (Le.: mileage, reproduction fees (Le.: printing, copying), communication fees (Le.: telephone), supplies, computer charges, subconsultants), indirect non-salary (overhead). The City does not pay for consultant meals unless part of a task requires travel outside of the greater Seattle, Tacoma, and Everett area. These costs are to be broken down and backup information is to be attached to invoice. Project managers are to inform consultants as to what is required for break down information and if backup information is to be attached. Break out the same for subconsultant charges. · Previous and remaining base contract amounts left in each task and total contralct - total authorized amount (bottom line figure). Add amendments to this base contract amount for total authorized amount. · Percentage of work completed to date compared to total amount of work (if required by the project manager). · Status of Management Reserve Fund (MRF) (Le.: a certain task) until we can gE~t an amendment in place. · Invoices for previous year are due by January 15th. · For grant/special funded projects there might be other special information need.3( , reference the LAG manual. ..-...---------...., "-_......_~.----- --------_. -- SAMPLE INVOICE City of Aubum Invoice #: 5222 25 West Main Progress Payment #: 2 Auburn W A 98001 Invoice Date: February 1 0, ~!002 Attn: Scott Nutter (Project Engineer) Project Name: Thomas Nelson Farm Agency Agreement #: AG-C-01 0 Project #: PR562 Engineering Services performed during the period of: January 2002 SAMPLE ENGINEERING, INC. Personnel Mike Jones, Principal in Charge Carla Maker, ArcMect Joe Smith. Word Processino ConsuRant Personnel Sub Total: Hours 1 5 10 Exoenses (see attached documentation) Charoes Mileage ($O.3451mile): 20 miles Communications: $30.00 Printino: $29.00 ConsuRant Expenses Sub Total: Consultant Total: SUB CONSULTANTS Sulx:onsultant (see attached documentation) ABC ENVIRONMENTAL, INC., Civil Engineer ELECTRICAL CONSULTING, Electrical Engineer MECHANICAL SOLUTIONS, Mechanical Engineer MOVING COMPANY. Movino ConsuRant SubconsuRant Sub Total: x 1.1 Multiplier: Subconsultant Total: Hourlv Rate $125.00 $ 72.00 $ 48.00 Hours 10 5 10 2 Amount $125.00 $144.00 $480.00 $749.00 MuRiDlier xU xU xU Hourlv Rate $100.00 $100.00 $100.00 $100.00 Total $ 7.59 $33.00 $31.90 $72.49 $82!1.49 Amount $1,000.00 $ 500.00 $1,000.00 MRF* $ 100.00 $2,600.00 $ 260.00 $2,860.00 .._..___.._________.._.._..__._.._.._.._.___._"._.._.._.._.._.._h_..__._._____.__.._.._.._.._____________.._.._.._.._.._.._.__.__.__.__.._.._.._.._.._.._.._._________________..__._.. ._._.._..____..____n_n_n_.._n_.._.._______._n_n_!~'!~!:_[)~~_'!!I!~.I!'I.Y.c:?I!::§_n_n_n_n_n__________.._.__~!~!:~9...._.._____n__n__ CONTRACT BREAKDOWN Amount Prior Authorized Invoiced This Invoice Task Original Contract $22,000.00 MRF* $2,500.00 TOTAL $24,500.00 $1,025.00 $0.00 $1,025.00 $2,681.49 $1,000.00 $3,681.49 Note: MRF=Management Reserve Fund Total Invoiced % % Amount To Date Expended Completed' Remaining $3,706.49 $1,000.00 $4,706.49 20% 25% 40% 45% $18,293.51 $1,500.00 :$19,793.51 * Received a written authorization of MRF on 1/10/01 for Mechanical Engineer task in thl~ amount of $2,000.00. .-. .----------..-,.,.--- --.-',-- a-¿ /<,. (j AMENOMENT #I 1 TO AGREEMENT #I AG-C-229 BETWEEN THE CITY OF AUflURN AND ROTH HILL ENGINEERING PARTNERS, LLC "LATINO TO .773 VULN£lllA8lLITY ASSESSMENT & SECURITY IMPROVEMENT PLANNING PHASE I THIS AMENDMENT is made and entered into thisZt:"day of ~1'-i.c.1tkr 2004, by and between the CITY OF AUBURN, a mu~icI al corporation of the State of Washington (hereinafter referred to as the "CI , and Roth Hili Engineering Partners, LLC (hereinafter referred to as the "CONSUL TA T"), as an Amendment to the Agreement between the parties for AG-G-229 executed on the 19th day of May 2004. The changes to the agreement are described as follows: 1. CONTRACT TERM: The tenn of the Agreement for Professional Services Is extended to December 31, 2004. 2. SCOPE OF WORK: There is no change in the scope of work. 3. COMPENSATION: There is no change to the amount authorized in the original agreement. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-229 executed on the 19th day of May 2004, shall remain unchanged, and in full force and effect. IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the day and year first above written. ROTH HILL ENGINEERING PARTNER , LLC .~ <.--/ By: . Author! ed signature -----------------------------------------......------.........-------..---- r Amendment No.1 for Agreement No. AG·C·229 Roth Hill Engineering Partners, LLC Page 1 of 2 .n_ _-¡ _~ ATTEST (Optional): ATTEST: By: Its: Danlelle E. Daskam, Auburn City Clerk Approved as to form (Optional): Attorney for (Other Party) H:\CONSUL T ANTS\AGREEMENTS\2004\AGC229 AMENDMENT 1.DOC .....-------.........-..------.......-----..........-------..-------..-..-------.. Amendment No.1 for Agreement No. AG-C-229 Roth Hili Engineering Partners, LLC Page 2 of 2 --- - - ----------- ~í-- ---