Loading...
HomeMy WebLinkAboutContracts & Agreements_157-2003_CCv0001.pdf AGREEMENT TO FURNISH PROFESSIONAL SERVICES FOR WATER AND WASTEWATER VULNERABILITY ASSESSMENT, EMERGENCY RESPONSE PLAN AND RISK MANAGEMENT PLANS This Agreement is made and entered into this 5th day of August 2003, by and between the City of Redlands, a municipal corporation (hereinafter "City") and Carollo Engineers, hereinafter ("Consultant"). In consideration of the mutual promises, covenants and conditions hereinafter set forth, City and Consultant hereby agree as follows: ARTICLE I - ENGAGEMENT OF CONSULTANT 1.1 City hereby engages Consultant,and Consultant hereby accepts the engagement,to perform professional engineering services ("Services") for preparation of a Water and Wastewater Vulnerability Assessment and Emergency Response Plan,and Risk Management Plans at and for various facilities (See Attachment "A") within the City of Redlands, California ("Project"). 1.2 The Services shall be performed by Consultant in a professional manner, and Consultant represents that it has the skill and the professional expertise necessary to provide high quality Services for the Project at the level of competency presently maintained by other practicing professional engineers in the industry providing like and similar types of services. ARTICLE 2 - SERVICES OF CONSULTANT 2.1 The specific Services which Consultant shall perform are more particularly described in Attachment"A,"entitled"Scope of Services,"which is attached hereto and incorporated herein by this reference. 2.2 Consultant hereby agrees to abide by all applicable Federal, State and local rules, laws and regulations in the performance of this Agreement including but not limited to all applicable Labor Code and prevailing wage laws, and the Americans with Disabilities Act. ARTICLE 3 - RESPONSIBILITIES OF CITY 3.1 City shall make available to Consultant information in its possession that is pertinent to the performance of Consultant's Services. 3.2 City will provide access to and make provisions for Consultant to enter upon City-owned property or right-of-way as required by Consultant to perform the Services. 3.3 City designates Greg Gage, Project Manager, to act as its representative with respect to the I Services to be performed under this Agreement. ARTICLE 4 - PERIOD OF SERVICE 4.1 Consultant shall perform the Services in a prompt and diligent manner and in accordance with the schedule set forth in Attachment"B", entitled "Project Schedule". ARTICLE 5 - PAYMENTS TO THE CONSULTANT AND NOTICE 5.1 The total compensation for Consultant's performance of the Services shall not exceed the amount of$100,000. City shall pay Consultant on a lump sum fee basis up to the not to exceed amount, in accordance with Attachment "C", entitled "Project Costs"based on the hourly rates shown in Attachment"D", entitled "Fee Schedule". 5.2 Consultant shall bill City for services monthly by submitting an invoice indicating the Services performed,who performed the Services, indirect costs, and the detailed cost of all Services including backup documentation. Payments by City to Consultant shall be made within 30 days after receipt and approval of Consultant's invoice, by warrant payable to Consultant. 5.3 All contractual notices, bills and payments shall be made in writing and may be given by personal delivery or by mail. Notices,bills and payments sent by mail shall be addressed as follows: City Consultant Greg Gage George Beliew, P.E. Municipal Utilities Department Carollo Engineers 35 Cajon Street 225 West Hospitality Lane, Suite 212 R O. Box 3005 San Bernardino, CA 92408 Redlands, CA 92373 When so addressed, such notices shall be deemed given upon deposit in the United States Mail. In all other instances,notices,bill and payments shall be deemed given at the time of actual delivery. Changes may be made in the names and addresses of the person to whom notices,bills, and payments are to be given by giving notice pursuant to this paragraph. ARTICLE 6 - INSURANCE AND INDEMNIFICATION 6.1 Consultant's Insurance to be Primary All insurance required by this Agreement is to be maintained by Consultant for the duration of this Project and shall be primary with respect to City and non-contributing to any insurance or self-insurance maintained by the City. Consultant shall not perform any 2 services pursuant to this Agreement unless and until all required insurance listed below is obtained by Consultant. Consultant shall provide City with Certificates of Insurance and endorsements evidencing such insurance prior to commencement of work. All insurance policies shall include a provision prohibiting cancellation of the policy except upon thirty (30)days prior written notice to City. 6.2 Workers' Compensation and Employer's Liability A. Consultant shall secure and maintain Worker Compensation and Employer's Liability insurance throughout the duration of this Agreement in amounts which meet statutory requirements with an insurance carrier acceptable to the City. B. Consultant expressly waives all rights to subrogation against the City, its officers, employees and volunteers for losses arising from work performed by Consultant for City by expressly waiving Consultant's immunity for injuries to Consultant's employees and agrees that the obligation to indemnify, defend and hold harmless provided for in this Agreement extends to any claim brought by or on behalf of any employee of Consultant. This waiver is mutually negotiated by the parties. This shall not apply to any damage resulting from the sole negligence of City, its agents and employees. To the extent any of the damages referenced herein were caused by or resulted from the concurrent negligence of City, its agents or employees, the obligations provided herein to indemnify, defend and hold harmless is valid and enforceable only to the extent of the negligence of Consultant,its officers,agents and employees. 6.3 Comprehensive General Liability Insurance. Consultant shall secure and maintain in force throughout the duration of the Agreement comprehensive general liability insurance with carriers acceptable to City. Minimum coverage of one million dollars ($1,000,000) per occurrence and two million dollars ($2,000,000) aggregate for public liability, property damage and personal injury is required. Consultant shall obtain an endorsement that City shall be named as an additional insured. 6.4 Professional Liability Insurance. Consultant shall secure and maintain professional liability insurance throughout the duration of this Agreement in the amount of one million dollars ($1,000,000)per claim made. 6.5 Business Auto Liability Insurance, Consultant shall have business auto liability coverage, with minimum limits of one million($1,000,000)per occurrence,combined single limit for bodily injury liability and property damage liability. This coverage shall include all consultant owned vehicles used on the project,hired and non-owned vehicles,and employee non-ownership vehicles. Consultant shall obtain an endorsement that the City shall be named as an additional insured. 6.6 Assimment and Insurance Requirements. Consultant is expressly prohibited from subletting 3 or assigning any of the services covered by this Agreement without the express written consent of City. In the event of mutual agreement between parties to sublet a portion of the Services,the Consultant will add the subcontractor as an additional insured and provide the City with the insurance endorsements prior to any work being performed by the subcontractor. Assignment does not include printing or other customary reimbursable expenses that may be provided in this Agreement. 6.7 Hold Harmless and Indemnification. Consultant shall defend,indemnify,and hold harmless City and its elected officials, employees and agents from and against any and all actions, claims,demands, lawsuits, losses and liability for damages to persons or property,including costs and attorney fees, that may be asserted or claimed by any person, firm, entity, corporation,political subdivision or other organization arising out of or in connection with Consultant's negligent andlor intentionally-wrongful acts or omissions under this Agreement; but excluding such actions,claims,demands,lawsuits and liability for damages to persons or property arising from the sole negligence or intentionally wrongful acts of City,its officers, employees or agents. ARTICLE 7 - GENERAL CONSIDERATIONS 7.1 In the event any action is commenced to enforce or interpret any of the terms or conditions of this Agreement the prevailing party shall,in addition to any costs and other relief,be entitled to the recovery of its reasonable attorneys' fees. 7.2 Consultant shall not assign any of the Services required by this Agreement,except with the prior written approval of City and in strict compliance with the terms, provisions and conditions of this Agreement. 7.3 Consultant's key personnel for the Project are: Project Manager: Brian Powell Consultant agrees that the keypersonnelshall be made available and assigned to the Project, and that they shall not be replaced without concurrence from City. 7.4 All documents, records, drawings, designs, costs estimates, electronic data files and databases and other Project documents developed by the Consultant and any copyright interest in said above-described documents, pursuant to this Agreement shall become the property of City and shall be delivered to City upon completion of the Services or upon the request of City. Any reuse of such documents for other projects and any use of incomplete documents will be at City's sole risk. 7.5 Consultant is for all purposes an independent contractor. All personnel employed by Consultant are for its account only, and in no event shall Consultant or any personnel 4 retained by it be deemed to have been employed by City or engaged by City for the account of or on behalf of City. 7.6 Unless earlier terminated, as provided for below, this Agreement shall terminate upon completion and acceptance by City of the Services. 7.7 This Agreement may be terminated by the City, without cause, by providing ten(10) days prior written notice to the Consultant(delivered by certified mail,return receipt requested)of intent to terminate. 7.8 Upon receipt of a termination notice, Consultant shall(1)promptly discontinue all services affected, and(2)deliver or otherwise make available to City, copies(in both hard copy and electronic form,where applicable)of any data,design calculations,drawings,specifications, reports, estimates, summaries and such other information and materials as may have been accumulated by Consultant in performing the Services required by this Agreement. 7.9 This Agreement,including the attachments incorporated herein by reference,represents the entire agreement and understanding between the parties and any prior negotiations,proposals or oral agreements are superseded by this written Agreement. Any amendment to this Agreement,to be effective, shall be in writing and approved by the City Council of City and signed by City and Consultant. 7.10 This Agreement shall be governed by and construed in accordance with the laws of the State of California. 5 IN WITNESS WHEREOF,duly authorized representatives of the City and Consultant have signed in confirmation of this Agreement. City of Redlands Carollo Engineers ("City") ("Consultant") By: By: i KARL N. HAWS GRG BELIEW, P.E. " Mayor Partner ATTEST: By: L�0rrie Poyz`ez City Clerk, City of Redlands 6 ATTACHMENT A City of Redlands Engineering Services for Vulnerability Assessment) Risk Management Plan/Emergency Response Plan SCOPE OF SERVICES INTRODUCTION The purpose of this Task Order is to provide the City with engineering services required by the Public Health Security and Bioterrorism Act of 2001(Act). The City of Redlands (City) will conduct a Water System Security Vulnerability Assessment and develop an Emergency Response Plan(ERP)for its drinking water system. All system components, including production,transmission, distribution, storage, and treatment facilities will be evaluated. The Assessment will be a thorough and systemic evaluation conducted in compliance with the USEPA requirements. Concurrent with preparation of the Assessment, the City will prepare Risk Management Plans (RMP's) for covered facilities pursuant to the California Accident Release Prevention Program (CalARP). The Engineer will provide limited support services to City staff in completing this effort. City staff will provide records and other documents necessary to efficiently complete the task. City staff will team with ENGINEER on the CalARP Plan creating a cost effective work effort to produce a useful document for the City. The following is our Scope of Services for leading the effort to develop these plans: SCOPE OF SERVICES Task 1 — Project Management 1.1 Project management is an important aspect of any project including your vulnerability assessment. Carollo will meet with you and your staff on a routine basis to review the project schedule, budget, and overall progress of your project. In addition,the project schedule will be updated and distributed. Project Kick-off Meeting The Project Kick-off Meeting will include your staff and key members of Carollo's project team to establish lines of communication, verify the scope of work, identify data collection procedures, collect existing information, and review the schedule.We will also provide a brief presentation of the RAM-W(sm) methodology. The following subjects will be addressed during this meeting: Verify Scope - The physical systems to be included in the Vulnerability Assessment will be verified. • Refine Work Plan -The Work Plan included in this proposal will be reviewed and finalized. • Schedule -The schedule will be discussed in terms of key milestones, meetings, workshops, submittal dates, review periods, presentations, and other events. H;\Client\Redlands—SMCONTRAG-RVulrierability AssessmenMttachmentA_Scope-dM 1 • Resources (Personnel) -Your staff, their availability, and their role in the project will be discussed. The participation of management, operational, and supervisory personnel will be required throughout the project. • Resources (Documentation) - Engineering drawings, procedures, and other documents and data that will be needed will be identified, and their availability and accessibility discussed. City to provide this information to ENGINEER. • Resources (Local Authorities) -We will discuss your preferences for coordinating with personnel from local law enforcement organizations, who will be invited to provide information during the various workshops. • Information Access and Control -The participants will discuss the steps that the project team will take to protect and control the information used and generated during this assessment. • Methodology- An overview of the specifics our enhanced version of the RAM- W(sm) methodology will be provided by the project team. Deliverables • Draft and finalized meeting minutes. • A project schedule with submittal and meeting dates. • A finalized project Work Plan. Task 2—Facility Prioritization 2.1 After clearly defining the missions and objectives of your water and wastewater systems, we will work with your staff to establish a set of four criteria for prioritizing major facilities and systems based on these objectives. The number of people served and criticality of the users are examples of measures that might be used for defining the prioritization criteria. This is an important step because these criteria will be used as the foundation for the remaining steps of your Vulnerability Assessment. Your facilities (i.e., systems and equipment) will be prioritized using the established set of criteria. To prioritize the facilities, the team will assign a relative importance factor to each facility for each of the four criteria. For example, each selected facility may be assigned an importance factor based on the number of people served by that facility. The process will be repeated for the measures defined in the prioritization criteria. • Once all the selected facilities and systems have been assigned prioritization values, a multi-variant scoring process (pair-wise comparison) will be used to rank each facility according to the criteria established, resulting in a prioritized list of your facilities. This list will allow the project team to focus on the most critical areas of your system. Based on the results of the facility rankings, your critical facilities will be analyzed in detail. This will include a field visit to each critical facility. Facilities that do not make the critical list will not be addressed. H:\Ctient\Redia _SBO\CONTRACT\Vulnerability Assessment\AftachmentA-Sr-ope.doc 2 Deliverables • A Technical Memorandum that contains: o A description of your mission statement developed for the Vulnerability Assessment. o A prioritized list of your critical objectives that support your mission. o A set of criteria for major facility prioritization. o A description of the prioritization methodology. o A prioritized list of critical facilities and systems. o A complete listing of facilities to be included in the Vulnerability Assessment. Task 3— Security Threat Assessment 3.1 The main objective of this task is to collect sufficient information to gain an understanding of the nature and motivations of potential sources of threat (i.e., malevolent acts) and to quantify the likelihood of an attack from an adversary. Once the likelihood of attack is established, the PA (probability of attack) values can be calculated for the Risk Equation. As part of this effort the local law enforcement agencies (i.e., Redlands Police Department, local offices of the FBI and other local agencies) may be contacted to gather information about potential sources of threat that may be operating in the area,their motivations, past activities, modus operandi, and potential interest in your facilities. In addition to external groups, the analysis may include potential sources of internal threat, such as disgruntled employees or employees engaged in criminal activities.The final outcome of this task is the identification of the Design Basis Threat (DBT) in terms of a set of potential sources of threat, their characteristics, and associated probability of attack. City staff will support this effort by coordinating with other City agencies as required. Deliverables • A report will be prepared containing the following: o A description of the methodology and a listing of all contacts made, data gathered, and records researched. 0 A listing of probable adversaries, their possible motivations, resources, knowledge of tools and weapons, and modus operandi. 0 PA values for each adversary for use in the Risk Equation. Task 4—Water Contamination 4.1 The RAM-W(sm) methodology requires that vulnerability assessments address contamination from bacterial, chemical, and radiological threats. ENGINEER has performed an extensive investigation into possible sources of intentional contamination by an adversary. This information will be used as a starting point to address possible contaminants to your system. ENGINEER will develop a generic technical memorandum that identifies a potential list of agents along with their characteristics, anticipated behavior in water, dangerous H:\Client\Redlards_SBO\CONTRACT\Vulnerability Assessmenf\AttachmentA-Scope.ckx 3 concentrations, and potential impact on the public when the water is used for drinking, cooking, washing, or irrigation. This task will also include a discussion on available water quality monitoring devices and the effectiveness and usefulness of typical monitoring devices. Recommendations will be made regarding effective use of these devices. Deliverables • A Technical Memorandum will be prepared containing the following: o A listing of potential sources of bacterial, chemical, and radiological threats and their characteristics. o Possible contaminants ranked in several areas including availability, ability to dissolve in water, susceptibility to disinfectant, monitoring issues, and taste, odor and visual indicators. o A list of typical contaminant monitoring devices, their characteristics, their effectiveness under various scenario conditions, and recommendations regarding contaminant monitoring in your system. o A list of data sources used. Task 5—Cyber Security Assessment 5.1 Cyber Security is a key element of the methodology. ENGINEER will review the SCADA system that has been designed for the City's wastewater system as part of this project. CITY's proposed SCADA system will be reviewed to evaluate the potential for cyber attack from inside or outside adversaries. This study will focus on potential weaknesses and ease of penetration and will include an analysis of firewall protection, dial-in and Internettintranet weaknesses, and physical security of access points. Software used to access your proposed SCADA system, your login procedures, and password handling will also be reviewed. Deliverables 0 A Technical Memorandum will be prepared containing the following: • A discussion of possible SCADA system vulnerabilities. • Recommendations to reduce the threat of an attack on your proposed SCADA system. Task 6—Facility Walkdown 6.1 ENGINEER will conduct on-site walkdowns (field visits) of your facilities along with CITY's Operations personnel. The goal will be to determine likely routes of attack, identify existing countermeasures (including mechanisms of deterrence, detection, delay, and response), develop a preliminary list of possible onsite targets, and generally review the layout of the facilities. One day of facility walkdowns is proposed to visit all critical facilities. A checklist, which will be presented to you for approval at the kickoff meeting, will be used to facilitate the information collection process at each site. Relevant observations will be recorded and photographs will be taken of key features during the field visits. The checklists, recorded observations, and photographs will be used during the Scenario Identification and Analysis workshop to help identify existing vulnerabilities and existing safeguards. H:\Client\Rediards�-SBOXCONTPAC-RVulmrability AssessmenMftachmervtA_Scope,doc 4 Deliverables • Completed Facility Walkdown Checklist forms. • A set of facility photographs. Task 7- Scenario Identification and Analysis Workshop 7.1 The Scenario Identification and Analysis (SIA)workshop will bring together our experts and your staff to identify probable scenarios that may adversely affect the City's ability to achieve its missions. In addition, we will assign consequence levels to each scenario and identify possible mitigation measures. Two (2) days are allocated for the SIA workshop. The results of the Threat Assessment task will be used to develop scenarios characterizing probable methods of attack against the City's facilities.The results from the walkdowns will be used to identify existing hardware safeguards, which will be discussed and documented during the workshop. Selected existing administrative procedures will also be reviewed, discussed, and documented. A set of scenarios will be identified, each beginning with a specific act by a specific adversary type identified from the Design Basis Threat. Each scenario will include failure of existing safeguards and actions taken by your personnel and will be concluded by an adverse consequence. The workshop discussions will include the risk equation parameters for each scenario (i.e. probability of attack, effectiveness of safeguards and consequences level). These parameters will be used later to rank the scenarios and the recommendations proposed in the workshops. The scenarios will be risk-ranked using the existing safeguards and the recommended improvements developed in the Workshops. Possible mitigation measures to protect against the identified scenarios will be discussed and developed into a preliminary list of specific recommendations. The recommendations will involve restricting access to and improving the tamper resistance of your exposed system elements, enhancing the physical security of your facilities, reducing the likelihood of disruption due to the failure of interdependent facilities, and improving your existing administrative programs and procedures. The recommended improvements will be prioritized based on the risk level of the scenarios that the improvements are designed to protect against. We will prepare a formal presentation to you and your staff to discuss the proposed recommendations. The risk-ranked list of recommendations will be presented and discussed to verify the recommendations, and their prioritization. After review and approval by City staff, these recommendations will be developed further in the Security Enhancement Plan. The objectives of this task are to: • Identify a comprehensive list of scenarios in terms of possible avenues of attack and existing safeguards. • Establish the effectiveness of existing security measures. • Determine the consequence level (ie., severity of impact)for each scenario. H:\Ctient\Redlands.SBO\CONTRAC'RVulnerability AssessmentAftachmentA—ScopeAm 5 • Develop a preliminary list of recommendations and prioritize the recommendations based on the risk level of the associated scenario. • Review the ranked recommendations with you before including them in the Security Enhancement Plan. Deliverables A list of scenarios characterizing the potential malevolent acts, existing safeguards, and risks to critical facilities. • A preliminary list of recommendations for critical facilities that will include a brief description and basis of each recommendation. • Risk-ranking of your facilities by scenario with the existing safeguards and with the recommended improvements in-place. A prioritized list of recommendations, including security improvements, SCADA system improvements, capital improvements, and administrative tasks, selected for detailed evaluation in the Security Enhancement Plan. Task 8- Security Enhancement Plan 8.1 The Security Enhancement Plan will present in greater detail the risk ranked recommendations, including improvements for security, the SCADA system, capital facilities, and administrative programs and procedures. Typical improvements include installation of tamper-resistant hatches, special fences, alarm systems, surveillance systems, redundant facilities, rekeying of locks, etc. Justification for the proposed protection systems will be included. We will prepare order of magnitude construction cost estimates and annual operations and maintenance cost estimates for each recommendation. A preliminary implementation schedule will be developed that prioritizes the proposed security enhancements into one of three levels of action plans: immediate, short- or long-term plans. Deliverables A Technical Memorandum that includes the following: • A description and basis of each recommendation. • Recommended security, engineering, and administrative improvements. • Ranking/priority level. • Planning level construction cost estimates. • Estimated annual operating and maintenance expenses. • A preliminary implementation schedule. Task 9-Securky Vulnerabil!ly Assessment RpMrt 9.1 In addition to the deliverables identified in each task above, a Vulnerability Assessment Report will be developed that summarizes the information contained in each of the previous submittals. The report will include: H:\ClienhRedlarids_SBONCONTRACTNVulmrability Assess menMftachmentA_Scope,doc 6 • A summary description of the methodology employed including prioritization criteria. • A list (or actual copies) of all data reviewed and/or used to complete the vulnerability assessment. • A prioritized list of your facilities. Names and qualifications of your project team members and Carollo's project team members. A complete listing of the scenarios identified for critical facilities along with existing mitigation measures, ranked according to risk. • Final prioritized list of recommendations. Recommendations for your Emergency Response Plan. All reports and deliverables will undergo a thorough quality control review process by the project manager before delivery. Draft copies will be submitted for your review, and the final submittals will incorporate your comments from the draft submittal. Deliverables • Vulnerability Assessment Report and Supporting Documents(appendices). Task 10- Presentation of Final Report 10.1 In addition to submitting the final report, we will present an overview of the completed Vulnerability Assessment in a formal presentation to your City Council. The final Vulnerability Assessment report will be officially presented to you at this meeting. Deliverables 0 A presentation on your final Vulnerability Assessment. Task 11- CaIARP Risk Management Plan 11.1 This task may be included as a separate item of additional work or may be combined with the Assessment and the ERP. Our objective for this task will be to assist the City by providing limited support services for the development of documentation to show compliance with the following regulatory requirements: • Federal Risk Management Program • California Accidental Release Prevention (CaIARP) Program regulation that requires preparation of a Risk Management Plan San Bernardino County Fire Submission Guidelines CaIARP. Federal and California Process Safety Management (PSM) Program We have identified the tasks and estimated labor hours that we will provide to assist the City comply with the following regulatory requirements at each facility: Horace Hinkley and Henry Tate Water Treatment Plants: 5-Year CalARP and Federal RMP Updates at a Program Level 3. H:\Client\Rediands_SBOXCONTRACT\Vulnerability Assessment\AttachmentA-Scope.doo 7 • 17 Well/Booster Sites: CalARP Program 2 Requirements. CalARP, Federal RMP, and PSM requirements are clearly stipulated, so they will not be restated here.We will provide assistance with the offsite consequence analysis and review of the City's draft and completed documents for input on content, format, and organization. The tasks included are listed below: • Attend a kick-off meeting for this phase of the work. • Offsite consequence analysis, including: • Worst-Case Release Scenario Analysis • Off-Site Receptors 0 Alternative Release Scenarios 0 Five-year Accident History • Review City prepared documents Tasks to be performed by City Staff include all of the remaining effort to complete the regulatory documents identified earlier, these include: • Administering Agency Coordination and Review Meeting • Hazard Review(Program 2)/Process Hazard Analysis (Program 3) 0 Prevention Program Elements, the focus of this task will be to review, validate, and summarize the existing elements, verify recommendation implementation, and document the nature of these programs for the CaIARP/RMP, as well as update the dates for the CalARP/RMP Submittal. Previous compliance audits will have addressed overall program integrity. • Emergency Response Plan Update: Although some recommendations will be addressed from the Vulnerability Assessment portion of the project, additional updates are expected to develop during this task to address general safety and emergency response issues. • Seismic Safety and External Events Evaluation • RMP Submittal Preparation Deliverables: • Offsite consequence analysis report. • Review comments from review of City prepared CalARP/RMP documents. Task 12-Effter-gon"Response Plan 12.1 The City's existing Emergency Plan/Emergency Response Plan (ERP)will be updated to address the vulnerabilities identified as part of the vulnerability assessment. The updated ERP will fulfill the requirements of the Public Health Security and Bioterrorism Preparedness and Response Act of 2002. The review of the ERP will focus on the ability of the existing plan to address each threat scenario. Recommendations will be developed for updating the Emergency Response H-,\Client\Rediarift_SBONCONTRACT\Vulnerability Assessment\AttachtnentA-Scope.doe 8 Plan to address these vulnerabilities and presented to City personnel for review and approval. The ERP will be updated with the recommended changes. Deliverables List of recommended updates to your existing Emergency Response Plan. • An updated Emergency Response Plan with recommended changes. H.\Client\Redlands_SBO\CONTRAC-RVulnerability AssessmenMftachmentA—Scope.doc 9 ATTACHMENT B City of Redlands Engineering Services for Vulnerability Assessment( Risk Management Plan/Emergency Response Plan PROJECT SCHEDULE ENGINEER shall commence work immediately following Notice of Award from the CITY. ENGINEER has reviewed the project with CITY and agrees that the following schedule presents a reasonable time frame in which to complete the work. Item Time 1. Vulnerability Assessment Report December 8, 2003 2. CaIARP Plans February 1,2004 3. Emergency Response Plan May 15, 2004 ENGINEER and CITY mutually agree that they will work earnestly toward meeting the above tentative schedule. Should the Scope of Services change or should problems arise during the work period which could affect the above schedule, it is understood that both ENGINEER and CITY will develop a revised schedule to address such scope changes and problems. The costing herein assumes that all work will be completed by May 15, 2004. Should the project be delayed for any reason beyond ENGINEER's control past this date, ENGINEER reserves the right to renegotiate to cover actual increases in cost. H:\CtienARedlarrd SMCONTRACIAVulnerability Assessment\AttachmentB,doc ATTACHMENT C PROJECT COSTS City of Redlands Engineering Services for Vulnerability Assessment/ Risk Management Plan/Emergency Response Plan FEE PROPOSAL The Fee Proposal for each plan is presented on the attached pages. It is agreed that the ENGINEER will invoice for percent of work completed for a lump sum not to exceed the total presented herein. Estimated man-hour is based upon the level of effort as presented in the Scope of Services. C:'Doeurnents and Setfings�ggage%Local Settingsl'emponary Internet Files OLK I I'Attachnient(`doe I of'I ATTACHMENT C PROJECT COSTS City of Redlands Engineering Services Vulnerability Assessment Plan/ CalARP Risk Management Plan/Emergency Response Plan ESTIMATED MANHOUR BUDGET(l) Item Description Manhour I Water Systems Vulnerability Assessment Plan 560 2 CalARP Risk Management Plan 200 3 Emergency Response Plan 60 820 Total: 1. Estimated man-hour budget based upon the City providing the necessary support staff to supplement Engineers effort. Estimate based upon level of effort as described in the scope of services. C:,Docunients and Settings'.IgageLocal Setting"Femporary Internet Fifes,.OLKI I\A ttachmentCl­doe 2 of ATTACHMENT C PROJECT COSTS City of Redlands Engineering Services for Vulnerability Assessment/ Risk Management Plan/Emergency Response Plan COST ESTIMATE Description Amount LUMP SUM COSTS Security Vulnerability Plan $70,000 CalARP Risk Management Plan $21,000 Emergency Response Plan $8,500 Total: $ 100,000 CIDocuments and SettingsAggage',Local Settings Temporary Intemet Ffles°,OLK I I`AtfachmentCldoc 3 of 3 ATTACHMENT D City of Redlands Engineering Services for Vulnerability Assessment/ Risk Management Plan/Emergency Response Plan As of March 1, 2003 FEE SCHEDULE Hourly Rate Engineers/Scientists Assistant Professional $ 96.00 Professional 125.00 Project Professional 152.00 Lead Project Professional 165.00 Senior Professional 188.00 Technicians Technicians 69.00 Senior Technicians 108.00 Support Staff Word Processing/ Clerical 68.00 Project Equipment Communication Expense 6.00 (PECE) Per DL Hour Other Direct Expenses Travel and Subsistence at cost Mileage .36/mile Subconsultant cost + 10% Other Direct Cost cost + 10% Expert Witness Rate x 2.0 This fee schedule is subject to annual revisions due to labor adjustments. C:Documents and Settingft'gaged-ocal Settings\Temporary Internet FifeslOLK I I AttachnwntD.doc Risk Management Professionals, Inc. 28570 Marguerite Pkwy,Suite 112,Mission Viejo,CA 92692-3728 Phone:949/347-8622-FAX:949/347-2500-E-mail:info@RMPCorp.com-WWW:httpJ/www.RMPCorp.com A Member of RMP Services Partnership Standard Fee Schedule Professional Services: Principal Consultant $115 to 135/hr Senior Consultant 11 $95 to 120/hr Senior Consultant 1 $80 to 100/hr Consultant/Project Engineer 11 $70 to 85/hr Consultant/Project Engineer 1 $60 to 70/hr Technician/CAD Operator $45 to 75 /hr Technical Scribe/Specialist or CAD $40 to 65/hr Support/Clerical Staff H $30 to 55 /hr Support/Clerical Staff 1 $25 to 40/hr General This schedule of charges for professional services is provided on a time and materials basis. If services are provided on a fixed fee basis,the Client agrees to pay the fixed fees as scheduled in the proposal. Expenses The fee for professional services already includes such incidental expenses as telephone,copying,materials,etc. However,for special reports,copying will be billed as incurred based on 5 cents a page and the cost of the binders. Equipment rental(if needed), permit fees,or other expenses unique to the proposed project will be billed as incurred. Travel and living expenses will be reimbursed at reasonable rates for accommodations and living(for work outside Southern California). Mileage will be reimbursed at the current IRS-established rate per mile. All travel and living expenses are subject to a handling charge of 10%to cover administrative processing costs. Subcontractors Subcontractor fees will be billed at cost plus 5%. Invoices Invoices are issued monthly and will reflect costs associated with personnel,subcontractors,travel and living costs,and materials costs. Leal The above rates will be increased by 50%for hours spent in court as an expert witness or in preparing for,or giving legal deposition. May 2003 N c TRC-EAST SECURITY SERVICES STANDARD RATES Professional Fees(Per Hour) Hourfy Rate Principal $150.04 Sr. Engineer/Sr. Project Manager 135.00 Sr. Security Consultant 135.00 Project Engineer/Project Manager 125.00 Senior Designer 115.00 Designer 5.00 Computer Design Specialist 9 95.00 Administration 50.00 Other Direct Costs Cost+ 10°l0 V:lCiient2OlRedlandsiPropxvutnerabitityAssessment\Docs\Fee Schedules\FeeSchedule-TRC-EASI.doc