HomeMy WebLinkAboutContracts & Agreements_32-2003_CCv0001.pdf AGREEMENT TO FURNISH PROFESSIONAL SERVICES
FOR HAZARDOUS MATERIALS BUSINESS PLANS AND RISK MANAGEMENT PLAN
AUDITS FOR WATER PRODUCTION FACILITIES
This Agreement is made and entered into this 4th day of March 2003, by and between the City of
Redlands, a municipal corporation (hereinafter "City") and Resource Management Services, Inc.,
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 environmental services ("Services") for preparation of Hazardous Materials
Business Plans and RMP Compliance Audits 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 Work,"which is attached hereto and incorporated herein
by this reference.
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.
12 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.
33 City designates Greg Gage, Project Manager, to act as its representative with respect to the
Z=1
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
I
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$74,600. City shall pay Consultant on a fixed fee basis up to the not to exceed
amount,in accordance with Attachment"C",entitled"Project Fee"based on the hourly rates
shown in Attachment "D", entitled "Schedule of Fees".
5.2 Consultant shall bill City for services 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:
Cily Consultant
Greg Gage Pankaj Garg
Municipal Utilities Department Resource Management Services, Inc.
35 Cajon Street 7304 Celata Lane
P. O. Box 3005 San Diego, CA 92129
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�Prnmar7
All insurance required by this Agi-eerrient,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
sell'
-insurance maintained by the City. Consultant shall not perform any 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 conirrienceirient 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 f�m lover's Liability
A. Consultant shall secure and maintain Worker Compensation and Employer's Liability
2
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
01,000,000) per claim made.
6.5 Business Auto Liability Insurance. Consultant shall have business auto liability coverage,with
minimum limits of one million 01,000,000)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-o-Vvilership
vehicles. Consultant shall obtain an endorsement that the City shall be named as an additional
insured.
6.6 A-ssiggment,and Insurance Requirements. Consultant is expressly prohibited from subletting
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
3
subdivision or other organization arising out of or in connection with Consultant's negligent
and/or intentionally wrongful acts or omissions under this Agreement; but excluding such
actions, claims, demands, lawsuits and liability for damages to persons or property arising
f'rorn the sole negligence or intentionally w-rongful acts ol'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: Pankaj Garg
Consultant agrees that the key personnel shall 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 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
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
4
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 Resource Management Services, Inc.
("City") ("Consultant")
By:
KARL N. HAWS PANKAJ GARG �
Mayor Director
ATTEST:
Citi Clerk, City � elands
6
AGREEMENT TO FURNISH ENGINEERING SERVICES FOR THE PREPARATION OF
HAZARDOUS MATERIALS BUSINESS PLANS AND RISK MANAGEMENT PLAIN AUDITS FOR
WATER PRODUCTION FACILITIES
ATTACHMENT A
SCOPE OF WORK
Scope of Work Item A: Preparation of Hazardous Materials Business Plans (HMBPs) and HMBP
Support Services:
The City of Redlands,Water Utilities Department owns and operates the following sites:
1. Henry Tate Water Treatment Plant;
2. Horace Hinckley Water Treatment Plant;
3. Highland Avenue Reservoir(Boosters 2174,2176, 2177, 1720, 1721, and 1722);
4, Yucaipa Blvd. Booster 2330;
5. Agate Well No. 2;
6. Airport Well No. 1;
7. Airport Well No. 2;
8. Church Street Well;
9. East Lugonia Well No. 3;
10. East Lugonia Well No. 4;
11. East Lugonia Well No. 6;
12. Madeira Well;
13. Magnet Well No. 2;
14- Mentone Acres Well;
15, Orange Street Well;
16. Orange Well Field(New Project,begins operating June 2003);
17. Rees Well;
18. Well No. 31-A;
19. Well No. 38; and
20. Well No. 39.
Each of these sites is required to prepare a Hazardous Materials Business Plan(HMBP)under the chemical
inventorying requirements set forth in the state of California Health and Safety Code,Division 20, Chapter
6.95, Sections 25500-25520; the California Code of Regulations, Title 19, Chapter 2, Subchapter 3,Article
4, Sections 2729-2734; and Title 40 of the Code of Federal Regulations. The Hazardous Materials Division
of the San Bernardino County Fire Department administers these regulations. The definition of hazardous
substance set forth in the cited regulations is fairly broad and includes any material for which the
manufacturer has developed a material safety data sheet(MSDS).
For the above-listed sites 1, 2 and 3 (i.e., the Henry Tate WTP Horace Hinckley'VVTP and the Highland
Avenue Water CorMlex)the Scope of Work will consist of the following,,:
A.Ll. Resource Management Services (RMS) will provide the City of Redlands Project Manager
(Project Manager) with a preliminary listing of all administrative information that will be
required for each of the three sites.
A.1.2. The Project Manager will provide RMS with a preliminary listing identifying all hazardous
substances(including wastes)believed to be present at each of the three facilities.
A.1.3. The Project Manager will provide RMS with the Administrative information identified under
Item A.I above,
A-]
A.1.4. The Project Manager(through the City's GIS Department) will provide RMS with base-maps
of each of the three sites. At least three separate base-maps will be provided as follows:
a. An area map (usually with a USGS Topographic Series Map) indicating the location of
the site in relation to major highways, etc..-
b. An aerial view of the site indicating the facility's boundary or fence-line and the layout of
buildings,tanks etc. (i.e., a plot plan);and
c. An overhead drawing of each building and each floor on each building at the site.
Please Note: A more detailed description of the mapping requirements is provided under Item
A,10 below. RIMS will work with the GIS Department to provide clear direction on the
mapping requirements.
Z�
A.1.5. RMS will conduct site visits of each of the three facilities with the information from Items
A.1 thru A.4 in hand to make a preliminary determination of the hazardous substances stored,
handled or used at each site.
A.1.6. Review purchasing records of ALL "hazardous substances" identified (for the latest 12
months)to identify hazardous substances and hazardous wastes that may not be present onsite
when RSM personnel conduct site surveys. RMS will work with City personnel to clearly
delineate the type of information necessary(presently the IT and MIS capabilities of the City
are not well known to RMS personnel).
A.1.7. City personnel will then be asked to provide material safety data sheets (MSDSs) to RSM
personnel for each identified hazardous substance. If MSDSs are not available for any of the
identified hazardous substances, RSM will obtain them through the City's vendor(s) or other
sources
A.1.8. A second set of site visits will then be conducted to identify potential hazardous substances
not present at the sites during the initial site visits and to confirm average quantities of
hazardous substances and hazardous wastes present.
A.1.9. RMS will then utilize the base-maps provided under Item A.4 above to layout the locations of
hazardous materials and hazardous wastes at each site (i.e., RMS will "redline" the maps as
appropriate). This information will be provided to the Project Manager and the GIS
Department.
A.1.10. The GIS Department will incorporate the provided information onto the appropriate maps as
instructed by RMS. The mapping requirements for each of the sites is as follows:
a. An Area Map showing the entire area around the site. The primary purpose of the Area
Map is to identify primary and alternate routes to the site and to show where in the
community a site is located. The Map should be provided on an 8 V_, x I I sheet of paper
and should call out the facility location.
i. Site orientation(i.e., indicate north);
ii. Map Scale; and
iii. Site location and address.
b. A map showing an aerial overview of the site. The purpose of the Site Map is to provide
the geographic context of the buildings. access points, and surrounding properties and
streets around the site. The Map should be provided on an 8 V2 x 11 sheet of paper. The
Scale of the Map should be one inch equals 100 feet The Site Map for each site should
indicate the following:
i. Site orientation(i.e,, indicate north);
A-2
ii. Map Scale,
iii. Site location and address;
iv. The names of ALL roads on ALL sides of the site;
v. The site address;
vi. Property lines and adjacent property names on all sides of each site(property);
vii. Exit/Entry points(i.e., gates,driveways, etc.);
viii. Schools, hospitals and extended care facilities within 1000 feet of the site;
ix. Fences and/or barriers on the site; and
x. Location of any rail transportation sites (i.e., railroad tracks or spurs in close
proximity).
c. A Map providing a floor plan of the site, The Map should be provided on an 8 V2 x I I
sheet of paper. The Scale of the Map should be one inch equals 100 feet.
i. Site orientation(i.e., indicate north);
ii. Map Scale;
iii. Identify the location of all emergency response equipment such as fire
suppression equipment,ppe, etc.;
iv. Identify exits,evacuation routes,doors, and wall separations;
v. Identify interior and exterior electrical, gas, water and other emergency shut-off
valves;
vi. Identify emergency alarm locations and first aid equipment locations;
vii. Identify location of floor drains;
viii. Identify location of sewer and storm drains on or around facility site;
ix. Identify location of parking and/or loading areas;
x. Identify location of evacuation staging areas;
xi. Identify location of above-and belowground storage tanks.
d. The GIS Department will provide RMS with three copies of each map.
A.1.11. The Project Manager (through the GIS Department) will then provide RMS with the revised
base maps for each site. RMS will review, "redline" again, if necessary, and resubmit to the
Project Manager. The Project Manager will provide RMS with the finalized maps for each of
the three sites.
A.1.12. Based on the identification of"hazardous materials"stored and handled,the MSDSs collected
and the storage locations of the materials, RMS will complete Hazardous Materials and
Hazardous Waste Inventory Sheets for each"hazardous substance"as appropriate.
A.1.13. Based on information provided by the Project Manager, RMS will complete other sections of
the HMBP package and assemble for review and signature by appropriate City personnel.
RMS will utilize the most recent version of the County of San Bernardino Fire Department,
Hazardous Materials Division HMBP Forms.
A.1.14. RMS personnel will then sign as appropriate each of the three HMBP Packages developed.
A,1.15. RIMS will then arrange for reproduction of the packages.
A.1.16. RMS will then submit two copies of each HMBP package to the San Bernardino County Fire
Department for review and acceptance and obtain receipts for the submittal.
A,1.171. RMS will provide the receipts and one copy of each HMBP package to the Project Manager.
For the above listed sites -in
A-3
A.2.1. The City of Redlands Project Manager (Project Manager) will gather all of the necessary
information to complete the HMBP Packages for each of the remaining 17 sites (i.e., sites 4
through 20 as identified above). This includes all storage locations and quantities, all
administrative information,all response information, all mapping requirements,etc.
A.12. The Project Manager will provide the Draft Completed HMBP Packages for each of the 17
sites to RMS.
A.2.3. RMS will then review the content and accuracy of each HMBP Package. As part of the
review process, RIMS will visit an appropriate number of the 17 sites (as determined to be
appropriate by RMIS),
A.2.4, It will be the responsibility of City Staff to obtain material safety data sheets (MSDSs) for
each identified hazardous substance, If MSDSs are not available for any of the identified
hazardous substances, it will be RMIS's responsibility to obtain them via alternate sources
(i.e.,the City's vendors, etc,).
A.2.5. RMS will provide the City's Project Manager with any comments/suggestions for
revisions/modifications to each of the 17 HMBP Packages (i.e., RMS will "redline" the
HMBP Packages as appropriate).
A.2.6. City Staff will then incorporate the revisions(as appropriate)into each Package and assemble
for signature by appropriate Staff and forward the Packages to RMS.
A.2.7. RMS will then arrange for reproduction of the packages.
A2.8. RMS will then submit two copies of each HMBP package to the San Bernardino County Fire
Department for review and acceptance and obtain receipts for the submittal.
A.23. RMS will provide the receipts and one copy of each HMBP package to the Project Manager.
Scope of Work Item B : Conduct of Three Year Risk Management Plan Audits at the Henry Tate
and Horace Hinckley Water Treatment Plants:
in 1999,two of the facilities owned and operated by the City of Redlands, Water Utilities Department were
subject to the federal Risk Management Program (40 CFR Part 68), the California Accidental Release
Prevention Program(California Code of Regulations, Title 19, Division 2, Chapter 4-5,Articles I through
11) and the federal OSHA Process Safety Management Program(29 CFR Part 1910.119). These facilities
were the Henry Tate and Horace Hinckley Water Treatment Plants. As part of its compliance program with
the above-specified regulations, in 1999 the City prepared the following documents:
1. Risk Management Plan Executive Summary and Data Elements Package;
2. Volume I-Federal RMP, CalARP&OSHA PSM-Prevention Program;and
3. Volume 11 - Federal RMP, CalARP & OSHA PSM - Technical Studies and Supporting
Documents.
These documents and the implementation of the Prevention Program must be audited at least every three-
years. The regulatory requirements for the conduct of these audits and the associated documentation (for
the conduct of the audit, the documentation of the findings and corrective actions taken to address the
deficiencies) is set forth under the federal Risk Management Program (40 CFR Part 68), the California
Accidental Release Prevention Program(California Code of Regulations, Title 19, Division 2,Chapter 4.5,
Articles I through 11) and the federal OSHA Process Safety Management Program (29 CFR Part
1910.119). More specifically, three-year audit requirements are set forth under 40 CFR Part 68.58-,
California Code of Regulations, Title 19, Division 2, Chapter 4.5, Article 6 Section 2760.8; and 29CFR
Part 119 Subpart(o). The required Audits were to be completed and documented by the City by June 2002
A-4
Furthermore, the above-referenced documents prepared by the City(i.e., the federal RMP/CaIARP/OSHA
PSM Program Documents) specify that the City will perform the required Audits in compliance with the
applicable regulations.
As part of the federal RMPI/CalARP compliance audit to be performed, Resource Management
Services,Inc.(RMS)will perform a thorough and detailed audit of the two water treatment plants subject to
the federal RMP regulations, the Cal ARP regulations and the federal OSHA Process Safety Management
Regulations (Henry Tate and Horace Hinckley Water Treatment Plants). The purpose of the audit will be
to determine the level of compliance with the regulatory requirements and the level of implementation of
the City's RMP Program (i.e., federal RMP, CalARP Program and federal OSHA PSM Program) by
collecting and evaluating objective evidence. The scope of work will consist of a documentation audit of
the existing federal RMP/CalARP/OSHA PSM Program developed for the Henry Tate and Horace
Hinckley Water Treatment Plants and a field audit of the status of implementation of the Program. Specific
tasks to be completed will include the following:
B.1. Determination of whether all recommended actions resulting from the hazard and operability
studies conducted have been satisfactorily completed and implemented.
B.2. Evaluation of the level of implementation of all administrative procedures via the objective
evaluation of records.
B.3. Evaluation of the level of implementation of all operating procedures via the objective
evaluation of records.
B.4. Evaluation of the accuracy and completeness of the required process safety information.
B.5. Evaluation of training programs and implementation thereof and supporting training records.
B.6. Evaluation of the technical studies performed and the adequacy and completeness of the
documentation (including the hazard and operability study, the offsite consequence analysis,
any seismic evaluations performed, etc.).
B.7. Evaluation of the adequacy and completeness of the Public Review Notice and Meeting
conducted and the required subsequent follow-up documentation to appropriate federal
agencies.
BX Preparation of a detailed standard operating procedure (SOP) for RMP, CaIARP, and OSHA
PSM audits. The SOP will utilize the USEPA's Audit Protocols. The SOP will be in
conformance with the SOP format and contain the level of detail consistent with the City's
current SOPS(as presented in the federal RMP/CalARP/OSHA PSM Programs).
13,9. R?VIS will prepare a summary report documenting the findings and recommending corrective
ve
actions.
A-5
AGREEMENT TO FURNISH ENGINEERING SERVICES FOR THE PREPARATION OF
HAZARDOUS MATERIALS BUSINESS PLANS AND RISK MANAGEMENT PLAN AUDITS FOR
WATER PRODUCTION FACILITIES
ATTACHMENT B
PROJECT SCHEDULE
Work under this Contract initiates on March 10, 2003 and will be completed by September 30, 2003,
Provided below are the Key Project Milestones:
Scope of Work Item A—Hazardous Materials Business Plan Preparation and Support Services:
March 10,2003 Project Kickoff Meeting.
RMS to provide the City's Project Manager with a preliminary listing of required
information.
RMS to meet with GIS to discuss mapping requirements and provide GIS with
directions.
March 17,2003 Meeting Project Manager and Henry Tate and Horace Hinckley Operations Staff to
discuss listing of actions recommended in 1999 to reduce the likelihood of accidental
chlorine releases and determine the status of the actions.
March 21,2003 Project Manager to provide RMS with previously existing documents and
preliminary listing of Hazardous Substances stored, handled or used at Henry Tate
WTP,Horace Hinckley WTP and the Highland Avenue Water Complex.
Project Manager to provide RMS with Administrative Information requested at
Project Kickoff.
GIS to provide RMS with initial base-maps.
March 24-28,2003 Completion of Henry Tate WTP Site Visits and initial data gathering.
Initial data gathering for RMP Audits
April 1 -4,2003 Completion of Highland Avenue Water Complex Site Visits and initial data
gathering.
April 14- 18,2003 Completion of Horace Hinckley WTP Site Visits and initial data gathering.
Initial data gathering for RMP Audits
April 28,2003 Delivery to GIS of"redlined"site maps.
May 26,2003 GIS to complete"redlined"revisions.
May 30,2003 RMS to complete review of"redlined"revisions
Delivery to Project Manager of Initial Drafts of Horace Hinckley WTP,Henry Tate
WTP,Highland Avenue Water Complex HMBPs
Delivery to RMS by Project Manager of Draft HMBPs for other sites for review
June 7 - 18,2003 Site visits of All 20 HMBP sites
B-I
June 15,2003 Project Manager to provide comments on three HMBPs
June 21,2003 RMS to provide comments on 17 HMBPs prepared by City Staff
July 14, 2003 All HMBPs to be submitted to County Fire Department
July 21,2003 Draft RMP Audit Report to be submitted to Project Manager
August 4,2003 Project Manager to provide comments on Draft RMP Audit Report
August 11,2003 Final RMP Audit Report to be provided to Project Manager
B-2
AGREEMENT TO FURNISH ENGINEERING SERVICES FOR THE PREPARATION OF
HAZARDOUS MATERIALS BUSINESS PLANS AND RISK MANAGEMENT PLAN AUDITS
FOR WATER PRODUCTION FACILITIES
ATTACHMENT C
PROJECT FEE
Resource Management Services, Inc. (RSM) proposes to perform the Scope of Services specified in
Attachment A on a fixed cost basis for a total price of$74,600. Our fee includes all technical and clerical
labor charges and other direct expenses as well as all travel and per them expenses associated with
perforniing the Scope of Services specified.
Our project fee is payable to be payable per the following schedule:
After the Project Kickoff Meeting $3,000.00
After the Meeting with Tate and Hinckley Operations
Staff to go over the RMP Actions Recommended in
1999 for the RIMP $2,000.00
After Completion of Initial Data Gathering Site Visits at
Tate,Hinckley and Highland Avenue $13,866.67
After Providing City GIS Department with Redlined Maps $3,000.00
After Submittal of Draft HMBPs for Tate,Hinckley
and Highland Avenue sites to the Project Manager $17,866.67
After Completion of Second set of Site Visits at Tate,
Hinckley and Highland Avenue Sites and Other 7 Sites $4,000.00
After Review and Comment on 17 HMl3Ps prepared by
City Staff $7,000.00
After Submittal of ALL 20 HM13Ps to County Fire
Department $4,000.00
After Submittal of Draft RMP Audit Report to Project
Manager $16,866.66
After Submittal of Final RMP Audit Report $3,000.00
C-1
AGREEMENT TO FURNISH ENGINEERING SERVICES FOR THE PREPARATION OF
HAZARDOUS MATERIALS BUSINESS PLANS AND RISK MANAGEMENT PLAN AUDITS
FOR WATER PRODUCTION FACILITIES
ATTACHMENT D
SCHEDULE OF FEES
PROFESSIONAL SERVICES HOURLY RATE
Professional Level 1 45.00
Professional Level 11 50.00
Professional Level III 55.00
Professional Level IV 60.00
Professional Level V 65.00
Professional Level VI 75.00
Professional Level VII 85.00
Professional Level VIII 95.00
Professional Level IX 100.00
Professional Level X 105.00
Professional Level XI 115.00
Principal 125.00
TECHNICIAN SERVICES
Technician 1 25.00
Technician 11 35.00
Technician 111 45.00
Technician IV 55.00
SUPPORT SERVICES
Clerical 25.00
Technical Editor 35.00
Word Processing 35.00
Graphics 45.00
D-1