Loading...
HomeMy WebLinkAbout5.789 Original Contract 5. 78'1 PROFESSIONAL SERVICE AGREEMENT THIS AGREEMENT is entered into this ,,:>rVo.. day of A"".,v<" \- , 2006, by and between the City of Port Angeles, Washington, a municipal corporation, hereinafter called "City", and Right! Systems, Inc. a Washington corporation, hereinafter called "RSI" or "Contractor. " For and in consideration of the mutual covenants and benefits herein, the Parties hereby agree as follows: 1. SCOPE OF SERVICES. Contractor agrees to provide all professional services as outlined on the Statement of Work attached hereto as Exhibit A, which is incorporated by this reference. 2. STANDARD OF SERVICE. Contractor shall provide the services under this Contract in accordance with all professional and ethical standards applicable to technology management services. The Contractor agrees to. perform all services in a competent manner and in accordance with generally accepted standards for such technology management services. 3. TERM. This agreement shall be for a term commencing on the date it is signed by both parties and ending (JC!r, /1. /).00 /; 4. COMPENSATION. The City will compensate Contractor for services performed herein at the rate of $180.00 per hour for each hour of time devoted by Contractor for a total of 40 hours. The total compensation shall be $7,200 (40 x $180), plus a contingency allowance of 15% ($1,080). Contractor shall not be entitled to any other or additional compensation or consideration. Payr1'lents to Contractor for services shall be made by the City pursuant to the payment/voucher schedule of the City's Finance Department. Travel expenses of Contractor will be submitted to the City for reimbursement using standard IRS gUidelines for expenses. Contractor will endeavor to select reasonably priced hotels, meals, and other expenses. It is expected that City will provide travel expenses during the project for those consulting team members traveling out of their -1- domiciled area, between sites, or over long sequences. These expenses including the following: · Meals . Parking, ground transportation and tolls . Lodging. 5. INDEPENDENT CONTRACTOR STATUS. The relationship created by this Contract is that of independent contracting entities. The Contractor is not an employee of the City and is not entitled to the benefits provided by the City to its employees. The Contractor, as an independent Contractor, has the authority to control and direct the performance of the details of the services to be provided. The Contractor shall assume full responsibility for payment of all Federal, State, and local taxes or contributions imposed or required, including, but not limited to, unemployment insurance, Social Security, and income tax. 6. ASSIGNMENT. This agreement may not be assigned by either party except with prior written consent of the other. 7. BREACH. A. In the event of either party's material breach of the terms or conditions of this Contract, the non-breaching party reserves the right to withhold payments or services until corrective action has been taken or completed. However, the party shall not exercise this right until they have given written notice of such material breach to the breaching party and ten days have passed since the receipt of such notice. This option is in addition to and not in lieu of the parties' right to terminate this Contract or any other right that State law offers for breach of contract. B. If either party shall materially breach any of the covenants undertaken herein or any of the duties imposed upon it by this Contract, such material breach shall entitle the other party to terminate this Contract, provided that the party desiring to terminate for such cause shall give the offending party at least twenty days' written notice, specifying the particulars wherein it is claimed that there has been a violation hereof, and if at the end of such time, the party notified has not removed the cause of complaint, or remedied the purported violation, then the termination of this Contract shall be deemed complete. 8. NON-DISCRIMINATION. A. Contractor shall conduct its business in a manner which assures fair, equal and non-discriminatory treatment of all persons, without respect to race, creed or national origin, and, in particular: -2- B. \ Contractor shall maintain open hiring and employment practices and will welcome applications for employment in all positions, from qualified individuals who are members of minorities protected by federal equal opportunity/affirmative action requirements; and, -3. C. Contractor shall comply with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of non-discriminatory requirements in hiring and employment practices and assuring the service of all persons without discrimination as to any person's race, color, religion, sex, Vietnam era veteran's status, disabled veteran condition, physical or mental handicap, or national origin. 9. HOLD HARMLESS AND INSURANCE. Indemnification/Hold Harmless Contractor shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the Contractor in performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, its agents, representatives, or employees. No Limitation. Contractor's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, and personal injury and advertising injury. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City. 3. Workers' Compensation coverage as required by the Industrial Insurances laws of the State of Washington. -4- 4. Professional Liability insurance appropriate to the Contractor's profession. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 g.eneral ag_g~eg~te. 3. Professional Liability insurance shall be written with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability, Professional Liability and Commercial General Liability insurance: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute. with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. 10. APPLICABLE LAW. This contract shall be governed by, and construed in accordance with, the laws of -6- the State of Washington. 11. MODIFICATION. This contract may be modified, or its term extended, only by written modification hereto. 12. ENTIRE CONTRACT. The parties agree that this Contract is the complete expression of the terms hereto and any oral representation or understanding not incorporated herein is excluded. Further, any modification of this Contract shall be in writing and signed by both parties. IN WITNESS WHEREOF, the parties hereto caused this Contract to be executed the day and year first herein above written. CITY OF PORT ANGELES By: 7f~"'-~ RIGHT! SYSTE~S, INC. ~ B~~--~ ~ lOR; Keeg.t1 M(M'v-, \jJe"'t-\~~ Title: Vice President ATTEST: b~~~~^- Becky J. U n, Clerk ~p OVED AS TO FOR~' 4 r /-' (/ ~ ,.0 William E. Bloor, City Attorney G:\LegaLBackup\AGREEMENTS&CONTRACTS\2006 Agmts&Contracts\RightSystems.PSC.070506.wpd " , ) " -7- =rtl5 tnC. Statement of Work To City of Port Angeles For Infrastructure Assessment & Citrix Access Suite Proof of Concept Prepared by: Tony Matlick 07/25/06 Right Systems Inc. Sales Engineer 360-528-8601 tmat/ick@rightsys.com Reviewed by: Mark Westling 07/25/06 Right Systems Inc. Vice President, eTQ 360-528.8603 mark. westling@rightsys.com . ;. CUSTOMER 1 Right' Svstems Jl1..: Executive Summary Rlghtl Systems, Inc. is a regional technology management services company providing IT solutions to a diverse customer base throughout the Pacific Northwest. Rightl Systems, Inc. is headquartered in Olympia, Washington with regional representatives covering their geographic areas of responsibility. Mission Statement: The mission of Right! Systems is to provide world-class solutions, that help our customers manage the costs, people, and processes assocIated with the technology needs of their business. We will deliver these solutions in a manner consistent with the core values of our company and work to develop a culture that will always be based on nurturing long-term relationships and delivering honest value for the solutions we provide. Products & Services: Rlghtl Systems provides technology solutions centered around traditional Intel-based local-area and wide- area networks. We categorize our offenng in the following manner. . Professional Services - As technology has grown more complex and our customer's reliance on that technology has increased. Right! Systems has discovered that the need to provide technology and business integration services is greater than ever. These services include but are not limited to - Technology planning I budgeting, Asset management, Platform migration services, Business process analysis, Total Cost of Ownership studies, Custom programming, and General consulting on how to best leverage technology to the effective operation of a customer's core business. . Network Services - Right! Systems provides LANlWAN services which includes: Network Design, Network Installation, Network Support, Network Monitoring and Bandwidth Management. In order to deliver only the highest quality of products and services we hire, train and certify all employees associated with any Rightl Systems project. . Desktop Support - Right! Systems provides complete desktop support for hardware and software. Our certifications to sell and service Compaq, Hewlett-Packard, IBM, Gateway and Micron personal computers, servers, laptops and printers allow us to provide custom preventative maintenance options, IMAC services, reactive break/fix services, and guaranteed response time offerings ensuring minimal user down time. . Procurement Services - With long solid relationships with Tier 1 manufacturers and distributors Rightl Systems places a high priority on delivering the lowest cost, highest efficient method of product procurement to our customers. Leveraging these relationships enables us to deliver an unsurpassed level of delivery of hardware and software to all of our customers. Founded in 1993, Right! Systems provides business driven information and telecommunication solutions to enterprise customers worldwide. Right! Systems will do whatever it takes to help customers realize the complete value of their infrastructure by reducing total cost of ownership, increasing end-user satisfaction and productivity. To allow organizations to refocus their talent and energies on their core business activities. CLJS10MER 2 Righll Sv~!ems, tnc l5.u_ SliIMma me. 1) Business Value Analysis - Executive Summary This Statement of Work was prepared by the Professional Services Group (PSG) of Right! Systems, Inc., hereafter referred to as "RSln, specifically for, City of Port Angeles, hereafter referred to as 'PENCOM" or "Customer". The Statement of Work defines the scope of the services and outlines certain deliverables RSI will provide to CUSTOMER under a resulting service agreement. It also identifies RSI and CUSTOMER responsibilities, as well as the major assumptions on which RSI 's offer is based. The work effort and activities used to define, develop and deliver the deliverable items specified hereIn are collectively known as the "Citrix Infrastructure Assessmenf and hereafter referred to as "Program". This program represents new custom business and is independent of any existing services contract. 2) Introdu~tion - CUSTOMER Reauirements . CUSTOMER requires an infrastructure assessment and implementation of a Citflx Access Suite Proof of Concept. The goal of this SOW is to develop a Citrix Access Model that can be deployed into a production environment and will confirm that the various components of the Citrix Access Suite will work in CUSTOMER's environment. Right! Systems, Inc. will provide at the conclusion of the implementation a documented architecture and model for that goal. (TS rOMER 3 RwJn I Sv::.rems. {Ile &. IIlC. SCOPE OF WORK (DELIVERABLE) RSI will utilize Citrix Certified Integration Architect (CCIA) to perform the following service objectives. The project team, or teams as necessary are prepared to deliver services at project locations. RSI project teams include a project lead and are scaleable which may be necessary to ensure completion of project deliverables within the timetable. The team will work hand in hand with CUSTOMER every step of the way to validate project objectives, timelines and provide valuable knowledge transfer. The following services will be provided' . Infrastructure Assessement: The assessment produce information detailing the areas of CUSTOMER's current environment that are crucial to the success of a Citrix deployment. Through interactive meetings, RSI will review criticality, readiness, requirements, risks, and considerations for each infrastructure component. This information will allow RSI to understand the infrastructure and by reviewing this information, CUSTOMER will be able to better leverage existing skill sets and tools for support of the Citrix environment. In addition, this information is used as an input to the ongoing design process. The key sections of this document are outlined below: Infrastructure Assessment Hardware Environment Systems Management Environment Windows 2000 Environment Novell Environment Network Architecture Backup Architecture -Printing Environment Client Environment Su ort Structure Testing Environment Change Control Environment Security Environment Disaster Recovery Environment CUSTOfvl[R Vendor, version, vendor specifications, class (client-server, stand-alone, host presentation), 16-bit, 32-bit, 64-bit, number and type of users, languages, and current a Iication issues. Vendor, memory, processors, disk drives, and NIC. Software distribution, event monitoring, network monitoring, event correlation, and hardware management. Active Directory, name resolution, profile management, and file/print management. NOS, Zenworks, Network Protocols. (If Applicable) Network protocols, switches, network segmentation, topologies, and bandwidth mana ement. Backup hardware, software, schedules, and timeframes. - Print-server -vendors, protocols, -quantities, and -printer -types. Resources, processes, and schedules. Resources. processes, hardware, standards, and schedules. Resources, processes, vendors and schedules. 4 RidHI Systems, In, Bii~ ~. CUSTOMER . Application Environment: RSI's team will examine the following applications and how they are deployed in the current server based computing environment. Our engineers will familiarize themselves with the mission critical applications and how they are deployed. o Microsoft Applications o Other applications Including . Aegis, I Drive, OPNET, Drug Talk, Secure Files, Schools, Training, Mobile Data, OPSCAN, Fingerprinting (IGN), JBRS, L1NX (Internet), e- ticket, CAD Mapping . Citrlx Infrastructure Design: Upon completion of the Infrastructure Assessment RSI will have the necessary information to begin moving forward with the design phase of the Citrix Infrastructure. RSI will provide the following design services: o Layout of current network with recommendations for: · Server sizing · Hardware or Software Upgrades (If necessary) . Cltrix Proof of Concept: Upon completion of the design phase, RSI will have the necessary information to begin the implementation of the Citrix Presentation Server 4,0 Proof of Concept. RSI will provide the following design services: o Install and configure Citrix Presentation Server on an industry standard server running Microsoft W2K3. o Install and configure a Citrix Access Gateway with Advanced Access Control. · Advanced Access Control limited to basic functionality o Test the following items: · File Sharing · Printing · Application Services · AS400 connectivity in compliance with NCIC workstatIon 10 requirements · Connectivity to the IGN · Determine compliancy with NCIC encryption standards . Work Estimate for Proposed Infrastructure Assessment: RSI estimates that the proposed infrastructure assessment, Citrix infrastructure design, and Citrix Proof of Concept will take approximately 40 hours to complete. . Proposed Project Completion nrrieframe: "'RSI estimates that the infrastructure assessment and proof of concept will not exceed 60 days for completion. . Deliverable: RSt will, upon completion of thIS pilot project, provide the' customer with a documented architecture and plan to implement a Citrix Access Infrastructure in a production environment. 5 Right! Svstem~. lne i5~ SIildlEm5 tnC. CHANGE ORDER PROCESS As with any project, as time goes by new issues arise. In order to accommodate these new issues, RSI provides a change order process: J J'" ,;' .... ........ o If a change to this quote becomes necessary then the Project focal shall submit a written change order to the RSI Service Center. o If the requested change will result in a change to the cost of services, or time required to complete the services; the RSI Service Center Staging Lead shall, within 3 business days, respond in writing with any change of the cost or the time required to perform the required activities. KEY ASSUMPTIONS The assumptions that follow were made by RSI in the preparation of the cost, resource estimates, and schedule reflected in this Statement of Work. Any changes to the assumptions may result in changes to RSl's pricing and/or Project schedule. o CUSTOMER will proVide RSf with a single point of contact (SPOC). o CUSTOMER will provide all hardware and software needed to implement program. o RSI is prepared to work during or after normal business hours according to the need of CUSTOMER. After hours work will be billed time and a half. o Any overtime will need to be approved by the CUSTOMER and the RSI Project Administrator. o Out of scope services, while welcomed, need to be implemented via change order. o All systems are in good working condition. o CUSTOMER will be responsible for all aspects of licensing reporting and compliance for all software installed by RSI wIthin this project. NO-HIRE During the term of this agreement, RSI employees shall devote as much of hislher productive time, energy and abilities to the performance of hislher duties hereunder as IS necessary to perform the required duties identified in the SOW in a timely manner. During the course of this project and for a period of twelve months follOWing the conclusion of this SOW: the Customer shall not directly or indirectly hire, solicit, or encourage RSl's employees or contractors to leave the employment of RSI in an effort to gain employment with the Customer. CLSTOMER 6 Ridlll Sv:,tems. Ine 5~ ~. InC. PRICING The services, described herein, will be scheduled prior to the signed agreement. In this pricing section, we have provided per hour rate. The pricing presented in this section is based on the services to be provided as described in Section 3 of this Statement of Work, subject to the assumptions, terms and conditions Included herein. The pricing includes all costs associated to complete the project including, but not limited to travel, lodging, truck rental, etc. Pricing for this Project is as follows. EXPENSES Travel expenses will be submitted to the client for reimbursement using standard IRS guidelines for expenses RSI will endeavor to select reasonably priced airlines, hotels, meals, and other expenses. It is expected that CUSTOMER will provide travel expenses during the project for those consulting team members traveling out of their domiciled area, between sites or over long sequences. These expenses include the following: . Airfare necessary to location(s) . Meals . Parking, ground transportation and tolts . Lodging PER RESOURCE PRICING Resource Quantity Per Hour Rate Total CCIA 40 $180 $7,200 Continaencv 15% $1080 Estimate Tota'* $8,280* *RSI agrees to fully perform and complete all work describe herein for a total compensation not to exceed $8,280* Contact Information: Right! Systems, Inc. 2918 Ferguson Street SW, Suite A Tumwater, Washington 98512 (360) 956-0414 - Main (360) 956-0336 - FAX Attention: Tony Matlick CllSTOMER 7 RilJ,bt' Svs.tcm~;. Ine CUSTOMER CONTACT INFORMATION Customer: CUSTOMER C/O: Port Angeles Police Dept. Contact: Naomi Rig~ns Address: 321 East 5 St Port Angeles, WA 98362 Phone: 360-417-4911 Email: nriggins@cityofoa.us , CUSTOlvlER 8 Riu.ht1 Svswms, Inc !i:. =~IS InC. (' II ,\ N ( ~ FOR J) EI{ R F Q { : F S I F () I{ i'-I __ In reference to the Section titled Change Order Request of the below referenced Statement of Work between Right! Systems, Inc. ("RSI") and PENCOM, ("Customer"), both parties hereby certify, by the signature of an authorized representative that this Change Order Request will amend and be fully incorporated into the existing Statement of Work (SOW). ' Statement of Work Number: Change Request Number: 3. Reason for Change Request: 4. Changes to SOW: 5. Schedule Impact: 6. Cost Impact: SOW/Change Request Services T&E Total a. Original Value of SOW $ $ $ b. Value of this Change $ $ $ Request c. New Value of SOW: $ $ $ 7. Purchase Order Issuance (if applicable): Customer shall issue a written Purchase Order to RSI, or shall issue an amendment to its original Purchase,Order issued under this SOW, for the total amount of $ IN WITNESS WHEREOF, the duly authorized representatives of the parties hereto have caused this Change Management Request to be fully executed. CUSTOMER By: Name: Title: Date: RIGHT! SYSTEMS, INC. By: Name: Title: Date: Except as changed herein, all terms and conditions of the SOW remain in full force and effect. CLSTOMER 9 Right' Svstemf< In..: