Loading...
HomeMy WebLinkAbout24-009 - Hyde Group - Business Continuity and Disaster Recovery PlanningCity of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: 24-009 Council Approval N/A PROFESSIONAL SERVICES AGREEMENT (Includes consultants, architects, engineers, accountants, and other professional services) THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City", and the Hyde Group, hereinafter referred to as "the Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Project Designation. The Consultant is retained by the City to perform Business continuity and a disaster recovery planning, services in connection with the grant funded project for like services. 2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment and supplies. 3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending when hours have been completed, unless sooner terminated under the provisions hereinafter specified. Work under this Agreement shall commence upon written notice by the City to the Consultant to proceed. The Consultant shall perform all services and provide all work product required pursuant to this Agreement no later than December 31st, 2024 unless an extension of such time is granted in writing by the City. 4. Payment. The Consultant shall be paid by the City for completed work and for services rendered under this Agreement as follows: A. Payment for the work provided by the Consultant shall be made as provided on Exhibit "B" attached hereto, provided that the total amount of payment to the Consultant shall not exceed $27,500+tax without express written modification of the Agreement signed by the City. B. The Consultant may submit vouchers to the City once per month during the progress of the work for partial payment for that portion of the project completed to date. Such vouchers will be checked by the City and, upon approval thereof, payment shall be made to the Consultant in the amount approved. C. Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. D. Payment as provided in this section shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. E. The Consultant's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and the state of Washington for a period of three (3) years after final payments. Copies shall be made available upon request. 5. Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the Consultant in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The Consultant shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with the Consultant's endeavors. The Consultant shall not be responsible for any use of the said documents, drawings, specifications or other materials by the City on any project other than the project specified in this Agreement. 6. Compliance with Laws. The Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services rendered under this Agreement. 7 Indemnification. The Consultant 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 Consultant in performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 8. Insurance. The Consultant 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 Consultant, its agents, representatives, or employees. Consultant's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant 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 Amounts and Scope of Insurance. Consultant shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile Liability insurance shall cover 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 with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop -gap independent contractors and personal injury and advertising injury. The City shall be named as an additional insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City using an additional insured endorsement at least as broad as ISO endorsement form CG 20 26. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. CA revised May 2020 Page 2 4. Professional Liability with limits no less than $2,000,000 per claim and $2,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's profession. B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher insurance limits than the minimums shown above, the Public Entity shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract or whether any certificate of insurance furnished to the Public Entity evidences limits of liability lower than those maintained by the Contractor. C. Other Insurance Provision. The Consultant's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not be contributed or combined with it. 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. Consultant 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. Upon request by the City, the Consultant shall furnish certified copies of all required insurance policies, including endorsements, required in this Agreement and evidence of all subcontractors' coverage. F. Notice of Cancellation. The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. G. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Consultant to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Consultant from the City. 9. Independent Contractor. The Consultant and the City agree that the Consultant is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither the Consultant nor any employee of the Consultant shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to the Consultant, or any employee of the Consultant. 10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. CA revised May 2020 Page 3 11. Discrimination Prohibited. Contractor, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation, the presence of any disability, or any other protected class status under state or federal law, in the selection and retention of employees or procurement of materials or supplies. 12. Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 13. Non -Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14. Termination. A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the Consultant. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. 15. Applicable Law; Venues Attorney's Fees. This Agreement shall be subject to, and the Consultant shall at all times comply with, all applicable federal, state and local laws, regulations, and rules, including the provisions of the City of Tukwila Municipal Code and ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action arising from or related to this Agreement shall be exclusively in King County Superior Court. 16. Severabiliand Survival. If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. 17. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: Hyde Group c/o Michelle Hyde 1117 NE Katsura St Issaquah, WA 98029 18. Entire Agreement Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. CA revised May 2020 Page 4 DATED this 25th day of January 2024. CITY OF TUKWILA EDocuSigned by: ltb4460 8EE24380545B44G .. ( DS Thomas Mcleod, Mayor 1/25/24 ATTEST/AUTHENTICATED: DocuSigned by: isf y 0-' Fly `-8867.8A'3CB 4E7 Christy O'Flaherty, City Clerk APPROVED AS TO FORM BY ASSISTANT CITY ATTORNEY 1/17/24 APPROVAL ON FILE. CONSULTANT: By: Printed Name: Michelle Hyde Title: President I Founder CA revised May 2020 Page 5 City of Tukwila Statement of Work: BCDR Plan and IT Runbook Prepared by: Michelle Hyde, President 1 Founder Edited 1.16.202 v2.1 wick Purpose I Overview The Statement of Work (SoW) formally defines the scope of services Hyde Group proposes to provide to City of Tukwila (City). It is built on the September - December 2023 meetings and exchanges of information between members of Hyde Group, and the CTO of the City, Joel Bush. This document is to serve as a point of reference for all parties with work being performed by Hyde Group and its designated personnel. This SoW will also contain the associated time and effort necessary to understand and detail the current landscape and gaps as it pertains to the City's back-up practices and plan. This Business Impact Analysis (BIA) will entail stakeholder interviews to assure it is understood the dependencies on IT and document these findings for the purpose of IT runbook wireframe creation. This runbook will set in motion the ability to create cross -departmental framework for BCDR, should they wish to emulate such recovery strategies. These efforts shall give a foundational understanding to solve critical business functions in storage and back-up, planning, implementation, and methods from which to build upon. We anticipate great success in this project with having recently completed work with another Washington State City Municipality and have had a true impact by reducing their risk and exposure while providing them with much -needed processes and controls leading to the maturation of their overall BCDR program. Scope of Project This engagement consists of the following items of scope. • Evaluate current backup architecture, practices to identify key requirements of Return Point Objectives (RPO) and Return Time Objectives (RTO) practiced today and understand desired future -state. • Interview stakeholders for each of the 12-13 departments to gather data requirements and IT dependencies through conducted interviews with them. • Evaluate platforms and practices pertaining to current back-up architectures and data assignments. Including technology adjacencies. • Determine risks associated with existing infrastructure, process, procedures, and personnel. • Determine gaps in the platform(s), configurations, and practices employed today. • [Milestone] Receive validation from the City of amassed data. • Assemble interview data, ideas and recommendations from evaluations conducted in areas noted and document all findings. • Create recommendations from data and findings amassed. • [Milestone] Receive validation of documentation by City and refine RPO I RTO plan, and associated steps which should be set forth in the BCP and/or runbook to validate with IT and designated stakeholder teams. 1 Page Hyde Group Reference # CoTuk-09282023.2.1 • [Deliverable] Produce runbook wireframe and wireframe BCDR plan with emphasis on IT and data recovery stemming from standard BCDR methodology incl; BIA, gap analysis, risk analysis and supporting documents from security and gap analysis. • Hyde Group will review with City to determining gaps in technologies, platforms, partners, suppliers et. Al and can assist in taking actionable steps to cure deficits identified. • Hyde Group will assist in facilitation of vetting, bargaining, and contracting of services with qualified suppliers identified and sourced by Hyde Group. • [Deliverable] Back -Up and DR Requirements for obtaining qualified suppliers sourced and co - vetted with City and Hyde Group. • [Deliverable] Executive Summary of this BIA exercise and its findings. Expvr;iIlr'I \p';(//)/r ', The following are the expected deliverables by Hyde Group for this scope. • An IT Business Continuity Plan (BCP) wireframe (or supplemental information for a current BCP) which can be modular for cross -departmental teams. • Executive Summary report showing findings of IT department process, controls, and operations today with an associated gap analysis of platforms, systems, and internal processes with accompanying stakeholder interviews. • An IT Disaster Recovery Plan (DRP) wireframe with accompanying RPO I RTO, risk assessment, data, systems, process, and applications with accompanying Runbook wireframe reflecting a server restore, a system restore and a full data recovery and restore. • Gathered Requirements Document for backup and DR infrastructure platform. Identifying, qualifying, and vetting suppliers via Hyde Group. Documented runbook processes for the chosen Backup and DR platform(s) selected shall be added to City DRP Runbook(s). Embark, Pricing, and Considerations The City requests project initiation by the start of late January 2024 with completion by April 2024, for embarkation upon this plan of documentation, framework, and business continuity measures to avoid vulnerabilities and malicious intent and the targeting of City institutions with possible ransomware or other cyber breaches and mitigating vulnerabilities. The entirety of the project is estimated to be 110 hours of work based on availability of City resources to Hyde Group. These 110 hours will include work conducted by both Michelle Hyde, President of Hyde Group and a second and certified member of the Hyde Group team at a billed rate $250/hr. for both resources and totaling a $27,500 engagement. Wage Page Hyde Group Reference # CoTuk-09282023.2.1 This SoW will be performed on a time and materials basis and via 3 payments with the first invoice of $13,750 upon contract signature, the second invoice of $6,875 at 50% of project completion and the final (3rd) invoice of $6,875 at project end, unless otherwise stipulated and agreed upon. As optional engagement considerations and recommendations, which are both beyond the scope of this proposed SoW, we would recommend adding a Tabletop Exercise to practice the results of the updated DRP, Runbook and refined findings proposed herein and will offer great insights to further refinement of the updated DRP. Conducting a tabletop walkthrough exercise costs an estimated $10,500. Another dynamic addition to this scope to add resilience maturity is a Training Curriculum which would vary in cost and would take the guesswork out of BCP/DRP Citywide implementation and offer continuous improvement for effective learning to your diverse business community. There are various configurations that could be considered such as mini courses, long form courses, on -demand courses, micro -sessions, coaching, workshops and more...this can be the key to assuring that all team members are equipped and educated during the unexpected and creating resilience for the City as a whole. Please contact us if quotations for these services are desired. Risks, Assumptions and Constraints • Timelines stated are estimated and based on a start date Feb 1, 2024 and an estimated completion date of early -mid April 2024. Dates will alter based on change to embark date, need and desired completion dates required of the City. • Hyde Group principals and staff will have open and available access to designated individuals within client organization for project support. Assumes that City personnel associated with the project will be made available to conduct necessary and required steps. Delays in unavailability can impact timelines for deliverables. Please see 'Force Majeure' statements. • Assumes that data and communication to/from designated team members is received within 24 hours of actionable request, anything beyond may cause schedule slippage or deliverable dates. • Hyde Group will manage its own resources and may replace, or supplement Hyde Group team members as needed to meet the goals of the project. Any changes to named resources will be discussed in advance with designated client team members. • Hyde Group personnel will work remotely from the client site and will provide own office environment, computing, and communication tools. • Considerations should include National and local holidays, PTO time of employees and vendors, and availability of all resources will be calculated into the overall timeline of this project. Wage Page Hyde Group Reference # CoTuk-09282023.2.1 • Changes in scope or breadth of the project will be documented and signed by both parties in the form of change orders. Changes to breadth and scope of project will adjust timeline appropriately. • Quoted project price is a function of the Proposed Scope of Work and any expansion in the project scope or shortened delivery times, will result in issuance of a change order to time, support and/or rate or overall project cost. • This engagement shall be governed by the terms and conditions in the Master Services Agreement (MSA) between the client and Hyde Group. In the case of conflict between MSA and SoW, the SoW shall prevail and govern. Scope of Work - Duty and Hour Summary Engagement Breakdown of Estimated Project Hours Topic Est Project Team Hours * Participants Kick off Meeting 2 HG / City Stakeholder Interviews (est. 13 City personnel, 1 stakeholder per department) 26 HG /City Process and Assembly of Interview Findings 22 HG Review current BCP / runbook 8 HG / City Milestone Check -ins 6 HG / City Compilation of Findings (incl: Exec Summary, Gaps, Recommendations, Suggested Steps) 44 HG Close I Present Findings 2 HG /City Estimated Project Hours 110 * Will include 2 Hyde Group resources. Scope of Work - Working Dote Task/Event Estimated Start Date* Estimated Completion Date* Kick off Meeting 2/1/2024 2/1/2024 Start Stakeholder Interviews (est. 13 City stakeholder departments) 2/8/2024 2/22/2024 Process Interview Findings 2/23/2024 3/1/2024 Review, process findings of current BCP/DRP and/or runbook(s) 3/4/2024 ** 3/15/2024 ** IT Meetings Cadence 2/8/2024 4/5/2024 ** 4IPage Hyde Group Reference # CoTuk-09282023.2.1 Compilation Findings (incl: Exec Summary, Gaps, 3/15/2024 ** 4/1/2024 ** Recommendations, Suggested Steps) Close I Present Findings 4/5/2024 ** 4/5/2024 ** *See Risks, Assumptions and Constraints section for items that can affect this timeline. ** Hold Dates, actual to be determined with Project Lead from City Project Partidp►ants Name Email = Phone Company i Joel Bush CTO Joel.Bush@TukwilaWA.gov 206.919.5943 City of Tukwila Michelle Hyde President Michelle@HydeGroupOnline.com 206.999.4247 Hyde Group Karl Kurrle Compliance / Enterprise Solution Architect KarlKurrle@Gmail.com 425.387.3874 Hyde Group Wage Page Hyde Group Reference # CoTuk-09282023.2.1 Agreement to Proceed The following authorized representative from each party has agreed upon the above Statement of Work engagement, along with its addendum(s) as called out in the document from Hyde Group and has executed the terms effective as of the signed date below. CONFIDENTIALITY. All information regarding the City obtained by the Contractor in performance of this Agreement shall be considered confidential and subject to applicable laws. Breach of confidentiality by the Contractor may be grounds for immediate termination. All records submitted by the City to the Contractor will be safeguarded by the Contractor. The Contractor will fully cooperate with the City in identifying, assembling, and providing records in case of any public records request. FORCE MAJEURE. If performance of this Statement of Work or any obligation under this Statement of Work is prevented, restricted, or interfered with by causes beyond either party's reasonable control ("Force Majeure"), and if the party unable to carry out its obligations gives the other party prompt written notice of such event, then the obligations of the party invoking this provision shall be suspended to the extent necessary by such event. The term Force Majeure shall include, without limitation, acts of God, fire, explosion, vandalism, storm or other similar occurrence, orders or acts of military or civil authority, or by national emergencies, insurrections, riots, or wars, or strikes, lockouts, work stoppages. The excused party shall use reasonable efforts under the circumstances to avoid or remove such causes of non- performance and shall proceed to perform with reasonable dispatch whenever such causes are removed or ceased. An act or omission shall be deemed within the reasonable control of a party if committed, omitted, or caused by such party, or its employees, officers, agents, or affiliates. Authorization: City of Tukwila Authorization: Hyde Group Printed: Printed: Michelle Hyde Signature: Title: Date: Signature: Title: President I Founder Date: 1.13.2024 Wage Page Hyde Group Reference # CoTuk-09282023.2.1 Revisions r Artifacts Date Author Rev Notations 9.28.23 M. Hyde v1.0 Initial Draft 10.13.23 M. Hyde v1.2 Revisions to version and date of embark, also clarified type of TTX to "Walkthrough" format. Added Karl Kurrle as the Partner that Hyde Group will be working with on this project. 12.15.23 M. Hyde v2.0 Change of start date and Working Dates chart 1.16.24 M. Hyde v2.1 Change of start date and Working Dates chart v2.1 Change of first payment due date, as prior to embark and at time of signing 7 I P a g e Hyde Group Reference # CoTuk-09282023.2.1